Health Science Campus Roof Replacements BP-2

Agency: University of Louisville
State: Kentucky
Type of Government: State & Local
NAICS Category:
  • 238160 - Roofing Contractors
Posted Date: Apr 23, 2024
Due Date: May 7, 2024
Solicitation No: IB-035-24
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page

Bid Detail: Health Science Campus Roof Replacements BP-2

Bid Number:
IB-035-24

Issue Date: 4/12/2024

Closing Date and Time: 5/7/2024 @ 2:00 PM EST

Contact:
Evan Riddell
Contract Administrator
University of Louisville
Email: evan.riddell@louisville.edu

RELATED DOCUMENTS

Bid Document

Addendum 1





Attachment Preview

Invitation to Bid
INVITATION TO BID:
DATE ISSUED:
TITLE:
CONTRACT ADMINISTRATOR NAME:
EMAIL CONTACT:
METHOD OF AWARD:
IB-035-24
April 12th, 2024
Health Science Campus Roof Replacements BP-2
Evan Riddell
evan.riddell@louisville.edu
Best Value Sealed Bid
The University of Louisville’s Department of Procurement Services will receive sealed Bids at the address listed
herein until the time and date shown below.
RETURN ADDRESS:
Deliver By U.S. Mail:
Department of Procurement Services
University of Louisville
Louisville, KY 40292
Delivery by Courier or Overnight Carrier:
University of Louisville
Department of Procurement Services
2215 S. Brook Street
Louisville, KY 40208
BIDS MUST BE RECEIVED NO LATER THAN: May 7th, 2024, by 2:00PM, EST.
1. Bids will be opened and read publicly within specified times unless otherwise stated within this bid document.
AUTHENTICATION OF BID AND STATEMENT OF NON-COLLUSION AND NON-CONFLICT OF INTEREST
I hereby swear (or affirm) under the penalty for false swearing as provided by KRS 523.040:
1. That I am the bidder (if the bidder is an individual), a partner in the bidder (if the bidder is a partnership), or an officer or employee of the bidding corporation
having authority to sign on its behalf (if the bidder is a corporation):
2. That the attached Invitation to Bid(s) has been arrived at by the bidder independently and have been submitted without collusion with, and without any
agreement, understanding or planned common course of action with, any other vendor of materials, supplies, equipment or services described in the Invitation
to Bid, designed to limit independent bidding or competition:
3. That the contents of the bid or bids have not been communicated by the bidder or its employees or agents to any persons not an employee or agent of the bidder
or its surety; on any bond furnished with the bid or bids and will not be communicated to any such person prior to the official bid or bids:
4. That the bidder is legally entitled to enter into the contracts with the Commonwealth of Kentucky and is not in violation of any prohibited conflict of interest,
including those prohibited by the provision of KRS 45A.325, 45A.330 to 45A.340, 45A.990 and 164.821(7).
5. Bidder and its affiliates are duly registered with the Kentucky Department of Revenue to collect and remit the sales and use tax imposed by KRS Chapter 139
to the extent required by Kentucky law: and will remain registered for the duration of any contract awarded. Furthermore, Bidder is not delinquent on any state
taxes or fees owed to the Commonwealth of Kentucky and will remain in good standing for the duration of any contract awarded.
6. That I have fully informed myself regarding the accuracy of the statements made above.
NOTICE
1. Any agreement of collusion among bidders or prospective bidders which restrains, tends to restrain, or is reasonably calculated to restrain competition by
agreement to bid at a fixed price, or to refrain from bidding, or otherwise, is prohibited.
2. Any firm/person who violates any provisions of Kentucky Revised Statue 45A.325 shall be guilty of a felony and shall be punished by a fine not less than five
thousand dollars ($5,000) not more than ten thousand dollars ($10,000) or be imprisoned not less than one year nor more than five years, or both such fine and
imprisonment.
Name of Company:
Date:
Address:
City:
Payment Terms:
Shipping Terms:
FOB Destination, Freight Prepaid
and Added to Invoice
Federal Employer ID:
Phone:
State:
Zip:
This offer is valid for ________________
calendar days from the date this bid is
received
Print Name:
Fax:
E-Mail Address:
Web Address:
Signature:
VENDOR IS TO COMPLETE THIS COVER SHEET AND SUBMIT WITH BID IN ITS ENTIRETY
Revised 04/01/2020
Bid Number _IB-035-24
NO BID RESPONSE FORM
Please be advised that our company does not wish to submit a bid in response to the above-captioned bid for the
following reason(s):
Too busy at this time
Not engaged in this type of work
Project is too large or small
Cannot meet mandatory specifications (Please specify below)
Other (Please specify)
Company Name
Street Address
City, State, Zip
Name
Authorized Signature and Date
Title
Please return to:
University of Louisville
Department of Procurement Services or email: evan.riddell@louisville.edu
Service Complex Building
Louisville, KY 40292
Health Science Campus
Roof Replacements BP-2
IB-035-24
OVERVIEW
The University of Louisville Procurement Services, on behalf of the Physical Plant Department (PPD) is seeking a
qualified roofing contractor to remove and replace the roof on the School of Medicine, buildings 55A and 55B, located
on the Health Science Campus. Contractors are to bid per drawings and specifications (Exhibit A, B, C, D, and E).
Prior to construction, the awarded contractor shall be responsible for having an Asbestos Survey completed. If the
asbestos survey indicates that areas of the roof contain asbestos the contractor shall work with a qualified Asbestos
Abatement Contractor to remove asbestos. This bid package is the Second of three bid packages that will be issued by
the University for roof replacements. The contractor is responsible for providing all labor, materials, and supervision to
complete the project as specified in these bid documents.
This is not a federally funded project and prevailing wages are not required.
EXHIBIT DOCUMENTS
1. Combined HSC School of Medicine Tower (55A) Health Sciences Building (55B) 100% CD, Exhibit A.
2. Combined Health Science Campus Roofing Replacement Front End Specifications, Exhibit B.
3. Combined Health Science Campus Roofing Replacement Technical Specifications, Exhibit C.
4. Tree Protection Specifications for all Construction Projects at the University of Louisville, Exhibit D.
5. Turf Construction Requirements, Exhibit E.
Exhibits can be found at the following link:
https://louisville.box.com/s/qqfhupyevndtigxi6wzpwjujzijn2cty
SAFETY AND COORDINATION HEALTH SCIENCE CAMPUS
To ensure the safety and reliability of our facilities, Contractors shall agree to follow these guidelines before awarding
work.
Prior to work starting, the Contractor shall provide the Physical Plant Department (PPD) with a project plan
which includes:
o Contractor and subcontractor names and contact information
o Submittals including product lead times, data sheets, and point-to-point wiring diagrams
o Proposed project schedule with a start, key milestones, and completion dates
o Material submittals and lead items
o Permits and inspections
o Certificates of insurance
Normal work hours are Monday through Friday, 7:30 a.m. to 4:00 p.m.
55A Freight Elevator for material can be accessed from 10 PM-6 AM.
55B, use of crane along Muhammad Ali for all materials.
55B, provide a stair tower along Muhammad Ali for crews to use. Contractors will not be permitted to enter the
building.
There is absolutely no parking allowed along the Abraham Flexner Corridor between Floyd and Preston, this is
strictly enforced. Most contractors park on neighboring public streets. This means no unattended vehicles, even
if loading or unloading. The RRC loading dock will be available to the Contractor so long as they do not block
the adjacent loading docks, handicap ramp, or pedestrian walkways. Flashers must be on for loading and
unloading and not exceed 20 minutes.
All Contractors are required to check in with HSC Work Control daily. This includes providing a cell phone
number to immediately contact the on-site supervisor in case of emergency or stop work orders due to
disruptions. If any project-related incident occurs which may impact occupants, the Contactor must immediately
contact Work Control 502-852-5695.
Keys/access cards may be checked out by Contractors from the Work Control office. Keys/cards may be kept
overnight or over the weekend but must be returned to the Work Control office the following business day.
Contractors wanting keys for multiple days must still check in daily at the Work Control office and show their
keys. Contractors may not “drop off” at a location or leave keys unattended. If Work Control office is closed,
keys may be returned to a PPD person accepting responsibility for them. Access cards will be disabled if
guidelines are not followed.
Contractors shall review and follow University parking rules and regulations.
Work shall be planned in advance and conducted to minimize disruption to the building occupants.
There are to be no unplanned outages. Any work related to fire/smoke alarms, security systems, plumbing,
HVAC, electrical, etc. must be coordinated with PPD well in advance.
This project is located in an occupied facility. Contractors must take every precaution to minimize noise, dust,
odors or other disturbances. Noise or vibration generating activities such as hammer drilling, circular saws,
concrete cutting, core drilling, nailers, ductwork hammering, grinding, setting anchors, etc. are to be scheduled
in advance.
Good housekeeping must be always maintained, ensure everything is clean, organized, safe, and put away.
Work areas must be cleaned though out the day as needed and at the end of each work shift. This includes
removal of trash, food waste, and construction/demolition debris.
There will be many people coming and going around the site. Special care must be taken that no equipment,
materials or other safety hazards are left unattended even for a moment. Also, great care must be taken when
moving material, tools or equipment into the site to safeguard pedestrians.
Personal Protective Equipment (PPE) Requirements: Hard hats, safety shoes, and safety glasses are required at
all times while on the job site and other PPE such as gloves and safety vests as required for the work being
performed.
OSHA Lockout/Tagout standard shall be followed to ensure the machine, equipment, or system is turned off
(de-energized) before work is performed.
UofL PPD Hot Work procedures will be followed when working on any energized system. Contractors must
coordinate any Hot Work (welding, soldering, brazing, grinding, or cutting) with PPD in advance and provide a
dedicated competent, and provisioned Fire Watcher for the duration of the work. Before cutting or welding is
permitted, the area shall be inspected by the individual responsible for authorizing cutting and welding
operations. A Fire Watch shall be maintained for at least one hour after completion of welding or cutting
operations to detect and extinguish possible smoldering fires.
UL is a tobacco-free campus.
REQUIRED DOCUMENTS
Completed front page of this document (Statement of Non-Collusion)
Form of Proposal
Itemized Bid Breakdown (for each specification division – this can be provided within 48hrs after bid
opening)
Bidder Qualification Form
Bid Bond
AWARD CRITERIA
Price is the main consideration; however, the University will also consider the contractor who offers the best value
when determining who will be awarded the contract using the following criteria:
Contractor Experience – provide at least 3 similar projects
The contractor’s safety record will be considered before any award is made
Experience Modification Rating (EMR) – a rating above one (1) may be cause for rejection of the bid
Past Performance – the contractors past performance with similar projects at the University or with other
customers may be considered before any award is made
Warranty – 20-year NDL warranty covering materials and craftsmanship
*The University may reject any bid submission that does not meet all the requirements as set forth in these bid
documents*
BID TIMELINE
IB Issued – April 12th, 2024
Pre-Bid Conference – April 18th, 2024, at 10:30AM, EST.
Questions Due – April 25th, 2024, by 2:00PM, EST.
Due Date/Bid Opening – May 7th, 2024, by 2:00PM, EST.
PROJECT TIMELINE
Project Start: Upon execution of a contract, the contractor, in cooperation with the Owner shall begin
preparations for work on-site. Work may begin upon receiving written notice to proceed by the University
Substantial Completion: September 1st, 2024
Final Completion: September 10th, 2024
INSTRUCTIONS TO BIDDERS
PREPARATION OF BID
Each Bidder shall furnish the information required by the solicitation. The Bidder shall sign the solicitation, print or
type their Name, Firm, Address, Telephone Number and Date. Erasures or other changes must be initialed by the
person signing the offer.
In the interest of supporting the University of Louisville’s initiative to reduce waste and extraneous use of natural
resources, the University is requesting the following:
All bids should be submitted on two-sided recycled paper containing 30% post-consumer waste where possible.
Bidders should refrain from using excessive and unnecessary packaging when shipping or mailing their
responses.
Bidders should refrain from using binders where possible, especially for the copies being requested.
Bidders should present peripheral information (i.e. company & product brochures) on Flash-Drive.
Bidders should refrain from stapling bid documents; however, paperclips are permitted.
AUTHORITY TO CONTRACT
Contractor and the principal signing on its behalf, certifies that it is validly organized with authority to do business and
perform the terms hereunder, is qualified to do business in Kentucky, if applicable, and is not prohibited from entering
into or performing the terms of this agreement for any reason.
MULTIPLE BIDS
Unless otherwise specified, only one price, brand and/or model may be proposed for each item on this Invitation to Bid.
Bidders must determine their single best offering based on the quality specified. Bids not conforming to this
requirement will be rejected.

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

CCK-2617.0-3-24 Ag Research Facility 1 Site Enabling Pre-Bid: 5-7-24 Questions Due: 5-10-24 5-16-24

UNIVERSITY OF KENTUCKY

Bid Due: 5/10/2024

Status Ref# Project Close Date Days Left Action Open Bid 24-41 Bid 24-41

Louisville Water Company

Bid Due: 5/15/2024

Status Ref# Project Department Close Date Days Left Action Open RFP240284 Norton Pool

City of Louisville, Kentucky

Bid Due: 5/17/2024

Status Ref# Project Department Close Date Days Left Action Open IFB240273 River Road

City of Louisville, Kentucky

Bid Due: 5/20/2024