Similar Projects
Sherrills Ford Road 1.0 MG Storage Tank
Infrastructure
Conception
$3,000,000 est. value
Sherrills Ford, NC 28673

Massey Chapel Road Townhomes
New Construction, Infrastructure
Conception
$9,000,000 CJ est. value
Durham, NC 27713

Residence Inn By Marriott / Asheville
New Construction, Infrastructure - 86,000 SF
Design
$25,000,000 CJ est. value
Asheville, NC 28801

Cottages at College Acres Phase 4
New Construction, Infrastructure - 12,800 SF
Design
$1,000,000 CJ est. value
Wilmington, NC 28403

Request to Prequalify Vendors For Residential Asbestos Abatement Services
Term Contract, Infrastructure
Post-Bid
$200,000 CJ est. value
Raleigh, NC 27603

Terminal Modernization Project
Renovation, Addition - 160,000 SF
Post-Bid
$150,000,000 to $200,000,000 est. value
Fletcher, NC 28732

Runway 23L Approach Clearing Project
Results
Greensboro, NC 27400

DPS - Rockingham Youth Development Center- Grading and Utilities
Results
Rockingham, NC 28379

Red Springs High School Athletic Complex
Construction
$3,000,000 to $4,000,000 est. value
Red Springs, NC 28377

Concourse E Expansion Phase 9
Construction
Charlotte, NC

Kilmayne Place Senior Living
New Construction, Infrastructure - 86,000 SF
Pending Verification
$32,000,000 CJ est. value
Cary, NC 27511

Howe's Landing
New Construction, Infrastructure
Pending Verification
$340,000,000 CJ est. value
Gastonia, NC 28056

Board of Elections Paving - Wake County
Infrastructure
Conception
$370,000 est. value
Raleigh, NC 27610

Hilton Garden Inn / Steele Creek
New Construction, Infrastructure - 90,000 SF
Design
$20,700,000 CJ est. value
Charlotte, NC 28202

Wren Family Estates - Sitework
New Construction - 12,618 SF
Post-Bid
Siler City, NC 27344

Last Updated 10/27/2022 03:06 PM
Project Title

New Airfield Edge Lighting, Signage, and NAVAIDS

Physical Address View project details and contacts
City, State (County) Andrews, NC 28901   (Cherokee County)
Category(s) Heavy and Highway, Transportation
Sub-Category(s) Airline/Passenger Terminal, Site Development
Contracting Method Competitive Bids
Project Status Bidding, Construction start expected December 2022
Bids Due View project details and contacts
Estimated Value $931,369 [brand] Estimate
Plans Available from Copy Center
Owner View project details and contacts
Architect View project details and contacts
Description

It is anticipated that the contract award will be made to the lowest responsive and responsible bidder if an award is made. 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. All bidders must be prequalified by the NCDOT as a "Bidder" prior to submitting a bid and all Contractors and Subcontractors must be prequalified as a "Bidder" or "Subcontractor" prior to performing any work on this project. 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. 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. 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. 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. Equal Employment Opportunity (Executive Order 11246 and 41 CFR Part 60); 5. Goals for Minority and Female Participation (41 CFR Part 60-4.2); 6. Certification of Non-Segregated Facilities (41 CFR Part 60-1.8); 7. Debarment, Suspension, Ineligibility and Voluntary Exclusion (49 CFR Part 29). 8. Drug-Free Workplace Act of 1988 (41 USC 702-706). 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 Cherokee County 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. A combined MBE/WBE contract goal of 1% 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. The Owner reserves the right to reject any or all bids and to waive informalities and minor irregularities. Cherokee County Maria Hass, Assistant County Manager 75 Peachtree St Murphy, NC 28906 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. A combined MBE/WBE contract goal of 1% 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).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. A combined MBE/WBE contract goal of 1% 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.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. A combined MBE/WBE contract goal of 1% 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. The Owner reserves the right to reject any or all bids and to waive informalities and minor irregularities. The Owner reserves the right to reject any or all bids and to waive informalities and minor irregularities. Cherokee County Maria Hass, Assistant County Manager 75 Peachtree St Murphy, NC 28906 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. The Owner reserves the right to reject any or all bids and to waive informalities and minor irregularities. Cherokee County Maria Hass, Assistant County Manager 75 Peachtree St Murphy, NC 28906 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

Details

Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Weather Barriers.
Division 08 - Openings, Doors and Frames, Coiling Doors and Grilles, Entrances and Storefronts, Windows, Special Function Windows, Security Windows, Access Control Hardware, Louvers and Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Ceilings, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Directories, Signage, Telephone Specialties, Compartments and Cubicles, Toilet Compartments, Emergency Aid Specialties, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Lockers, Storage Assemblies, Protective Covers, Flagpoles, Pest Control Devices, Flags and Banners, Security Mirrors and Domes.
Division 11 - Equipment, Loading Dock Equipment, Loading Dock Bumpers, Stationary Loading Dock Equipment, Portable Dock Equipment, Loading Dock Lights, Foodservice Equipment, Foodservice Storage Equipment, Food Preparation Equipment, Food Cooking Equipment, Food Dispensing Equipment, Ice Machines, Cleaning and Disposal Equipment.
Division 12 - Furnishings, Art, Casework, Seating.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Instrumentation and Control for Fire-Suppression Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures, Drinking Fountains and Water Coolers.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC.
Division 25 - Integrated Automation.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Packaged Generator Assemblies, Engine Generators, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting, Lighting Poles and Standards, Parking Lighting, Site Lighting, Walkway Lighting, Flood Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Communications, Distributed Audio-Video Communications Systems, Paging Systems, Public Address Systems, Intercommunications and Program Systems.
Division 28 - Electronic Safety and Security.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Speed Bumps, Pavement Markings, Tactile Warning Surfacing, Fences and Gates.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.
Division 41 - Material Processing and Handling Equipment, Conveyors.

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