Fire Station #39 – Prototype D & C

Agency: Nevada Government eMarketplace (NGEM)
State: Nevada
Level of Government: State & Local
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD18750289936195479
Posted Date: Jun 15, 2023
Due Date: Aug 10, 2023
Solicitation No: 606685-23
Source: Members Only

Bid Information



Type
Clark County Invitation for Bid
Status
Issued
Number
606685-23 (Fire Station #39 – Prototype D & C)
Issue Date & Time
6/15/2023 06:00:01 AM (PT)
Close Date & Time
8/10/2023 02:15:00 PM (PT)
Time Left
55 days 18 hours 53 minutes 54 seconds
Notes
Clark County invites qualified firms or individuals to submit bids. Questions regarding this bid must be directed to the Bid Contact listed in this bid.

The "Project" of which the "Work" of the Contract is a part titled Fire Station #39 Prototype – Design & Construction and is located at the northwest corner of Raven Avenue and Rosanna Street Nevada 89178. The "Work" is described in the Project Drawings and Divisions 01 through 33 of the Project Manual.

The Work consists of the construction of a 10,233 gross square foot, single story, 3-apparatus bay fire station including housing sleeping quarters and living spaces.

Construction includes all administrative work as outlined in the Division 01 General Requirements and the following using materials noted on Drawings and Specifications: New construction includes a new 10,233 gross sf, 3-apparatus bay Fire Station with 10' - 0" x 21'-4" trash enclosure and its associated site work and off-site work. The Project to be located on a 2.1-acre site on Raven Avenue and Rosanna Street. The offsite work includes removal and replacement of the pavement on the south side of Raven Ave. to match what was installed by adjacent home builder on the north side of Raven Avenue. This extends from Rossana to the east side of Rainbow Blvd. to account for utility connections and modifying center median in Rainbow Blvd. for emergency fire access. Utility improvements consist of sewer lateral, water main connection, emergency flashers and associated conduit for flasher and dry utilities. On site work includes Fire and public access and egress, parking with AC pavement and landscaping. on-site parking lot and driveways with AC pavement. Secure portion of the site is fully fenced with secure gates for both vehicular and pedestrian access; Desert adaptive landscape, consisting of trees, shrubs, boulders, mounding and decorative rock. The building structure includes steel column, metal framing, steel joist, metal canopy and metal deck. The Office / Dorm Rooms, Apparatus Bay Turn Out, Laundry, Clean Room, mechanical yard exterior walls are CMU bearing walls with interior metal stud bearing walls; Concrete slab-on-grade floor system with polished concrete flooring and other floor finishes such as ceramic tiles, epoxy flooring, rubber floor tiles, etc. as specified in Division 9. Exterior finishes consist of CMU walls with rigid insulation on the interior side, storefront and doors, single ply fully adhered roof system, standing seam metal roof and wall system, decorative masonry veneer and metal canopy with translucent panel at Entry, insulated translucent fiberglass sandwich panel assemblies, high speed motorized exterior swinging four-fold door systems, tubular daylight device, solar collector panels and exterior building signage. Interior finishes including ceramic wall tiles, painted gypsum board, acoustical ceiling tiles in “T-bar” grid, sound absorbing wall units, tackboards, plastic laminate clad casework, stainless steel countertop and solid surface countertops, painted hollow metal door frames and windows, interior signage and graphics, corner guard, wire mesh storage lockers, toilet accessories, roller window shades and fire extinguishers in cabinets. All exterior CMU walls, including monument signage CMU walls, trash enclosure CMU walls and masonry veneer finishes at Entry to be provided with anti-graffiti. The building includes mechanical, electrical, plumbing, and low voltage systems that include access controls, lighting and daylighting controls, intrusion controls and audio-visual system. The building is provided with automatic fire sprinkler systemin accordance with NFPA and Clark County Fire Code Amendments. The system water supply will be supported with an electric fire booster pump. The required fire department connection will be mounted within 100 feet of a public fire hydrant. The building also include a fire alarm system in accordance with NFPA 72 and Clark County Fire Code amendments. The building will require a diesel generator with full power back up to the building. Equipment includes, furniture, fixtures, and equipment, identified on Sheet A2.02A and Sheet A2.02B Furniture, Fixtures and Equipment Plan and as outlined in Division 10, Division 11, and Division 12.




INSERT BID OPENING WEBEX DETAILS


For the Pre-Bid conference and site walk details, please see the Activities Tab.

Bid opening will be held on Webex

To join

Dial: +1-408-418-9388 United States Toll

Meeting/Access Code: 2483 350 2047

or Copy and Paste URL: https://clarkcountynv.webex.com/clarkcountynv/j.php?MTID=mcabf485bb93c6aa03a045947919a5411

Contact Information
Name
Geraldine Cruz
Address
500 S Grand Central Pkwy
Las Vegas, NV 89106 USA
Phone
(702) 455-6277
Fax
Email
geraldine.cruz@clarkcountynv.gov





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



11 items in 1 pages

606685-23_gvc.pdf (please login to view this document)
606685-23 Bid Document 71.24 MB

606685-23 Bid Drawings.pdf (please login to view this document)
606685-23 Bid Drawings 135.60 MB

606685-23 Bidder's Statement of Authority to Submit Bid.pdf (please login to view this document)
606685-23 Bidder's Statement of Authority to Submit Bid 89 KB

606685-23 Bid Attachment 1 - Bid Bond.pdf (please login to view this document)
606685-23 Bid Attachment 1 - Bid Bond 80 KB

606685-23 Bid Attachment 2 - 5% Subcontractors List.pdf (please login to view this document)
606685-23 Bid Attachment 2 - 5% Subcontractors List 103 KB

606685-23 Bid Attachment 3 - Apprentice Project Workforce Checklist - Prime.pdf (please login to view this document)
606685-23 Bid Attachment 3 - Apprentice Project Workforce Checklist - Prime 132 KB

606685-23 Bid Attachment 4 - 1% Designation of Subcontractors.pdf (please login to view this document)
606685-23 Bid Attachment 4 - 1% Designation of Subcontractors 106 KB

606685-23 Bid Attachment 5 - Apprentice Project Workforce Checklist - Subcontractor.pdf (please login to view this document)
606685-23 Bid Attachment 5 - Apprentice Project Workforce Checklist - Subcontractor 107 KB

606685-23 Bid Attachment 6 - Affidavit Pertaining to Preference of Eligibility.pdf (please login to view this document)
606685-23 Bid Attachment 6 - Affidavit Pertaining to Preference of Eligibility 90 KB

606685-23 Bid Attachment 7 - Request for Waiver.pdf (please login to view this document)
606685-23 Bid Attachment 7 - Request for Waiver 103 KB

Disclosure of Ownership.pdf (please login to view this document)
Disclosure of Ownership 81 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 >