BLOCK PAGE!!!
Get Full Details

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Published May 23, 2025 at 8:00 PM

Updated May 24, 2025

Site work, paving and new construction of a mixed-use development in Henderson, Nevada. Completed plans call for site work for a sidewalk / parking lot; for paving for a sidewalk / parking lot; water / sewer project; for the construction of a municipal facility; and municipal facility.

This project involves construction of a parking lot, restroom, and trailhead near the intersection of Lake Las Vegas Parkway and Montelago Boulevard in the City of Henderson, Nevada. Improvements include water and sewer connections, landscaping, and trail amenities. Question Deadline 04/28/2025 at 12:00 PM PT All questions regarding this IFB must be submitted electronically through the NGEM system using the Questions Tab. Questions must be submitted prior to the Question Cutoff Date and Time shown in both the Event Details and Questions Tabs. Solicitation No: PCOH 2023236070 INTENT OF THE CONTRACT: The construction to be performed under this Contract will be situated in the City of Henderson, Nevada, where shown on the drawings. This work shall include approximately the following: This project involves construction of a parking lot, restroom, and trailhead near the intersection of Lake Las Vegas Parkway and Montelago Boulevard in the City of Henderson, Nevada. Improvements include water and sewer connections, landscaping, and trail amenities. The work to be performed under this Contract shall consist of the following: _ Furnishing all plant, tools, equipment, materials, supplies, and manufactured articles; _ Furnishing all labor, transportation, and services, including fuel, power, water, and essential communications; and _ Furnishing all work or other operations required for the fulfillment of the Contract in strict accordance with the Contract Documents. By submitting a bid for this project, the CONTRACTOR hereby acknowledges and assures the CITY that it has substantial experience in constructing this type of work and therefore is familiar with all combinations of materials, labor and equipment that are required for the successful completion of this project. The Contract shall be complete, and all work, materials, and services not expressly indicated or called for in the Contract Documents shall be provided by the CONTRACTOR at no increase in cost to the CITY. The CONTRACTOR shall maintain complete control over its employees and all of its Subcontractors. Nothing contained in this Contract or any subcontract awarded by the CONTRACTOR shall create any contractual relationship between any such Subcontractor and the CITY. The CONTRACTOR shall perform all work in accordance with its own methods subject to compliance with the Contract. The CONTRACTOR shall supervise, inspect and direct the work competently and efficiently, devoting such attention and applying such skills and expertise as may be necessary to perform the work in a safe manner and in accordance with the Contract Documents. The CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences and procedures of construction, and shall be responsible to see that the completed work complies accurately with the Contract Documents. Plans or methods of work verbally suggested to the CONTRACTOR by the CITY, Construction Manager or the Design Consultant, but not specified or required, if adopted or followed by the CONTRACTOR in whole or in part, shall be used at the risk and responsibility of the CONTRACTOR. The CITY, Construction Manager or the Design Consultant assume no responsibility and will in no way be held liable for any defects in the work which may result from or be caused by the use of such suggested plan or method of work. 104.02 INCREASED OR DECREASED QUANTITIES AND CHANGE IN CHARACTER OF WORK: The CITY reserves the right to make by written order and without notice to surety, such alterations in the plans or character or quantity of the work which may be considered necessary or desirable from time to time during the progress of the work to complete satisfactorily the proposed construction. Such alterations shall not be considered as a waiver of any conditions of the Contract or invalidate any of the provisions thereof. Whenever an alteration of work on the project involves a substantial change in the nature of the design or in the type or extent of construction which materially increases or decreases the cost of the performance, the work shall be performed in accordance with the specifications and as directed. However, before such work is started, a supplemental agreement acceptable to both parties to the Contract shall be executed. The right is reserved to increase or decrease any or all of the items in the estimate of approximate quantities as shown in the proposal. The length of the project may be increased or decreased by adding or omitting sections or by relocation. Under no circumstances shall alterations of plans or of the nature of the work, involve work beyond the termini of the proposed construction except as may be necessary to satisfactorily complete the project. If it is found that the quantity of any major item required to complete the work under-runs or over runs less than twenty-five (25) percent of the proposed quantity, payment for the work performed will be made at the Contract unit price for the quantity of work actually performed. A supplemental agreement acceptable to both parties to the Contract shall be executed in advance of performing any work that may change the termini of the project or when any change or combination of changes results in increasing or decreasing the original Contract amount by more than twenty-five (25) percent. Whenever an over-run or under-run of more than twenty-five (25) percent of the original bid quantity for one or more major Contract items occurs, either party to the Contract may demand a supplemental agreement to be negotiated satisfactory to both parties. Revision of any unit price requested by the CONTRACTOR shall be negotiated based on actual cost plus a reasonable allowance for profit and overhead. Written request for supplemental agreement shall set forth in detail the particulars and character by which the work was changed and by what the unit price of the proposal item will be altered. Failure of the CONTRACTOR to file a request for a supplemental agreement within ten (10) calendar days after any of the above outlined conditions are encountered shall be considered as a waiver thereof on the part of the CONTRACTOR and payment shall be made at the Contract unit price for the actual quantity of work performed. If a supplemental agreement satisfactory to both parties cannot be agreed upon, the CITY may order the work in dispute to be performed and the controversy shall be settled as provided in Subsection 105.17, "Claims for Adjustments and Disputes." Changes not requiring negotiated agreements, except as to extra work involved, shall be ordered by means of a Contract change order, and acceptance by the CONTRACTOR, as evidenced by his signature, shall constitute agreement that the change does not involve any adjustment of Contract unit prices. Attention is directed to Subsection 108.08, "Determination and Extensions of Contract Time." Work shall not be started on any such change until the change order has been delivered to the CONTRACTOR and accepted by him. In case the CONTRACTOR refuses to accept a change order, the CITY may order the work to proceed while proceeding as expeditiously as possible with settlement of the disputed points. 104.03 EXTRA WORK: The CONTRACTOR shall perform unforeseen work, for which there is no price included in the Contract, whenever it is deemed necessary or desirable in order to complete fully the work as contemplated. Such work shall be performed in accordance with the specifications and as directed, and will be paid for as agreed unit prices, force account, or a combination of the two. Agreed unit prices together with the estimated quantities of each unit shall be shown. Orders involving extra and force account work shall be as detailed in Subsection 109.03, "Extra and Force Account Work," and conform to the requirements contained therein. 104.04 MAINTENANCE OF TRAFFIC: While undergoing improvements, all roads upon or within which any work is being done shall be kept open to all traffic by the CONTRACTOR unless otherwise provided for in the Contract Documents. If the useable roadway is not sufficient to safely accommodate two-way traffic, the CONTRACTOR shall adequately maintain one-way traffic. Wherever one-way traffic is in effect, the distance shall be as set forth in writing by the Engineer. Where controlled traffic is necessary for protection of the work or for the safety of public travel, it shall be in accordance with the provisions of Subsection 624.03.02, "Flaggers" and 624.03.03, "Pilot Cars" of these specifications. The CONTRACTOR shall also provide and maintain in a safe condition, temporary approaches or crossings and intersections with trails, roads, streets, businesses, parking lots, residences, garages, and farms. The CONTRACTOR shall bear all expense of maintaining all roads upon or within which any work is being done. The CONTRACTOR shall also bear all expense of constructing and maintaining such approaches, crossings, intersections, and other features as may be necessary, without direct compensation, except as provided in Subsection 107.15, "Relief from Maintenance and Responsibility," or below. The CONTRACTOR shall be responsible for the maintenance of the roadway during suspension of the work when such suspension is due to the CONTRACTORS negligence. Attention is directed to Subsection 108.06, "Temporary Suspension of the Work." During any other suspension, the CONTRACTOR shall make passable and shall open to traffic such portions of the project and temporary roadways or portions thereof as may be ordered by the ENGINEER for the temporary accommodation of traffic during the anticipated period of suspension. Thereafter, and until issuance of an order for the resumption of construction operations, the maintenance of the temporary route or line of travel agreed upon will be by and at the expense of the CITY. Such maintenance and responsibility will include and be restricted to: _ The traveled roadway for the convenience of public travel; _ Opening plugged pipes and roadway ditches and drains; _ Correcting any other hazard which may be detrimental to adjacent property owners or the traveling public. When work is resumed, it shall be the CONTRACTOR'S responsibility to replace, renew, and repair any work or materials lost or damaged because of such temporary use of the project regardless of the cause of such damage or loss, except as provided in Subsection 107.15, "Relief of Maintenance and Responsibility." It is herewith expressed that the CITY is in no way responsible to the CONTRACTOR to maintain the roadway and appurtenances in any certain condition or state of repair. It is incumbent upon the CONTRACTOR to complete the project in every respect as though its persecution had been continuous and without interference. Where construction of a project is staged in the plans, or otherwise outlined by the Contract Documents, and if a change in the staging or sequence of operations is desirable, the CONTRACTOR may submit such change in writing to the CITY. Consideration will be given to each such proposal and may be rejected, modified, or accepted by the CITY, as deemed best. The CONTRACTOR will not proceed with any such change in the staging until the CITY in writing grants permission. When detours, temporary connections, crossovers, connection roads, and frontage roads are constructed by the item "Equipment Hours," such items shall be full compensation for excavating, hauling, overhaul, and compacting of the material complete and in place and for all labor involved completing the detour. Base and surface courses will be paid for at the Contract unit price for the particular type of material required. All of the above-mentioned roadways will be constructed to the same standards and qualities and subject to the same tests and specifications as the main roadway, unless otherwise ordered by the Engineer. Attention is directed to Section 624, "Accommodations for Public Traffic." When the CONTRACTOR requests a detour, he shall make a written request to the Engineer for the establishment of a detour around all or certain designated sections of work. If arrangements for such a detour can be made which are satisfactory to the CITY, and to the CONTRACTOR, the Engineer will designate that road as a detour, subject to the following conditions: _ The CONTRACTOR shall provide and maintain the necessary route marking signs. _ The CONTRACTOR shall construct and maintain in good condition such a detour. _ If the CONTRACTOR fails to maintain the detour in a condition satisfactory to the ENGINEER, the CITY will make such repairs as is deemed suitable and will deduct the cost thereof from money due or to become due to the CONTRACTOR. Provisions for handling traffic will be subject to the conditions of Subsection 624.03.02, "Flaggers" and 624.03.03, "Pilot Cars" of these Standard Specifications. Upon abandoning the detour, the CONTRACTOR shall obliterate and dispose of such detour and restore as nearly as possible the condition of the ground to its original form to the satisfaction of the ENGINEER. All of the above work will be at the sole expense of the CONTRACTOR. This item shall be in accordance with applicable portions of Sections 107, 624, and 625 of the Uniform Standard Specifications, the Nevada Traffic Control Manual, Manual on Uniform Traffic Control Devices (current edition), and applicable CITY and NDOT requirements. The CONTRACTOR shall maintain all traffic control devices seven days a week, twenty-four hours a day. The CONTRACTOR shall also be responsible for checking all traffic control devices at least twice a day prior to starting work and prior to shutdown. The CONTRACTOR shall submit traffic control and barrricade plan(s) at the Pre-construction Conference for the review and approval of the CITY. At those locations where there is two-way traffic and only one lane is left open while the CONTRACTOR is working, the CONTRACTOR shall provide a certified flagman to direct traffic according to the requirements of subsection 624.03.02 "Flaggers" of the Standard Specifications. Direct payment for special detours, temporary paving, pilot car, flagmen and associated signing and message boards will not be made but will be considered incidental to traffic control. The payment for traffic control shall include the furnishing, installation and maintenance of all traffic control devices, barricades, jersey rails, temporary fencing, temporary pavement, temporary pedestrian walkways, flaggers, providing access to all adjacent properties, adjustment of traffic signal head, striping and all other necessary items to protect the public in accordance with the approved submittals to the CITY, including the Barricade and Traffic Control Plans. The CONTRACTOR shall be responsible for the traffic control and the placement of reflective or lighted barricades to close street sections during the construction period. Barricades shall conform to a previously approved traffic control or barricade plan. The CONTRACTOR shall furnish the reflective or lighted barricades where excavation or work in the public right-of-way is incomplete at night or on weekends and is shown on the approved barricade plan as a twenty four (24) hour set-up. All devices and equipment will be removed from right-of way at the end of each working day for set-ups that are not approved for twenty-four (24) hour operations. The closing of portions of a street shall be coordinated with the CITY. CONTRACTOR is advised that complete road closures are generally not approved. It is the CONTRACTORS responsibility to obtain an approved barricade plan and re-submit as needed for approved time frames. Where parking on the shoulder is normally permitted, the CONTRACTOR shall furnish and place "NO PARKING" signs along street sections to be closed twenty-four (24) hours in advance of commencing any construction activities. The date, time and duration of the restricted parking shall be legibly marked on the signs. The CONTRACTOR shall give written notice to the CITY ten (10) days prior to commencing work on a particular street section. The CONTRACTOR shall hand deliver a typed notice to residences and businesses adjacent to the street section to be improved, or impacted by the traffic control and detour plan, informing them of the improvement and the day, time, and duration of the work. This notice shall be delivered a minimum of two (2) days prior to construction on a particular street section. The CONTRACTOR shall accurately designate the given day that each street section will be improved on the project schedule. In the event of delay due to weather or some other reason, the CONTRACTOR will be required to immediately re-notify all property owners. For work adjacent to or affecting any school crossing, speed control zone, pick-up/drop-off zone or bus stop, the CONTRACTOR shall coordinate with the Engineer, appropriate school administrator and with the CITY crossing guard supervisor. All efforts should be made to attempt to complete such work when school is not in session. Working hours for school zones are generally night hours. The CONTRACTOR shall also provide the names of two (2) persons who can be called on a twenty-four (24) hour basis to handle barricading or other problems relating to the construction activity. These emergency response persons shall be capable to respond within two (2) hours after notification by the CITY. Access to existing driveways shall not be blocked. Business owners and residents shall be notified by hand-delivered notice forty-eight (48) hours prior to work being done in front of their driveways so that they can move their vehicles. Prior to bidding the project, it is the CONTRACTORS responsibility to conduct a thorough investigation of the site including the possibility of new areas where business sites are being developed that could be operational during the duration of the CONTRACTOR's work. No additonal time or compensation will be afforded the CONTRACTOR for failure to research and identify such developments. Sidewalks shall not be blocked. The CONTRACTOR must maintain a safe pedestrian route as shown on the approved barricade plan. Barricading plans which implement the traffic control plan shall be submitted for approval to the CITY Traffic Engineer at least fourteen (14) working days prior to blocking any public street or right-of-way. All work zone traffic control signs shall have a retroreflective value grade (Type III) or better. Work required for maintenance of traffic including preparation of traffic control and barricading plans, preparation of other submittals and all work set forth herein to accommodate public travel and provide public notice shall be paid for under Section 107. ENGINEER'S ESTIMATE: $1,056,000.00

Award

Sidewalks / Parking Lot

$1,338,584.00

Public - City

New Construction, Paving, Site Work

22

16

2

4

Subscribe For Documents

8 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
58
Active Projects
21
Bidding Soon
430
All Active Projects
0
Updated Recently

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

May 6, 2025

July 7, 2025

Project location map

Multiple Locations, Henderson, NV


Recently Viewed

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.