CONSTRUCTION CONTRACTS - TERMINAL 1 ELEVATOR-ESCALATOR MODIFICATIONS

Agency: Nevada Government eMarketplace (NGEM)
State: Nevada
Type of Government: State & Local
NAICS Category:
  • 236220 - Commercial and Institutional Building Construction
  • 238290 - Other Building Equipment Contractors
  • 238990 - All Other Specialty Trade Contractors
Posted Date: Apr 2, 2024
Due Date: Apr 30, 2024
Solicitation No: FAA LAS C/E-3087(PWP CL-2024-308)
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page

Bid Information



Type
CCDOA Construction: Invitation to Bid (Sealed)
Status
Issued
Number
FAA LAS C/E-3087(PWP CL-2024-308) (CONSTRUCTION CONTRACTS - TERMINAL 1 ELEVATOR-ESCALATOR MODIFICATIONS)
Issue Date & Time
4/2/2024 03:28:56 PM (PT)
Close Date & Time
4/30/2024 02:00:00 PM (PT)
Time Left
27 days 18 hours 14 minutes 55 seconds
Notes
Public Works Project (PWP)# CL-2024-308

PROJECT DESCRIPTION


This is a federally assisted contract and therefore is subject to 49 CFR Part 26, Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs.


OWNER has established a DBE goal of 7.2% of the Contract amount for the Base bid.


NAICS codes applicable to this work are as follows:


238910 - Site Preparation Contractors

238210 - Electrical and Other Wiring Installation Contractors

333921 - Elevator and Moving Stairway Manufacturing

238290 - Other Building Equip. Contractors (Elevator Installation)


238310 - Drywall and Insulation Contractors

238220 - Plumbing, Heating and Air-Conditioning Contractors

238350 - Finish Carpentry Contractors (Doors and Windows)


This project is located at Harry Reid International Airport and includes adding two (2) new elevators and modernizing thirty-eight (38) passenger and freight elevators and (2) escalators that serve the Harry Reid International Airport (LAS). The project brings all vertical transportation elements up to building code.


The proposed Contract is under and subject to Executive Order 11246, as amended, of September 24, 1965, and to the Equal Employment Opportunity (EEO) and Federal Labor Provisions.

It is the policy of the Clark County Department of Aviation (OWNER) to promote the objectives of the United States Department of Transportation (DOT) with respect to the participation of Disadvantaged Business Enterprises (DBEs) in DOT-assisted contracts. This policy has been formulated to comply with 49 CFR Part 26 and Instruction to Bidders, Exhibit D, section A12, Guidance Concerning Good Faith Efforts.



Award of the Contract is conditioned on meeting the requirements for good faith efforts as defined in CFR 49 26.53. The DBE goal remains in effect throughout the term of the Contract.

The requirements of 49 CFR part 26 apply to this Contract. It is the policy of the OWNER to practice nondiscrimination based on race, color, national origin, sex, or sexual orientation in the award or performance of this contract. The OWNER encourages participation by all firms qualifying under this solicitation regardless of business size or ownership.

The OWNER, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 200d-4) and the Regulations, hereby notifies all Bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.

The following Federal provisions are incorporated into the contract by reference: 1) Buy American Preference, 2) Foreign Trade Restriction, 3) Davis Bacon, 4) Affirmative Action, 5) Governmentwide Debarment and Suspension, 6) Governmentwide Requirements for Drug-free Workplace.

The proposed Contract is under and subject to Executive Order 11246, as amended, of September 24, 1965, and to the Equal Employment Opportunity (EEO) and Federal Labor Provisions.

All labor on the project shall be paid no less than the minimum wage rates established by the U.S. Secretary of Labor and the State of Nevada.

The EEO requirements, labor provisions and wage rates are included in the specifications and bid documents and are available for inspection at the Department of Aviation, Harry Reid International Airport, Contracts Office, 1845 East Russell Road, 3rd Floor, Las Vegas, Nevada, 89119.

Each Bidder must supply all the information required by the bid documents and specifications.



Each Bidder must furnish a Bid Guarantee equivalent to the appropriate percentage of the Bid Price described in Instructions to Bidders, Article 11.2, of the Contract documents. The "Bid Guarantee" shall consist of a firm commitment such as a Bid Bond, certified check, or other negotiable instrument accompanying a Bid as assurance that the Bidder will, upon acceptance of his Bid, execute such contractual documents as may be required within the time specified.

The successful Bidder agrees to furnish a performance bond for 100 percent of the Contract price. This bond is one that is executed in connection with a Contract to secure fulfillment of all the Bidder's obligations under such Contract.

The successful Bidder agrees to furnish a payment bond for 100 percent of the Contract price. This bond is one that is executed in connection with a Contract to assure payment as required by law of all persons supplying labor and material in the execution of the work provided in the Contract.

OWNER reserves the right to refuse to issue a bid form, or to accept a bid from a prospective Bidder should such Bidder be in default for any of the following reasons:

Failure to comply with any pre-qualification regulations of OWNER, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding; or

- Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force (with OWNER) at the time OWNER issues the proposal to a prospective Bidder; or

- Contractor default under previous contracts with OWNER; or

- Unsatisfactory work on previous contracts with OWNER.

BOARD OF COMMISSIONERS

CLARK COUNTY, NEVADA

Contact Information
Name
Brandon Ledesma
Address
Administration Building
1845 E Russell Road
Las Vegas, NV 89119 USA
Phone
702 (261) 5574
Fax
Email
Contracts@LASairport.com




Bid Documents







Document name Format


Data pager



Data pager

Page size:


PageSizeComboBox
select
Your browser does not support inline frames or is currently configured not to display inline frames.
  • 10
  • 15
  • 20
  • 50



1 items in 1 pages

Bid Invitation

Acrobat / PDF


Bid Attachments





















File Name Description File Size


Data pager



Data pager

Page size:


PageSizeComboBox
select
Your browser does not support inline frames or is currently configured not to display inline frames.
  • 10
  • 15
  • 20
  • 50



28 items in 2 pages

1. 3087 - Volume One - Cover_Index_Instructions to Bidders.pdf
3087 - Volume One - Cover_Index_Instructions to Bidders. 522 KB

2. 3087 - ITB_Attachment A_SMWDBE Part 1.pdf
3087 - ITB_Attachment A_SMWDBE Part 1 74 KB

3. 3087 - ITB_Attachment B_SMWDBE Part 2.pdf
3087 - ITB_Attachment B_SMWDBE Part 2 668 KB

4. 3087 - ITB_Attachment C_DESIGNATION OF SUBCONTRACTORS 1% LIST.pdf
3087 - ITB_Attachment C_DESIGNATION OF SUBCONTRACTORS 1% LIST 217 KB

5. 3087 - ITB_Attachment E_SMWD BUSINESS ENTERPRISE UTILIZATION.pdf
3087 - ITB_Attachment E_SMWD BUSINESS ENTERPRISE UTILIZATION 545 KB

6. 3087 - ITB_Attachment F_CONSTRUCTION EQUIPMENT_NGEM.pdf
3087 - ITB_Attachment F_CONSTRUCTION EQUIPMENT_NGEM 59 KB

7. 3087 - ITB_Attachment G_-_PWP_RATES_CLARK_COUNTY_2023-2024 With Amendments 1-4.pdf
3087 - ITB_Attachment G_-_PWP_RATES_CLARK_COUNTY_2023-2024 With Amendments 1-4 1.35 MB

8. 3087 - ITB_Attachment H_PROJECT WORKFORCE CHECKLIST.pdf
3087 - ITB_Attachment H_PROJECT WORKFORCE CHECKLIST. 1.04 MB

9. 3087 - ITB_Attachment I_REQUEST FOR WAIVER.pdf
3087 - ITB_Attachment I_REQUEST FOR WAIVER 113 KB

10. 3087 - ITB_Attachment J Davis-Bacon Wages NV Clark 2024.pdf
ITB_Attachment J Davis-Bacon Wages NV Clark 2024 270 KB

11. 3087 - Volume One - Contract.pdf
3087 - Volume One - Contract 100 KB

12. 3087 - Volume One - Exhibit A General Conditions.pdf
3087 - Volume One - Exhibit A General Conditions 430 KB

13. 3087 - Volume One - Exhibit B Special Conditions.pdf
3087 - Volume One - Exhibit B Special Conditions 483 KB

14. 3087 - Volume One - Exhibit C Compensation Conditions.pdf
3087 - Volume One - Exhibit C Compensation Conditions 144 KB

15. 3087 - Volume One - Exhibit D - FAA Clauses Cert.pdf
3087 - Volume One - Exhibit D - FAA Clauses Cert 641 KB


Attachment Preview

FAA LAS C/E-3087(PWP CL-2024-308)
CONSTRUCTION CONTRACTS - TERMINAL 1 ELEVATOR-
ESCALATOR MODIFICATIONS
Issue Date: 4/2/2024
Questions Deadline: 4/16/2024 10:00 PM (PT)
Response Deadline: 4/30/2024 02:00 PM (PT)
Clark County Department of Aviation
Contact Information
Contact: Brandon Ledesma
Address: Diversity, Procurement & Contracts: Purchasing
Administration Building
1845 E Russell Road
Las Vegas, NV 89119
Phone: 702 (261) 5574
Email: Contracts@LASairport.com
Page 1 of 17 pages
Deadline: 4/30/2024 02:00 PM (PT)
FAA LAS C/E-3087(PWP CL-2024-308)
Event Information
Number:
FAA LAS C/E-3087(PWP CL-2024-308)
Title:
CONSTRUCTION CONTRACTS - TERMINAL 1 ELEVATOR-ESCALATOR
MODIFICATIONS
Type:
CCDOA Construction: Invitation to Bid (Sealed)
Issue Date:
4/2/2024
Question Deadline: 4/16/2024 10:00 PM (PT)
Response Deadline: 4/30/2024 02:00 PM (PT)
Notes:
Public Works Project (PWP)# CL-2024-308
PROJECT DESCRIPTION
This is a federally assisted contract and therefore is subject to 49 CFR Part
26, Participation by Disadvantaged Business Enterprises in Department of
Transportation Financial Assistance Programs.
OWNER has established a DBE goal of 7.2% of the Contract amount for the
Base bid.
NAICS codes applicable to this work are as follows:
238910 - Site Preparation Contractors
238210 - Electrical and Other Wiring Installation Contractors
333921 - Elevator and Moving Stairway Manufacturing
238290 - Other Building Equip. Contractors (Elevator Installation)
238310 - Drywall and Insulation Contractors
238220 - Plumbing, Heating and Air-Conditioning Contractors
238350 - Finish Carpentry Contractors (Doors and Windows)
This project is located at Harry Reid International Airport and includes adding two (2)
new elevators and modernizing thirty-eight (38) passenger and freight elevators and
(2) escalators that serve the Harry Reid International Airport (LAS). The project
brings all vertical transportation elements up to building code.
The proposed Contract is under and subject to Executive Order 11246, as amended,
of September 24, 1965, and to the Equal Employment Opportunity (EEO) and
Federal Labor Provisions.
It is the policy of the Clark County Department of Aviation (OWNER) to promote the
objectives of the United States Department of Transportation (DOT) with respect to
the participation of Disadvantaged Business Enterprises (DBEs) in DOT-assisted
contracts. This policy has been formulated to comply with 49 CFR Part 26 and
Instruction to Bidders, Exhibit D, section A12, Guidance Concerning Good Faith
Efforts.
Award of the Contract is conditioned on meeting the requirements for good faith
efforts as defined in CFR 49 26.53. The DBE goal remains in effect throughout the
term of the Contract.
Page 2 of 17 pages
Deadline: 4/30/2024 02:00 PM (PT)
FAA LAS C/E-3087(PWP CL-2024-308)
Page 3 of 17 pages
The requirements of 49 CFR part 26 apply to this Contract. It is the policy of the
OWNER to practice nondiscrimination based on race, color, national origin, sex, or
sexual orientation in the award or performance of this contract. The OWNER
encourages participation by all firms qualifying under this solicitation regardless of
business size or ownership.
The OWNER, in accordance with the provisions of Title VI of the Civil Rights Act of
1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 200d-4) and the Regulations, hereby
notifies all Bidders that it will affirmatively ensure that any contract entered into
pursuant to this advertisement, disadvantaged business enterprises will be afforded
full and fair opportunity to submit bids in response to this invitation and will not be
discriminated against on the grounds of race, color, or national origin in
consideration for an award.
The following Federal provisions are incorporated into the contract by reference: 1)
Buy American Preference, 2) Foreign Trade Restriction, 3) Davis Bacon, 4)
Affirmative Action, 5) Governmentwide Debarment and Suspension, 6)
Governmentwide Requirements for Drug-free Workplace.
The proposed Contract is under and subject to Executive Order 11246, as amended,
of September 24, 1965, and to the Equal Employment Opportunity (EEO) and
Federal Labor Provisions.
All labor on the project shall be paid no less than the minimum wage rates
established by the U.S. Secretary of Labor and the State of Nevada.
The EEO requirements, labor provisions and wage rates are included in the
specifications and bid documents and are available for inspection at the Department
of Aviation, Harry Reid International Airport, Contracts Office, 1845 East Russell
Road, 3rd Floor, Las Vegas, Nevada, 89119.
Each Bidder must supply all the information required by the bid documents and
specifications.
Each Bidder must furnish a Bid Guarantee equivalent to the appropriate percentage
of the Bid Price described in Instructions to Bidders, Article 11.2, of the Contract
documents. The "Bid Guarantee" shall consist of a firm commitment such as a Bid
Bond, certified check, or other negotiable instrument accompanying a Bid as
assurance that the Bidder will, upon acceptance of his Bid, execute such contractual
documents as may be required within the time specified.
The successful Bidder agrees to furnish a performance bond for 100 percent of the
Contract price. This bond is one that is executed in connection with a Contract to
secure fulfillment of all the Bidder's obligations under such Contract.
The successful Bidder agrees to furnish a payment bond for 100 percent of the
Contract price. This bond is one that is executed in connection with a Contract to
assure payment as required by law of all persons supplying labor and material in the
execution of the work provided in the Contract.
Deadline: 4/30/2024 02:00 PM (PT)
FAA LAS C/E-3087(PWP CL-2024-308)
OWNER reserves the right to refuse to issue a bid form, or to accept a bid from a
prospective Bidder should such Bidder be in default for any of the following reasons:
Failure to comply with any pre-qualification regulations of OWNER, if such
regulations are cited, or otherwise included, in the proposal as a requirement for
bidding; or
- Failure to pay, or satisfactorily settle, all bills due for labor and materials on
former contracts in force (with OWNER) at the time OWNER issues the proposal to a
prospective Bidder; or
-
Contractor default under previous contracts with OWNER; or
-
Unsatisfactory work on previous contracts with OWNER.
BOARD OF COMMISSIONERS
CLARK COUNTY, NEVADA
Ship To Information
Contact: Warehouse / Receiving
Address: Harry Reid International Airport
5875 Spencer St
Las Vegas, NV 89119
Billing Information
Contact: Finance: Accounts Payable
Address: Harry Reid International Airport
PO Box 11004
Las Vegas, NV 89111-1004
Email: accountspayable@LASairport.com
Bid Activities
Pre-Bid Conference & Site Tour
PRE-BID CONFERENCE
4/9/2024 10:00:00 AM (PT)
The Pre-Bid Conference will be held at date and time indicated. Interested parties can attend in person in Room 3C at
1845 E Russel Road, Las Vegas, 89119 or online at the meeting link below.
The purpose of the Pre-Bid Conference is to review and discuss the Bid Documents as well as the drawings,
specifications, and the County's Disadvantaged Business Enterprise (DBE) Policy. Interested parties should be aware
that the Pre-Bid Conference is for information only, and no meeting minutes are taken, recorded, or distributed. All
potential subcontractors are encouraged to attend the Pre-Bid Conference.
A Project Site Tour will be conducted following the conclusion of the pre-bid presentation. We have arranged for
transportation to and from the site. If you will be attending, please send an email noting your company's name and
number of attendees to contracts@lasairport.com.
Microsoft Teams meeting:
Click here to join the meeting
Meeting ID: 268 766 609 61
Passcode: aPnm6M
Or call in (audio only)
+1 702-629-2965,,905720035#
Phone Conference ID: 905 720 035#
Question Cut Off
4/16/2024 10:00:00 PM (PT)
Questions and Requests for Addendum are to be submitted via NGEM portal by the date and time stated. Questions
received after that date will have no guarantee of review.
Page 4 of 17 pages
Deadline: 4/30/2024 02:00 PM (PT)
FAA LAS C/E-3087(PWP CL-2024-308)
DOA Responses to Q&A Addenda
4/23/2024 10:00:00 PM (PT)
LAS/CE will issue answers to Questions and if applicable issue any Addenda by the date and time stated.
Bid Opening
4/30/2024 2:00:00 PM (PT)
Bids will be accepted electronically via the NGEM website on or before the date and time stated.
The bid opening will be conducted immediately after the bid due date/time.
Microsoft Teams meeting:
Join on your computer, mobile app or room device by clicking on below
Click here to join the meeting.
Meeting ID: 231 279 491 855
Passcode: xgiHKY
+1 702-629-2965,,613085199# United States, Las Vegas
Phone conference ID: 613 085 199#
Anticipated Award Date
The anticipated award date for this project contract is: June 6, 2023.
Please note that this date is subject to change at the sole discretion of CCDOA.
6/4/2024 1:30:00 PM (PT)
Bid Attachments
1. 3087 - Volume One - Cover_Index_Instructions to Bidders.pdf
3087 - Volume One - Cover_Index_Instructions to Bidders.
2. 3087 - ITB_Attachment A_SMWDBE Part 1.pdf
3087 - ITB_Attachment A_SMWDBE Part 1
3. 3087 - ITB_Attachment B_SMWDBE Part 2.pdf
3087 - ITB_Attachment B_SMWDBE Part 2
4. 3087 - ITB_Attachment C_DESIGNATION OF SUBCONTRACTORS 1% LIST.pdf
3087 - ITB_Attachment C_DESIGNATION OF SUBCONTRACTORS 1% LIST
5. 3087 - ITB_Attachment E_SMWD BUSINESS ENTERPRISE UTILIZATION.pdf
3087 - ITB_Attachment E_SMWD BUSINESS ENTERPRISE UTILIZATION
6. 3087 - ITB_Attachment F_CONSTRUCTION EQUIPMENT_NGEM.pdf
3087 - ITB_Attachment F_CONSTRUCTION EQUIPMENT_NGEM
7. 3087 - ITB_Attachment G_-_PWP_RATES_CLARK_COUNTY_2023-2024 With
Amendments 1-4.pdf
3087 - ITB_Attachment G_-_PWP_RATES_CLARK_COUNTY_2023-2024 With Amendments 1-4
8. 3087 - ITB_Attachment H_PROJECT WORKFORCE CHECKLIST.pdf
3087 - ITB_Attachment H_PROJECT WORKFORCE CHECKLIST.
9. 3087 - ITB_Attachment I_REQUEST FOR WAIVER.pdf
3087 - ITB_Attachment I_REQUEST FOR WAIVER
10. 3087 - ITB_Attachment J Davis-Bacon Wages NV Clark 2024.pdf
ITB_Attachment J Davis-Bacon Wages NV Clark 2024
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Page 5 of 17 pages
Deadline: 4/30/2024 02:00 PM (PT)
FAA LAS C/E-3087(PWP CL-2024-308)

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow Design Build Central Utilities Plant - Reno NV -- Y1NB Active Contract

Federal Agency

Bid Information Type Request for Proposal Status Issued Number 2024-005 (Advanced Purified Water

Nevada Government eMarketplace (NGEM)

Bid Due: 5/16/2024

Bid Information Type Request for Proposal Status Issued Number 23.MWA945.C1-TF (Arts District Parking

Nevada Government eMarketplace (NGEM)

Bid Due: 5/20/2024

Bid Information Type CCDOA Construction: Invitation to Bid (Sealed) Status Issued Number FAA

Nevada Government eMarketplace (NGEM)

Bid Due: 4/30/2024