Nevada Bids > Bid Detail

Speed Humps and Fence at Roadway, Terminal 3, Level Zero

Agency: Nevada Government eMarketplace (NGEM)
Level of Government: State & Local
Category:
  • 56 - Construction and Building Materials
Opps ID: NBD18750351031658543
Posted Date: Nov 2, 2023
Due Date: Nov 30, 2023
Solicitation No: LAS C/E 18-073 (PWP CL-2023-421)
Source: https://nevada.ionwave.net/Pub...

Bid Information



Type
CCDOA Construction: Invitation to Bid (Sealed)
Status
Issued
Number
LAS C/E 18-073 (PWP CL-2023-421) (Speed Humps and Fence at Roadway, Terminal 3, Level Zero)
Issue Date & Time
11/2/2023 08:18:49 AM (PT)
Close Date & Time
11/30/2023 01:30:00 PM (PT)
Time Left
27 days 20 hours 55 minutes 12 seconds
Notes
Public Works Project (PWP)# CL-2023-421

PROJECT DESCRIPTION

This project is located at Harry Reid International Airport and includes constructing three (3) speed humps and additional roadway improvements on the Terminal 3, Level Zero roadway (south side of parking garage), to regulate vehicle speed. Also, to install approximately 2,060-ft wrought iron fences next to the roadway between the terminal and the parking garage.

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.

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. ยงยง 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 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
Tracee Davis
Address
Administration Building
1845 E Russell Road
Las Vegas, NV 89111 USA
Phone
1 (702) 261-5546
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



24 items in 2 pages

1. 18-073 Volume One - Cover_Index_Instructions to Bidders.pdf
18-073 Volume One - Cover_Index_Instructions to Bidders 515 KB

2. ITB_Attachment A.pdf
ITB_Attachment A 74 KB

3. ITB_Attachment B_SMWDBE.pdf
ITB_Attachment B_SMWDBE 668 KB

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

5. ITB_Attachment D_AFFIDAVIT PERTAINING TO PREFERENCE ELIGIBILITY.pdf
ITB_Attachment D_AFFIDAVIT PERTAINING TO PREFERENCE ELIGIBILITY 795 KB

6. ITB_Attachment E_SMWD BUSINESS ENTERPRISE UTILIZATION.pdf
ITB_Attachment E_SMWD BUSINESS ENTERPRISE UTILIZATION 545 KB

7. ITB_Attachment F_CONSTRUCTION EQUIPMENT.pdf
ITB_Attachment F_CONSTRUCTION EQUIPMENT 59 KB

8. ITB_Attachment G - PWP_RATES_CLARK_COUNTY_2023-2024.pdf
ITB_Attachment G - PWP_RATES_CLARK_COUNTY_2023-2024 832 KB

9. ITB_Attachment H_PROJECT WORKFORCE CHECKLIST.pdf
ITB_Attachment H_PROJECT WORKFORCE CHECKLIST 1.04 MB

10. ITB_Attachment I_REQUEST FOR WAIVER.pdf
ITB_Attachment I_REQUEST FOR WAIVER 113 KB

11. 18-073 Volume One - Contract.pdf
18-073 Volume One - Contract 102 KB

12. 18-073 Volume One - Exhibit A.pdf
18-073 Volume One - Exhibit A 446 KB

13. 18-073 Volume One - Exhibit B.pdf
18-073 Volume One - Exhibit B 483 KB

14. 18-073 Volume One - Exhibit C.pdf
18-073 Volume One - Exhibit C 136 KB

15. 18-073 Volume One - Exhibit G - List of Drawings.pdf
18-073 Volume One - Exhibit G - List of Drawings 89 KB


TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >