DMC: Downtown Mobility Center
Status
Bidding Closed
Bid Date | 11/18/21 2:00pm |
Company & Contacts
Location
60 Beale Street, Memphis, TN 38103
Documents
Questions
All Questions shall be directed to Logan Rogers via email or by phone (901-612-2885)
No questions or contact are to be directed to The Downtown Memphis Commission or LRK Inc. for any reason
Bidder Pre-Qualification
The CM/GC will require all bidders to pre-qualify for participation in this project. The prospective bidders are required to submit a Flintco prequalification form, included herein, to the Construction Manager/General Contractor within (10) business days of prior to the bid date. The CM/GC will review each pre-qualification received to determine each prospective bidder’s licensing status, experience with like projects, financial ability to perform the project, ability to provide qualified staffing of project, and their ability to complete the project within the construction schedule.
The completed Flintco prequalification form can be forwarded to the following address via mail or hand delivered 2179 Hillshire Circle, Memphis, TN 38133.
Faxed copies can be sent if an original is received via US Postal Service within the timeframe stated in Section 1.1. Fax copies should be sent to 901.372.8989.
Emailed copies can be sent via Email ATTN: Logan Rogers
Bid Information
Project Schedule: January 2022-April 2023
Individuals or firms wanting to become bidders of record shall contact the CM/GC via e-mail request to Flintco to request access to plans and specifications and are automatically issued subsequent addenda and CM amendments.
Bids are due November 18, 2021, at 2:00 PM (by email, fax, or sealed envelope). Bids must be received by 2:00 PM for consideration.
Bid Packages
The Following Bid Packages are available from Flintco
• Bid Package 02A – Shoring and Underpinning
• Bid Package 03A – Concrete
• Bid Package 04A – Masonry
• Bid Package 05A – Structural and Misc. Steel
• Bid Package 05B – Barrier Cabling
• Bid Package 07A – Waterproofing and Joint Sealants
• Bid Package 07B – Roofing
• Bid Package 07C – Metal Panels
• Bid Package 07D – Composite Panel
• Bid Package 08A – Doors, Frames, Hardware
• Bid Package 08B – Glass and Glazing
• Bid Package 08C – Overhead Doors
• Bid Package 09A – Light gauge Metal Framing
• Bid Package 09B – Tile
• Bid Package 09C – Ceilings
• Bid Package 09D – Resilient Flooring
• Bid Package 09E – Painting
• Bid Package 10A – Specialties
• Bid Package 14A – Elevators
• Bid Package 21A – Fire Protection
• Bid Package 22A – Plumbing
• Bid Package 23A – HVAC
• Bid Package 26A – Electrical
• Bid Package 31A – Earthwork
• Bid Package 31B – Rammed Aggregate Piers
• Bid Package 32A – Asphalt Paving and Soil Cement
• Bid Package 32B – Landscaping and Irrigation
• Bid Package 32C – Site Concrete and Curb & Gutter
• Bid Package 33A – Site Utilities
Alternates
The subcontractor shall price all alternates in his/her proposal. The following Construction Manager alternates shall be priced for each bid as applicable:
• Alternate No. 01: Provide an add alternate cost to include all work associated with the Trolley Stop. No work associated with the Trolley Stop should be included in base scope of work.• Alternate No. 02: Provide an add alternate cost to include all work to furnish and install custom fabrication shapes for the vertical steel channels shown on the south elevation. Standard AISC channels of the nearest commonly available widths should be included within the base bid.
• Alternate No. 03: Provide an add alternate cost to include all work to furnish and install the vertical steel barrier cable stanchions for the barrier cable system. The vertical steel posts that are shown between column lines 3 and 5 on the north-facing “Enlarged Peabody Elevation” as clearly shown on plan sheet A305, should be included in base scope of work. All others are to be a part of this add alternate.
• Alternate No. 04: Provide an add alternate cost to include a manufacturer’s painted finish on the Architectural Metal Panels – AFS-01. Standard mill finish should be included in base scope of work.
• Alternate No. 05: Provide an add alternate cost to include a manufacturer’s painted finish on the Architectural Metal Panels – AFS-01 sub-framing. Standard mill finish should be included in base scope of work.
• Alternate No. 06: Provide an add alternate cost to include all work to furnish and install the standing seam roofing type RFS-02 on the flat areas as shown for the Monumental Stairs and associated canopy. This work should not be included within the base bid.
• Alternate No. 07: Provide an add alternate cost to furnish the decorative precast bollards (see detail 6/AG-008). Provide voluntary alternates for manufacturer’s standard precast concrete bollards with similar attributes in the Voluntary Alternates section of the bid form.
• Alternate No. 08: Provide an add alternate cost to include all work to furnish and install the roof drainage systems as shown for the Monumental Stairs and associated canopy. This work should not be included within the base bid.
• Alternate No. 09: Provide an add alternate cost to include all work to furnish and install the handrail lighting fixtures (lighting fixture type KX-5) and associated circuitry. This work should not be included within the base bid.
• Alternate No. 10: Provide an add alternate cost to include all work to furnish and install the tree up-lighting fixtures (lighting fixture type KX-9) and associated circuitry. This work should not be included within the base bid.
Hard copy full sets of plans and specifications are available for purchase at contractors expense, or files may be downloaded for free from our online plan room. To download files, you must register for a free account, if you already have an account, simply log in and select “Download” this entire job. Then proceed to the download queue on the left menu bar to receive your downloaded files. For questions about accessing the documents please contact Memphis Reprographics at 901-590-4862.