Mental Health Center of North Central Alabama Inc - Logo
Administrative Office: 256-355-6105
Schedule An Appointment: 256-355-5904 | 800-365-6008
Five Locations in Alabama Covering Morgan, Limestone, and Lawrence Counties
Mental Health Center of North Central Alabama Inc Logo
Meeting the mental health needs of North Central Alabama since 1967
Five Locations in Alabama Covering Morgan, Limestone, and Lawrence Counties
Administrative Office: 256-355-6105
Schedule An Appointment: 256-355-5904 | 800-365-6008

INVITATION TO BIDDERS
BID NOTICE #CRU2025-02

CRU 2025-02 Drawings and Other Technical Information

Mental Health Center of North Central Alabama, Inc. (MHCNCA) is seeking sealed bids from qualified vendors for the supply and installation of a CCTV camera system and integrated access control software/ hardware for its CRISIS RESIDENTIAL UNIT (CRU) currently under construction at 4202 Highway 31 South, Decatur, AL 35603.

 

Scope of Work Includes: Installation of high-definition CCTV cameras with 24/7 recording capabilities; Access control hardware including card readers, electronic door locks, control panels, and the like; Integration of the CCTV system with the access control system for enhanced security; Secure, HIPAA-compliant video storage and remote monitoring access; Training for staff on the use of the installed systems; Ongoing maintenance and technical support; System to be installed must have the ability for existing access control and CCTV systems at other owner sites to be able to migrate -  Current access control systems employed by MHCNCA uses Kantech software.

 

Detailed drawings, facility specifications, and further submission details are available: https://drive.google.com/file/d/1BWYH-MNWJyPcy2FMG0g6eejvuOB_x82V/view?usp=sharing.

 

Sealed bids must be delivered to MHCNCA, by 2:00pm Monday, March 24, 2025 (bid closing time) at 1316 Somerville Road, SE, Suite 1, Decatur, AL 35601, second floor reception. Sealed bids must be clearly marked "CRU CCTV & Access Control Bid #CRU2025-02” and addressed to: William Giguere, Construction Project Manager.

 

All proposals must be mailed or otherwise delivered in time to be received on or before the Scheduled Closing Time on the Proposal Due Date. It will not be sufficient to show that a proposal package was postmarked or placed in a delivery system by the proposal due date.

 

Bids received will be publicly opened and read on Monday, March 24, 2025 at 3:00pm at the following location: 1316 Somerville Road, SE, Suite 1, Decatur, AL 35601, second floor.

 

Bid winner will not be made at the time of bid opening. Bid winner will be selected by later than Thursday, March 27th by close of business. Bid winner and other interested parties will be notified by Friday, March 28th by 2:00pm.

 

Questions can be submitted prior to the optional Bidder’s Meeting on 3/06/2025. However, no answers will be provided and/or circulated prior to that date. Additional questions may be submitted after the Bidder’s Meeting. All questions pertaining to the notice must be submitted by 4:00 pm on 3/13/2025. All questions will be address by close-of-business on 3/17/2025.

 

Questions should be submitted via email to: William Giguere, Construction Project Manager (CPM)at: BGiguere@mhcnca.org. It is the bidder’s responsibility to verify that email communications are received. CPM can also be reached at (256) 874-5297.

 

Questions will be answered within two (2) business days via email with a return reply acknowledging receipt of the email. Questions and answers will be shared with all qualified Bidder’s. Verbal communications will be allowed but will not be binding.

 

A pre-bid meeting will be held on Thursday, March 6, 2025 beginning at 9:00am until 10:00am. Meeting will be held at Somerville Place, 1316 Somerville Road, SE, Decatur, AL 35611 on the second floor. Attendance is recommended but is not required to submit a proposal.

 

Mental Health Center of North Central Alabama, Inc. reserves the right to reject any or all bids, waive irregularities, and select the bid deemed most favorable to the interests of the owner.

 

 

 ADDITIONAL INFORMATION FOR SUCCESSFUL BID SUBMISSIONS FOR BID #cru 2025-02

 

1.      General:  

a.      CURRENT PROJECT TEAM: (1) Chapman Sisson Architects, Inc., 305 Church Street, SW, Suite 805, Huntsville, AL 35801; (2) Limestone Building Group (General Contractor), 407 Chestnut Street, NW, Hartselle, AL 35640.

b.     Companies submitting an RFP should describe how they will approach this project and provide an estimated time line.

c.     Winning bidder will have to coordinate schedule and supervision with GC (Limestone Building Group) unless otherwise determined by owner prior to the start of work.

d.     A project manager and their contact information will be provided. Project Manager will provide reports on progress, delays and other vital information to the GC and/ or Owner during the execution of the project.

 

2.     Required in the bid packet:

a.      Copy of license.

b.     Proof of insurance coverage.

c.     Statement of how work will be provided and similar type work.

d.     All documents scanned to .pdf format and included on a flash drive.

 

Performance Bond/ Payment Bond: Successful bidder will be required to provide a performance bond equal to 100% of the contract price before commencing the work. Additionally, a payment bond must be executed in an amount not less than 50% of the contract price.

 

3.     About the Mental Health Center of North Central Alabama, Inc. (MHCNCA) Crisis Residential Unit (CRU):

a.      MHCNCA is currently in the process of constructing a 16 bed, 12,000ft2 secured facility that will address urgent psychiatric treatment needs of persons experiencing a mental health crisis. This CRU will reduce the hardships on families in ADMH Region I, local governments, regional CRU’s, hospitals, law enforcement, county governments and other 310 boards. 

 

4.     Removal and Disposal of Trash:

a.      The contractor will be responsible for the removal and disposal of all trash and other designated items specific to the work being performed as directed by the owner and/ or GC.

 

5.     References:

a.      Upon request, firms submitting an RFP shall provide the name, telephone number and contact information for three references involving jobs as large as or larger than the statement of work described in this RFP. All submissions must include a copy of contractor’s license and proof of insurance coverage.

 

6.     Permits and Licenses:

a.      Contractor shall obtain all permits and licenses as necessary and will pay all fees as required for execution of the work. As required, Contractor will arrange for inspections by Decatur City authorities, and others if required and submit certificates of approval to GC and/ or Owner. Contractor must have a license to do business in the City of Decatur.

 

7.     Applicable Codes:

a.      All work to be performed as part of this specification shall comply with codes, ordinances and regulations applicable to the contract.

 

8.     Responsibility:  

a.      Contractor will be responsible for all material, parts, labor, supervision and scheduling of work to be performed. In coordination with the owner, Contractor shall be responsible for scheduling of all the trades to maximize work flow.

 

9.     Tax-Free Purchase of Materials:

a.      Owner is a 501(c)(3) nonprofit organization and as such is exempt from state and federal sales tax. All supplies purchased by Contractor will be purchased using the Owner’s tax-exempt information. All invoices for purchases will reflect tax exempt purchases. Owner will supply Contractor with necessary tax-exempt information for purchases.

 

10. Utilities:

a.      Utilities will be paid by owner.

 

11.  Third-Party Testing or Inspections:

a.      Contractor is responsible for any third-party testing and any required inspections.

 

12. Contractor Access:

a.      Contractor will coordinate with GC (Limestone Building Group) for access to the building and designated parking.

 

13. Award of Contract and Indemnity:

a.      A Selection Committee will review and rate all proposals and may determine an interview list of the firms whose proposals are the highest rated based on qualifications and information provided. If a contract is awarded the successful proposer will be required to indemnify, defend and hold the Owner harmless from and against all claims, loss, liability, cost and expenses, including attorney’s fees, howsoever arising or incurred, alleging damage to property or injury to, or death of, any person, arising out of, or attributable, to the Contractor’s performance of the contract awarded.

 

14.  Warranty:

a.      Contractor shall warrant labor, parts and materials for a minimum of two years.


Questions should be submitted via email to: William Giguere, Construction Project Manager (CPM)at: BGiguere@mhcnca.org. It is the bidder’s responsibility to verify that email communications are received. CPM can also be reached at (256) 874-5297.

Share by: