This purpose of this project is to repair eroding ditches adjacent to the existing shooting range of Eastern Kentucky Correctional Complex to prevent damage to structures on site. The design solution consists of regrading 2 ditches on site resulting in a total of approximately 1,545 LF of ditch repaired. In addition to repairing the ditch a storm sewer system is proposed along both ditches to reduce the surface flow leading to erosion. In total this system consists of 926 LF of 36″ RCP storm pipe, 586 LF of 24″ RCP storm pipe, 7 KYTC Type 1 inlets, 9 KYTC Type 2 inlets, 4 Headwalls, and one 4’ Manhole.
Project Description:
The WHFRTC CHP Drainage Repairs Project includes the following major work items:
1.) Demolition
a. Removal of existing downspout boots on five metal buildings.
b. Removal of all existing underground HDPE pipe that interferes with new construction.
2.) Stormwater Improvements
a. Provide new downspout boots for five metal buildings.
b. Provide new stormwater collection and french drain system in between buildings to improve the overall drainage of the site.
c. Provide KYTC Class II channel lining to all perimeter ditches at the project site.
Estimated Length of Project:
(Substantial Completion) + 90 Calendar Days (Final Completion)
This Reclamation Project is located near Dorton in Pike County at 1679 HWY 611, Pikeville, KY 41501. GPS coordinates are 37.3160°N, 82.5204°W. The waste area is located adjacent to US-23 at GPS coordinates 37.2704°N, 82.5974°W.
A slide has occurred immediately upslope of and impacting the residence. To abate this problem, the slide material will be removed and a non-reinforced block wall (Type II) will be installed behind the residence. Subdrain will collect drainage from the yard and wall area and conduct the drainage to the natural creek via installed pipes/features. The access from KY-611 will be replaced for access to the work site. The disturbance at the project site is expected to encompass approximately 0.5 acres. Waste generated by construction activities will be transported to an approved waste area approximately 6.9 miles from the project site.
The project site has previously been disturbed by coal mining operations and residential development. The waste site has been previously disturbed by coal mining, landowner development and AML waste placement activities. Construction disturbances will be kept to a minimum utilizing the approved Best Management practices prior to beginning any major earth disturbance (excluding initial site preparation for access only) until all silt control measures will be installed. These include but are not limited to silt barriers (bales & silt fence). No trees
greater than 3” diameter at breast height will be cut as part of this project. All disturbed areas (including waste areas) will be promptly revegetated at the end of construction. Cover crop is also provided in order to provide quick vegetative cover on any disturbed areas that will go undisturbed for at least two weeks, but not be ready for application of permanent revegetation. This project does not disturb natural streams, and sediment control will be provided using silt bales and fence.
Estimated Length of Project:
(Substantial Completion) + 90 Calendar Days (Final Completion)
Project Description:
This Reclamation Project consists of constructing diversion ditches and subdrains to remediate standing water behind the Justice residence. The site is located near Mouthcard on Big Card Creek in Pike County. The project location is at 37° 22′ 25.304″ N latitude and 82° 15′ 33.1″ W longitude. The 911 address of the Justice home is 711 Big Card Road, Mouthcard, KY.
Subdrain will be installed in front of the 3 openings on the hill behind the residence. One of the three openings will be closed with a wildlife closure, the other two openings have been previously and sufficiently closed. This subdrain will outlet into a new circular bottom ditch from the portal level to the yard level and picked up by a drop box to be installed at that level.
Subdrain will be installed behind the residence and along the yard bench to outlet into the natural drains north and south of the residence. The existing diversion ditch from the portal elevation to the yard level will be replaced with a 2-foot bottom width Class II ditch. Waste generated by construction activities will be transported to an approved waste area.
The project site has previously been disturbed by coal mining operations. Construction disturbances will be kept to a minimum utilizing the approved Best Management practices prior to beginning any major earth disturbance (excluding initial site preparation for access only) until all silt control measures will be installed. These include but are not limited to silt barrier bales & silt fence. Trees greater than 3” diameter at breast height will be cut as needed for construction of the subdrain/ diversion ditches. All disturbed areas will be promptly revegetated at the end of construction.
Access to the site will be via state roads and Big Card Creek County Road. A temporary low water crossing is proposed for construction access to the site. Use of the existing concrete bridge will not be allowed by construction equipment. Bituminous repair is included in the project for repair of the driveway and Big Card Road if necessary.
Updates to restrooms include replacing plumbing fixtures, lighting, floor and ceiling, and wall finishes throughout the interior of the existing Facilities Building 162 at the Boone National Guard Center in Frankfort, Ky. The overall upgrades also include a new breakroom layout with new plumbing fixtures, cabinets, countertops, and appliances. Select offices and a conference room will receive new carpet tile, and all corridors will receive new MMA flooring. A new connector with a building entrance will be constructed to connect to separate building corridors, enclosing an existing outside walkway. The new connector will be masonry wall construction with light gauge framing and a new SBS membrane roof. A new corridor will be constructed to improve interior circulation. New concrete masonry will be installed on the exterior of the building along with new foundation drain tile. Site work is required to remove a building adjacent earth-berm and excavation for new foundation drain provisions. HVAC work includes replacing electric wall heaters. Electrical upgrades include new LED light fixtures with occupancy sensor lighting controls throughout the project area.
East Market Street Catch Basin Replacement Project
East Market Street Catch Basin Replacement Project
INVITATION TO BID
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of East Market Street Catch Basin Replacement Project, Contract No. 2025-009, Budget ID No. H25227, Drawing Record No. / Sheet No. , until 10:00 a.m., Local Time, Thursday, September 19, 2024, and will be publicly opened and read at that time. The public may attend the bid opening via teleconference call at 502-654-8113 (Dial-in Number) Conference ID: 326 815 323#.
MSD is using a web-based portal for accepting and evaluating bid proposals digitally at http://louisvillemsd.bonfirehub.com/portal for this Invitation to Bid. Documents may be uploaded at any time during the open period indicated for each proposal.
Description and location of Project: Catch basin replacement along East Market Street between South Preston Street and Baxter Avenue. All work shall be done in accordance to MSD’s Standard Specifications.
There will be a no pre-bid meeting held for this project.
The Engineer’s Construction Cost Estimate for this project is between $350,000.00 and $450,000.00.
Persons wishing to view the bid documents may do so online at http://louisvillemsd.bonfirehub.com/portal or at the following locations: Builders Exchange of Louisville, Inc., 2300 Meadow Drive; Associated Builders & Contractors of Kentuckiana, 1810 Taylor Avenue; and F. W. Dodge, 1812 Taylor Avenue; all located in Louisville, Kentucky; and the Associated General Contractors of Kentucky, 2321 Fortune Drive, Suite 112, Lexington, Kentucky.
The Project Manager for this Invitation to Bid is Joseph Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal. Questions received less than two days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda posted on MSD’s designated web portal will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $200,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms.
The MSE/WBE Program is effective June 1, 2020. If selected as applicable above, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: Applicable
This MSD construction project is bid and advertised as: check applicable below
Construction Services: x
Construction-related Services:
LOCAL LABOR COMMITMENT PREFERENCE: No
COMMUNITY BENEFITS PROGRAM: No
The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
Project Description:
Project involves upgrading the electrical distribution equipment and feeders within Buildings 59 – 63 of the main building. New distribution will be provided from building 58 and 62 to serve Buildings 59–63. Existing panelboards will be removed, and the existing branch circuits will be extended to the new panels. The rewiring of branch circuits within patient wards 55-B, 56-B, 56-G, 56-2, 57-2, 58-2, 58-3, 60-2, 60-3, and 61-2 are included.
Project Description: Demolition of an existing Maintenance shop building and foundation. Demolish existing concrete wash bay and oil/water separator. Removal and capping of site utilities, removal of fencing behind the building, regrading of the site to prepare for new construction.
Project Description:
The Charles McDowell Center for the Blind was constructed in the early 1990s and has minimal upgrades to the building over the past 30 years. The First Floor of the East Wing contains 15 Dorm Rooms, support areas including Arts/Crafts, Study, Laundry, Nurse’s Station, Fitness Room, Offices, Lounge, Kitchen, and Cafeteria. The First Floor of the West Wing and Second Floor consists of administrative and teaching spaces.
This project consists of interior finish renovations throughout, select locations for training area reconfigurations, as well as mechanical, electrical, and plumbing renovations throughout.
The project will be constructed utilizing four (4) Phases in order to keep the majority of the building operating throughout construction. The areas under construction will be unoccupied at the time of construction, while adjacent spaces will be occupied.
The Burlington Field Maintenance Shop (FMS) will be a 24,062 square feet structure located at the Burlington National Guard Center in Burlington, Kentucky. The new facility will be developed on an undeveloped site and includes associated parking, roads, and utilities. The new facility will be primarily a load bearing masonry structure. It will include a maintenance shop consisting of four workbays and an overhead 15-ton bridge crane continuous across all four of the maintenance bays. The project includes a 60kW photovoltaic array and a geothermal system.
Project intent is to modify existing mechanical systems and building shell as to aid in the control of humidity and temperature within the building to help preserve museum artifacts. Work shall include the replacement of the existing modified bitumen roofing, addition of added glass-fiber insulation to the existing attic, addition of spray-foam insulation and vapor barrier to the existing crawl space, installation of four (4) new hollow metal doors/frames, as well as minor wall opening modifications for new mechanical ductwork and sealant at openings
Replace aging latrine facilities at the Readiness Center in Monticello, Kentucky, along with a renovation to the existing space to create include a Lactation Room, to comply with UFC 4-171-05. Demo existing restroom facilities and associated architectural and MEP systems, and replace with new fixtures and systems as indicated in the contract documents. Demo and new vault addition to meet with current codes and requirements. Administrative and common areas of the Readiness Center to receive new finishes. New LED lighting to be installed throughout the Readiness Center. New windows to be installed throughout.
Plumbing upgrades include a new site sanitary lift station, new plumbing fixtures in renovated shower rooms, new water heaters and recirculating hot water system, and replacement of all below slab cast iron sanitary piping. Mechanical upgrades include a new VRF HVAC system with new dedicated outdoor air units, and a new Automated Logic Corp building automation system provided via allowance provided by Emcor. Electrical upgrades include new LED light fixtures with occupancy sensor lighting controls throughout the building, replacement of Federal Pacific power panels, and new data cabling & cable tray.
Project Description: This project consists of miscellaneous structural repairs and restoration including selective demolition and replacement of beams and columns, selective demolition and replacement of stairs and guards, installation of timber beams, and mass shoring and resupport of deteriorated timber columns on new concrete piers. Carpentry and concrete work shall be considered architectural and highly skilled in craftsmanship. Shoring is to be installed in a planned methodical sequence under the supervision of a Professional Engineer.
Project Description:
The Contractor shall provide all of the materials and perform all the work described in the Specifications and/or shown on the Drawings. The Chiller and Chilled Water System of the Northern YDC Facility will be removed and replaced per the International Mechanical Code, ASHRAE, Kentucky Building Code with Current Revisions, Americans with Disabilities Act, International Building Code, and National Electrical Code.
The Contractor shall remove and take ownership of the existing chiller. The contractor shall disconnect the existing chiller from power and control and, disconnect the existing chiller from piping and mounting. Remove the existing chiller from its installed location and make the location ready for the new chiller described in the following. Make legal and lawful disposal of the chiller, which involves recycling of the unit beginning with refrigerant recovery and dismantling of the assembly for recycling or other appropriate disposition.
The Contractor shall provide a temporary Chiller while the existing Chiller is removed and a new Chiller including the Microprocessor controlled, multiple-scroll compressor, air-cooled, chiller of the scheduled capacities as shown and indicated on the Drawings, including but not limited to: chiller package, electrical power and control connections, and chilled water connections.
The Owner’s preferred daily work schedule shall be Monday-Friday 8 hour/day. There are no Contractor working days on Saturday-Sunday. A 48 hour notification is required for any outage of any existing utility including the Chilled Water and Heating Water Systems. Any damaged utility by the Contractor must be put back into service immediately.
The project consists of renovation of an existing factory building to house technical education programs. The work includes renovation of all areas of the building. The existing factory space will be converted as required to house Automotive Technology and Diesel Technology programs including related classrooms and storage spaces. A CDL program will operate on the site with classroom space inside the building as well. Remaining space in the factory area will be designated for future use by Industrial Training programs. Existing office space adjacent to the factory area will be fully renovated to accommodate the needs of the college at this location.
Structural modifications are to be made to an existing pre-engineered metal building as needed for new programs.
Sitework will consist of new asphalt and concrete pavements, and new sidewalks. Grading and drainage will be altered as needed for new site features. All electrical systems are to be replaced and/or upgraded including a new electrical service entrance. Existing HVAC systems will be upgrade and new systems will be added as needed for new program spaces. HVAC work will include new controls systems. All plumbing fixtures will be replaced and/or upgraded throughout the building.
Project Description:
The History Center Environmental Control Units (ECU) provide temperature and humidity conditions within a stable range in the Archival Storage Area of the History Center.
This project consists of the installation of two ECUs and associated roof mounted air-cooled condensers, power & control wiring, refrigerant, water and drainage piping to replace the one existing unit and provide redundancy with a second unit. Additionally, the project includes replacing sections of the existing ductwork and the replacement of existing diffusers. The system will be interfaced with the ALC’s ‘WebCTRL’ system to provide temperature averaging, scheduling, monitoring, and reporting of data to CEMCS. The allowance for the controls work is to be included in the contractors bid at the pre-determined allowance listed in the bid documents.
Roof curbs for the remote air-cooled condensers have been included in a roof replacement project separate from this ECU replacement project. The contractor is responsible for coordinating the installation with the roof replacement contractor and is responsible for setting the condensers and running refrigerant piping, electrical and control wiring between the system components.
Replace aging latrine facilities at the Readiness Center in Ravenna, Kentucky, along with a renovation to the existing space to include a Lactation Room, to comply with UFC 4-171-05 and relocate janitor’s closet to existing mechanical room. Demo existing restroom facilities and associated architectural and MEP systems, and replace them with new fixtures, finishes and systems as indicated in the contract documents. Add ¼” steel plate to top of existing vault as well as on the vault existing floor slab to meet with current codes and requirements. Existing corridor, classroom 124, administration room and kitchen area of the Readiness Center to receive new floor finishes; corridor to receive new base and corridor walls to be painted. Demo all existing drop ceiling and existing light fixtures in areas indicated on the plans and replace with new acoustical lay in celling grid and tile. Plumbing upgrades include new plumbing fixtures in renovated shower/locker rooms, new water heaters and recirculating hot water system, and replacement of all below slab cast iron sanitary piping as indicated on drawings. Mechanical upgrades include relocating existing VRF indoor units and reworking existing exhaust/supply air systems to accommodate the new floor plan. Electrical upgrades include new LED light fixtures with occupancy sensor lighting controls throughout the project area. Communications work will include relocating the existing data rack and networking equipment and replacing existing data cabling. HVAC controls modifications will be provided via an allowance by Emcor, the facilities incumbent controls provider. Text is intended to give an overview of work and not be all inclusive of all details. See drawings for all details of contract.
Project Description:
The objective is to replace existing roof materials and provide new roof cover, as the existing roof has reached its service life. Water is infiltrating to the interior in some areas.
Demo existing roof material down to the existing deck. Provide new roof cover board and memebrane over existing lightweight concrete as base bid.
Replace existing turbine roof vents and one existing aluminum power vent.
The new membrane will be a 60 mil PVC over the new cover board.
The new metal and will be prefinished steel.
A layer of new polyisocyanurate insulation board will be priced as and alternate.
Project Description:
Existing air terminal units are in need of new controllers as well as programming and associated work. Contractor to provide and install a new JACE 8000 equipment running Tridium’s Niagara 4 framework. New JACE to be located in mechanical room in the location of the existing controller. Provide Tridium licenses and Service Maintenance Agreement as necessary for JACE installation. Replace equipment controllers as indicated on the floorplans with BACNET-MSTP protocol control devices. Provide any necessary networking and communication cabling, power transformers and accessories as necessary to physically connect existing equipment controllers with JACE controller.
As part of this project, histories are intended to be compatible with Commonwealth Energy Management and Control System policies, configuration and naming convention. It is required to ship data to Tridium Niagara Supervisor for CEMCS export under this scope of work. Mechanical equipment has been identified through the record drawings provided and an anticipated points list has been generated based on this equipment. The contractor shall use this points list as a guideline and as a demonstration of CEMCS standard naming convention. Discover all existing points within the existing BACnet network and other communication networks existing. Estimate of controls points currently available is 260.Provide all controls programming to implement the sequence of operation by the engineer.
Remove existing shingle roofing on main facility and existing storage shed and install new standing seam metal roof. All existing gutters and downspouts to remain. Install new wood framing roof at two existing canopies and install new standing metal roof. Total approximate area: 28,750 S.F.
Project Description:
Projects are split into two volumes. Volume One: Interior restroom renovation in four (4) of five (5) total cottages, specifically, Ash, Birch, Maple and Oak Cottages, and new handrails in RLC (Resident Life Center) and bedroom corridors of four cottages. Volume Two: Replacement of cottage air handlers (all cottages) and chiller replacement at RLC.
Estimated Length of Project:
(Substantial Completion) + 90 Calendar Days (Final Completion)
The site involves a large landslide that broke from a pre-law bench (push over
material) above the Radford Ratliff house seat. The slide material (mud flow)
traveled down the drain approximately 650 feet and deposited a significant amount
of mud and debris into the yard and driveway. The landslide damaged a drilled
water well, out building, and sawmill. The slide did not strike the home. The
landslide deposited material in two (2) more locations below Radford Ratliff’s
house seat. All these sites will be reclaimed.
Sealed Bids will be received electronically only by Louisville and Jefferson County Metropolitan Sewer District, for the construction of CMF Materials Sorting Facility Stormwater Improvements – Phase I, Contract No. 25-0822, Budget ID No. H25061, Drawing Record No. / Sheet No. G-0, until 10:00 a.m., Local Time, Thursday, August 22, 2024, and will be publicly opened and read at that time. The public may attend the bid opening via teleconference call at 502-654-8113 (Dial-in Number) Conference ID: 186 523 187#.
MSD is using a web-based portal for accepting and evaluating bid proposals digitally at http://louisvillemsd.bonfirehub.com/portal for this Invitation to Bid. Documents may be uploaded at any time during the open period indicated for each proposal.
Description and location of Project: Construct a new concrete basin and outlet associated with the green infrastructure that treats stormwater associated with the Louisville MSD Central Maintenance Facility Material Sorting Facility located at 3050 Commerce Center Place, Louisville, KY 40211. All work shall be done in accordance to MSD’s Standard Specifications.
There will be a non-mandatory pre-bid meeting held for this project. August 13, 2024, at 10:00 am at 3050 Commerce Center Place, Louisville, KY 40211.
The Engineer’s Construction Cost Estimate for this project is between $225,000.00 and $245,000.00.
Persons wishing to view the bid documents may do so online at http://louisvillemsd.bonfirehub.com/portal or at the following locations: Builders Exchange of Louisville, Inc., 2300 Meadow Drive; Associated Builders & Contractors of Kentuckiana, 1810 Taylor Avenue; and F. W. Dodge, 1812 Taylor Avenue; all located in Louisville, Kentucky; and the Associated General Contractors of Kentucky, 2321 Fortune Drive, Suite 112, Lexington, Kentucky.
The Project Manager for this Invitation to Bid is Colette Easter. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal. Questions received less than two days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda posted on MSD’s designated web portal will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $200,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 2.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 0.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 12.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms.
The MSE/WBE Program is effective June 1, 2020. If selected as applicable above, the goals are as follows:
2.0% MBE – African American, 0.0% MBE – Asian-Indian American and
12.0% WBE – Caucasian Female participation respectively required for this project.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: Applicable
This MSD construction project is bid and advertised as: check applicable below
Construction Services: x
Construction-related Services:
LOCAL LABOR COMMITMENT PREFERENCE: No
COMMUNITY BENEFITS PROGRAM: No
The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
Project Description:
Renovate all latrine areas (cadet and public) in the building that were not previously renovated. In addition to all associated mechanical and plumbing components, replace all interior architectural finishes for these areas with durable low maintenance materials. The work will include relocating some interior non-loadbearing walls and partitions in the latrine areas to achieve better sightlines and, to the extent it is possible, accommodate persons with disabilities. Plumbing upgrades include replacing all cast iron plumbing in restrooms. Electrical upgrades include replacing all lighting. Mechanical upgrades include updating systems in restrooms and surrounding areas. Text is intended to give overview of work and not be all inclusive of all details. See drawings for all details of contract.