HomeMy WebLinkAboutRes 2025-01-1719 Purchase Order for Hurricane Creek Regional Wastewater Treatment PlantCITY OF ANNA, TEXAS
RESOLUTION NO.
A RESOLUTION OF THE CITY OF ANNA, TEXAS, AUTHORIZING THE CITY
MANAGER TO EXECUTE PURCHASE ORDERS IN THE AMOUNT NOT TO EXCEED
FOURTY-FOUR MILLION EIGHT HUNDRED NINETY-SIX THOUSAND FOUR
HUNDRED FIFTEEN DOLLARS AND ZERO CENTS ($44,896,415.00) TO GARNEY
COMPANIES, INCORPORATED FOR THE CONSTRUCTION AND INSTALLATION
OF EQUIPMENT AND MATERIALS AT THE HURRICANE CREEK REGIONAL
WASTEWATER TREATMENT PLANT; AND PROVIDING FOR AN EFFECTIVE
DATE.
WHEREAS, the Hurricane Creek Regional Wastewater Treatment project is identified
as a Community Investment Program construction project in the City of Anna; and,
WHEREAS, the City completed a publicly advertised request for proposal process for
Construction Manager At Risk Services for the project, and opened the proposals on
June 29, 2023; and,
WHEREAS, Council awarded the contract to Garney Companies, Incorporated to
represent the City of Anna as the Construction Manager At Risk for the project in
Resolution 2023-07-1495 on July 25, 2023; and,
WHEREAS, funding for the project, including the above packages, is included in the
adopted Fiscal Year 2024-25 Budget, as shown in the City of Anna Capital
Improvement Plan; and,
WHEREAS, Garney Companies, Incorporated utilized design plans and specifications
for the project to bid out the WRF Above Ground Mechanical, Architectural, & Finish
Grade Package, and the WRF Electrical & Instrumentation Package as explained in
Exhibit A, with bid results and scores shown in Exhibit B.
NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
ANNA, TEXAS THAT:
Section 1. Recitals Incorporated
The recitals above are incorporated herein as if set forth in full for all purposes.
Section 2. Authorization of Payment and Funding.
That the City Council of the City of Anna hereby authorizes the City Manager to execute
a purchase order in the amount not to exceed $44,896,415.00 to Garney Companies,
Incorporated for the Bid Packages Shown in Exhibit B.
Exhibit A — Amendment Proposal No. 5 Summary
Steyerr Smith
Director of Public Works
120 W 71, ST
Minna, Texas ; 54G_-
January 6.2025
RE; Hurricane Creek Regional Water Reclamation Facility & Temporary Treatment racility
Subject.- Executive Summary - Amendment Proposal No. 5
W. Smith,
in accordance with between Garney Cornparres. I •c., and the City, of Anna, Gainey is
pleased to provide attached proposal in the arnount of $44,696,415.00 P'�, the attached Cost of Work
Breakdown} for the Hurricane Creek Regional Water Reclanta,.c• Fauil:,r Temporary Treatment
Facility, arid requests that the City of Anna authorize this by ame- urnern, to the Original Agreement.
Garney is submitting this proposal, with atiachnients listed :n the Table of Contents, in accordance with
the paragraph 9.03 of the Construction Manager at Risk Services Agreement for the Hurricane Creek
Regional Water Reclaniaton• Facility & Ter;rporary Treatment Faciiily. This proposal includes the
following scopes of work.
BP 3.01- WRF Above Ground Mechanical, Architectural &Finish Grade Package - This package .n:cludes
mo` Jizing equipment to V'e project needed for this scope of work. The package also includes A I abcwe
ground mechanical piping, handrail and gratin;„ mechanical equipment acid accessories that was nut
pre -selected. This package includes all precast panels, double tees- pre-engineered metal care.pies,
masonry. standing seam roofing, frarning, drywall. tile, millwork, HVAC, and plumbing trim out. Also
included is all storm drain pipe and chaniiel, finish grade arid seeding,.
BP 3.02 - WRF Electrical & Instrumentation Package - This package includes mobilizing equipment to
the project needeo for this scope of work. -tie package also includes all duct banks, electrical gear,
generator, conduit, wire. instrumentation. software, programming, PLC's, local control panels, and
integration for a complete electrical and instiurnentatiun package.
Lpon approval and receipt of an aniendntent to the Original Akreemera. Garney will finalize contract
negotiations with suppliers/'subcontractors as applicable to trove forward with the procurement of these
bid packages in accordance with the requiretiierds of the agreement. The prices included it) this
proposal are contingent upon Garney being able to successfully enter into contracts with the
supplier; subcontractors.
Please contact Garney directly if there are any questions regarding the Bid Packages, Cost of Work,
Genera; Conditions or associated Construction flanker at Risk. fees included in this proposal.
Sincerely,
GARNEY COMPANIE7S. INC.
Jeremy Miller
Project Manager
Gar-hoy-)
TAB 2 — LIST OF DRAWINGS AND SPECIFICATIONS AND OTHER CONTRACT
DOCUMENTS
Drawings:
Solicitation Set No. 3 ?;ans - Hurricane Cree. Regiona� Water Reclamation Cacility— 1CU`:o Cesign — Dated
July 2024.
Specifications:
Solicitation Set No. 3 Technical Specifications - Hurricane Creek Regional Water Reclamation i acility —
lU0% Technica Specifications — Sea!ed July 2024.
Other Documents:
Addendum 1 dated November 2024.
Addendum: 2 dated December 2024.
All Documents can be download= d at the following location.
SS k3 Documents an CIVC.AS1. _ -n
0Gairney-1
TAB 3 — DESCRIPTION OF VARIATIONS, SUBSTITUTIONS, CLARIFICATIONS AND
ASSUMPTIONS PROPOSED TO THE DRAWINGS AND SPECIFICATIONS,
Clarifications:
• Pricing of this proposal is contingent upon Garney receiving a contra=t an-:endment by January
19, 2025.
• The scope of this proposal is limited to the scope outlined in the bidding. documents listed in
Tab 2 of this proposal'.
• This proposal includes startup services as outlined in 0175 00 Starting and Adjusting. It is
Gainey's understanding that all chernica,s/dunipsters needed for and after startup are to be
provided by the City of Anna. Garney will not be responsible for operation of equipment during
treatment of influent and discharge of effluent. Operation of equipment during treatment of
influent and discharge of effluent will be performed b-a the City of Anna's operation staff, with
Garney's assistance.
Exclusions:
+ Chemical drums, totes, and chemicals required to treat the water during and after startup and
commissioning are provided by Owner.
• oumpsters shown in the plans; required for operation are provided by Owner_
Trucking of s!udge for seeding provided by Owner.
• Section 26 21 W— Electrical Serv;ce: Eiectncal Utility Charges for extension of distnbutron
system to the point of service termination and meters will be paid for by the Owner.
• Cost for permanent power and electricity consumed by operation of equipment during and after
startup and commissioning will be paid for by the Owner.
• Costs associated with building permits are excluded.
Exhibit B — Bid Results & Evaluation Scores
6
6
ti
0
0
•
cy
•
Zo
ri
O
2
Z
Solicitation Set No. 3 Eviluation Scores
3;� 3.01— WRF Above Ground Mechanical, Architectural & Finish Grade Pa.kare
Scoring Summary
GARNEY
1. Total Cost I
35.00
2. Experiere / Past Perforrmame
62.33
3. Compliance with Proposal Terms
and Conditions
PASS
Total Awarded Points
g733
3� 3.G2 — VVRF Electrical & !nstrurr:entation Package
Storing Summary
FSG
1. Total Cost
35.00
2. Experience / Past Performance
611.67
J. Compliance with Proposil Terms
and Conditions
PASS
gS.b7
Total Awarded Points
HURRICANE CREEK
REGIONAL WATER
RECLAMATION FACILITY &
TEMPORARY TREATMENT
FACILITY
CITY OF ANNA
► Amendment Proposal No. 5 — Solicitation Set No. 3 — Regional Water Reclamation Facility Work Packages
Carney
1700 Swift Street, North Kansas City, MO 64116
Phone:816.741.4600
www,garney.com
Steven Smith January 6, 2025
Director of Public Works
120W711,ST
Anna, Texas 75409
RE: Hurricane Creek Regional Water Reclamation Facility & Temporary Treatment Facility
Subject: Amendment Proposal No. 5 Transmittal Letter
Mr. Smith,
Garney Companies, Inc. is pleased to submit the attached Amendment Proposal No. 5 for the Hurricane
Creek Regional Water Reclamation Facility & Temporary Treatment Facility for Council review and
approval. This proposal is submitted per Paragraph 9.03 of the agreement between Garney Companies,
Inc., and the City of Anna.
This Amendment Proposal is for the following Bid Packages.
BP 3.01 - WRF Above Ground Mechanical, Architectural & Finish Grade Package.
BP 3.02 - WRF Electrical & Instrumentation Package
Garney is excited to stark construction and be an integral part of this project for the City of Anna. Please
contact Garney directly if there are any questions regarding this Amendment Proposal.
Sincerely,
GARNEY COMPANIES, INC.
JeremZer
Project Manager
CC: Patrick Vidonish - Garney
Mark Miner-Garney
Kyle Kubista - Kimley-Horn
Carney
Transmittal Letter
Table of Contents
Tab 1
Executive Summary
Tab 2
Tab 3
Tab 4
Tab 5
Tab 6
TABLE OF CONTENTS
List of Drawings, Specifications and Other Contract Documents
1700 Swift Street, North Kansas City, MO 64116
Phone: 816.741.4600
Description of Variations, Substitutions, Clarifications and Assumptions
Cost of Work Breakdown
Schedule Information
Other Documentation
www,garney.com
Carney
Tab 1
Carney
Steven Smith
Director of Public Works
120 W 7th ST
Anna, Texas 75409
1700 Swift Street, North Kansas City, N10 64116
Phone: 816.741.4600
www.gamey.com
January 6, 2025
RE: Hurricane Creek Regional Water Reclamation Facility & Temporary Treatment Facility
Subject: Executive Summary - Amendment Proposal No. 5
Mr. Smith,
In accordance with the Agreement between Garney Companies, Inc., and the City of Anna, Garney is
pleased to provide attached proposal in the amount of $44,896,415.00 (Per the attached Cost of Work
Breakdown) for the Hurricane Creek Regional Water Reclamation Facility & Temporary Treatment
Facility, and requests that the City of Anna authorize this by amendment to the Original Agreement.
Garney is submitting this proposal, with attachments listed in the Table of Contents, in accordance with
the paragraph 9.03 of the Construction Manager at Risk Services Agreement for the Hurricane Creek
Regional Water Reclamation Facility & Temporary Treatment Facility. This proposal includes the
following scopes of work.
BP 3.01- WRF Above Ground Mechanical, Architectural & Finish Grade Package - This package includes
mobilizing equipment to the project needed for this scope of work. The package also includes All above
ground mechanical piping, handrail and grating, mechanical equipment and accessories that was not
pre -selected. This package includes all precast panels, double tees, pre-engineered metal canopies,
masonry, standing seam roofing, framing, drywall, tile, millwork, HVAC, and plumbing trim out. Also
included is all storm drain pipe and channel, finish grade and seeding.
BP 3.02 - WRF Electrical & Instrumentation Package - This package includes mobilizing equipment to
the project needed for this scope of work. The package also includes all duct banks, electrical gear,
generator, conduit, wire, instrumentation, software, programming, PLC's, local control panels, and
integration for a complete electrical and instrumentation package.
Upon approval and receipt of an amendment to the Original Agreement, Garney will finalize contract
negotiations with suppliers/subcontractors as applicable to move forward with the procurement of these
bid packages in accordance with the requirements of the agreement. The prices included in this
proposal are contingent upon Garney being able to successfully enter into contracts with the
supplier/subcontractors.
Please contact Garney directly if there are any questions regarding the Bid Packages, Cost of Work,
General Conditions or associated Construction Manager at Risk fees included in this proposal.
Sincerely,
GARNEY COMPANIES, INC.
Jeremy Miller
Project Manager
Carney
Tab 2
Carney
1700 Swift Street, North Kansas City, N10 64116
Phone: 816.741.4600
www.garney.com
TAB 2 - LIST OF DRAWINGS AND SPECIFICATIONS AND OTHER CONTRACT
DOCUMENTS
Drawings:
Solicitation Set No. 3 Plans - Hurricane Creek Regional Water Reclamation Facility— 100% Design — Dated
July 2024.
Specifications:
Solicitation Set No. 3 Technical Specifications - Hurricane Creek Regional Water Reclamation Facility —
100% Technical Specifications — Sealed July 2024.
Other Documents:
Addendum 1 dated November 2024.
Addendum 2 dated December 2024.
All Documents can be downloaded at the following location.
SS #3 Documents on CIVCAST.com
Carney
Tab 3
Garney 1700 Swift Street, North Kansas City, MO 64116
Phone: 816.741.4600
www.garney.co n
TAB 3 - DESCRIPTION OF VARIATIONS, SUBSTITUTIONS, CLARIFICATIONS AND
ASSUMPTIONS PROPOSED TO THE DRAWINGS AND SPECIFICATIONS.
clarifications -
Pricing of this proposal is contingent upon Garney receiving a contract amendment by January
19, 2025,
• The scope of this proposal is limited to the scope outlined in the bidding documents listed in
Tab 2 of this proposal.
This proposal includes startup services as outlined in 0175 00 Starting and Adjusting. It is
Garney's understanding that all chemicals/dumpsters needed for and after startup are to be
provided by the City of Anna. Garney will not be responsible for operation of equipment during
treatment of influent and discharge of effluent. Operation of equipment during treatment of
influent and discharge of effluent will be performed by the City of Anna's operation staff, with
Garney's assistance.
Exclusions:
• Chemical drums, totes, and chemicals required to treat the water during and after startup and
commissioning are provided by Owner.
• Dumpsters shown in the plans, required for operation are provided by Owner.
• Trucking of sludge for seeding provided by Owner.
• Section 26 2100 — Electrical Service: Electrical Utility Charges for extension of distribution
system to the point of service termination and meters will be paid for by the Owner.
• Cost for permanent power and electricity consumed by operation of equipment during and after
startup and commissioning will be paid for by the Owner.
• Costs associated with building permits are excluded.
Carney
Tab 4
Carney
TAB 4 - COST OF WORK BREAKDOWN.
1700 Swift Street, North Kansas City, MO 64116
Phone: 816.741.4600
www.garney.com
0
0
0
0
0
0
0
0
0
0
o
o
0
0
0
0
�n
�
o
�
m
o
✓i
ai
�e
Z
w
^
ry
tf1
n
N
�n
T
in
N
0
ti
t0
m
00
F
O
J1
tD'
�
a0
cF
W
N
N
t/T
UT
Vl
LT
to
to
Vf
Vl
N
16
-
—
—
V!
to
O
O
Q
Q
O
O
O
F
0
0
O
O
o
a
r
O
0
o
~
0
o
co
coo
o
m
o
n
IR
0
7
O
m
o
ry
vi
ti
w
in
�
m
o
c
o
v
'^
w
Z
Q
Q
LL
3
a
Q
u
a
yr
in
mF-
Z
w
o
E
E
o
z
F
>
>
a
u
U
z
a
Q
E
E
a
a
�
�
°
o
0
0
•
o
0
Zo0
0
Q
~
N
cr
W
N
cr
•
•
•
W
Y
a
a
0
Z
U
O
m
a
M
Z
z
-
u
of
w
0
Q
�
w
•
u
<
U� V
a
u
U
C
Z
a
O
Q
U
Q
Z
Z
a
2
w
�
U
�
w
�
OU
m
a
u
s
z
a
a
U
u
U
w
o x
o
:E
2
2
m U
Q
a
CO
a
[O
U
U
U
a
O
O
O
O
O
O
Z
O
O
O
0
O
O
O
Z
H
O
O
O
X
W
N
N
N
♦/l
to
N
N
V1
�R
N
Y/1
N
V1
V1
'V�
V}
O
Q
0
0
O
m
m
U
U
in
u1
of
�"
a
oN
l7
U
Z
O
a
m
H
O
O
Q
E
�
E
�
z
z
a
�
a
d
u
a
a
0
o
w
F
=
r
z
Z
0
o
�
�
o
a
o
m
Ga
a
a
u
a
x
u
z
0
c�a
0
m
a
3
W
�
� Y
o
M
m U
d
Q
m
a
0
0
0
o
o
o
z
o
0
o
0
c
0
O
o
0
0
v
o
0
0
Z
W
N
�
N
N
N
N
F-
W
tf1
V1
IA
N
to
Vl
V1
Vl
VY
N
N
Vl
N
N
K
N
0
m
U
O
m
OF
W
C
~
~
Y
H
l7
a
Q
Y
u
z
O
a
m
F-
Q
E
D
E
7
Z
Z
Q
Q
a
Cf
z
o
W
t
a
�
z
u
w
z
o
o
�
0
0
m
o
a
u
Q
a
Z
O
Q
Z
D
F-
Z
Q
U
H
w
w
C
3
W
�
N
� Y
O
m u
m
a
m
a
Carney
Tab 5
Carney
TAB 5 — SCHEDULE INFORMATION.
1. Please seethe Schedule Attached.
1700 Swift Street, North Kansas City, MO 64116
Phone, 816.741.4600
www.garney.conn
N
a
p S
C
O
y
S
............
u1
.......... .... ........................................................................................................................................................................
.......
...............
II
a
O
r -----
Q------
- ---- ---- --------........-- ----- ....._.. -------------.....------...------------------...._...---
------.._ .....__.._....-- . -------------------------------------
a
-
s
---9---------------- -----•----...._...------ -- ---- ----------------
----- - -- --...-- - - ....... ---------------------------------.-------I--------
--------.......
1
........................................................................ .....
......... ... ...__..........._._..._-----.------__...._-....-....--..--...-11 ._....---.-._-------..-....
z
8
------ -------- --_.. ------ ..------- - ----- - ...._................... ------------- ..._..------------._.........---------------- ------------- -- ---------....----------- ------
-------
......----- .----------------------------- ..------------------- --- ---- .---------- ----- .--- .---------------- .----------•--------------------------------..:.-------.. ----------------- ----------------- ------------
- �..._---- ---------------------..----......------------............-------...----------------....---- --- ---- ...--- ------------- ----....-------....-----...------------.....------ ------
-------
----------------------.----------------- --..-.- - -------_---------------------- ----------------------------------._.------------.----....--------- --
----
.
-_...-....._.-_-_.
------- - -..
4
9
--
..----
...... ........_...�._.
..�-..
..
_...�.-. ag..
..... ....._._-_._.._...
.-.
... .. .... ....._.._.._.............
_--....._-.-_--_._
..-.-_-_-_-_-.-_--.--..--.._.--_-._-._.-.-_-._.-
6.1_
.�.0
.......
µ.......-
--
_�-
.-......
...__......_......_..._...._
._..................._.-_
............._.__-..-.
i
�....-
TT.
x
11,11
�
-.
-..
.-
.-_.-.--...-... _-.-�-_.7IcLf.
......._..
........---
..._.y..__....
.
._---
-6.i.m.
w.-i._.__.__.....-........._.......
..a
......._
-...
�.. o. a e m o..
3
E
r
E U 2
g ♦
6 I
P
r
� ��'����•s��®ate � �W ®s®�8��® raSSR��R�o•�®�����A�& o� `=
aaoarc��d��daa
U ' a a a
Carney
Tab 6
Carney
TAB 6 — OTHER DOCUMENTATION
Solicitation Set No. 3 Evaluation Scores
1700 Swift Street, North Kansas City, MO 64116
Phone:816.741.4600
www.garney.com
BP 3.01— WRF Above Ground Mechanical, Architectural & Finish Grade Package
Scoring Summary
GARNEY
1. Total Cost
35.00
2. Experience / Past Performance
62.33
3. Compliance with Proposal Terms
and Conditions
PASS
Total Awarded Points
97.33
BP 3.02 — WRF Electrical & Instrumentation Package
Scoring Summary
FSG
1. Total Cost
35.00
2. Experience / Past Performance
60.67
3. Compliance with Proposal Terms
and Conditions
PASS
Total Awarded Points
95.67