Loading...
08. Review Bids/Contract Approval - Central School RenovationAgenda -December 15, 1997 AGENDA ITEM S - REVIEW BIDS/CONTRACT APPROVAL -CENTRAL SCHOOL RENOVATION PROJECT BACKGROUND/CONSIDERATION: This item was tabled at the last meeting. Therefore, the first course of action would be to remove it from the table. Based upon the discussion at the December 1, 1997 Council Meeting, consideration of the approval of the ATTIC add alternate and the KITCHEN add alternate should be added to the base bid submitted by Swank Enterprises if you decide to proceed with the project. RECOMMENDATION: Based upon the Council goals and invested staff and consultant time/expenditures, I recommend approval of the contract and bid submitted by Swank Enterprises. ACTION REQUIRED': MOTION to accept the bid and authorize the City Manager to proceed with the contract and project is needed to continue the work on this project. JAMES R. McDONALD ARCHITECTS J 8 December 1997 Dear Clarence: Per your request, we provide the following information regarding James R. McDonald Architects Past project budges: PALACE APARTMENTS, Missoula. Montana Architects EstuJ .— $2,786,000.00 « / 11 1!1 Id • y #, r # •' !'# # ev v# # :# :.! t ! r ! 1 1J • t • i1! . • #. _ ".. ,' ` v#_ f:.`i :_#,. )' ! f.." # •'lY_1t.i1 :# 1 !�- 31 1. 6 ...1,# MAW P.O. Box 8163 f 224 NORTH Hlooms I MI••OULA, MONTANA 59907 Phone 406 721 5643 1 Fax 406 721 1887 Mr. Clarence Krepps City Manager Page 2 (the documents from which bidding contractors calculate their bids) indicate the extent and detail of proposed work to the building. We fully realize the strict budget for the Central School Renovation project and acknowledge that no additional funds are available. Our intention is to work with the general contractor, as a team, as we endeavor to resolve problems that may arise and remain within the established project budget. I hope this answers any questions that may arise. If you have any questions or require further information, please do not hesitate to contact me. Thank you. Sincerely, R. Plambeck file 9708 d JAME3 R. MCDONALD ARCHITECT$ 24 November 1997 Mr. Clarence Krepps City Manager The City of Kalispell P.O. Box 1997 Kalispell, Montana 59903-1997 Re: Bid Results and Recommendations Central School, Kalispell, Montana Dear Clarence: The historic preservation firm of James R. McDonald Architects, and our team of consultants, have reviewed the bid proposals received for the Renovation of Central School in Kalispell, Montana. Our objective was to determine the lowest bidding contractor that would ? work cooperatively with our team, as representatives of the Northwestern Montana Historical Society and The City of Kalispell, to renovate the building as the, Heritage Education. Center. We respectfully provide you with the following information regarding the bids received for the project: Contmtor Base Bid Altersak No. 1 Kitchen Alternate Na 2 Attic Total Altevante No. 3 {not included in total) Swank Enterprises 2,130,000.00 14,000.00 49,000.00 $2,193,000.00 29,000.00 Mark Buck Construction, Inc. 2,206,400.00 12,800.00 57,900.00 $2,277,100.00 30,400.00 Hammerquist & Casalepo 2,367,585.00 13,426.00 60,750.00 $2,441,761.00 33,745.00 Martel Cotimuctim, Inc. , 2,270,000.00 15,000.00 41,000.00 $2,326,000.00 30,000.00 As evidenced above, there were four bids submitted and opened All bid proposals were proper and complete as per the Project Manual. We recommend acceptance of Swank Enterprises base bid of $2,130,000, along with Add Alternate No. 1: Catering Kitchen for $14,000, and Add Alternate No. 2: Attic Finishes for $49,000, for a total project construction cast of $2,193,000. ' P.O. Box 8163 / 224 NoRTn Heooms J MMOULA, MONTANA 59307 Phone 406 721 5643 1 Fax 406 721 1887 Mr. Clarence Krepps 24 November 1997 Page 2 We recommend forgoing Add Alternate No. 3: Souith Plaza for $29,000. If, at a later date, monies become available and an assessment can establish pedestrian usage and traffic patterns in the plaza, we would like to re-evaluate Add Alternate No. 3. Our recommendation is further based on the completeness and proximity of Swank Enterprises base bid and add alternates to James R. McDonald Architects original cost estimate of $2,236,575, and allowed project construction budget of $2,255,000. We understand all change orders for this project shall be reviewed and approved by the Kalispell City Council; however, given the unique nature and historical context of the structure we recommend the following: - A designated amount of $20,000 be set aside as a 'Field Change Order Reserve. This reserve will allow additive Field Change Orders with a maximum cost of $2,000 per request to proceed without delay to the project upon written authorization of the Kalispell City Manager, Architect and General Comwtor. - No Field Change Order request shall alter the established project Date of Substantial Completion or schedule. - Authority for deductive Field Change Orders shall be given the same consideration as above. - Changes to the contract time and changes to the work additive or deductive which exceed $2,000 shall be submitted to Kalispell City Council for review and action as a Change Order, signed by the Architect and the General Contractor. Generally, the bidding process has been a successful one, indicated by the range of cost proposals submitted. We look forward to continuing to work with you and again, pledge our best personal and professional efforts to the Renovation of Central School and the City of Kalispell. If you have any questions or require additional infortnation. please do not hesitate to call. Sincerely, Paul Filicetti, AIA cc: R. Plambeck - Redevelopment file 9708 JAMS3 R. MCDONALD ARCHITBCTS 11 24 November 1997 Mr. Clarence Krepps City Manager The City of Kalispell P.O. Box 1997 Kalispell, Montana 59903-1997 Re: Add Alternates Central School, Kalispell, Montana Dear Clarence: From our telephone conversation of Friday, I wish to follow up on your suggestion to revise the order of Add Alternates for the Central School Renovation. Pursuant to Article 5- Consideration of Bids of Instructions to Bidders (Item 5.5, page I'TB-5), the Owner is given the right to waive informality and irregularity in the bids. To clarify, the add alternates (as established by the Northwest Montana Historical Society Committee) are as follows: Add Alternate No. 1 - Catering Kitchen, (Swank Enterprises bid of $14,000): The complete ' 'on of the Catering Kitchen, Roan 203B as indicated on Sheet A3.2, and the Mechanical, Electrical and Plumbing Drawings and Schedules. This Alternate will include cabinets, appliances, and sinks, final electrical and mechanical systems, fixtures and installation. Add Alternate No. 2 - Attic Finishes, (Swank Enterprises bid of $49,000): Provide and install final floor, wall and ceiling finishes, wall base and final mechanical and electrical requirements to the attic areas. It is our understanding Alternate No. 1 - Catering Kitchen, shall be moved to Alternate No. 2 position, and Alterant No. 2 - Attic Fmishes, shall become Alternate No. 1. It has been our goal to see that available funds are put to their best possible use to improve the buildings overall integrity, use and function. On closer inspection of the order of alternates, we encourage the revision Moving the Attic Finishes Alternate to the Number 1 position will ensure a completed, usable attic area, minimize future construction debris in an otherwise finished, working building, and allow the building tenant full use and access of the P.O. Box 9163 / 224 NORTH HIOGINS / MISSOULA. MONTANA 59301 Phone 406 721 5643 / Fax 406 721 1887 Mr. Clarence Krepps 24 November 1997 Page 2 attic area as museum storage or potential sub -leasable storage/office space. The low bidder's base bid includes refinishing existing finishes in the area proposed as the Catering Kitchen. So this will be a usable finished space for a seating/vending machine area, even if the Kitchen Alternate No. 2 is not accepted. The tenant could sub -lease the area to a vendor for completion as a catering facility, or finish the area at a later date as finding becomes available. In the event the Kitchen Alternate No. 2 is accepted, the entire catering kitchen installation of code compliant finishes and fixtures would be completed under this project budget. This change in the order of Add Alternates, will again ensure the completion of functioning, usable areas within the building while creating potential income sources ie, sub- leasing the attic and catering kitchen. If you have any questions or require additional information please do not hesitate to call. Sincerely, Paul Filicetti, AIA cc: R. Plambeck - Redevelopment file 9708