march 8 - march 14, 2018 week of march 15, 2012 -...

4
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 Baker Mechanical, Inc. Seeking Minority Prices for work relating to HVAC. Contact: John Williams P.O. Box 2284 Wilson, NC 27894-2284 Telephone: (252) 291-4460 Fx No.: (252) 291-7204 ADVERTISEMENT FOR BIDS Brunswick County Schools will receive sealed bids from the following licensed Contractors for Lincoln Elementary School Addition. Bids will be due no later than 3:00 pm, April 5, 2018. Deliver bids to Mr. Craig Eckert, Program Director, Brunswick County Schools, 35 Referendum Drive NE, Bolivia, North Carolina 28422. Single Prime Lump Sum Bids will be considered. Description of Project: This project consists of approximately 12,200 sq. ft., six-classroom addition. Exterior wall assembly will be brick veneer on concrete masonry backup. Exterior construction will also consist of metal wall panels, fascia, coping and soffits, single-ply membrane roofing on rigid insulation, aluminum windows and storefront and cast stone trim. Exterior upgrades will include new canopy walkways and exterior chalk board. Prime bidders may obtain complete sets only of bidding documents, consisting of drawings, specifications, instructions, and forms for a deposit of $450.00, made payable to the Owner, by providing the deposit and a UPS street address to: LS3P, 101 N. Third Street, Suite 500, Wilmington, NC 28401; (910) 790-9901 For refund of deposit, return unmarked complete sets in good condition to the reproduction house listed in this advertisement within 10 days following bid opening. Complete plans, specifications, and contract documents can be obtained electronically on March 8, 2018. Go to http://infoexchange.ls3p.com and login using your e-mail address and “anonymous” as the password. Click on the Lincoln Elementary School Addition Bid Documents download link. A pre-bid conference for all bidders will be held at Lincoln Elementary School, 1664 Lincoln Rd NE, Leland, North Carolina on March 21, 2018 at 3:00 pm, local time. The meeting will address project scope, description, issues, bidding procedures and forms, including MBE forms; and answer specific questions. Prime bidders are strongly encouraged to attend. Minority Participation: Bidders shall note that compliance with the Owner’s Minority Participation Policy is applicable to this project. 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 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. Visit NC Department of Administration at http://www.doa.nc.gov/hub/searchhub. aspx and/or NC Department of Transportation at https://partner.ncdot. gov/VendorDirectory/default.html to search for Minority/Women Business Enterprises. Bid security required is (5%) of the bid, in cash, certified check or Bid Bond. Performance and Payment Bonds in the amount of (100%) of contract amount will be required. Bids may not be withdrawn for (90) days after bid due date. The Owner reserves the right to reject each and every bid and to waive informalities in bidding. /s/ Craig Eckert, Program Director Brunswick County Schools, Bolivia, North Carolina ADVERTISEMENT FOR BIDS ADVERTISEMENT FOR BIDS Project: A New Communications Center for Mitchell County 911 Bakersville, NC Bid Date: March 13, 2018 @ 2:00 p.m. Contact: Robert Rowe – estimator@wilkie-const. com – 828-754-6431 Wilkie Construction Co. is soliciting subcontractor and supplier bids for the construction of a new North Carolina DOT Maintenance/Bridge Maintenance Assembly Office in McDowell County, (Marion) NC. The scope of work will involve the following trades: Grading, Erosion Control, Site Utilities, Asphalt Paving, Concrete Paving, Chainlink Fencing, Grassing, Termite Control, Cast-In-Place Concrete, Masonry, Metal Fabrications, Wood Framing, Wood Trusses, Finish Carpentry, Cabinetry, Plastic Paneling, Thermal Insulation, EIFS, Fluid-Applied Membrane Air Barriers, Asphalt Shingle Roofing, Hollow Metal, Wood Doors, Aluminum Storefront, Interior Sliding Pass Windows, Door Hardware, Glazing, Gypsum Board, Ceramic Tile, Acoustical Ceilings, Reslient Flooring, Tile Carpeting, Painting, Visual Display Boards, Signage, Toilet Partitions, Toilet Accessories, Fire Protection Specialties, Metal Lockers, Projection Screens, Horizontal Louver Blinds, Solid Surface Countertops, Plumbing, Mechanical, and Electrical. Plans are available at our office or can be viewed online at isqft.com. Please contact our office to request an invitation to bid on this project for a link to the plans and specifications. Greater Diversity News Online at GreaterDiversity.com Page 8 ADVERTISEMENT FOR BIDS Sealed proposals will be received until 2:00 PM, April 3, 2018 in the Conference Room at UNC Hospitals ’ Plant and Engineering Department, 9 th Floor, Bed Tower, 101 Manning Drive, Chapel Hill, North Carolina 27514, for the UNC Hillsborough Radiation Therapy Addition / SCO #17-17928-01, at which time and place, bids will be opened and read aloud. Bids will be received for the single prime contract from previously pre-qualified contractors only. All proposals shall be lump sum. Questions will be accepted by the architect until March 20, 2018 at 5:00 pm. PRE-BID MEETING A mandatory pre-bid meeting will be held for all bidders and vendors March 9, 2018 at the UNC Hillsborough Hospital Conference Room, Conference Room 10011, 430 Waterstone Dr, Hillsborough, NC 27278, 10:00 AM for general overview of the project, to review phasing, and the area of construction. Attendance at the conference is mandatory. Complete plans and specifications for this project can be obtained in PDF format free of charge from the office of Isley Hawkins, Inc. 112 South Duke Street, #5, Durham, NC 27701, (919) 489-7417, during normal office hours. Hard copies will not be issued. Bids will be received for a single Prime Contract. The following General Contractors are Pre-qualified: 1. CT Wilson 2. Monteith 3. Riley Contracting Group 4. Robins & Morton The subcontractors will be open bid. The Owner reserves the unqualified right to reject any and all proposals. SCHEDULE OF ALTERNATES Alternate No. G1 – Provide Corbin/Russwin Mortise Locksets ML2000 series with Newport Trim Design NSM. Alternate No. G2 – Provide Armstrong ceilings to match existing POB standard. Alternate No. G3 – Provide Polyfor sheet vinyl to match existing POB standard. Alternate No. G4 – Provide Johnsonite rubber base to match existing POB standard. Alternate No. G5 – Provide Tandus Centiva for CPT101 to match existing POB standard. Alternate No. G6 – Provide plastic laminate by Wilsonart to match existing POB standard. Alternate No. G7 – Provide solid surface by Dupont Corian to match existing POB standard. Alternate No. G8 – Provide wall protection by Acrovyn to match existing POB standard. Alternate No. G9 – Provide window shades by MecoShade to match existing POB standard. Alternate No. P1 – Provide Beacon Medeas for medical gas outlets, zone valves boxes, pressure switches, and other related medical gas equipment. Alternate No. P2 – Provide the following fixtures manufacturers to match existing POB standard: 1. EWC-1 – Elkay ERPBM28RK 2. L-1 – Lavatory – American Standard 0954.000 Murro 3. L-1 - Faucet – Chicago 895-317FCCP 4. SK-1 – Faucet – Chicago 786-GN2AF CCP 5. WC-1 – Water Closet – Kohler K- 4405 6. WC-1 – Flush Valve – Zurn ZGEN 6200EV-YO 7. BFP-1, BFP-2 and BFP-3 – Watts LF009 Alternate No. M1 – Provide Siemens Controls is lieu of equals specified in Section 230900. Alternate No. E1 – Provide Products by Square D for enclosed switches, circuit breakers, panel boards and isolated power system. Alternate No. E2 – Provide the following manufacturers in lieu of the base bid manufacturers. 1. Data Jacks: Siemon MX6-F(06) Blue 2. Voice Jacks: Siemon MX6-F(05) Yellow 3. Faceplates: Siemon 10GMX-FPS-04- (02) 4. Patch Panel: Siemon MX-PNLA-48 5. Data Rack: Siemon RS-07 6. Rack Vertical Cable Organizer: Siemon VPC-6 7. Rack Horizontal Cable Organizer: Siemon RS-RWM-2 Alternate No. E3 – Provide Hubbell Corporation receptacles and switches in lieu of equals specified in Section 26 27 26 - WIRING DEVICES. Alternate No. E4 – Provide Emergi-Lite Total Edge Series Exit sign in lieu of equals specified in Section 26 51 00 – LIGHTING. Alternate No. E5 – Provide Lutron Diva dimmers in lieu of equals specified in Section 26 27 26 – WIRING DEVICES. Alternate No E6 – Provide Simplex Fire Alarm System in lieu of equals specified in Section 28 31 11 – ADDRESSABLE FIRE ALARM SYSTEM. Alternate No. E7– Provide Rauland-Borg (Responder 5) in lieu of equals specified in section 27 52 23 – NURSE CALL-CODE BLUE SYSTEM. Signed: Owner’s Representative: Cleopatrice Robinson, Project Manager Plant Engineering UNC Hospitals 101 Manning Drive Chapel Hill, NC 27514 Designer: Julia Risk, AIA Isley Hawkins, Inc. 112 South Duke Street, #5 Durham, NC 27701 INVITATION TO BID C. M. Lindsay & Sons, Inc. An Equal Opportunity Employer Is seeking subcontractors/suppliers quotes from NCDOT Certified DBE contractors for the following projects: Bid Date March 20, 2018. Contract ID C204076 County CUMBERLAND NC 59 Route No. NC-59 Location BRIDGE #22 OVER I-95 BUS/US-301 ON NC-59 Type of Work: grading, drainage, asphalt paving, and structures. Roadway & Structure: construction surveying, clearing & grubbing, storm drain piping, drainage structures, concrete endwalls, permanent and work zone signs, portable concrete barrier, pavement markings, erosion control items and permanent and temporary seeding items, subdrain piping, asphalt millings and guardrail & fencing items, trucking/hauling, asphalt paving and other items that may be performed by your firm. Bid items and plan information for this NCDOT project can be viewed at: C. M. Lindsay & Sons, Office located in Lumberton, NC. Or the NCDOT letting website: (https://connect.ncdot.gov/ letting/Pages/ Default.aspx) and on ISqFt. We request that quotes for this project be sent to our office by Monday, March 19, 2018 by the end of business day. Quotes can be faxed to 910-739-2820, be email to [email protected] or cmlindsay@ cmlindsayandsons.com attention C. M. Lindsay, Jr., If you have questions call 910-739-8988. INVITATION TO BID - DBE SUBCONTRACTORS Vecellio & Grogan, Inc. is soliciting quotations from subcontractors, including DBE, MBE and WBE, for the NCDOT Guilford County Project U-2525C, C204096 Greensboro Eastern Loop on March 20, 2018. This project specifies a 5% MBE goal and 6% WBE goal. Please submit quotes by March 19th no later than 5:00 p.m. Vecellio & Grogan, Inc. is an Equal Opportunity Employer, and all qualified applicants will receive consideration without regard to race, religion, color, sex or national origin. Performance and payment bonds are requested for this project. Please contact the engineering department at (304) 252- 6575 or [email protected] for more information or to view the project plans and specs. ADVERTISEMENT FOR BIDS The Union County Board of Education, Monroe, NC, will receive bids for Western Union Elementary School Renovations and Addition. A Mandatory Pre-bid Meeting will be held 1:30 PM on March 22, 2018 at Western Union Elementary School, 4111 Western Union School Rd. Waxhaw, North Carolina 28173.Prospective bidders are required to attend. This meeting is open to the public and is intended to serve as a public hearing to announce that Union County Public Schools plans to include certain proprietary brands in a bid alternate. Procurement of bid documents and questions relating to this project may be directed to Mary Isaacs AIA, Isaacs + Associates, Architects, Inc. 704.358.8827; email [email protected]. Bids will be received by at the UCPS Facilities Department, 201 Venus Street, Monroe, NC 28112 no later than 2:00 PM on April 03, 2018. Bid submittal instructions are indicated within the bid documents. Bids may not be withdrawn for (60) days after bid due date. The Owner reserves the right to reject each and every bid and to waive informalities in bidding. Minority Participation: Bidders shall note the compliance with the Owner’s Minority Participation Policy is applicable to this project. ADVERTISEMENT FOR RE-BID Yates Construction Co. Inc. is seeking certified MBE/WBE quotations on the following project: Project: City of Greensboro – Contract 2017-052 (Re-Bid) Stormwater Improvements Bid Date: March 15, 2018 @ 2:00 PM Items of work include: Tree Removal, Asphalt, Brick Masonry Curb Inlet, Concrete Work, Erosion Control, Lawn Areas, Seeding & Mulching, Silt Fence, Plastic Safety Fence, Safety Rail, Fence Replacement, Fence Reset, Bore & Jack, Replace Guardrail, Temp. Seeding, Replace Traffic Lane Markings, Video Construction Area, Traffic Control and Hauling ** 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 firms to participate. These policies include, but are not limited to, a Quick Pay Agreement and Bonding Assistance. March 8 - March 14, 2018

Upload: others

Post on 15-Mar-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: March 8 - March 14, 2018 Week of March 15, 2012 - …greaterdiversity.com/pdf/gdn030818_Class.pdfonly of bidding documents, consisting of drawings, specifications, instructions, and

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

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

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

ADVERTISEMENT FOR BIDS

Brunswick County Schools will receive sealed bids from the following licensed Contractors for Lincoln Elementary School Addition.

Bids will be due no later than 3:00 pm, April 5, 2018. Deliver bids to Mr. Craig Eckert, Program Director, Brunswick County Schools, 35 Referendum Drive NE, Bolivia, North Carolina 28422. Single Prime Lump Sum Bids will be considered.

Description of Project: This project consists of approximately 12,200 sq. ft., six-classroom addition. Exterior wall assembly will be brick veneer on concrete masonry backup. Exterior construction will also consist of metal wall panels, fascia, coping and soffits, single-ply membrane roofing on rigid insulation, aluminum windows and storefront and cast stone trim. Exterior upgrades will include new canopy walkways and exterior chalk board.

Prime bidders may obtain complete sets only of bidding documents, consisting of drawings, specifications, instructions, and forms for a deposit of $450.00, made payable to the Owner, by providing the deposit and a UPS street address to: LS3P, 101 N. Third Street, Suite 500, Wilmington, NC 28401; (910) 790-9901 For refund of deposit, return unmarked complete sets in good condition to the reproduction house listed in this advertisement within 10 days following bid opening.

Complete plans, specifications, and contract documents can be obtained electronically on March 8, 2018. Go to http://infoexchange.ls3p.com and login using your e-mail address and “anonymous” as the password. Click on the Lincoln Elementary School Addition Bid Documents download link.

A pre-bid conference for all bidders will be held at Lincoln Elementary School, 1664 Lincoln Rd NE, Leland, North Carolina on March 21, 2018 at 3:00 pm, local time. The meeting will address project scope, description, issues, bidding procedures and forms, including MBE forms; and answer specific questions. Prime bidders are strongly encouraged to attend.

Minority Participation: Bidders shall note that compliance with the Owner’s Minority Participation Policy is applicable to this project. 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 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.

Visit NC Department of Administration at http://www.doa.nc.gov/hub/searchhub.a s p x a n d / o r N C D e p a r t m e n t o f Transportation at https://partner.ncdot.gov/VendorDirectory/default.html to search for Minority/Women Business Enterprises.

Bid security required is (5%) of the bid, in cash, certified check or Bid Bond.

Performance and Payment Bonds in the amount of (100%) of contract amount will be required.

Bids may not be withdrawn for (90) days after bid due date.

The Owner reserves the right to reject e a c h a n d e v e r y b i d a n d t o w a i v e informalities in bidding.

/s/ Craig Eckert, Program DirectorBrunswick County Schools, Bolivia, North Carolina

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS

Project: A New Communications Center for Mitchell County 911 Bakersville, NCBid Date: March 13, 2018 @ 2:00 p.m.Contact: Robert Rowe – [email protected] – 828-754-6431 Wilkie Construction Co. is soliciting subcontractor and supplier bids for the construction of a new North Carolina DOT Maintenance/Bridge Maintenance Assembly Office in McDowell County, (Marion) NC. The scope of work will involve the following trades: Grading, Erosion Control, Site Utilities, Asphalt Paving, Concrete Paving, Chainlink Fencing, Grassing, Termite Control, Cast-In-Place Concrete, Masonry, Metal Fabrications, Wood Framing, Wood Trusses, Finish Carpentry, Cabinetry, Plastic Paneling, Thermal Insulation, EIFS, Fluid-Applied Membrane Air Barriers, Asphalt Shingle Roofing, Hollow Metal, Wood Doors, Aluminum Storefront, Interior Sliding Pass Windows, Door Hardware, Glazing, Gypsum Board, Ceramic Tile, Acoustical Ceilings, Reslient Flooring, Tile Carpeting, Painting, Visual Display Boards, Signage, Toilet Part i t ions, Toilet Accessories, Fire Protection Specialties, Metal Lockers, Projection Screens, Horizontal Louver Blinds, Solid Surface Countertops, Plumbing, Mechanical, and Electrical.

Plans are available at our office or can be viewed online at isqft.com. Please contact our office to request an invitation to bid on this project for a link to the plans and specifications.

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

ADVERTISEMENT FOR BIDS

Sealed proposals will be received until 2:00 PM, April 3, 2018 in the Conference Room at UNC Hospitals’ Plant and Engineering Department, 9th Floor, Bed Tower, 101 Manning Drive, Chapel Hill, North Carolina 27514, for the

UNC Hillsborough Radiation Therapy Addition / SCO #17-17928-01,

at which time and place, bids will be opened and read aloud.

Bids will be received for the single prime contract from previously pre-qualified contractors only. All proposals shall be lump sum. Questions will be accepted by the architect until March 20, 2018 at 5:00 pm.

PRE-BID MEETINGA mandatory pre-bid meeting will be held for all bidders and vendors March 9, 2018 at the UNC Hillsborough Hospital Conference Room, Conference Room 10011, 430 Waterstone Dr, Hillsborough, NC 27278, 10:00 AM for general overview of the project, to review phasing, and the area of construction. Attendance at the conference is mandatory.

Complete plans and specifications for this project can be obtained in PDF format free of charge from the office of Isley Hawkins, Inc. 112 South Duke Street, #5, Durham, NC 27701, (919) 489-7417, during normal office hours. Hard copies will not be issued.

Bids will be received for a single Prime Contract.

The following General Contractors are Pre-qualified:1. CT Wilson2. Monteith3. Riley Contracting Group4. Robins & Morton

The subcontractors will be open bid.

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

SCHEDULE OF ALTERNATESAlternate No. G1 – Provide Corbin/Russwin Mortise Locksets ML2000 series with Newport Trim Design NSM.

Alternate No. G2 – Provide Armstrong ceilings to match existing POB standard.

Alternate No. G3 – Provide Polyfor sheet vinyl to match existing POB standard.

Alternate No. G4 – Provide Johnsonite rubber base to match existing POB standard.

Alternate No. G5 – Provide Tandus Centiva for CPT101 to match existing POB standard.

Alternate No. G6 – Provide plastic laminate by Wilsonart to match existing POB standard.

Alternate No. G7 – Provide solid surface by Dupont Corian to match existing POB standard.

Alternate No. G8 – Provide wall protection by Acrovyn to match existing POB standard.

Alternate No. G9 – Provide window shades by MecoShade to match existing POB standard.

Alternate No. P1 – Provide Beacon Medeas for medical gas outlets, zone valves boxes, pressure switches, and other related medical gas equipment.

Alternate No. P2 – P r o v i d e t h e f o l l o w i n g f i x t u r e s manufacturers to match existing POB standard:1. EWC-1 – Elkay ERPBM28RK2. L-1 – Lavatory – American Standard

0954.000 Murro3. L-1 - Faucet – Chicago 895-317FCCP4. SK-1 – Faucet – Chicago 786-GN2AF

CCP5. WC-1 – Water Closet – Kohler K-

44056. WC-1 – Flush Valve – Zurn ZGEN

6200EV-YO7. BFP-1, BFP-2 and BFP-3 – Watts

LF009

Alternate No. M1 – Provide Siemens Controls is lieu of equals specified in Section 230900.

Alternate No. E1 – Provide Products by Square D for enclosed switches, circuit breakers, panel boards and isolated power system.

Alternate No. E2 – Provide the following manufacturers in lieu of the base bid manufacturers.1. Data Jacks: Siemon MX6-F(06) Blue2. Voice Jacks: Siemon MX6-F(05)

Yellow3. Faceplates: Siemon 10GMX-FPS-04-

(02)4. Patch Panel: Siemon MX-PNLA-485. Data Rack: Siemon RS-076. Rack Vertical Cable Organizer:

Siemon VPC-67. Rack Horizontal Cable Organizer:

Siemon RS-RWM-2

Alternate No. E3 –Provide Hubbell Corporation receptacles and switches in lieu of equals specified in Section 26 27 26 - WIRING DEVICES.

Alternate No. E4 – Provide Emergi-Lite Total Edge Series Exit sign in lieu of equals specified in Section 26 51 00 – LIGHTING.

Alternate No. E5 – Provide Lutron Diva dimmers in lieu of equals specified in Section 26 27 26 – WIRING DEVICES.

Alternate No E6 – Provide Simplex Fire Alarm System in lieu of equals specified in Section 28 31 11 – ADDRESSABLE FIRE ALARM SYSTEM.

Alternate No. E7– Provide Rauland-Borg (Responder 5) in lieu of equals specified in section 27 52 23 – NURSE CALL-CODE BLUE SYSTEM.

Signed:Owner’s Representative: Cleopatrice Robinson, Project Manager Plant Engineering UNC Hospitals 101 Manning Drive Chapel Hill, NC 27514

Designer:Julia Risk, AIAIsley Hawkins, Inc.112 South Duke Street, #5Durham, NC 27701

INVITATION TO BID

C. M. Lindsay & Sons, Inc.An Equal Opportunity Employer

Is seeking subcontractors/suppliers quotes from NCDOT Certified DBE contractors for the following projects: Bid Date March 20, 2018.

Contract IDC204076CountyCUMBERLAND NC 59 Route No.NC-59Location BRIDGE #22 OVER I-95 BUS/US-301 ON NC-59 Type of Work: grading, drainage, asphalt paving, and structures.

Roadway & Structure: construction surveying, clearing & grubbing, storm drain piping, drainage structures, concrete endwalls, permanent and work zone signs, portable concrete barrier, pavement markings, erosion control i tems and permanent and temporary seeding items, subdrain piping, asphalt millings and guardrail & fencing items, trucking/hauling, asphalt paving and other items that may be performed by your firm.

Bid items and plan information for this NCDOT project can be viewed at: C. M. Lindsay & Sons, Office located in Lumberton, NC. Or the NCDOT letting website: (https://connect.ncdot.gov/letting/Pages/ Default.aspx) and on ISqFt.

We request that quotes for this project be sent to our office by Monday, March 19, 2018 by the end of business day. Quotes can be faxed to 910-739-2820, be email to [email protected] or [email protected] attention C. M. Lindsay, Jr.,

If you have questions call 910-739-8988.

INVITATION TO BID - DBE SUBCONTRACTORS

Vecellio & Grogan, Inc. is soliciting quotations from subcontractors, including DBE, MBE and WBE, for the NCDOT Guilford County Project U-2525C, C204096 Greensboro Eastern Loop on March 20, 2018. This project specifies a 5% MBE goal and 6% WBE goal. Please submit quotes by March 19th no later than 5:00 p.m. Vecellio & Grogan, Inc. is an Equal Opportunity Employer, and all qualified applicants will receive consideration without regard to race, religion, color, sex or national origin. Performance and payment bonds are requested for this project. Please contact the engineering department at (304) 252-6575 or [email protected] for more information or to view the project plans and specs.

ADVERTISEMENT FOR BIDS

The Union County Board of Education, Monroe, NC, will receive bids for Western Union Elementary School Renovations and Addition.

A Mandatory Pre-bid Meeting will be held 1:30 PM on March 22, 2018 at Western Union Elementary School, 4111 Western Union School Rd. Waxhaw, North Carolina 28173.Prospective bidders are required to attend. This meeting is open to the public and is intended to serve as a public hearing to announce that Union County Public Schools plans to include certain proprietary brands in a bid alternate. Procurement of bid documents and questions relating to this project may be directed to Mary Isaacs AIA, Isaacs + Associates, Architects, Inc. 704.358.8827; email [email protected].

Bids will be received by at the UCPS Facilities Department, 201 Venus Street, Monroe, NC 28112 no later than 2:00 PM on April 03, 2018. Bid submittal instructions are indicated within the bid documents. Bids may not be withdrawn for (60) days after bid due date.

The Owner reserves the right to reject each and every b id and to waive informalities in bidding.

Minority Participation: Bidders shall note the compliance with the Owner’s Minority Participation Policy is applicable to this project.

ADVERTISEMENT FOR RE-BID

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

Project: City of Greensboro – Contract 2017-052 (Re-Bid)Stormwater Improvements

Bid Date: March 15, 2018 @ 2:00 PM

Items of work include: Tree Removal, Asphalt, Brick Masonry Curb Inlet, Concrete Work, Erosion Cont ro l , Lawn Areas , Seed ing & Mulching, Silt Fence, Plastic Safety Fence, Safety Rail, Fence Replacement, Fence Reset, Bore & Jack, Replace Guardrail, Temp. Seeding, Replace Traffic Lane Markings, Video Construction Area, Traffic Control and Hauling

** 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 firms to participate. These policies include, but are not limited to, a Quick Pay Agreement and Bonding Assistance.

March 8 - March 14, 2018

Page 2: March 8 - March 14, 2018 Week of March 15, 2012 - …greaterdiversity.com/pdf/gdn030818_Class.pdfonly of bidding documents, consisting of drawings, specifications, instructions, and

Greater Diversity News Online at GreaterDiversity.com Page 9 March 8 - March 14, 2018

ADVERTISEMENT FOR BIDS

The Union County Board of Education, Monroe, NC, will receive bids for ADA Renovations – Accessibility Improvements.

A Mandatory Pre-bid Meeting will be held 2:30 PM on March 20, 2018 at Sun Valley Middle School, 1409 Wesley Chapel Road, Indian Trail North Carolina 28079. Prospective bidders are required to attend. This meeting is open to the public and is intended to serve as a public hearing to announce that Union County Public Schools plans to include certain proprietary brands in a bid alternate. Procurement of bid documents and questions relating to this project may be directed to Derek Hodge, AIA, DH&A Architecture P.A. 704.283.2908, email: [email protected].

Bids will be received by at the UCPS Facilities Department, 201 Venus Street, Monroe, NC 28112 no later than 2:00 PM on April 05, 2018. Bid submittal instructions are indicated within the bid documents. Bids may not be withdrawn for (60) days after bid due date.

The Owner reserves the right to reject e a c h a n d e v e r y b i d a n d t o w a i v e informalities in bidding.

Minority Participation: Bidders shall note the compliance with the Owner’s Minority Participation Policy is applicable to this project.

ADVERTISEMENT FOR BIDS

“Haren Construction Company, Inc. is seeking qualified Small/Minority/Women Business Enterprises (S/MWBE) for construction of the Wilson, NC – Wiggins Mill & Toisnot WTP Gravity Filter Rehab & Media Replacement Project. Subcontractor and supplier opportunities include but not limited to: Painting. Quotes received by E.O.B. 3/8/2018. Please contact Samantha Nelson at (423) 263-5561 for information.”

ADVERTISEMENT FOR BIDS

UNC Charlotte is soliciting qualifications from Commissioning Firms until 2:00 P.M. EST on Friday, March 23, 2018 for the Residence Hall Phase XVI project (estimated $45,000,000). Details are available at http://facilities.uncc.edu/advertisements under Capital Projects Advertisements.

ADVERTISEMENT FOR BIDS

NOTICE TO CONTRACTORS:NEW HANOVER COUNTY

HEALTH AND HUMAN SERVICES FACILITY

Montei th Construct ion Corp i s accepting job specific trade contractor prequalification applications for the New Hanover Health and Human Services Facility. There is a M/WBE Information Session being held at New Hanover County Health and Human Services at 1650 Greenfield Street Wilmington, NC 28401 on March 16, 2018 from 1:00-3:00 PM for any vendors or subcontractors interested in providing goods or services on this project. The prequalification deadline for submission is Wednesday March 21, 2018 no later than 5:00 PM. Applications may be obtained at www.isqft.com or request by email from [email protected] o r b s t a m p @ m o n t e i t h c o . c o m . 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.

New Hanover County Health and Human Services Facility bid packages include:03-Concrete; 04-Masonry; 05-Steel; 06- Finish Carpentry/Millwork; 07-Air/Vapor Barriers/Waterproofing/Caulking; 07A- Roofing; 07B-Composite Metal Panels; 08-Doors & Hardware; 08A-Glass& Glazing; 09-Drywal l & Framing; 09A-Acoustical Ceilings; 09B-Tile; 09C- Flooring; 09D-Painting&Wall Covering; 21-Sprinklers; 22-Plumbing; 23-HVAC; 26-Building Electrical; 31-Earthwork; 32A-Landscaping; 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 March 21, 2018 by email to Cameron Wallace, cwallace @monteithco.com or mail a hardcopy to Monteith Construction, Attn: New Hanover County Health and Human Services Facil i ty, 32 N. Front St , Wilmington, NC 28401. For questions please call (910) 791.8101.

PIEDMONT TRIAD AIRPORT AUTHORITY

REQUEST FOR QUALIFICATIONS (RFQ)

forAIRPORT BRANDING AND

NAMING SERVICESat the

PIEDMONT TRIAD INTERNATIONAL AIRPORT

The Piedmont Triad Airport Authority (PTAA or the “Authority”) will receive Statements of Qualifications from interested firms for the services described in this Request for Qualifications (RFQ).

It is possible that PTAA will then review the submittals received for this work and shortlist 2-3 firms. Interviews may be conducted with each of the shortlisted firms.

The Authority is seeking a Branding Agency/Consultant to assist in developing and implementing a new brand for the airport that meets particular criteria established by the Authority. The Agency/Consultant will conduct research, suggest airport names for consideration, recommend a brand position, create a brand design and design standards and assist the airport with a tactical plan for implementation of the new brand.

The airport is a serious competitor for large aerospace economic development projects. It has attracted large global employers and investment that totals in the billions. In recent years, the Authority has concentrated on adding land and infrastructure to support even more growth. The airport now has over 1,000 acres of available land, parallel runways and other airfield infrastructure to support further development.

The successful team will demonstrate the following: Demonstrated ability to gather and analyze research data; the ability to convert research into a logical brand position and plan; talent to envision and create a look and feel that reflects the brand; experience with the unique issues involved in the branding of airports, regions, and/or other public entities to position them for economic development success; experience involving the public as a stakeholder; ability to evaluate airline service decisions in response to a name change; ability to evaluate passenger demand response to a name change; experience involving other key stakeholders in the process and the ability to communicate brand position and value to the media and the public.

The scope of work will be developed in conjunction with the selected firm. The scope will generally include, but will not be limited to the following: Inventory and assessment of the current brand, including review of existing studies, existing public comment, and existing market research; develop and implement a plan for public and key stakeholder involvement; recommendations for needed studies or other information vital to building the brand; creation of a summary report of findings and a brand position based on this research; and definition of a set of brand standards, development of a logo, signage, look, airport terminal features and brand design that reflects those standards.

Interested firms should submit eight (8) copies of its Statements of Qualifications, on or before 11:00 A.M. EST, Friday, March 30, 2018, to PTAA, c/o Mr. Kevin Baker, P.E., 1000A Ted Johnson Parkway, Greensboro, NC 27409, in a sealed envelope, box or package, and clearly marked on the outside with the following: “GSO AIRPORT BRANDING AND NAMING SERVICES RFQ RESPONSE ENCLOSED”, Respondent’s firm name, address, phone and primary contact person. Proposals received after the above date and time will not be considered and will be returned unopened.

PTAA reserves the right to waive any informalities or irregularities in any Statement of Qualifications, to accept or reject any Statement of Qualifications, or to reject all statements of qualifications, if determined to be in its best interest.

PTAA board and staff will not discuss this project with any individual or firm prior to evaluations and final selection by the Selection Committee. Questions or information requests should be submitted via email to Ms. Kimberly Hodges, [email protected], prior to 5:00 P.M. EST, Thursday, March 15, 2018.

Interested firms should email Ms. Kimberly Hodges, [email protected], prior to 5:00 P.M. EST, Thursday, March 15, 2018, to be added to the distribution list to receive any RFQ information.

Please reference entire RFQ for complete details and information. Information related to this RFQ, including any addenda, will be posted to the airport’s website under “Airport Operations”, which can be found at http://flyfrompti.com.

PIEDMONT TRIAD AIRPORT AUTHORITY

BARNHILL CONTRACTING COMPANY

INVITATIONS TO BID

City of Jacksonville Project: Carolina Forest Blvd. Resurfacing FY18-03County:OnslowDescription: Intersection improvements along Carolina Forest as well as asphalt patching and overlays at select areas.Bid Opening: 2/22/18 at 3:00 PM

Estimator: Jeff Davidson, (P) 910-577-5659 (F) [email protected]

Plans and Specs may be examined at the Barnhill Contracting Company office located at 229 Center Street, Jacksonville, NC 28546 and the link below contains the plans and specifications for this project: https://click2gov2.jacksonvillenc.gov/ftp/Engineering/dtrebil /carolinaforest drawings.zip

City of KinstonProject: 2017-18 Street Resurfacing ProjectCounty: LenoirDescription: Resurface asphalt streets within the city limits Bid Opening: 2/22/18 at 10:00 AM

Estimator: Ryan Holton, (P) 252-208-2768 (F) [email protected]

Plans and Specs may be examined at the Barnhill Contracting Company office located at 518 Plaza Blvd., Suite 3, Kinston, NC 28501 and can be downloaded from http://kinstonpublicservices.com/bids.aspx?bidID=27

NC Global Transpark - Kinston Regional JetportProject: Airfield Pavement Rehabilitation County: LenoirDescription: Runway Rehabilitation and General Aviation Apron Rehabilitation Bid Opening: 3/6/18 at 10:00 AM

Estimator: Ryan Holton, (P) 252-208-2768 (F) [email protected]

Plans and Specs may be examined at the Barnhill Contracting Company office located at 518 Plaza Blvd., Suite 3, Kinston, NC 28501 and can be downloaded from https://avconinc.filegenius.com/download Public/wypsdpzovsxplv4

The North Carolina State Ports AuthorityProject: Transit Road Reconstruction - T5 and W5 ZonePort of WilmingtonDescription: Milling and overlay Bid Opening: 3/8/18 at 3:00 PM

Estimator: Rip Parks,(P) 910-675-2554 (F) [email protected]

Plans and Specs may be examined at the Barnhill Contracting Company office located at 4901 N. College Road, Castle Hayne, NC 28429 and can

City of Kinston Project:Hardee Rd. Reconst ruc t ion BID HRS022318County: LenoirDescription: Reconstruction of Hardee Rd from Vernon Ave to Carey Rd Bid Opening: 2/23/18 at 10:00 AM

Estimator: Ricky Russell, (P) 252-208-2742 (F) [email protected]

Plans and Specs may be examined at the Barnhill Contracting Company office located at 518 Plaza Blvd., Suite 3, Kinston, NC 28501 and can be downloaded from http://kinstonpublicservices.com/bids.aspx?bidID=29

ADVERTISEMENT FOR BIDS

Sealed proposals will be received until 3:00 pm on Tuesday, April 3rd, 2018 at Wilson Community College – Building I-100a, 902 Herring Avenue E., Wilson NC 27893. (mail at the same address marked attention Donna A. Turner) for the Building L-A Interior & Exterior Renovat ions and Bui lding L-F Exterior Renovations at which time and place bids will be opened and read. Complete plans and specifications for this project are available free of charge for a Digital Download or for $150.00 (refundable) deposit by cash or certified check for hard copies. Either format can be obtained from Oakley Collier Architects, 109 Candlewood Road, Rocky Mount, NC 27804 (252.937.2500) beginning Thursday, March 1, 2018, during normal office hours. An open Pre-bid Meeting will be held at 2:00 pm on Wednesday March 21st, 2018 at the project site located at 4815A Ward Blvd, Wilson NC. The meeting will address project specific questions, issues, bidding procedures and bid forms. Owner: Wilson Community CollegePO Box 4305Rocky Mount, NC 27804

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

Signed: Wilson Community College

NOTICE TO BIDDERS

Shook Construction is requesting bids for the Muddy Creek and Archie Elledge WWTPs Phase 2 project in Winston-Salem, NC. MBEs, WBEs & SBEs are encouraged to respond. Bids are requested by 11:00 AM on 03/20/18. Project is tax exempt and DB Prevailing Wage rates apply. Scope items include: Demo, Sitework & Utilities, Trucking, Paving, Seeding, Concrete work, Gravel & Ready-Mix Supply, Reinforcing Steel, Steel Framing/ Decking & Metal Fab, Dampproofing, Firestopping, Roofing, Caulking & Joint Sealants, Doors, Access Doors, Glass & Glazing, Protective Coatings, Misc. Specialties, Treatment Plant Equipment, FRP Tanks, I&C, Hoists, Process Piping/ Valves/Gates, HVAC, Plumbing & Electrical.

Bid documents are available for download from our website at www.shookconstruc tion.com/plan-room. Phone: 800-705-5251 Fax: 866-652-7331 or email at esti [email protected]. EOE

ADVERTISEMENT FOR BIDS

UNC Charlotte is soliciting bids from general contractors until 2:00 P.M. EST on Wednesday, March 28, 2018 for the Residence Hall Phase XVI Early Site Utility Package. Details are available at http://facilities.uncc.edu/advertisements.

ADVERTISEMENT FOR BIDS

The Union County Board of Education, Monroe, NC , will receive bids for Walkway Canopy projects for Parkwood High School, Forest Hills High School, New Salem Elementary School and Indian Trail Elementary School, Bid Number 8-97000111.

A Mandatory Prebid Meeting will be held 3:00 p.m. on March 15, 2018 at Parkwood High School, 3220 Parkwood School Road, Monroe, NC 28112. Visits to the other three schools will follow. Bid documents and questions relating to this project may be directed to Bill Burgin AIA with Ramsay Burgin Smith Architects, Inc. 704-633-3121, bill@ rbsarch.com.

Bids will be received by at the UCPS Facilities Department, 201 Venus Street, Monroe, NC 28112 no later than 2:00 p.m. on March 26, 2018. The sealed envelope must reference Company Name, Address, and Bid Number. Bids may not be withdrawn for (60) days after bid due date.

The Owner reserves the right to reject e a c h a n d e v e r y b i d a n d t o w a i v e informalities in bidding.

Minority Participation: Bidders shall note the compliance with the Owner’s Minority Participation Policy is applicable to this project.

INVITATION FOR BIDSSOLICITATION NO.: WHA17.14

HOUSING AUTHORITY OF THE CITY OF

WILMINGTON NORTH CAROLINA

RE- BID ELECTRICAL SERVICESAUTHORITY–WIDE

(ONE OR MORE CONTRACTS MIGHT BE AWARDED)

Sealed bids will be accepted at the Housing Authority of the City of Wilmington North Carolina (WHA Central Office), until date and time noted below. Bids will be publicly opened and recorded immediately thereafter at the Central Office, 1524 South 16th Street, Wilmington, NC 28401.

yy Pre-bid conference/tour: Friday, March 9th, 2018 at 10:00 a.m., beginning at the Central Office.yy Bid Opening: Friday, March 23, 2018 at 10:00 a.m.yy Project Manual along with specifications will be available for pickup beginning 2:00 p.m. on Friday, March 2nd at the Central Office.yy Fee; non-refundable charge of $15.00 or you can Download Project Manual at no cost -- www.wha.net (under Business Opportunities/IFB)yy Questions; E-mail to Chauntrell Burns no later than March 16th at 2:00 pm to [email protected]

Upon written request to the Contracting Officer, bids will be available after contract award. NO BIDS SHALL BE ACCEPTED AFTER THE DEADLINE DATE. FAX NEITHER COPIES WILL BE ACCEPTED.

The WHA does not discriminate based on race, sex, age, color, national origin, religion, or disability in its employment opportunities, programs, services, or activities.

WHA reserves the right to reject any or all bids.

REQUEST FOR QUALIFICATIONS

The Durham Housing Authority (DHA), requests sealed proposals (RFQ 18-004) for Architectural and Engineering Services. Proposals will be received until 2:00 pm EST on March 23, 2018 at 330. E Main St, Durham, NC 27701.

Details are available beginning Feb. 23, 2018 at www.durhamhousingauthority.org

REQUEST FOR QUALIFICATIONS AND PROPOSAL #18-033

PROFESSIONAL CONSULTING, ENGINEERING, ENVIRONMENTAL

MONITORING AND SERVICES FOR THE WAKE COUNTY SOLID

WASTE MANAGEMENT DIVISION.

The Wake County Environmental Services Department , Solid Waste Management Divis ion, i s seeking s ta tements of qual i f icat ions f rom firms capable of providing solid waste management consulting, engineering, environmental monitoring and services in accordance with the North Carolina Solid Waste Management rules, permit requirements, and client needs.

The Request for Qualification and Proposal may be obtained at the following address:

http://www.wakegov.com/finance/business/rfp/Pages/bids.aspx

Five (5) complete packages and one (1) digital version (pdf) must be received by 3:00 p.m., March 28, 2018 by the County of Wake, Procurement Services, Wake County Justice Center, Room 2900, 301 S. McDowell Street, Raleigh, NC 27601.

The selection committee will review proposals and short-listed firms will be interviewed.

Wake County provides minorities and women equal opportunity to participate in all aspects of its construction program consistent with North Carolina Law.

Wake CountyEnvironmental Services, Solid Waste

Lee R. Squires, PE Solid Waste Management

Facilities Manager p: 919-856-6199

ADVERTISEMENT FOR BIDS

Allied Fire Protection, Inc., Raleigh, NC Phone (919) 772-9200 - Fax (919) 779-4220, is soliciting bids from HUB contractors and suppliers’ pricing relating to the automatic fire sprinkler installations for: High Point Baseball Stadium High Point NC Pricing is due March 14, 2018 in our office by 5:00 p.m. Call for appointment to view Plans and specs in our office or to receive list of locations where documents are available.

Page 3: March 8 - March 14, 2018 Week of March 15, 2012 - …greaterdiversity.com/pdf/gdn030818_Class.pdfonly of bidding documents, consisting of drawings, specifications, instructions, and

Greater Diversity News Online at GreaterDiversity.com Page 10Week of March 15, 2012 - March 21, 2012 March 8 - March 14, 2018

ADVERTISEMENT FOR BIDS

RICHLANDS ELEMENTARY SCHOOL – COW HORN

ROAD WIDENINGRICHLANDS, NORTH CAROLINA

Sealed proposals will be received by the Architect on behalf of the Onslow County Board of Education in Meeting Room #4, 200 Broadhurst Road, Jacksonville, NC Thursday, March 29, 2018. All bids will be publicly opened and read for the construction at 11:00 a.m. on this date. Bids will be received for a Single Prime Contract for the construction as shown and noted in the contract documents. All Contractors are hereby notified that they shall be properly licensed under the State Laws of North Carolina governing their trades. All Contractors will be required to submit a Statement of Qualifications (AIA Document A305 or equivalent) twenty-four (24) hours before requesting Bid Documents.

Proposal must be on standard forms furnished by the Architect and must be addressed as follows: Bid: Richlands Elementary School – Cow Horn Road WideningAttn: Mr. Steve Myers, Chief Operating OfficerC/O Pinnacle Architecture200 Broadhurst RoadJacksonville, NC 28540

Proposal forms, plans and specifications may be obtained from the office of the Architect, Pinnacle Architecture, P.A., PO Box 187, (630 Team Rd. Ste 200), Matthews, NC 28106 (28105) (704) 847-9851 or email stacey@pinnacle architecture.net . A deposit wil l be r e q u i r e d f o r e a c h s e t o f p l a n s a n d specifications (Limit 4) along with shipping account information or prepaid shipping label, prior to plans and specifications being sent out. Deposits for plans and specifications will be $100.00 for each set. The full deposit is refundable to contractors submitting a Bona Fide bid and returning the plans and specifications in satisfactory condition within ten (10) days of the bid date. All subcontractors and suppliers will be required to purchase plans and specifications. Individual sheets or partial sections of specifications will not be issued.

A Pre-Bid Conference will be conducted i n t h e O n s l o w C o u n t y B o a r d o f Education Meeting Room #4, 200 Broadhurst Road, Jacksonville, NC 28540 @ 1:30 p.m. on Thursday, March 22, 2018.

Each proposal must be accompanied by a deposit of cash or a certified check on a 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; or, in lieu of the deposit of cash or certified check, a bid bond in the above amount. Successful bidder may not withdraw his bid within thirty days after the opening thereof without forfeiture of his bid bond. In the event of the failure of the successful bidder to execute the contract within ten (10) days after the award or to give satisfactory surety as required by law, the above deposit will be retained by the Owner as liquidated damages.

The Owner reserves the right to accept or reject any and/or all bids, to waive informalities, and to award the contract to other than the low bidder should it be deemed in the best interest of the project or the Owner.

Onslow County SchoolsMr. Steve MyersChief Operating Officer

RE-ADVERTISEMENT FOR BIDS

The Union County Board of Education, Monroe, NC, will receive bids for Monroe Middle School Renovations. Bid documents and questions relating to this project may be directed to David Carpenter, Morris-Berg Architects 704. 552.5800; email [email protected].

Bids will be received by the UCPS Facilities Department, 201 Venus Street, Monroe, NC 28112 no later than 2:00PM on March 19, 2018. Bid submittal instructions are indicated within the bid documents.

Bids may not be withdrawn for (60) days after bid due date.

The Owner reserves the right to reject each and every b id and to wa ive informalities in bidding.

Minority Participation: Bidders shall note the compliance with the Owner’s Minority Participation Policy is applicable to this project.

INVITATION TO BIDMWBE/DBE SUBCONTRACTORS

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

Wiley Elementary School Site Improvements and Renovations.

Bids are due at 2:00 pm on 03/22/18. Interested subcontractors should contact Bruce Guarini at 611-A Industrial Ave,

Greensboro, NC 27406, (336) 274-2477, or [email protected].

NOTICE TO BIDDERS

Sealed proposals will be received by the County of Wake in the Purchasing Department, Suite 2900, Wake County Justice Center, 301 McDowell Street, Raleigh, NC 27601, up to 2 p.m., April 4, 2018, and immediately thereafter publicly opened and read for providing labor, material and equipment entering into the construction of Hammond road Detention Annex Roof Replacement Sectors D and E , located at 3400 Hammond Rd, Raleigh, NC. Complete contract documents will be provided to the following plan rooms and plan services starting Tuesday, March 13, 2018.

McGraw Hill Construction Dodge www.construction.com

North Carolina Institute of Minority Economic Development www.ncimed.org

ConstructConnect (formally iSQFT Network)Partnered with: Carolinas Associated General Contractors (CAGC)Hispanic Contractors Association of the Carolinas (HCAC) www.constructconnect.com

Electronic copies of the complete contract documents will be available from the Engineer’s office by sending a request to Timothy Muller at [email protected].

A Mandatory Pre-Bid Conference is scheduled for 2:00 pm on March 21 in the Wake County Public Safety Center located at 330 S Salisbury St, Raleigh, NC in conference room C170. Failure to attend the mandatory pre-bid conference will result in rejection of bid.

Wake County provides minorities and women equal opportunity to participate in all aspects of its construction program consistent with NCGS §143-8. Bidders shall comply with the requirements of the Wake County Minority Business Enterprise Program, as outlined in Section 00 62 35 of the Project Manual.

No bid may be withdrawn for sixty (60) days after the scheduled closing time for bids.

The Owner reserves the right to reject any or all bids and to waive informalities.

Signed: COUNTY OF WAKE

By: Mark Forestieri, AIADirector, Facilities Design & Construction

ENGINEER: REI Engineers, Inc.9121 Anson Way, Suite 100Raleigh, North Carolina 27615(919) 845-1450

ATTENTION

MBE/WBE SUBCONTRACTORS

Smith-Rowe, LLC, 639 Old US 52 South, Mount Airy, NC 27030 will be bidding the following project March 21, 2018 at the North Carolina Department of Transportation Division 6 letting:

Contract ID DF00206 CountyRobeson DescriptionBridges 121 & 123 Over Ashpole Swamp 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: Construction Surveying, Grading & Drainage, Asphalt, Shoulder Berm Gutter, Guardrail, Work Zone Signs, Paint Pavement Marking Lines, Temporary Silt Fence, Seeding & Mulching, Vertical Concrete Barrier Rail, and Hauling. A pre-bid conference will be held on Wednesday, March 14, 2018 at 10:00 A.M. to discuss the proposed project. Please call 336/789-8221 if you plan to attend this meeting. You may call in your quote to our Mount Airy office at 336/789-8221, fax to 336/789-6807, or email Frank Fulp at [email protected] .

ADVERTISEMENT FOR BIDS

UNCP WEST HALL RENOVATION CM AT RISK ADVERTISMENT

The University of North Carolina at Pembroke is accepting proposals for a Construction Manager at Risk for the West Hall Renovation until 4:00 pm on March 26, 2018 in Office of Facilities Planning and Construction, located in the Pinchbeck Building, Room 141, UNCP. The project includes the abatement and selective demolition of approximately 40,659 gross square feet (GSF) in West Hall Residence building built in 1965. The project will remove all existing utilities (HVAC, electrical, plumbing) and asbestos/lead abatement, internal partitions, and selective exterior masonry. The new renovation will include roofing, elevator, all utilities, fire suppression and structural upgrades to meet current Building Code, Energy Code and ADA compliance requirements. The project will require approval of design and construction by the State Construction Office.

This project will include an early site, hazardous material abatement and interior demolition phase.

The p ro jec t has a t o t a l budge t o f $10,000,000.00

A Mandatory Pre-Proposal Conference will be held on:

Conference Date: March 20, 2018

Conference Time: 2:00 pm

Conference Address: Pinchbeck Building, Room 141, UNCP

Location of Building and Parking: Parking will be available near the Pinchbeck Building

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

Project Manager: Scott Noble, RA

Title: Director of Planning and Construction

Mailing Address: University of North Carolina at PembrokeP.O. Box 1510, One University DrivePembroke, N.C. 28372

Phone Number: 910-521-6815

E-Mail Address: [email protected]

ATTN: WBE/MBE/DBE CONTRACTORS

Terry’s Plumbing and Utilities, Inc. is soliciting quotations for the following items; Materials, Clearing, Grading, Horizontal and Directional Boring, Silt Fence, Erosion Control, Seeding, Mulching, Electrical, Concrete repair, Asphalt Repair. If you would like to review plans and specifications for the mentioned projects please contact our office at (336) 625-1090. Office hours are 8:00 am to 4:00 pm Monday thru Friday.

All quotations are to be turned in by 5:00 pm the day prior to Bid Opening to be considered.

1. Chatham-Randolph Megasite Water System Extension- Town of Siler City- Chatham Co. NC bids March 8, 2018 at 2:00 PM

2. Water Di s t r ibut ion Sys tem I m p r o v e m e n t s - C i t y o f Randleman- Randolph Co. NC bids March 22, 2018 at 2:00 PM.

INVITATION TO BIDMWBE/DBE SUBCONTRACTORS

Bar Construction Co., Inc. is soliciting quotations for the following: Pullen Aquatic Center Improvements. Bids are due at 2:00 pm on 03/28/18.

Interested subcontractors should contact Bruce Guarini at 611-A Industrial Ave, Greensboro, NC 27406, (336) 274-2477,

or [email protected].

INVITATION TO BIDMWBE/DBE SUBCONTRACTORS

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

of Pleasant Garden Dog Park. Bids are due at 2:00 pm on 03/28/18.

Interested subcontractors should contact Brian Tessier at 611-A Industrial Ave,

Greensboro, NC 27406, (336) 274-2477, or [email protected].

INVITATION TO BID

Sealed Bids will be received by the Owner, Gaston County , until 2:00 p.m. on Tuesday, April 3, 2018, for the following Project: Gaston County Animal Care & Enforcement Facility.

The project is located at 1491 Business Park Court, Gastonia, NC 28053. The scope of work includes (but not limited to): selective demolition of the interior of the existing structure (approx. 14,100 square feet), construction of an addition to the existing facility (approx. 7,600 square feet), construction of public and office space, cat and dog housing areas, animal treatment areas, and site work.

Sealed bids may be mailed to: Gaston County Public Works, Attn.: Dan Ziehm, PO Box 1578, Gastonia, NC, 28053-1578. At such time, bids received via mail will be hand carried to the bid opening location at the Gaston County Courthouse Public Forum (Room #2172), 325 Dr. Martin Luther King Jr. Way, Gastonia NC. It is the responsibility of the bidder to assure that their bid is at the bid opening location stated above prior to 2:00 pm on bid opening day. All bids will be opened and read aloud beginning at 2:00 pm. A Pre-Bid Conference will be held on Tuesday, March 20th, 2018 at the above location at 10:00 am and will be followed by a site visit.

Each proposal must be accompanied by a cash deposit or certified check drawn on a bank or trust company insured by the FDIC payable to the Gaston County Board of Commissioners in the amount of five percent (5%) of the gross amount of the proposal. A bidder may offer a bid bond of five percent (5%) of the proposal executed by a surety company licensed under the laws of North Carolina to execute such bonds. The deposit shall be retained by the Owner as liquidated damages in the event of failure of the successful bidder to execute the contract within ten days after the award.

Gaston County reserves the unqualified right to reject any or all bids. All bidders must be properly licensed under applicable laws of the State of North Carolina, at the time of bid submittal. Gaston County has established a verifiable goal of 10% for participation by minority business in building construction contracts.

Ins t ruct ions for obta in ing a l l b id documents, complete set of plans and specifications may be obtained online through the NextPlans plan room beginning March 6, 2018. To become a registered plan holder you must sign up and order a full set of the bid documents by visiting the following web address: http://scn.nextplans.com. Add the documents to your cart and proceed through the checkout process. You may order digital or hard copy plans at .10/sq. ft.-plans and .10/page-specs. If you order both digital and hard copies from NextPlans you will have to purchase both. You do not get a digital set with the purchase of hard copies or vice versa. The only means by which PDF’s are to be provided is via download from NextPlans. Credit card only. This is not a deposit and no refunds will be issued after successful delivery of project documents. After download, you may distribute these documents to your potential bidders through your normal channels. This site will be open to sub-prime bidders as well, allowing them to view prime bidder information and order bid documents. Notification of addenda will come via email through this site and be published for all registered users to view. For those not familiar with NextPlans or who need technical assistance, please contact NextPlans support at (866)215-0428 or email [email protected]. Note to Plan Holders: NextPlans is the only official holder and issuing office of all plans, specifications, and any addenda published for bidding. Gaston County and Stewart Cooper Newell Architects are not responsible for the accuracy of documents anyone may obtain from any source other than NextPlans. To ensure that complete plans, specifications and addenda are received the bidder should contact NextPlans.

All Contractors are hereby notified that they shall be properly licensed under the State Laws governing their respective trades. (General Statutes 87, State of North Carolina.)

ADVERTISEMENT FOR BIDS

State Utility Contractors, Inc. solicits subcontract proposals for the following work: Erosion Control, Electrical, Seeding & Mulching, Material Hauling, Clearing, Bore & Jack, CCTV, Surveying, Traffic Control for Pump Station # 137 Quail Woods Decommission, Wilmington, NC. The bid date for this project is March 22, 2018. Minority businesses are encouraged to submit proposals for this work. If additional information is needed, please contact Dustin Wagner at (910) 383-3799. EOE M/F

NOTICE TO BIDDERS

Sealed proposals will be received by the County of Wake in the Purchasing Department, Suite 2900, Wake County Justice Center, 301 McDowell Street, Raleigh, NC 27601, up to 2 p.m., April 4th, 2018, and immediately thereafter publicly opened and read for providing labor, material and equipment entering into the construction of Public Safety Center Parking Deck – Deck Coating Replacement Project, located in Raleigh, NC. Complete contract documents will be open for inspection in the offices of the Raymond Engineering, Raleigh NC; AGC, Raleigh Branch – www.isqft.com/start; North Carolina Institute of Minority Economic Development (NCIMED), Durham – 919 287 3036; Carolina AGC; Dodge Data and Analytics, North Carolina Offices - www.construction. com; Hispanic Contractors Association of The Carolinas, Raleigh office, North Carolina – 877-227-1680; email requests for electronic documents may be sent to David Willers at david.willers @raymondllc.com or at 919-872-7866. One full printed set of drawings and specifications may be obtained upon deposit of _One Hundred Fifty Dollars ($150) in cash or certified check. David Willers will arrange for documents to be printed after receipt of deposit at which time the requestor may make arrangements to pick up the documents from the office of Raymond Engineering, Raleigh NC. The plan deposit will be returned to Contractors submitting bids provided all documents are returned in good c o n d i t i o n w i t h i n t e n ( 1 0 ) d a y s after the bid date. The plan deposit will be returned to Contractors not submitting bids provided all documents are returned in good condition at least five (5) days prior to the bid date. Wake County provides minorities and women equal opportunity to participate in all aspects of its construction program consistent with NCGS §143-8. Bidders shall comply with the requirements of the Wake County Minority Business Enterprise Program, as outlined in Section 00 62 38 of the Project Manual. A mandatory pre-bid meeting will be held March 20th, 2018, at 2 p.m. in the Public Safety Center, Conference Room C170, located in Raleigh, NC. No bid may be withdrawn for sixty (60) days after the scheduled closing time for bids. Refer to Section 00 20 00 “Instructions to Bidders” for bid security and bonding requirements. The Owner reserves the right to reject any or all bids and to waive informalities. Signed: COUNTY OF WAKE By: Mark Forestieri, AIA Director, Facilities Design & Construction ENGINEER: Raymond Engineering, David Willers, 316 W. Millbrook Rd. Ste 201, Raleigh NC 27609 919-872-7866, [email protected]

EDUCATION

Coordinator/Instructor,Horticulture Technology:For more information regarding

requirements/qualifications,please visit our website at

https://wpcc.peopleadmin.com/ .

EOE/M/F/D/V

200 W. Fifth StreetGreenville, NC 27858

252-329-4492http://www.greenvillenc.gov

HUMAN RESOURCES GENERALIST

Responsible for the span of human resources functions for designated departments,including recruitment/selection, workforce planning, classification and compensation,benefits, training/development, employee relations, and regulatory compliance.Work involves the application of human resources techniques and professionalknowledge to a variety of personnel practices and issues and the exercise of soundprofessional judgment.

Minimum Qualification: Bachelor’s degree from an accredited college or university in business

administration, human resources, or closely related field; and at least threeyears of professional human resources generalist experience.

Hiring salary range: $58,864 - $73,611.20, depending on qualificationsFull salary range: $58,864 - $88,316.80

This is a continuous recruitment which may close at any time without notice.Qualified applicants are encouraged to apply early.

For additional information and to apply online,please visit our website at www.greenvillenc.gov.

The City of Greenville is an Equal Opportunity/Affirmative Action Employer.

EDUCATION

PROFESSIONALSOUTHEASTERN

COMMUNITY COLLEGE

Southeastern Community College is seeking to hire the following

full-time position.

ELECTRICAL ENGINEERING INSTRUCTOR

PHYSICS INSTRUCTOR

Position details and application process can be found on the SCC website at www.sccnc.edu or call 910-642-7141, ext. 310. Initial review of applications will be March 16, 2018. AA/EOE

Page 4: March 8 - March 14, 2018 Week of March 15, 2012 - …greaterdiversity.com/pdf/gdn030818_Class.pdfonly of bidding documents, consisting of drawings, specifications, instructions, and

Greater Diversity News Online at GreaterDiversity.com Page 11Week of March 15, 2012 - March 21, 2012 March 8 - March 14, 2018

ROBESON COMMUNITY COLLEGE

CAREER & COLLEGE ADVISORGRANT FUNDED

Minimum Qualifications: Bachelor’s Degree in education or related field, with at least 3 years of experience in student advising. All applicants must submit a RCC application, resume, and a copy of unofficial transcripts. For a listing of duties and an application, visit www.robeson.edu or contact Personnel Services at 910.272.3531. Closing date: Friday, March 16, 2018 at 3:00 p.m.

AN EQUAL OPPORTUNITY EMPLOYER

ROBESON COMMUNITY COLLEGE

EVENING LIBRARIAN

Minimum Qualifications: The candidate will be a currently matriculated student in a Master of Library Science (MLS) or Master of Library and Information Science (MLIS) program from an American Library Association (ALA) accredited program. Has completed at least eighteen (18) credits of relevant academic library coursework and who will receive his/her terminal degree on or before August 15, 2019.

Preferred Qualifications: Masters of Library Science (MLS) or Masters of Library and Information Science (MLIS) from an American Library Association (ALA) accredited program. A minimum of three (3) years of experience in an academic library. All applicants must submit a RCC application, resume and a copy of unofficial transcripts. For a listing of duties and an application visit www.robeson.edu or contact Personnel Services at 910.272.3531. Closing date: Friday, March 16, 2018 at 3:00 p.m.

AN EQUAL OPPORTUNITY EMPLOYER

TECHNICAL

ROBESON COMMUNITY COLLEGE

CHAIRPERSON OF INDUSTRIAL TECHNOLOGY PROGRAMS

Minimum Qualifications: Bachelor’s Degree in Industrial Technology, Engineering, Electrical, and/or a related f i e l d w i th more t han f i ve y e a r s ’ experience in a technical field from a manufacturing environment, public, military, and/or private sector, teaching experience, and supervisory/management experience; or a minimum of an associate degree in Indus t r ia l Technology, Electrical, Engineering, and/or a related f i e ld wi th more than e igh t years ’ experience in a technical field from a manufacturing environment, public, military, and/or private sector, community college teaching experience, and supervisory/management experience. Applicants with an Associate Degree must show evidence that they are enrolled in a Bachelor’s degree program and agree to complete their degree on or before August 15, 2019. Preferred Qualifications: Master’s Degree in Industrial Technology, Engineering, Mechatronics, Electrical, or a related field. The successful candidate will have more than 10 years’ experience in a technical field from a manufacturing environment , publ ic , mil i tary, or private sector, post-secondary teaching experience, and supervisory or management experience. All applicants must submit a RCC application, resume and a copy of unofficial transcripts. For a listing of duties and an application visit www.robeson.edu or contact Personnel Services at 910.272.3531. Closing date: Open Until Filled: Review of applicants will begin on Monday, March 26, 2018.

AN EQUAL OPPORTUNITY EMPLOYER

PROFESSIONAL

ROBESON COMMUNITY COLLEGE

ACCOUNTS RECEIVABLE SPECIALIST

M i n i m u m Q u a l i f i c a t i o n s : A n Associate’s degree in accounting, business administration, or a related field. A minimum of 3-5 years’ experience in the accounting or bookkeeping field. Excellent communications skills (written and verbal), proficient with Microsoft Office (specifically Excel), experience with accounting software, Email, and general ledger experience. Preferred Qualifications: Three (3) or more years of account receivable experience. All app l i cant s mus t submi t a RCC application, resume, and a copy of unofficial transcripts. For a listing of duties and an application, visit www.robeson.edu or contact Personnel Services at 910.272.3531. Closing date: Monday, March 19, 2018.

AN EQUAL OPPORTUNITY EMPLOYER

BIDS CONTINUED

ADVERTISEMENT FOR BIDS

Sealed proposals will be received until 2:00 PM, March 28th 2018, in the conference room at East Carolina University Facilities Engineering and Architectural Services Office at 1001 East 4th Street, Greenville NC 27858 for the construction of East Carolina University Cotten Bathroom Renovation Code: 41736 Item: 302 SCO-ID No. 17-17612-01 at which time and place bids will be open and read.

Briefly, and without force and effect upon contract documents, work is summarized as follows: T h e w o r k i n c l u d e s aba t emen t and renovat ion of the e x i s t i n g C o t t e n Residence Hall residence bathrooms. Demolition work includes the bathroom finishes and walls and two residence hall room on floors one, two and three. New construction includes interior finishes, fixtures, s ignage, toi let compartments and accessories, at the bathrooms.

The work includes the removal and/or relocation of existing sprinkler heads in the renovated areas to meet NFPA 13, 2007 Edition, design standards. The plumbing work includes the demolition of existing restroom facility plumbing fixtures on the 1st, 2nd and 3rd floors. New domestic water risers, vent stacks and waste stacks as necessary for new fixture installations. The HVAC work includes demolition of existing FCUs, and ductwork in the renovation areas. The new work includes new FCUs, new four pipe risers tied into existing, new duct work tied into the existing heat recovery system. The electrical work includes removal of existing fixtures in the bathrooms and replacement with new fixtures and outlets. The fire alarm work includes tying the renovated spaces into the existing fire alarm panel and providing new fixtures for the renovated areas.

Complete plans, specifications and contract documents will be open for inspection in the offices of Davis Kane Architects, PA, 503-300 Oberlin Road, Raleigh NC 27605 and at East Coast Digital – Minority Plan Room Provider 703 SE Greenville Blvd, Greenville, NC 27858, 252-758-1616. Digital documents may be obtained from Davis Kane Architects, PA, (919) 833-3737. Printed documents may be purchased from Duncan Parnell through www.dpibid room.com.

Consideration will be given only to Bids of Contractors who are able to submit evidence showing they are properly licensed under “An Act to Regulate the Practice of General Contracting”, ratified by the General Assembly on March 10, 1925. The Trustees of University of North Carolina reserves the unqualified right to reject any and all proposals.

Bids will be received for single prime bid contracts. All Proposals will be lump sum.

A mandatory pre-bid conference will be conducted on March 15th, 2018, 10:00 AM, in the conference room at East Carolina University Facilities Engineering and Architectural Services Office at 1001 East 4th Street, Greenville NC 27858. The meeting is also to identify preferred brand alternates and their performance standards that the owner will consider for approval on this project.

In accordance with General Statute GS 133-3, Specifications may list one or more preferred brands as an alternate to the base bid in limited circumstances. Specifications containing a preferred brand alternate under this section must identify the performance standards that support the preference. Performance standards for the preference must be approved in advance by the owner in an open meeting. Any alternate approved by the owner shall be approved only where (i) the preferred alternate will provide cost savings, maintain or improve the functioning of any process or system affected by the preferred item or items, or both, and (ii) a justification identifying these criteria is made available in writing to the public.

In accordance with GS133-3 and SCO procedures the following preferred brand items are being considered as Alternates by the owner for this project:

G-1: Provide Door Hardware Locksets by Best in lieu of locksets by other acceptable manufacturer.G-2: Provide Door Hardware Exit Devices by Von Duprin in lieu of exit devices by other acceptable manufacturer.G-3: Provide Door Hardware Door Closers by LCN in lieu of door closers by other acceptable manufacturer.

Justification of any approvals will be made available to the public in writing no later than seven (7) days prior to bid date.

Coordinator/Instructor,Horticulture Technology:For more information regarding

requirements/qualifications,please visit our website at

https://wpcc.peopleadmin.com/ .

EOE/M/F/D/V

200 W. Fifth StreetGreenville, NC 27858

252-329-4492http://www.greenvillenc.gov

HUMAN RESOURCES GENERALIST

Responsible for the span of human resources functions for designated departments,including recruitment/selection, workforce planning, classification and compensation,benefits, training/development, employee relations, and regulatory compliance.Work involves the application of human resources techniques and professionalknowledge to a variety of personnel practices and issues and the exercise of soundprofessional judgment.

Minimum Qualification: Bachelor’s degree from an accredited college or university in business

administration, human resources, or closely related field; and at least threeyears of professional human resources generalist experience.

Hiring salary range: $58,864 - $73,611.20, depending on qualificationsFull salary range: $58,864 - $88,316.80

This is a continuous recruitment which may close at any time without notice.Qualified applicants are encouraged to apply early.

For additional information and to apply online,please visit our website at www.greenvillenc.gov.

The City of Greenville is an Equal Opportunity/Affirmative Action Employer.

EDUCATION

PROFESSIONAL

East Carolina encourages participation by MWBE firms and supports UNC system’s policy of ensuring and promoting opportunities for minority businesses.

Signed: Ms. Gina Shoemaker, PE, Assistant DirectorFacilities Engineering & Architectural ServicesEast Carolina University

ATTENTION: DBES

Barnhill Contracting Company will be bidding on NCDOT Project WBS 44908.3.6 (DD00243), Nash County, NC on Tuesday, March 27, 2018. This project includes opportunities on, but is not limited to asphalt haul, milling haul and pavement markings.

Barnhill Contracting Company will have a Pre-Bid Meeting on Friday, March 16, 2018 at 9:00 a.m. at our Rocky Mount, N.C. office. Complete plans and specifications and contract documents will be open for inspection by appointment at our Rocky Mount, NC office, NCDOT Website @ http://www.ncdot.gov/letting/Pages/Letting-Details.aspx?let_type=4&let_date=2018-03-27 or NCDOT Division 4 Office, 509 Ward Blvd, Wilson, NC 27895.

If you have any interest in this project, we would appreciate your quote on the items that you may be interested in performing no later than 12:00 Noon on Monday, March 26, 2018. We will accept quotes on any portion of this project, large or small. Please contact Jeremy Whitehurst in our Rocky Mount office at (252) 823-1021, FAX (252) 977-7512 at any time (collect calls will be accepted). We would appreciate hearing from you at your earliest convenience.

All firms or persons interested in bidding on any portion of this project or supplying materials for any portion of this project, please contact us.

Attn: Mr. Scott G. Fisher

AN EQUAL OPPORTUNITY EMPLOYER

Thanks advertisers

and readers! We appreciate your support!

GDN,

Toge

ther

We A

re G

reat

er!