BLOCK PAGE!!!
Get Full Details

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Published December 19, 2025 at 7:00 PM

Updated December 22, 2025

Renovation of a detention facility in Corydon, Indiana. Completed plans call for the renovation of a detention facility.

Bids shall include BID SECURITY in the form of a Bid Bond or certified check in the amount of a sum no less than Ten (10) percent of the Bid Sum including all add alternates. The Owner reserves the right to accept or reject any or all bids and to waive any irregularities in bidding. The owner shall award the contract to the contractor which the owner believes is qualified to perform the services included in the project and provides the best value to the owner. The successful Bidder shall furnish a Performance Bond and Payment Bond from an approved surety company, which will remain in full force and effect for a period of one (1) year after date of final acceptance of work. Performance Bond and Payment Bond shall be in an amount equal to the following percentage of the Contract Sum: One hundred percent (100%) A. Work of this Section includes, but not limited to: Pipe hanger and supports, Pipe and equipment anchors, Pipe sleeves. A. Seismic restraint of fire protection equipment and piping. B. Provide all labor, materials, tools and equipment necessary to provide complete seismic restraint and control devices, materials and related items as required in the Specifications and on the Drawings. Perform all work as shown on the Drawings and as specified herein to provide a complete seismic restraint system for equipment and components compliant with the Ohio Building Code for a design short-term spectral response acceleration of 0.28g and SMACNA Seismic Hazard Level (SHL) B for all piping and ductwork except cast iron piping shall be SHL A. C. Description of Systems: Piping transverse and longitudinal bracing. Seismic restraints and isolators. A. Fire protection systems include: All Work required to provide and install pipe, fittings, valves, connections, hangers, supports, sleeves and appurtenances for new, rework and/or expansion of existing wet-pipe sprinkler system with supplementary items necessary for complete, code compliant and approved installation. B. It shall be the responsibility of this Contractor to establish his own sprinkler layout, prepare shop drawings, furnish and install his sprinkler design to meet the requirements or approval of the authority having jurisdiction. Fire sprinkler contractor is responsible for obtaining and payment for all state and local design releases including state and local design releases including state and local inspection fees. A. Work of this Section includes, but is not limited to: Pipe hanger and supports, Pipe and equipment anchors, Pipe sleeves. A. Work of this Section includes, but is not limited to: Pipe insulation, Equipment insulation, Insulation adhesives, mastics and caulking. B. Definitions 1. Concealed Insulated Surfaces: Piping and equipment in walls, partitions, floors, pipe chases, pipe shafts, duct shafts, sealed alleyways, and above suspended ceilings. 2. Exposed Insulated Surfaces: Piping and equipment located in mechanical rooms, tunnels, and rooms without suspended ceilings. A. This Section applies to: 1. Potable Cold Water Piping 2. Hot Water Piping 3. Hot Water Recirculation Piping 4. Raw Cold Water Piping 5. Interior Hose Bibbs (HB-1), (HB-2) 6. Exterior Wall Hydrants (WH-1) 7. Water Meter 8. Strainers 9. Water Hamer Arrestors 10. Vacuum Breaker 11. Drain Valves 12. Temperature and Pressure Relief Valves 13. Pressure Reducing Valve 14. Escutcheons 15. Backflow Preventors A. Work of this Section includes, but is not limited to: 1. Inclusion of all plumbing fixtures, complete and ready for use. All fixtures, except as otherwise specified, shall be constructed of vitreous china with all visible exposed surfaces glazed. 2. Providing all stops, traps, escutcheons, connections, etc., as are necessary to complete the installation of each fixture, whether such items are listed or not. 3. Plumbing Trim: All finished exposed faucets, traps, connecting piping, stops, flush valves and other fixture trim shall be chromium-plated brass unless otherwise specified and shall be supported rigidly to fixtures and to walls with matching brackets at not more than 2'-0" center. All fastenings shall be chromium-plated brass or may be 302 stainless steel if of matching color and finish. Faucets shall be furnished as required. Vacuum breakers shall be provided as a part of the fixture trim wherever there is a possibility of back-siphoning. 4. Fixture Stops: Shut-offs for urinal and water closet flush valves shall be an integral part of the fixture or fitting; shut-offs for all other fixtures shall be loose-key, lock-shield-type. All fixture stops shall be angle- or straight-type adapted for each particular location and shall be located immediately adjacent to the fixture. Use threaded adaptors when used in conjunction with copper tube work. 5. All exposed screws or fasteners for plumbing fixtures and faucets shall be vandalproof. Contractor shall take care to coordinate this item with his suppliers prior to Shop Drawings submittal. 6. Aerators, where required for sinks and lavatories shall be vandalproof type. 7. ADA Showers: Threshold of shower shall not exceed 1/2" for transfer showers, 1/4" for roll-in showers. It is the Contractor's responsibility to set the floor level of the shower to meet this requirement. Floors may be required to have a recess area to set shower unit. 8. Showers: All showers to be provided with proper studding to secure unit to walls. The space between the bottom of the unit and the sub-floor must be filled with bedding compound to secure and level the unit. Bedding compound shall be Gold Bond Gypsolite Plaster, US Gypsum Structo-Lite Plaster or a thin mortar mix. 9. Sinks: Contractor shall verify the physical size of each specified sink with the proposed sink cabinet and countertop. See Architectural and Interior's design drawings for ADA required fixtures. A. Provide all labor, equipment, materials, and supervision to install, program, calibrate, adjust, document, and test the total system as required herein and on the drawings. B. The Division 28 security electronics equipment shall be provided to and carried by the Division 26 contractor as a completely engineered package. C. The Division 26 contractor shall be responsible for designing, providing, and installing the conduit raceway system, and the wire/cable system required for the Division 28 supplied material. This includes all on-site skilled labor, standard back boxes, junction boxes, pull boxes, cutting and patching. The Division 26 contractor shall be responsible for mounting and installing all custom back boxes, including camera housings being supplied by Division 28. The riser diagrams included in the security drawings are diagrammatic only and do not show specific routing of conduits. The actual routing of conduits is to be determined by the Division 26 contractor with consideration to the actual construction documents, while keeping mind the requirements of Division 26 and coordinating with other trades. D. All wire/cable provided by the Division 26 contractor shall be in conduit. Cabling shall be continuous and shall not be spliced between the field-mounted device and the head-end equipment termination location(s). All cabling located underground and exterior to a building shall be UL listed for direct burial. The Division 26 contractor shall provide that all system wiring be color coded with labeling and coding as submitted and approved by shop drawings. Color coding and tagging shall be maintained throughout the system at all accessible locations to the cabling. E. The Division 26 contractor shall perform an acceptance test of all installed cabling for the security systems. A report shall be submitted to the Division 28 integrator and the Architect. All low voltage cabling shall be tested for open circuit, ground fault or line-toline shorts. The Division 26 contractor shall assist the Division 28 integrator in the final system checkout of all security systems. Any new cabling found defective during cable testing or upon final system checkout shall be replaced by the Division 26 Contractor at no cost to the project. The Division 26 contractor and the Division 28 integrator are not responsible for the condition of any existing cabling that is being re-used. F. The Division 26 contractor shall be responsible for all Division 28 field device equipment installation and terminations. The Division 26 contractor shall be responsible for camera aiming and focusing. The Division 26 contractor shall provide any ladders or lifts required by the Division 28 integrator during the testing phase of the project. G. The Division 28 integrator shall be responsible for all Division 28 headend equipment installation and terminations. The Division 28 integrator shall provide system startup and documentation detailing the installation. H. The Division 26 contractor shall provide concrete "housekeeping" pads for Division 28 supplied equipment racks. I. The Division 26 contractor shall be responsible for the coordination of door frames and hardware and their required conduit entries with Division 8 and Division 11. The Division 26 contractor shall coordinate pre-cast equipment and steel cell equipment rough-in requirements and conduit routings with the Division 11 contractor. The Division 28 integrator shall be responsible for coordinating with Division 8 and Division 11, the power and cabling requirements of all electric strikes, electro-mechanical locks, solenoids, door position indicators, or any other device associated and controlled/monitored by the Security Control System. J. Door locks or operators and door position indicating switches are to be furnished and installed by Division 8 for builder's hardware type and Division 11 for detention type. B. This section includes the requirements and operational characteristics for an Access Control System, which is an integral part of the Electronic Security System. C. The existing Hirsch Model 8 Access Control Controllers shall be re-used. D. The existing Hirsch software shall be upgraded to the latest compatible software as specified herein. E. The existing Hirsch server shall be reused. F. Replace the fifteen (15) existing Hirsch Scramble Pads with new. Re-use cable. G. Provide all labor, equipment, materials, and supervision to install, program, calibrate, adjust, document, and test the total system as required herein and on the drawings. H. Where shown on the documents, provide proximity readers and other access control system devices (i.e. - scramble pads). Upon correctly entering a personal ID code or presenting a proximity card, keyfob, etc., the system shall grant access to a controlled device or resource. A. Replace the existing Genetec Video Management System and Pivot3 video recording servers with a new Hanwha WAVE VMS, Hanwha servers, Hanwha camera licenses, Hanwha video client PCs. B. Add twenty (20) new corner-mount cell cameras per the drawings. C. Re-use existing PoE video switches and add one (1) new HPE PoE video switch. D. This section includes the following: 1. Video Management Software 2. Network Video Client PCs 3. Network Video Directory/Recording Server 4. Network Video Ethernet Switches 5. Corner-Mount, No-Grip Camera (Anti-Ligature) A. Replace all existing Allen-Bradley PLC processors and input/output cards with new, including the Utility enclosures I/O. B. Re-use existing door control relays, terminals, fuses and wire into the new PLC input/output cards. C. Replace three (3) existing Securitas control stations with new. Include PC, touchscreen monitor, and Harding master station. Provide one (1) spare PC that can be used at any of the three (3) control locations. D. Provide software programming that allows both Central Control and Pod Control to take over the entire facility. E. This section includes the requirements and operational characteristics for a Programmable Logic Controller (PLC), Graphical User Interface (GUI), and Security Management System (SMS). F. Provide all labor, equipment, materials, and supervision to install, program, calibrate, adjust, document, and test the total system as required herein and on the drawings. G. The electronic security system described within the specifications and drawings shall function as an integrated system. The control and monitoring stations shall function as a single control point, appearing to function as a single system. Although the system is made up of several sub-systems, they shall be integrated in both physical and electronic manner to achieve a single system presentation to the operator. A. Replace the existing analog Dukane intercom system with Harding Instruments equipment as specified herein. All threshold monitoring shall remain in place with the new system. B. Replace all existing intercom stations with new Harding Instruments stations. Re-use all existing overhead speakers and horns. C. Provide all labor, equipment, materials, and supervision to program, calibrate, adjust, document, and test the total system as required herein and on the drawings. D. This section includes the following: 1. Remote Intercom Station 2. Digital Communication Controller 3. Digital Communication Expander 4. GUI Control Station Master Station

Post-Bid

Jails / Prisons

$3,600,000.00

Public - County

Renovation

251

30

142

5

Subscribe For Documents

12 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
132
Active Projects
69
Bidding Soon
1,033
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.

December 18, 2025

January 19, 2026

Project location map

1445 Gardner Ln NW, Corydon, 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.