Planroom Options

Bidroom Homepage

Public Projects
Password Projects
Calendar

Log In
Version 6.0.11.11

 
 
   Information  
 
 
   Plan Holders  
 
 
   View Plans  
 
 
   Addenda  
 
 
   Spec Sheets  
 
REBID - Smithfield, NC - Corporate Hangar Site Development - Phase 1

The project will include removal of existing hangar buildings, demolition of existing taxilanes and utilities, construction of new vehicle parking lot with curb and gutter and area lighting, earthwork, erosion control measures, sidewalk construction, asphalt airfield ramp expansion, storm drain construction, security fence installation and relocation, new utility installation, and electrical improvements. The project will be split into four (4) different Schedules:

- Schedule 1 – Drainage Improvements
- Schedule 2 – Parking Lot
- Schedule 3 – Corporate Hangar Site Preparation
- Schedule 4 – Electrical Improvements
            

 

    

Contact:   Rich Bauer
PreBid Date:   04/18/2022 10:00 AM EST
PreBid Info:   A Pre-Bid Conference has been scheduled for Monday, April 18, 2022 at 10:00 AM, local time in the conference room at the Johnston Regional Airport. Attendance at this Pre-Bid Conference is not mandatory, however attendance by prime contractors and subcontractors is strongly encouraged.

Company:   WSP
Bid Date:   05/09/2022 02:00 PM EST
Bid Info:   See Addendum #3

Sealed proposals will be received by the Johnston County Airport Authority in the conference room of the Terminal Building at the Johnston Regional Airport, 3149 Swift Creek Road, Smithfield, NC 27577, up to 2:00 PM, Monday, May 2, 2022, and immediately thereafter publicly opened and read for the furnishing of labor, material and equipment for FBO Site Development and Parking Lot Expansion project.

Proposals must be submitted in sealed envelopes with the Bidder’s name, full mailing address, and General Contractor License Number shown as the return address. Sealed envelopes shall be addressed to:

Johnston County Airport Authority
Phil Lanier, Airport Director
Airport Terminal Building, Conference Room
3149 Swift Creek Road Smithfield, NC 27577

Proposals submitted without the prescribed information may be rejected.

All Bidders should be aware that the date, time, and location for Proposal Submittal and Opening may be modified by Addendum.

Project Location: Smithfield, NC

Public Notes:
All questions concerning the Plan and Specifications during the bidding period must be emailed to the attention of Rich Bauer, P.E., Project Manager at Richard.Bauer@wsp.com. The Owner and the Engineer are not obligated to respond to questions submitted verbally concerning interpretation of the Plans and Specification but shall instead direct the person or company raising the question to direct the question to the Engineer as indicated herein. The deadline for receipt of questions is April 22, 2022 at 5:00 PM. The Owner and the Engineer do not commit, and are not obligated, to respond to all questions submitted in writing, but, in their sole discretion, may respond in the form of an addendum to questions which they believe require clarification of the Contract Documents.

All Contractors are hereby notified that they must have proper licenses under the state law for their trades. General Contractors are notified that applicable statues of North Carolina will be observed in receiving and awarding general contracts.

The North Carolina Department of Transportation has agreed to reimburse the Owner for portions of the project costs. The Owner will not accept or consider proposals from any contractor whose name, at the time of opening of bids or award, appears on the current list of ineligible contractors published by the Comptroller General of the United States under Section 5.6 (b) of the Regulations of the Secretary of Labor (29) CFR nor a proposal from any firm, corporation, partnership, or proprietorship in which an ineligible contractor who, at the time of the opening of bids or the award, is removed from the North Carolina Department of Transportation’s list of prequalified contractors.

Contractors desiring to perform work on NCDOT projects shall pre-qualify with the Department. Upon pre-qualification, Contractors will be placed on the Department’s Prequalified Bidders List and/or the Approved Subcontractors List, depending on the application submitted. The requirements for prequalification are listed in section 102-2 of the Standard Specifications for Roads and Structures, January 2018. For more information please refer to the NCDOT website at: https://connect.ncdot.gov/business/Prequal/Pages/default.aspx

Bidders must be prequalified by the NCDOT prior to submitting a bid. Subcontractors performing work on this project must be prequalified prior to performing any work on this project.

Bid Security
Each proposal shall be accompanied by a cash deposit or a certified check drawn on a bank or trust company insured by the Federal Deposit Insurance Corporation in an amount equal to not less than 5% of the proposal or a bid bond of 5% of the bid executed by a surety company licensed under the laws of North Carolina to execute such bonds. The deposits shall be made payable to the Owner and shall be retained by the Owner as liquidated damages in the event of the successful bidder fails to properly execute the contract within ten (10) days after award and to give satisfactory surety as required by law.

Bonding Requirements
By submitting a bid, the Contractor certifies that he has under his direct control or at his disposal the men, equipment, and materials required to execute this work as specified. Lack of such control or availability of men, equipment or materials shall constitute failure to properly execute the Contract. Performance and Labor and Material Payment Bonds will be required for 100% of the Contract price, with a surety or sureties legally authorized to do business in the State of North Carolina.

Award of Contract
Award of contract will be based on the lowest aggregate sum bid submitted from those bidders that are confirmed as being responsive and responsible. The right is reserved, as the Johnston County Regional Airport may require, to reject any and all bids and to waive any informality in the bids received.

A bid may be withdrawn only as provided by the applicable statues of North Carolina. If a bid is withdrawn within 90 days of the bid opening, the Bid Guarantee shall be forfeited; provided that, if the request to withdraw is made not later than 72 hours after the opening of bids, and if the withdrawal is allowed, the Owner may return the bid guarantee.

Federal and State Provisions Certain mandatory federal and state requirements apply to this solicitation and will be made part of any contract awarded.

1. Buy American Preference (Title 49 United States Code, Chap 501);
2. Foreign Trade Restriction (49 CFR Part 30);
3. Disadvantaged Minority and Women Owned Business Enterprise (NCDOT SP1 G67);
4. Davis-Bacon Act (29 CFR Part 5);
5. Equal Employment Opportunity (Executive Order 11246 and 41 CFR Part 60);
6. Goals for Minority and Female Participation (41 CFR Part 60-4.2);
7. Certification of Non-Segregated Facilities (41 CFR Part 60-1.8);
8. Debarment, Suspension, Ineligibility and Voluntary Exclusion (49 CFR Part 29).
9. Drug-Free Workplace Act of 1988 (41 USC 702-706).
10. Iran Divestment Act Certification (N.C.G.S. 147-86.59)
11. E-Verify (N.C.G.S. 153A-449)

NON-DISCRIMINATION CLAUSE: The Special Provisions (SP1 G67) of the North Carolina Department of Transportation apply to this contract. It is the policy of the Johnston County Airport Authority to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. All firms qualifying under this solicitation are encouraged to submit bids/proposals. Award of this contract will be conditioned upon satisfying the requirements of this bid specification. These requirements apply to all bidders/offerors, including those who qualify as MBE/WBE. An MBE contract goal of 8% and a WBE contract goal of 8%, for a combined MBE/WBE contract goal of 16%, has been established for this contract. The bidder/offeror shall make good faith efforts, as defined in SP1 G67 to meet the contract goal by utilizing MBE/WBE in the performance of this contract.

The apparent successful bidder will be required to submit in the “Proposal” section of his bid the information concerning the MBE/WBE that will participate in this contract. This information will include: (1) the names, addresses and telephone numbers of MBE/WBE firms that will participate in the contract, and the certifying agency documentation of current status as a bona fide MBE/WBE; (2) a description of the work that each MBE/WBE firm will perform; (3) the dollar amount of the participation of each MBE/WBE firm participating (4) written documentation of the bidder/offeror’s commitment to use a MBE/WBE subcontractor whose participation it submits to meet the contract goal; and (5) written confirmation from the MBE/WBE that is participating in the contract as provided in the commitment made under. (4).

If the bidder fails to achieve the contract goal stated herein, he will be required to provide documentation demonstrating that he made a good faith effort. The bidder’s documentation shall be submitted in accordance with the provisions of SP1 G67.

Contract Time
The owner has established a contract performance time of four hundred and twenty five (425) calendar days from the date of the Notice-to-Proceed, with the exception of Phase 3B. All project work shall be substantially completed within the stated timeframe. This project is subject to liquidated damages as prescribed within the project manual in the Proposal Section. For additional information detailing the Calendar Day requirements specific to each phase and the associated liquidated damages, see Section 80- 08 of the General Provisions.

Notice-To-Proceed
It is the intent of the Owner to issue the Notice-To-Proceed (NTP) as soon as practical after the Award of Contract. The anticipated early NTP date is June 20, 2022 and the late NTP date is July 20, 2022.

Additional Provisions
Modification to the project documents may only be made by written addendum by the Owner or Owner’s authorized Representative.

The Proposal must be made on the forms provided within the bound project manual and shall not be removed from the bound documents. Proposals submitted separate from the bound documents will be considered irregular and will be eligible for rejection. Bidders must supply all required information prior to the time of the bid opening.



Job Purchase Information:
Bid Closed


Addenda