7D CLASSIFIED/®I)c Cljarlottc So«t Thursday, June 30, 2005 UNC CHARLOTTE CHARLOTTE RESEARCH INSTITUTE WALKWAY CODE 40076 ITEM 303 SINGLE-PRIME GENERAL CONTRACTOR PRE-QUALIFICATION : SUBMITTAL — Pre-qualification submittals from licensed General Contractors for the construction of a walkway connecting the main campus to the Charlotte Research Institute at The University of North Carolina at Charlotte will be received by Ms. Joyce Clay, Facilities Management Annex on the UNC Charlotte Campus, 9201 University City Blvd., Charlotte. NC 28223-0001 no later than 4:00 PM on Friday. July 22, 2005. Prior to that lime, pre qualification submittals may be delivered to Ms. Clay at the same address provided above. Applicants are to provide three (3) complete copies of the pre-qualification submittal. An electronic copy of the Contractor Qualification Statement Form may be^ downloaded from hllp://facililies.uncc.edu by selecting “Charlotte Research Institute Walkway Pre-Qualification Submittal Form”. The University reserves the unqualified fight to reject any and all pre- qualification proposals. ADVERTISEMENT FOR BIDS ^ Sealed bids for the project entitled Sunshine Bostic Road, Water Line Extension will be received by the Town of Forest City at 2:00 p.m. local lime July 14, 2005 in the Town Hall Council Board Room and then publicly opened and read aloud. THE PROJECT GENERALLY CONSISTS OF the installation of approximately 11,975 LF of 8-inch ductile iron pipe (CL 350) water line along with all appurtenances along Sunshine Bostic Road, north of Forest City in Rutherford County. The Contract Documents may be examined at the following locations: McGill Associates, P.A. Asheville, North Carolina Associated General Contractors Asheville, North Carolina Associated General Contractors Charlotte, North Carolina F. W. Dodge Charlotte, North Carolina F. W. Dodge Greenville, South Carolina Copies of the Contract Documents may be obtained at the office of the Engineer, McGill Associates, P.A., located at 55 Broad Street. Asheville, North Carolina 28801 or Post Office Box 2259, Asheville, North Carolina 28802 upon payment of $60.00 for each set. There will be no refund to any party for Contract Documents so obtained. Bidders and other interested parties should note that prequalification of equipment manufacturers by the Engineer prior to the bid opening may be required for this project. Equipment prequalificaiion requirements, if any, are described in the Contract Documents. ^ A certified check or cashiers check payable to the Town of Fbrest Qiy or a satisfactory Bid Bond executed by a corporate surety licensed under the laws of North Carolina to execute such bonds in the amount equal to. five percent of the total of the bid shall be submitted with each bid. J The Owner reserves the right to waive any. informalities or reject any or all bids. The Owner reserves the right to award a contract to the lowest, responsive, responsible bidder. The successful bidder shall be required to furnish separate. 100 percent Performance and Payment Bonds in compliance with North C^olina General Statutes Section 143-129 and of Article 3 of Chapter 44A. The Performance Bond shall be in full force and effect for one (1) year after tte date of final acceptance of the project by ihd Owner. ' The bid deposit shall be retained by the Owner if the successful bidder fails to execute the contract or fails to provide the required bonds, as staled above, within ten (10) days after award of the contract. Each bidder must be appropriately licensed as a Contractor in the State of North Carolina as provided in General Statutes Chapter 87. Each bjdder shall make positive efforts to use small and minority owned business enterprises on this project. A conditional or qualified BID will not be accepted. Charles R. Summey^ II Advertisements For Bids Sealed Proposals will be received until 2:00 pm on 28 July, 2005 in the Charlolle-Mecklenburg Government Center, 12th floor. Room #1203, for R-esurfacing, FY 2005 B. Project No. 512-05-048, at which-time and place biids will be opened and read aloud; This project consists of resurfacing approximately 37 miles of city streets and includes traffic control; asphalt and concrete pavement milling; resurfacing; manhole and water valve adjustments; wheelchair ramp construction and retrofitting with truncated domes and pavement markings. Plan and Specification will be available on 27 June, 2005 at a charge is $50.00/ Non-refundable and can be obtained from: City of Charlotte Engineering and Property Management Department. 14th Floor Receptionist, 600 E. Fourth St., Charlotte, NC 28202-2844. The City of Charlotte reserves the right to reject any and all proposals. The City of Charlotte’s estimated cost of construction is $3,138,000 For more project information, call Gary J. King @, 704-336-2047 Advertisement For Bids Edifice, Inc., 1401 West Morehead Street, Charlotte. NC invites minority subcontractors/suppliers to submit bids for the new CATS 1-485 Parking Garage along the South Corridor Light Rail System located in Charlotte, NC. The bid date is Tuesday, July 12, 2005 at 2:00 p.m. EST; however. Edifice requests that all bids be submitted by 11:00 a.m. EST on that date. Bid documents can be viewed at the CATS South Corridor Light Rail Project Office on 4701 Hedgemore Drive, Charlotte; at the Charlotte offices o( F.W. Dodge, AGC, at the Metrolina Minority Contractors Association ai)d the Edifice office; and on-line with Reed Market Data; OR they can be viewed and purchased from, the Edifice on-line PlanLink. For additional information, contact Becky Greene at 704-332-0900. via fax 704-332-0912 OE via email: bgreene@edificeinc.com. BIDS ADVERTISEMENT Bids Wanted Sealed bids will be received by the Contracts Administration Section of Charlotte-Mecklenburg Utilities in the 2nd Floor Conference Room of the Charloite-Mecklenburg Utilities Administrative Offices, 5100 Brookshire Boulevard. Charlotte. North Carolina 28216 on 8/4/2005 at 2:00 p.m. and then publicly opened and read. A pre-bid conference is scheduled for 2:00 p.m. on 7/14/2005 at Charlotte- Mecklenburg Utilities in the 2nd Floor Conference Room of the Administrative Offices, 5100 Brookshire Boulevard, Charlotte. North Carolina, 28216. Attendance at the pre-bid conference is not mandatory, but is strongly encouraged for all Bidders. Bids must be on forms furnished by the City and marked “36-lnch Water Main Along Andover/McAlway.” Project consists of approximately 10,390 linear feet of new 36-inch water transmission main, approximately 2.530 linear feet of 6-inch and 2-inch water main replacements, and sidewalk and storm water additions/improvemenis in the Andover Road. Aylesford Road, and McAlway Road areas. Applicable bid forms, specifications and/or plans for this Invitation To Bid may be obtained at the office of Stantec Consulting, 5265 Parkway Plaza Blvd.. Suite 130. Charlotte. North Caroling 28217, for $75.(X) (non- refundable). 5% deposits must accompany bids. North Carolina laws and regulations apply. The City complies with the Americans With Disabilities Act and will provide contract materials in alternate format upon request. Reasonable accommodations and auxiliary aids will also be provided upon request. The City provides equal opportunity and encourages small business participation in contracts. The Small Business Opportunity Program (SBOP) Goal for this project has been set at 9%. For questions concerning SBOP participation on this project, call Contracts Administration at 704- 391-5104. To obtain copies of the SBOP policy, call 704-336-4138 or visit their website at hltp://smallbiz.charmeck.org. The right is reserved to reject any or all bids. ADVERTISEMENT feids Wanted Sealed bids will be received by the Contracts Administration Section of Charlotte-Mecklenburg Utilities in the 2nd Floor Conference Room of the Charlotte-Mecklenburg Utilities Administrative Offices. 5100 Brookshire Boulevard, Charlotte, North Carolina 28216 on 8/2/2005 at 2:00 p.m. and then publicly opened and read. A pre-bid conference is scheduled for 2:00 p.m. on 7/19/2005 in the training room at McAlpine Creek Waste Water Management Facility. Administration Building, 12701 Lancaster Hwy., Charlotte, North Carolina. 28216. Attendance at the pre-bid conference is not mandatory, but is strongly encouraged for all Bidders. Bids must be on forms furnished by the City and marked “McAlpine Creek WWTP HVAC & Flood Protection Improvements.” The work includes the furnishing of all labor, materials, and equipment to replace HVAC system and provide flood protection for equipment at the Screening and Grit Facility. Applicable bid forms, specifications and/or plans for this Invitation To Bid may be obtained at HDR Engineering. Inc. of the Carolinas; 128 S. Tryon St.. Charlotte. North Carolina 28201, for $25.00 (nonrefundable). 5% deposits must accompany bids. North Carolina laws and regulations apply. The City complies with the Americans With Disabilities Act and will provide contract materials in alternate format upon request. Reasonable accommodations and auxiliary aids will also be provided upon request. The City provides equal opportunity and encourages small business participation in contracts. The Small Business Opportunity Program (SBOP) Goal for this project has been set at 3%. For questions concerning SBOP participation on this project, call Contracts Administration at 704- 391-5104. To obtain copies of the SBOP policy, call 704-336-4138 or visit their website at hitp://smallbiz.charmeck.org. The right is reserved to reject any or all bids. INVITATlbN TO BID FN Thompson-CM @ Risk, Charlotte, NC, is accepting bids from pre qualified subcontractors for Westmoreland Elementary School for the following packages: , Drywall & Acoustical Hard Tile Floor Coverings (VCT & Carpet) Wood Flooring Painting Decorative Railings & Gates Overhead Doors/Loading Dock Equipment Interior Architectural Woodwork/Finish Carpentry Stage Curtains Gymnasium Equipment Blinds . Toilet Partitions/Toilet Accessories/ Miscellaneous Specialties Signage Walkway Covers Operable Panel Partitions Fire Alarm Telecommunications/Data/Cable Final Clean Sealed bids will be accepted from Pre-Qualified Subcontractors on July 19, 2005 at 2:00PM at Charlotte-Mecklenburg Schools, 3301 Stafford Drive, Charlotte. NC 28208. Plea.se arrive 15 minutes early for sign-in process. Pre-Bid is scheduled for July 5, 2005 at 2;00PM at Charlotte-Mecklenburg Schools, 3301 Stafford Drive, Charlotte, NC 28208. Please arrive 15 minutes early for sign-in process. Plans as produced by Cort Architecture labeled “Final Construction Documents”, Volume 1 Specifications as produced by FN Thompson labeled “Front End Specifications, Scopes of Work-and Bid Forms”, and Volume 2 and 3 Technical Specifications as produced by Cort Architecture are available through Sharpe Images. You can go online through PlanLink at www.sharpeimages.com or call them at 704-525-7087. Plans will also be will be available for inspection during normal business hours at FN Thompson (Charlotte Office). AGC - Charlotte, FW Dodge - Charlotte and Minority Contractors Association - Charlotte. If you have not been pre-qualified, please contact Karla Hyde at khyde@fnthompson.com or 704-523-0515 for a pre-qualification form. If you have any questions please contact Ron Wagoner at 704-523-0515 or rwagoner@fnthompson.com. BIDS Notice to Bidders Sealed Bids will be received under a Single Prime contract for Fire Station #37. Project Number 512-04-051 until 3:(M) pm on 28. July 2(X)5 in the Engineering and Properly Management 12ih Floor Conference Room 1203, Charlotte-Mecklenburg Government Center (CMGC). 600 E. Fourth Street, Charlotte. North Carolina 28202-2844. at which time all bids will be publicly opened and read aloud. The scope of work includes but is not limited to the construction of a new one-story 11.157 square foot fire station consisting of three bays, sleeping quarters, a kitchen/dining area, offices and other storage and support spaces located on the new site on 13828 York Road. Charlotte, North Carolina. The new building includes fuel dispensing and other special systems. The site work includes clearing and grading, paving, fencing, landscaping, utility systems and other associated work. An open pre-bid meeting is scheduled for 12 July 2005 at 1:(K) pm in the CMGC Conference Room 1203 for prospective bidders to present questions and familiarize themselves with the project. At this time the Owner will also review preferred brand alternates and their performance standards for approval on this project. In accordance with General Statute GS-I33-3, 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 GS 133-3. the following items are being considered by the Owner for this project; stainless steel casework. Justification of any approvals will be made available to the public in writing no later than 7 days prior to bid date. Copies of the Bidding Documents may be obtained from the 14th Floor receptionist by paying $50.00 9 non-refundable) to the City of Charlotte Engineering and Property Management. CMGC, 6(X) e. Fourth Street, Charlotte, NC 28202-2844. Bidders must have proper licenses under the state laws governing their respective trades at the time of the bid submittal. The City of Charlotte reserves the right to reject any or all bids and to waive informality. The estimated cost for this project is $2,219,780. For more information contact Susana Vang, at 704 353-0994. Advertisements For Bids ■ Sealed Propo.sals will be received until 2:30 pm on July 28, 2005 in the Charlotte-Mecklenburg Government Center. 12th floor, Room #1203, for Statesville Avenue Streetscape. Project No. 512-02-036, at which time and place bids will be opened and read aloud. This project will construct sidewalk planting strips, pedestrian refuge medians, curb & gutter, resurfacing. Landscaping and related construction along Statesville Avenue. Plan and Specification charge is $50.00/ Non-refundable and can be obtained after June 29, 2005 from: City of Charlotte Engineering and Property Management Department, 14th Floor Receptionist, 600 E. Fourth St., Charlotte, NC 28202-2844. The City of Charlotte reserves the right to reject any and all proposals. The City of Charlotte's estimated cost of construction is $ 1,100.0(X). For more project information, call Dee Hoover. 704-336-3634. Advertisements For Bids Sealed Proposals wijl be received until 2:30 pm on July 28, 2005 in the Charlotte-Mecklenburg Government Center, 12th floor. Room #1203, for the South Corridor Infrastructure Program Package “D”. Project No. 512- (M-018, at which time and place bids will be opened and read aloud. This package consists of four projects of the South Corridor Infrastructure Program and will construct Sidewalk, sidewalk infill, intersection improvements and related construction along the subject corridor. Plan and Specification charge is $l(M).00/ Non-refundable and can be obtained after Wednesday June 29, 2(X)5 from: City of CharlO|tte Engineering and Property Management Department. 14th Floor Receptionist, 600 E. Fourth St., Charlotte, NC 28202-2844. The City of Charlotte reserves the right to reject any and all proposals. The City of Charlotte’s estimated cost of construction is $ 1,43(),0(X). For more project information, call Dee Hoover, 704-336-3634. Notice to Minority and Women Contractors: Re: West Iredell Convenience Site for the County of Iredell Bid Date: Thursday July 7. 2(X)5 @ 2:00 PM Architect/ Engineer: Municipal Engineering Services Co., PA, PO Box 97, Garner, NC Hickory Construction wants bids for all divisions of work. Plans and specifications are available for inspection at the following locations; Hickory Construction Company Plan Room: 1728 9th Ave. NW. Hickory, NC 28601. County of Iredell: 200 S. Center Street, Statesville, NC 28677 Architect/ Engineers Office: PO Box 97, Gamer. NC / 919-772-5393 Associated General Contractors (AGC) Plan Rooms: Raleigh, Charlotte, and Triad. NC Reed Construction Data; Norcross. GA Send bids to Hickory Construction Company, P.O. Box 1769, Hickory, NC 28603 or Fax 828-322-5138. Contact person at Hickory Construction: Curt Eckard Wl)e CJiarlotte www.thecharlottepost.com NEWS YOU CAN USE! NEWS YOU CAN TRUST! NEWS ABOUT YOU !