CLARK COUNTY DEPARTMENT OF AVIATION has floated a tender for Construction Contracts - Gse Ev Charging Stations. The project location is USA and the tender is closing on 23 Apr 2024. The tender notice number is FAA LAS C/E-3105 (PWP CL-2024-270), while the TOT Ref Number is 99327872. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : USA

Summary : Construction Contracts - Gse Ev Charging Stations

Deadline : 23 Apr 2024

Other Information

Notice Type : Tender

TOT Ref.No.: 99327872

Document Ref. No. : FAA LAS C/E-3105 (PWP CL-2024-270)

Competition : ICB

Financier : Self Financed

Purchaser Ownership : Public

Tender Value : Refer Document

Purchaser's Detail

Purchaser : CLARK COUNTY DEPARTMENT OF AVIATION
Name: Brandon Ledesma
Address: Administration Building1845 E Russell RoadLas Vegas, NV 89119 USA
Phone: (702) 261-5574
USA

Tender Details

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 Contractors238110 - Poured Concrete Foundation and Structure Contractors238210 - Electrical and Other Wiring Installation Contractors335999 - All Other Miscellaneous Electrical Equipment Manufacturing238990 - 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.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 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 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 COMMISSIONERSCLARK COUNTY, NEVADA

Documents

 Tender Notice