Loading Events

« All Events

  • This event has passed.

WSP/ Smithfield, NC – Johnston Regional Airport JNX – Tree Clearing

March 1, 2023

Smithfield, NC – Johnston Regional Airport JNX – Tree Clearing

The project includes the clearing of Automated Weather Observing System (AWOS) critical areas which encompasses the removal of trees, clearing and grubbing. The project will be split into two (2) phases:

• Phase 1
o Clear tress for haul route and staging area.
o Establish temporary erosion control construction entrances and silt fence.
o Establish temporary haul roads.
o Clear trees in designated Phase 1 areas.

• Phase 2
o Establish timber mats in wetland and Swift Creek buffer areas.

o Clear trees in designated Phase 2 areas.
o Remove timber mats and replace with straw matting.
o Remove temporary haul roads.
o Perform seeding and mulching in disturbed areas.
o Remove temporary erosion control construction entrances and silt fences.

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.

THIS IS THE OFFICIAL SITE TO ORDER THE BID DOCUMENTS FOR THIS PROJECT – AND THE ONLY WAY TO BE ADDED TO THE PLAN HOLDERS LIST!

A printed bid set is $479.00 plus applicable sales tax.

A printed bid set & CD is $504.00 plus applicable sales tax.

A set is also available for download in PDF for $360.00 plus applicable sales tax. Downloads do not include addenda, they are all available on the “Addenda” tab of this page. Once payment is secured, you will receive an email that your files are ready to be downloaded from your account.

To place an order click on “PLACE ORDER” at the upper right of this page.

Payment can be made by either:
1.Credit Card
2.Check made payable to Duncan-Parnell – mail check to: PO Box 35649, Charlotte, NC 28235 ATTENTION: MICHAELA. To expedite your order you can email copy of your check to michaela.bruinius@duncan-parnell.com. Printing will not begin until a copy of the check OR the check is received
3.Cash – pick up orders only
4.Duncan-Parnell Account

Any print order placed on this site includes all plans and specifications, including any addenda released at the time of order. Planholders will be notified by email when future addenda are issued. It is the responsibility of each plan holder to download the addenda. Shipping, if required, will be charged to each order.

Online orders are filled within 1-2 business days after payment is secured.

All project notifications, including addenda, are sent via email from the mail domaine of “@dpibidroom.com“. This could be flagged as spam by your company network firewall. To prevent delay of project notifications, including addenda, have your company’s Information Technology Manager and “white list”the domain of dpibidroom.com to prevent emails from being captured.

ADDENDA DISTRIBUTION

Existing planholders will be notified by email upon the release of any addenda. Failure to order bid sets through Duncan-Parnell may prevent you from being notified of issued addenda. Printed copies of addendum will be available at no additional charge. Shipping, if required will be charged. Contact your local Duncan-Parnell office to request a printed set of addenda files. Click here to find the location nearest you.

For Project Details Click Here

Details

Date:
March 1, 2023
Event Category: