CCK-2340-19 Ag North Curtain Walls Repair & Caulk 2018, Floors 1,2, & 3
CCK-2340-19 Ag North Curtain Walls Repair & Caulk 2018, Floors 1,2, & 3
PROJECT DESCRIPTION:
The objective of this project is to prepare for and re-caulk specified glazing and spandrel panels
of the curtain wall system on first, second, and third floors of Ag North (Ground floor windows
and curtain walls are excluded). Specified glass panes and spandrel panel perimeter gasketing
and perimeter caulking are included in the project. The work includes, but is not necessarily
limited to
1. Removing all existing superficial/overlaid caulking on the specified curtain walls and
panels
2. Preparing gasketing of all specified glass and spandrel units for caulking/glazing
material,
3. Caulking prepared glass panes and spandrels panels,
4. Replacing all existing cracked and/or damaged glass (replacement glass shall have
reflective film installed matching the existing film),
5. Final exterior window cleaning and application of Wonder-Glass (Ground Floor is
included),
6. Site cleanup and restoration.
PROJECT DESCRIPTION:
The Project consists of relocating
600 LF of 8” DI Water Line and 345 LF of 3” HDPE Sewer Force Main in advance of a KYTC highway project.
Architectural work includes the exterior cleaning and sealing/repainting of veneer materials on multiple buildings, repair and/or replacement of public stairs, replacement of all exterior windows in three buildings, and the renovation of the rear dock on Building M. Also included is the re-placement of exterior storefront and overhead sectional doors in multiple locations and the re-placement of several aluminum canopies at exterior door locations.
Interior work included consists of the minor renovation of classrooms in Building A, minor reno-vation of a set of restrooms in Building M and the installation of plastic laminate casework in the Radiography Lab in Building M.
Mechanical work includes the replacement of two chillers with a new single chiller and the re-placement of two existing boilers with new high efficiency equipment.
Electrical work includes upgrades to the existing campus JACE DDC controllers as well as other IT infrastructure upgrades.
Existing equipment shall not be taken offline until such time as new equipment is capable of being put into service.
Georgetown Municipal Water and Sewer Service – Bluegrass RV Gravity Sanitary Sewer Line
Georgetown Municipal Water and Sewer Service – Bluegrass RV Gravity Sanitary Sewer Line
PROJECT DESCRIPTION:
The project scope includes 2,045 linear feet of 10” PVC gravity sewer pipe, 120 linear feet of boring 18”
encasement pipe and appurtenances.
PROJECT DESCRIPTION:
Demolition of a portion of the existing concrete deck, minor
sub grade preparation, installation of a new concrete deck, the installation of a new steel shelter,
finish grading, seed and straw, and construction fencing and construction signage.
Louisville Metro Government uses Bonfire portal for accepting and evaluating proposals digitally (https://louisvilleky.bonfirehub.com/portal)
. Bidders must submit all pages of bid document through Bonfire. Sealed Proposals must be uploaded,
submitted, and finalized prior to the closing at 07/11/18 3:00pm. The bid document and drawings
are available on Bonfire and Lynn Imaging, all other forms, documents and attachments are available
on (https://louisvilleky.bonfirehub.com/portal).
PROJECT DESCRIPTION:
Construction of a spray ground, playground and
building extension at Victory Park, 1051 S 23rd St. Louisville, KY 40210. This project includes but is not
limited to: demolition of existing playground, swings, and spray ground. Construction of a new 24
feature spray ground, playground, and swings as shown on the plans. All associated grading, drainage,
utility work and seed/straw as shown on the plans.
Louisville Metro Government uses Bonfire portal for accepting and evaluating proposals digitally (https://louisvilleky.bonfirehub.com/portal)
. Bidders must submit all pages of bid document through Bonfire. Sealed Proposals must be uploaded,
submitted, and finalized prior to the closing at 07/12/18 3:00pm. The bid document and drawings
are available on Bonfire and Lynn Imaging, all other forms, documents and attachments are available
on (https://louisvilleky.bonfirehub.com/portal).
Hopkinsville Water Environment Authority – US41A 8” Natural Gas Main Extension-Phase II – Task E
Hopkinsville Water Environment Authority – US41A 8” Natural Gas Main Extension-Phase II – Task E
Please note: Addendum 01 has changed the Bid Date!
PROJECT DESCRIPTION:
HWEA CONTRACT # 126-2015-01-A
Construction of approximately 24,180 linear feet of 8” steel gas main, auxiliary components, and appurtenances, including a regulator station, and associated equipment,
Hopkinsville Water Environment Authority – Eagle Way Bypass / US41A 8” Natural Gas Main Extension-Phase II – Task F/G
Hopkinsville Water Environment Authority – Eagle Way Bypass / US41A 8” Natural Gas Main Extension-Phase II – Task F/G
Please note: Addendum 01 has changed the Bid Date!
PROJECT DESCRIPTION:
HWEA CONTRACT # 126-2015-01-B
Construction of approximately 19,611 linear feet of 8” steel gas main auxiliary components, and appurtenances, including a meter station, and associated equipment
City of New Haven – Sanitary Sewer System Replacement and Repairs Phase II
City of New Haven – Sanitary Sewer System Replacement and Repairs Phase II
PROJECT DESCRIPTION:
The work to be bid is generally described as follows:
1,220 LF 8″ Gravity Sewer Replacement
2 Furnish and Install Precast Concrete Manholes
4 Remove and Reset Existing Manholes
60 SY Asphalt Replacement
60 SY Driveway & Sidewalk Replacement
This project consists of the renovation of the lower level of the 3-story Gray Building and will create offices for business, financial aid, veterans’ affairs, security, student organization in addition to improvements to the central student center space and large multi-purpose space. Demolition will include the removal of interior walls, stair and exterior façade at a limited location facing the plaza. New interior construction will consists of primarily gypsum board walls, upgrade to finishes and new ceilings. HVAC will be replaced throughout the lower level and will include new VAV boxes and branch ductwork. Electrical and communications modifications will be completed in support of renovated spaces. A new patio and canopy will be constructed immediately off of the Student Center space and will connect to the exterior plaza.
City of Gamaliel – Gamaliel City Hall CDBG ADA Project
City of Gamaliel – Gamaliel City Hall CDBG ADA Project
PROJECT DESCRIPTION:
The work to be bid consists of
Interior building improvements of restroom facilities and exterior site improvements including, but not limited to, a new ADA handicap access ramp, sidewalks, and minor demolition.
Description and location of Project: This unit base construction order is for the installation of a modular wall, and 12- inch pipe along the rear yard of 3930 E Pages Lane in Metro Council District 25.
Description and location of Project: This unit based construction order is for the 12-inch pipe, and valley gutter installation along the Cardinal & Oriole Drive, in Metro Council District 10.
Phase 4 – Capitol Campus Parking Garage is comprised of the following work on Levels 2 – 6 of the garage.
1. Concrete slab repairs.
2. Concrete beam and column repairs.
3. Sealant installations.
4. Waterproofing vehicular traffic membrane installation.
5. Isolated painting repairs.
6. Isolated drain riser replacement.
7. Replacement of fire suppression standpipes.
8. Pavement markings.
9. Construction barriers and dust protection.
City of Hartford – Hartford Downtown Sidewalk Improvements
City of Hartford – Hartford Downtown Sidewalk Improvements
PROJECT DESCRIPTION:
The work to be bid is described as follows
CONTRACT 141-16-02
Construction of approximately 8,700 L.F. of concrete sidewalk, 2,560 L.F. of curb and gutter, concrete entrances, earthwork, storm drains, headwalls, and drop box inlets, as depicted in the Drawings.
PROJECT DESCRIPTION:
Beecher Terrace Phase I is a single senior housing building. It is located on the northern portion
of the existing Old Walnut Park located at the corner of what is currently Cedar Court and 9th
Street. Phase I consists of 117 “senior” (ages 55+) housing units with community and
management spaces, management offices for the future planned family apartments, as well as all
of the associated site improvements of a new City block.
The new building totals approximately 111,857 gross square feet and includes 114 one-bedroom
units and 3 two-bedroom units, community rooms, management spaces just for seniors, and a
management space dedicated to the future family apartments. The building is four stories, wood
frame, and slab-on-grade with a flat roof. The exterior finish will be a combination of masonry,
fiber-cement siding, and panels, with aluminum windows and EPDM membrane roofing. The
building is designed to meet the requirements of Enterprise Green Communities (EGC).
RFP – BEECHER TERRACE Phase I – LOUISVILLE, KENTUCKY
2
The scope of the new construction also includes, but is not limited to, the construction of the onsite
utility distributions (electric, gas, water, sewer, phone and cable TV), parking lots, outside
green areas, sidewalks, site lighting, fencing, parking controls, trash enclosures, landscaping, and
site irrigation systems.
The construction of new public infrastructure (work in the rights-of-ways) to support this building
part of the Scope of Work for the General Contractor. This work will be constructed concurrently
to the housing construction and will be funded by LMHA through a grant from the City of
Louisville. McCormack Baron Salazar Development Inc. will facilitate this work as an independent
contractor to LMHA. “Public infrastructure” will be comprised of the construction of two new
streets; the renovation of 10th Street; improvements along 9th Street; new sidewalks, curbs and
gutters; street lighting and landscaping in the right-of-way including street trees; and new storm
water drainage, sanitary sewers, and water mains. The scope also includes the coordination of a
common utility trench with LG&E.
This new apartment community will be privately owned by an entity known as Beecher I, LLC, for
which an affiliate of McCormack Baron Salazar is the Managing Member and an affiliate of LMHA
is the Administrative Member. Permanent financing for the development comes from a
combination of funds from the Louisville Metro Housing Authority through the U.S. Department
of Housing and Urban Development (HUD), Louisville Metro Government, the Kentucky Finance
Corporation, a first mortgage, and equity raised from the syndication of Low Income Housing Tax
Credits.
The demolition of the existing buildings will be conducted under a separate contract, which is not
part of this scope. The demolition includes the abatement, demolition, and any required site
preparation scope. The demolition scope will include preparing the site for the new construction.
The site preparation will include the installation of the security fencing and gates, an Erosion
Control Plan, clearing and grubbing including the removal of trees, pavements and remaining
improvements; removal of unsuitable fills (both structural and environmental); and replacement
with compacted fill materials.
It is important to note that the Miniversity childcare facility located north of the park will remain
open and operational during the construction. In addition there will be occupied buildings to the
west of the senior site. The general contractor and all subcontractors will be expected to
coordinate activities to minimize disruption or disturbance to Miniversity and remaining
neighbors.
CCK-2337-19 Memorial Hall Auditorium Windows and Exterior Renovation 2019
CCK-2337-19 Memorial Hall Auditorium Windows and Exterior Renovation 2019
PROJECT DESCRIPTION
The objective and intent of this project includes, but is not limited to, the renovation/restoration of
the exterior façade and auditorium windows of Memorial hall returning the building to a well maintained status. The project will include the Amphitheater proscenium locate at the rear (East
end) of the building.
1. Auditorium Window Restoration
2. Auditorium Wainscoting repairs
3. Specific Brick Façade Tuck Pointing
4. Amphitheater stone stage-repairs and
5. Entrance Portico Brick Flooring repair/tuck pointing
City of Crestwood – Crestwood Sidewalk Project, KY 146 North
City of Crestwood – Crestwood Sidewalk Project, KY 146 North
PROJECT DESCRIPTION:
The Work consists of construction of approximately 535 linear feet of ADA-compliant five feet wide concrete sidewalk on the north side of West Highway 146 in the City of Crestwood, Kentucky. Bids shall be submitted on the
bid proposal form as required to complete the Work as presented on the Contract Drawings and Project Specification Manual.
Please note: Addendum 01 has changed the Bid Date!
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of Ashland RTC Facility Upgrades Project Contract No. 15,920, Budget ID No. F16003, Drawing Record No.15,920, Sheet No. 1 through 15, will be received at the office of MSD until 10:00AM, Local Time, July 10, 2018, and will be publicly opened and read at that place and time.
Description and location of Project: The scope of the project is as follows:
1. Replace the existing 78-inch gate with a dual gate system using a common electric actuator.
2. Replace existing 36-inch by 24-inch check valves.
3. Install a new generator and automatic transfer switch.
This project includes all work as described in the plans and proposal. The project site is located in central Jefferson County in the W. Ashland Avenue right-of-way adjacent to 4006 Taylor Blvd and I-264 in Louisville, Kentucky.
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 meeting will be at 10:00AM on, June 26, 2018 at the site location on Ashland Avenue adjacent to 4006 Taylor Boulevard.
The Engineer’s Construction Cost Estimate for this project is between $300,000.00 to $400,000.00.
The bid documents will be available on, June 13, 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 David Coe. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, David Coe E-mail: david.coe@louisvillemsd.org. Questions received less than ten days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, Angela Akridge, P.E.
IF THE ENGINEER’S CONSTRUCTION COST ESTIMATE IS $50,000 OR MORE, the Minority Business Enterprise and Woman Business Enterprise (MBE/WBE) participation goals shall be applicable to all contracts and comply with MSD’s Interim Supplier Diversity Policy and Guidelines (Interim Policy). The Interim Policy is considered as one of the elements of responsiveness in a bid. Bidders must subcontract at least 15.0% of the total amount of the Contract Bid price to a certified MBE and 6.0% to a certified WBE, or if the Contractor is unable to meet the goals, must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the Interim Policy. – (see MSD Construction Related MBE/WBE Documents and Forms at http://www.msdlouky.org/insidemsd/diverse ). Each bidder is responsible for careful review of the Interim Policy requirements contained in the bid documents. Failure to comply with the Interim Policy may be grounds for rejection of the bid as non-responsive.
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, David Coe, PE.
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.
PROJECT DESCRIPTION:
Including but not limited to Construction Sign, Complete building including; Pre-Engineered Metal Building package, Man and Sectional doors, interior and restroom finishes, mechanical, electrical, plumbing, grading, and vehicular asphalt at the building.