E5. Fire Station 63C'rry Ub'
KALISPELL
Jay Hagen - Fire Chief
Ken Whitehair - Assistant Chief
Cec. Lee - Administrative Assistant
FIRE DEPARTMENT
TO: Jarod Nygren, City Manager
FROM: Jay Hagen, Fire Chief
Po BOX 1997
312 F` Ave East
Kalispell, Montana 59901
Phone: (406) 758-7760
FAX: (406) 758-7777
SUBJECT: Professional Services Recommendation and Contract Approval for New
Fire Station 63
MEETING DATE: April 20, 2026
BACKGROUND:
1. The City requires comprehensive professional services for the design and development of
a new fire station. Services may include project management, programming, design,
bidding assistance, construction administration and project closeout for a new Fire
Station 63 located at 490 Mountain Vista Way, Kalispell, MT, on a lot owned by the city.
The services to be provided and the compensation for such services shall be as mutually
agreed to in separate Task Orders to this Agreement, carried out by both parties.
2. The City issued a Request for Qualifications (RFQ) and received 11 firm submittals. In
accordance with the City's procurement policy, a selection committee evaluated and
ranked the firms based on the published criteria. Following review of qualifications and
references, the committee has completed its evaluation and selected LSW Architects, PC,
of Bigfork, MT., as the top -ranked firm.
• REQUIRED SERVICES: The consultant will support the following phases for this
facility project as follows:
• TASK ORDER 1:
o Programming
o Site Analysis
o Reimbursables
• TASK ORDER 2: Design
• TASK ORDER 3: Building Permit Assistance
• TASK ORDER 4: Construction Administration
0 TASK ORDER 5: Final Closeout
$85,420.00
$68,691.00
$5,000.00
TBD
TBD
TBD
TBD
• Programming & Site Analysis: Defines the project scope, assess functional needs,
confirm site requirements, zoning considerations, survey, geotechnical, traffic analysis,
budget, and the project schedule with City staff and stakeholders.
• Schematic Design: Develop conceptual design and preliminary cost estimate and
schedule. This phase explores the building's size, layout, and basic systems, and program
alignment.
• Design Development: The design is refined and coordinated in greater detail. Drawings
and outline specifications are prepared to describe major building systems, materials, and
quality levels. The budget and schedule are further reviewed and updated, including a
more detailed cost estimate.
• Construction Documents: Complete final drawings, specifications and contract
documents for project procurement. These documents are used for permitting and form
the basis for contractor bidding and the construction contract.
• Bidding Phase: Assist with public bidding, contract preparation, and permitting.
• Construction Administration: Construction administration of the contract between the
Owner and Contractor. Services include periodic site visits, review of shop drawings and
submittals, responses to Requests for Information, review of pay applications and change
orders, participation in progress meetings, and support through project closeout.
RECOMMENDATION: Staff recommends awarding the contract to LSW Architects,
PC for the Fire Station 63 project based on demonstrated qualifications, technical
expertise, project management capability, alternative delivery experience, comparable
project experience, and property procurement expertise.
ACTION REQUESTED: Motion to select LSW Architects, PC as the Professional
Consultant for the Fire Station 63 project and authorize the City Manager to execute the
professional services agreements.
FISCAL EFFECTS: Funding for the new station will come from the Emergency Responder
Levy (Fund 2273) line 2273-416-42400-947.
ALTERNATIVES: As suggested by the City Council
ENCLOSURE: Professional Services Agreement, Task 1, and Exhibit A
"Protecting our community with the highest level ofprofessionalism."
OLSW
ECTS
EElectric Avenue
Bigfork, MT 59911
406.40T.6521
LSW-ARCH ITECTS.COM
April 13, 2026
Chief Jay Hagen
City of Kalispell
312 First Ave. E,
Kalispell, MT 59901
RE: Fire Station 63 Master Agreement
Chief,
We are deeply grateful for the opportunity to serve as a project partner in the success of Fire Station 63. Enclosed you
will find a draft agreement structure in which we have organized project support into distinct phases, or Tasks. The
intent of this approach is to provide high value and service to the project, your team, and the City of Kalispell. It allows
us to develop a clear shared understanding of project scope, goals and constraints, enabling us to provide the
leadership, creativity, and relationships necessary to realize project success.
The first two tasks are identified as Task #1 -Programming& Pre -Design, and Task #2 -Site Analysis.
A core objective of these initial tasks is to define an overall project budget that aligns with project needs and available
funding, while also identifying planning considerations that may impact the project schedule. Both scopes of services
and associated deliverables are described in detail in the attached documents.
We have developed the scope for Task #2 - Site Analysis based on our understanding that there is currently no
available site survey, geotechnical analysis, preliminary traffic analysis for the subject property. In our experience, site
conditions can often present both cost and schedule implications, which is why we have requested specific scopes of
services from the civil engineer, surveyor, environmental consultant, and traffic engineer.
Enclosed you will find:
• Master Services Agreement
• Task One Scope Approval Document
• ExhibitA- FeesummaryforTaskI
Please consider these documents as proposed drafts. We understand that there may be modifications desired by the
City of Kalispell and look forward to coordinating as necessary.
We look forward to working with you, your team, and the City of Kalispell.
Sinc y,
rcp&al
�.
Casey`Wyckofs
LSW Architects,
PROFESSIONAL SERVICES AGREEMENT
Fire Station 63
THISAGREEMENT is made and entered into this 131h day of April, 2026, by and between
the CITY OF KALISPELL, MONTANA, a municipal corporation organized and existing
under the laws ofthe State of Montana, 201 First Avenue East, Kalispell, Montana 59901,
hereinafter referred to as "City," and LSW Architects, PC., 471 Electric Ave, Bigfork,
Montana, 59911, hereinafter referred to as "Consultant."
In consideration ofthe mutual covenants and agreements herein contained, the receipt and
sufficiency whereof being hereby acknowledged, the parties hereto agree as follows:
Purpose: City agrees to hire Consultant as an independent contractor to perform for City
services as described in individual Task Orders. In general, the services to be provided include
project management, programming, design, bidding assistance, construction administration
and project closeout for a new Fire Station 63 for the City of Kalispell. The services tobe
provided and the compensation for such services shall be as mutually agreed to in separate Task
Orders to this Agreement, executed by both parties.
2. Effective Date: This Agreement is effective upon the date of its execution.
Scope of Work: The following Task Orders and anticipated values are shown below. These
Task Orders will be developed as part of this project, with the final scope and fee to be
determined as the scope of work for each element becomes clear.
The Task Orders and Anticipated Fees shown below are based on the following assumptions:
GC Contracting Method:
o At or before Design Development Phase, Consultant will either engage a GCCM
or Consultant will assist Owner with a Design -Bid -Build. The method of
contracting is To Be Determined (TBD).
Fire Station 63:
o Three full-length drive -through apparatus bays
o Kitchen, dining, and dayroom areas
o Semi -commercial kitchen for 58 staff
o Individual sleeping rooms
o Toilet and shower facilities
o Fitness and training room
o EMS supply and operational storage
o Personal protective equipment storage
o Decontamination and cleaning areas
o Secure access and alerting systems
o Hot/warm/cold zone separation with airlocks
o Diesel exhaust removal system
o Redundant HVAC and air filtration
o Emergency generator
o Energy -efficient design
o ADA compliance
o Seismic resilience
Task Order #
Description
Anticipated Fees
TO 91
a. ProgrammingPrggELtnming
$85,420
b. Site Analysis
$68,691
c. Reimbursables
$5,000
TO #2
Design
TDB
TO #3
Building Permit Assistance
TDB
TO #4
Construction Administration
TDB
TO #5
Final Close -Out
TDB
The Consultant will not begin work on any task order until there is an authorization to
proceed on work elements under this Agreement including the scope, cost, and time for
completion in the form of an executed Task Order.
4. Payment: City agrees to pay Consultant pursuant to the terms set forth in each executed Task
Order. Any alteration or deviation from the described work that involves extra costs will be
performed by Consultant after written request by the City and will become an extra charge
over and above the contract amount. The parties must agree upon any extra charges in
writing.
Independent Contractor Status: The parties agree that Consultant is an independent contractor
for purposes of this Agreement and is not to be considered an employee of the City for any
purpose. Consultant is not subject to the terms and provisions of the City's personnel policies
handbook and may not be considered a City employee for workers' compensation or any
other purpose. Consultant is not authorized to represent the City or otherwise bind the City in
any dealings between Consultant and any third parties.
Consultant shall comply with the applicable requirements of the Workers' Compensation Act,
Title 39, Chapter 71, MCA, and the Occupational Disease Act of Montana, Title 39, Chapter
71, MCA. Consultant shall maintain workers' compensation coverage for all members and
employees of Consultant's business, except for those members who are exempted by law.
Consultant shall furnish the City with copies showing one of the following: (1) a binder for
workers' compensation coverage by an insurer licensed and authorized to provide workers'
compensation insurance in the State of Montana; or (2) proof of exemption from workers'
compensation granted by law for independent contractors.
6. Indemnity and Insurance: For the professional services contracted and rendered, to the fullest
extent permitted by law, Consultant agrees to indemnify and hold the City harmless against
claims, demands, suits, damages, losses, and expenses, including reasonable defense attorney
fees, to the extent caused by the negligence or willful misconduct of the Consultant or
Consultant's agents or employees.
For this purpose, Consultant shall provide City with proof of Consultant's liability insurance
issued by a reliable company or companies for personal injury and property damage in amounts
not less than as follows:
• Workers' Compensation -statutory
• Employers' Liability - $1,000,000 per occurrence; $2,000,000 annual aggregate
• Commercial General Liability - $1,000,000 per occurrence; $2,000,000 annual aggregate
• Automobile Liability - $1,000,000 property damage/bodily injury; $2,000,000 annual
aggregate
• Professional Liability - $1,000,000 per claim; $2,000,000 annual aggregate
The City shall be included or named as an additional or named insured on the Commercial
General and Automobile Liability policies. The insurance must be in a form suitable to City.
7. Professional Service: Consultant agrees that all services and work performed hereunder will
be accomplished in a professional manner.
8. Compliance with Laws: Consultant agrees to comply with all federal, state and local laws,
ordinances, rules and regulations, including the safety rules, codes, and provisions of the
Montana Safety Act in Title 50, Chapter 71, MCA.
9. Nondiscrimination: Consultant agrees that all hiring by Consultant of persons performing this
Agreementwill be on thebasis of merit and qualification and will notdiscriminate on the basis of
race, color, religion, creed, political ideas, sex, age, marital status, physical or mental
disability, or national origin.
10. Default and Termination: If either party fails to comply with any condition of this Agreement
at the time or in the manner provided for, the other party, at its option, may terminate this
Agreement and be released from all obligations if the default is not cured within ten
(10) days after written notice is provided to the defaulting party. Said notice shall set forth the
items to be cured. Additionally, the non -defaulting party may bring suit for damages, specific
performance, and any other remedy provided by law. These remedies are cumulative and not
exclusive. Use of one remedy does not preclude use of the others. Notices shall be provided in
writing and hand -delivered or mailed to the parties at the addresses set forth in the first paragraph
of this Agreement.
11. Modification and Assi ng ability: This document contains the entire agreement between the
parties and no statements, promises or inducements made by either party or agents of either
party, which are not contained in this written Agreement, may be considered valid or binding.
This Agreement may not be enlarged, modified or altered except by written agreement signed
by both parties hereto. The Consultant may not subcontract or assign Consultant's rights,
including the right to compensation or duties arising hereunder, without the prior written
consent of City. Any subcontractor or assignee will be bound by all of the terms and
conditions of this Agreement.
12. Ownership and Publication of Materials: All reports, information, data, and othermaterials
prepared by the Consultant pursuant to this Agreement are the property ofthe City. The City has
the exclusive and unrestricted authority to release, publish or otherwise use, in whole or part,
information relating thereto. Any re -use without written verification or adaptation by the
Consultant for the specific purpose intended will beat the City's sole risk and without liability
or legal exposure to the Consultant. No material produced in whole or in part under this
Agreement may be copyrighted or patented in the United States or in any other country
without the prior written approval of the City.
13. Liaison: City's designated liaison with Consultant is Chief Jay Hagen at 201 First Avenue
West, Kalispell, MT 59901 and Consultant's designated liaison with City is Casey Wyckoff
at 471 Electric Ave, Bigfork, Montana, 59911
14. Applicability. This Agreement and any extensions hereof shall be governedand construed in
accordance with the laws of the State of Montana.
IN WITNESS WHEREOF, the parties
CITY OF KALISPELL, MONTANA
By:
Jarod Nygren, City Manager
APPROVED AS TO FORM
By:
Johnna Preble, City Attorney
LSW ARCHITECTS PC
By:
Casey Wyckoff, Principal
EXHIBITA
Pre -Design and Programming Phase Services
FEES
CONSULTANT
SERVICE
TOTALFEES
PROGRAMMING & PREDESIGN
LSW (Prime Agreement Holder)
ARCHITECTURAL PROGRAMMING
$25,000
TCA
ARCHITECTURAL PROGRAMMING
$25,000
TELL CONSTRUCTION ADVISORS
OWNERS REPRESENTATION ASSISTANCE
$7,700
MORRISON MAIERLE
STRUCTURAL, MEP SYSTEMS NARRATIVES
$11,220
CDK ENTERPRISES
INITIAL COST ESTIMATING
$16,500
$85,420
SITE ANALYSIS
D1 &A
SURVEY
$9,147
D1&A
PRELIMINARY CIVIL
$41,218
HEATH
PRELIMINARY TRAFFIC ANALYSIS
$2,420
APLINE GEOTECHNICAL
PRELIMINARY GEOTECHNICAL STUDY
$15,906
$68,691
$154,111
Task Order 1
City of Kalispell, Montana
A New Fire Station 63
TASK ORDER NUMBER ONE
AGREEMENT TO FURNISH ARCHITECTURAL/ENGINEERING SERVICES
to
CITY OF KALISPELL
for the
A NEW FIRE STATION 63
PRE -DESIGN PHASE — ARCHITECTURAL PROGRAMMING AND SITE
ANALYSIS
This Task Order provides for professional architectural/engineering services to be
performed by LSW ARCHITECTS, PC. (hereinafter the Consultant), for the CITY OF
KALISPELL (hereinafter the City), in accordance with Professional Services Agreement for
a NEW FIRE STATION 63, dated April 13, 2026 hereinafter the (Agreement). All
provisions of the Agreement are incorporated by reference. This Task Order represents an
authorization to proceed with the scope of services, schedule, and compensation described
herein. This Task Order, when executed by both parties, shall become a supplement to and
part of the basic Agreement.
The Consultant agrees to furnish the following professional architectural/engineering
services in connection with the NEW FIRE STATION 63, hereinafter referred to as the
Project and generally described as follows:
ARTICLE 1. PROJECT UNDERSTANDING
The project scope (square footage) and budget are not known at the time of this agreement. The
primary objective of this task is to provide the research and analysis in order to assist the City
in making a determination of the project scope and budget that work within the City's funding
capability and serve the programmatic needs of a new fire station.
The following is the list of probable project spaces and project characteristics:
Fire Station 63:
• Three full-length drive -through apparatus bays
• Kitchen, dining, and dayroom areas
• Semi -commercial kitchen for 58 staff
• Individual sleeping rooms
• Toilet and shower facilities
• Fitness and training room
• EMS supply and operational storage
• Personal protective equipment storage
• Decontamination and cleaning areas
• Secure access and alerting systems
• Hot/warm/cold zone separation with airlocks
Task Order 1
City of Kalispell, Montana
A New Fire Station 63
• Diesel exhaust removal system
• Redundant HVAC and air filtration
• Emergency generator
• Energy -efficient design
• ADA compliance
• Seismic resilience
The site is located at 490 Mountain Vista Way, Kalispell. The City does not have any available
site information such as a survey, or any testing. We have solicited fees for preliminary site
analysis services and included them within this Task.
ARTICLE 2. ASSUMPTIONS
It is assumed the Architect will provide Pre -Design and Programming services consistent
with industry and the Architect's professional standards.
Additionally, it is assumed that the Engineer will provide a survey and site civil drawings based
on Engineer's drafting standards with a sheet border to be provided by the Client. Technical
specifications for Site Civil items will be based on Montana Public Works Standard
Specifications (MPWSS), Th Edition and City ofKali spell Modifications to MPWSS. All design
work will be in conformance with the City of Kalispell Standards for Design and Construction.
ARTICLE 3. SCOPE OF SERVICES
The Architect agrees to furnish the following professional services in connection with the NEW
FIRE STATION 63 —CITY OF KALISPELL, hereinafter referred to as the Proj ect.
A. PROJECT MANAGEMENT & OWNERS REPRESENTATION
The Consultant will perform project management throughout the duration of this phase.
The Consultant will maintain the project on their computer system and maintain project files.
The Consultant will keep an electronic record of the proj ect throughout the task order
duration. At the end of the project, the Consultant will archive the electronic and hard copies
of the project records and provide the city with all digital copies.
Throughout the task order, the Consultant will coordinate with the City to obtain their
comments, reviews, and approvals for a general direction on how to proceed.
The Consultant will prepare monthly invoices, including an invoicing summary sheet, that
will show the work amount completed and amount remaining.
The Consultant will prepare and update project schedules and project budgets as part of this
task order.
Below is the anticipated schedule and deliverable for this phase:
Task Order 1
City of Kalispell, Montana
A New Fire Station 63
Deliverables: Agreements, agendas, project meeting minutes. Monthly Invoices and Invoice
Summaries. Updated Proj ect Schedules and Proj ectBudget. This will be transferred to the
City via PDF's, along with any digital documents in the appropriate software platforms. We
anticipate that this phase duration will be six to eight weeks.
A. BUILDING PRE -DESIGN & PROGRAMMING
The goal of this phase is to align on the program, site approach, schedule, and budget
before moving into full design. Planning work will incorporate best practices for firefighter
health, safety, and rest environments. This is a working phase focused on confirming that
we are solving the right problem before advancing design.
By the end of Pre -design, we will have a clear understanding of:
• How the station will function (adjacencies, response flow, and operational
efficiency)
• What the facility should feel like in the Kalispell community
• Whether the program, site, and budget are aligned
• Key risks, schedule milestones, and next steps
We will also be using this phase to:
• Incorporate lessons learned from recent stations
• Establish a clear decision -making and communication framework
Validate the project through early cost modeling and schedule alignment
(including a pull planning session). Cost estimating will occur at key milestones
with reconciliation between program, scope, and budget
Below is the anticipated schedule and deliverable for this phase:
Deliverables: Program Summary Document. Floor Plan Adjacency Diagrams. Meeting
Minutes. Project Budget Summary. Structural, Mechanical, Electrical, and Plumbing
Primary System Narratives. Project Schedule. Preliminary Budget Estimate. We
anticipate that this phase duration will be six to eight weeks.
B. SITE ANALYSIS
The Consultant, and Sub -Consultants as needed, will prepare preliminary site analysis
with the primary objective being the identification of known project issues that will
impact the project schedule and/or construction cost.
Site Survey
Conduct a site survey of the selected site. The Surveyor will perform a field survey and
complete mapping including establishing control points, determining the project site
boundary/right of way, performing topographic mapping, and conducting utility survey.
Preliminary Civil
The Consultant will develop a comprehensive conceptual site design that integrates civil
engineering and landscape architecture elements with the proposed building program. This
Task Order 1
City of Kalispell, Montana
A New Fire Station 63
effort will support early decision -making by illustrating feasible site development
approaches and identifying key design considerations.
Key elements of this task include:
• Preparation of a conceptual site design package illustrating preliminary grading, site
access, circulation, domestic water and sanitary sewer utility servicing, and overall
site layout
• Preparation of a conceptual onsite stormwater capture and treatment solutions
• Development of a planimetric layout depicting key features such as roadway
approach connections, internal drive aisles, parking areas, pedestrian pathways,
secure/fenced operational zones, and preliminary wet utility service alignments
• Development of vehicle turning movement exhibits to evaluate fire apparatus
circulation, including ingress/egress to drive -through bays and maneuverability
throughout the site.
• Preparation of a conceptual landscape architecture plan illustrating site
enhancements and
• adjacent streetscape treatments, including boulevard tree layouts consistent with
City standards
• Integrate the building footprint, adjacencies, and operational programming into the
site layout
• Ongoing coordination with the City of Kalispell Public Works Department to
confirm design criteria, access, and utility considerations
Preliminary Geotechnical Analysis
Conduct a preliminary geotechnical investigation including four soil borings, seismic
testing (SCPT/MASW), limited laboratory analysis, and engineering evaluation to support
predesign planning, foundation concepts, seismic site classification, and preliminary
stormwater infiltration guidance for a future fire station site.
Preliminary Traffic and Transportation Analysis
Confirm conceptual site plan, planned site access and circulation, parking, project floor
area and employment capacity, and other project characteristics relevant to transportation.
Including:
• Summarize existing roadways and planned roadway improvements in the project
vicinity, including the planned roundabout at Farm to Market Road and Three Mile
Road to the south. Coordinate with City of Kalispell and MDT staff as necessary to
confirm conceptual roundabout design, funding status, and construction timeline.
• Identify Challenges: Document potential transportation challenges which may be
addressed through subsequent data collection and analysis. Challenges may include
emergency vehicle circulation/routing, existing and future traffic operations on
driveways and the surrounding street network, sight distance and safety impacts,
and site access spacing. Identify strategies and analysis methods to address
challenges.
Deliverables: Site Analysis Summary, conceptual site layout, transportation analysis
memo, and summary of coordination with City of Kalispell and applicable agencies to
Task Order 1
City of Kalispell, Montana
A New Fire Station 63
confirm code, access, and site development requirements. Duration is estimated at six to
eight weeks.
ARTICLE 2. SCHEDULE
It is anticipated that those services listed above will to be completed within six to eight weeks
of a signed agreement. The schedule may be modified to accommodate the City's calendar or
Owner feedback, if the Consultant foresees a potential impact to the schedule the Consultant
will communicate with the Owner and work collaboratively to maintain a mutually agreeable
schedule to meet the needs of the project.
ARTICLE 3. REIMBURSABLE EXPENSES
Reimbursable expenses for large format printing, travel over 50 miles, and associated
lodging (if required) will be invoiced at cost without mark-up, not -to -exceed $5,000 for this
phase of services. Supporting documentation for all reimbursement will be provided with
invoices.
ARTICLE 4. COMPENSATION
A. BUDGET
The budget for those services described above under Article 1, Scope of Services, shall be
paid on an hourly basis not to exceed $154,111.00.
The budget for those services described above under Article 3, Reimbursable Expenses, shall
not exceed a ceiling of $5,000.00.
The total potential compensation shall not exceed the ceiling amount of $159,111.00, without
prior approval from the City.
DATED this 13th day of April, 2026
CITY OF KALISPELL
By:_
Title:
LSW P
By:
Casey Wyckoff P incipal fJ
Task Order 1
City of Kalispell, Montana
A New Fire Station 63
Page 6 of 6