CCK-2202-17 Leader Avenue Domestic Water RB2-2425.3
CCK-2202-17 Leader Avenue Domestic Water RB2-2425.3
Please Note: Addendum 1 has changed the Pre-Bid Date
PROJECT DESCRIPTION:
The project includes the installation of new fire and domestic water service for two existing buildings. Currently served from the old Leader Ave to the north, these services will be eliminated and replaced with new services from Gazette Ave to the south. The entry points of services into the buildings will remain the same. Coordination with Kentucky American Water Company (KAWC) will be required as they provide a new tap from Gazette, however, the University will pay KAWC directly for their work. In addition to piping and valves, the contractor shall provide and install meter vaults, post indicator valves, fire department connections, fire hydrant assemblies, pipe hangers to hang pipe off of the northern building foundation and heat trace system for pipes on the northern face of the buildings. Demolition and restoration of asphalt pavement, concrete sidewalks, curb/gutter, paver walks, site furnishings, trees, shrubs, ground covers and lawns as necessary to perform water line work is also included. Erosion control during construction is also required.
CCK-2201-17 Research Building #2 – Construct Spline Utilities – BP#6-2425.0
CCK-2201-17 Research Building #2 – Construct Spline Utilities – BP#6-2425.0
Please Note: Addendum 02 has changed the Bid Date
PROJECT DESCRIPTION: Utility Spline Project (Bid Package #6) consists of an installation of a redundant chilled water supply and return lines; in addition to, a high pressure steam vault. All lines are buried underground running the distance from the Central Utility Plan (C.U.P) and meeting the utility loop on the east side of South Lime Stone. This project includes addition of a 2500 ton chiller, generator, and utility bridge-way. Additionally, there will be complete demolition of one set of University of Kentucky Apartments. A list of trade contracts for this work is listed below.
Description and location of Project: This unit based construction order is for the paved ditch installation along the rear properties along Ashbrooke Gardens Drive, in Metro Council District 13.
City of Lawrenceburg – Phase 4 – Alton Vacuum Sewer System Replacement
City of Lawrenceburg – Phase 4 – Alton Vacuum Sewer System Replacement
PROJECT DESCRIPTION:
This project consists of replacing an existing failed vacuum sewer system with a
conventional gravity and a low pressure sewer system. There will be approximately
9,800’ of 8” PVC Gravity Sewer Line, 100 Residential Gravity Sewer Reconnects
(Includes Church), 2,700’ of 6” PVC Gravity Sewer Service Line, 48 Manholes, 60’ of 4”
PVC Force Main, 3,250’ of 3” PVC Force Main, 11,250’ of 2” PVC Force Main, 11,000’ of
1.5” PVC Force Main, 101 Residential Simplex Grinder Stations and 1 Lift Station.
Lewis County Central Elementary School – Early Site Package
Lewis County Central Elementary School – Early Site Package
PROJECT DESCRIPTION:
The Lewis Co. New Central Elementary School project will be bid and constructed utilizing the Construction Management Agency form of construction contract delivery. Trace Creek Construction will
be the Construction Manager for the project under direct contract with the Lewis County Board of Education. The early site package is generally described as the demolition of existing structures / improvements and grading associated with the building pad for the future location of the new elementary school.
The following Individual Bid Packages will be accepted:
Individual Trade Bid Packages Listing: BID PACKAGE NO. 01 – Site Development
The work consists of the following items:
Provide demolition of HVAC equipment and new HVAC equipment and required accessories on the first floor of the Southeast campus building.
Replacing hail damaged HVAC equipment as required on the Southeast, Main and Downtown Campuses.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of Clifton Heights Force Main Extension Contract No. 15851 , Budget ID No. H09123, Drawing Record No. / Sheet No. 1-7, 9-41, and 43-47, will be received at the office of MSD until 10:00 AM, Local Time, Thursday March 9, 2017, and will be publicly opened and read at that place and time.
Description and location of Project: Installation of approximately 3,600 linear feet of 20-inch force main sewer pipe, two (2) manhole structures, Modification of CSO 088, Modification of CSO 131, and all other appurtenant work. This project is generally located along Mellwood Ave, Brownsboro Road, Story Avenue, and Cabel Street and 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 pre-bid meeting will be held at 11:00 AM on Tuesday February 21, 2017 at the MSD Main Office.
The Engineer’s Construction Cost Estimate for this project is between $ 2,500,000.00 to $ 4,000,000.00.
The bid documents will be available on, Monday, February 13, 2017, 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, P.E. 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, 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.
PREVAILING WAGE CONTRACT: No
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.
Town of Clarksville – Lombardy Drive Improvements and Traffic Signal at Sam Gwin Drive Project
Town of Clarksville – Lombardy Drive Improvements and Traffic Signal at Sam Gwin Drive Project
PROJECT DESCRIPTION:
This project includes widening of approximately 1,000 feet of Lombardy Drive from Veterans Parkway to Dave Pulliam Drive, the addition of a right turn lane from Veterans Parkway to Lombardy Drive and a connection between Turpin Drive and Hastings Drive. The project will also include two new traffic signals, one at the intersection of Lombardy Drive and Veterans Parkway and the other at the intersection of Sam Gwin Drive and Veterans Parkway. The project includes curb & gutters, sidewalk, storm sewers and all other items necessary for construction of a complete project.
An Excel Spreadsheet of the revised bid form (referenced in Addendum 01) is available for download. Click Here To Download
The Work consists of a new hangar building including a base bid of 3,316 square feet and an additive alternate of one bay containing 1,045 square feet. The Work includes site development and the extension and connection of all utilities. The building is a rigid frame pre-engineered metal building. Included in the work is a 40’ wide x 12’ rolling hangar door. There will be a men’s and women’s restroom and a closet that will be constructed with metal framing and drywall.
Fire Protection: A new underground fire protection water service is to be extended to the facility and wet sprinkler system installed.
HVAC system: Shall be a heated and ventilated facility, no cooling. All heating in the hangar area will be provided by gas fired radiant tube heaters. Heating in the rest rooms will be provided by electric resistance unit heaters.
Plumbing: Consists of two bathrooms with 3 water closets, 2 lavatories, and a mop sink located in a janitor’s closet. Floor drains are located in the rest rooms and hangar area.
Electric: A new 120/208 volt three phase 4 wire wye 800 ampere electric service panelboard will be installed. This service will be fed by a new 15kv primary underground and 225 KVA pad mounted transformer.
Lighting will be hi bay LED with several emergency battery paks used for emergency lighting. Branch circuits for owner supplied equipment (welders, magnaflux machine) and HVAC equipment are included. Wiring devices will be located throughout the facility.
Exterior lighting is comprised of LED wall paks with emergency lighting capability.
City of Frankfort – Frankfort West Main Street Two Way Conversion
City of Frankfort – Frankfort West Main Street Two Way Conversion
PROJECT DESCRIPTION:
The scope of work for this project shall consist of removing the existing curb, sidewalk and ramp at various locations along West Main Street at the Wilkinson Street, Washington Street, St. Clair Street and Ann Street intersections and other identified intersections. The contractor will be responsible for constructing new curb, sidewalk and ADA compliant ramps, installing new pavement and drainage structures as well as repairing any damaged pavement. For the duration of the project the contractor shall maintain pedestrian traffic on existing sidewalks and maintain access to all buildings at all times. The contractor shall install all traffic control devices, signs and pavement markings.
This project will modify and replace components of two makeup air units at the Lake Barkley Lodge in Cadiz, Kentucky. The work consists of the following: removal of existing condensing units, refrigerant piping, and coils; installation of new condensing units and associated refrigerant systems; replacement of air handling unit’s filter racks, exhaust fans, and energy recovery wheels; re-sheave of existing air handling unit’s supply fans; installation of duct heaters; modification of ductwork; modification and installation of HVAC controls; installation of electrical; start-up/testing; and test, adjustment, and air balancing. The trades involved include, but are not limited to: demolition; HVAC; insulation; HVAC controls; TAB (paid by Owner); and electrical. The makeup air unit outages must take place during specific, designated days in April and May (refer to Contract Documents). This project will be constructed under a single prime contract.
PROJECT DESCRIPTION:
The project base bid includes the removal of the existing natural grass football field, irrigation and drainage system and replacement with a synthetic turf field and associated anchor curbs and drainage system, and minor track asphalt and rubber surface addition and repairs.
CCK-2200-17 Chemistry-Physics Building Switchgear Replacement
CCK-2200-17 Chemistry-Physics Building Switchgear Replacement
Please Note: Addendum 01 has changed the Bid Date
The scope of this project is to replace the existing medium voltage power feed with a new 15 KV feeder to the building. Existing switchgear and primary transformers in the basement will be replaced. Provide & install a new substation in the basement. Refeed exiting lines. New feeders will also be run to existing switchgear in the penthouse.
Estimate:
$120,270.00 Estimated Length of Project:
(Substantial Completion) + 90 Calendar Days (Final Completion
The proposed project (approximately 34.1 acres total) consists of drainage control reclamation in Johnson County. The project area is located on the United States Geological Survey (USGS) 7.5’ Paintsville quadrangle (see the attached project and site maps).
The Katie Woody Site consists of installing ditch work along the Katie Woody residence. The site is located at 1132 KY 993, near the community of Tudor Key, KY. The project area is centrally located at N 37° 51’ 34.30”, W 82° 46’ 13.60”. To reach the site from the AML Prestonsburg Regional Field Office, turn right onto South Lake Drive and go about 0.2 miles,
turn right onto KY 302 (Water Gap Road), and proceed for 2.6 miles, take ramp onto US 23 North and proceed for 21.0 miles, turn right onto KY 993 and proceed for approximately 1.4 miles, turn left into drive shared by Lloyd Woody Sr. and Katie and Lloyd Keith Woody.
Reclamation work consists of installing 540 L.F. of concrete block-tied mat ditch and 110 L.F. of concrete ditch. A temporary access road will not be constructed as the driveway serves as sufficient access. The waste material generated during project work will be used on site in the grading portion of the project boundaries.
During the process of these construction activities, trees over 5 inches in diameter at breast height will not have to be removed in the AML problem area to install drainage controls. A sediment and erosion control program, consisting of such measures as constructing hay bales/silt fence and installing a permanent gabion weir to be maintained throughout the life of the project and prompt re-vegetation using agricultural limestone, fertilizer, seed, and mulch will be implemented on all areas disturbed by this project.
Entry to the work areas will be accessed by the county road, residential driveways, and residentially maintained yards. The entire project work area slated for any excavation has been previously disturbed by any or all of the following: coal mining operations, including mine drainage, timber operations, gas/oil well development, residential development, road construction, and/or high velocity water flows associated with heavy rain events and flooding. These disturbances consist of significant upheaval, mixing,and removal of earthen material from deep excavation, grading, sub-surface drilling, fill material placement, and erosion. There should be no undisturbed earthen material to a depth of several feet at the areas slated for significant project-related construction activities.
This project will include pre- and/or post- project maintenance and repair of existing previously constructed public county roads utilized during the construction of this project, which are administered by the county or local road authority. This construction activity will be conducted under the authority and supervision of the local public road authority and will consist of standard road construction practices appropriate to mitigate impacts to the local community from potential degraded road conditions in order to maintain public traffic safety.
PROJECT DESCRIPTION: The project involves the renovation and adaptive reuse of the historic Elkhorn City High School building located at 551 W. Russell St. in Elkhorn City Kentucky into 27 affordable LMI apartments and associated facilities to be known as the Elkhorn City School Apartments. The building will be renovated in accordance with the Secretary of the Interior’s Standards for Rehabilitation of Historic Structures thereby preserving its historic character. There will be 12 one-bedroom, 11 two-bedroom, and 4 three-bedroom units. Two of the units will be accessible to persons with mobility impairment and one unit will be accessible to persons with visual or hearing impairment.
The project involves transportation of four (4) 11’6″x16’ pre-fabricated concrete structures to four existing sites to replace the existing fiberglass structures containing radio equipment. New foundations and new grounding/electrical work will be required as well as site work associated with the new structures.
Project includes the complete reroofing of the existing L&N Building with a modified bituminous membrane roof system. The existing roof drains will be replaced, and new overflow drains added. Also included are a new lighting protection system and a rooftop fall protection system. A portion of the existing sheet metal cornice will be modified and repaired. Additional work on the cornice will be an alternate. Exterior plaster on the penthouses will be repaired as part of an alternate. Masonry work and new stone masonry parapet caps are included in an alternate. Project also includes the removal of the existing L&N Sign and support structure, with transportation to the Owner in Frankfort, KY. There are three add alternates.
Jackson County Water Association – Contract 1: 8-Inch Transmission Main
Jackson County Water Association – Contract 1: 8-Inch Transmission Main
Contract 1
This contract consists of installing 27,000 LF of 8″ and 7900 LF of 6″ PVC Waterline, 2 booster pump stations, 1 master meter and 1 pressure reducing station and appurtenances. The engineer’s estimate is $2,300.000.
PROJECT DESCRIPTION:
CALL 201 CONTRACT ID 171204 GARRARD, MERCER COUNTIES 121GR17D004-STP KENNEDY BRIDGE ROAD (KY 152) GARRARD COUNTY STP BRO 5129 (016) : KENNEDY BRIDGE ROAD (KY 152) GARRARD COUNTY (MP 0.000) REPLACE BRIDGE AND APPROACHES ON KY 152 OVER HERRINGTON LAKE AT THE MERCER/GARRARD COUNTY LINE (MP 0.076), A DISTANCE OF 0.12 MILES. BRIDGE WITH GRADE, DRAIN & SURFACE. MERCER COUNTY STP BRO 1529 (016) : KENNEDY BRIDGE ROAD (KY 152) IN MERCER COUNTY (MP 18.818) REPLACE BRIDGE AND APPROACHES ON KY 152 OVER HERRINGTON LAKE AT THE MERCER/GARRARD COUNTY LINE (MP 18.894), A DISTANCE OF 0.32 MILES. BRIDGE WITH GRADE, DRAIN & SURFACE.