HomeMy WebLinkAbout7.C.2. Award Contract for the 17th Ave Sports Complex Building, Project No. PR2005-2-Res. No. 6471
#7 C, c;}
CITY OF SHAKOPEE
MEMORANDUM CONSENT
To: Mayor and City Council
Mark McNeill, City Administrator
From: Mark Themig, Parks, Recreation, and Facilities Director
Meeting Date: September 5, 2006
Subject: Consideration of Bids for Soccer Complex Building, Project No. PR2005-2
INTRODUCTION
City Council is asked to consider the re-bid results for the 1 ih Avenue Sports Complex
(Soccer Complex} building and decide whether to accept or reject the bids.
BACKGROUND
The design of the building that will provide restrooms, concessions, meeting space, storage,
and mechanical controls for the 1th Avenue Sports Complex was bid in spring of 2005. The
bids were rejected by City Council for being over budget. Low bidwas $528,500,
Council directed a redesign that would eliminate what were perceived to be the most
expensive items, including two separate roof structures and a central canopy. Other design
elements that would ensure longevity of the building remained as previously designed,
including exterior brick, metal roof, and commercial-grade components. The cost estimate for
the redesign was $470,000-$490,000.
Ten contractors submitted bids on the new design. The apparent low base bid was $593,000,
and the high bid was $731,895 (see attached bid tab sheet), The base bid is approximately
20% over the engineer's estimate.
Once again, we arefaced with the issue of costs for the proposed design. For comparison, I
was able to ut to ether recent bids for ro'ects that used similar materials:
Pro'ect A roximate Size Bid Amount S Ft Costs
Current Pro'ect Bid 1,750 593,000 $339
Huber Park Restroom/Stora e Buildin 2,400 530,000 $221
SPUC Building at West Side of Soccer 600 573,000 $950
Com lex
SPUC Well Building at 17th Avenue and 1120 564,000 $504
CR77 New Hi h School
SPUC Well Building at 10th Avenue and 962 507,000 $527
Spenser (across from current High
School
*Building costs and adjacent site work.
The architect has provided the attached analysis on the bid results vs. cost estimates. One
item noted in their analysis is that the cost estimates did not include storm sewer, which was
added. as part of the design in working with the City's Engineering Department.
DISCUSSION
After going through this design process twice, it is apparent that it is not possible to build a
building with similar materials that are required as part of the CUP for SPUC's adjacent
buildings at the cost that was estimated in the CIP. If we want bring this back under CIP
budget, there are two things that would need to happen:
1. Change the design from commercial grade to more residential grade. Thiswould include
changing exterior material from block and brick to wood framing and siding, using
standard asphalt roofing, etc. This would also change interior materials from block to
sheetrock. Most of internal the fixtures would need to remain commercial grade.
2. Eliminate building functions. The easiest way to do this would be to eliminate the
meeting, storage, and concession functions, and convert the concession area into a small
mechanical room for the site irrigation and future lighting controls. This would significantly
reduce. the size of the building.
Options to Consider
1. Reject all bids and delete the project.
This would eliminate a building from the site. We would continue. to use portable
restrooms. For larger tournaments, organizers could provide a mobile concession
operation.
2. Reject all bids and redesign by changing from commercial to residential grade and
eliminating building component functions.
As described above.
3. A ward the contract and allocate additional funding.
Thetotal budget in the 2006 CIP for this phase of the project is $536,000. This amount
includes funding for the building construction and remaining site improvements such as
fencing along the ponds, ADA modifications, and picnic tables, and landscaping.
The bid also contains alternates five alternates for consideration:
Alternate NO.1: Cement benches $3,500
Alternate No.2: Cement trash container enclosures $10,000
Alternate NO.3: Skylight $16,650
Alternate NO.4: Shade Structure $7,000
Alternate No.5: Trench Drains No bid
According to the low bidder, there was some confusion about whether Alternate No.5,
which was issued in an addendum, was to be part of the base bid. The low bidder
included the trench drains in their base bid. Of the four other alternates, the PRAB was
very interested in the shade structure, and this is a very good price. I would recommend
accepting the shade structure. The architect has indicated that the skylight would be a
focal design element of the building.
If you desire to moveforward with this design and bid, we would need to revise the CIP to
provide additional funding for this project and defer another park project, as we did in
including the $500,QOO for river bank stabilization and $368,000 for MNDOT Parcel 75
assessments.
AL TERNATIVES
1. Reject all bids by offering Resolution No. 6471, A Resolution Rejecting Bids for
Construction of the 1 th Avenue Sports Complex Building, Project No. PR2005-2.
(If you select this option, I would request additional direction on how to proceed.)
2. Award the contract by offering Resolution No. 6471, A Resolution Awarding a Contract
To Gladstone Construction for Construction of the 1th Avenue Sports Complex Building,
Project No. PR2005-2, and direct additional project funding be allocated from the Park
Reserve fund.
(If you select this option, you should provide direction on the bid alternates. The shade
structure is recommended.)
3. Reject the low bid and award the bid to another bidder.
REQUESTED ACTION
City Council should, by motion, move an alternate consistent with your direction. If you offer
either of the resolutions attached, please indicate whether it is the resolution rejecting bids or
awarding the contract.
RESOLUTION NO. 6471
A Resolution Rejecting Bids For Construction of the 17th Avenue Sports Complex
Building, Project No. PR2005-2
WHEREAS, pursuant to an advertisement for bids for. the. Construction of the 1 ih
Avenue Sports Complex Building, Project PR2005-2, bids werereceived, opened and tabulated
according to law, and the following bids were received complying with the advertisement:
Gladstone Construction $593,000
Morcon Construction . $593,175
K. A. Witt Construction Co. $594,900
Ebert Construction $598,200
Lund Martin Construction $612,000
Maertens Brenny Construction $612,900
CM Construction. Company, Inc. $617,000
RJM Construction $637,000
GA Construction $652,000
Greystone Construction $731,895
AND WHEREAS, the low bid exceeds the project budget.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
SHAKOPEE, MINNESOTA:
1. Bids for the 1 ih Avenue Sports Complex Building, Project No. PR2005-2 are
hereby rejected by City Council.
2. The City Clerk is hereby authorized and directed to return forthwith to all bidders
the deposits made with their bids.
Adopted in session of the City Council of the City of Shakopee,
Minnesota, held this day of ,2006.
Mayor of the City of Shako pee
ATTEST:
City Clerk
RESOLUTION NO. 6471
A Resolution Accepting Bids For Construction of the 1 ih Avenue Sports Complex
Building, Project No. PR2005-2
WHEREAS, pursuant to an advertisement for bids for the Construction of the 1 ih
Avenue Sports Complex Building, Project PR2005-2, bids were received, opened and tabulated
according to law, and the following bids were received complying with the advertisement:
Gladstone Construction $593,000
Morcon Construction $593,175
K. A. Witt Construction Co. $594,900
Ebert Construction $598,200
Lund Martin Construction $612,000
Maertens Brenny Construction $612,900
CM Construction Company, Inc. $617,000
RJ M Construction $637,000
GA Construction . $652,000
Greystone Construction $731,895
AND WHEREAS, City Council has carefully considered the alternates to the bid and is
selecting the following alternates;
Alternate No.1: Cement benches
Alternate No.2: Cement trash container enclosures
Alternate No.3: Skylight
Alternate No.4: Shade Structure
AND WHEREAS, it appears that Gladstone Construction Inc, 1315 Frost Avenue, St.
Paul, Minnesota, 55109 is the lowest responsible bidder.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
SHAKOPEE, MINNESOTA:
1. The appropriate City officials are hereby authorized and directed to enter into a
contract with Gladstone Construction Inc. in the name of the City of Shakopee for the
construction of the 17th Avenue Sports Complex Building, Project No. PR2005-2, according to
the plans and specifications therefore authorized by the City Council and On file in the office of
the City Clerk.
2. The City Clerk is hereby authorized and directed to return forthwith to all bidders
the deposits made with their bids, except that the deposits of the successful bidder and the next
lowest bidder shall be retained until a contract has been signed.
Adopted in session of the City Council of the City of Shakopee,
Minnesota, held this day of ,2006.
Mayor of the City of Shakopee
ATTEST:
City Clerk
BID TABULATION BKV Group, Inc.
17th A venue Sports Complex Building 222 North Second Street
Project #PR2005-2 Minneapolis, MN 55401
Bid Date: August 30, 2006
Add#1 Add#2 Add#3 Add#4 (08
(08-17-06) C08-23-06) C08-25-06) 28-06)
Baker Electric, Inc.
CM Construction Comoany, Inc. y y y y y $617,000 $5,100 $7,400 $8,500 $17,500 NO BID .
Ebert Construction y y y y y $598,200 $3,081 $4,405 $7,545 $15,305 $6,200
GA Construction y y y y y $652,000 $4,000 $4,100 $14,100 $4,100 NO BID
Gorman Surveying, Inc.
Gladstone Construction y y y y y $593 000 (Low Bid) $3,500 $10,000 $16,650 $7,000 NO BID
Grevstone Construction y y y y y $731.895 mil!h Bid) $3,604 $10,860 $14 982 NO BID
Gunner Electric
.
Honda Electric
K. A. Witt Construction Co. y y y y y $594 900 $3.970 $6,100 $9 625 $15 570 $1 790
Kloos Electric
Kumar Mechanical. Inc.
Lund Martin Construction y y y y y $612000 $5,815 $6 720 $9 778 $18451 NO BID
Maertens Brennv Construction y y y y y $612,900 $5 000 $5,300 $7 100 $14000 $6.900
Master Mechanical
Merrimac Construction
.
Met-Con Construction .
Morcon Construction y y y y y $593 175 $2 276 $8 848 $7 094 $9.390 NO BID
.
Northfield Construction Co. Inc
U:\Parks\Park Developmenl\17lh Avenue Sports Complex\Building\Redesign\BIDTAB-083006 (2) 8/31/2006
Prestige Builders . ..
RJM Construction y y y y y $637,000 $8,000 $9,000 $17,000 $25,000 NOBID
Vinco. Inc. ..
Willow River Construction
Wright Electric, Inc.
U:\Parks\Park Development\17th Avenue Sports Complex\Building\Redesign\BIDTAB-083006 (2) 8/31/2006
BKV
GROUP
An::hit~ August 31,2006
Interior Design
Boarman On August 30th, bids were received for the 1 ih Avenue Sports Complex Building.
Kroos Ten general contractors bid the project with the low bid from Gladstone
Vogel Construction at $593,000. The low bid is over the budgeted amount of $490,000
Group and BKV Group has followed up with general contractors to determine the
1:'1c. discrepancies between the final cost estimate and the bid results.
North Second Street
Minneapolis, MN 5540 I The main discrepancies in the prebid estimate versus the actual post-bid
Telephone: 6 I 1,339.3752 numbers are as follows:
Facsimile: 612:.339.6212
www.bkvgro\Jp,com Estimate Bid Difference
Ear:
Temp Heat $0 $ 5,000 $ 5,000.00
Utilities to Exist.Sewer $ 0 $30,000 $30,000.00
(*Estimate was based upon preliminary civil drawings, which did not
account for storm sewer connection from proposed building to existing
storm sewer at parking lot.)
Lumber $30,000 $40,000 $10,000.00
Mechanical $24,400 $40,000 $15,600.00
Electrical $35,500 $48,000 $12,500.00
Total $73,100.00
The current design represents a "baseline" design approach that meets the
programmatic and building quality requirements that form the standard for City of
Shakopee Parks Buildings. The floor plan accomplishes the basic programs of
toilets, concessions, conference room, and storage spaces articulated forthis
project. The quality level is defined by the use of durable, low maintenance
materials with a longer life-span such as concrete block construction, brick
exterior, heavy gauge metal at metal siding areas, and metal roofing. The
systems used provide the City of Shakopee with a 50+ year building in structure
and materials. It is the opinion of BKV Group that the current design proposes a
highly efficient and cost-effective building for the programs and quality required.
A design for a lower cost structure would require a different approach in either
programs (significantly reducing the size of the building) or, more likely, quality
(revising masonry structure and brick veneer to residential quality wood framing
with wood, vinyl, or aluminum siding).
Sincerely,
Victor Pechaty, AlA
BKV Group
Q:\ I 536-03\bus\Ltr-EstimatePrebidvsPostbid-083I 06.DOC