Similar Projects
Inflow & Infiltration (I&I) FY25-26 - SR-II-25 - City of Jacksonville
Infrastructure
Conception
$585,000 est. value
Jacksonville, NC

Zipline Park - RC-19-004 - City of Jacksonville
Renovation, Infrastructure
Conception
Less than $300,000 est. value
Jacksonville, NC 28540

Repair Docks at Paradise Point Area
Infrastructure
Bidding
$250,000 CJ est. value
Jacksonville, NC 28547

Repair Docks at Paradise Point Area
Infrastructure
Bidding
$250,000 CJ est. value
Jacksonville, NC 28547

Bituminous Plant Mix Asphalt
Term Contract
Post-Bid

Taxiway Alpha Rehabilitation
Infrastructure
Post-Bid
Richlands, NC 28574

Repair Pavement Building AS 4108
Results
$100,000 to $250,000 est. value
Camp Lejeune, NC

Sidewalk Routing and Sealing Project FY21
Results
Jacksonville, NC

Court Street Improvements - EN-24-001 - City of Jacksonville
Infrastructure
Conception
$260,000 est. value
Jacksonville, NC 28540

2021 Utility Cut Asphalt Repairs
Infrastructure
Post-Bid
Jacksonville, NC

U-5735A US 17 and Douglass Rd Intersection
Results
Jacksonville, NC 28540

Country Club Villas Neighborhood Improvements - Cd-20-002 - City Of Jacksonville
Alteration
Conception
$513,000 est. value
Jacksonville, NC 28540

Utility Cut Repairs FY22
Term Contract, Infrastructure
Post-Bid
$300,000 est. value
Jacksonville, NC

FY20 Street Rehabilitation Project
Results
Jacksonville, NC

Commerce/Memorial Water Line Replacement - WT-19-003 - City of Jacksonville
Infrastructure
Conception
$2,460,000 CJ est. value
Jacksonville, NC 28540

Last Updated 09/27/2022 11:09 AM
Project Title

Repair Airfield Taxiway Surfaces Alpha Through Juliet

Physical Address View project details and contacts
City, State (County) Jacksonville, NC 28540   (Onslow County)
Category(s) Heavy and Highway
Sub-Category(s) Paving/Reconstruction, Runways/Taxiways, Site Development
Contracting Method Competitive Bids
Project Status Contract Award, Construction start expected September 2022
Bids Due View project details and contacts
Estimated Value $7,942,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Contract Award Date: Aug 20, 2022 Contract Award Number: N4008520D0033 Task/Delivery Order Number: N4008522F6190 Contractor Awarded Unique Entity ID: C277DHXWNTU9 Contractor Awarded Name: Archer Western Federal JV Contractor Awarded Address: Chicago, IL 60607-3021 USA Base and All Options Value (Total Contract Value): $7942000.00 Contract No: N40085-21-B-0050 All terms and conditions of N40085-20-D-0032/0033/0034/0035/0036 Indefinite Delivery Quantity Contract apply to this solicitation. Please review your MACC award document for guidance on contract clauses and requirements that may pertain to this order. You are responsible to adhere to all applicable clauses, even if they are not stated in this RFP package or the Task Order award document. For clarification on any clause or other contractual issue please contact Kyle L. Vaughan, kyle.l.vaughan2.civ@us.navy.mil. The specifications, drawings, and amendments are posted as attachments on https://www.sam.gov/ NAVFAC Solicitation No.: N40085-22-R-2719 Title: Repair Airfield TaxiWay Surfaces Alpha through Juliet, Marine Corps Base (MCB), Camp Lejeune, North Carolina Description of the Work: The work includes the repair of surfaces of taxiways Alpha through Juliet and a service road by milling and repaving the surfaces. Some subgrade work will be performed on taxiway Bravo. All taxiways are to be remarked once resurfaced. Estimated Cost Range: More than $10,000,000 Time for Completion: Contract completion date is 365 calendar days. The days are calculated from date of task order award, which includes the initial 15 days allowed for distribution of the task order award, submission and approval of insurance, bonding and other requirements set forth in the task order/MACC. Task order award is considered notice to proceed. Wage Determination: Department of Labor (DoL) General Decision Number NC20220090 02/25/2022 applies to this work. Should this wage determination be modified by DoL prior to award, the most current wage determination will be incorporated at the time of award. Utilities: In accordance with FAR 52.236-14 Availability and Use of Utility Services - The Government shall make all reasonably required amounts of utilities available to the Contractor from existing outlets and supplies, as specified in the contract. Unless otherwise provided in the contract, the amount of each utility service consumed shall not be charged to the Contractor. The Contractor shall carefully conserve the use of any utilities furnished by the government. Record Drawings: In accordance with FAR 52.236-21, Specifications and Drawings for Construction, record drawings are required. Reproducible copies of these record drawings are required. Government Furnished Property: Not Included. Bond Requirements: In accordance with FAR 52.228-1, Bid Guarantees, each offeror shall Repair Airfield Taxiway Surfaces Alpha through Juliet Solicitation N40085-22-R-2719 MCB, Camp Lejeune, North Carolina Project No. 21-0050 submit with its offer a guarantee bond (Standard Form 24) in a penal sum equal to at least 20 percent of the offer price or $3,000,000, whichever is less. Performance and Payment Bonds are required for the task order within ten (10) calendar days of construction effort award. Bonds are not required for the preconstruction services. Liquidated Damages: In accordance with FAR 52.211-12 Liquidated Damages, if the Contractor fails to complete the work within the time specified in the contract, the Contractor shall pay liquidated damages to the Government in the amount of $880.00 for each calendar day of delay until the work is completed or accepted. Basis for Award: Lowest Price Proposal Requirement: Provide proposal as outlined in the attached proposal form. Proposal Acceptance Period: Proposal acceptance period shall be 60 days from receipt of offers. Requests for Information (RFIs): RFI's must be submitted to kyle.l.vaughan2.civ@us.navy.mil. The cut off for RFIs is 22 June 2022 2:00 PM EST in order to process all inquiries by the proposal due date. A response will be published via an amendment to https://www.sam.gov/. Site Visit: Not required. Proposal Due Date: July 6, 2022 3:00 PM EST LATE PROPOSALS WILL NOT BE CONSIDERED. Repair Airfield Taxiway Surfaces Alpha through Juliet Solicitation N40085-22-R-2719 MCB, Camp Lejeune, North Carolina Project No. 21-0050 Date ROICC Camp Lejeune 1005 Michael Road Camp Lejeune, NC 28547 Dear Sir or Madam: Proposal for Project Number/Title: Proj. No./Title Amendments Acknowledged: No Amendments Issued or Amendments Subcontractor(s) to be used: Subcontractor Discipline Total Price $ Comments: Sincerely, Signature Name Title TYPE COMPANY NAME HERE Return Address Phone Number Email Address Repair Airfield Taxiway Surfaces Alpha through Juliet Solicitation N40085-22-R-2719 MCB, Camp Lejeune, North Carolina Project No. 21-0050 General Decision Number: NC20220090 02/25/2022 Superseded General Decision Number: NC20210090 State: North Carolina Construction Type: Highway Counties: Brunswick, Cumberland, Currituck, Edgecombe, Franklin, Greene, Hoke, Johnston, Nash, New Hanover, Onslow, Pender, Pitt, Wake and Wayne Counties in North Carolina. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Note: Contracts subject to the Davis-Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but do not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). ______________________________________________________________ If the contract is entered into on or after January 30, 2022, or the contract is renewed or extended (e.g., an option is exercised) on or after January 30, 2022: Executive Order 14026 generally applies to the contract. The contractor must pay all covered workers at least $15.00 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in 2022. ___________________________________________________________ If the contract was awarded on or between January 1, 2015 and January 29, 2022, and the contract is not renewed or extended on or after January 30, 2022: Executive Order 13658 generally applies to the contract. The contractor must pay all covered workers at least $11.25 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on that contract in 2022. ___________________________________________________________ The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at https://www.dol.gov/agencies/whd/government-contracts. Modification Number Publication Date 0 01/07/2022 1 02/25/2022 * SUNC2014-005 11/17/2014 Repair Airfield Taxiway Surfaces Alpha through Juliet Solicitation N40085-22-R-2719 MCB, Camp Lejeune, North Carolina Project No. 21-0050 Rates Fringes BLASTER..........................$ 21.04 CARPENTER........................$ 13.72 ** CEMENT MASON/CONCRETE FINISHER...$ 14.48 ** ELECTRICIAN Electrician.................$ 17.97 Telecommunications Technician..................$ 16.79 .63 IRONWORKER.......................$ 16.02 LABORER Asphalt Raker and Spreader..$ 12.46 ** Asphalt Screed/Jackman......$ 14.33 ** Carpenter Tender............$ 12.88 ** Cement Mason/Concrete Finisher Tender.............$ 12.54 ** Common or General...........$ 10.20 ** Guardrail/Fence Installer...$ 12.87 ** Pipelayer...................$ 12.17 ** Traffic Signal/Lighting Installer...................$ 14.89 ** PAINTER Bridge......................$ 24.57 POWER EQUIPMENT OPERATOR Asphalt Broom Tractor.......$ 11.85 ** Bulldozer Fine..............$ 17.04 Bulldozer Rough.............$ 14.34 ** Concrete Grinder/Groover....$ 20.34 2.30 Crane Boom Trucks...........$ 20.54 Crane Other.................$ 20.08 Crane Rough/All Terrain.....$ 20.67 Drill Operator Rock.........$ 14.38 ** Drill Operator Structure....$ 21.14 Excavator Fine..............$ 16.60 Excavator Rough.............$ 14.00 ** Grader/Blade Fine...........$ 18.47 Grader/Blade Rough..........$ 14.62 ** Loader 2 Cubic Yards or Less........................$ 13.76 ** Loader Greater Than 2 Repair Airfield Taxiway Surfaces Alpha through Juliet Solicitation N40085-22-R-2719 MCB, Camp Lejeune, North Carolina Project No. 21-0050 Cubic Yards.................$ 14.14 ** Material Transfer Vehicle (Shuttle Buggy).............$ 15.18 Mechanic....................$ 17.55 Milling Machine.............$ 15.36 Off-Road Hauler/Water Tanker......................$ 11.36 ** Oiler/Greaser...............$ 13.55 ** Pavement Marking Equipment..$ 12.11 ** Paver Asphalt...............$ 15.59 Paver Concrete..............$ 18.20 Roller Asphalt Breakdown....$ 12.45 ** Roller Asphalt Finish.......$ 13.85 ** Roller Other................$ 11.36 ** Scraper Finish..............$ 12.71 ** Scraper Rough...............$ 11.35 ** Slip Form Machine...........$ 16.50 Tack Truck/Distributor Operator....................$ 14.52 ** TRUCK DRIVER GVWR of 26,000 or Less......$ 11.12 ** GVWR of 26,001 Lbs or Greater.....................$ 12.37 ** ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($15.00) or 13658 ($11.25). Please see the Note at the top of the wage determination for more information. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/government-contracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). Repair Airfield Taxiway Surfaces Alpha through Juliet Solicitation N40085-22-R-2719 MCB, Camp Lejeune, North Carolina Project No. 21-0050 ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- Repair Airfield Taxiway Surfaces Alpha through Juliet Solicitation N40085-22-R-2719 MCB, Camp Lejeune, North Carolina Project No. 21-0050 WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matterThis can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on * a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour National Office because National Office has responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ==================================================================================== END OF GENERAL DECISION

Details

Division 31 - Earthwork, Grading, Earthwork Methods.
Division 32 - Exterior Improvements, Flexible Paving, Rigid Paving, Fences and Gates, Turf and Grasses.
Division 34 - Transportation, Airfield Signaling and Control Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents