Res 046-2020 Amending Maximum Price of CMR Contract Pkg 2 Repair & Maint Facility 5/5/2020Resolution No. 46-2020
Resolution amending the guaranteed maximum price of $10,411,000
in the Construction Manager at Risk contract with Anthony Inman
Construction, Inc. for Package #2 work associated with completion of
the Public Transportation Repair and Maintenance Facility Project
WHEREAS, the City Council finds that the City staff has validly used the
procedures described in the Texas Local Government Code to obtain construction
manager at risk services for the construction of a new bus public transportation repair and
maintenance facility located on Windthorst Road; and,
WHEREAS, on August 6, 2019, the City Council awarded a contract to Anthony
Inman Construction to provide construction manager at risk services for construction of a
new bus public transportation repair and maintenance facility located on Windthorst Road;
and,
WHEREAS, on January 21, 2020, the City Council approved Package #1 in the
amount of $2,923,805 for site and utility work for the project; and
WHEREAS, the current contract with Anthony Inman Construction is now
amended in an amount of $7,487,195 to reflect a Guaranteed Maximum Price for
Package for the completion of the project; and,
WHEREAS, the value of that construction contract is now established at
$10,411,000.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF WICHITA FALLS, TEXAS, THAT:
A Guaranteed Maximum Price of $10,411,000 in the Construction Manager at Risk
contract with Anthony Inman Construction, Inc. for the completion of the Public
Transportation Repair and Maintenance Facility is hereby approved, with such to be in a
form approved by the City Attorney, and the City Manager is authorized to execute all
documents necessary.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF WICHITA FALLS, TEXAS, THAT:
PASSED AND APPROVED this the 5t" day of May, 2020.
ATTEST:
cam, B
City Clerk
j I L ANTHONY ►NMAN
i7145 CONSTRUCTION, INC.
TE1�,
City of Wichita Falls
New Transportation and Sharp Lines Facility
GMP #2
Package 2 —Architectural., Structural and MEP
Issued April 21, 2020
qVIII0 - - IF
T E X A S
11Page
945
T E X A S
B/w Sloes. iJO/06/L Opyerlw�M�cs:
April 21, 2020
Mr. John Burrus
Director of Aviation, Traffic, & Transportation
City of Wichita Falls
2100 Seymour Hwy.
Wichita Falls, TX 76301
Re: City of Wichita Falls Transportation and Sharp Lines Facility
Subj: GMP #2 for Package 2—Architectural, Structural, and MEP
ANTHONY INMAN
CONSTRUCTION, INC.
Anthony Inman Construction has provided the following information to establish the GMP for Package 2 of the
new Transportation and Sharp Lines Facility. The information included in this document outlines the scope of
work, construction cost, and timelines for this package.
The Package 2 GMP in conjunction with Package 1 GMP includes all construction cost for this project.
Respectfully Submitted,
Anthony Inman
Anthony Inman Construction, Inc.
3000 Buchanan
Wichita Falls, TX 76308
2 1 P a g e
Uic �,
45
TiN n 5
",,' I-,*. C01`1_11�
I. GMP 1 BUdget Reconciliation
Direct Cost (Package 10nly)
• Division 1 —General Requirements
• Division 2 — Existing Conditions
• Division 3 — Concrete
• Division 31— Earthwork
• Division 33 —Site Utilities
Construction Management and Administration
• General Conditions (Entire Project)
• Builders Risk (included in general conditions cost)
• Payment and Performance Bond (Package 1 Only)
Indirect Cost (Package 1 Only)
• PLPD Insurance (included in general conditions cost)
• Contractors Contingency
• Owners Contingency
• Contractors Fee
Package 1 GMP Total
1 ANTHONY INMAN
CONSTRUCTION, INC.
$2,923,805
3 1 P a g e
�'
T E' M A 5
II. GMP 1 Clarifications and Assumptions
ANYHONY INMAN
CONSTRUCTION, INC.
1. This clarifications and assumptions document, together with the package 1 construction documents and
specifications, define the general scope of the work for the proposed New Transportation and Sharp Lines
Facilities in Wichita Falls, Texas for utilizing Anthony Inman Construction, Inc. as the CM and General
Contractor. This clarification and assumptions document as well as other supporting documents of
Anthony Inman Construction, Inc. are to be included as an exhibit and to be made fully a part of the
contract documents. All other work is specifically excluded from this GMP.
2. Quantities, material sizing, and pricing are based on the information shown on SLA Architect Package 1
drawings and specifications dated December 6, 2019, Addendum #1 dated December 18, 2019. If the
design is changed, then this will be considered a change in the conditions and will addressed through the
change provisions outlined in the contract.
3. The project schedule is based upon the document included within this GMP. The time and cost relating to
this GMP is 16 months.
4. No testing lab services or special inspections are included as part of this GMP. For items called out in the
specifications and/or addenda, only coordination, access, and support will be provided.
III. Scope for each Division of Work
1. General Clarifications
a. This GMP includes no additional monies for repair of existing roadways or drives. All roadways
are assumed to be of sufficiently designed and in good condition to accept traffic of a
construction project of this nature. The traffic will include cranes, fully loaded concrete trucks,
fully loaded freight trucks, equipment to haul earthwork into and out of the project and other
associated construction equipment.
b. No monies are included in the GMP for utility fees or impact fees. All utility connections and
impact fees paid by Anthony Inman Construction, Inc. will be reimbursed at a rate of 100% of the
actual cost.
c. This GMP includes builders risk for only this portion of the work as a cost savings measure. The
balance of the cost of the builders risk will be added in GMP 2.
d. This GMP includes only Payment and Performance Bonds for GMP 1. P&P Bond cost will be
added to Package 2 GMP at standard Texas Rates.
41
Uic
//F.,
f/ANTHONYINI'IJ�AN
�i+145 � CONSTRUCTION, INC.
n3
6,'v ce;re ,!r6wn Crm-+w:;Tvs I
2. Allowances Included —All necessary labor, materials, and equipment to:
a. Cost to excavate, haul, and dispose of encountered rock or stone $90,000
b. Contractors Contingency $65,747
c. Owners Contingency $65,747
3. Unit Cost
a. None
4. Division 1—General Requirements
a. All work that is clearly defined and delineated within the contract documents
5. Division 2 — Existing Conditions
a. Ail work that is clearly defined and delineated within the contract documents
b. Includes removal of standard slab on grade foundation. If piers or overly large or unexpected
foundation additional cost could be incurred for removal.
c. Includes haul off of the grubbed trees.
6. Division 3—Site Concrete
a. All work that is clearly defined and delineated within the contract documents
b. Concrete work associated with building foundations is not included **
c. Concrete work associated with fuel tank is not included **
d. Miscellaneous concrete associated with fencing is not included **
e. All canopy foundations are excluded **
f. No mow strips have been included at the buildings **
7. Division 4 — Masonry
a. No masonry work is included in the proposal **
S. Division 5 — Steel
a. No railings or bollards have been included in this proposal **
9. Division 26 — Electrical
a. No electrical work is included in this proposal including pole lights or generator **
10. Division 31— Earthwork
a. AH work that is clearly defined and delineated within the contract documents
51
WIC�(lia 7174
Tf IIAS
E v �. h'e. Ir.�Xr. Cy{�.:.•'m:••m
11. Division 32—Site Improvements
} ANTHONY INMAN
CONSTRUCTION, INC.
a. No fencing, gates, landscape, signage, striping, wheel stops, flag poles, gravel bed at transformer
have been included **
12. Division 33—Site Utilities
a. All work that is clearly defined and delineated within the contract documents
b. Utility tap fees are not included in this cost
c. Utility meter fees
d. No cost for road bores have been included in this cost
Note: All items designated as ** will be bid in Package 2 Plans and Specs
6 1 P a g e
ANTHONY INMAN
f/i/IC�1Ta r "1�5 CONSTRUCTION, INC..
rEKA, y
IV. GMP 2 Budget Reconciliation
Direct Cost (Package 2 Only)
• Division 1—General Requirements (none)
• Division 3 — Concrete (regarding package 2)
• Division 4— Masonry
• Division 5—Steel
• Division 6 - Carpentry
• Division 7—Thermal and Moisture Protection
• Division 8—Doors and Openings
• Division 9 — Finishes
• Division 10 — Specialties
• Division 11— 5hop and Fuel Equipment
• Division 12 — Window Treatments
• Division 13 — PEMB
• Division 21— Fire Suppression
• Division 22 — Plumbing
• Division 23 — Mechanical
• Division 26 — Electrical
• Division 26 — EAC
• Division 26 — CCTV
• Division 26 — Solar Panels
• Division 31— Earthwork (regarding package 2 and ASI 003)
• Division 32 — Fencing
• Division 32— Landscape and Irrigation
• Division 33—Site Utilities (regarding ASI 003)
Miscellaneous Direct Cost (Package 2 Only)
71Page
fif 1(AS
Fib lrt.'J;. �fJS['N CIT'M'pr.'fY5.
Architects Supplemental Instruction (ASI) 003
• Division 3 — Concrete
• Division 31— Earthwork
• Division 33— Site Utilities
Building C — Excavation and Fill Specified in Package 2 Drawings
• Division 31— Earthwork
Alternate 1—Canopy E Structure Bid Package 2 Drawings
• Division 3 —Concrete Foundation
• Division 7 — Roofing
• Division 13— PEMB
• Division 26- Electrical
Value Engineering Proposals for Package 2
• Division 6—Carpentry
• Division 7 —Thermal and Moisture Protection
• Division 10—Specialties
• Division 26— Electrical
ANTHONY INMAN
` CONSTRUCTION. INC.
Construction Management and Administration
• General Conditions (Included with Package 1 GMP)
• Builders Risk (Included in general conditions cost with Package 1 GMP)
• Payment and Performance Bond (Package 2 Only)
Indirect Cost (Package 2 Only)
• PLPD Insurance (included in general conditions cost with Package 1 GMP)
• Contractors Contingency
• Owners Contingency
• Contractors Fee
Package 2 GMP Total
$7,556,304
1(5
R S
EIuY $�Jni. CJC/9 Gy+/YMtNa�Ifu
V. GMP 2 Clarifications and Assumptions
ANTHONY INMAN
i;q\ CONSTRUCTION, INC.
1. This clarifications and assumptions document, together with the package 2 construction documents and
specifications, define the general scope of the work for the proposed New Transportation and Sharp Lines
Facilities in Wichita Falls, Texas for utilizing Anthony Inman Construction, Inc. as the CM and General
Contractor. This clarification and assumptions document as well as other supporting documents of
Anthony Inman Construction, Inc. are to be included as an exhibit and to be made fully a part of the
contract documents. All other work is specifically excluded from this GMP.
2. Quantities, material sizing, and pricing are based on the information shown on SI.A Architects
Package 2 drawings and specifications dated January 13, 2020. Also are included are the following:
• Addendum #1 dated February 6, 2020
• Addendum #2 dated February 11, 2020
• Addendum #3 dated February 19, 2020
• Addendum 44 dated February 21, 2020
• ASI 001 dated January 20, 2020 (for package 1 drawings)
• ASI 002 dated January 21, 2020 (for package 1 drawings)
• ASI 003 dated March 5, 2020 (for package 1 drawings)
If the design is changed, then this will be considered a change in the conditions and will addressed
through the change provisions outlined in the contract.
3. The project schedule is based upon the document included within this GMP. The time and cost relating to
this GMP is 16 months.
4. No testing lab services or special inspections are included as part of this GMP. For items called out in the
specifications and/or addenda, only coordination, access, and support will be provided.
91
1� iC4 PAS,
TE%AS
AU._';kW. 4,4,m 07'y..r�
4r�� ANTHONY INMAN
CONSTRUCTION, INC.
r
VI. Scope for each Division of Work
1. General Clarifications
a. This GMP includes no additional monies for repair of existing roadways or drives. All roadways
are assumed to be of sufficiently design and in good condition to accept traffic of a construction
project of this nature. The traffic will include cranes, fully loaded concrete trucks, fully loaded
freight trucks, equipment to haul earthwork into and out of the project and other associated
construction equipment.
b. No monies are included in the GMP for utility fees or impact fees. All utility connections and
impact fees paid by Anthony Inman Construction, Inc. will be reimbursed at a rate of 100% of the
actual cost.
c. The builders risk insurance cost was included in the Package 1 general conditiions.
d. This Package 2 GMP includes only Payment and Performance Bonds for GMP 2.
e. See attached bid sheet from each subcontractor. Any inclusion or exclusion noted by the
subcontractor should be construed as part of the GMP for Package 2.
2. Allowances Included —All necessary labor, materials, and equipment to:
a.
Miscellaneous steel not picked up by steel fabricator
$7,500
b.
Engineering and/or welding cost to change to anchor plates at Bldg. A
$5,000
c.
Finish Carpentry — Accent wall at Lobby
$1,650
d.
Solid Surface 1Nindow Sills
$3,500
e.
Flashing systems not picked up by subcontractors
$12,000
f.
Siloxane sealer on precast stone
$3,250
g.
Wall covering mural at entry
$2,500
h.
Translucent Letters at Wellness
$150
i.
Division 10 Signage Installation
$3,500
j.
OFCI —Miscellaneous
$2,500
k.
OFCI — Deposit Safe
$1,500
I.
Laminated Panel System at Training Room
$7,500
m.
Owner Appliances and other miscellaneous OFCI
$3,500
n.
Downspout, 8" galvanized assembly including install
$3,500
o.
Range Hood
$550
p.
Steel support brackets not included in shop equipment
$4,500
q.
Installation and Electrical for final equipment install
$25,000
r.
Metal Panel Fence System
$106,000
s.
Owners Contingency
$80,000
t.
Contractors Contingency
$80,000
101Page
Uic�,
S/nmSkes (palsm OJ+(n'/.xxfioR
3. Unit Cost
a. None
ANTHONY INMAN
CONSTRUCTION, INC.
i
4. Division 3—Concrete
a. All work that is clearly defined and delineated within the contract documents
b. Concrete work associated with building foundations
c. Concrete work associated with fuel tank
d. Miscellaneous concrete associated with fencing
e. All canopy foundations
f. Mow strips have been included at the buildings
g. Fuel resistant water stop at the fuel containment area at slab to wall joint
h. Concrete deck at vault
S. Division 4— Masonry
a. All work that is clearly defined and delineated within the contract documents
b. Masonry veneer at buildings A,B,&C
c. CMU block at Building A hardened room
d. Does not include white or colored mortar
e. Burnished block has integral sealer from the manufacturer
fi. Division 5 — Steel
a. All work that is clearly defined and delineated within the contract documents
b. Steel Fabrication and Erection of Building A
c. Aluminum handrails at building A
d. Embeds at bus lift
e. Vertical steel bollards
f. Vertical Steel reinforcing at storm shelter CMU walls. Approx. 8.0 Tons.
7. Division 6—Carpentry
a. All work that is clearly defined and delineated within the contract documents
b. Rough carpentry at roofing and window openings
c. Finish Carpentry— decorative wall at Building A Entry
d. Cabinets — paint grade, not AWl Certified
e. Quartz tops and Solid Surface Window Sills
111 Page
Uic� 7,71 t5
c_EYa_♦45
ANTHONY INMAN
CONSTRUCTION, INC.
8. Division 7- Thermal & Moisture Protection
a. All work that is clearly defined and delineated within the contract documents
b. Roofing, Sheetmetal, Gutters, and Insulation at Building A, B, & C
c. Pac-Clad Highline C2 Panels in lieu of Centria. Corner panels will be provided.
d. Pricing includes using contractors panel machine to run SSR roof panels
i. 16" Wide, 1.5" Tall Seam, using Double Lock Panel
e. W' HD ISO Coverboard used in lieu of the %" shown
f. 2 year Contractor Water Tight Warranty for Metal Roof
g. Open cell spray foam as indicated on the drawings at building A
h. Open cell spray foam in lieu of vinyl faced insulation at Building B
1. Caulk vertical control joints at building exterior veneers with Vulkem 116 or equal
9. Division 8
a. All work that is clearly defined and delineated within the contract documents
b. HIM doors and frames, door hardware, and special -rite FRP Doors
c. Electronic door hardware, e-system, and installation
d. Corbin hardware to match existing City of Wichita Fails System
e. Aluminum Storefront and Kalwall
f. Aluminum door frames at interior
g. Overhead sectional doors with operators at all shop doors
h. Manual Coiling doors at equipment room, non -insulated
10. Division 9 - Finishes
a. All work that is clearly defined and delineated within the contract documents
b. CFMF Framing, insulation, drywall, and acoustical ceilings
c. CFMF Stamped and sealed engineered shop no included
d. All interior and exterior coatings as noted
e. Tape, bed, texture of all interior drywall surfaces as noted
f. Installation of wall coverings, provided by others
g. Painting and finishing of millwork
h. Floor sealer at Building B offices as specified
i. Resilient flooring, base, carpet, porcelain wall & floor tile, sports flooring
j. Includes moisture system at Building A under ceramic flooring
121Page
ANTHONY INMAN
CONSTRUCTION, INC.
}
11. Division 10—Specialties
a. All work that is clearly defined and delineated within the contract documents
b. Aluminum Plaque, AL painted letters, Partial TX Artwork, Custom Logo at Entry
c. Corner Guards, Fire Ext. Cabinets, and Toilet Accessories
d. Interior APCO Signs
e. Toilet Compartments, Metal Lockers, and Hardwood Bench
12. Division 10 —Canopies
a. All work that is clearly defined and delineated within the contract documents
b. Walkway Canopies and Sunshade Canopies
c. Polyester Painted in Lieu of Clear Anodized
d. Includes engineered sealed shop drawings
e. One (1) year finish warranty on anodized aluminum
f. Fire (5) year finish warranty on polyester paint
13. Division 11—Shop and Fueling Equipment
a. All work that is clearly defined and delineated within the contract documents
b. HVLS Fans are include at Building B
14. Division 13—Pre-engineered Metal Buildings
a. All work that is clearly defined and delineated within the contract documents
b. Includes Structure only for buildings B, C, D, & E
c. Includes Structural Decking for building B, C, D, & E
d. Additional framed opening requirements, if any, will be completed through contingency funds
15. Division 21, 22, & 23 — Fire Protection, Plumbing, & HVAC
a. All work that is clearly defined and delineated within the contract documents
b. Louvers noted on the drawings (7)
c. Plumbing, Fire Protection, and HVAC as noted on drawings
13 1 P a g e
i(s ANTHONY INMAN
E „ � 5 CONSTRUCTION, INC.
16. Division 26
a. All work that is clearly defined and delineated within the contract documents
b. Electrical systems, distribution, light fixtures as specified
c. Lighting Protection
d. Photo voltaic system at Building D Roof
e. Access control system
f. CCTV system
g. Data wiring by owner
h. ONCOR Fees by owner
17. Division 32 — Site Improvements
a. All work that is clearly defined and delineated within the contract documents
b. 30' Flag pole installed
c. Parking stops, striping, and HC signs
d. 7' Centurian ornamental fencing
e. (3) automatic sliding gates including operators
f. Galvanized chain link fencing at perimeter and at Building B Interior
g. Landscape and irrigation per plans
h. Does not include Baseline Controller System
141Pige