january 24, 2019 - january 30, 2019 week of march 15, 2012...

3
OFFICE HOURS Monday through Wednesday 8:30 a.m. - 5:00 p.m. Thursday 8:30 a.m. - 4:00 p.m. Friday 8:30 a.m. - 1:00 p.m. email: [email protected] _______________________ TELEPHONE / FAX Toll Free: 1-800-462-0738, Local: 910-762-1337, Fax: 910-763-6304 _______________________ CORRECTIONS & CANCELLATIONS Please check your ad the first day it runs to see that all of the information is correct. This will ensure that your ad is exactly what you want readers to see. Greater Diversity News will only assume responsibility for the first day. We must limit our financial responsibility to the charge for space. For changes, corrections or cancellations, call your sales representative or a Classifieds advisor at 1-800-462-0738. Deadline for cancellations is Monday by 5:00 p.m. the week of publication. _______________________ DEADLINE & RATES Wednesday 12:00 Noon, $2.50 Per Line (Average 36 Characters Per Line) ADVERTISEMENT FOR BIDS Beaufort County Water District V - Pantego Township Owner 121 West Third Street Address Washington, NC 27889 Separate sealed BIDS for the construction of 2016 Water System Improvements Contract No. 8 - Gaylord BPS & Braddy Valve Station Improvements will be received by the ENGINEER at Beaufort County Administration Building, 121 West Third Street, Washington, NC 27889 until 2:00 PM, February 21, 2019, and then at said office publicly opened and read aloud. The CONTRACT DOCUMENTS may be examined at the following locations: Beaufort County Administrative Building, 121 West Third Street, Washington, NC 27889 McDavid Associates, Inc., 3714 North Main Street, Farmville, NC 27828-0049 Dodge Data and Analytics, 4300 Beltway Place, Suite 180, Arlington, TX 76018-5253 (View online at www.construction.com) Construct Connect, Attn: DPC, 30 Technology Parkway South, Suite 100, Norcross, GA 30092 (View online at www.ConstructConnect.com) Construction Journal, 400 SW 7th Street, Stuart, FL 34994 (View online at www.ConstructionJournal. com) Builders & Contractors Exchange, Inc., 1118 Azalea Garden Road, Norfolk, VA 23502-5612 (View online at www.bcvea.com) Copies of the CONTRACT DOCUMENTS may be obtained at the office of McDavid Associates, Inc. located at 3714 North Main Street, Farmville, NC 27828-0049 upon a nonrefundable payment of $275.00 for each set. The OWNER reserves the right to reject any and all BIDS. BIDDER shall be properly licensed under Chapter 87, General Statutes of North Carolina. Small, minority, women’s, and disadvantaged businesses and labor surplus area firms are encouraged to submit BIDS. This PROJECT is subject to the good faith efforts and goals for participation by minority businesses required by G.S. 143-128.2. The OWNER has adopted a verifiable ten percent (10%) goal for participation by minority businesses in the total value of the WORK. BIDDERS shall, within the time frames specified in the BID documents, submit all required affidavits and documentation demonstrating that the BIDDER made the required good faith effort in compliance with G.S. 143-128.2. Failure to file all required affidavits and documentation within the required time frames is grounds for rejection of the BID. Prospective BIDDERS who have been found guilty of discrimination within the last two (2) years are debarred from bidding. A preBid conference will be held at 10:00 AM on February 7, 2019 in Beaufort County Administrative Building, 121 West Third Street, Washington, NC 27889. Prospective BIDDERS are encouraged to attend this prebid conference as part of their good faith efforts. Jerry Evans Chairman Beaufort County Water District V - Pantego Township January 24, 2019 Date ADVERTISEMENT FOR BIDS BECO, INC. solicits M/WBE quotations from electrical material suppliers and subcontractors for the following project: GTCC Composite Lab Aviation Renovation Greensboro, NC. Plans can be reviewed at our office at 2124 Surrett Drive, High Point, NC. Contact James Williams (336) 889-3477. Bid Date: January 29, 2019. ADVERTISEMENT FOR BIDS INVITATION TO BID MWBE/DBE SUBCONTRACTORS Bar Construction Co., Inc. is soliciting quotations for the following: The University of North Carolina School of the Arts Performance Place Renovations. Bids are due at 2:00 pm on 02/19/19. Interested subcontractors should contact Bruce Guarini at 611-A Industrial Ave, Greensboro, NC 27406, (336) 274-2477, or [email protected] . NOTICE TO CONTRACTORS: PREQUALIFCATIONS BEING ACCEPTED FOR NOBLE MIDDLE SCHOOL – RENOVATION & WRIGHTSVILLE BEACH ELEMENTARY – RENOVATION & ADDITION Monteith Construction is accepting job specific trade contractor prequalification applications for New Hanover County School’s Noble Middle School Renovation and the Wrightsville Beach Elementary School Renovation and Addition. You may select to prequalify for one or both schools on the prequalification form. Specific project details will be found on the prequalification form for each of the schools. The prequalification deadline for submission has been extended and is Tuesday February 5, 2019 no later than 5:00 PM. Applications may be obtained at www.isqft.com or requested by email from [email protected] or hrector@ monteithco.com. Prequalification applications submitted late or incomplete will not be reviewed. Monteith strongly encourages minority, small and woman owned businesses to prequalify and participate on this project. Noble Middle School Renovation bid packages include: 02-Demolition; 03-Concrete; 04-Masonry; 05-Misc. Metals; 06-Finish Carpentry/Millwork; 07-Roofing; 08A-Doors & Hardware; 08B-Glass & Glazing; 09A-Drywall & Framing; 09B-Acoustical Ceilings; 09C-Tile; 09D-Flooring; 09E-Painting; 10A-Accessories; 10B-Signs; 10C-Lockers; 11A-Kitchen Equipment; 11B-Athletic Equipment; 12-Window Treatments; 14-Chairlift; 21-Fire Protection; 22-Plumbing; 23-HVAC; 26-Building Electrical, Fire Alarm, and Low Voltage; 31-Sitework & Utilities; 32-Landscaping and Site Furnishings. Wrightsville Elementary School Renovation and Addition bid packages include: 02-Demolition; 03-Concrete; 04-Masonry; 05-Misc. Metals; 06-Finish Carpentry/Millwork; 07A-Roofing; 07B-Metal Wall Panels; 07C- Waterproofing; 08A-Doors & Hardware; 08B-Glass & Glazing; 09A-Drywall & Framing, Metal Trusses, Insulation, Air/ Vapor Barrier; 09B-Acoustical Ceilings; 09C-Tile; 09D-Flooring; 09E-Painting; 10A-Accessories; 10B-Signs; 11-Stage Equipment; 12-Window Treatments; 14-Elevator; 21-Fire Protection; 22-Plumbing; 23-HVAC; 26-Building Electrical, Fire Alarm, and Low Voltage; 31-Sitework & Utilities; 32A-Landscaping and Site Furnishings; 32B-Fencing. Additional Packages may be added and/or deleted at the discretion of the Construction Manager. Historically underutilized business participation is encouraged. Interested contractors should submit their complete prequalification submittals, by 5:00 PM, Tuesday, February 5, 2019 by email to Heather Jo Rector; hrector@ monteithco.com or mail a hardcopy to Monteith Construction, Attn: NHCS Noble Middle School Renovation and/or Wrightsville Beach Elementary School Addition & Renovation, 208 Princess St, Wilmington, NC 28401. For questions please call (910) 791.8101. Greater Diversity News Online at GreaterDiversity.com Page 8 INVITATION FOR BIDS NEW HANOVER COUNTY SOUTH PROPERTY CELL 8A CONSTRUCTION RFB #19-0314 Sealed bids addressed to Kim Roane, Business Officer, New Hanover County Environmental Management Department, 3002 US Highway 421 North, Wilmington, North Carolina 28401 and marked “South Property Cell 8A Construction – RFB #19-0314” will be accepted until 2:00 p.m., EST, Tuesday, March 5, 2019. Instructions for submitting bids, bid documents, and complete requirements and information may be obtained by visiting the County’s website http://www.nhcgov. com/business-nhc/bids. All prime bidders on this project must be pre-qualified in accordance with New Hanover County’s Pre-Qualification Ordinance, in order to bid. Bids will not be opened unless the bidder is pre-qualified. Pre-qualification applications may be obtained at the County Legal Department, 230 Government Center Dr., Suite 155, Wilmington, N.C. 28403 or by visiting the County’s website. A MANDATORY pre-bid meeting will be held on January 29, 2019 at 2:00 p.m. EST, in the Environmental Management Administration Building conference room, 3002 U.S. Highway 421 North, Wilmington, NC, 28401. This project includes the construction of the partial expansion consisting of approximately 5 acres of Cell 8A that will include disposal unit site preparation, placement of the liner system, placement of the soil cover systems, associated haul road, stormwater management systems, collection piping, and coordination with the County staff. The construction period will be 147 days from the notice to proceed to substantial completion and an additional 28 days to final completion. Fill soil for the preparation of the intermediate cover and protective cover for the landfill shall be supplied from on-site borrow sources and topsoil will be supplied from off-site. A copy of the Specifications and Contract Documents can be reviewed at the New Hanover County Environmental Management Office, 3002 Highway 421 North, Wilmington, North Carolina 28401, between the hours of 8:00 a.m. and 5:00 p.m., Monday through Friday. Please call for appointments. Bidders must be licensed contractors in the State of North Carolina at the time proposals are submitted. Pursuant to N.C.G.S. S87-15, it will be necessary for contractors to show evidence of such license in the bid document. No proposal for construction or repair work may be considered or accepted by said board or governing body unless at the time of its filing the same shall be accompanied by a deposit with said board or governing body of cash, or a cashier’s check, or a certified check on some bank or trust company insured by the Federal Deposit Insurance Corporation in an amount equal to not less than five percent (5%) of the proposal. In lieu of making the cash deposit as above provided, such bidder may file a bid bond executed by a corporate surety licensed under the laws of North Carolina to execute such bonds, conditioned that the surety will upon demand forthwith make payment to the obligee upon said bond if the bidder fails to execute the contract in accordance with the bid bond. This deposit shall be retained if the successful bidder fails to execute the contract within 10 days after the award or fails to give satisfactory surety as required herein. Contractor will be required to comply with OSHA and all federal, state and local laws, ordinances, rules and regulations that in any way affect the Work and will be required to review/endorse the County’s Contractor Compliance Requirements in Section 01910. Bidders will be required to submit a Qualification Questionnaire located in Section 00300 as part of their bid to demonstrate qualifications to perform the Work. The bidder shall make good faith efforts, as defined in the bid specifications, to subcontract 10% of the dollar value of the single prime contract to businesses owned and controlled by minorities. Individuals who are rebuttably presumed to be minorities include women, Black Americans, Hispanic Americans, Native Americans, Asian-Pacific Americans, and Asian-Indian Americans. Bidders are required to submit, along with the bid, information concerning minority business enterprises which will participate in the contract. The information will include: (1) name and address of each minority firm; (2) description of the work to be performed by each minority firm named; and (3) the dollar value of the work to be performed by each firm named. Bidders are required to submit along with the bid, specific documentation demonstrating that they made good faith efforts to meet established goals. A bid which fails to meet these requirements may be considered non-responsive. Contact Lena Butler at [email protected] concerning questions related to this issue. All prime bidders on this project must be pre-qualified in accordance with New Hanover County’s Pre-qualification Ordinance, in order to bid. Bids will not be opened unless the bidder is pre-qualified. Pre-qualification applications may be obtained at the County Legal Department, 230 Government Center Drive, Suite 155, Wilmington, N.C. 28403 or by visiting the County’s website at www.nhcgov.com . This Invitation to Bid is being used to solicit responses from suitably qualified, experienced and licensed contractors to qualify for services related to the construction of a secure landfill construction project in New Hanover County, North Carolina. Bidders shall have successfully completed a minimum of 10.0 (ten) acres of Subtitle C or D landfill cell construction or landfill closure projects, including the installation of liner and piping components, within the last 5 (five) years from the date of this bid advertisement. New Hanover County reserves the right to reject any and all bids. Questions will only be accepted in writing by Mr. Ian Spurlock ([email protected]) through the end of business February 12, 2019. Response to the questions will be issued on February 19, 2017. For further information, contact Mr. Ian Spurlock, P.E., SCS Engineers, PC, at 813.804.6732. ADVERTISEMENT FOR BIDS NHM Constructors, LLC requests quotes from DBE/MBE/WBE certified subcontractors and suppliers for the following project bidding on 01/31/19: Chimney Rock State Park – Retaining Wall Repair. Interested parties should contact Adam Rice at 828-670-6652 ext. 3309. Project work includes: Construction Surveying, Hauling, Storm Drainage, Design-Site & Wall, Asphalt Paving, Misc. Concrete, Utilities (Water), Electrical Conduit & Duct Bank, Soil Nail Wall. All quotes should be received no later than 10:00 AM on 01/30/19. All quotes should be submitted to our office via email (arice@nhmcons tructors.com) or FAX 828/670-6636. NHM Constructors, LLC will work with subcontractors to help meet our insurance and bonding requirements. If you require assistance in obtaining bonding, lines of credit, insurance, supplies, materials, or have any questions related to the referenced project, please contact the above company representative. NHM Constructors is an equal opportunity employer and will consider any and all bids that may be submitted. NHM Constructors is willing to break out any portion of the work to encourage DBE/MBE/WBE participation. ADVERTISEMENT FOR BIDS STATE OF NORTH CAROLINA DEPARTMENT OF TRANSPORTATION RALEIGH, N.C. The Deadline for submitting Electronic Bids on the following projects as well as the public reading will be February 19, 2019 at 2:00 pm. The public reading will be held in Contract Standards and Development Unit Conference Room (Room 156 A/B), Building B, North Carolina Department of Transportation, Century Center Complex, 1020 Birch Ridge Dr., Raleigh, NC 27610. Please enter door B-2. FEBRUARY 19, 2019 (C204177) CARTERET, CRAVEN; (C204310) DARE; (C204203) NEW HANOVER; (C204319) NEW HANOVER; (C204153) SAMPSON; (C204307) JOHNSTON; (C204311) WAYNE; (C204312) VANCE, WARREN; (C204294) GRANVILLE, FRANKLIN; (C204275) WAKE; (C204276) WAKE; (C204299) CASWELL; (C204308) CHATHAM; (C204314) LEE; (C204315) HOKE, SCOTLAND; (C204293) ANSON; (C204231) ASHE; (C204236) AVERY, WATAUGA; (C204306) GASTON; (C204309) IREDELL; (C204286) HAYWOOD; (C204291) CLAY A bid bond or bid deposit in the amount of 5% of the bid will be required. These contracts are subject to all appropriate Federal Laws, including Title VI of the Civil Rights Act of 1964. Plans, proposal forms, and specifications may be obtained at the Raleigh Office of the Department of Transportation, Telephone # 919-707-6925. DEPARTMENT OF TRANSPORTATION MR. MIKE HOLDER, PE CHIEF ENGINEER ADVERTISEMENT FOR BIDS Frank L. Blum Construction will accept proposals until 2:00 pm on Tuesday, January 29, 2019 for the Erwin High School Kitchen Renovation project located in Asheville, NC. This project consists of approximately 6,200 SF of comprehensive renovations to the existing school kitchen, plus selective renovations to the dining room at Clyde A. Erwin High School. Work includes selective demolition, new concrete slab on grade, unit masonry, thermal insulation, Portland cement plaster, fitting of roof penetrations to existing thermoplastic membrane roofing, new doors, frames and hardware, drywall assemblies, tile, terrazzo, acoustical ceilings, room signage, toilet accessories, lockers, manufactured and custom food service equipment, new plumbing lines and fixtures, renovated HVAC systems, new make-up air units, commercial kitchen hood and UDS, new kitchen electrical power, data and lighting, and modifications to the existing fire alarm system. Disruptive construction activities in the work zone should be performed before and after the school day, on teacher workdays, and on school holidays and breaks as coordinated with the school administration. Work will commence in early June 2019 and be completed by December 23, 2019. MWBE forms are required for this project. There is a goal of 10% MWBE participation for this project. Information can be obtained through our online plan room at http://www.flblum.com/ subcontractors.php. For more information contact Kari Hiatt-Moran at 336.748.4409 or [email protected] . ADVERTISEMENT FOR BIDS H&M CONSTRUCTORS are requesting bids from Certified Female Contractors/ Suppliers and Certified Minority Contractors/ Suppliers for the following projects: y WCU – Ramsey Activity Center Façade Replacement; Bids Due February 7, 2019 by 12 pm y UNCA – Belk Theatre Theatrical Lighting & Catwalk Repairs; Bids Due February 7, 2019 by 12 pm Plans are available for review at our office and H&M Constructors FTP Website. See below for directions on how to access the website. WCU project may also be viewed, digitally, at the following: AGC-Carolinas Branch, NC Offices of Dodge Data & Analytics, Eastern Regional Office of Reed Construction Data, Minority Contractors Resource Center, and Cherokee Business Development Center. UNCA project may also be viewed at the following: Offices of the Owner (IUNCA) and the Architect (McMillan Pazdan Smith), plan rooms of the AGC-Carolinas Branch, local NC offices of Mc-Graw Hill Dodge Corporation, Hispanic Contractors Association of the Carolinas, and Cherokee Business Development Center. Please respond to: 187 Deaverview Road, Asheville, NC 28806 (828) 254-6141 – Phone; (828) 254-8696 – Fax (H&M) FTP Website Directions: https://mbhaynes.exavault.com/login and then hit “Enter” The “Log In” box appears: Username is: hmdrawings Password is: hmdrawings ADVERTISEMENT FOR BIDS Haren Construction Company, Inc. is seeking qualified Small/Minority/Women Business Enterprises (S/MWBE) for construction of the Durham, NC – Southeast Regional Lift Station Project. Subcontractor and supplier opportunities include but not limited to: Electrical, Sidewalk, Erosion Control, Seeding, Hauling, Fencing, Rebar Placement/ Supply, Landscaping, Masonry, Roofing, Painting, HVAC, Plumbing, Paving, Concrete Formwork, Instrumentation Doors, and Insulation. Quotes received by E.O.B. 02/11/2019. Please contact Samantha Nelson at (423) 263-5561 for information.” ADVERTISEMENT FOR BIDS BECO, INC. solicits M/WBE quotations from electrical material suppliers and subcontractors for the following project: Forsyth County Clemmons Library New Construction Clemmons, NC. Plans can be reviewed at our office at 2124 Surrett Drive, High Point, NC. Contact James Williams (336) 889-3477. Bid Date: February 8, 2019. January 24, 2019 - January 30, 2019

Upload: others

Post on 02-Jan-2021

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: January 24, 2019 - January 30, 2019 Week of March 15, 2012 ...greaterdiversity.com/pdf/gdn01-24-19class_Final.pdf · Greensboro, NC. Plans can be reviewed at our office at 2124 Surrett

Office HOursMonday through Wednesday

8:30 a.m. - 5:00 p.m.Thursday 8:30 a.m. - 4:00 p.m.

Friday 8:30 a.m. - 1:00 p.m.email: [email protected]_______________________

TelepHOne / faxToll Free: 1-800-462-0738,

Local: 910-762-1337, Fax: 910-763-6304 _______________________

cOrrecTiOns & cancellaTiOnsPlease check your ad the first day it runs to see that all of the information is correct. This will ensure that your ad is exactly what you want readers to see. Greater Diversity News will only assume responsibility for the first day. We must limit our financial responsibility to the charge for space. For changes, corrections or cancellations, call your sales representative or a Classifieds advisor at 1-800-462-0738. Deadline for cancellations is Monday by 5:00 p.m. the week of publication._______________________

DeaDline & raTesWednesday 12:00 Noon, $2.50 Per Line

(Average 36 Characters Per Line)

ADVERTISEMENT FOR BIDS

Beaufort County Water District V - Pantego Township Owner

121 West Third Street Address

Washington, NC 27889

Separate sealed BIDS for the construction of 2016 Water System Improvements Contract No. 8 - Gaylord BPS & Braddy Valve Station Improvements will be received by the ENGINEER at Beaufort County Administration Building, 121 West Third Street, Washington, NC 27889 until 2:00 PM, February 21, 2019, and then at said office publicly opened and read aloud.

The CONTRACT DOCUMENTS may be examined at the following locations:

Beaufort County Administrative Building, 121 West Third Street, Washington, NC 27889

McDavid Associates, Inc., 3714 North Main Street, Farmville, NC 27828-0049

Dodge Data and Analytics, 4300 Beltway Place, Suite 180, Arlington, TX 76018-5253(View online at www.construction.com)

Construct Connect, Attn: DPC, 30 Technology Parkway South, Suite 100, Norcross, GA 30092(View online at www.ConstructConnect.com)

Construction Journal, 400 SW 7th Street, Stuart, FL 34994(View online at www.ConstructionJournal.com)

Builders & Contractors Exchange, Inc., 1118 Azalea Garden Road, Norfolk, VA 23502-5612(View online at www.bcvea.com)

Copies of the CONTRACT DOCUMENTS may be obtained at the office of McDavid Associates, Inc. located at 3714 North Main Street, Farmville, NC 27828-0049 upon a nonrefundable payment of $275.00 for each set.

The OWNER reserves the right to reject any and all BIDS.

BIDDER shall be properly licensed under Chapter 87, General Statutes of North Carolina.

Small, minority, women’s, and disadvantaged businesses and labor surplus area firms are encouraged to submit BIDS.

This PROJECT is subject to the good faith efforts and goals for participation by minority businesses required by G.S. 143-128.2. The OWNER has adopted a verifiable ten percent (10%) goal for participation by minority businesses in the total value of the WORK.

BIDDERS shall, within the time frames specified in the BID documents, submit all required affidavits and documentation demonstrating that the BIDDER made the required good faith effort in compliance with G.S. 143-128.2. Failure to file all required affidavits and documentation within the required time frames is grounds for rejection of the BID.

Prospective BIDDERS who have been found guilty of discrimination within the last two (2) years are debarred from bidding.

A preBid conference will be held at 10:00 AM on February 7, 2019 in Beaufort County Administrative Building, 121 West Third Street, Washington, NC 27889. Prospective BIDDERS are encouraged to attend this prebid conference as part of their good faith efforts.

Jerry Evans ChairmanBeaufort County Water District V - Pantego Township

January 24, 2019 Date

ADVERTISEMENT FOR BIDS

BECO, INC. solicits M/WBE quotations from electrical material suppliers and subcontractors for the following project:

GTCC Composite Lab Aviation RenovationGreensboro, NC.

Plans can be reviewed at our office at 2124 Surrett Drive, High Point, NC.

Contact James Williams (336) 889-3477.

Bid Date: January 29, 2019.

ADVERTISEMENT FOR BIDS

INVITATION TO BIDMWBE/DBE SUBCONTRACTORS

Bar Construction Co., Inc. is soliciting quotations for the following:

The University of North Carolina School of the Arts Performance Place Renovations. Bids are due at 2:00 pm on 02/19/19. Interested subcontractors should contact Bruce Guarini at 611-A Industrial Ave, Greensboro, NC 27406,

(336) 274-2477, or [email protected] .

NOTICE TO CONTRACTORS:PREQUALIFCATIONS BEING

ACCEPTED FOR NOBLE MIDDLE SCHOOL – RENOVATION

&WRIGHTSVILLE BEACH

ELEMENTARY – RENOVATION & ADDITION

Monteith Construction is accepting job specific trade contractor prequalification applications for New Hanover County School’s Noble Middle School Renovation and the Wrightsville Beach Elementary School Renovation and Addition. You may select to prequalify for one or both schools on the prequalification form. Specific project details will be found on the prequalification form for each of the schools. The prequalification deadline for submission has been extended and is Tuesday February 5, 2019 no later than 5:00 PM. Applications may be obtained at www.isqft.com or requested by email from [email protected] or hrector@montei thco.com. Prequalif icat ion applications submitted late or incomplete will not be reviewed. Monteith strongly encourages minority, small and woman owned businesses to prequalify and participate on this project.

Noble Middle School Renovation bid packages include: 02-Demoli t ion; 03-Concrete; 04-Masonry; 05-Misc. Metals; 06-Finish Carpentry/Millwork; 07-Roofing; 08A-Doors & Hardware; 08B-Glass & Glazing; 09A-Drywall & Framing; 09B-Acoustical Ceilings; 09C-Tile; 09D-Flooring; 09E-Painting; 10A-Accessories; 10B-Signs; 10C-Lockers; 11A-Kitchen Equipment; 11B-Athletic Equipment; 12-Window Treatments; 14-Cha i r l i f t ; 21 -F i re P ro tec t ion ; 22-Plumbing; 23-HVAC; 26-Building Electrical, Fire Alarm, and Low Voltage; 31-Sitework & Utilities; 32-Landscaping and Site Furnishings.

Wr igh t sv i l l e E lemen ta ry Schoo l Renovation and Addition bid packages include: 02-Demolition; 03-Concrete; 04-Masonry; 05-Misc. Metals; 06-Finish Carpentry/Millwork; 07A-Roofing; 0 7 B - M e t a l Wa l l P a n e l s ; 0 7 C - Waterproofing; 08A-Doors & Hardware; 08B-Glass & Glazing; 09A-Drywall & Framing, Metal Trusses, Insulation, Air/Vapor Barrier; 09B-Acoustical Ceilings; 09C-Tile; 09D-Flooring; 09E-Painting; 10A-Accessories; 10B-Signs; 11-Stage Equipment; 12-Window Treatments; 14 -E leva to r ; 21 -F i r e P ro t ec t i on ; 22-Plumbing; 23-HVAC; 26-Building Electrical, Fire Alarm, and Low Voltage; 31-Sitework & Utilities; 32A-Landscaping and Site Furnishings; 32B-Fencing.

Additional Packages may be added and/or deleted at the discretion of the Construction Manager. Historically underutilized business participation is encouraged. Interested contractors should submit their complete prequalification submittals, by 5:00 PM, Tuesday, February 5, 2019 by email to Heather Jo Rector; hrector@ monteithco.com or mail a hardcopy to Monteith Construction, Attn: NHCS Noble Middle School Renovation and/or Wrightsville Beach Elementary School Addition & Renovation, 208 Princess St, Wilmington, NC 28401. For questions please call (910) 791.8101.

Greater Diversity News Online at GreaterDiversity.com Page 8Week of March 15, 2012 - March 21, 2012

INVITATION FOR BIDS

NEW HANOVER COUNTYSOUTH PROPERTY CELL 8A

CONSTRUCTIONRFB #19-0314

Sealed bids addressed to Kim Roane, Business Officer, New Hanover County Environmental Management Department, 3002 US Highway 421 North, Wilmington, North Carolina 28401 and marked “South Property Cell 8A Construction – RFB #19-0314” will be accepted until 2:00 p.m., EST, Tuesday, March 5, 2019.

Instructions for submitting bids, bid documents, and complete requirements and information may be obtained by visiting the County’s website http://www.nhcgov.com/business-nhc/bids. All prime bidders on this project must be pre-qualified in accordance with New Hanover County’s Pre-Qualification Ordinance, in order to bid. Bids will not be opened unless the bidder is pre-qualified. Pre-qualification applications may be obtained at the County Legal Department, 230 Government Center Dr., Suite 155, Wilmington, N.C. 28403 or by visiting the County’s website.

A MANDATORY pre-bid meeting will be held on January 29, 2019 at 2:00 p.m. EST, in the Environmental Management Administration Building conference room, 3002 U.S. Highway 421 North, Wilmington, NC, 28401.

This project includes the construction of the partial expansion consisting of approximately 5 acres of Cell 8A that will include disposal unit site preparation, placement of the liner system, placement of the soil cover systems, associated haul road, stormwater management systems, collection piping, and coordination with the County staff. The construction period will be 147 days from the notice to proceed to substantial completion and an additional 28 days to final completion. Fill soil for the preparation of the intermediate cover and protective cover for the landfill shall be supplied from on-site borrow sources and topsoil will be supplied from off-site.

A copy of the Specifications and Contract Documents can be rev iewed a t the New Hanover County Environmental Management Office, 3002 Highway 421 North, Wilmington, North Carolina 28401, between the hours of 8:00 a.m. and 5:00 p.m., Monday through Friday. Please call for appointments.

Bidders must be licensed contractors in the State of North Carolina at the time proposals are submitted. Pursuant to N.C.G.S. S87-15, it will be necessary for contractors to show evidence of such license in the bid document.

No proposal for construction or repair work may be considered or accepted by said board or governing body unless at the time of its filing the same shall be accompanied by a deposit with said board or governing body of cash, or a cashier’s check, or a certified check on some bank or trust company insured by the Federal Deposit Insurance Corporation in an amount equal to not less than five percent (5%) of the proposal. In lieu of making the cash deposit as above provided, such bidder may file a bid bond executed by a corporate surety licensed under the laws of North Carolina to execute such bonds, conditioned that the surety will upon demand forthwith make payment to the obligee upon said bond if the bidder fails to execute the contract in accordance with the bid bond. This deposit shall be retained if the successful bidder fails to execute the contract within 10 days after the award or fails to give satisfactory surety as required herein.

Contractor will be required to comply with OSHA and all federal, state and local laws, ordinances, rules and regulations that in any way affect the Work and will be required to review/endorse the County’s Contractor Compliance Requirements in Section 01910. Bidders will be required to submit a Qualification Questionnaire located in Section 00300 as part of their bid to demonstrate qualifications to perform the Work.

The bidder shall make good faith efforts, as defined in the bid specifications, to subcontract 10% of the dollar value of the single prime contract to businesses owned and controlled by minorities. Individuals who are rebuttably presumed to be minorities include women, Black Americans, Hispanic Americans, Native Americans, Asian-Pacific Americans, and Asian-Indian Americans. Bidders are required to submit, along with the bid, information concerning minority business enterprises which will participate in the contract. The information will include: (1) name and address of each minority firm; (2) description of the work to be performed by each minority firm named; and (3) the dollar value of the work to be performed by each firm named. Bidders are required to submit along with the bid, specific documentation demonstrating that they made good faith efforts to meet established goals. A bid which fails to meet these requirements may be considered non-responsive. Contact Lena Butler at [email protected] concerning questions related to this issue.

All prime bidders on this project must be pre-qualified in accordance with New Hanover County’s Pre-qualification Ordinance, in order to bid. Bids will not be opened unless the bidder is pre-qualified. Pre-qualification applications may be obtained at the County Legal Department, 230 Government Center Drive, Suite 155, Wilmington, N.C. 28403 or by visiting the County’s website at www.nhcgov.com .

This Invitation to Bid is being used to solicit responses from suitably qualified, experienced and licensed contractors to qualify for services related to the construction of a secure landfill construction project in New Hanover County, North Carolina. Bidders shall have successfully completed a minimum of 10.0 (ten) acres of Subtitle C or D landfill cell construction or landfill closure projects, including the installation of liner and piping components, within the last 5 (five) years from the date of this bid advertisement.

New Hanover County reserves the right to reject any and all bids. Questions will only be accepted in writing by Mr. Ian Spurlock ([email protected]) through the end of business February 12, 2019. Response to the questions will be issued on February 19, 2017. For further information, contact Mr. Ian Spurlock, P.E., SCS Engineers, PC, at 813.804.6732.

ADVERTISEMENT FOR BIDS

NHM Constructors, LLC requests quotes from DBE/MBE/WBE certified subcontractors and suppliers for the following project bidding on 01/31/19: Chimney Rock State Park – Retaining Wall Repair.

Interested parties should contact Adam Rice at 828-670-6652 ext. 3309. Project work includes: Construction Surveying, Hauling, Storm Drainage, Design-Site & Wall, Asphalt Paving, Misc. Concrete, Utilities (Water), Electrical Conduit & Duct Bank, Soil Nail Wall. All quotes should be received no later than 10:00 AM on 01/30/19. All quotes should be submitted to our office via email (arice@nhmcons tructors.com) or FAX 828/670-6636.

NHM Constructors, LLC will work with subcontractors to help meet our insurance and bonding requirements. If you require assistance in obtaining bonding, lines of credit, insurance, supplies, materials, or have any questions related to the referenced project, please contact the above company representative. NHM Constructors is an equal opportunity employer and will consider any and all bids that may be submitted. NHM Constructors is willing to break out any portion of the work to encourage DBE/MBE/WBE participation.

ADVERTISEMENT FOR BIDS

STATE OF NORTH CAROLINADEPARTMENT OF TRANSPORTATION

RALEIGH, N.C.

The Deadline for submitting Electronic Bids on the following projects as well as the public reading will be February 19, 2019 at 2:00 pm. The public reading will be held in Contract Standards and Development Unit Conference Room (Room 156 A/B), Building B, North Carolina Department of Transportation, Century Center Complex, 1020 Birch Ridge Dr., Raleigh, NC 27610. Please enter door B-2.

FEBRUARY 19, 2019

(C204177) CARTERET, CRAVEN;(C204310) DARE; (C204203) NEW HANOVER; (C204319) NEW HANOVER; (C204153) SAMPSON; (C204307) JOHNSTON; (C204311) WAYNE; (C204312) VANCE, WARREN; (C204294) GRANVILLE, FRANKLIN; (C204275) WAKE; (C204276) WAKE; (C204299) CASWELL; (C204308) CHATHAM; (C204314) LEE; (C204315) HOKE, SCOTLAND; (C204293) ANSON; (C204231) ASHE; (C204236) AVERY, WATAUGA; (C204306) GASTON; (C204309) IREDELL; (C204286) HAYWOOD; (C204291) CLAY

A bid bond or bid deposit in the amount of 5% of the bid will be required.

T h e s e c o n t r a c t s a r e s u b j e c t t o a l l appropriate Federal Laws, including Title VI of the Civil Rights Act of 1964.

Plans, proposal forms, and specifications may be obtained at the Raleigh Office of the Department of Transportation, Telephone # 919-707-6925.

DEPARTMENT OF TRANSPORTATIONMR. MIKE HOLDER, PECHIEF ENGINEER

ADVERTISEMENT FOR BIDS

Frank L. Blum Construction will accept proposals until 2:00 pm on Tuesday, January 29, 2019 for the Erwin High School Kitchen Renovation project located in Asheville, NC.

This project consists of approximately 6,200 SF of comprehensive renovations to the existing school kitchen, plus selective renovations to the dining room at Clyde A. Erwin High School. Work includes selective demolition, new concrete slab on grade, unit masonry, thermal insulation, Portland cement plaster, fitting of roof penetrations to existing thermoplastic membrane roofing, new doors, frames and hardware, drywall assemblies, tile, terrazzo, acoustical ceilings, room signage, toilet accessories, lockers, manufactured and custom food service equipment, new plumbing lines and fixtures, renovated HVAC systems, new make-up air units, commercial kitchen hood and UDS, new kitchen electrical power, data and lighting, and modifications to the existing fire alarm system.

Disruptive construction activities in the work zone should be performed before and after the school day, on teacher workdays, and on school holidays and breaks as coordinated with the school administration.

Work will commence in early June 2019 and be completed by December 23, 2019.

MWBE forms are required for this project. There is a goal of 10% MWBE participation for this project.

Information can be obtained through our online plan room at http://www.flblum.com/subcontractors.php. For more information contact Kari Hiatt-Moran at 336.748.4409 or [email protected] .

ADVERTISEMENT FOR BIDS

H&M CONSTRUCTORS are requesting bids from Certified Female Contractors/Suppliers and Certified Minority Contractors/ Suppliers for the following projects:

y WCU – Ramsey Activity Center Façade Replacement; Bids Due February 7, 2019 by 12 pm

y UNCA – Belk Theatre Theatrical Lighting & Catwalk Repairs; Bids Due February 7, 2019 by 12 pm

Plans are available for review at our office and H&M Constructors FTP Website. See below for directions on how to access the website.

WCU project may also be viewed, digitally, at the following: AGC-Carolinas Branch, NC Offices of Dodge Data & Analytics, Eastern Regional Office of Reed Construction Data, Minority Contractors Resource Center, and Cherokee Business Development Center.

UNCA project may also be viewed at the following: Offices of the Owner (IUNCA) and the Architect (McMillan Pazdan Smith), plan rooms of the AGC-Carolinas Branch, local NC offices of Mc-Graw Hill Dodge Corporation, Hispanic Contractors Association of the Carolinas, and Cherokee Business Development Center.

Please respond to: 187 Deaverview Road, Asheville, NC 28806(828) 254-6141 – Phone; (828) 254-8696 – Fax (H&M)

FTP Website Directions:https://mbhaynes.exavault.com/login and then hit “Enter”The “Log In” box appears:Username is: hmdrawingsPassword is: hmdrawings

ADVERTISEMENT FOR BIDS

“Haren Construction Company, Inc. is seeking qualified Small/Minority/Women Business Enterprises (S/MWBE) for const ruct ion of the Durham, NC – Southeast Regional Lift Station Project. Subcontractor and supplier opportunities include but not limited to: Electrical, Sidewalk, Erosion Control, Seeding, Hauling, Fencing, Rebar Placement/ Supply, Landscaping , Masonry, Roofing, Painting, HVAC, Plumbing, P a v i n g , C o n c r e t e F o r m w o r k , Instrumentation Doors, and Insulation. Quotes received by E.O.B. 02/11/2019. Please contact Samantha Nelson at (423) 263-5561 for information.”

ADVERTISEMENT FOR BIDS

BECO, INC. solicits M/WBE quotations from electrical material suppliers and subcontractors for the following project:

Forsyth County Clemmons LibraryNew ConstructionClemmons, NC.

Plans can be reviewed at our office at 2124 Surrett Drive, High Point, NC.

Contact James Williams (336) 889-3477.

Bid Date: February 8, 2019.

January 24, 2019 - January 30, 2019

Page 2: January 24, 2019 - January 30, 2019 Week of March 15, 2012 ...greaterdiversity.com/pdf/gdn01-24-19class_Final.pdf · Greensboro, NC. Plans can be reviewed at our office at 2124 Surrett

ADVERTISEMENT FOR BIDS

State Utility Contractors, Inc. solicits material and subcontract bids for the following work: Demolition, Hauling, Site Work, Erosion Control, Doors & Windows, Grassing, Concrete, Pre-Engineered Metal Building, Fiberglass Shelter, Steel Tank, Insulation, Painting, Electrical, Plumbing, HVAC and Material Supply for the Mebane Bridge WWTP Residuals Management System Rehabilitation project located in Eden, NC. The bid date for this project is February 20, 2019 at 2:00 P.M. Minority businesses are encouraged to submit proposals for this work. If additional information is needed, please contact David Lucas at (704) 289-6400. EOE M/F

THE CHRISTMAN COMPANYINVITATION TO BID

SUBCONTRACTORS & SUPPLIERS

The Christman Company of Raleigh, NC, will be submitting a bid for the UNC Hospital Cancer Hospital Pharmacy – Third Floor Cancer Hospital in Chapel Hill, NC. Bids are due Thursday, February 7, 2019 at 12:00 PM. The Christman Company and UNC Hospital both encourage participation on this project by minority subcontractors and material suppliers.

If you are interested in bidding or need information about viewing documents, please contact: Kim Neese at [email protected] or Patsy Matthews at [email protected] . All bids should be sent to tccbidsnc@christ manco.com .

ADVERTISEMENT FOR BID

Yates Construction Co. Inc. is seeking certified MBE/WBE quotations on the following project:

Project: City of High PointOak Hollow Marina and Sailboat Point Accessibility Enhancements

Bid Date: January 31, 2019 @ 2:00 PM

Items of work include: Surveying, Clearing & Grubbing, Aggregate Base, Concrete Work, Signs & WZ Signs, Silt Fence, Seeding & Mulching, Safety Fence, Traffic Control, Pavement Marking, Hauling, Park Grill & Waterway Marine Products.

** Quotes must be submitted to our office no later than 4 hours before bid to be considered. Please fax bids to

336-548-1903 Attn: Leslie Gaines. **

Interested parties may contact Leslie Gaines at (336) 548-9621 or lgaines@yates construction.com for further information. Plans and specifications can be reviewed at our office located at 9220 NC Hwy 65 in Stokesdale. Yates Construction Company, Inc., has several policies aimed to assist and encourage MBE/WBE f i rms to participate. These policies include, but are not limited to, a Quick Pay Agreement and Bonding Assistance.

ADVERTISEMENT FOR BIDS

The Housing Authority of the City of Goldsboro (HACG) is accepting competitive proposals for pest control services at all HACG properties/units. Competitive proposals will be received at the HACG Administrative Office located at 700 N. Jefferson Ave. in Goldsboro, NC and are due no later than 5:00 pm, Monday, February 18, 2019.

Those qualified and interested in submitting an offer, may obtain project specifications by contacting Michele Wiggins at (919) 735 -4226 , Ex t . 118 o r by ema i l a t [email protected]. Request for proposal packets can be emailed at your request.

The owner reserves the right to reject any and all bids and to wave informalities. Section 3 preferences given.

Anthony Goodson, Jr., CEOHousing Authority of the City of Goldsboro

ADVERTISEMENT FOR BIDS

Baker Mechanical, Inc. Seeking Minority Prices for work relating to HVAC.

Contact: John WilliamsP.O. Box 2284Wilson, NC 27894-2284Telephone: (252) 291-4460Fax No.: (252) 291-7204

Greater Diversity News Online at GreaterDiversity.com Page 9 January 24, 2019 - January 30, 2019

ADVERTISEMENT FOR BIDS

Single Prime proposals will be received by Lee County Schools, in the ground floor assembly room of the Hines Board of Education Building, 106 Gordon Street, Sanford, NC 27330 on Thursday, February 14, 2019 for the East & West Lee Middle School Light Fixture Replacement Project. Bids will immediately thereafter be publicly opened and read. Lee County Schools reserves the right to reject any or all proposals. A Pre-Bid Conference will be held Wednesday, January 30, 2019 at 11:00AM at West Lee Middle School, 3301 Wicker Street, Sanford, NC 27330.

Complete plans and specifications for this project can be obtained by contacting Hite Associates, telephone 252-757-0333.

ADVERTISEMENT FOR BIDS

McClam & Associates, Inc. is requesting bids from all interested and qualified (certified and non-certified) NC HUBs, DBEs, DVBEs, MBEs, WBEs and OBEs subcontractors, manufacturers, vendors, and suppliers for the following project: North Fork Bridge Transmission Line Bypass WDP-1 for the City of Asheville Water Resources Department.

The following areas for bid are (but not limited to): Asphalt Patching, Asphalt Overlay, Hauling, Stone Suppliers, Concrete Flatwork, Material Suppliers, Precast Concrete Suppliers, Erosion Control, Blasting, Landscaping, Traffic Control, and Grassing.

Plans and specifications can be viewed at McClam & Associates, Inc., 1642 Holy Trinity Church Rd., Little Mountain, SC 29075. Plans are also available on McClam & Associates, Inc. site: www.mcclam.net; click FTP site; Username: Plans; Password: Pipe2018; Folder: North Fork Bridge Transmission Line Bypass.

We may assist interested subcontractors, when possible, in obtaining bonds, lines of credit, and/or insurance for this project. For more information contact Jesse McClam at 803-345-9194. We are an equal opportunity employer and AA.

Bid date for this project is Jan 29, 2019 at 2:00 PM. We must receive your bid by Jan 28, 2019 at 2:00 PM. Please fax or email your response to Jesse McClam at 803- 345-5362 or [email protected] .

ATTENTION

DBE/MBE/WBE SUBCONTRACTORS

Smith-Rowe, LLC (NCGCL# 70021) will be bidding the following project February 7, 2019 at the North Carolina Department of Transportation Division 7 letting:

Contract ID DG00474 CountyGuilfordDescriptionReplace Bridge # 240 On SR 3285 (Causey Lake Road) Over Little Alamance Creek Grading, Drainage, Structure and Paving

We are interested in receiving your quotations on this project for any work for which your company is qualified and especially for the following types of work: Hauling, Construction Surveying, Grading & Drainage, Asphalt, Shoulder Berm Gutter, Concrete Driveway, Guardrail, Work Zone Signs, Thermoplastic Pavement Marking Lines, Temporary Silt Fence, Seeding & Mulching, Erosion Control, Two Bar Metal Rail, and Concrete Parapet.

A pre-bid conference will be held in our office on Thursday, January 31, 2019 at 10:00 AM to discuss the proposed project. Please call 336/789/8221 if you plan to attend the pre-bid conference or if you would like to schedule another time for a pre-bid conference. You may call in your quotes to our Mount Airy office at 336/789-8221, fax 336/789-6807, or email Frank Fulp at [email protected] .

“The North Carolina Department of Transportation, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 US.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. In accordance with other related non-discrimination authorities, bidders and contractors will also not be discriminated against on the grounds of sex, age, disability, low-income level, creed/religion, or limited English proficiency in consideration for an award.”

ADVERTISEMENT FOR BIDS

H & M C O N S T R U C TO R S A N D HAYNES HEATING & COOLING are requesting bids from Certified Female Contractors/Suppliers and Certified Minority Contractors/Suppliers for the following project: 1) Kitchen Renovation at Clyde A. Erwin High School, Asheville, NC (approx. 6,200 sf of comprehensive renovations to the existing school kitchen, plus selective renovations to the dining room).

y Bids are requested by 12 pm, Wednesday, January 30, 2019.

Plans are available for review on the H&M Constructors FTP Website. See below for directions on how to access the website. Plans are open for inspection in the plan rooms of the offices of the architect, Architectural Design Studio, 70 Wall Street, Asheville, and at the Buncombe County Board of Education, 175 Bingham Road, Asheville, NC.

Please respond to: 187 Deaverview Road, Asheville, NC 28806(828) 254-6141 – Phone; (828) 254-8696 – Fax (H&M)HHC Fax: (828) 254-7392

FTP Website Directions:https://mbhaynes.exavault.com/loginThe “Log In” box appears:Username is: hmdrawingsPassword is: hmdrawings

ADVERTISEMENT FOR BIDS

NORTH FORK BRIDGE TRANSMISSION LINE BYPASS

This project will consist of the installation of approximately 1,710 LF of 36-inch, 45 LF of 24-inch, and 60 LF of 6-inch ductile iron pipe located along the North Fork of the Swannanoa River, along with related appurtenances and materials required in order to complete the work. The contract will be performed in two phases over the course of a 240 consecutive-day period (8 months), commencing on the date of the Notice to Proceed.

Bid Date: January 29th, 2019.

Please contact Cooper Construction Company at 828.692.7238 or email Project Estimator: Danny Dash ([email protected]) no later than 12 pm on Monday January 28th.

ADVERTISEMENT FOR BIDS

PERFORMANCE PLACE RENOVATION/ADDITION

UNC SCHOOL OF THE ARTS585 GIANNINI DRIVE

WINSTON-SALEM, NORTH CAROLINA 27127

New Atlantic Contracting, Inc. is hereby soliciting quotations from MBE/WBE/DBE firms to assist in our competitive bidding efforts for the above-referenced construction project. The scope of work involves extensive renovation of the existing 28,700 SF Performance Theater Building and modifications to the site fire protection water service line.

Our goal is to maximize HUB participation in this project and we would greatly appreciate your involvement in our efforts. Please email your quotes (to [email protected]) to our bid team by 11:00 AM on Tuesday, February 19th, 2019. Or, if you prefer, you may submit your quotation to us by fax at 336-759-7445.

Construction of the project work will begin in April, 2019 and must be finally complete in June, 2020 – roughly a fourteen (14) month overall schedule. Project bid documents may be viewed at the following locations:

y New Atlantic Contracting, Inc. online ShareFile Website at http://www.new-atlantic.net .

y NCIMED Plan Room – 114 W. Parrish Street, Durham, NC 27701.

y Also, Online for Subscription Plan Rooms, such Blue Book, Dodge Data, iSqFt, etc.

For additional information regarding this project, please contact:

Mark Harrod – Senior EstimatorNew Atlantic Contracting, Inc.2635 Reynolda RoadWinston-Salem, NC 27106-3834

Email [email protected] 336.759.7440Fax 336.759.7445Web www.new-atlantic.net

CONSTRUCTION MANAGER AT RISK ADVERTISEMENT FOR RFP

The North Carolina State Ports Authority (NCSPA) is accepting proposals for a Construction Manager at Risk for the Upgrades to the South Gate Complex Project until 3:00 PM on February 27, 2019 in Room 100A of the NC Maritime Building, 2202 Burnett Boulevard, Wilmington, NC 28401 (attention Mr. John Lenfestey, P.E.).

This project is for a reconfiguration of the container gate complex layout including several equipment upgrades and construction of a new terminal operations office facility at the Ports’ South Gate whose entrance is located at the intersection of Shipyard Blvd. and river Road in Wilmington, NC. The estimated total budget is $16,000,000.00.

A mandatory Pre-Proposal Conference will be held on:

Conference Date: February 6, 2019

Conference Time:10:00 AM

Conference Address: 2202 Burnett Blvd.

For purposes of coordination, primary contact for project information is:

Mr. Trevor, Kelly, P.E.Mott MacDonaldE-mail: [email protected] No.: (267) 614-2474

Project Information Link: ftp://152.34.149.40/SouthGateProj

Login:Username: sgateprojPassword: SG2019!

PIEDMONT TRIAD AIRPORT AUTHORITY

REQUEST FOR STATEMENTS OF INTEREST

forPARTIES

interested in leasing anAIRCRAFT HANGAR and RAMP

at thePIEDMONT TRIAD

INTERNATIONAL AIRPORT

The Piedmont Triad Airport Authority will receive Statements of Interest from proposed tenants for the Premises described herein.

The subject Premises are currently leased, with a term that concludes August 31, 2019. Because of interest from multiple parties including the incumbent tenant, the Authority is providing this opportunity for any interested party to compete for this leasehold.

This represents the first step in a two-step selection process. In this first step, parties must demonstrate their proposed use, need, and qualifications to operate such a facility.

The Authority will then issue a formal Request for Proposals, including business terms, to parties selected by the Authority in its sole discretion. Parties MUST submit a Statement of Interest in this initial step to be considered further.

The Premises includes a hangar that was constructed in the 1960’s, and is a metal building, with aircraft parking ramp and adjacent land, served by a common area vehicular parking lot. Recent improvements to the roof and hangar door motors have been completed. Extensive improvements were made to the building in 2017 and 2015 respectively. Access is provided via West Market Street, a five (5) lane arterial roadway facility. Access to Interstate or Interstate-level facilities is within approximately one (1) mile.

The leasehold is on the southwest side of the airport and located adjacent to Taxiway A, a parallel taxiway to Runway 14/32. The premises are also proximate to the threshold of Runway 5R.

The hangar and its associated leasehold are shown on Exhibit A (please refer to complete Request for Statements of Interest), and include the following:

y Total Leasehold – 51,605 sf y Hangar – 12,885 sf y Land – 22,780 sf y Ramp – 15,940 sf

Interested parties should submit six (6) copies of their Statements of Interest on or before 11:00 A.M. EST, February 8, 2019 to Piedmont Triad Airport Authority, c/o Mr. Howard Keville, Deputy Director of Finance and Administration, 1000A Ted Johnson Parkway, Greensboro, NC 27409. Statements of Interest received after the above date and time will not be considered.

The complete Request for Statements of Interest will be posted on the Piedmont Triad International Airport website under Airport Operations, which can be found at http://flyfrompti.com .

NOTICE TO SUBCONTRACTORADVERTISEMENT TO BID

FOR THERALEIGH-DURHAM

AIRPORT AUTHORITYTERMINAL 1 GATES A1-A4

ACTIVATION: BID 3

ADVERTISEMENT FOR BID:Balfour Beatty Construction has been selected as the Construction Manager at Risk (CMR) for the project and will receive bids from and contract with the principal contractors for the execution of the work.

Sealed proposals from Pre-Qualified Bidders will be received by Balfour Beatty Construction for the Terminal 1 Gates A1-A4 Activation: Bid 3 project on the following dates and times:

March 12, 2019 at 2:00 PMBP 05H – Specialty MetalsBP 06F – MillworkBP 07Z – Thermal and Moisture ProtectionBP 08A – Doors and HardwareBP 09A – Framing and DrywallBP 09B – CeilingsBP 09D – Paint BP 09E – FlooringBP 10C – SignageBP 21A – Fire SuppressionBP 22A – PlumbingBP 23A – MechanicalBP 26A – Electrical, Communication and Security

Bids will be received and opened publicly at RDU Airport Authority Building, 1000 Trade Drive, Morrisville, NC 27560 in Room 100.

PREBID Conference, MWBE Workshop, and Site Tour will be held on Tuesday, February 19, 2019 at 2:00 PM at 1000 Trade Drive, Morrisville, NC 27560 in Room 100.

All bidders must be prequalified by Balfour Beatty in accordance with the Airport Authority’s “Prequalification of Bidders for Construction or Repair Projects Policy.” The deadline for prequalification package submittals is two weeks prior to the bid date at 5:00 PM. A current listing of all prequalified bidders in each bid package and instructions for prequalification can be publicly obtained at https://bbcus.egnyte.com/fl/si8XDLAh4o and at www.rdu.com . The Construction Manager and Owner reserve the right to add pre-qualified bidders.

Bid Documents and Manual will be available Thursday, February 14, 2019 through the following links: https://bbcus.egnyte.com/fl/si8XDLAh4o and www. rdu.com . 90% Construction Documents are currently available for review through the following links: https://bbcus.egnyte.com/fl/si8XDLAh4o and www.rdu.com . You may also contact Lauren McCauley, [email protected] | office: 919-233-5001 for egnyte.com site access of complete plans, specifications, and contract documents. Hardcopies of full or partial sets of documents can be purchased directly from Duncan Parnell by contacting Customer Service at (919) 833-4677.

Bid documents will also be available for review at Balfour Beatty Construction located at 406 S McDowell St, Suite 200, Raleigh, NC 27601.

All Bidders are strongly encouraged to include opportunities for Minority Business participation wherever possible in their respective bid submission. Minority Business is a part of this contract and must comply with the State of North Carolina General Statutes and NCDOT requirements. The goal for this project is 10% for Minority Business (MBE) and 5% for Women Business (WBE).

The Construction Manager and Owner reserve the r ight to reject any or al l proposals. Should you require additional direction, please contact Balfour Beatty Cons t ruc t ion , Lauren McCauley | [email protected] | office: 919-233-5001.

Subcontractor Opportunity SessionBalfour Beatty Construction is sponsoring a MWBE Outreach/Information Sessions to discuss construction of this project. This event will be held during the Pre-Bid Meeting on February 19, 2019. Balfour Beatty highly recommends that all interested 1st t ier (majority and/or minority) subcontractors and lower tier subcontractors participate in this meeting as a subcontractor attendance will be considered towards “MWBE Good Faith Efforts.”

For MWBE inquiries contact:Calvin Stevens – [email protected] or Karl Davis – [email protected]

Page 3: January 24, 2019 - January 30, 2019 Week of March 15, 2012 ...greaterdiversity.com/pdf/gdn01-24-19class_Final.pdf · Greensboro, NC. Plans can be reviewed at our office at 2124 Surrett

Greater Diversity News Online at GreaterDiversity.com Page 10Week of March 15, 2012 - March 21, 2012 January 24, 2019 - January 30, 2019

INVITATION TO BIDMWBE/DBE SUBCONTRACTORS

Bar Construction Co., Inc. is soliciting quotations for the following: The University of North Carolina at Greensboro Ragsdale – Mendenhall

Dorm Renovations. Bids are due at 10:00 am on 02/01/19. Interested subcontractors should contact Bruce

Guarini at 611-A Industrial Ave, Greensboro, NC 27406, (336) 274-2477,

or [email protected] .

REQUEST FOR BIDS (RFB)FOR CONSTRUCTION

OF THE HWY 117 S. PUMP STATION UPGRADE PROJECT

WAYNE COUNTY, NC

Pursuant to NC G.S. 143-129, sealed Bids for the construction of the Hwy 117 S Pump Station Upgrade project will be received by Wayne County at the Wayne County Court House 4th Floor Commissioner Meeting Room located at 224-226 East Walnut Street, Goldsboro, NC 27533 until 2:00 PM local time on February 21, 2019, at which time the Bids received will be publicly opened and read. Bids may be submitted by mail or courier. Bids received after this time will not be accepted.

The purpose of the Project is to replace the existing pump station with a new pump station installed adjacent to the existing station while utilizing the existing fence, generator, and alarm-dialer. The new station will be raised to protect it from the 100-year flood. An add alternate is included to raise the access road above the 100-year flood elevation.

A pre-bid conference will be held at 2:00 PM local time on February 7, 2019 at the Wayne County Court House 4th Floor Commissioner Meeting Room located at 224-226 East Walnut Street, Goldsboro, NC 27533. Attendance at the pre-bid conference is encouraged.

You may receive the complete invitation to bid by visiting our website at www.waynegov.com/703/Public-Notices . For any questions please contact Noelle B. Woods, Purchasing Manager for the County of Wayne at 919-705-1714 or [email protected] .

INVITATION TO BID

Sealed Proposals will be received for the Wayne County 911 / Emergency Operations Center until 2:00 PM, on February 19, 2019, in the Commissioners Chambers, Wayne County Courthouse, 224 East Walnut Street, Goldsboro, NC 27530. The work consists of site work and the building consists of offices, conference room, s torage rooms, communications room, communications equipment room, breakroom, restrooms, mechanical and electrical rooms and associated plumbing, mechanical and electrical work. Project location is Clingman Street, Goldsboro, NC, 27534. A pre-bid conference will be held at 2:00 PM on February 5, 2019, in the Commissioners Chambers, Wayne County Courthouse, 224 East Walnut Street, Goldsboro, NC 27530. The project will be bid Single Prime. Bid Bond in the amount of 5% of the total bid required. Performance and Payment Bonds in the amount of 100% of the Contract Sum are required. Contractors must be properly licensed under the State Laws governing their respective trades. No Bidder may withdraw his Bid within sixty (60) days after the bid opening. Bidding documents may be obtained online through the NextPlans plan room at http://scn. nextplans.com to become a registered plan holder. For NextPlans support call 866/215-0428 or e-mail [email protected] . Bidding information may also be obtained on the websites of ConstructConnect (representing ISQFT, BidClerk, Construction Market Data- CMD, CDC News, Carolinas AGC and Hispanic Contractors Association Of The Carolinas) and Dodge Data & Analytics. For technical questions to Stewart-Cooper-Newell-Architects concerning the project contact Gregory Scott at [email protected] and for any questions concerning obtaining plans and specifications contact Roseanne Christopher at rchristopher@scn- architects.com . The Owner reserves the right to accept or reject any and all bids, to waive any informalities in bidding, and to award the Contract in any manner which is in their best interest.

Wayne CountyNorth Carolina

ADVERTISEMENT FOR BIDS

UNIVERSITY OF NORTH CAROLINA AT CHAPEL HILL

FACULTY RECRUITMENT LABORATORY RENOVATIONS – LINEBERGER CANCER CENTER

SCO ID: 17017392-02

Sealed proposals will be received by Joe Fenton until 3:00 p.m. on Thursday February 21, 2019 in Room 129 of the Giles Horney Building located at 103 Airport Drive, Chapel Hill, NC 27599 for the Faculty Recruitment Laboratory Renovations at the Lineberger Cancer Center, at which time and place bids will be publicly opened and read.

A Pre-Bid Conference will be held at 1:30 PM, on January 30, 2019. The meeting will be held in the Henningsen Room in the Lineberger Cancer Center, located at 450 West Drive, Chapel Hill, NC 27599.

Work includes all Architectural, Mechanical, Electrical, Plumbing, Communications and Fire Protection systems for the renovation of approximately 4,000 sf of laboratory and public areas.

In accordance with GS133-3 and SCO procedures there will be a public meeting preceding the Prebid Meeting at 1:00 PM to identify preferred Brand Alternates and their performance standards that the Owner will consider for approval on this project. Refer to the Project Manual for additional Information.

Complete plans and specifications for this project can be obtained from Perkins + Will, 411 West Chapel Hill Street, Suite 200, Durham NC 27701 during normal office hours or by contacting our office at (919) 433-5338.

Plan Deposit of $100 required for Printed Documents, or electronic Drawings are available free of charge by requesting via e-mail from Designer. [email protected] .

The state reserves the unqualified right to reject any and all proposals.

Signed: Joe Fenton, RAThe University of North Carolinaat Chapel HillProject Manager, Facilities Planning and DesignGiles F. Horney Building103 Airport Drive – CB 1090Chapel Hill, NC 27599T [email protected]

ADVERTISEMENT FOR BIDS

Sealed proposa ls wi l l be rece ived until 2:00 p.m. local time on Tuesday, February 19, 2019 at the Facil i t ies Engineering and Architectural Services office, East Carolina University, 1001 East Fourth Street , Greenvil le , NC 27858-4353 for the construction of Main Campus Replace Steam & Condensate at College Hill Area, Code 41536, Item 308, ID # 16-14191-01A, at which time and place bids will be opened and read.

There will be a non-mandatory pre-bid conference at 10:30 a.m. on Thursday, J anua ry 31 , 2019 in the Fac i l i t i e s Engineering and Architectural Services Con f e r ence Room, Eas t Ca ro l i na University, 1001 East Fourth Street, Greenville, NC.

Complete plans and specif icat ions for this project can be obtained from David Nardi, PE, c/o Wiley|Wilson, 127 Nationwide Drive, Lynchburg, Virginia, 24502. Please contact Jessica Harber at 434.455.3242 or by e-mail at [email protected] during normal office hours to request plans and specifications.

Plans and specifications are available as PDF files electronically can be obtained from the designer at no cost. Hard copies of plans are available for a plan deposit of $100.00 which is refundable upon return of complete sets in good, usable condition within 10 calendar days after the bid date. “East Carolina University encourages par t ic ipa t ion by MWBE f i rms and supports UNC system’s policy of ensuring and promoting opportunities for minority businesses.” The state reserves the unqualified right to reject any and all proposals.

John FieldsDirector, Facilities Engineering & Architectural ServicesEast Carolina UniversityGreenville, NC

IPR SE – DBE SUB QUOTES

Town of Roper, Washington County, NCCDBG Project No. 16-1-2723Quotes Returned – 01/29th – COB

Scopes Needed: Open Cut sanitary replacement, Open Cut (precast manhole) replacement, erosion control, concrete repair (sidewalks, driveway, cub & gutter), c learing and grubbing, asphalt p a v e m e n t p a t c h i n g , m a n h o l e rehabilitation. CDBG project requirements: Section 3 of the housing and Urban development Act of 1968 requires that economic opportunities generated by certain HUD financially assisted housing and community development programs shall, to the greatest extent feasible, be given to low and very low-income persons, particularly those who are recipients of government assistance for housing, and to businesses that provide economic opportunities for these persons. This is a Davis-Bacon Wage project. The notice can be made available in Spanish upon request, not the plans & specs themselves.

IPR on a case by case basis will provide quick pay agreements and policies to our subcontractors to enable minority contractors and suppliers to meet cash-flow demands. Contact Sherrie Sommerville Specs/Plans - 832-948-4541IPRSE EOE

TECHNICAL

PROFESSIONAL

2C X 4.405”

Issue date: 01•24•19

Built by: KDG Date: 1•18•19

PR1 ___________ date 1•18•19

PR2 ___________ date 1•18•19

PR3 ___________ date __________

CR1 ___________ date __________

CR2 ___________ date __________

200 W. Fifth StreetGreenville, NC 27858

252-329-4492

CITY OF GREENVILLEinvites applications for the position of:

SERVER/SECURITY ANALYST(SERVER ADMINISTRATOR)

Under limited supervision, plans, designs, installs, manages and optimizes enterpriseservers and related components to achieve and maintain consistent high performance,maximum availability, and reliability of the data/information in a 24/7 environment.

FLSA Status: Exempt.

Hiring Salary Range: $64.937.60-$81,161.60, depending on qualifications.

Full Salary Range: $64,937.60-$97,385.60.

Applications may be filed online at:https://www.greenvillenc.gov .

Equal Opportunity / Affirmative Action Employer

College of The Albemarle seeks applications for the following full-time positions:

Instructor, Chemistry. Req.: master’s degree w/ 18 gsh in chemistry.

Director, Human Resources. Req.: bachelor’s degree w/ major course work inbus. admin./related field; 3+ yrs. exper. in HR.

Computer Support Technician. Req.: associate’s degree in Computer Info. Tech.,Computer Science, Engineering Tech. or related field; 1 yr. exper. in installation,maintenance/repair of modern computer & peripheral equip.

To apply for the positions, visit:https://www.governmentjobs.com/careers/albemarleedu? .

2C X 2.992”

Issue date: 01•24•19*

Built by: KDG Date: 01•22•19

PR1KDG_______ date 01•22•19

PR2 ___________ date 01•22•19

PR3 ___________ date __________

CR1 ___________ date __________

CR2 ___________ date __________

- GREATER DIVERSITY NEWS CELEBRATES -

Black History Month“400 Years of Resilience:

1619-2019”In the words of A. Philip Randolph, civil rights activist:

“Freedom Is Never Given; it is won.”

ADVERTISE WITH US!

Don’t miss your opportunity to include your advertising in this commemorative edition that will be

published on Thursday, January 31, 2019.

The deadline to advertise is: Monday, January 28, 2019 at 5:00 PM.

To advertise, contact Kathy Grear at:1-800-462-0738 or [email protected] .

Thanks advertisers

and readers!We appreciate your support!