CENTRAL MAINTENANCE AND DISTRIBUTION FACILITY

Agency: Nevada Government eMarketplace (NGEM)
State: Nevada
Level of Government: State & Local
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD18750505756279621
Posted Date: Dec 19, 2023
Due Date: Feb 15, 2024
Solicitation No: LAS C/E 2365 (PWP CL-2024-053)
Source: Members Only

Bid Information



Type
CCDOA Construction: Invitation to Bid (Sealed)
Status
Issued
Number
LAS C/E 2365 (PWP CL-2024-053) (CENTRAL MAINTENANCE AND DISTRIBUTION FACILITY)
Issue Date & Time
12/19/2023 03:10:44 PM (PT)
Close Date & Time
2/15/2024 01:30:00 PM (PT)
Time Left
57 days 17 hours 56 minutes 30 seconds
Notes
Public Works Project (PWP)# CL-2024-053

PROJECT DESCRIPTION

This project is located at Harry Reid International Airport and includes constructing a central maintenance facility and warehouse. The maintenance facility will include DOA shops as well as offices, break rooms, lockers, and meeting centers. Parking will be available both on landside and airside to accommodate DOA staff. A state-of-the-art warehouse facility will provide a centralized storage and operate as the distribution center for parts, equipment, and tools for DOA. The project will also consist of a fueling and washing facility as well as a vehicle maintenance facility.

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 x5546
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



38 items in 3 pages

1. 2365 Volume One - Cover_Index_Instructions to Bidders.pdf
1. 2365 Volume One - Cover_Index_Instructions to Bidders

514 KB

2. 2365 ITB_Attachment A.pdf
2. 2365 ITB_Attachment A

74 KB

3. 2365 ITB_Attachment B.pdf
3. 2365 ITB_Attachment B

668 KB

4. 2365 ITB_Attachment C_DESIGNATION OF SUBCONTRACTORS 1% LIST.pdf
4. 2365 ITB_Attachment C_DESIGNATION OF SUBCONTRACTORS 1% LIST

217 KB

5. 2365 ITB_Attachment D_AFFIDAVIT PERTAINING TO PREFERENCE ELIGIBILITY.pdf
5. 2365 ITB_Attachment D_AFFIDAVIT PERTAINING TO PREFERENCE ELIGIBILITY

795 KB

6. 2365 ITB_Attachment E_SMWD BUSINESS ENTERPRISE UTILIZATION.pdf
6. 2365 ITB_Attachment E_SMWD BUSINESS ENTERPRISE UTILIZATION

545 KB

7. 2365 ITB_Attachment F_CONSTRUCTION EQUIPMENT_NGEM.pdf
7. 2365 ITB_Attachment F_CONSTRUCTION EQUIPMENT

59 KB

8. 2365 ITB_Attachment G_-_PWP_RATES_CLARK_COUNTY_2023-2024.pdf
8. 2365 ITB_Attachment G_-_PWP_RATES_CLARK_COUNTY_2023-2024

828 KB

9. 2365 ITB_Attachment H_PROJECT WORKFORCE CHECKLIST.pdf
9. 2365 ITB_Attachment H_PROJECT WORKFORCE CHECKLIST

1.04 MB

10. 2365 ITB_Attachment I_REQUEST FOR WAIVER.pdf
10. 2365 ITB_Attachment I_REQUEST FOR WAIVER

113 KB

11. 2365 Volume One - Contract.pdf
11. 2365 Volume One - Contract

100 KB

12. 2365 Volume One - Exhibit A.pdf
12. 2365 Volume One - Exhibit A

448 KB

13. 2365 Volume One - Exhibit B.pdf
13. 2365 Volume One - Exhibit B

10.43 MB

14. 2365 Volume One - Exhibit C.pdf
14. 2365 Volume One - Exhibit C

137 KB

15. 2365 Volume One - BID_1_Attachment One _BID BOND_NGEM.pdf
15. 2365 Volume One - BID_1_Attachment One _BID BOND

56 KB


Attachment Preview

LAS C/E 2365 (PWP CL-2024-053)
CENTRAL MAINTENANCE AND DISTRIBUTION FACILITY
Issue Date: 12/19/2023
Questions Deadline: 1/17/2024 10:00 PM (PT)
Response Deadline: 2/15/2024 01:30 PM (PT)
Clark County Department of Aviation
Contact Information
Contact: TRACEE DAVIS
Address: Diversity, Procurement & Contracts: Contracts
Administration Building
1845 E Russell Road
Las Vegas, NV 89111
Phone: 1 (702) 261 x5546
Email: contracts@LASairport.com
Page 1 of 14 pages
Deadline: 2/15/2024 01:30 PM (PT)
LAS C/E 2365 (PWP CL-2024-053)
Event Information
Number:
LAS C/E 2365 (PWP CL-2024-053)
Title:
CENTRAL MAINTENANCE AND DISTRIBUTION FACILITY
Type:
CCDOA Construction: Invitation to Bid (Sealed)
Issue Date:
12/19/2023
Question Deadline: 1/17/2024 10:00 PM (PT)
Response Deadline: 2/15/2024 01:30 PM (PT)
Notes:
Public Works Project (PWP)# CL-2024-053
PROJECT DESCRIPTION
This project is located at Harry Reid International Airport and includes constructing a
central maintenance facility and warehouse. The maintenance facility will include
DOA shops as well as offices, break rooms, lockers, and meeting centers. Parking
will be available both on landside and airside to accommodate DOA staff. A state-of-
the-art warehouse facility will provide a centralized storage and operate as the
distribution center for parts, equipment, and tools for DOA. The project will also
consist of a fueling and washing facility as well as a vehicle maintenance facility.
Page 2 of 14 pages
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:
Deadline: 2/15/2024 01:30 PM (PT)
LAS C/E 2365 (PWP CL-2024-053)
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 14 pages
Deadline: 2/15/2024 01:30 PM (PT)
LAS C/E 2365 (PWP CL-2024-053)
Bid Activities
Pre-Bid Conference & Site Tour
PRE-BID CONFERENCE & SITE TOUR
1/4/2024 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 1A 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. 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.
A Project Site Tour will be conducted following the conclusion of the pre-bid presentation. We have arranged for
transportation to and from the site. If you will be attending, please send an email noting your company's name and
number of attendees to contracts@lasairport.com.
Microsoft Teams meeting:
Join on your computer, mobile app or room device
Click here to join the meeting
Meeting ID: 222 282 865 175
Passcode: Y6GQ4S
Or call in (audio only)
+1 702-629-2965,,445179282# United States, Las Vegas
Phone Conference ID: 445 179 282#
Question Cut-Off
1/17/2024 9:45:00 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
1/24/2024 5:00:00 PM (PT)
LAS/CE will issue answers to Questions and if applicable issue any Addenda by the date and time stated.
Page 4 of 14 pages
Deadline: 2/15/2024 01:30 PM (PT)
LAS C/E 2365 (PWP CL-2024-053)
Bid Opening
2/15/2024 1:30:00 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
Click here to join the meeting
Meeting ID: 230 251 792 891
Passcode: mQq5k5
Or call in (audio only)
+1 702-629-2965,,671852826# United States, Las Vegas
Phone Conference ID: 671 852 826#
Anticipated Award Date
The anticipated award date for this project contract is: March 19, 2024.
Please note that this date is subject to change at the sole discretion of CCDOA.
3/19/2024 5:00:00 PM (PT)
Bid Attachments
1. 2365 Volume One - Cover_Index_Instructions to Bidders.pdf
1. 2365 Volume One - Cover_Index_Instructions to Bidders
2. 2365 ITB_Attachment A.pdf
2. 2365 ITB_Attachment A
3. 2365 ITB_Attachment B.pdf
3. 2365 ITB_Attachment B
4. 2365 ITB_Attachment C_DESIGNATION OF SUBCONTRACTORS 1% LIST.pdf
4. 2365 ITB_Attachment C_DESIGNATION OF SUBCONTRACTORS 1% LIST
5. 2365 ITB_Attachment D_AFFIDAVIT PERTAINING TO PREFERENCE
ELIGIBILITY.pdf
5. 2365 ITB_Attachment D_AFFIDAVIT PERTAINING TO PREFERENCE ELIGIBILITY
6. 2365 ITB_Attachment E_SMWD BUSINESS ENTERPRISE UTILIZATION.pdf
6. 2365 ITB_Attachment E_SMWD BUSINESS ENTERPRISE UTILIZATION
7. 2365 ITB_Attachment F_CONSTRUCTION EQUIPMENT_NGEM.pdf
7. 2365 ITB_Attachment F_CONSTRUCTION EQUIPMENT
8. 2365 ITB_Attachment G_-_PWP_RATES_CLARK_COUNTY_2023-2024.pdf
8. 2365 ITB_Attachment G_-_PWP_RATES_CLARK_COUNTY_2023-2024
Download
Download
Download
Download
Download
Download
Download
Download
Page 5 of 14 pages
Deadline: 2/15/2024 01:30 PM (PT)
LAS C/E 2365 (PWP CL-2024-053)
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 >