City of Jeffersonville – Woodland Court Structure Replacement
City of Jeffersonville – Woodland Court Structure Replacement
Sealed Proposals, or Bids, for “Woodland Court Structure Replacement” in the City of Jeffersonville,
Indiana will be received at the office of the City Clerk’s Office, City Hall, 500 Quartermaster Court,
Jeffersonville, Indiana
A. This Work includes installing a new 2-ply SBS Modified Bitumen roof membrane at the Lodge Complex, four Guest Wings, and adjacent walkway canopies. The roof areas receiving ne membrane are identified more clearly in the Drawings. Total new SBS Modified Roof Membrane area is approximately 30,273 square feet (302.73 Squares). Existing roof membrane to be covered by new gypsum cover board prior to installation of new roof membrane. New membrane to be installed in cold-adhesive with hot air welded seams on cap sheet. Skylight at main lodge building to be removed and replaced with new skylight. An infrared roof inspection has identified several areas of the existing roof membrane containing moisture. These areas are to be removed to the roof deck. Contractor shall verify with infrared scan that all areas of existing roof membrane containing moisture have been removed prior to installation of new roof membrane. A copy of the Roof Inspection Report (dated March 13, 2019) is included with the bid documents. Existing stone masonry chimneys at main lodge building are to be repointed, cleaned and sealed per specifications. One rain hat and flue at west chimney are to be deleted. Louvers on east chimney are to be replaced and flashed into existing stone masonry. Four existing conductor leader boxes on main lodge building to be re-flashed, fit with new stainless steel leaf guard, and connected to new custom downspouts in profile to replicate the appearance of the existing downspouts. Metal roof over elevator at main lodge building to be removed and replaced with 2-ply SBS Modified roof membrane with 4″ of poly-isocyanurate insulation. New galvanized steel, fluoropolymer finished roof specialties, gutter, and downspouts will be installed where indicated. New downspouts will be connected to existing below grade drainage system. Below grade drainage system will be verified by Contractor from individual downspout boots to have positive outflow to existing headwalls. Downspout boots found to be significantly obstructed shall be abandoned and a kick out elbow added to the downspout directing to a new precast concrete splash block, 12″W. x 30″L. x 4″H.
Allen County Water District – US 231 Elevated Water Tank – Contract 02 – Elevated Tank
Allen County Water District – US 231 Elevated Water Tank – Contract 02 – Elevated Tank
The Project consists of constructing a new 500,000 gallon elevated
tank, approximately 10,000 linear feet of 8-inch waterline and other waterline accessories.
Bids shall be on a lump sum basis for Contract # 2.
McCreary County Heritage Foundation Big South Fork Scenic Railroad- Contract No. 3 Stearns Depot Passenger Platform Expansion
McCreary County Heritage Foundation Big South Fork Scenic Railroad- Contract No. 3 Stearns Depot Passenger Platform Expansion
The work consists of construction of an extension of the concrete, passenger loading platform at
the Big South Fork Scenic Railroad train depot in Stearns, KY. Includes minor excavation,
demolition and formed concrete construction.
Allen County Water District – US 231 Elevated Water Tank – Contract 01 – Water Lines
Allen County Water District – US 231 Elevated Water Tank – Contract 01 – Water Lines
The Project consists of constructing a new 500,000 gallon elevated
tank, approximately 10,000 linear feet of 8-inch waterline and other waterline accessories.
Bids shall be on
a lump sum and unit price basis for Contract # 1.
Work of the Project includes complete removal of existing asphalt shingle roof system and replacement with standing seam metal roof system including gutters and downspouts at the Charles R Sayre Building located at McKinney Skills Drive on the campus of Eastern Kentucky University in Richmond, (Madison County) Kentucky. The work also includes removal of existing foil faced fiberglass batt attic insulation and replacement with spray applied R38 open cell polyurethane and fire-resistant thermal barrier.
Replace aging latrine facilities at the Readiness Center in Carlisle, Kentucky, along with a renovation to the existing space to create include a Lactation Room, and OCIE Storage 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.
The assembly hall provides space for troop formations, maintenance of equipment, personnel assemblies, and large group assemblies for instructional training. It is a multi-purpose space which will be used for any large indoor events associated with the facility. The Assembly Hall shall be an open space with no internal columns or supports. In addition to the assembly hall, there is storage space and a breakroom provided.
The structural system for the building addition is of steel framing and IMP walls. Site work is limited to sidewalks, stairs, and railings required for access and emergency egress, general excavation and grading, erosion control, storm drainage and minimal landscaping. There will be some additional gravel parking in the motor pool area and paved parking for overflow employee parking.
The addition will not be provided with air conditioning but will utilize infrared gas fired strip heaters in the assembly hall and electric wall/ceiling heaters in the break room and storage room. The existing control system will be extended and connected to new equipment provided under this contract. The existing 400A electrical service and the 225A emergency service are estimated to be adequate for the existing load of the building and the new load of the building. A new panel will be provided in the addition from the existing to remain main switchgear. Minimal plumbing work will be required to install a sink in the break room and to alter routing of lines disturbed by the new construction. The communication system for the new building will include the incoming raceway for the plant cables, dedicated communications rooms overhead cable tray and raceway to each communication outlet individually connected to the cable tray. The communication system will also include the structured cabling system. This system will include the communication racks, backbone cabling and cabling from the rack to each outlet. There will also be a cable television system consisting of outlets, cabling, outlets, and a broad ban amplifier. This project will extend existing to remain fire alarm system to new assembly area and install new horn strobe and pull stations. A new fire department connection will be added at the addition to service a wet pipe system to suppress 100% of the addition. Tamper and flow switches will be added to the existing valve and an alarm bell will be added.
The construction documents indicate installation of a new audio-visual system in two existing meeting rooms the Barren River State Park. The Highlands meeting room has an existing system which is to be removed and replaced with the new system and the Stonehaven meeting room only has a projector screen.
Additionally, the Highlands meeting room is to have its general illumination lighting system removed and a new system installed to include new lighting fixtures, switches, and cabling.
The purpose of this work is to construct emergency short-term erosion repairs within the principal spillway by installing gabion baskets on the right bank.
As noted on the Drawings, the emergency repair measures presented were prepared by the engineer and are conceptual in nature. Due to the emergency nature of the project, the plans are not meant to conform with the traditional Phase C process as outlined in the 2014 DECA Capital Construction Project Procedures Manual.
Access to the site is via property owned by the State or through the Dixon property easement. A copy of the easement is included in this document.
Estimate:
$ 70,393.75
Estimated Length of Project:
(Substantial Completion) + November 30, 2019 (Final Completion)
The Division of Abandoned Mine Lands wishes to receive bids to perform reclamation work on approximately 2.5 acres of mine land in Henderson County, Kentucky. The work will consist of earthwork, ditch work and revegetation of 1 bond forfeiture permits.
The Work of Project is defined by the Contract Documents and consists of the following: This project includes the complete removal and replacement of the existing roof systems. The existing asphalt shingles and all associated metal flashings are to be removed and replaced and a new asphalt shingle roof system is to be installed and new associated metal flashings and trim. This includes the replacement of the existing gutters and downspouts. There is a small low slope roof area that will need to be removed and replaced as well. This area will also require new metal flashings, trim and parapet copings. There are also small areas of the exterior wall that will require masonry cleaning and some steel lintel repair and paint to eliminate signs of rust or deterioration.
Estimated Length of Project:
(Substantial Completion) + December 31, 2019 (Final Completion)
The Department for Facilities Management and Support Services desires to procure through a rental agreement a specific amount and configuration of temporary scaffolding type structures to accommodate the Official Inauguration Public Ceremonies that occur on December 10, 2019.
Main Diversion Structure Downstream Flow Meter Project
Main Diversion Structure Downstream Flow Meter Project
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the Main Diversion Structure Downstream Flow Meter Project Contract No. 16149, Budget ID No. D19275, Drawing Record No. 16140, Sheet No. 1-7, will be received at the office of MSD until 10:00 AM, Local Time, Tuesday September 17, 2019, and will be publicly opened and read at that place and time.
Description and location of Project: Construction of an access structure on the Ohio River Interceptor, installation of a Flo-Dar, and electrical and instrumentation work. This project is generally located on the Whayne Supply property at 1400 Cecil Avenue.
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. The non-mandatory pre-bid meeting will be held at the MSD Main Office Building, 700 West Liberty Street at 1:00 PM, Local Time, Wednesday, August 28, 2019. A non-mandatory site visit will be held immediately following the pre-bid meeting at 1400 Cecil Avenue. Any contractor that will be attending the non-mandatory site visit will be required to check in at the Whayne Supply main gate and tell the guard you are there for an MSD pre-bid meeting.
The Engineer’s Construction Cost Estimate for this project is between $200,000.00 to $300,000.00.
The bid documents will be available on, Monday, August 19, 2019, online at www.msdbids.com. The charge for each set of bid documents is outlined on the above-referenced web site.
Persons wishing to view the bid documents may do so online at www.msdbids.com 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 Brandon Flaherty, P.E.. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Brandon Flaherty E-mail: brandon.flaherty@louisvillemsd.org. Questions received less than ten days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda 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, Angela Akridge, P.E.
IF THE ENGINEER’S CONSTRUCTION COST ESTIMATE IS $50,000 OR MORE, the Minority Business Enterprise and Woman Business Enterprise (MBE/WBE) participation goals shall be applicable to all contracts and comply with MSD’s Interim Supplier Diversity Policy and Guidelines (Interim Policy). The Interim Policy is considered as one of the elements of responsiveness in a bid. Bidders must subcontract at least 15.0% of the total amount of the Contract Bid price to a certified MBE and 6.0% to a certified WBE, or if the Contractor is unable to meet the goals, must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the Interim Policy. – (see MSD Construction Related MBE/WBE Documents and Forms at http://www.msdlouky.org/insidemsd/diverse ). Each bidder is responsible for careful review of the Interim Policy requirements contained in the bid documents. Failure to comply with the Interim Policy may be grounds for rejection of the bid as non-responsive.
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Brandon Flaherty, P.E.
MSD Interim Supplier Diversity Policy and Guidelines for this project is as follows:
15% MBE and 6% WBE participation is required for this project.
LOCAL LABOR PREFERENCE: 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
Angela Akridge, P.E.
Chief Engineer
Rene’ Lindsay
One Water Chief Procurement Officer
MSD Procurement Department
LaRue County Board of Education – LaRue County Sprinkler Replacement & High School Gym Renovations
LaRue County Board of Education – LaRue County Sprinkler Replacement & High School Gym Renovations
Please note: Addendum 01 has changed the bid date.
The project scope includes the repair/replacement of the sprinkler system in the
High School and Middle School buildings; renovation of the High School Gymnasium (located in the
Middle School building) including structural repairs to entry canopy, equipment and finishes upgrade
including new wood floor, HVAC systems upgrades, new guard railing at mezzanine seating areas and
new basketball goals.
6503 Deep Creek Drive Drainage Improvement Project
6503 Deep Creek Drive Drainage Improvement Project
Description and location of Project: This unit based construction order is for the drainage improvement along 6503 Deep Creek Drive in Metro Council District 16.
Bowling Green Independent Board of Education – Bowling Green High School Softball Improvements
Bowling Green Independent Board of Education – Bowling Green High School Softball Improvements
The project scope includes the removal of existing back stop fencing and
installation of a new pole mounted net system as well as the demolition and construction of home and
away dugouts.
The primary scope of work includes removal and replacement of existing aluminum and steel windows, aluminum storefronts, tuck pointing, repair and coating exterior concrete masonry walls, preparation and painting existing exterior doors, frames and lintels. Window replacement includes removal of windows, window blinds, brackets, anchors and clips, at all window locations. Interior and exterior steel flanges (lintels) at windows and overhead door frames are to be cleaned, sanded and painted as part of the work. Refer to Demolition Drawings and Project Manual Section 01550 for additional requirements. New security grills are to be fabricated and installed at window locations shown. Storefront replacement work includes the removal and replacement of an existing aluminum storefront system, including doors, door hardware, frames, sidelights and transom.
New windows to be installed are blast resistant, thermally broken aluminum windows with color interlayer and low “E” laminated glazing. Windows to be installed include conventional aluminum awning windows and steel replica aluminum windows where existing steel windows are removed. As part of the window replacement, exterior concrete sills along the front of the building are to be cleaned. The storefront is to be replaced with a reinforced blast resistant, thermally broken aluminum storefront system. Existing CMU walls are to be cleaned, tuck pointed and coated with an acrylic elastomeric system. Existing brick is to be cleaned and treated with a penetrating water repellant. Exterior hollow metal doors, frames, and steel overhead coiling door frames are to be sanded and painted with an acrylic DTM paint.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the Flood Gate 1 Replacement Project Contract No. 16121, Budget ID No. F19245, Drawing Record No. 16121, Sheet No. 1-13, will be received at the office of MSD until 10:00AM, Local Time, Tuesday September 24, 2019, and will be publicly opened and read at that place and time.
Description and location of Project: Replacement of existing Flood Gate 1 and Actuator, installation of electrical conduits to Clifton Heights Storage Basin control building, and site work. This project is generally located near the intersection of Brownsboro Road and Drescher Bridge Avenue by the flood levee.
All work shall be done in accordance to MSD’s Standard Specifications.
There will be non-mandatory pre-bid meeting held for this project. The meeting will be held at the MSD Main Office Building, 700 West Liberty Street at 10:00 AM local time on Thursday, August 29, 2019. A non-mandatory site visit will be held immediately following the pre-bid meeting at 1827 Drescher Bridge Avenue.
The Engineer’s Construction Cost Estimate for this project is between $150,000.00 to $220,000.00.
The bid documents will be available on, Friday, August 16, 2019, online at www.msdbids.com. The charge for each set of bid documents is outlined on the above-referenced web site.
Persons wishing to view the bid documents may do so online at www.msdbids.com 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 Meskerem Eshetu, PE. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Meskerem Eshetu E-mail: meskerem.eshetu@louisvillemsd.org. Questions received less than ten days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda 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, Angela Akridge, P.E.
IF THE ENGINEER’S CONSTRUCTION COST ESTIMATE IS $50,000 OR MORE, the Minority Business Enterprise and Woman Business Enterprise (MBE/WBE) participation goals shall be applicable to all contracts and comply with MSD’s Interim Supplier Diversity Policy and Guidelines (Interim Policy). The Interim Policy is considered as one of the elements of responsiveness in a bid. Bidders must subcontract at least 15.0% of the total amount of the Contract Bid price to a certified MBE and 6.0% to a certified WBE, or if the Contractor is unable to meet the goals, must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the Interim Policy. – (see MSD Construction Related MBE/WBE Documents and Forms at http://www.msdlouky.org/insidemsd/diverse ). Each bidder is responsible for careful review of the Interim Policy requirements contained in the bid documents. Failure to comply with the Interim Policy may be grounds for rejection of the bid as non-responsive.
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Meskerem Eshetu, PE.
MSD Interim Supplier Diversity Policy and Guidelines for this project is as follows:
15% MBE and 6% WBE participation is required for this project.
LOCAL LABOR PREFERENCE: 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.
This bid is for a roofing project to be constructed under the specifications and requirements stated within
this document. The project includes, but is not limited to the following not in the sequence listed
1. Removing and discarding existing shingle roof system (all areas)
2. Repairing the roof deck as necessary (all areas)
3. Applying a leak proof membrane on the repaired deck (all areas)
4. Installing a standing seam copper roof (main building and shed roof)
5. Installing snow-guards with copper rail system on all eaves (snow and ice retainers)
6. Installing new copper gutter-liners and downspouts (main building)
7. Installing new fabricated copper gutters on the shed with new copper downspouts and
8. Installing a flat-seam copper roof on the entrance portal
Please note: Addendum 01 has changed the bid date and added a second pre-bid walkthrough.
The Chemistry/Physics project consists of a renovation of research laboratories on the 3rd floor and changing the entire face of the building with a new skin and building
additions. This facility is one of the latest improvements in research laboratory design standards, with spaces including new research laboratories, computational laboratory, shared equipment spaces, collaboration spaces, dining area, meeting spaces, and student work areas. The Bid Package #2A portion of this project focuses on the required controls for all new mechanical units and systems implemented for Bid
Package #2.