File #: 25-2189   
Status: Passed
File created: 4/2/2025 In control: Clark County Board of Commissioners
On agenda: 4/15/2025 Final action: 4/15/2025
Title: Approve the award of Bid No. 607424-24, for Brandy Warehouse Fire Department - Tenant Improvements Brandy Warehouse - Roof Replacement to the low responsive and responsible bidder, contingent upon submission of the required bonds and insurance. Staff recommends award to Shaw-Lundquist Associates, Inc.; or take other action as appropriate. (For possible action)
Attachments: 1. Staff Report, 2. B607424-24 Disclosure

CLARK COUNTY BOARD OF COMMISSIONERS

AGENDA ITEM

 

Petitioner:

Jessica Colvin, Chief Financial Officer Shauna Bradley, Director of Real Property Management

Recommendation: 

title

Approve the award of Bid No. 607424-24, for Brandy Warehouse Fire Department - Tenant Improvements Brandy Warehouse - Roof Replacement to the low responsive and responsible bidder, contingent upon submission of the required bonds and insurance. Staff recommends award to Shaw-Lundquist Associates, Inc.; or take other action as appropriate. (For possible action)

body

 

 

FISCAL IMPACT:

Fund #:

4300.000

Fund Name:

CC Fire Service Dist

Fund Center:

1120820001

Funded PGM/Grant:

RP.A0321093

Amount:

$2,774,150

Description:

Brandy Warehouse Fire Department - Tenant Improvements Brandy Warehouse - Roof Replacement

Additional Comments:

None

 

Fund #:

4370.000

Fund Name:

County Capital Projects

Fund Center:

1120820001

Funded PGM/Grant:

RP.Roofing Program

Amount:

$1,687,830

Description:

Brandy Warehouse Fire Department - Tenant Improvements Brandy Warehouse - Roof Replacement

Additional Comments:

None

 

BACKGROUND: 

Bid No. 607424-24, for Brandy Warehouse Fire Department - Tenant Improvements Brandy Warehouse - Roof Replacement was advertised on January 21, 2025 and opened on February 18, 2025.  The Bid amounts are as follows:

BIDS RECEIVED:                                             
                                          BASE BID PLUS ADDITIVE ALTERNATE NO. 1 - 2:
Shaw-Lundquist Associates, Inc. (NBE)
                                                               $4,461,980.00
Inline Commercial Construction (NBE)
                                                               $4,768,264.00
Rafael Construction Inc. (NBE)
                                                                                    $5,057,182.00
Starke Contractors (NBE)
                                                                                    $5,102,967.00
Monument Construction
                      (NBE)                                                                                    $5,123,982.00
Builders United (NBE)
                                                                                                         $5,699,801.73
Cobblestone Construction (NBE)
                                                               $5,766,076.00
                     
This Contract is for the construction of the interior build out of an existing warehouse to include a new 7,859 square foot steel framed storage mezzanine, new floor level office spaces, breakroom, utility rooms, secure storage, equipment storage, new restroom, renovation of existing restroom, and a new fire riser room. Construction also includes the replacement of the entire roof of the building, removal of existing roof system, roof deck and batt station insulation, install new ridged insulation, roof decking, PVC roofing system, removal and replacement of existing evaporative coolers, heat pump units, all associated utility hook ups, new curbs, pipe supports and sleepers.

Additive Alternate No. 1 is for the preparation and painting of the interior sides of the existing concrete warehouse walls.

Additive Alternate No. 2 is for the preparation and painting of the entire south exterior face of the building, including the face of the loading dock and the stair handrails. Painting of exterior overhead doors and man doors shall be part of the base bid.

The following are the pertinent provisions of the Contract:
                     The Contractor shall complete the entire work within 120 calendar days from the date specified in the                      Notice to Proceed.
                     Includes the standard termination for cause within 7 business days and termination for convenience                      language as in all public works efforts of this type.

The recommendation of award is in accordance with NRS 338.1385.5, a public body or its authorized representative shall award a contract to the lowest responsive and responsible bidder.

Shaw-Lundquist Associates, Inc. currently holds a Clark County Business License.