Brunswick Community College –Alan Holden Public Safety Center SCO Project Number 22-25751-02A

N O T I C E   TO   B I D D E R S

Sealed proposals will be received by the The Trustees of Brunswick Community College and/or Dr. Gene Smith, President, and/or Mike Ballinger in Bolivia, NC, in the office of Mike Ballinger, Executive Director of Facility Services;  Brunswick Community College, 50 College Rd. NE, Bolivia, NC 28422; Bid opening location to held in Building A – Boardroom A-238  up to 3:00 pm on December 12, 2024, and immediately thereafter publicly opened and read for the furnishing of labor, material, and equipment entering into the construction of :

BRUNSWICK COMMUNITY COLLEGE –
ALAN HOLDEN PUBLIC SAFETY CENTER
SCO PROJECT NUMBER 22-25751-02A

The project consists of site work including infilling of aquiculture ponds, new parking lots, stormwater improvements, utility connections, and landscaping.  Building construction includes a new building of roughly 28,278 sf.  The new building includes a structural steel frame, brick veneer and metal siding, single ply membrane roofing, aluminum storefront, interior gypsum walls, plumbing, mechanical, and electrical systems.

Bids will be received for Contract type – single prime.  All proposals shall be lump sum.

PRE-BID MEETING 

An open pre-bid meeting will be held for all interested bidders on November 19, 2024, at 3:00 P.M. in Building A, 50 College Rd. NE, Bolivia, NC 28422.  The meeting will address project specific questions, issues, bidding procedures, and bid forms.  The site will be made available this day for all contractors and sub-contractors.

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

A.   Corbin Russwin
B.   Norton
C.   Dorma
D.   DDC by Hoffman Building Technologies

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

Complete plans, specifications, and contract documents will be open for inspection in the offices of Mike Ballinger and Sawyer Sherwood & Assoicate, P.C. and online at the Associated General Contractors, Carolinas Branch (www.constructconnect.com ), in the local North Carolina offices of Dodge Data and Analytics/Dodge Construction Network (www.construction.com/solutions/dodge-construction-central/), Construction Maret Data (CMD) ([email protected] , 800-424-3996), in Duncan-Parnell’s planroom (www.duncan-parnell.com/planrooms , 910-341-3005), East Coast Digital Plan Room (www.speedyblue.com/East-Coast-Digital-Planroom-c39065011 , 252-758-1616).

or may be obtained by those qualified as prime bidders, upon deposit of Three Hundred Fifty dollars ($350.00) in cash or certified check.  The full plan deposit will be returned to those bidders provided all documents are returned in good, usable condition within ten (10) days after the bid date.

NOTE:  The bidder shall include with the bid proposal the form Identification of Minority Business Participation identifying the minority business participation it will use on the project and shall include either Affidavit A or Affidavit B as applicable.  Forms and instructions are included within the Proposal Form in the bid documents.  Failure to complete these forms is grounds for rejection of the bid.  (GS143-128.2c Effective 1/1/2002.)

All contractors are hereby notified that they must have proper license as required under the state laws governing their respective trades.

General contractors are notified that Chapter 87, Article 1, General Statutes of North Carolina, will be observed in receiving and awarding general contracts.  General contractors submitting bids on this project must have license classification for Building Contractor.

(set forth the license classification required by the NC General Contractors Licensing Board under G.S. 87‑1

NOTE–SINGLE PRIME CONTRACTS:  Under GS 87-1, a contractor that superintends or manages construction of any building, highway, public utility, grading, structure, or improvement shall be deemed a “general contractor” and shall be so licensed.  Therefore a single prime project that involves other trades will require the single prime contractor to hold a proper General Contractors license.  EXCEPT:  On public buildings being bid single prime, where the total value of the general construction does not exceed 25% of the total construction value, contractors under GS87- Arts 2 and 4 (Plumbing, Mechanical & Electrical) may bid and contract directly with the Owner as the single prime CONTRACTOR and may subcontract to other properly licensed trades.  GS87-1.1- Rules .0210.

Each proposal shall be accompanied by a cash deposit or a certified check drawn on some bank or trust company, insured by the Federal Deposit Insurance Corporation, of an amount equal to not less than five percent (5%) of the proposal, or in lieu thereof a bidder may offer a bid bond of five percent (5%) of the bid executed by a surety company licensed under the laws of North Carolina to execute the contract in accordance with the bid bond.  Said deposit shall be retained by the owner as liquidated damages in event of failure of the successful bidder to execute the contract within ten days after the award or to give satisfactory surety as required by law.

A performance bond and a payment bond will be required for one hundred percent (100%) of the contract price.

Payment will be made based on ninety‑five percent (95%) of monthly estimates and final payment made upon completion and acceptance of work.

No bid may be withdrawn after the scheduled closing time for the receipt of bids for a period of 30 days.

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

Designer:

Sawyer Sherwood & Associate, P.C.
124 Market Street,
Wilmington, NC 28401
910-762-0892
s2a3.com

Owner:

The Trustees of Brunswick
Community College
50 College Road,
Bolivia, NC 28422
910-755-7300

Preferred hardware: 

Alternate No. G-1 – Preferred Hardware:
1.   Base Bid Item: Any manufacturer listed in Specifications 08 7100.
2.  Alternate Item: Cobin Russwin (locksets), Norton (closers), Dorma (locks).

The meeting to discuss the preferred hardware shall take place during the Pre-Bid Meeting.