CCK-2270-18 Expand/Renovate/Upgrade Law Building – BP2 TC-04B Ornamental Railing REBID-2444.0
CCK-2270-18 Expand/Renovate/Upgrade Law Building – BP2 TC-04B Ornamental Railing REBID-2444.0
PROJECT DESCRIPTION:
Renovation and Expansion (UK College of Law) consists of structural additions, new
facade, roof, interior fit up, fire protection, mechanical, and electrical systems to the
existing College of Law Building. A list of trade contracts for this work is listed below.
Group I Trade Contracts (CCK-2270-18) shall include:
City of Taylorsville – Taylorsville Lake Sewer System Improvements Contract 23
City of Taylorsville – Taylorsville Lake Sewer System Improvements Contract 23
Please Note: Addendum 1 has changed the Bid Date & Time
PROJECT DESCRIPTION: The project includes but is not limited to the following:
CONTRACT 23 – TAYLORSVTLLE LAKE SEWER SYSTEM IMPROVEMENTS
a.) 1 LS Duplex Sewage Pump Station Replacement (200 GPM) w/Telemetry
b.) 3 EA Master Meters and Vaults
c.) 3 EA Demolition and removal of WWTP and Pump Stations
d.) 250 LF 2″ PVC Waterline
PROJECT DESCRIPTION:
Separate sealed Bids for the construction of
Danville-Madison Pedestrian Bridge Project
•Contract 1: Pre-Manufactured Bridge
•Contract 2: Bridge Installation, Site Work & Sidewalks
The Newtown Campus of Bluegrass Community & Technical College seeks improvements to the vehicular and pedestrian traffic patterns on campus in order to create better and safer circulation paths while creating a safer student experience. The project calls for the demolition of 2 existing buildings, installation of sidewalks, installation of speed humps and installation of a gravel parking lot. All material from the demolition will be removed from the site and disposed of legally. Sidewalks will be concrete. The base material for the parking lot is available onsite and was salvaged from the phase 2 construction site and will require 2-3″ of clean DGA over the top. There will be limited grade work and drainage necessary to complete installation of the walks and the parking area.
Grayson County Water District – Conklin Road Water Storage Tank Repaint & Repair
Grayson County Water District – Conklin Road Water Storage Tank Repaint & Repair
PROJECT DESCRIPTION: The program of work for which bids are to be submitted consists of spot blasting and repainting of needed areas on the interior and exterior of the 100,000 gallon elevated water storage tank, and all related appurtenances.
Project involves the replacement of an existing storage-type, gas-fired, domestic hot water heater with a new electric storage-type water heater, a domestic hot water storage tank, pumps, piping, accessories and controls.
Hancock County Public Library – Old School Building Demolition
Hancock County Public Library – Old School Building Demolition
Please Note: Addendum 1 has changed the Pre-Bid Location
PROJECT DESCRIPTION:
Scope of Work consists of, but is not limited to the following:
• Building Demolition
• Salvage of specific items for the Owner to reuse
• Concrete Pavement Demolition
• Asphalt Pavement Demolition
• Site Utilities disconnections and Demolition
• Selected Landscaping (Shrubs and Trees) Demolition and Protection
• Site Improvement – Soil Preparation and Plantings
• Abatement is currently in process by the Owner’s Abatement Contractor
Hardin County Water District No 1 – Lincoln Trail Lift Station Rehabilitation Project – Group D
Hardin County Water District No 1 – Lincoln Trail Lift Station Rehabilitation Project – Group D
PROJECT DESCRIPTION:
The work to be bid is described as follows
Rehabilitation of the existing Lincoln Trail lift station. Selective demolition at the
lift station site, sitework, bypass pumping, and all necessary improvements
Hardin County Water District No 1 – Radcliff WWTP Improvements – Group C
Hardin County Water District No 1 – Radcliff WWTP Improvements – Group C
PROJECT DESCRIPTION:
The work to be bid is described as follows:
Replacement of 1 Vac Truck Dump Station and 1 RAS/WAS Pump Station.
Selective demolition at all sites, sitework, bypass pumping, and all necessary
improvements.
Hardin County Water District No 1 – Lift Station Rehabilitation Projects – Group A
Hardin County Water District No 1 – Lift Station Rehabilitation Projects – Group A
PROJECT DESCRIPTION:
The work to be bid is described as follows:
Rehabilitation and/or replacement of four existing lift stations (Cement,
Seminole, Hensley, and Masters Lift Stations). Selective demolition at all lift station
sites, sitework, bypass pumping, and all necessary improvements.
The project consists of a recovery roof system on one (1) building with multiple roof levels. Remove wet areas as indicated and fill in with new insulation. Clean existing roof surface of dirt and debris, and use insulation adhesive of one layer of 0.5″ coverboard insulation over all roof surface. Install 2-Ply SBS Modified Bituminous Membrane Roofing system over coverboard insulation. Provide crickets where indicated. Provide new metal components; e.g. metal counter flashings, roof drain leads, plumbing vent flashings, etc
RFB-114-18 Re-Ad of 75-18 Blue Licks Community Pool Upgrades
RFB-114-18 Re-Ad of 75-18 Blue Licks Community Pool Upgrades
Project Manager Name: Anne Saint-Aignan Phone: (502) 782-0337 Email:anne.saintaignan@ky.gov
Estimate:
$275,000.00 Estimated Length of Project:
May 15, 2018 (Substantial Completion) + June 14, 2018 (Final Completion)
The project addresses the main pool at the community pool facility and does not address the wading pool or its appurtenances. The community pool upgrades consist of four repairs in the base bid and a fifth repair as an additive alternate. As outlined in this project manual the prospective bidders shall submit a lump sum bid on the four repair tasks and a separate lump sum bid on the additive alternate repair. The description/summary of the repairs follows: NEW FILTERS: The contractor shall remove and dispose of the two existing filters and the backwash valve assembly and install two new units of equal size with new backwash valve assemble. The new filters shall be installed complete with internal distribution manifold and filter media. MAIN DRAINS AND PIPING; The contractor shall remove the existing two main drain sumps and the 8 inch pipe which delivers that pool water to the surge tank. Sufficient pool concrete floor shall be removed to access the pipe and two new VGB compliant main sumps and grates shall be installed in parallel. New 8 inch pipe shall be installed connecting the new main drains to the surge tank replacing the surge tank 8 inch shutoff valve. REPAIR AND EPOXY COAT POOL SHELL: The surface shall be prepared for the new epoxy coating system by removing all paint and loose material by sandblasting and/or other approved mechanical means. All cracks and joints in the shell will be repaired and patch material applied to provide a solid smooth surface for the epoxy coating. Approximately 180 linear feet of severe cracks shall be stabilized with steel staples, Approximately 60 linear feet of expansion joint shall be repaired with new joint sealant installed. Approximately 30 linear feet of expansion joint shall be repaired by removing and replacing adjacent deteriorated concrete and installing joint sealant. Additional slight cracks that are too large to be filled by the epoxy coating system shall be repaired with patching compound. DECK EXPANSION JOINT REPAIR: Approximately 780 linear feet of expansion and control joints on the pool deck and the pool stainless steel gutter shall be cleaned and new joint sealant installed. ADDITIVE ALTERNATE POOL FENCE; Remove existing fence around pool facility as delineated on the drawings and replace with 6 foot zinc coated steel chain link fence. Install privacy slats in 51 linear feet at locations noted on the drawings.
This project provides a new primary service entrance to replace the existing distribution
in the parking garage. The new distribution will be outdoor pad mounted and will back
feed existing campus loads.
PROJECT DESCRIPTION:
The project consists of a 1 story, 2542 square foot addition of Type VB construction to an
existing 1 story, 10,530 square foot structure, also of Type VB construction. The building is
classified as a Business occupancy, with the existing structure, a teaching arena, classified as
an A4 accessory occupancy. The buildings will not be sprinklered, as a (2) two hour fire
barrier will be constructed between the two structures, creating two fire areas, each below the
area requirements for inclusion of a sprinkler, per Chapter 9 of the KBC. As such, the main
Corridor of the addition will be constructed of (1) one hour fire partitions for the walls and for
the ceiling. One Alternate, a 340 square foot extension to Classroom 106 is included in bid
documents.
CALL 100 CONTRACT ID 171251 JESSAMINE COUNTY STP 0271 (087) : EAST NICHOLASVILLE BYPASS (KY 2827) EAST NICHOLASVILLE BYPASS SECTION II; FROM KY 39 EXTENDING SOUTHWESTERLY TO US 27 SOUTH OF NICHOLASVILLE, A DISTANCE OF 2.66 MILES. GRADE & DRAIN AND PAVEMENT ALTERNATES. SYP NO. 07-00087.50.
CALL 102 CONTRACT ID 171209 CAMPBELL COUNTY STP BRZ 0603 (281) : KY 10 (MP 4.567) REPLACE BRIDGE ON KY 10 OVER TWELVEMILE CREEK SE OF KY 1997 (MP 4.607), A DISTANCE OF 0.11 MILES. BRIDGE WITH GRADE, DRAIN & SURFACE. SYP NO. 06-01077.00.
CALL 103 CONTRACT ID 171252 FLOYD COUNTY STP BRZ 1203 (396) : KY 466 (MP 3.559) REPLACE BRIDGE AND APPROACHES ON KY 466 OVER LEFT FORK BEAVER CREEK (MP 3.599), A DISTANCE OF 0.10 MILES. GRADE, DRAIN & SURFACE WITH BRIDGE. SYP NO. 12-01084.00.
Please note The Bid Opening Date is hereby cancelled and rescheduled to December 12, 2017 @ 10:00 am, 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
Cherian Drive/Janlyn Road Drainage Improvement Project , Contract No. 2018-007, Budget ID No. C16189, will be received at the office of MSD until 10:00 am, Local Time, November 30, 2017 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 10-inch pipe and yard drain installation along Cherian Drive and Janlyn Road in Metro Council District 18.
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 $50,000.00 to $100,000.00.
The bid documents will be available on, November 10, 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 Joseph S Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer Karen Knox E-mail:karen.knox@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 Procurement Buyer, Karen knox at karen.knox@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 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
CALL 300 CONTRACT ID 171044 OLDHAM COUNTY FD39 093 0362 000-002 : KY-362 AND ASHBROOKE DRIVE IMPROVE DRAINAGE ON KY-362(ASH AVENUE) IN PEWEE VALLEY., A DISTANCE OF 0.10 MILES. GRADE, DRAIN & SURFACE WITH BRIDGE. SYP NO. 05-08851.00.
Montgomery County Board of Education – Welding Building Exterior Improvements
Montgomery County Board of Education – Welding Building Exterior Improvements
PROJECT DESCRIPTION: The scope of work includes the following: Work under the base bid will include
removal of the existing paint from the metal wall panels via abrasive method, and repainting the metal
wall panels and existing windows. Bid alternates will also be considered, and will include the removal
of existing paint from the metal roofing panels, rust treatment and leak repair/seals in the those panels
with flashing and seam repair, and coating with a roof deck coating; Removal of loose paint from
existing concrete masonry walls and repainting; and removal of existing metal wall panels, windows
and wall insulation to allow the installation of new metal wall panels and wall insulation, without
windows.
CCK-2266-18 UKGS Fan Coil Unit Replacement Phase 2
CCK-2266-18 UKGS Fan Coil Unit Replacement Phase 2
PROJECT DESCRIPTION:
The work shall primarily include, but is not necessarily limited to the following:
1. All insulation associated with mechanical systems
2. Condensate drainage systems
3. Complete heating, ventilation and air conditioning systems
4. Complete balancing of air and water systems
5. All applicable services and work specified in Section 200100
6. All specified or required control work
7. Provide all required motor starters, etc. not provided under the electrical sections
8. One year guarantee of all mechanical equipment, materials and workmanship
9. Thorough instruction of the owner’s maintenance personal in the operation and maintenance of
all mechanical equipment
10. Thorough coordination of the installation of all piping equipment and any other material with other
trades to ensure that no conflict in installation
11. Approved supervision of the mechanical work
12. Cutting patching, sleeving, concrete work, etc. Required to construct mechanical systems
13. Prior to submitting a bid the contractor shall contact all servicing utility companies to determine
exactly what each utility will provide and exactly what is required of the contractor and shall
include such requirements in the base bid
14. Procurement of all required permits and inspections, including fees for all permits and inspection
services and submission of final certification of inspection to the Engineers (Plumbing, Boiler,
HVAC, etc.)
15. Factory start-up of all major equipment (including terminal HVAC equipment) and submission of
associated factory start-up reports to the engineer