BLOCK PAGE!!!
Get Full Details

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Published September 30, 2025 at 8:00 PM

Updated October 1, 2025

Renovation of a stadium in Evansville, Indiana. Completed plans call for the renovation of a stadium.

The Board of Park Commissioners (the Board) for Swonder Ice Arena (the Owner) and the City of Evansville (the City), is soliciting competitive sealed bids from qualified contractors to replace rooftop units #1, #4, #5, #6, #7, #8, #9 & #10 at Swonder Ice Arena. Your company, among others, is invited to submit a bid on a competitive basis in the format described. The bid documents establish requirements and define responsibilities of the proposing vendor (hereinafter Vendor, Respondent, or Contractor) to replace rooftop units #1, #4, #5, #6, #7, #8 #9 & #10 at Swonder Ice Arena Each bid shall be accompanied (in the same envelope) by a bid bond or certified check, made payable to the CITY OF EVANSVILLE, in an amount equal to five percent (5%) of the total bid submitted. To ensure a fair and objective evaluation of all bids, Vendors are required to submit all inquiries in writing to Andrea Lord, Swonder Ice Arena Assistant Facility Manager at her email alord@evansville.in.gov. The email should be titled: Swonder Ice Arena Rooftop Unit Remaining Old Units Replacement It is anticipated that contract(s) will be awarded on or before September 17th , 2025. Question Deadline 08/26/2025 To ensure a fair and objective evaluation of all bids, Vendors are required to submit all inquiries in writing to Andrea' Lord, Swonder Ice Arena Assistant Facility Manager at her email alord@evansville.in.gov. The email should be titled: Swonder Ice Arena Rooftop Unit Remaining Old Units Replacement. Inquiries shall be submitted no later than eight (8) days prior to the stated opening time and date. 1.1 Contractor shall remove complete eight (8) existing rooftop units currently serving the building in their entirety. Approximate weights for the existing units to be removed are as follows: RTU-1 (7,000 lbs), RTU-4 (7,000 lbs), RTU-5 (14,000 lbs), RTU-6 (7,000 lbs), RTU-7 (2,500 lbs), RTU-8 (2,500 lbs), RTU-9 (2,500 lbs), and RTU-10 (3,500 lbs). 1.2 The existing roof curbs for RTU-1, RTU-4, RTU-7, RTU-8, RTU-9, and RTU-10 shall remain and be reconditioned as required to allow for installation of new curb adapters for the replacement units. 1.3 Contractor shall remove associated roof curbs and sections of existing supply and return air ductwork for RTU-5 and RTU-6 as required to allow for installation of new units and curbs in similar locations. All roofing work shall be by a roofing contractor certified to work on existing roofing manufacturer to maintain warranty. 1.4 Contractor shall remove a portion of the existing natural gas branch piping serving units including existing natural gas pressure regulators to allow for routing to new units. A new pressure regulator shall be provided and installed for each of the eight (8) new units. 1.5 Contractor shall disconnect existing 460v/3ph power feed to each unit to allow for unit removal. Contractor shall adhere to OSHA Lockout/tag out procedures. Installation Items: 1.6 Contractor shall provide and install eight (8) new rooftop units, RTU-1, RTU-4, RTU-5, RTU-6, RTU-7, RTU-8, RTU-9, and RTU-10, in similar locations to the existing units to be removed. See Section 3.0 of this Scope of Work document for Basis of Design for the new units. 1.7 Contractor shall provide and install new seismic curb adapter on existing roof curb for units RTU-1, RTU-4, RTU-7, RTU-8, RTU-9, and RTU-10. Adapters shall be attached to existing curbs per seismic specifications listed in this document. 1.8 Contractor shall provide and install new 18-inch high seismic roof curbs for new rooftop units RTU-5 and RTU-6. All roofing work shall be coordinated with the Owner so as to not void any existing roofing warranties. 1.9 Contractor shall route new sections of supply and return air ductwork from the existing mains for RTU-5 and RTU-6 as required to connect to the new units. See Scope of Work document for ductwork and insulation specifications. Contractor shall be responsible for any new roof opening(s) that may be required for connection of ductwork to these two (2) new rooftop units including required framing. Contractor shall provide and install one (1) new natural gas pressure regulator for each unit and route branch piping to new unit natural gas connection. Natural gas branch piping and pressure regulator shall be sized to match unit requirements. 1.11 Contractor shall provide and install condensate drain trap on new rooftop unit drain connection. Condensate drain shall be routed to nearest roof drain. Typical eight (8) units. 1.12 Approximate weights of the eight (8) new rooftop units are listed in Section 3.0 of this Scope of Work document. Contractor shall be responsible for any and all required support steel modifications and/or additions for installation of the new units. 1.13 Contractor shall be responsible for all required roof deck repair, support steel modifications and/or additions for installation of new units. 1.14 Contractor shall re-connect existing electrical power to the new units with properly sized conduit, wire, and circuit breaker to meet NEC and manufacturer installation requirements. The maximum overcurrent protection for six (6) of the eight (8) new units did increase. 1.15 Reference specifications section 230900 "HVAC Instrumentation and Controls" included in this bid package for full Temperature Controls system requirements and expectations. 1.16 All bidding contractors shall meet with the owner and discuss desired Temperature Controls upgrades prior to submitting their bid. Below is a listing of minimum required building controls system upgrades. 1.17 The building currently utilizes a Tridium based front end temperature controls system (BAS). The current system shall be upgraded to the latest revision of Tridium software. 1.18 All new rooftop units shall be provided with factory package controls that are to be integrated into the BAS front end. 1.19 The eight (8) existing rooftop units to be replaced currently utilize a Johnson Controls N2 Bus. The intent is to replace this existing wiring and switch to BACnet. 1.20 The existing unit serving the Office area (RTU-7) is a VVT system utilizing JCI FX branded BACnet controllers that determine the leaving air temperature setpoint for the unit. These existing controllers are to be reused and reworked to write this setpoint to the new RTU-7. 1.21 All zone sensors associated with the new rooftop units shall be replaced. 1.22 Integral unit controllers shall be responsible for economizer and humidity control.

Award

Arenas / Stadiums

$1,000,000.00

Public - City

Renovation

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

7

Subscribe For Documents

4 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
104
Active Projects
75
Bidding Soon
676
All Active Projects
0
Updated Recently

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

September 3, 2025

October 3, 2025

Project location map

1 NW Martin Luther King, Jr. Blvd, Evansville, IN

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.