LAS POWER IMPROVEMENTS - OFFSITE Addendum 1

Agency: Nevada Government eMarketplace (NGEM)
State: Nevada
Level of Government: State & Local
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD18750250046176574
Posted Date: Apr 24, 2024
Due Date: May 21, 2024
Solicitation No: LAS C/E - 3047 (PWP CL-2024-091)
Source: Members Only

Bid Information



Type
CCDOA Construction: Invitation to Bid (Sealed)
Status
Issued
Number
LAS C/E - 3047 (PWP CL-2024-091) Addendum 1 (LAS POWER IMPROVEMENTS - OFFSITE)
Issue Date & Time
4/23/2024 07:26:08 PM (PT)
Close Date & Time
5/21/2024 02:00:00 PM (PT)
Time Left
26 days 18 hours 32 minutes 37 seconds
Notes
Public Works Project (PWP)# CL-2024-091

PROJECT DESCRIPTION


This project entails construction of an underground power conduit ductbank for Harry Reid International Airport. The ductbank extends from Harry Reid International Airport at Central Plant 1 to an existing NV Energy substation located at Russell Road and Annie Oakley Drive. The approximate length of the underground ductbank is 4 miles and is located within public right-of-ways, easements, and the private Airport roadway system. This project also includes construction of a turn lane beneath the Paradise Road bridge at the intersection with Flight Path Avenue.


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.



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 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. 3047 - Volume One - Cover_Index_Instructions to Bidders.pdf
3047 - Volume One - Cover_Index_Instructions to Bidders 514 KB

2. 3047 - ITB_Attachment A_SMWDBE 1.pdf
3047 - ITB_Attachment A_SMWDBE 1 74 KB

3. 3047 - ITB_Attachment B_SMWDBE 2.pdf
3047 - ITB_Attachment B_SMWDBE 2 668 KB

4. 3047 - ITB_Attachment C_DESIGNATION OF SUBCONTRACTORS 1% LIST.pdf
3047 - ITB_Attachment C_DESIGNATION OF SUBCONTRACTORS 1% LIST 217 KB

5. 3047 - ITB_Attachment D_AFFIDAVIT PERTAINING TO PREFERENCE ELIGIBILITY.pdf
3047 - ITB_Attachment D_AFFIDAVIT PERTAINING TO PREFERENCE ELIGIBILITY 795 KB

6. 3047 - ITB_Attachment E_SMWD BUSINESS ENTERPRISE UTILIZATION.pdf
3047 - ITB_Attachment E_SMWD BUSINESS ENTERPRISE UTILIZATION 545 KB

7. 3047 - ITB_Attachment F_CONSTRUCTION EQUIPMENT.pdf
3047 - ITB_Attachment F_CONSTRUCTION EQUIPMENT 59 KB

8. 3047 - ITB_Attachment G_-_PWP_RATES_CLARK_COUNTY_2023-2024 With Amendments 1-5.pdf
3047 - ITB_Attachment G_-_PWP_RATES_CLARK_COUNTY_2023-2024 With Amendments 1-5 1.59 MB

9. 3047 - Volume One - Contract.pdf
3047 - Volume One - Contract 101 KB

10. 3047 - Volume One - Exhibit A General Conditions.pdf
3047 - Volume One - Exhibit A General Conditions 449 KB

11. 3047 - Volume One - Exhibit B Special Conditions.pdf
3047 - Volume One - Exhibit B Special Conditions 463 KB

12. 3047 - Volume One - Exhibit C Compensation Conditions.pdf
3047 - Volume One - Exhibit C Compensation Conditions 139 KB

13. 3047 - Volume One - BID_1_Attachment One _BID BOND.pdf
3047 - Volume One - BID_1_Attachment One _BID BOND 56 KB

14. 3047 - Volume One - BID_2_Attachment Two_5% LIST.pdf
3047 - Volume One - BID_2_Attachment Two_5% LIST 178 KB

15. 3047 - Volume One - Bid_3_Attachment Three_BUSINESS ENTITY TYPE.pdf
3047 - Volume One - Bid_3_Attachment Three_BUSINESS ENTITY TYPE 86 KB


Attachment Preview

LAS C/E - 3047 (PWP CL-2024-091) Addendum 1
LAS POWER IMPROVEMENTS - OFFSITE
Issue Date: 4/23/2024
Questions Deadline: 5/7/2024 10:00 PM (PT)
Response Deadline: 5/21/2024 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 27 pages
Deadline: 5/21/2024 02:00 PM (PT)
LAS C/E - 3047 (PWP CL-2024-091)
Addendum 1
Event Information
Number:
LAS C/E - 3047 (PWP CL-2024-091) Addendum 1
Title:
LAS POWER IMPROVEMENTS - OFFSITE
Type:
CCDOA Construction: Invitation to Bid (Sealed)
Issue Date:
4/23/2024
Question Deadline: 5/7/2024 10:00 PM (PT)
Response Deadline: 5/21/2024 02:00 PM (PT)
Notes:
Public Works Project (PWP)# CL-2024-091
PROJECT DESCRIPTION
This project entails construction of an underground power conduit ductbank for Harry
Reid International Airport. The ductbank extends from Harry Reid International Airport
at Central Plant 1 to an existing NV Energy substation located at Russell Road and
Annie Oakley Drive. The approximate length of the underground ductbank is 4 miles
and is located within public right-of-ways, easements, and the private Airport
roadway system. This project also includes construction of a turn lane beneath the
Paradise Road bridge at the intersection with Flight Path Avenue.
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.
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 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
Page 2 of 27 pages
Deadline: 5/21/2024 02:00 PM (PT)
LAS C/E - 3047 (PWP CL-2024-091)
Addendum 1
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
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
Page 3 of 27 pages
Deadline: 5/21/2024 02:00 PM (PT)
LAS C/E - 3047 (PWP CL-2024-091)
Addendum 1
Bid Activities
Pre-Bid Conference & Site Tour
PRE-BID CONFERENCE
4/30/2024 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.
There will be no project site tour as the project site is publicly accessible.
Microsoft Teams meeting:
Join the meeting by clicking this link.
Meeting ID: 267 012 962 038
Passcode: htdLaD
+1 702-629-2965,,478502939# United States, Las Vegas
Phone conference ID: 478 502 939#
Question Cut Off
5/7/2024 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.
DOA Responses to Q&A Addenda
5/14/2024 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
5/21/2024 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 here.
Meeting ID: 264 785 055 155
Passcode: 5HFxwm
Dial-in by phone
+1 702-629-2965,,859131039# United States, Las Vegas
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.
7/3/2024 1:30:00 PM (PT)
Page 4 of 27 pages
Deadline: 5/21/2024 02:00 PM (PT)
LAS C/E - 3047 (PWP CL-2024-091)
Addendum 1
Bid Attachments
1. 3047 - Volume One - Cover_Index_Instructions to Bidders.pdf
3047 - Volume One - Cover_Index_Instructions to Bidders
2. 3047 - ITB_Attachment A_SMWDBE 1.pdf
3047 - ITB_Attachment A_SMWDBE 1
3. 3047 - ITB_Attachment B_SMWDBE 2.pdf
3047 - ITB_Attachment B_SMWDBE 2
4. 3047 - ITB_Attachment C_DESIGNATION OF SUBCONTRACTORS 1% LIST.pdf
3047 - ITB_Attachment C_DESIGNATION OF SUBCONTRACTORS 1% LIST
5. 3047 - ITB_Attachment D_AFFIDAVIT PERTAINING TO PREFERENCE
ELIGIBILITY.pdf
3047 - ITB_Attachment D_AFFIDAVIT PERTAINING TO PREFERENCE ELIGIBILITY
6. 3047 - ITB_Attachment E_SMWD BUSINESS ENTERPRISE UTILIZATION.pdf
3047 - ITB_Attachment E_SMWD BUSINESS ENTERPRISE UTILIZATION
7. 3047 - ITB_Attachment F_CONSTRUCTION EQUIPMENT.pdf
3047 - ITB_Attachment F_CONSTRUCTION EQUIPMENT
8. 3047 - ITB_Attachment G_-_PWP_RATES_CLARK_COUNTY_2023-2024 With
Amendments 1-5.pdf
3047 - ITB_Attachment G_-_PWP_RATES_CLARK_COUNTY_2023-2024 With Amendments 1-5
9. 3047 - Volume One - Contract.pdf
3047 - Volume One - Contract
10. 3047 - Volume One - Exhibit A General Conditions.pdf
3047 - Volume One - Exhibit A General Conditions
11. 3047 - Volume One - Exhibit B Special Conditions.pdf
3047 - Volume One - Exhibit B Special Conditions
12. 3047 - Volume One - Exhibit C Compensation Conditions.pdf
3047 - Volume One - Exhibit C Compensation Conditions
13. 3047 - Volume One - BID_1_Attachment One _BID BOND.pdf
3047 - Volume One - BID_1_Attachment One _BID BOND
14. 3047 - Volume One - BID_2_Attachment Two_5% LIST.pdf
3047 - Volume One - BID_2_Attachment Two_5% LIST
15. 3047 - Volume One - Bid_3_Attachment Three_BUSINESS ENTITY TYPE.pdf
3047 - Volume One - Bid_3_Attachment Three_BUSINESS ENTITY TYPE
16. 3047 - Volume One - Bid_4_Attachment Four_DISCLOSURE OF OWNERSHIP.pdf
3047 - Volume One - Bid_4_Attachment Four_DISCLOSURE OF OWNERSHIP
17. 3047 - Volume One - Bid_5 Attachment Five Bidders List.pdf
3047 - Volume One - Bid_5 Attachment Five Bidders List
18. 3047 - Volume 2.pdf
3047 - Volume 2
19. 3047 - C-3047_Las-Pwr-Impvts-Onsite-Offsite-_IFB-IFC-Specs_April 2024.pdf
3047 - C-3047_Las-Pwr-Impvts-Onsite-Offsite-_IFB-IFC-Specs_April 2024
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Page 5 of 27 pages
Deadline: 5/21/2024 02:00 PM (PT)
LAS C/E - 3047 (PWP CL-2024-091)
Addendum 1
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

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 >