LAS Drainage Improvements at Runway 8-26 Addendum 1

Agency: Nevada Government eMarketplace (NGEM)
State: Nevada
Level of Government: State & Local
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD18750837351167994
Posted Date: Mar 30, 2023
Due Date: Apr 27, 2023
Solicitation No: LAS/CE-3048 (PWP CL-2023-245)
Source: Members Only

Bid Information



Type
CCDOA Construction: Invitation to Bid (Sealed)
Status
Issued
Number
LAS/CE-3048 (PWP CL-2023-245) Addendum 1 (LAS Drainage Improvements at Runway 8-26)
Issue Date & Time
3/28/2023 05:03:22 PM (PT)
Close Date & Time
4/27/2023 01:30:00 PM (PT)
Time Left 27 days 18 hours 47 minutes 49 seconds
Notes
Public Works Project (PWP)# CL-2023-245

PROJECT DESCRIPTION

THIS IS A PROJECT LABOR AGREEMENT (PLA) PROJECT.

This is a federally assisted contract and therefore is subject to 49 CFR Part 26, Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs.

This project is located at Harry Reid International Airport and includes the construction of a 1.9- mile long storm drain system (RCP pipe, manhole/junction structures, and drop inlets) located north and south of Runway “8R-26L” inside the airfield. The two proposed storm drain system segments (located north and south of Runway “8R-26L”) extend from an existing detention basin outfall structure located east of Runway “26L” and extends westerly towards the intersection of Taxiway “D”. The work also includes excavation and export of accumulated sediment and debris within the existing detention basin flood control facility located east of Runway “26L.” Infield re-grading and installation of major storm event ditch asphalt and concrete lining is also part of this project. The Project consists of one base bid and two alternates based on federal funding availability. All work is located inside the Harry Reid International Airport airfield.

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 13.4% of the Contract amount for the Base bid.

OWNER has established a DBE goal of 13.4% of the Contract amount for the Base bid plus Alt 1.

OWNER has established a DBE goal of 13.4% of the Contract amount for the Base bid plus Alt 2.

OWNER has established a DBE goal of 13.4% of the Contract amount for the Base bid plus Alt 1 and Alt 2.

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, 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 89111 USA
Phone
+1 (702) 261 x5574
Fax
Email
aecom_brandonl@LASairport.com




Bid Documents







Document name Format

Bid Invitation

Acrobat / PDF

Public Question & Answer

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



29 items in 2 pages

1. 3048 - Volume One - Cover_Index_Instructions to Bidders.pdf
Volume One - Cover_Index_Instructions to Bidders 532 KB

2. 3048 - ITB_ATTACHMENT A.pdf
ITB_ATTACHMENT A 70 KB

3. 3048 - ITB_Attachment B_SMWDBE.pdf
ITB_Attachment B_SMWDBE 666 KB

4. 3048 - ITB_Attachment C_DESIGNATION OF SUBCONTRACTORS 1% LIST.pdf
ITB_Attachment C_DESIGNATION OF SUBCONTRACTORS 1% LIST 213 KB

5. 3048 - ITB_Attachment F_SMWD BUSINESS ENTERPRISE UTILIZATION.pdf
ITB_Attachment F_SMWD BUSINESS ENTERPRISE UTILIZATION 144 KB

6. 3048 - ITB_Attachment H_CONSTRUCTION EQUIPMENT.pdf
ITB_Attachment H_CONSTRUCTION EQUIPMENT 52 KB

7. 3048 - Attachment I - PWP RATES 2023 & AMENDMENTS 1-8.pdf
Attachment I - PWP RATES 2023 & AMENDMENTS 1-8 1.46 MB

8. 3048 - ITB_Attachment I-1 - Federal Davis Bacon Wage Rates.pdf
ITB_Attachment I-1 - Federal Davis Bacon Wage Rates 165 KB

9. 3048 - ITB_Attachment J_PROJECT WORKFORCE CHECKLIST.pdf
ITB_Attachment J_PROJECT WORKFORCE CHECKLIST 656 KB

10. 3048 -ITB_Attachment K_REQUEST FOR WAIVER.pdf
ITB_Attachment K_REQUEST FOR WAIVER 209 KB

11. 3048 - Volume One - PLA - Instr. to Bidders Att. L - Drug Testing Rates.pdf
Volume One - PLA - Instr. to Bidders Att. L - Drug Testing Rates 160 KB

12. 3048 - Volume One - PLA - Instructions to Bidders - Att. M - PLA w Auth..pdf
Volume One - PLA - Instructions to Bidders - Att. M - PLA w Auth 8.68 MB

13. 3048 - Volume One - Contract.pdf
Volume One - Contract 102 KB

14. 3048 - Volume One - Exhibit A General Conditions.pdf
Volume One - Exhibit A General Conditions 432 KB

15. 3048 - Volume One - Exhibit B Special Conditions.pdf
Volume One - Exhibit B Special Conditions 693 KB



Bid Questions







Question
Good morning,

Could you please provide an Engineer's Estimate for this project. Also, volume one of the specifications does not include a formal invitation to bid. Could you please provide.

Thank you,
Answer We will not provide an engineer's estimate. This NGEM posting serves as an invitation to bid. No further documents regarding this matter will be provided.
Submitted 3/30/2023 10:05:59 AM (PT)








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 >