|
Contact:
|
Mike Romot
|
PreBid Date:
|
03/16/2021
02:00 PM
|
PreBid Info:
|
A non-mandatory pre-bid meeting will be held for all interested bidders via a Zoom video conference hosted by UNC
Charlotte. The meeting will address project specific questions, issues, bidding
procedures, and bid forms. Interested bidders are encouraged to visit the site but will
need to be scheduled as it is under construction and not easily accessible. After the
scheduled pre-bid meeting on March 16 at 3:30pm, a tour of the areas will be
provided to gain familiarity with the site and formulate any questions. All questions
will be need to be submitted for record and will be responded to in bid addenda.
https://clarknexsen.zoom.us/j/94472984090
Phone: +1 312 626 6799
+1 929 436 2866
Meeting ID: 944 7298 4090
The meeting is also to identify preferred brand alternates and their
|
|
Company:
|
Clark Nexsen
|
Bid Date:
|
04/06/2021
02:00 PM
|
Bid Info:
|
Sealed proposals will be received by the University of North Carolina at Charlotte in
Charlotte, NC.
Bids will be publicly opened and read at 2:30 pm in Room 123A of the Facilities
Operations & Parking Services building (#92 on the campus map –
http://facilities.uncc.edu/maps) located at 9643 Poplar Lane, Charlotte, NC 28223
It is the bidder’s responsibility to ensure that the bid arrives before the bid closing time
of 2:00 p.m.
Bidders who are interested in observing the bid opening via video conference can go to:
https://clarknexsen.zoom.us/j/96493570100
Meeting ID: 964 9357 0100
Phone: +1 312 626 6799
+1 929 436 2866
Access to the video conference will begin at 2:00 p.m. and it is the responsibility of the
bidder to access the video conference. In-person attendance at bid opening will be
limited to one (1) Contractor firm representative. Masks are required for anyone visiting
the UNC Charlotte campus.
|
|
Project Location:
|
Charlotte, NC
|
|
|
|
|
|
Public Notes:
|
For information regarding this Invitation to Bid, contact as follow:
Mike Romot AIA, LEED AP BD+C
Department Head - Architectural
Clark Nexsen
1111 Metropolitan Ave,
Suite 333,
Charlotte, NC 28204
Phone: 704.377.8800
Email: mromot@clarknexsen.com
Bids will be received for General Contractors only. All proposals shall be lump sum.
NOTE: BID SUBMITTAL PROCEDURES DURING COVID-19 CRISIS
All hand delivered bids shall be dropped in the white Drop Box located next to the
Motor Fleet parking spaces (https://goo.gl/maps/KGphwNRyaFCBFXtj8) in Lot 25
(second left entrance on Poplar Lane) in front of the Facilities Operations & Parking
Services building (#92 on the campus map – http://facilities.uncc.edu/maps).
Envelope should be marked “sealed bid included” and addressed as follows:
Attn: Ms. Kathy Fisher,
Science Building – Café Upfit,
SCO ID# 19-21440-01A.
Bidders shall sign across the sealed flap on the envelope to ensure no tampering
prior to the bid opening. Bids without a signature across the sealed flap will not
be opened.
Bidders may also submit bids via USPS/UPS/FEDEX to the following:
Attn: Ms. Kathy Fisher
Facilities Operations
The University of North Carolina at Charlotte
9201 University City Boulevard
Charlotte, NC 28223-0001
(704) 687-0596
Bidders shall sign across the sealed flap on the envelope to ensure no tampering
prior to the bid opening. Bids without a signature across the sealed flap will not
be opened.
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:
A. Alternate No. 1: Bid Alternate, Owner Preferred Materials List (Category 6A
UTP cabling).
B. Alternate No. 2: Bid Alternate, Owner Preferred Finish Materials to Match
Existing Building
C. Alternate No. 3. Bid Alternate, Owner Preferred Security Grille
D. Alternate No. 4: Bid Alternate, Vendor Specific Lighting
E. Alternate No. 5: Bid Alternate, Owner Preferred Food Service Equipment
F. Alternate No. 6: Bid Alternate Owner Preferred Door Hardware to Match Existing
Building
G. Alternate No. 7: Bid Alternate, Owner Preferred Add Walk-In Cooler/Freezer
Flooring
H. Alternate No. 8: Bid Alternate, Division 27 Scope of Work by GC.
Justification of any approvals will be made available to the public in writing no later than
seven (7) days prior to 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 with Unlimited license 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.
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 sixty (60) days.
The owner reserves the right to reject any or all bids and to waive informalities.
|
|
Job Purchase Information:
|
Bid Closed
A copy of Final Bid Tabulation can be viewed by clicking HERE
|
|
Addenda
|
|
|
|