LAS West Apron Expansion (PWP CL-2023-173)

Agency: Nevada Government eMarketplace (NGEM)
State: Nevada
Type of Government: State & Local
NAICS Category:
  • 236220 - Commercial and Institutional Building Construction
Posted Date: Jan 11, 2023
Due Date: Feb 7, 2023
Solicitation No: LAS/CE-3062 (LAS West Apron Expansion)
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
LAS/CE-3062 (LAS West Apron Expansion) Addendum 1 (LAS West Apron Expansion (PWP CL-2023-173))
Issue Date & Time
1/10/2023 05:38:07 PM (PT)
Close Date & Time
2/7/2023 01:30:00 AM (PT)
Time Left 26 days 6 hours 41 minutes 14 seconds
Notes

Public Works Project (PWP)#CL-2023-173.

Airport Improvement Project (AIP)#3-32-0012-102-2023.


THIS IS A PROJECT LABOR AGREEMENT (PLA) PROJECT.



DESCRIPTION OF WORK – Airside West Ramp improvements to include PCC pavement, taxilane, high mast lighting, communications and CCTV infrastructure, the AOA security fence, markings, and all improvements inside the AOA. PWP#CL-2023-173. AIP#3-32-0012-102-2023.

-----------------------------------------------------------------------------------------------------------------------------------



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, Article 6.0, section 6.3.H. Guidance Concerning Good Faith Efforts. OWNER has established a goal of 17 % of the Contract amount for the utilization of firms owned and controlled by socially and economically disadvantaged persons.


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, McCarran International Airport, Contracts Office, 1845 East Russell Road, 3 rd 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

  • - F ailure 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
1845 E Russel Road
Las Vegas, NV 89119 USA
Phone
1 (702) 261-5574
Fax
Email
aecom_brandonl@lasairport.com




Bid Documents






Document name Format

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



34 items in 3 pages

3062_1_Volume One - Cover_Index_Instructions to Bidders.pdf
Volume One - Cover_Index_Instructions to Bidders 622 KB

3062_2_ITB_Attachment A - SMWDBE SUBCONTRACTOR_VENDOR INFORMATION.pdf
_ITB_Attachment A - SMWDBE SUBCONTRACTOR_VENDOR INFORMATION 75 KB

3062_3_ITB_Attachment B_SMWDBE.pdf
ITB_Attachment B_SMWDBE 668 KB

3062_4_ITB_Attachment C_DESIGNATION OF SUBCONTRACTORS 1% LIST.pdf
ITB_Attachment C_DESIGNATION OF SUBCONTRACTORS 1% LIST 218 KB

3062_5_ITB_Attachment C-1_AFFIDAVIT PERTAINING TO PREFERENCE ELIGIBILITY.pdf
ITB_Attachment C-1_AFFIDAVIT PERTAINING TO PREFERENCE ELIGIBILITY 398 KB

3062_6_ITB_Attachment F_SMWD BUSINESS ENTERPRISE UTILIZATION.pdf
ITB_Attachment F_SMWD BUSINESS ENTERPRISE UTILIZATION 149 KB

3062_7_ITB_Attachment H_CONSTRUCTION EQUIPMENT_NGEM.pdf
ITB_Attachment H_CONSTRUCTION EQUIPMENT_NGEM 56 KB

3062_8_ITB_Attachment I - PWP RATES 2023 & AMENDMENTS 1-4 (no response).pdf
ITB_Attachment I - PWP RATES 2023 & AMENDMENTS 1-4 (no response) 6 MB

3062_9_ITB_Attachment J_PROJECT WORKFORCE CHECKLIST.pdf
ITB_Attachment J_PROJECT WORKFORCE CHECKLIST 671 KB

3062_10_ITB_Attachment K_REQUEST FOR WAIVER.pdf
ITB_Attachment K_REQUEST FOR WAIVER 206 KB

3062_11_ITB_Attachment L_Sample LAS_Construction_Waste_Recycling_Sheet.xlsx
ITB_Attachment L_Sample LAS_Construction_Waste_Recycling_Sheet 14 KB

3062_12_ITB - ATT Federal DWB Rates_NV20230001 01.06.2023.pdf
ITB - ATT Federal DWB Rates_NV20230001 01.06.2023 574 KB

3062_13_Volume One - ITB - Att. Prev. Wage 2022 Amd 1-8 (01.10.2023).pdf
Volume One - ITB - Att. Prev. Wage 2022 Amd 1-8 (01.10.2023) 4.23 MB

3062_14_Volume One - FAA - PLA - Contract.pdf
Volume One - FAA - PLA - Contract 194 KB

3062_15_Volume One - Exhibit A - General Conditions.pdf
Volume One - Exhibit A - General Conditions 437 KB


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

Bid Information Type Statement of Qualification Status Issued Number 20-031CM Addendum 1 (MARYLAND

Nevada Government eMarketplace (NGEM)

Bid Due: 4/22/2024

Bid Information Type Request for Proposal Status Issued Number RFP 144-24 Cadence Preschool

Nevada Government eMarketplace (NGEM)

Bid Due: 4/23/2024

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: 4/23/2024