Learning Resource Center First Floor Renovation 444 Western Boulevard Jacksonville, NC  28546 SCO#:  23-26060-01A

ADVERTISEMENT FOR BIDS

Learning Resource Center
First Floor Renovation
444 Western Boulevard
Jacksonville, NC  28546
SCO#:  23-26060-01A

Sealed proposals will be received by Coastal Carolina Community College in the 2nd Floor Conference Room (Room 207) of the Institutional Support Services Building at 444 Western Boulevard, Jacksonville, NC 28546, on Tuesday, January 14, 2025, at 10:00 am and immediately thereafter publicly opened and read for construction of Learning Resource Center First Floor Renovation.

A mandatory pre-bid conference will be held Tuesday, December 17, 2024, at 10:00 am. in the 2nd Floor Conference Room (Room 207) of the Institutional Support Services Building at 444 Western Boulevard, Jacksonville, NC 28546.

Project Scope and Owner Preferred Brand Alternates will also be addressed at this prebid conference.  In accordance with GS 133-3 the following items are being considered by the owner for this project:

Project Scope Alternates:

Alternate #1:
State amount to be added to the base bid to provide all labor and material to provide Covered Canopy 140. Alternate to include all architectural, structural, plumbing, mechanical and electrical work involved in construction of Covered Canopy 140 as shown on A2.0 and A3.0. Base bid to include doors 134B and sidewalks as shown on A2.1. Base bid to include infiltration trenches as delineated on civil drawings.

Alternate #2:
State the amount to be added to the base bid to provide labor and material for the complete installation of a standby power system including new natural gas fueled engine-generator set, automatic transfer switch and associated conductors, conduit and equipment as shown on electrical and plumbing drawings in the construction documents.

Alternate #3:
State the amount to be added to the base bid to provide labor and material for precast terrazzo treads and risers and precast terrazzo tiles as delineated at the central stair on drawing sheet A5.0 and in specific section 096623 Resinous Matrix Terrazzo Flooring. Work to include removal of metal nosing at existing stair treads. Base bid shall include sheet carpeting at central stair as specified.

Owner Preferred Brand Alternates:

Alternate #4:
State the amount to be added to the base bid to provide the basis of design door hardware as specified in section 087100:

Hinges and Butts:
McKinney: TB2714/TB2314/T4B3786/T4B3386

Continuous Hinges:
Ives: 224HD

Cylinders and Keying:
Corbin Russwin

Mortise Locks:
Corbin Russwin ML2000 x LWA

Cylindrical Locks:
Corbin Russwin CL3300 Series

Door Closers:
LCN 4040XP/4040XP

Exit Devices:
Von Duprin 99 Series

Alternate #5:
State the amount to be added to the base bid to provide Sliding Automatic Entrances by Stanley Automatic Sliding Doors as specified in Section 084232.

Alternate #6:
State the amount to be added to the base bid to provide fire alarm systems and devices by Notifier as specified in section 283111.

Alternate #7:
State the amount to be added to the base bid to provide Schneider Electric DDC system as specified in section 230923 DIRECT DIGITAL CONTROL SYSTEM FOR HVAC, drawing M7.1, and drawing M7.2.

Alternate #8:
State the amount to be added to the base bid to provide telecommunication structured cabling systems and devices by Amp Netconnect as specified in section 271500.

Alternate #9:
State the amount to be added to the base bid to provide the basis of design plumbing fixtures as scheduled on drawing P0.2:

  1. WC-1 ADA Water Closet: American Standard 3043.001.020, Sloan 111-1.28-DFB, Bemis Manufacturing Co. 1955SSCT.
  2. WC-2 Water Closet: American Standard 2234.001.020, Sloan 113-1.28-DFB-Z, Bemis Manufacturing Co. 1955SSCT.
  3. UR-1 Urinal: American Standard 6590001.020, Sloan 186-0.125-DBP, Zurn Z1221-UNIV.
  4. LAV-1 ADA Lavatory: American Standard 0497.221.020, Moen 8894, Jones Stephens D70100.
  5. SK-1 2-Compartment Sink: Elkay LR33223, Moen 8701, Elkay LK35.
  6. FD-1 Floor Drain: Sioux Chief 832-4PNR.
  7. HB-1 Hose Bibb: Woodford 24P.
  8. OB-1 Ice Maker Box: Sioux Chief 696-G1010XF.

Alternate #10:
State the amount to be added to the base bid to provide Trane EXHG Ground-coupled heat pumps as scheduled on drawing M6.1.

Alternate #11:
State the amount to be added to the base bid to provide elevator modernization to the main elevator in the Learning Resource Center Building (TKE Serial # US155244) by TKE as specified in section 142400.5 Hydraulic Elevator Modernization.

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 and specifications for this project can be obtained exclusively by contacting Bowman Murray Hemingway Architects, 514 Market Street, Wilmington, NC  28401, (910) 762-2621 or [email protected] during normal office hours.

Plan Deposit is $100.00.
Electronic copies of plans and specifications will be distributed in PDF format at no cost.

The owner reserves the unqualified right to reject any and all proposals.

Coastal Carolina Community College
444 Western Boulevard
Jacksonville, NC  28546