Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of the MFWQTC Computer Room Upgrades Contract No. 16930, Budget ID No. D22186, Drawing Record No. / Sheet No. 1-37, will be received at the office of MSD until 11:00 AM, Local Time, Thursday, January 26, 2023, and will be publicly opened and read at that place and time. The public may attend the bid opening via
Microsoft Teams Meeting. The phone number is (502) 654-8113 and the Conference ID is 969719565#. This info will also
be posted on the bid box on the day of the bid opening.
Description and location of Project:The principal features of the Work to be performed under this Contract include, but are not
limited to the following:
The Contractor shall provide the full scope of services outlined in the specifications
and drawings for the MSD Morris Forman Computer Room Upgrades project.
The services shall include the following:
1. Demolition
2. Temporary Conditions
3. Workstations and Furnishings
4. Finishes
5. Electrical and Telecom Utility
6. Generator and ATS System
7. Lighting and Controls Systems
8. HVAC and Controls Systems 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 Morris Forman Water Quality Treatment Center on Thursday, January 12, 2023 at 11:00 a.m. The address
is 4522 Algonquin Parkway. All visitors will be required to furnish their own PPE to visit the site. A face mask must
also be worn during the site visit. We will meet at the gazebo at the top of the hill to the left of the Administration
Building.
The Engineer’s Construction Cost Estimate for this project is between $800,000.00 and $1,500,000.00.
The bid documents will be available on Thursday, January 5, 2023, 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 Julie Potempa. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Julie Potempa. at julie.potempa@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, David Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at https://louisvillemsd.org/SupplierDiversity/forms
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Julie Potempa.
MSD SUPPLIER DIVERSITY PROGRAM: Applicable
The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If selected as applicable above, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and 15.0% WBE – Caucasian Female participation respectively required for this project.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: Not Applicable
This MSD construction project is bid and advertised as:
Construction Services: YES Construction-related Services: NO
LOCAL LABOR COMMITMENT PREFERENCE: No
COMMUNITY BENEFITS PROGRAM: 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.
Project Description:
The project includes installation of approximately 36,465 linear feet of new PVC water main and reconnection of existing water services within the park property. Existing asbestos-cement water pipe will be abandoned in place.
The project includes the following:
1. Approximately 11,600 linear feet of new 4″ PVC wastewater force main
2. One duplex submersible wastewater pumping station
3. Approximately 7,800 linear feet of 2″, 2.5″ and 3″ low pressure wastewater collection system piping
4. Four duplex grinder pump stations for low pressure collection system
5. 2200 linear feet of cured-in-Place pipe lining.
6. Miscellaneous electrical improvements.
Project Description:
1. Remove existing roofing membrane and metal flashing.
2. Remove existing abandoned curbs.
3. Fill in existing opening in deck where abandoned curbs have been removed with new plywood roof sheathing.
4. Install 2-plys of SBS-modified bituminous membrane roofing.
a. Mechanically attach sheathing paper and fiberglass mat base sheet to existing plywood deck
b. Adhere 1 layer of ¼” tapered insulation in low-rise, urethane adhesive.
c. Apply one layer of SBS-modified bitumen fiberglass mat base sheet in cold asphaltic adhesive.
d. Install one ply of granule surfaced SBS modified bitumen cap sheet in cold asphaltic adhesive.
5. Install new metal flashing around perimeter of flat roof area.
Project Description:
The project consists of the removal and replacement of the sanitary sewage comminutor serving the sanitary system of two dormitories and a guard tower. Contractor shall provide a hard-piped bypass and separate overflow of the comminutor to provide ease of maintenance on the comminutor. Bypass shall consist of multiple gate valves. Overflow shall consist of open pipe with removable trash guard. Existing incoming sanitary sewer shall be intercepted and reworked to accommodate installation of new manholes and comminutor. Provide new control panel, alarms, and level monitoring for comminutor. Existing water main to be relocated to accommodate new sanitary work. Contractor to verify size, location, and inverts of all utilities. All work will be performed inside the Security Boundary.
RFB-178-23 DJJ- Padded Security Cell Various Locations
RFB-178-23 DJJ- Padded Security Cell Various Locations
Estimate: $515,625.00
Estimated Length of Project:
See Phases in Specs (Substantial Completion) + 30 (Final Completion)
Project Description:
The Work includes selective demolition and renovation of one cell at each site listed. The renovation includes the conversion and upgrade to isolation cells with protective padding systems. See drawings and specifications for additional information.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the Shepherds Crossing Drainage Improvement Project Phase 2 Contract No. 2023-018, Budget ID No. C23121, will be received at the office of MSD until 10:00 a.m., Local Time, Tuesday, January 10, 2023, and will be publicly opened and read at that place and time. The public may attend the bid opening via teleconference call.
Description and location of Project: To perform the drainage improvements within Shepherd Crossing. 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 and $90,000.00.
The bid documents will be available on Wednesday, December 21, 2022, 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 Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer Barry Pickett at Barry.Pickett@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, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms.
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer, Barry Pickett at Barry.Pickett@louisvillemsd.org. For this Bid Opening, MSD will be hosting a Teleconference call in place of a face-to-face public opening. MSD will also post the As-Read Bid Summary as soon as available. To take part in the Bid Opening Teleconference Call, please call 502-654-8113 and enter code 414 248 835#.
MSD SUPPLIER DIVERSITY PROGRAM: Not Applicable
The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If applicable, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: Applicable
This MSD construction project is bid and advertised as: check applicable below
Construction Services: X
Construction-related Services:
LOCAL LABOR COMMITMENT PREFERENCE: No
COMMUNITY BENEFITS PROGRAM: 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
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
The project consists of roof replacement of Low Sloped Roofs & Metal Roof PVC flute fill and overlay.
1. Low Slope: Remove existing roof system, down to existing roof deck. Install 2-Ply SBS Modified Bituminous Membrane Roofing system over ridged layer insulation, and cover board insulation. Provide crickets where indicated.
2. Metal Roof: Remove existing gutters. Install new flute fill insulation and cover board, Install PVC Membrane roof system with mechanical heat induction attachment & new gutters and downspouts.
3. Masonry: Repointing (150SF) and seal (1,200 SF) at parapet walls.
Oldham County Board of Education – Oldham County Athletics Bid Package B
Oldham County Board of Education – Oldham County Athletics Bid Package B
Work is divided between South Oldham High School (SOHS) and Oldham
County High School (OCHS). The work at SOHS includes the development of a new entry plaza with Ticket Booth and entry gates, a new scoreboard/videoboard, the resurfacing of the existing 6-lane running track and D-zones, construction of new sidewalks and plazas to support a new ticket booth and modified home bleachers and the replacement of the visitor bleachers and associated pavements. The new Concessions building consists of a concessions room, public restrooms, and a locker room.
It will be a masonry load bearing structure with metal beams and deck with a single-ply membrane roof, and brick veneer. Major systems include Mechanical, Plumbing, Electrical, and Voice/Data.
The work at OCHS includes the development of a new entry plaza with Ticket Booth and entry gates, the addition of sidewalks connecting the facility entrance to the home and visitor bleachers, the resurfacing of the 6-lane running track and D-zones, the construction of new shot put and discus events, and the redevelopment of the existing victory bell plaza. A new cushion running surface is being installed on the tracks at both facilities.
Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
The project will construct a gabion retaining wall 72 linear feet long, 12 feet high with two 15 foot wing walls to stabilize the hillside behind the Claxton residence along with rock core drains and combination rock ditch drains to alleviate water issues associated with the slide. Proper silt control will be installed. All area will be revegetated at end of project.
No trees 3″ dia or greater will be removed outside of slide area.
Project consists of a phased removal and replacement of the combined Access Control & Security Camera system in the facility. The existing Access Control & Security Camera system shall remain operational while upgrades occur. Contractors will be required to coordinate daily with the facility during the upgrade process. System shall be replaced with separate, but integrated, systems.
The Kentucky State Fair Board – Kentucky Exposition Center is upgrading the security at the KEC Gate 1 Entrance. The improvements will include the installation of two new cantilevered box frame gate systems, operators and accessories in addition to vehicular and pedestrian access, swing gates. The project will also include the installation of vinyl coated chain link fence and aluminum picket fencing. Minimal earthwork and storm sewer pipe extension is included in the project to accommodate the installation of portions of the fencing. Electrical work will include provisions for electrical service for the operation of the gate operators and accessories including communication wiring for remote operation and monitoring.
This project is to replace an existing three-section, floor-mounted, 2500A electrical switchgear with two new 1200A switchboards. All existing feeders to be re-connected to one of new switchboards. New exterior service from existing pad-mount transformer to existing exterior chiller. Work will be conducted at an occupied facility requiring close coordinate with facility personnel for scheduling downtimes.
This project consists of the removal of an existing indoor generator system and installation of outdoor generator set for the Outwood Resident Life Center in Dawson Springs, Kentucky. The work generally consists of the following improvements: perform limited corrections of electrical code violations, relocation of load connections, installation of transfer switches, and installation of Owner furnished LP generator set.
The work includes all labor and material for complete and operational systems.
Provide and install high-volume, low-velocity (HVLS) and wall-mounted convective cooling fans as indicated for automotive shops. Fans require new circuitry, a new branch panelboard and associated feeder for connection to the existing power distribution system. All wiring and controls for fans shall be included for a turn-key system. Fans shall be tied to existing fire alarm system as required by all applicable codes.
This project entails replacing three existing natural gas hot water boilers and an air-cooled chiller serving the London State Office Building in London, Kentucky. Existing primary boiler pumps will be reused and the primary boiler water loop will be reconfigured. The main expansion tanks serving the hot and chilled water loops will be replaced. The building loop hot water pumps and the chilled water pumps will be replaced. Existing electrical power circuits will be reused and reworked for all replacement equipment. Building automation system sequences, equipment interfaces, and controllers for the central hot- and chilled-water systems will be modified and updated as part of this project.
509 Blankenbaker Lane Drainage Improvement Project
509 Blankenbaker Lane Drainage Improvement 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 509 Blankenbaker Lane Dainage Improvement Project Contract No. 2023-017, Budget ID No. C23155, will be received at the office of MSD until 10:00 a.m., Local Time, Tuesday, December 20, 2022, and will be publicly opened and read at that place and time. The public may attend the bid opening via teleconference call.
Description and location of Project: To perform drainage improvements along Blankenbaker Lane. 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 and $90,000.00.
The bid documents will be available on Wednesday, December 7, 2022, 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 Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer Barry Pickett at Barry.Pickett@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, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms.
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer, Barry Pickett at Barry.Pickett@louisvillemsd.org. For this Bid Opening, MSD will be hosting a Teleconference call in place of a face-to-face public opening. MSD will also post the As-Read Bid Summary as soon as available. To take part in the Bid Opening Teleconference Call, please call 502-654-8113 and enter code 930 654 942#.
MSD SUPPLIER DIVERSITY PROGRAM: Not Applicable
The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If applicable, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: Applicable
This MSD construction project is bid and advertised as: check applicable below
Construction Services: X
Construction-related Services:
LOCAL LABOR COMMITMENT PREFERENCE: No
COMMUNITY BENEFITS PROGRAM: 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
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
Demolition of an existing exterior concrete slab, part of a picnic shelter that collapsed due to high winds. Following demotion, construction of a new picnic shelter at the same location.
Work includes construction od concrete foundations and cast in place concrete piers and a Glue-Lam structure with 2-inch tongue and groove roof desking. Concrete piers will be finished with adhered stone masonry. Roofing is asphalt shingles. Minor electrical work including lighting and power outlets is part of the work.
This renovation project is for the Dale Hollow Lake State Resort Park located at 5970 State Park Road, Burkesville, Kentucky 42717. The architectural scope of work for this project includes the following:
• Replace failed aluminum-framed glass panels (seals have failed) on the upper gable end of the main dining lodge as indicated on the drawings (replace frame and glass)
• Replace failed glass panels, door panels, transom panels (seals have failed) on the lower level of the main dining lodge as indicated on the drawings.
• Replace failed wire mesh glass panels (seals have failed) on the upper floor stairwell leading to the convention center from the main lodge.
• Replace failed glass panels on the convention center (seals have failed) as indicated on the drawings (frames to remain).
• Remove two large pendant light fixtures and replace with HVLS Climate Control Ceiling Fans
• Replace exterior wood trim on the upper gable end of the main lodge dining room with fiber-cement board.
107 working days are provided from the execution of the construction contract to substantial completion. 30 working days are provided from substantial completion to final completion. The contractor will be responsible for coordinating areas of construction and the “shut down” of those areas per the project schedule as described in the Bid Documents. The contractor will be required to communicate and work closely with the Dale Hollow Lake State Resort Park Manager for project logistics, including shut downs, construction sequencing, and general construction activities.
The KYTC – New Maintenance Garage Roofs for D8, D11, & D12 project is being undertaken to extend the usable life of the buildings on the sites on which they sit and to maintain weather resistance of the buildings. The existing roofs are architectural profile metal with gutters and downspouts, and will be re-roofed in a PVC membrane with new gutters, downspouts and accessories.
The project is comprised of (4) different building on (4) different sites in (3) different districts, as listed below. They are all double pitched roofs and all buildings have a small addition onto their long sides with a lower roof, which are also being re-covered. All of the buildings are a single footprint.
Project Location: Russell Springs, Hyden, London, and Canada
The project is to convert an existing building to a maintenance garage for the Kentucky Transportation Cabinet, District 2. The existing building is a 21,000 square feet pre-engineered metal building with metal wall and roof panels and vinyl-faced roof and wall insulation. The existing structural system consists of a pre-engineered steel frame skeleton with conventional poured in place concrete shallow foundations, piers, grade beams and concrete floor slabs. The existing PEMB structure will be modified by the removal of an existing interior steel column and the addition of new framing and foundations to support the existing structure. The renovation work will provide new toilets, a shower room and mechanical room. Interior partitions will be light gauge steel framing with gypsum board surface and sound batt insulation. Pedestrian doors will be hollow metal. Overhead sectional doors are existing, to remain. The remainder of the building will be shop area. Site work consists of cutting and patching existing surfaces for installation of underground utilities. Site furnishings include flagpole. Water service is existing from municipal system, sanitary will gravity flow to municipal system. Existing plumbing fixtures will be demolished, and new plumbing will be installed in the renovated area. The building will utilize existing natural gas for heat. Ventilation will be restroom exhaust. Shop area will be heated with existing units and ventilated with existing exhaust fans. Existing electric service is to remain. Electrical work in the renovated area includes a 120/240V power distribution system and LED lighting. The existing automatic sprinkler system will be retained and modified as needed in the renovated area.
Demolish existing abandoned power plant building and associated components. Demolition of two ancillary structures across the street and partial site stair removal. Coordinate street closure and traffic re-routing with specified parties and authorities. Abatement of hazardous materials per the referenced report. Building new CMU walls in the existing tunnel to block access. Provide new gravel lot in area of demolished building.
Add Alternate 1
Remove existing piping in the tunnel between new concrete masonry unit (CMU) walls.
This project will generally consist of repairs related to failed below slab sanitary sewer piping. The work consists of the following: flooring removal, saw cutting concrete, interior below slab excavation, replacement and reconnection of existing sanitary sewer piping, backfill, concrete repair, and flooring installation. The trades involved include but not limited to the following: demolition; flooring, concrete, and plumbing.
The project is to renovate five existing cabins (Cabins 1, 2, 3, 4, & 5) at the FFA Leadership Training Camp in Hardinsburg, KY. The five existing cabins are 20’-0” x 33’-4” single-room buildings to house 10 bunk beds for campers located on the site to the east of the new bathhouse. The existing buildings are constructed of wood framed walls, ceiling, & roof on 8” CMU knee wall with concrete slab, VCT flooring, wood windows, vinyl siding, and asphalt-shingled roofs. New work includes the following: VCT floors will be removed & prepared for new epoxy coating. Interior walls will be finished with painted plywood panels (full hgt.). Ceiling and beams will be painted. All wall cavities and attic will be insulated with fiberglass batts. New insulated outward swinging front door w/ panic hardware and closer. Four of the (10) existing windows will receive replacement fiberglass awning units. The remaining (6) will be removed framed in, sheathed, and insulated. Existing soffits to be removed, provide new soffits and breakmetal fascia trim. Existing exterior vinyl siding will be removed and replaced w/ prefinished Board & Batten style metal wall panels (2 colors) on metal zee furring w/ rigid poly-iso insulation at CMU wall to floor level. Remaining exposed exterior CMU foundation wall will be painted. 18”w concrete mow strip will be placed around full perimeter of each cabin. Roof is fairly new and not in contract (N.I.C.). Existing window AC units will be removed, and new HVAC will be ductless split system with two ceiling cassettes. Existing lighting will be removed, and new lighting will be LED panel type lights. Existing electric service panel in corner will be removed and new electric panel located at center of back wall with new wall switch and power provided to each bunk bed location with a single quad box of outlets. New exterior light fixture, exist sign emergency lighting w/ remote head.
Cumberland Falls Highway Water District – Line Replacement and Reinforcement Project – Contract 3
Cumberland Falls Highway Water District – Line Replacement and Reinforcement Project – Contract 3
This project consists of installation of approximately 13,000
linear feet of 8”, 6”, 4”, and 3” PVC waterline, 440 linear feet of 10” PE waterline,
an underground pump station relocation/rehabilitation, and all necessary
appurtenances. The engineer’s estimate is $570,000.