|
Contact:
|
Christopher Unzicker
|
PreBid Date:
|
02/10/2023
10:00 AM
|
PreBid Info:
|
A Pre-Bid Conference has been scheduled 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:
|
03/01/2023
02:00 PM
|
Bid Info:
|
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, and immediately thereafter publicly opened and read for the
furnishing of labor, material and equipment for Tree Clearing 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:
WSP
Rich Bauer, P.E., Project Manager
Email: Richard.Bauer@wsp.com
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 they have under their direct control or at their disposal
the workforce, equipment, and materials required to execute this work as specified. Lack of such control
or availability of workforce, 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 their 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.
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 two hundred (200) calendar days from the
date of the Notice-to-Proceed. 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 April 3, 2023 and the late NTP date is May 18, 2023.
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:
|
Bidding is closed.
|
|
Addenda
|
|
|
|