City of Richmond – Fountain / Garden Square Project
City of Richmond – Fountain / Garden Square Project
The scope of work includes landscaping, construction of sidewalk, fountain,
arbors, pavilion, electrical and storm utilities, and temporary erosion control as described
in the full summary of work and shown on the attachments. The project is located along
Main Street, from 1st Street to 3rd Street, and along N 1st Street, from Main Street to
Irvine Street.
This Work includes selective demolition of various components of the existing weigh station office building. The existing static scale will remain. All plumbing fixtures will be removed, water supplies and waste lines will be reused, replace stop valves on supplies. Remove all casework in 101 Break and 109 Enforcement. All doors and frames to be removed. All existing vinyl tile flooring will be removed to the existing slab. Existing slab to be patched as needed with two-part catalyzed concrete patching compound so establish an acceptable substrate for new LVT or porcelain tile flooring. Remove all existing windows and aluminum storefront system including all glazing. Remove existing asphalt shingle roof membrane to wood deck. Remove all roof vents and power vents, patch wood deck as needed. Remove existing metal fascia, metal soffit, gutters, and downspouts. Existing downspout boots and below grade drainage system to be reused, verify system freely drains to daylight. Remove existing acoustic ceiling system and grid, remove existing gypsum board ceiling in 109 Enforcement. Demolish existing exterior wall as shown on Demolition Plan to allow a new exterior door (Door 09) to be installed. Remove existing batt insultation in attic truss space. Install new R-38 blown-in fiberglass insulation. Replace existing insulation baffles at eaves. Install new acoustic ceiling tiles and grid. Install new LVT flooring throughout building, install new porcelain floor tile in Public and Private restrooms. Install new casework in 101 Break and 109 Enforcement (including new kitchen sink and faucet at Kitchenette). Install new doors (flush wood or hollow metal) and hollow metal frames per Schedule. Install new aluminum framed storefront system in 109 Enforcement and at existing punched openings throughout building, coordinate with drawings. Paint all interior gypsum board walls. Paint exterior steel lintels over doors and windows. Paint existing exterior antenna tower. Install new plumbing fixtures and accessories in 106 Private and 107 Private. Remove existing drinking fountain and replace with new dual height fixture. Existing water heater and HVAC system to remain. Clean interior of all duct work using vibratory cleaning method. Provide new steel shelving in 101 Break. Remove all existing lighting and switches, install new lighting and switches per drawings and specifications. Fill inspection pit at Inspection Barn (Pole Barn) by two riser heights of existing stairs with concrete fill. Extend existing pit drain up to new height and slope new concrete to drain. Replace lighting in Inspection Barn and Inspection Pit. Replace all mild steel column shoes (30 total, field verify) with new stainless steel shoes. Replace damaged railing and retaining wall at northeast corner
of vehicular circulation area. Refer to drawings and specifications for additional information and details.
City of Frankfort Sewer Department – Holly Hills and Meadowview Sanitary Sewer Rehabilitation Project
City of Frankfort Sewer Department – Holly Hills and Meadowview Sanitary Sewer Rehabilitation Project
Mobilize (and demobilize at the end of the project) to the project site providing all traffic control, and any erosion/sedimentation control measures, all sewage pumping around work areas, to complete the project to rehabilitate the Holly Hills and Meadowview domestic sewer system. The project includes: removal and replacement of 215 LF of 8-inch diameter gravity sewer; 220 LF of
8-inch diameter external point repairs, and 78 LF of 12-inch diameter external point repairs; 8 external manhole connection point repairs and one 12-inch external manhole connection point
repair; 5,300 LF of 8-inch CIPP pipeline rehabilitation and 460 LF of 12-inch CIPP pipeline rehabilitation; 5 LF of CIPP segmental pipeline rehabilitation; re-instate 92 existing sewer laterals;
replace 38 lateral 8-inch and one 12-inch sewer connections; repair 19 manhole connections; preform 550 LF of street cut and repair; and match 50 LF each of sidewalk and or curb and gutter.
The bid also includes contingency items to: clean 400 LF of 8-inch sewer and 400 LF of 12-inch sewer; televise 400LF of 8-inch and 12-inch sewer; provide and provide rehabilitation for 400 LF
of 8-inch sewer and 12-inch sewer utilizing the CIPP specified for the project; provide pricing for
25 CY of concrete and 25 CY of select fill that will be used to negotiate additional work if required. Finally, all final grading, seeding, clean up to leave the work sites satisfactory to the engineer
during final inspection. Special note is made concerning payment and delivery of the required reports following the installation of the CIPP, etc.
Limited scope shell stabilization of an historic structure on the campus of Mustard Seed
Hill in Millersburg Kentucky. The renovation scope shall include, selective demolition,
foundation replacement, wood framing, masonry veneer, insulation, window
reconditioning, and painting.
Tech Building ‘A’ – Roof ‘2’ Replacement:
This consists of roof replacement and masonry work.
1) Remove existing roof membrane system down to existing tectum roof deck. Repair roof deck as required, per Unit Prices. Mechanically fastened base sheet and mop two (2) layer of 2.2″ ridged roof insulation and 1-layer of 0.5″ coverboard in hot asphalt, staggering all thermal joints. Mop the base ply of the 2-Ply SBS Modified Bituminous Membrane Roofing system in hot asphalt and install the cap sheet in a cold membrane adhesive. Provide crickets where indicated.
2) Provide new metal components; e.g. metal counter flashings, roof drain leads, plumbing vent flashings, edge metal, headwall flashings, etc.
3) Masonry work: includes brick repair, repointing and application of water repellents, full height, all four (4) walls.
4) Mechanical/Electrical work: Remove existing rooftop units as noted and raise existing units that are to remain.
Tech Building ‘B’ – Roof Replacement:
This consists of roof replacement.
1) Remove existing roof membrane system down to existing roof deck. Install 2-Ply SBS Modified Bituminous Membrane Roofing system over ridged layer insulation, tapered insulation where indicated, cover board insulation. Install new sheet metal components (i.e. copings, flashings, scuppers, gutters, etc.). Provide crickets where indicated.
CCK-2370-19 UKGS Fan Coil Unit Replacement Phase 3
CCK-2370-19 UKGS Fan Coil Unit Replacement Phase 3
This project replaces fan coil units in a number of rooms at the University of Kentucky Good
Samaritan Hospital. Work will include freezing the hot and chilled water piping in each room,
demolishing the existing fan coil unit, setting the new unit, and piping up the new fan coil unit.
New controls will be provided with each fan coil unit that will be tied back in to the campus
control system.
City of Hopkinsville – Downtown & Inner City Park Improvement Project – Joe Mumford Park
City of Hopkinsville – Downtown & Inner City Park Improvement Project – Joe Mumford Park
The City of Hopkinsville, acting by and through Community and Development Services, seek the services of a contractor for
the construction work in the Downtown & Inner-City Park Improvement Project, including Joe Mumford Park. The project will
consist of a variety of elements including the installation of a basketball court; installation of a parking area; installation of
sidewalks; installation of other park amenities such as trash receptacles, grills, and benches; installation of a sheltered
picnic area; and installation of landscaping. This project is being bid with unit pricing to include some alternates.
Hardin County Water District No 1 – Fort Knox Wastewater and Stormwater Utilities- Bid Package 1
Hardin County Water District No 1 – Fort Knox Wastewater and Stormwater Utilities- Bid Package 1
Fort Knox Wastewater and Stormwater Utilities – Bid Package 1
• Boatwright Stormwater Improvements
• Eisenhower Wastewater Improvements
• Motor Park Road Stormwater Improvements
• Wilson Sewer Trunk Main Rehabilitation
This project encompasses the selective demolition of 48,224 sf of the Third Floor of the Chemistry/Physics building at the University of Kentucky in Lexington, KY to prepare for an interior fit-up to be issued in a later Bid Package.
ASBESTOS CLARIFICATION: The successful Bidders, after qualification, will enter into a subcontract with Wehr Constructors, Inc. However if any Friable Asbestos Material is
encountered during the Work, a third party separate contract will be entered into directly with the University of Kentucky for its abatement.
Consisting of the construction and/or furnishing of items as listed in the Bid Schedule for the Stormwater
Quality Improvement Project for Lexington & Fayette County Parking Authority – Helix
Garage, Lexington-Fayette County, Kentucky.
Project includes mechanical systems upgrades to a restroom in the South Wing of the Kentucky Exposition Center. Work includes new tile flooring and wall finishes, cabinetry, toilet partitions, plumbing, electrical, painting and demolition.
Work area is Mens Restroom B125.
This is Phase 1 of several Restroom and Meeting Room Renovations.
Sevier County Schools – Pigeon Forge Intermediate School
Sevier County Schools – Pigeon Forge Intermediate School
Please Note: Post Bid Addendum 01 has rebid packages 092 and 099 and added the following new categories: 015,060,064,101, and 107. See Bid Categories for more detail.
The Sevier County Board of Education will receive sealed bids for each Bid Package listed for the new
Pigeon Forge Intermediate School.
Please Note: Addendum 01 has changed the PreBid Date
The project provides for all labor, materials, and equipment necessary to construct a new playground and prefabricated restroom building along with surrounding pavements. The
improvements include associated work such as the removal of existing the existing playground, removal of existing pavements, tree and vegetation removal, utilities, drainage
and grading improvements.
Consisting of the construction and/or furnishing of items as listed in the Bid Schedule for the Riviera Road
Culvert Replacement, Bid No. 140-2018, Lexington-Fayette County, Kentucky.
Estimate:
$240,000.00
Estimated Length of Project:
(Substantial Completion) + 150 Calendar Days (Final Completion)
The John Henry Portals & Drainage Acid Mine Drainage Abatement Project is located
within an unnamed tributary to Line Branch of Jenny’s Creek in Johnson County. The total project area is approximately 7.7 acres, of which approximately 4.0 acres may be disturbed. Abandoned Mines reclamation to be conducted under this project consists of the closure of sixteen abandoned underground mine entries (thirteen open entries will receive bat-friendly wildlife accessible closures, and three collapsed entries will be reopened, fitted with drainage structures, and then be re-sealed), and the collection, control, and treatment of metals-laden acidic mine drainage issuing from those portals and the portion of coal seam outcrop adjacent to them. Drainage will be collected by means of subdrains modified for AMD conditions (noncalcareous backfill and PVC pipe 50% larger than the standard AML subdrain) and conveyed to a sequential alkaline-producing system (SAPS). An aerobic filter wetland will be constructed to
receive the discharge from the SAPS, and the wetland will discharge into an existing
impoundment, which discharges to Line Branch. Any excess earthen material generated by the project that is not utilized in construction of the filter wetland will be placed on the outslope of the existing pond embankment, without raising the level of the embankment. The existing emergency spillway (which is not serviceable due to being above the grade of an adjacent undisturbed area) will be replaced with a 4’ flat-bottom concrete block tied-mat ditch routed through the area where the pond currently discharges when the existing main spillway is overwhelmed. In order to prevent stormwater flooding of the SAPS and/or the filter wetland, the existing drainway will be rerouted around these structures by means of a 4’ flat-bottom concrete
block tied-mat ditch, which will discharge to the existing impoundment.
The entirety of the construction area has been thoroughly disturbed by a combination of coal mining, residential construction, highway construction, and gradework associated with establishment of the existing impoundment. Other than the transitional disturbance associated with the installation of bat-friendly wildlife-accessible portal closures, there will be no disturbance of caves or cave-like structures/habitats. Accessing the portals to be closed, installation of the subdrain and their discharge lines, and construction of the SAPS may disturb trees measuring over 3” diameter at breast-height (dbh). Rerouting of the hollow-drain andinstallation of the SAPS will result in the disturbance of approximately 325 linear feet of existing
stream, which has been previously altered by residential construction and establishment of the existing impoundment. It should be noted that, due to the presence of a relatively heavy AMD discharge from the underground-mined coal-seam, this portion of stream is of very poor quality and is not capable of supporting any other than a very low quality/diversity aquatic ecosystem.
Please note the bid date has been changed to November 20, 2018 10:00 A.M. Local Time.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of
4010 Rivulet Lane Bank Repair Project Rebid, Contract No. 2019-014, Budget ID No. C19233, will be received at the office of MSD until 10:00am, Local Time, November 8, 2018, and will be publicly opened and read at that place and time.
Description and location of Project: This unit based construction order is for the bank repair located in the rear of 4010 Rivulet Lane in Metro Council District 11.
All work shall be done in accordance to MSD’s Standard Specifications.
There will be no pre-bid meeting held for this project.
The Engineer’s Construction Cost Estimate for this project is between $20,000.00 to $49,000.00.
The bid documents will be available on, October 19, 2018, 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 Joseph S Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer Tamika Davis E-mail: Tamika.davis@louisvillemsd.org. Questions received less than five days prior to the date for opening of bids will 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 Procurement Buyer, Tamika Davis at Tamika.davis@louisvillemsd.org.
MSD Interim Supplier Diversity Policy and Guidelines for this project is as follows:
15% MBE and 6 % WBE participation is not 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 Board of MSD. MSD reserves the right to reject any or all bids or waive any informality in any bid.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the CMF PARKING IMPROVEMENTS Project Contract No. 16038, Budget ID No. G09535, Drawing Record No. 16038, Sheet No. 1-23, will be received at the office of MSD until 10:00 AM, Local Time, Thursday, November 15, 2018, and will be publicly opened and read at that place and time.
Description and location of Project: This project will consist of milling and paving the existing parking lot located at MSD’s Central Maintenance Facility (3050 Commerce Center Place, Louisville, KY 40216) off Cane Run Road in west Louisville, KY. Other site improvements include striping; lane re-configuration; removal of berm, tree, shrubs, light poles, concrete curb, and concrete sidewalk; installation of concrete sidewalk, concrete curb, 8′ chainlink fence, canteliver gate (8′ x 18′ gate), and 2 mangates (6′ x 8′); and some drainage improvements.
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. at MSD’s Main Office, 700 W. Liberty Street, Louisville, KY at 10:00 am Local Time on Tuesday, October 30, 2018.
The Engineer’s Construction Cost Estimate for this project is between $ 800,000.00 to $ 1,000,000.00.
The bid documents will be available on, October 19, 2018, 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 Joseph S Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Joseph Exely at: joseph.exely@louisvillemsd.org. Questions received less than five 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, joseph.exely@louisvillemsd.org
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.
CCK-2369-19 Nutter Field House – Room 110 Renovation
CCK-2369-19 Nutter Field House – Room 110 Renovation
This project converts the existing women’s locker room into a dedicated locker room and lounge area for the gymnastics team. The adjoining nutrition room will also be updated. Renovations include new hardwood lockers, a new wall to separate the locker room from the sink area, new flooring, new ceiling, new LED lighting in the locker area, more power and data, and updated HVAC.
This is a quick project which must be completed prior to the start of the Spring Semester 2019, thus
night/weekend work and holiday work as needed must be accounted for to complete the project.
Casework is N.I.C. GC Will coordinate delivery and install with vendor.
IF the project is in budget a letter of intent will be delivered ASAP to the successful GC and work will
commence.