FAA LAS C/E-3105 (PWP CL-2024-270)
CONSTRUCTION CONTRACTS - GSE EV CHARGING
STATIONS
Issue Date: 3/26/2024
Questions Deadline: 4/9/2024 10:00 PM (PT)
Response Deadline: 4/23/2024 01:30 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 16 pages
Deadline: 4/23/2024 01:30 PM (PT)
FAA LAS C/E-3105 (PWP CL-2024-270)
Event Information
Number:
FAA LAS C/E-3105 (PWP CL-2024-270)
Title:
CONSTRUCTION CONTRACTS - GSE EV CHARGING STATIONS
Type:
CCDOA Construction: Invitation to Bid (Sealed)
Issue Date:
3/26/2024
Question Deadline: 4/9/2024 10:00 PM (PT)
Response Deadline: 4/23/2024 01:30 PM (PT)
Notes:
Public Works Project (PWP)# CL-2024-270
PROJECT DESCRIPTION
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.
OWNER has established a DBE goal of 14.5% of the Contract amount for the
Base bid.
NAICS codes applicable to this work are as follows:
238910 - Site Preparation Contractors
238110 - Poured Concrete Foundation and Structure Contractors
238210 - Electrical and Other Wiring Installation Contractors
335999 - All Other Miscellaneous Electrical Equipment Manufacturing
238990 - All Other Specialty Trade Contractors
This project is located at Harry Reid International Airport and includes the installation
of 24 dual port charging stations for Ground Support Electric Vehicles at Harry Reid
International Airport D-Gates for Delta Airlines.
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, Exhibit D, section A12, Guidance Concerning Good Faith
Efforts.
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.
Page 2 of 16 pages
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
Deadline: 4/23/2024 01:30 PM (PT)
FAA LAS C/E-3105 (PWP CL-2024-270)
Page 3 of 16 pages
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 copies of all subcontracts to allow for
verification of subcontractor award amount, scope of work, and inclusion of FAA
required language. The successful bidder should note that direct incorporation of
Exhibit D of the bid is sufficient to meet the FAA required language requirement. All
bidders should also note any sub-tier subcontractors on their 1% list or on their
Exhibit D response. If any sub-tier subcontractors are non-DBE or otherwise
ineligible to be counted, that amount of work should not be included in the DBE
commitment.
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
Deadline: 4/23/2024 01:30 PM (PT)
FAA LAS C/E-3105 (PWP CL-2024-270)
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 4 of 16 pages
Deadline: 4/23/2024 01:30 PM (PT)
FAA LAS C/E-3105 (PWP CL-2024-270)
Bid Activities
Pre-Bid Conference & Site Tour
PRE-BID CONFERENCE
4/2/2024 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.
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:
Click here to join the meeting
Meeting ID: 268 766 609 61
Passcode: aPnm6M
Or call in (audio only)
+1 702-629-2965,,905720035# United States, Las Vegas
Phone Conference ID: 905 720 035#
Question Cut Off
4/9/2024 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
4/16/2024 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
4/23/2024 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 on below
Join the meeting now
Meeting ID: 286 006 420 224
Passcode: vtydGk
Dial-in by phone
+1 702-629-2965,,75503876# United States, Las Vegas
Find a local number
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.
5/21/2024 1:30:00 PM (PT)
Page 5 of 16 pages
Deadline: 4/23/2024 01:30 PM (PT)
FAA LAS C/E-3105 (PWP CL-2024-270)