Sparks City Council Meeting 2/13/2012 2:00:00 PM

    Monday, February 13, 2012 2:00 PM
    Sparks Council Chambers

General Business: 6.1

Title: Consideration and possible approval of Bid #11/12-013, PWP #WA-2012-92, C Street Garage Rehabilitation Project, Base Bid, Alternate #1, and Alternate #2, to Q & D Construction, Inc., in the total amount of $574,000.
Petitioner/Presenter: John A. Martini, P.E., Assistant Community Services Director/Chris Cobb, P.E., Capital Projects Manager
Recommendation: Staff recommends Council award Bid #11/12-013, PWP #WA-2012-92, C Street Garage Rehabilitation Project, Base Bid, Alternate #1, and Alternate #2, to Q & D Construction, Inc., in the total amount of $574,000.
Financial Impact: $600,000 in appropriations is contained in the 2011/2012 Capital Improvement Plan for Project 121100, Victorian Square Public Improvements, “C” Street Parking Garage Rehabilitation Project- Phase I, in Fund 1404, the FIP component of the Capital Projects Fund. This expense for the first phase of the renovation will post to Account 603510, Buildings- Non Cap using Project 12-1100-100.
Business Impact (Per NRS 237):
    
A Business Impact Statement is not required because this is not a rule.
Agenda Item Brief: Consideration and possible approval of Bid #11/12-013, PWP #WA-2012-92, C Street Garage Rehabilitation Project, Base Bid, Alternate #1, and Alternate #2, to Q & D Construction, Inc., in the total amount of $574,000. This project will extend the life of the structure and prolong its functionality, aesthetics, and safety. Staff recommends approval.


Background: The C Street Garage was originally constructed in 1987 and is in good shape overall given its age. Cracks had been forming within each level of the structure and causing water leaks from floor to floor so in 2008 the City hired WD Architecture and Engineering to perform a condition assessment of the parking garage. The primary conclusion was that overall the condition of the structure was very good, but the service life of the structure would be cut short if the drainage in the center of the building was not corrected. Currently the drains are easily plugged and a curb is not present at the center of the building to keep water from overflowing from floor to floor. Another area of concern is at each of the turning bays water is ponding and causing the slab to spall. They recommended that once drainage issues were corrected the top surface of the parking decks should be sealed to prevent moisture and chloride intrusion which could damage the post tension tendons within the slab and girders.

Analysis: The base bid includes sealing the 3rd floor (top level) with a two coat thin bonded polymer overlay (TBPO) system and the remaining three floors will receive a deck sealer with sand broadcast and TBPO system in turning areas as designated on the plans. All areas where the TBPO system is installed will have to be ground down and thoroughly cleaned prior to application. All exterior stairs will receive deck sealer with a sand broadcast. The existing drainage system and wheel stops will be upgraded and repaired and there will be some painting of various locations of the existing deck. During design there was also concern with the glass that enclosed the police substation on the ground floor of the structure. This was a safety concern for the police department so included in this bid is replacement of the glass with metal composite wall panels. Alternate #1 will be to apply the two coat thin bonded polymer overlay system on the entire 2nd floor in lieu of using the standard deck sealer with sand broadcast. Alternate #2 is to apply the full two coat TBPO system to the 1st floor in place of the standard deck sealer and sand broadcast. Alternate #3 is on the ground floor and would replace the standard deck sealer and sand broadcast with the two coat TBPO system. Funding is available to accept Alternates #1 and #2. Alternate #3 was not accepted because funding is not available. The ground floor will be sealed with a standard deck sealer and will have the TBPO system applied at the outer turning radiuses in the locations shown on the plans. Accepting Alternate #1 and #2 will greatly extend the life of the parking garage and do a much better job of protecting the post tension tendons. The project was advertised in the Reno Gazette Journal on January 4, 2012 and copies were distributed to local plan rooms. Seven (7) bids were opened at City Hall on January 25, 2012. Base Bid results ranged in cost from $346,300 to $513,380 and according to the bid specifications the bid will be ranked and awarded using the “Base Bid” amount. The contract amount includes a force account of $25,000 to correct unforeseen conditions, if required. There are three (3) alternate bid items in this project and two (2) of them upon Councils approval are recommended to be accepted. Upon reviewing the submittals required with each bid, it was observed that six (6) out of the seven (7) contractors who bid on the project failed to list themselves as the performing contractor for portions of the work as now required under NRS 338.141. Under recent revisions to the Nevada Revised Statutes (NRS), the prime contractor must list himself for the portion of the work he will perform on the same sheet used to list sub-contractors who will perform 5% or more of the value of the work. Failure to disclose the distribution of the contracted work between prime contractor and subcontractors has been reviewed at the state and local level over the last six months with the conclusion that this is considered a non-responsive bid and subject to disqualification in the bid process. The City Attorney concurs with this interpretation and recommends that these bids be found non-responsive and disqualified. This finding does not subject the contractor to any penalty other than disqualification in this bid nor does it prejudice the contractor from participating in future publicly bid projects. It is also referenced in the “Special Provisions” of this project; the “Standard Specifications for Public Works Construction” (Orange Book) apply except where modified by this bid. It is noted in the last sentence of section 100.12 CONTRACT of the Orange Book that “The Bidder to whom award is made, shall not subcontract more than 50 percent of the total cost of the project.” The three (3) lowest bidders have indicated in discussion and their submittals that they would be performing substantially less than 50% of the work. This issue also causes these bidders to be non-responsive to the requirements of the bid document. Given the above circumstances, Q & D Construction, Inc. is the lowest responsive and responsible low bidder for this project with a base bid amount of $458,000. The bid is to be evaluated on the base bid total only as outlined in the bid specifications. The City has funding available and with Council’s approval will accept Alternate #1 for $58,000 and Alternate #2 for $58,000 which brings the total bid amount to $574,000. A copy of the bid recap is attached for the Councils review.

Alternatives: 1. City Council could approve the C Street Garage Rehabilitation Project, to Q & D Construction, Inc., as outlined by Staff. 2. City Council could reject the C Street Garage Rehabilitation Project, to Q & D Construction, Inc., and provide direction to the City Manager.

Recommended Motion: “I move to award Bid #11/12-013, PWP #WA-2012-92, C Street Garage Rehabilitation Project, Base Bid, Alternate #1, and Alternate #2, to Q & D Construction, Inc., in the total amount of $574,000.”

Attached Files:
     Bid Re-cap - C-Street parking Garage Rehab - Bid 11-12-013.pdf
     Q & D Contract-C-Street Garage.pdf
Previous Item
Next Item
Return To Meeting