University of North Carolina at Chapel Hill, Bingham Hall Comprehensive Renovation

by 01/31/2024

N O T I C E   TO   B I D D E R S

Sealed proposals will be received by The University of North Carolina at Chapel Hill, Department of Facilities Planning & Design in the Giles Horney Building, 103 Airport Drive, Chapel Hill, NC, 27599, up to 9:00 am on February 6, 2024, for the furnishing of labor, material, and equipment entering into the construction of:

BINGHAM HALL COMPREHENSIVE RENOVATION

Interior and exterior renovation of Bingham Hall.  Site scope of work includes selective demolition, domestic water and fire line services with backflow devices, sanitary sewer service connection, fine grading, concrete, pavers, and landscape restoration. Building scope of work includes selective demolition and abatement, masonry repointing and stone repairs, strengthening of existing roof trusses, roof replacement, and interior construction.  Building systems scope of work includes a full replacement of the mechanical, electrical, plumbing, and fire alarm systems.  The fire protection system and infrastructure for low voltage are new to the building.”

Bids will be received for Single Prime General Contract.  All proposals shall be lump sum.

Pre-Bid Meeting

An open pre-bid meeting will be held for all interested bidders on January 16, 2024, at 1:00 pm, in Room 101 of the Facilities Construction Shops Building located at 101 Airport Drive, Chapel Hill, NC.  The meeting will address project specific questions, issues, bidding procedures, and bid forms.

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:

Alternate No. PB-1:  Owner Preferred Hydronic System Water Treatment

Alternate No. PB-2:  Owner Preferred Variable Frequency Drive (VFD) Cables

Alternate No. PB-3:  Owner Preferred Butterfly Valves

Alternate No. PB-4:  Owner Preferred Balancing Valves

Alternate No. PB-5:  Owner Preferred Pressure Reducing Valves

Alternate No. PB-6:  Owner Preferred Mechanical Access Doors

Alternate No. PB-7:  Owner Preferred Drinking Fountains

Alternate No. PB-8:  Owner Preferred Door Hardware

Alternate No. PB-9:  Owner Preferred Tile Carpet

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 available from the Designer:

Lord Aeck Sargent Planning & Design
Julia Sibert
[email protected] .

Documents are also available from the following plan rooms:

Construction Connect – https://projects.constructconnect.com/ .
Dodge –  https://planroom.construction.com/ .
NC IMED – https://theinstitutenc.org/calendar/category/bid-opportunities/ .

A hard copy may be obtained by those qualified as prime bidders, upon deposit of seven hundred dollars ($700) in cash or certified check to Lord Aeck Sargent.  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 Affidavit A.  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, Unlimited License.

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 contractor’s 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:
Lord Aeck Sargent Planning & Design
Attn:  Julia Sibert, RA
1450 Raleigh Rd, Ste 109
Chapel Hill, NC 27517
(919) 913-2672

Owner:
The University of North Carolina at Chapel Hill
Facilities Planning and Design
Attn:  Quade Gallagher, AIA
103 Airport Drive
Chapel Hill, NC 27599
(919) 843-2087

Print Friendly, PDF & Email