Loading...
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