Loading...
2003-25280 ResoRESOLUTION NO. 2003-25280 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, RATIFYING A CONTRACT IN THE AMOUNT OF $134,430 TO SOUND CONCEPTS, INC., FOR THE INSTALLATION OF A STAGE AND THE ASSOCIATED STAGE RIGGING IN THE BYRON CARLYLE THEATER. WHEREAS, during the programming and design of the performing arts stage to be used in the Byron Carlyle Theater, it was determined that due to the slope of the floor in the theater and the requirements to construct a stage in compliance with the Americans with Disabilities Act (ADA), without affecting the existing structural elements in the building, that the stage would need to be custom built; and WHEREAS, The Mayor and City Commission, at the November 28, 2001 Commission meeting, adopted Resolution No. 2001-24677, which authorized the Property Management Director to serve as the Certified General Contractor for the renovations of the Byron Carlyle Theater; and WHEREAS, the Property Management Director exercised the authority given to him by the City Manager and City Commission, and prepared a specification bid package that reflected the exact needs of the stage construction to comply with the existing conditions of the building and the applicable code requirements; and WHEREAS, after the specification bid package was complete, three fi..s that specialize in theater stage construction were contacted to provide quotes for the scope of the work which resulted in three separate bid submittals for the project; and WHEREAS, the Property Management Director, after reviewing the bids, checking references, licensing, and insurance requirements determined that Sound Concepts, Inc. provided the lowest responsive responsible bid for the work; and WHEREAS, a contract with Sound Concepts, Inc. was prepared and form approved by the Legal Department, and executed by the Mayor and City Clerk for the installation of a stage and the associated stage rigging in the Byron Carlyle Theater; and WHEREAS, as required by Resolution No. 2001-24677, the Administration herein requests that the Mayor and City Commission herein ratify the aforestated contract; said contract dccmed necessary to continue the prosecution of work on the Byron Carlyle Theater. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission herein ratify a contract in the amount of $134,430, to Sound Concepts, Inc. for the installation of a stage and the associated stage rigging in the Byron Carlyle Theater. PASSED and ADOPTED this 30th of / \ I ATTEST: FORM&~ / IJ [( / / ,2003. CITY OF MIAMI 'BEACH COMMISSION ITEM SUMMARY Condensed Title: Ratification of a contract to Sound Concepts, Inc., in the amount of $134,430, for the installation of a stage and the associated rigging in the Byron Carlyle Theater. Issue: IShall the City Commission ratify a contract in the amount of $134,430 to Sound concepts, inc. for the installation of a stage and the associated stage rigging in the Byron Carlyle theater? Item Summary/Recommendation: In accordance with Resolution No. 2001-24677 adopted by the City Commission on November 28TM, 2001 the Administration, through its Property Management Director, is providing General Contracting services including bidding, the award of contracts for work, and change orders on the Byron Carlyle Theater. Under the provisions of the Resolution, contracts exceeding $25,000 must be brought back before Commission for Ratification. As requested by the City Commission, the total project budget cost to date is shown in the attachments. The Administration recommends that the Mayor and City Commission ratify the contract with Sound Concepts, Inc., in the amount of $134,430. idvisory Board Recommendation: Financial Information: Amount to be expended: Source of Amount Account Approved Funds: 1 $134,430 161.6235.000676 2 3 4 Finance Dept. TOtal $134,430 Sign-Offs: I .222. °r Assistant ci~ ci~Manager A ..DA ,T.. C DATE ~-~- ~ CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE, MIAMI BEACH, FLORIDA 33139 ~r~ http://ci.miami-beach.fi.us TO: FROM: SUBJECT: COMMISSION MEMORANDUM NO. DATE: July 30, 2003 Mayor David Dermer and Members of the City Commission Jorge M. Gonzalez City Manager A RESOLUTION OF THE MAYOR AND MEMBERS OF THE CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, RATIFYING A CONTRACT IN THE AMOUNT OF $'134,430, TO SOUND CONCEPTS, INC., FOR THE INSTALLATION OF A STAGE AND THE ASSOCIATED STAGE RIGGING IN THE BYRON CARLYLE THEATER. ADMINISTRATION RECOMMENDATION Ratify the resolution. ANALYSIS During the programming and design of the performing arts stage to be used in the Byron Carlyle Theater, it was determined that due to the slope of the floor in the theater and the requirements to construct a stage in compliance with ADA without affecting existing structural elements in the building, that the stage would need to be custom designed and built. The Mayor and City Commission, at the November 28, 2001 Commission meeting, adopted Resolution No. 2001-24677, which authorized the Property Management Director to serve as the Certified General Contractor for the renovations of the Byron Carlyle Theater. The Property Management Director exercised the authority given to him by the City Manager and City Commission, and prepared a specification bid package that reflected the exact needs of the stage construction to comply with the existing conditions of the building and the applicable code requirements. After completing the specifications, three firms that specialize in the construction of theater stages and the associated stage rigging requirements were contacted to provide quotes for the stage and stage rigging work. Of the three firms that received bid packages, all three submitted quotes for the project. After reviewing the quotes, and after checking background references, plus licensing and insurance requirements, the Property Management Director determined that Sound Concepts, Inc. was the lowest responsive responsible bidder on the project. A contract was prepared with Sound Concepts, Inc., in the amount of $134,430, and was reviewed and form approved by the Legal Department on April 4, 2003. The contract was then signed by the contractor and executed by the Mayor and City Clerk as required. As requested by the City Commission, the total project budget cost to date is shown in the attachment. The Administration recommends that the Mayor and Members of the City Commission of The City of Miami Beach ratify the Property Management Director's contract to Sound Concepts, Inc., in the amount of $134,430 for the installation of a stage and the associated stage rigging in the Byron Carlyle Theater. JMG/RCM/FB/BAJ C:Wly Files~ComrnemotByronRatifyStageMemo. DOC 160 AGREEMENT THIS AGREEMENT made this .~../~7~day of ,/~?,~' 20_~_~, A.D. between the CITY OF MIAMI BEACH, a Florida municipal corporation, hereinafter called the City, which term shall include its successors and assigns, party of the one part, and hereinafter called the Contractor, which term shall include its heirs, successors and assigns, party of the other part. WITNESSETH that the said Contractor for the consideration and compensation herein agreed to be paid and the said City in consideration of the construction of improvements to be done by said Contractor and designated" STAGE-RIGGING INSTALLATION AT THE BYRON CARLYLE THEATRE "by said City, do hereby mutually agree as follows: This Agreement shall extend to and be obligatory upon said City, its successors and assigns, and upon said Contractor and its heirs, successors and assigns. Neither this Agreement nor any part thereof nor any part of the Work herein contemplated, shall be assigned or sublet, nor shall any sums of money provided to be paid to said Contractor be assigned by said Contractor to anyone without the consent of the City Commission of said City evidenced by its resolution. The foregoing pages &this booklet, including the Notice to Contractors, the Proposal, and the Contract Documents and such alterations as may be made in said Plans and Specifications as therein provided for, are hereby referred to and made a part of this Agreement and the terms and conditions set forth therein, except when in direct conflict with this written Contract, are as much a part hereof as if copied herein. If conflicts exist between them and this written instrument, only that part of the matter in direct conflict herewith shall not be construed to be a part hereof. The Contractor shall commence work within seven (10) days &the Notice to Proceed and shall construct and complete in a good and workmanlike manner the materials herein referred to, strictly in accord herewith the following: 3.1 The Contractor shall be Substantially Completed with the Work within sixty (60 calendar days after the date when the Contract Time commences to run as provided in paragraph 2.3 of the General Conditions, and completed and ready for final payment in accordance with paragraph 14.13 of the General Conditions within one- hundred-twenty (120) calendar days a?ter the date when the Contract Time commences to run. QUOTE NO: VA-QT04-003 CITY OF MIAMI BEACH DATE02/28/03 28 3.2 Damages - City and Contractor recognize that the City will suffer direct financial loss if Work is not completed within the Contract times specified in paragraph 3.1 above (or alternate bid item No. 1, if awarded by City) plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expense and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time, and therefore time is of the essence. Accordingly, instead of requiring any such proof Contractor agrees to forfeit and pay Owner as liquidated damages for delay (but not as a penalty) the amount of Two Hundred Dollars ($200.00) for each calendar day that expires after the Contract Time specified in paragraph 3.1 for Substantial Completion until the Work is substantially complete. After Substantial Completion if Contractor shall neglect, refuse, or fail to complete the remaining Work within the Contract Time, Contractor shall pay Owner Two Hundred Dollars ($200.00) for each calendar day that expires after the time specified in Paragraph 3.1 for completion and readiness for final payment. These amounts represent a reasonable estimate of Owner's expenses for extended delays and for inspection, engineering services and administrative costs associated with such delay. In such construction said Contractor shall furnish all implements, machinery, equipment, transportation, tools, materials, supplies labor, and other things necessary to the execution and completion of the Work, nothing being required of the City except that it may, at its expense, supervise such construction and enter upon and inspect the same at all reasonable times. If any dispute arises between the City and said Contractor with reference to the meaning or requirements of any part of this Contract and they cannot agree, the more stringent requirements shall govern as determined by the City. If the Contractor shall complete the construction herein contemplated in a good and workmanlike manner within the time herein specified and in accord herewith, the said City shall pay to the Contractor the contract sum in accordance with the Conditions of the Contract. The City, by allowing Contractor to continue with said construction after the time for its completion hereinbefore stated shall not deprive City of the right to exercise any option in this Agreement contained nor shall it operate to alter any other term of this Agreement. ~r shall file with the Procurement Director of said City of~ P~~00 perc~e_nt of_ C~oved by the C!ty of M'~ecuted by said on Agen~t .,,~ ~, to do business in the State of Florida. The Contractor shall file Insurance Certificates, as required, and they must be signed by a Registered Insurance Agent licensed in the State of Florida and approved by the City of Miami Beach Risk Manager. QUOTE NO: VA-QT04-003 CITY OF MIAMI BEACH DATE02/28/03 29 All documents shall be executed satisfactorily to said City and until Bonds and Insurance Certificates have been filed and approved, this Contract Agreement shall not be effective. 10. Owner shall pay Contractor for performance of the Work in accordance with the Contract Documents in current funds at the lump sum or unit prices presented in the Bid Proposal, attached to this Agreement. The parties expressly agree that the Contract Price is a stipulated sum except with regard to the items in the Bid which are subject to unit prices. Contract Price: $ / :.-.-3,g/,~9. ~o 11. The Contract Documents which comprise the entire Agreement between City and Contractor are attached to this Agreement and made a part hereof. The Contract Documents may only be amended, modified or supplemented as provided in the General Conditions. IN WITNESS WHEREOF the said City has caused this Agreement to be signed by the Mayor of the City of Miami Beach, Florida and its corporate seal to be affixed, attested by the City Clerk of the City of Miami Beach and the said Contractor has caused this Agreement to be signed it its name. Contractor (~.uthorized Corpo~/Officer) ATTEST: City Clerk APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION QUOTE NO: VA-QT04-O03 CITY OF MIAMI BEACH DATE02/28/03 30 CITY OF MIAMI BEACH COMMISSION MEMORANDUM To: Mayor David Dermer and Members of the City Commission From: Jorge M. Gonzalez City Manager Subject: Date: July 30, 2003 BYRON CARLYLE THEATER - BUDGET AND PROJECT STATUS REPORT This memorandum serves as a status report on the Byron-Carlyle Theater and outlines the funding sources for the acquisition and the existing funding sources for the on-going renovation. Information is also provided regarding the appraised value, limitations imposed by the 50% rule, the anticipated cost of the remaining work needed for the theater's renovation (through Phase II), operating costs, and information on the current status and work accomplishments on the project. FUNDING SOURCES FOR ACQUISITION Date Reso No. Source Purpose Amount 1/10/01 2001-24229 General Fund Undesignated Purchase deposit $170,000 " Site assessment $20,000 4/18/01 2001-24344 General Fund Undesignated Purchase balance $1,530,000 Closing costs $12,000 TOTAL ACQUISITION EXPENSES FROM GENERAL FUND ................................................ $1,732,000 APPRAISED VALUE AND 50% rule On March 20, 2002, M.L. Cain & Associates, Inc. estimated the Replacement Cost New of the improvements as $2,200,000. Based on this appraisal, we may only spend $1,100,000 before triggering the 50% rule which requires a property owner to bring the entire structure up to current code. The current renovation budget has allocated approximately $1,100,000 for construction costs and $638,596 to equipment costs as described below. If the City were awarded the aforementioned State grant in the amount of $500,000, the City would procure a new appraisal in anticipation of establishing a higher replacement cost. As previously reported, the Administration initially projected $7.3 million to completely renovate the facility and bring the entire building up to current code. FUNDING SOURCES FOR RENOVATION Date Reso No. Source 4/18/01 2001-24344 General Fund Undesignated (in account #301.2316.000676) Purpose Amount Required Repairs $500,000 5/16/01 2001-24396 Quality of Life (via NBDC) (in account #161.6235.000676) Rehab of B-C $150,000 3/20/02 2002-24802 Quality of Life (via NBDC) (in account #161.6235.000676) Theater improvements $150,000 5/29/02 2002-24864 Reallocation of CDBG funds (in account #132.5820.000346): · FY 00/01 NBDC Com. Fa~:ade Rehab of B-C $150,000 · FY 01/02 NBDC Com. Facade Rehab of B-C $150,000 MBCDC Pres. & Rehab Prog. Rehab of B-C 06/02 Miami-Dade CDBG (via NBDC) Purchase Equipment 6/13/02 9/18/02 Miami-Dade Cultural Affairs Grant State Cultural Facilities Program Grant FY 01/02 (to reimburse us for expenditures incurred after 9/18/02. Must be expended by 4/1104) 10/1/03 Miami-Dade Department of Cultural Affairs Capital Development Grant Purchase Equipment (after 10/01/03) TOTAL FUNDING OBTAINED TO DATE FOR RENOVATIONS .............................................. $100,000 $ 50,OOO $16,096 $460,00O $12,500 $1,738,596 The City has also applied for a Phase II grant from the State of Florida for an additional $500,000 for the FY 03/04 grant cycle. The probability of receiving this award is uncertain at this time and will be determined during the 2003 legislative session. CONSTRUCTION EXPENDITURES TO DATE · Completion of Phase I - renovation of 3,400 sf of lobby space into office space · Remodeling of the lobby restrooms into full ADA compliance · Commencement of Phase II (lobby and theater space) · Replacement of roof and HVAC equipment TOTAL EXPENDITURES WHICH APPLY TO THE 50% RULE ANTICIPATED COSTS FOR THE REMAINDER OF PHASE II Estimates for requirements imposed by the building and fire codes: · Fire Sprinkler System $89,750 Required for the entire building base on occupancy. Quote provided by a licensed fire sprinkler contractor. · Fire Alarm System $56,305 Required by Fire Code for the entire building. · ADA Wheelchair Lift (Stairway to mezzanine) $26,000 Required to provide ADA "path of travel" to the mezzanine area. · Acoustical Ceilings (Lobby and Theater areas) $21,000 Estimated @ $5.00 per square foot x 7600 sq. ff. · Floor Finish (Lobby and Theater) $22,500 Estimated @ $25 per square Yard x 900 sq. yd. · Concrete Work ~ $30,000 Lobby floors, concrete stairs, mezzanine barrier wall extensions, and saw cut and fill for electrical lines in the Theater floor. Total = $245,555 $589,062 (under contract) (bid process complete) (specifications complete) (specifications complete) (in design) (85% complete} Estimates for additional costs for completion of Phase I1: · Electrical/Lighting/Fixtures (Not including Stage lighting) · Plumbing/Fixtures (Existing and new ADA Unisex restroom) · HVAC (Installation and existing duct cleaning) · Carpentry (concrete forming, interior walls, doom, cabinetry, ceramic tile, wall treatments, trim drywall and finishing etc.) · Paint · ADA Compliant Entry Doom and Handrails · Other interior Finishes ANTICIPATED COSTS FOR THE REMAINDER OF PHASE II $70,000 $20,000 $20,000 $65,000 $12,000 $8,000 $70,383 Total= $265,383 $510,938 (work underway) (work underway) (cleaning complete) (work started includes) * Partition Framing * Concrete (design phase) (design phase) (design phase) TOTAL CONSTRUCTION COSTS THROUGH PHASE II ........................................... $1,100,000 REMAINING RENOVATION FUNDS Any remaining renovation funds (currently estimated at $638,596) may be utilized for costs associated directlywith the Theater's operationaldesign needs, finishes, and otherdesign requirements. Items such as the theater stage, stage lighting, sound system, seating, theater curtains or drapes, and some decorative finishes are being considered fixtures of the building rather than part of the construction project that would count against the 50% rule. WORK ACOMPLISHMENTS Work accom plished on the Byron Carlyle Theater Renovation Project as of the date of this report include the following: 1) Design, en.qineerin.q, and construction permittinq: Base floorplans that reflect the theater design to include lobby, public restrooms, ADA requirements including path of travel, theater seating, stage, dressing rooms, fire prevention systems, acoustical ceilings, plumbing, HVAC, and necessary structural changes to floors, stairs, and Wall openings have been completed. These plans have been reviewed by all regulatory agencies and a building permit was obtained for the required construction work. 2) Demolition: All intedor demolition of the existing building finishes and necessary structure has been completed to facilitate the construction of the performing arts theater. 3) HVAC: Due to the age and condition of the existing HVAC system in place when the facility was purchased, and to meet the needs of the performing arts theater, it was required that all NC units in the renovation space had to be replaced with new equipment. In addition, existing ductwork required cleaning and sanitation to be used in the project. Specification and required construction documents for the NC system replacements and required ductwork cleaning requirements were developed and the project was bid for construction. This work has been completed. 4) Roof Replacement: Due to the condition of the existing roof of the facility, the roof areas above the project boundaries has been replaced with a new modified bitumen roof system that provides for a twenty year warranty. In addition to the roof replacement, the current Building Code required additional structural reinforcing of the roof support elements to meet post Hurricane Andrew wind up-lift code requirements. Specifications were developed, the project was contracted, and the work has also been completed. 5) Concrete Work: To facilitate the plan design, required the removal of structural elements including raised floor areas, relocation and the construction of new concrete stairs, and the leveling of floors in the Theater space to provide for dressing rooms and the required accessible ramps to meet ADA path of travel requirements, engineered structural plans were developed to meet these needs. Areas in the Lobby including the stairs and structural floor slab needs have been completed. Areas in the Theater space are currently under construction. 6) Sanitary System and Roof Drain Systems: The sanitary lift station in the facility required and received a complete renovation of the system. Problems with the roof drain system, that was inoperative and caused water intrusion into the facility, has also been resolved by means of extensive placement and repair corrections. The work on these issues has been completed and both systems are now working properly. 7) Fire Protection Systems: Due to current Fire Code occupancy requirements, the design of the space requires the installation of a fire sprinkler system and fire alarm system in the facility. Engineered construction documents were developed for both systems. Both systems were bid and contracts for the installations have been awarded. The installation of the fire sprinkler system is currently underway. The installation of the fire alarm system will take place as the project construction proceeds. 8) Lobby Area: Interior wall framing is currently underway. Electrical and plumbing elements have progressed and have received preliminary inspections as required by the Building Department. Specifications for the installation of the acoustical ceilings, A/C ductwork reconfigurations, and wheelchair lift to the mezzanine area to comply with ADA requirements have been developed. Construction of an ADA compliant restroom in the Lobby area is currently underway. Interior finishes such as flooring, lighting, decorative wall finishes, and trim are currently being developed. 9) Theater Area: In addition to the concrete work and fire sprinkler system installation that are currently underway, the following are other work accomplishments in the Theater space: · Sta,qe: The design requirements for the theater stage have been completed. This included the stage itself, support columns to support the motorized overhead stage light rigging equipment, stage curtains, required accessible ramps, stage lights, and front of stage lighting needs. Contracts for these items have been awarded and construction and installations is planned to coordinate with the project's installation date requirements. · Interior Finishes: Elements of the decorative finishes to the interior of the theater spaces are currently being developed. These include wall curtains, floor finishes, sound system, accessible egress floor lighting, theater seating, railings, and theater house lighting and dimming systems. Construction plans for the dressing rooms and other intedor room construction requirements are complete and are under current building permit scope. Acoustical ceiling specifications are complete and a bid documents are being prepared to allow for the contract award. Installation or construction of these items will also be determined by the installation date requirements as dictated by the project's scheduled flow of construction. This is required due to the need to complete of some elements before others can be started. 10) Project Schedule: Although some significant delays were experienced due to plan review revisions that were required by the Fire and ADA regulatory agencies, the project is currently under approved building permits and proceeding as planned. The Administration is now expecting the completion of the project by March 2004. OPERATING COSTS The budgeted general maintenance expenses have been: · FY 2001/2002 from general fund · FY 2002/2003 from general fund $40,000 $75,000 Unanticipated maintenance repair needs (unbudgeted) · Sanitary Sewer Lift Station: to repair the existing lift station. · Repairs and replacement of existing building roof drains. $24,924 (complete) $ 6,500 (complete) Following the completion of Phase I, four tenants occupied space in the office portion of the facility. These tenants each paid $1 per year as rent, plus the following operating expenses: · February 1, 2002 through September 30, 2002 (FY 01/02) · October 1, 2002 through January 30, 2003 $10,400 $11,340 In March,2003, due to the difficulties adsing from water intrusion and roof replacement construction, three tenants were relocated and their payments were abated. The fourth tenant, North Beach Development Corporation, chose to relocate to another location in North Beach, and consequently, did not enter into a new lease with the City. Although the theater is not yet operational, we are projecting building maintenance at $7'5,000 for FY 200312004. The theater completion (Phase II) is projected for early 2004. SUMMARY OF FUNDING SOURCES AND EXPENSES TOTAL FUNDING OBTAINED TO DATE FOR RENOVATIONS ........................................................... $'1,738,596 EXPENDITURES TO DATE WHICH APPLY TO THE 50% RULE ANTICIPATED COSTS FOR THE REMAINDER OF PHASE II TOTAL CONSTRUCTION COSTS THROUGH PHASE II $589,062 $510,938 $1,100,000 AVAILABLE FUNDS FOR MAINTENANCE/OPERATIONS, AND PURCHASE OF FURNITURE, FIXTURES, AND EQUIPMENT, ETC. $638,596 BALANCE AVAILABLE FOR FUTURE RENOVATIONS ........................................................................ $0' *In the event that the State does not award the $500,000 Phase II grant for FY 03/04. CONCLUSION Due to the restrictions and limitations imposed by the 50% Rule, the design and construction must conform with the known property appraisals of replacement costs that determine construction funding limitations. Any requests for changes in the design or construction that would exceed the restrictions and limitations imposed by the 50% Rule is not being considered. The on-going development of the project, that is being designed, permitted, and constructed by the Property Management Division, continues to be done within the current and available funding that is in-place for the project. JMG/CC/baj C.'W!y Files~yroncadyie~Byro~ Carlyle Budget and Status. doc BYRON-CARLYLE CONSTRUCTION' BUDGET Original Budget Expenditures Revised Budget I CONSTRUCTION EXPENDITURES TO DATE March 26, 2003 to Date July 30, 2003 I · Completion of Phase I - renovation of 3,400 sf of lobby space into office space 115,967 115,967 · Partial Roof and HVAC Replacement 467,346 467,346 · Co~encement of Phase II (lobby and theater space) 5,749 5,749 TOTAL ACTUAL COSTS FOR PHASE I 589,062 589,062 $ 589,062 ANTICIPATED COSTS FOR THE REMAINDER OF PHASE II Estimates for requirements imposed by the building and fire codes: ~ · Fire Sprinkler System 100,000 3,500 89,750 Required for the entire building base on occupancy. Quote provided by a licensed fire sprinkler contractor. i- Fire Alarm System 30,000 3,200 56,305 Required by Fire Code for the entire building. ADA Wheelchair Lift (Stairway to mezzanine) 26,000 26,000 Required to provide ADA "path of travel" to the mezzanine area. Acoustical Ceilings (Lobby and Theater areas) 38,000 21,000 s Estimated {~ $5.00 per square foot x 7600 sq. ft. Floor Finish (Lobby and Theater) 22,500 22,500 Estimated (~ $25 per square Yard x 900 sq. yd. · Concrete Work 30,000 23,000 30,000 Lobby floors, concrete stairs, mezzanine barrier wall extensions, and saw cut and fill for electrical lines in the Theater floor. 4 · Sanitary Sewer Lift Station to repair the existing lift station 27,000 $ 273,500 $ 29,700 $ 245,555 Estimates for additional costs for completion of Phase I1: · ElectricaVLighting/Fixtures (Not including Stage lighting) 70,000 5,362 70,000 · Plumbing/Fixtures (Existing and new ADA Unisex restreom) 25,000 3,227 20,000 · HVAC (Installation and existing duct cleaning) 25,000 20,000 · Carpentry 75,000 3,814 65,000 (concrete forming, interior walls, doors, cabinetry, ceramic tile, wall treatments, trim drywall and finishing etc.) · Paint 15,000 12,000 · ADA Compliant Entry Doors and Handrails 8,000 8,000 · Other interior Finishes 19,438 3,450 70,383 $ 237,438 $ `15,853 ' $ 265,383 L_ TOTAL COSTS FOR PHASE II $ 5'10,938 $ 45,553 $ 5'10,938 2 TOTAL CONSTRUCTION COSTS (PHASE I + PHASE II) $ 1,100,000.00 $ 634,615.`15 $ 1,100,000.00 AVAILABLE FUNDS FOR MAINTENANCE/OPERATIONS, AND PURCHASE OF FURNITURE, FIXTURES, AND EQUIPMENT, ETC. $ 626,096.00 $ 50,000.00 $ 638,596 3 TOTAL FUNDING OBTAINED TO DATE FOR RENOVATIONS $ 1,726,096 $ 684,615 $ t,738,596 '1 - $89,750 - Falcon Fire Protection, Inc. 2 - $43,450 - Lango Equipment Service (applies to several budgetary line items i.e. wheelchair lift, floor finish, concretework, etc.) 3 - $134,430 - Sound Concept, Inc. 4 - Sanitary Sewer Lift Station is now categorized as a maintenance repair and removed from construction cost, as reflected in memorandum. 5 - Acoustical Ceilings were originally estimated at $5.00/sf but quote has been obtained for a cost of $21,000. F:~cmgt~ALL~CHRISTINtB-C Funding-Costs Finance&Citywide.xl$ ConstCost - Phasell