Task 1: Inbound Conveyors; Upgrade of eight inbound Baggage Handling System (BHS) bag claim carousel units at T-1 and replace entirely eight inbound BHS bag claim carousel units at T-1. This scope includes but is not limited to a total of 32 in-feed conveyors on 16 units, motor controls, control systems, and supporting hardware, including interfaces to the Johnson Controls Inc (JCI) security system and supporting CCTV. Reference technical specifications and drawings for more details.
Task 2: Installation of Inbound Cameras. Reference technical specifications and drawings for more details.
Task 3: Power Relocation at T-1; Reconfigure standby generator power at T-1 to select ticket counters and oversize conveyors to allow “trickle” operations during utility power interruption. Includes the installation of a new control panel for standalone system operation and modification of emergency stop circuits. Reference technical specifications and drawings for more details.
Task 4: UPS at T-1; Run network conduit and cabling to each uninterruptible power supply (UPS) units serving the BHS (to support future SCADA capability) at T-1 and integrate into owners existing maintenance diagnostic systems software package (MDS). Reference technical specifications and drawings for more details.
Task 5: T-3 Recontrol; Upgrade all BHS Supervisory Computers and Outbound PLCs at T-3. Reprogram per Owner specifications all outbound and inbound PLCs at T-3. This scope includes the installation of a new control panel as well as new device level networking for all BHS devices. Reference technical specifications and drawings for more details.
The carousel phasing is limited to one large carousel and one small carousel closure at a time. Completion of all work in each phase must be complete to substantial completion before proceeding to the next phase, including demolition and installation of carousel as well as power relocation, conveyors, Johnson Controls Inc (JCI) security interface, interface displays, configuration, programing, owner testing, functional testing, and commissioning. Reference contract drawing and specifications for complete scope.
Site investigations are required and are to identify all impacts associated with the contract scope of work including, but not limited to Tasks 1-5, prior to Milestone 7
Contract Day 270. Schedule no less than 75 days of dedicated site investigations of the Contractor work to be completed before Milestone 6. Contractor to provide dedicated and adequate resources to investigate all impacts associated within the scope of work including but not limited to electrical, data, communications, security, and fire systems.
Failure to identify all material impacts during site investigation may result in delays and costs which costs will be the responsibility of the Contractor.
Contractor shall include in the bid the cost for a
full-time onsite
Contractor Coordination Person (CCP) or Team for the duration of the project up to substantial completion. The CCP will be required to address daily and ongoing coordination efforts any additional site investigation with all stakeholders including but not limited to Baggage Handling, Information Systems, Electrical, Airlines, Security, TSA, as deemed necessary by Owner to complete this scope of work.
-----------------------------------------------------------------------------------------------------------------------------------
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 DBE goal of 14.4
%
of the Contract amount.
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