HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; and 3 weeks after 10 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of """"wash and wear"""" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the """"Service Contract Act Directory of Occupations"""", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE Standard Form 1444 (SF-1444) ** Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination. Such conformed classes of employees shall be paid the monetary wages and furnished the fringe benefits as are determined (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be retroactive to the commencement date of the contract (See 29 CFR 4.6(b)(2)(iv)(C)(vi)). When multiple wage determinations are included in a contract, a separate SF-1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order the proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the Wage and Hour Division, U.S. Department of Labor, for review (See 29 CFR 4.6(b)(2)(ii)). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour decision to the contractor. 6) The contractor informs the affected employees. Information required by the Regulations must be submitted on SF-1444 or bond paper. When preparing a conformance request, the """"Service Contract Act Directory of Occupations"""" (the Directory) should be used to compare job definitions to ensure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination.
CONSTRUCTION CONTRACTS - LAS PERIMETER GATE IMPROVEMENTS
Federal opportunity from Clark County Department of Aviation. Place of performance: NV. Response deadline: May 12, 2026. Industry: NAICS 237310, 238910, 238990, 541380.
Support routes that fit this solicitation
Market snapshot
Awarded-market signal for NAICS 237310 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 12 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 237310
Description
Public Works Project (PWP)# CL-2026-271 Pre-Bid Meeting is not Mandatory. 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 6.8% of the Contract amount for the Base bid. NAICS codes applicable to this work are as follows: 237310 - Highway, Street, and Bridge Construction 238910 - Site Preparation Contractors 238990 - Fencing Contractor (Other Specialty) 541380 - Testing Laboratories and Services This project is located at Harry Reid International Airport and includes replacing gates 14, 29, 32, 39 and 40 and updating fencing near gates 39 and 40 to better meet security requirements. 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 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
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.