Prestonsburg City’s Utilities Commission – Modifications to Existing WTP River Crossings-Contract 1
Prestonsburg City’s Utilities Commission – Modifications to Existing WTP River Crossings-Contract 1
PROJECT DESCRIPTION:
The work to be bid consists of:
The scope of work consists of the installation of eight (8) river crossings by Horizontal Directional Drilling
(HDD) methods tying into the existing distribution system to maintain water supply to critical infrastructure.
HDD pipe sizes include HDPE DR-9 4″, 6″, 10″ and 12″, The Contractor shall furnish all materials, equipment
and labor necessary to complete the construction of the river crossings and appurtenances. Time of completion for PCUC Contract I – River Crossings Project is 180 calendar days.
This bid has been canceled. This project will be revised and posted for rebid in the near future.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of 725 East Market Street Storm PSC Installation., Contract No. 2017-020, Budget ID No. NA, will be received at the office of MSD until 10:00 am, Local Time, Tuesday, June 6, 2017, and will be publicly opened and read at that place and time.
Description and location of Project: Install approximately 17 LF of 12″ PVC to Property Line, 5’ Deep; Install Dog House Manhole over single ring brick sewer; Pour 8″ base pad with #5 rebar, 8″ side walls with #5 rebar, 12″ O.C., each way; Dig out 24″ brick down to haunches of pipe; May have to hand dig from 12″ above pipe to haunches; Set flat top on Dog House and core 12″ through concrete wall with boot; Mill and pave 40’x35′; Trench cut 10’x10′ and 11’x4′ with 1′ set back; All traffic control and permits the responsibility of the contractor; May have to close the road.
All work shall be done in accordance to MSD’s Standard Specifications.
There will be a mandatory pre-bid meeting held for this project at 725 East Market Street on Thursday, June 1, 2017 at 10:00 AM, Local Time
The Engineer’s Construction Cost Estimate for this project is between $30,000.00 to $49,999.00.
The bid documents will be available on, Friday, May 26, 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 Chris Gregory . All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Chris Gregory E-mail:chris.gregory@louisvillemsd.org.Questions received less than two 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 least15.0% 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, Chris Gregory .
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
This bid has been canceled. This project will be revised and posted for rebid in the near future.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of 725 East Market Street Sanitary PSC Installation., Contract No. 2017-020, Budget ID No. NA, will be received at the office of MSD until 10:00 am, Local Time, Tuesday, June 6, 2017, and will be publicly opened and read at that place and time.
Description and location of Project: Install approximately 31 LF of 12″ PVC to Property Line, 7’ Deep; Install Dog House Manhole over single ring brick sewer; Pour 8″ base pad with #5 rebar, 8″ side walls with #5 rebar, 12″ O.C., each way; Dig out 24″ brick down to haunches of pipe; May have to hand dig from 12″ above pipe to haunches; Set flat top on Dog House and core 12″ through concrete wall with boot; Mill and pave 40’x35′; Trench cut 10’x10′ and 11’x4′ with 1′ set back; All traffic control and permits the responsibility of the contractor; May have to close the road.
All work shall be done in accordance to MSD’s Standard Specifications.
There will be a mandatory pre-bid meeting held for this project at 725 East Market Street on Thursday, June 1, 2017 at 10:00 AM, Local Time
The Engineer’s Construction Cost Estimate for this project is between $30,000.00 to $49,999.00.
The bid documents will be available on, Friday, May 26, 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 Chris Gregory . All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Chris Gregory E-mail:chris.gregory@louisvillemsd.org.Questions received less than two 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 least15.0% 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, Chris Gregory .
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
Danville-Boyle County Airport Board – Stuart Powell Field – Construct New 10-Unit T-hangar
Danville-Boyle County Airport Board – Stuart Powell Field – Construct New 10-Unit T-hangar
PROJECT DESCRIPTION:
Furnishing all labor, materials and equipment and performing all work necessary for Construct New 100 Unit T-hangar at the Stuart Powell Field
CCK-2227-17 College of Law Expansion & Renovation – 2444.0
CCK-2227-17 College of Law Expansion & Renovation – 2444.0
PROJECT DESCRIPTION:
Renovation and Expansion (UK College of Law) consists of selective demolition of the
existing College of Law Building. This demolition consists of structural removal, facade
removal, complete interior demolition, and relocation of the fiber optic line serving the building. A list of trade contracts for this work is listed below:
Group I Trade Contracts (CCK-2227-17) shall include:
01A – General Trades
02A – Demolition & Asbestos
Abatement
Estimate:
$307,750.00 Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
The Jeff Sands residence is located east of the city of Pikeville, Kentucky, at 37° 28’ 46.75” N and 82° 33’ 30.96” W, along Cedar Creek. The site can be reached from the intersection of Routes 23 and KY 1384 in Pikeville by taking Route 1384 west for approximately 0.8 miles to a right onto Cecil Drive. Traveling on Cecil Drive for approximately 0.16 miles, the Sands residence is the third house on the left past the church.
Landslide material and drainage from the slope behind the residence saturates the yard area and threatens the residence.
To remediate the problem, slide material will be removed from behind the residence and a 12’ non-reinforced concrete block wall will be installed at the toe of the slope. A sub-drain behind the wall, and a rock ditch down the north side of the slope will be installed to control drainage. All drainage will be directed to the existing drains. The unstable areas above the wall will be graded to a 2:1 slope. Roadway Stone is intended to maintain the construction roads near the residence as may be necessary.
A quantity of geogrid and filter fabric is included as necessary to protect the existing driveway during construction and hauling of material to the disposal area.
Excess waste material from the excavation shall be disposed at a proposed waste area .85 miles northwest of the project on KY 1384 at 37° 29’ 12.75” N and 82° 34’ 15.94” W.
It should be noted that a gas line, water line, and several power lines exist within or near to the Project Limits. These are noted on the Plan, but the possibility exists that other utilities may be present on the site.
Site preparation for the site and the associated waste area includes clearing and grubbing of vegetation and replacement of any fences disturbed during construction. Straw bales and silt fence are included to minimize erosion from the site. No trees larger than three inches in diameter, whether dead or alive, will be removed except during the designated time allowed unless they are on an unstable slope.
All areas disturbed by construction activities are to be revegetated in accordance with regional, regulatory, and project standards, using agricultural limestone, fertilizer, seed and mulch. A standard seed mix is to be used.
Madison County Public Library – Renovation and Addition Project
Madison County Public Library – Renovation and Addition Project
Chris Cottongim- 5253 Design Group
PROJECT DESCRIPTION: Scope of Work consists
of, but is not limited to the following:
• Phase 1: HVAC installation and switch over from the existing
Geothermal System.
• Phase 2: Construction of the Addition and required Site Work and
Demolition to achieve this goal.
• Phase 3: Once the Addition is complete, interior renovations can
start and Owner will take occupancy of the Third Floor for Administration.
• Phase 4: Upon completion of Phase 3, demolition of the Annex building can take place to allow for the site to be finished.
Bids for the Pine Mountain Lodge Roof Replacement project will be accepted from General Contractors only. Roofing Contractors may not submit bid proposals as the Prime Contractor but Roofing Contractors may submit bid proposals to General Contractors. The project comprises the replacement of the roofs on the Pine Mountain Lodge and associated buildings.The work under the BASE BID (13,062 s.f.) and separately under the ADDITIVE ALTERNATE (8,408 s.f.) includes tear-off of existing roofs and their replacement with new roofing materials; replacement will be with 30 year Warranted dimensional shingles on all buildings, smaller areas of EPDM single ply roofing in ADDITIVE ALTERNATE will be replaced with Modified Bitumen Roofing; insulated nailbase sheathing will be installed over the east half of the original Historic Lodge under new dimensional shingles. All existing gutters and downspouts are to be replaced. Deteriorated sheathing or structural members that are discovered will be replaced per unit costs and change order. Deteriorated siding and trim will be addressed in another separate project to be bid independently.The Base Bid will include all materials, labor, safety measures for the complete demolition and reconstruction of the Lodge Roof and its contiguous Roofs. The ADDITIVE ALTERNATE BID will include all materials, labor, safety measures for the complete demolition and reconstruction of the Guest Room Wings beginning at the point of demarcation shown on the drawings.
The Kentucky VA Cemetery Central – Cemetery Expansion is located at the existing Veterans Administration Cemetery in Radcliff, Kentucky at 2501 North Dixie Boulevard. The work shall consist of expanding burials by adding double depth crypts, columbarium walls and creating suitable space for in-ground cremain and single casketed burials. Work shall consist of tree clearing, earthwork to establish grades for the burials, construct the plaza for new columbarium walls including foundations and veneers, construction of precast double depth crypts including installation, storm drainage, irrigation as well as site furnishings, finish grading and turf establishment.
The Work consists of a new hangar building including a base bid of 3,342 square feet and an additive alternate of one bay containing 987 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 400 ampere electric service panelboard will be installed. This new underground service will be fed by tapping the secondary of the existing 750 KVA transformer serving Social Science building.
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.
Site Work: A new telephone/data raceway from an existing manhole to the facility with pull wire, 4’x8’ backboard with power outlet is included. Electric door locks for 2 personnel doors shall be provided.
CCK-2233-17 Jacobs Science Building Interior Landscape-2363.0
CCK-2233-17 Jacobs Science Building Interior Landscape-2363.0
PROJECT DESCRIPTION:
The project includes the removal of remaining native plants from interior planting beds of the Jacobs Science
Building. In order to replace the native plants with tropical species, the existing topsoil must be replaced with
potting soil. In order to do this, the rock mulch and existing irrigation drip tubing and foggers must be
displaced. The existing topsoil shalilhen be replaced to a depth of 12″ with potting soil. Tropical plants shall
then be provided and installed and the irrigation and rock mulch redistributed in the beds. The plants and
irrigation system must be maintained for a one-year period following final completion of the work.
This Work includes demolition of the existing weigh station office building, curb island, static scale pit, and metal shed that houses a water cistern. The existing static scale will be salvaged to the owner. The Work includes a new 1,877 sf weigh station office building built on spread footings with C.M.U. stem wall. The new building will be slab on grade with wood frame walls, brick masonry veneer, wood trusses, asphalt shingle roof, aluminum storefront entrances and windows. The following functions will be included: Scale Monitoring Area, Customer Service Area, Break Area with kitchenette and metal lockers, Men’s, Women;s, and Public Restrooms (all accessible), Mechanical Room (HVAC, Communications, Electrical Load Centers, Custodial Sink), and six Offices. The HVAC system is a ducted, forced air heat pump with diffusers and returns mounted in the suspended ceiling. The Electrical system will consist of a new underground 300Amp, 120/240Volt, single phase service feeding a single electrical panel and will be designed per NEC. All service and building wiring shall be in conduit or underground PVC as noted on the plans. An electrical, dual compartment isoduct will be installed on the Scales Countertop to serve as a backsplash. All receptacles and switches will be ivory in color. Lights will be lay-in LED in the Office Area and LED down lights in the Work Room Areas. Occupancy sensors will control the lighting in the Private Office and Restrooms. There will be new LED pole lighting and LED flag lights for the site lighting. Two (2) three (3) inch underground conduits for telephone and communications will be provided to serve the building’s voice and communications needs. A central, wall mounted MDF shall be provided to house the data rack, phone rack, radio rack, and internet rack. A new public address system using new amplifier, microphone, and pole mounted site speakers will be provided. The work includes new concrete paving (10″) thick with rebar), new concrete curbs, walk, and parking area (including two van accessible spaces), and new striping in vehicular use areas. Please note, no mechanical, electrical, or plumbing work is to be installed above the 10’ drywall ceiling in the truss space attic.
Cumberland Falls Highway Water District – Line Replacement and Reinforcement Project
Cumberland Falls Highway Water District – Line Replacement and Reinforcement Project
This contract consists of installing approximately 2,825 L.F. of 6″, 32,545 L.F. of 4″, and 11,760 L.F. of 3″ PVC Water Line; reconnection and/or replacement of approximately 220 meters; approximately 33 new meter settings
and appurtenances.
Greenbo Lodge is located at Greenbo Lake State Resort Park, 965 Lodge Road in Greenup, Kentucky. Work of the Base Bid includes
1. Miscellaneous carpentry repairs including temporary removal and replacement of screen fabric on guest room screen doors, soffit repairs, and stucco batten repairs.
2. Repair and replacement of exterior cement plaster (stucco), including paint finish.
3. New paint finish on all exterior surfaces currently finished with a field applied paint coating.
4. New manufactured aluminum dock cover including columns and downspout.
5. New vinyl coated chain link fencing with privacy slats.
Work of Bid Alternate One includes:
1. Repair and/or replacement of structural steel components associated with the three-story exterior stair located on the west end of the guest room wing. Existing steel members scheduled to remain shall be sandblasted to a near white finish and finished with new paint coatings.
Project consists of an installation of new DDC system controls to existing VAV boxes. Selected VAV boxes will be disconnected from existing system and left abandoned above ceilings. In many places new ductwork branch connections will be connected to existing diffusers from the existing VAV box that is to remain. Ductwork will be modified to combine duct systems that were served by two air handlers so that one air handler will now serve both systems. New ceiling work in this area will be required. All remaining VAV boxes will be balanced by an Owner furnished balancing contractor.
Farmdale Water District – Master Meter & Bypass Meter Project
Farmdale Water District – Master Meter & Bypass Meter Project
The work to be bid upon is described as follows:
• Three (3) master meter, including vault, valves, piping and all appurtenances as shown on the
plans and specifications, complete in place.
• Approximately ten (10) bypass meter and appurtenances.
• Approximately six (6) cut in valves.
CCK-2232-17 Miller Hall Foundation Wall Waterproofing
CCK-2232-17 Miller Hall Foundation Wall Waterproofing
PROJECT DESCRIPTION:
Miller Hall, constructed in 1898, has a rubble stone foundation. The rubble stone is allowing ground water
intrusion into the interior damaging plaster, drywall, flooring and other furnishings. The intent of this project
is to waterproof the exterior of the foundation wall and install a foundation drainage system. Interior
renovations are not included in this project.
Spencer County Fiscal Court – Delta Road Slide Repair
Spencer County Fiscal Court – Delta Road Slide Repair
PROJECT DESCRIPTION:
The scope of the work is for the repair of the slide on Delta Road along the Salt
River, near the mouth of Goose Creek.
• Remove sufficient material to complete stabilization of the right descending bank of the Salt River and subgrade of Delta Road.
• Fill to original roadway cross-section and finish with traffic bound base.
The work shall include restoration of the roadway. The location is Delta Road, approximately 3
miles south of KY 44 between Mt. Washington and Taylorsville.