The Reno-Tahoe Airport Authority (RTAA) has issued this Invitation to Bid (ITB) with the sole purpose and intent of obtaining sealed bids (Bid) from qualified contractors (Contractor) to reconstruct terminal loop road (Project). If awarded, a contract (Contract) will be effective on the date the Contract is approved by the RTAA Board of Trustees, signed by all required parties, and filed with the Manager of Purchasing and Materials Management. However, the RTAA reserves the right to not award a contract for any work herein; issuance of this ITB does not guarantee any subsequent award. Furthermore, the RTAA reserves the right to hire any additional contractors or consultants as needed at its discretion. It is the intent of the RTAA to select a qualified Contractor licensed to work in the State of Nevada to fully reconstruct the existing Portland cement concrete (PCC) portion of the Terminal Loop Road, including improvements associated with safety and security and the Americans with
Disabilities Act of 1990 (ADA). The full project consists of the reconstruction of six (6) travel lanes, two (2) pick-up and drop-off lanes, drainage improvements as necessary, curb and gutter, post curb, trench drain, sidewalk, crosswalk, bulb out, canopy, electrical, guidance and traffic signs, striping, security bollards, new ADA pedestrian ramps, and canopies, and to provide all material, labor, tools, expendable equipment, transportation services, permits and fees, utilities required, and all incidental items necessary to provide the scope of work entitled “Terminal Loop Road Reconstruction Project” per the drawings, plans and specifications provided herein as Attachment D – Special Conditions/Project Manual, Attachment E – Technical Specifications, Attachment F – Plan Drawings, subject to all terms and conditions contained in this ITB. Funding for this Project has been approved. The Engineer’s estimate for the project is $12,000,000 for the base bid and $4,500,000 for all five bid additions and will be funded through the RTAA’s passenger facility charges (PFC) program. Mandatory meeting: Contractors are required to attend the pre-Bid meeting announced in the Bid advertisement. This is a mandatory meeting; therefore, Bid submissions will be contingent upon attendance to this meeting. A mandatory pre-Bid meeting will be held on January 25, 2023, commencing promptly at 2:00 PM, and will be held in the River Room located in the baggage claim area of the Reno-Tahoe International Airport, 2001 E. Plumb Lane, Reno, Nevada. A walkthrough will be completed at the end of the meeting. Sealed Bids shall be submitted no later than the date and time stated above in Section 5, Schedule. Bidders are required to submit one (1) ORIGINAL copy of their Bid and one (1) electronic copy on a flash drive. The Bidder should ensure that the thumb drive is not corrupted, or password protected, and contains the entire ITB response. All documents required to be submitted shall be enclosed in a sealed envelope or package marked “ ITB 22/23-09 Terminal Loop Road Reconstruction Project” followed by the name and address of the Bidder and the due date and time for receiving ITB responses. Mailed Bids shall be enclosed within another envelope with the notation "BID ENCLOSED" on the face of the outside envelope. All Bids, mailed and hand delivered, shall be received at the following address: Reno-Tahoe Airport Authority Purchasing and Materials Management Division 2770 Vassar Street Reno, NV 89502 Late Bids will not be accepted and will be automatically disqualified from further consideration. No Bid, whether mailed or hand delivered, shall be considered if it has not been received at the RTAA Purchasing and Materials Management Division, 2770 Vassar Street, Reno, NV, on or before the Bid submittal deadline. Postmarks do not qualify as delivery. The clock at Purchasing Office is the RTAA’s official clock; timeliness of Bids will be determined using only this clock. Contractors assume full responsibility for timely delivery of its Bid at the specified location. Contractors assume the risk for the method of delivery chosen. The RTAA assumes no responsibility for delays caused by any delivery service. Oral, telephonic, faxed, or emailed Bids are invalid and will not receive consideration. All bidders should continually monitor this website to ensure of any receipt of addenda associated with this solicitation.