Request for Proposals - Hotel Metropolitan Purple Room Renovations Invitation to Bid - Pickup Truck for Parks and Recreation Department Invitation to Bid - Pick...

From: Paducah(City)

Basic Details

started - 07 Jul, 2022 (21 months ago)

Start Date

07 Jul, 2022 (21 months ago)
due -

Due Date

N/A
Bid Notification

Type

Bid Notification

Identifier

N/A
City of Paducah

Customer / Agency

City of Paducah
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

00100 INFORMATION FOR BIDDERS PAGE 1 of 6 INFORMATION FOR BIDDERS BIDS All competitive sealed bids and purchasing procedures shall be in accordance with the City of Paducah’s Code of Ordinances Chapter 2 Procurement, KRS 45A.345 – 45A.460, and the specifications contained herein. All bids shall be submitted on forms supplied by the City of Paducah. Wording of the Bid Form or Bid Proposal shall not be altered, changed and/or modified. Bids submitted showing any alterations, changes, and/or modifications to the Bid Proposal shall be rejected. Unauthorized conditions, limitations, or provision attached to the proposal shall be cause for rejection of the proposal. Alterations by erasure or interlineations must be explained or noted in the bid over the signature of the bidder. Bid Documents including the Bid Guaranty, shall be enclosed in an envelope clearly labeled with the words "Bid Documents, Hotel Metropolitan Purple Room, Name of Bidder, and Date and Time of Bid Opening – August 5,
2022 at 3:00 p.m. CST," in order to guard against premature opening of the bid. Each bid shall be addressed to Hope Reasons, Grant Administrator, City of Paducah, City Hall, 300 South 5th Street, P.O. Box 2267, Paducah, Kentucky, 42002-2267, on or before the day and hour set for opening of bids. It is the sole responsibility of the bidder to see that the bid is received on time and is properly addressed. No electronic bid, faxed bid, telegraphic bid or telegraphic modifications of bid will be considered. No bids received after the time fixed for receiving bids will be considered. Late bids will be returned to the sender unopened. BIDDER OF RECORD Bidders shall be listed as a plan holder on the Administrator’s Official Plan Holder’s list located in the Engineering- Public Works Administration office at City Hall in order to be an “Official Bidder of Record”. Bids received from Bidders who are not listed on the Administrator’s Official Plan Holder’s list will be rejected. INTERPRETATIONS Any Bidder having questions regarding any portion of the specifications, or may be in doubt as to the true meaning of any part of the specifications, or finds discrepancies in or omissions from any part of the specifications, can submit a WRITTEN request via EMAIL for interpretation no later than 12:00 p.m. noon CST on July 29, 2022 to the Attention of: Nicholas Hutchison Planning Department VIA EMAIL: nhutchison@paducahky.gov ADDENDUM All questions received, along with requests for written interpretations, will be formally addressed by Addendum. The Addendums will be e-mailed to each Official Plan Holder of record, with the Bidder being required to acknowledge receipt. Any Addendum that may be issued to amend and or clarify the Plans and/or Specifications must be applied when calculating the Bid and certified by the Bidder on the Bid Proposal. Failure to use the correct and most recent addenda may result in the bid being rejected. When the Addendum conflicts with the Original Specifications, the Addendum shall govern. BIDDER'S QUALIFICATIONS 00100 INFORMATION FOR BIDDERS PAGE 2 of 6 The City of Paducah (hereinafter referred to as Administrator) shall have the right to take such steps necessary to determine the ability of the bidder to perform his obligations under the Contract. Any Bidder may be required to furnish evidence satisfactory to the Administrator that he and his any proposed subcontractors have sufficient means and experience in the types of work called for to assure completion of the Contract in a satisfactory manner. The Administrator reserves the right to inspect the and place of business of any Bidder participating in this bid. The right is reserved to reject any bid where an investigation of the available evidence or information does not satisfy the Administrator that the bidder is qualified to properly carry out the terms of the Contract. KENTUCKY REQUIRED BIDDER’S CERTIFICATIONS The Certifications required by the laws of the Commonwealth of Kentucky as contained within Section 00320 of these Specifications shall be signed, notarized and submitted with the Bid Proposal. Failure of the Bidder to comply with these provisions will make the Bid Non-Responsive and shall result in disqualification of the submitted Bid Proposal. SUBCONTRACTORS A list of subcontractors who the bidder proposes to use on the project shall be listed on the Bid Proposal. Once the bidder's proposal has been accepted, there shall be no deviations from the list, except as requested by, or upon approval of, the Administrator. CONFLICTS, GRATUITIES AND KICKBACKS The Administrator shall adhere to the provision of KRS 45A.455 relative to conflicts of interests, gratuities, kickbacks, and use of confidential information in all bid offerings. During the bid process, Bidders shall not contact any employee of the Administrator in reference to this Bid, with the exception of the Administrator’s designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. BID PRICES - UNIT PRICES Each Bidder shall include its pro-rata share of overhead and profit in the Bid unit price and/or lump sum price for each of the items in the Bid Proposal. Bid Prices shall also include any and all sales tax, delivery transportation charges, handling charges, FOB destination, fees, taxes, labor, materials, equipment, tools and services necessary for complete manufacture and delivery. Special attention of all bidders is called to this provision, for should conditions make it necessary to revise the quantities, no limit will be fixed for such increased or decreased quantities, nor extra compensation allowed, provided the net monetary value of all such additive and subtractive changes in quantities of such items of work (i.e. difference in cost) does not increase or decrease the original contract amount by more than fifty percent (50%) except for work not covered in the Drawings and/or Technical Specifications. BID PRICES - UNIT BID PRICES The Bidder shall include the pro-rata share of overhead and profit within the Unit Bid Price for each bid item. Unit Bid Prices shall also include any and all sales tax, delivery transportation charges, handling charges, FOB destination, fees, taxes, labor, materials, equipment, tools and services necessary to complete the Project. Special attention of all bidders is called to this provision, for should conditions make it necessary to revise the quantities, no limit will be fixed for such increased or decreased quantities, nor extra compensation allowed, provided the net monetary value of all such additive and subtractive changes in quantities of such items of work (i.e. difference in cost) does not increase or decrease the original contract amount by more than fifty percent (50%) except for work not covered in the Drawings and/or Technical Specifications. 00100 INFORMATION FOR BIDDERS PAGE 3 of 6 QUANTITIES Quantities shown reflect the estimated, or intended, quantity of that item to be used in construction of the project. Therefore, the Bidder should not anticipate payment for the total bid quantity shown on the bid form. In case of a discrepancy in the extension of a bid price, the unit price shall govern over the total price for all items. EXAMINATION OF SPECIFICATIONS AND PROJECT SITE Before submitting a bid, each bidder shall carefully examine the specifications and visit the project site. Each bidder shall fully inform himself prior to bidding as to all existing conditions and limitations under which the work is to be performed, and shall include in his bid a sum to cover all costs of all items necessary to complete the project as set forth in the plans and specifications. No allowance will be made to any bidder due to lack of such examination or knowledge. The submission of a bid will be construed as conclusive evidence that the bidder has made such examination. OPENING OF BIDS At the time and place fixed for the opening of bids, the Planning Department Director will publicly open and read aloud every bid received within the time set for receiving bids, irrespective of any irregularities therein. Bids will be opened and read at City Hall on August 5, 2022, at 3:00 p.m. CST. Bidders and other persons properly interested may be present in person or by representative. The time of bid opening shall be in accordance with the time stated in the Advertisement and Invitation to Bid. The official time set for the opening of the Bids shall be established by the City of Paducah’s synchronized computer time as shown digitally on the City Clerk’s computer. WITHDRAWAL OF BIDS Any Bidder may withdraw his submitted bid by written request 24 hours or more prior to the scheduled time for opening bids. No bidder may withdraw his bid for a period of 60 days after the date set for opening thereof, and all bids shall be subject to acceptance by the Administrator during this period. However, under justifiable circumstances, the Administrator may release a bid if the Bidder can demonstrate from worksheets or other documents that an obvious error was made while preparing the bid. PREFERENCE TO LOCAL MATERIALS AND LABOR Preference will be given to local resident bidders for the purchase of local materials and to the employment of local labor if price and other factors within the bids received are equal. PREFERENCE TO KENTUCKY BIDDERS In accordance with KRS 45A.365, prior to a contract being awarded, a resident bidder of the Commonwealth shall be given a preference against a non-resident bidder registered in any state that gives or requires a preference to bidders from that state. The preference shall be equal to the preference given or required by the state of the non-resident bidder. The bidder shall indicate the state of residence on the Bid Proposal. The non-resident bidder shall indicate also if any preference is given by the Bidder’s state. The determination of state residency of the non-resident Bidder, according to Kentucky Administrative Regulations: • The state of residency shall be the principal office as identified in the Bidder’s Certificate of Authority to transact business in Kentucky as filed with the Commonwealth of Kentucky, Secretary of State • If the Bidder is not required to obtain a Certificate of Authority (by the Secretary of State) to transact business in Kentucky, the state of Residency shall be the mailing address provided in the Bid Proposal. BID EVALUATION - AWARD OF CONTRACT After reasonable consideration of all bids received, a Notice of Award will be given to the responsible bidder who submits the lowest evaluated bid price in accordance with the specifications. 00100 INFORMATION FOR BIDDERS PAGE 4 of 6 The responsible bidder shall have the capability in all respects to perform fully the contracts requirements, and the moral integrity and reliability of which to assure good faith performance. The responsive bidder shall submit a bid that conforms in all material respects to the specifications without any deviations of the invitation for bids. The Evaluation Criteria that will be utilized by the Administrator to evaluate the bids received pursuant to objective measurable criteria, along with any formulas pertaining to how the contract shall be awarded has been listed on the “Evaluation Form – Section 00330” included with these specifications. EXECUTION OF AGREEMENT Subsequent to Notice of Award, and within ten (10) days after the prescribed forms are presented for signature, the successful bidder shall execute and deliver to the Administrator: 1. A Contract Agreement in the form included in the specifications, in such number of copies as the Administrator may require. 2. A Certificate of Insurance showing that the required insurance as set forth in the specifications is in force and shall contain appropriate wording to the effect that the policies described cover the Contractor's operations under this contract. The failure of the successful bidder to execute such Agreement and to supply the required Insurance within ten (10) days after the prescribed forms are presented for signature or within such extended period as the Administrator may grant, based upon reasons determined sufficient by the Administrator, shall constitute a default, and the Administrator may either award the contract to the next lowest responsible bidder or re-advertise for bids. If a more favorable bid is received by re-advertising, the defaulting bidder shall have no claim against the Administrator for any refund of the bid security or expense the Bidder incurred to develop the bid. NOTICE TO PROCEED Following the execution of the Contract by the Administrator and submittal of all required documents, a written Notice to Proceed will be given to the Contractor. The Contractor shall begin and shall prosecute the Work regularly and uninterruptedly thereafter (unless otherwise directed in writing by the Administrator) with such force as to secure the completion of the work in a responsible and timely manner. PRE-CONSTRUCTION CONFERENCE Prior to issuance of the Notice to Proceed, a Pre-Construction conference will be held with representatives of the Contractor, Sub-Contractors and Administrator in attendance. Discussion will center on each party's responsibility towards the other, the Contractor's plans for prosecution of the work and subcontracting. CONTRACT TIME The work that the Contractor is required to perform under this Contract shall be commenced at the time stipulated by the Administrator in the Notice to Proceed to the Contractor and be fully completed within 60 consecutive calendar days thereafter as stated in the Agreement. Every calendar day, except as provided herein, shall be counted as a working day. LICENSE REQUIREMENT All firms doing business in the City of Paducah are required to be licensed in accordance with the City of Paducah Code of Ordinances. The successful Bidder shall be required to obtain a City of Paducah Business License at the time of Notice of Award. Information regarding business license can be obtained at the City’s website: www.paducahky.gov. PERMITS, CERTIFICATES, LAWS, ORDINANCES, AND CODES The Contractor shall, at his own expense, procure all permits, certificates and licenses required by the law for the execution of this project. The Contractor shall comply with all federal, state and local laws, ordinances or rules and regulations relating to the performance of the work. In case of difference between http://www.paducahky.gov/ 00100 INFORMATION FOR BIDDERS PAGE 5 of 6 building codes, specifications, state laws, local standards and ordinance, industry standards, utility company regulations and the Contract Documents, the most stringent shall govern. REGISTRATION WITH THE SECRETARY OF STATE BY A FOREIGN ENTITIY Pursuant to KRS 176.085(1)(b), an agency, department, office, or political subdivision of the Commonwealth of Kentucky shall not award a state contract to a person that is a foreign entity required by KRS 14A.9-010 to obtain a certificate of authority to transact business in the Commonwealth (“certificate”) from the Secretary of State under KRS 14A.9-030 unless the person produces the certificate within fourteen (14) days of the bid or proposal opening. If the foreign entity is not required to obtain a certificate as provided in KRS 14A.9-010, the foreign entity should identify the applicable exception. Foreign entity is defined within KRS 14A.1-070. For all foreign entities required to obtain a certificate of authority to transact business in the Commonwealth, if a copy of the certificate is not received by the contracting agency within the time frame identified above. The foreign entity’s solicitation response shall be deemed non-responsive or the awarded contract shall be cancelled. Businesses can register with the Secretary of State at https://secure.kentucky.gove/sos/ftbr/welcome.aspx. UNDERGROUND FACILITY DAMAGE PROTECTION The Contractor is advised that the Underground Facility Damage Protection Act of 1994 became law January 1, 1995. It shall be the Contractor’s responsibility to determine the impact of the act regarding this project, and take all steps necessary to be in compliance with the provision of the act. Prior to initiation of excavation, the Contractor shall locate all utilities in work area in accordance with applicable governmental rules, laws and regulations. Utilities can be contacted for location requests by calling “811” B.U.D. 1-800-752-6007. Officials of B.U.D. request at least 3 days lead time for notification requests. EQUAL EMPLOYMENT OPPORTUNITY The Contractor must ensure that employees and applicants for employment are not discriminated against because of their race, religion, color, sex national origin, age or disability. DRUG FREE WORKPLACE The City of Paducah has adopted a Drug and Alcohol Free Workplace Policy in compliance with 803 KAR 25.280, in which drug and alcohol use and abuse in the workplace is prohibited. All contractors and subcontractors doing business for the City of Paducah shall adhere to this policy. HEALTH AND SAFETY STANDARDS IN CONSTRUCTION CONTRACTS It is a condition of this Contract, and shall be made a condition of each subcontract entered into pursuant to this Contract, that the Contractor and any subcontractor shall not require any laborer or mechanic employed in performance of the contract work in surroundings or under working conditions which are unsatisfactory, hazardous, or dangerous to his health or safety, as determined under Construction Safety and Health Standards Title 29, CFR Part 1518, 36FR 7340, promulgated by the U.S. Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act, 82 Stat. 96. Additionally, the Contractor shall comply with all OSHA requirements in accordance with 23 CFR 634 and KRS 338. PROGRESS PAYMENTS The Contractor may submit each month, and no more than once a month, a Request for Payment for Work completed in accordance with the Specifications. The Administrator will make partial payments on or about thirty, (30) days after submission of a properly completed invoice and approval of the completed work. ACCEPTANCE AND FINAL PAYMENT https://secure.kentucky.gove/sos/ftbr/welcome.aspx 00100 INFORMATION FOR BIDDERS PAGE 6 of 6 Final payment shall be due sixty, (60) days after substantial completion of the work, provided the work will then be fully completed and the Contract fully performed in accordance with the specifications. REJECTION OF BIDS The Administrator reserves the right to reject any and all bids in accordance with the City of Paducah’s Code of Ordinances and the Specifications. ADMINISTRATOR'S RIGHTS RESERVED The City reserves the right to reject any and all bids in accordance with the City of Paducah’s Code of Ordinances and the Project Specifications. Additionally, any Award may be made to the lowest Bidder for all items, groups of items or on an individual item basis, whichever is deemed to be in the best interest of the City. APPLICABLE CODES OCCUPANCY TYPE (SEC.304.1) CONSTRUCTION TYPE (SEC.602.5) FIRE PROTECTION NUMBER OF STORIES AREA OCCUPANT LOAD NUMBER OF EXITS (REQUIRED) MAXIMUM TRAVEL DISTANCE REQUIRED PLUMBING WATER CLOSETS LAVATORIES BUILDING DESIGN CRITERIA 2015 IBC 2018 KBC A-3 II-B N/A 1 814 SQFT 55 2 200'-0" 1 1A RESTORATION OF: THE HOTEL METROPOLITAN 724 OSCAR CROSS AVE DRAWING INDEX # SHEET # SHEET NAME 1 i-0.0 COVER SHEET 2 i-1.0 FRAMING PLANS & FLOOR PLAN LAYOUT 3 i-1.1 ELECTRICAL PLANS & FINISH DETAILS 4 i-2.0 ELEVATIONS & SECTION DETAILS AL L R IG H TS R ES ER VE D . Th es e dr aw in gs a re th e pr op er ty o f i 5 de si gn g ro up , i nc ., an d m ay n ot b e re pr od uc ed o r t he c on ce pt s illu st ra te d th er ei n us ed o n th is o r o th er p ro je ct s, in w ho le o r i n pa rt, o r u se d in c on st ru ct io n of a ny o th er s pe ci fic p ro je ct , w ith ou t t he e xp re ss ed w rit te n co ns en t o f t he D es ig ne r. i5 design group, inc 4 0 1 B r o a d w a y Paducah KY 42001 PH : 270.444.0305 copyright 2022 i5 design group, inc. CHECKED BY: DATE DRAWN BY: 1 N 3 5 7 9 11 13 15 17 19 L J G E C A 2 4 6 8 10 12 14 16 18 20 P M K H F D B M. C h a d B e y e r L E E D, A P BD+C Kentucky Certified Interior Designer # 0082 7/ 8/ 20 22 4 :1 5: 0 9 P M i-0.0 C O VE R S H EE T A R ES TO R AT IO N O F: TH E H O TE L M ET R O PO LI TA N 72 4 O SC AR C R O SS A VE 07/01/2022 M.ARMISTEAD C.BEYER 95 % D ES IG N D EV EL O PM EN T -N O T FO R C O N ST R U C TI O N R ev is io n Sc he du le # D at e D es cr ip tio n By ATTACHMENT A: SCOPE OF SERVICES i-2.0 G1 i-2.0D2 i-2.0 A1 PURPLE ROOM 100 1950 ADDITION 101 i-2.0 A9 8" 7' - 9" 8" 1 1 1 1 8" STORAGE 102 RESTROOM 103 8" 10' - 0" 8" 7' - 8 1/2" 8" 19' - 8 1/2" 8' - 5" 102 103 1' - 6" 4' - 8 1/2" 1' - 6" F1 F3 F2 E12 i-2.0 i-2.0 A14 1 WALL TYPE LEGEND 8X16X12 CMU BLOCK WALL; GROUTED FULL WITH MIN. #5 REBAR @ 32" O.C. VERTICALLY 14 ' - 4 " 24' - 5 1/4"19' - 8 1/2" 1' - 2" 3' - 2" 11' - 0 1/2" 3' - 2" 1' - 2" 23 ' - 6 " DEMOLISH PORTION OF WALL FOR NEW OPENING DEMOLISH PORTION OF WALL FOR NEW OPENING PREP EXISTING SUBGRADE FOR NEW CONCRETE FLOORING; SEE SHEET i-2.0 FOR DETAILS GENERAL NOTES - ROOF: 1. CONTRACTOR TO CHECK ROOF FOR LEAKS WITHIN EXISTING ROOF PLANES 2. ANY ROTTEN RUBBER GROMMENTS TO BE REPLACED 1" / 1' -0 " @ 16" O .C. 2X8 ROOF RAFTERS INSTALL 4X4X3/8 STEEL ANGLE LINTEL; BEAR MIN. 8" EA. SIDE INSTALL 4X4X3/8 STEEL ANGLE LINTEL; BEAR MIN. 8" EA. SIDE NEW METAL ROOF (TO MATCH EXISTING) INSTALLED OVER 5/8" SHEATHING OVER ROOF RAFTERS NEW PREFINISHED METAL GUTTERS & DOWNSPOUTS (TO MATCH EXISTING) 1. EXISTING BAR TO REMAIN AS IS 2. EXISTING CEILING TO REMAIN AS IS 3. EXISTING ELECTRICAL OUTLETS & FIXTURES TO REMAIN IN PLACE 4. NEW PAINT TO BE INSTALLED ON WALLS 5. EXISTING FLOORING TO BE CLEANED 1. EXISTING ELECTRICAL OUTLETS & FIXTURES TO REMAIN IN PLACE 2. NEW PAINT TO BE INSTALLED ON WALLS 3. INSTALL NEW BEAD BOARD CEILING TO MATCH EXISTING 4. NEW CONCRETE FLOOR TO BE INSTALLED - FLOOR LEVEL TO MATCH EXISTING 5. ALL EXTERIOR WINDOWS & DOORS TO REMAIN IN PLACE 6. ELECTRICIAN TO COORDINATE MOVING EXISTING PANEL FOR NEW INTERIOR DOOR OPENING 1. EXISTING ELECTRICAL OUTLETS & FIXTURES TO REMAIN IN PLACE 2. NEW PAINT TO BE INSTALLED ON WALLS 3. INSTALL NEW BEAD BOARD CEILING TO MATCH EXISTING 4. NEW CONCRETE FLOOR TO BE INSTALLED - FLOOR LEVEL TO MATCH EXISTING 5. ALL EXTERIOR WINDOWS & DOORS TO REMAIN IN PLACE 1. EXISTING ELECTRICAL OUTLETS & FIXTURES TO REMAIN IN PLACE 2. NEW PAINT TO BE INSTALLED ON WALLS 3. INSTALL NEW BEAD BOARD CEILING TO MATCH EXISTING 4. NEW CONCRETE FLOOR TO BE INSTALLED - FLOOR LEVEL TO MATCH EXISTING 5. ALL EXTERIOR WINDOWS & DOORS TO REMAIN IN PLACE 6. ELECTRICIAN TO COORDINATE MOVING EXISTING PANEL FOR NEW INTERIOR DOOR OPENING 1. ALL EXTERIOR WINDOWS & DOORS TO REMAIN IN PLACE 2. EXISTING EXTERIOR MATERIALS TO REMAIN AS IS & IN PLACE 1/4" = 1'-0"A11 FLOOR PLAN 0 AL L R IG H TS R ES ER VE D . Th es e dr aw in gs a re th e pr op er ty o f i 5 de si gn g ro up , i nc ., an d m ay n ot b e re pr od uc ed o r t he c on ce pt s illu st ra te d th er ei n us ed o n th is o r o th er p ro je ct s, in w ho le o r i n pa rt, o r u se d in c on st ru ct io n of a ny o th er s pe ci fic p ro je ct , w ith ou t t he e xp re ss ed w rit te n co ns en t o f t he D es ig ne r. i5 design group, inc 4 0 1 B r o a d w a y Paducah KY 42001 PH : 270.444.0305 copyright 2022 i5 design group, inc. CHECKED BY: DATE DRAWN BY: 2' 4' 8' 1/4"=1'-0SCALE: PLAN NORTH 1 N 3 5 7 9 11 13 15 17 19 L J G E C A 2 4 6 8 10 12 14 16 18 20 P M K H F D B M. C h a d B e y e r L E E D, A P BD+C Kentucky Certified Interior Designer # 0082 7/ 8/ 20 22 4 :1 5: 1 4 P M i-1.0 FR AM IN G P LA N S & FL O O R P LA N L AY O U T A R ES TO R AT IO N O F: TH E H O TE L M ET R O PO LI TA N 72 4 O SC AR C R O SS A VE 07/01/2022 M.ARMISTEAD C.BEYER 95 % D ES IG N D EV EL O PM EN T -N O T FO R C O N ST R U C TI O N 1/4" = 1'-0"A1 EXISTING CONDITIONS 1/4" = 1'-0"H11 ROOF & FRAMING PLAN GENERAL NOTES: 1. THE "GENERAL CONDITIONS OF THE CONTRACT FOR CONSTRUCTION", AIA DOCUMENT A201, 2017 EDITION, PUBLISHED BY THE AMERICAN INSTITUTE OF ARCHITECTS AND EXCEPT AS MODIFIED BY THE DESIGNER'S "SUPPLEMENTARY CONDITIONS", ARE THE CONDITIONS ON WHICH CONTRACTS FOR THIS WORK SHALL BE BASED. 2. THIS DOCUMENT IS PROVIDED FOR BASIC CONSTRUCTION PURPOSES ONLY. THE DESIGNER DOES NOT WARRANT ANY MATERIAL, EQUIPMENT, HARDWARE, ETC. WHETHER IMPLIED OR EXPLICITLY CALLED OUT ON DRAWINGS. 3. ALL ITEMS DEPICTED GRAPHICALLY, WHETHER NOTED OR NOT, ARE PART OF THE CONTRACTOR'S SCOPE OF WORK AND SHALL BE PROVIDED AT NO EXTRA CHARGE. 4. ALL PERMITS (OCCUPANCY, ELECTRICAL,PLUMBING, AND ALL OTHERS) REQUIRED BY STATE AND LOCAL CODES, EXCEPT THOSE ACQUIRED BY SUBCONTRACTORS, ARE TO BE SECURED BY THE GENERAL CONTRACTOR. PROVIDE COPIES TO THE DESIGNER WITHOUT EXTRA CHARGE. ALL PERMITS ACQUIRED BY SUBCONTRACTORS SHALL BE SUBMITTED TO THE GENERAL CONTRACTOR FOR RECORD. CONTRACTOR SHALL OBTAIN ALL NECESSARY PERMITS AND APPROVALS AND SHALL MAINTAIN COPIES OF THESE DOCUMENTS AT THE JOB SITE THROUGHOUT THE PROJECT. 5. EACH TRADE SHALL VERIFY ALL REQUIREMENTS PERTAINING TO WORK PERFORMED IN THE PROJECT AND OBTAIN ANY REQUIRED PERMITS. ALL SUBCONTRACTORS SHALL DIRECT QUESTIONS, CHANGES OR REQUESTS THROUGH THE GENERAL CONTRACTOR. THE GENERAL CONTRACTOR SHALL SUBMIT ALL REQUESTS, CHANGES OR QUESTIONS TO THE DESIGNER. 6. IF UNANTICIPATED MECHANICAL, PLUMBING, ELECTRICAL, STRUCTURAL ELEMENTS OR ANY OTHER CONDITIONS ARE ENCOUNTERED WHICH MIGHT CONFLICT WITH THE INTENDED FUNCTION, CONTACT THE DESIGNER IMMEDIATELY FOR CLARIFICATIONS. 7. THE CONTRACTOR SHALL PROMPTLY REMEDY ANY DAMAGE AND/OR LOSS TO PROPERTY (ALL MATERIALS AND EQUIPMENT INCORPORATED IN THE WORK DESCRIBED HEREIN) CAUSED IN WHOLE OR IN PART BY THE CONTRACTOR, A SUBCONTRACTOR, OR ANYONE DIRECTLY OR INDIRECTLY EMPLOYED BY ANY OF THEM. 8. CONTRACTOR IS RESPONSIBLE FOR COMPLIANCE WITH CODES, ORDINANCES, AND REGULATIONS APPLICABLE TO THE PROJECT LOCATION. 9. IF DOCUMENTS ARE AT VARIANCE WITH APPLICABLE LAWS, ORDINANCES, REGULATIONS OR BUILDING CODE REQUIREMENTS, THEY SHALL IMMEDIATELY NOTIFY DESIGNER FOR CLARIFICATION. 10. CONTRACTOR SHALL FURNISH, AND PAY FOR, ALL DRAWINGS NECESSARY FOR USE ON THE PROJECT BY CONTRACTOR'S EMPLOYEES AND SUBCONTRACTORS. 11. CONTRACTOR IS RESPONSIBLE FOR THE VERIFICATION OF ALL FIELD MEASUREMENTS, FIELD CONSTRUCTION INSTALLATION CRITERIA, COORDINATION OF ALL TRADES AND OWNER SUPPLIED ITEMS. 12. CONTRACTOR SHALL NOT SCALE DRAWINGS. IF ADDITIONAL INFORMATION IS REQUIRED TO CLARIFY THESE DOCUMENTS, THE CONTRACTOR SHALL CONTACT THE DESIGNER IMMEDIATELY. 13. CONTRACTOR SHALL BECOME ACQUAINTED WITH ALL AVAILABLE INFORMATION CONCERNING THE JOB SITE CONDITIONS, NATURE OF THE WORK, GENERAL LOCAL CONDITIONS, CODES AND ORDINANCES, DISPOSAL, HANDLING AND STORAGE OF MATERIALS, AVAILABILITY OF LABOR, AS WELL AS ALL OTHER MATTERS WHICH MAY IN ANY WAY AFFECT THE WORK OR COST THEREOF. FAILURE TO DO SO WILL NOT RELIEVE THE RESPONSIBILITY OF PROPERLY ESTIMATING THE DIFFICULTY OR COST OF SUCCESSFULLY PERFORMING THE WORK. 14. CONTRACTOR SHALL PROVIDE ALL MATERIALS NECESSARY TO CONSTRUCT THE TOTAL PROJECT, WHETHER OR NOT DETAILS ARE PROVIDED. IF ADDITIONAL INFORMATION IS REQUIRED, CONTACT DESIGNER IMMEDIATELY. IF DISCREPANCIES APPEAR IN THE CONTRACT DOCUMENTS, THE CONTRACTOR SHALL NOTIFY THE DESIGNER BEFORE PROCEEDING WITH THE WORK. IF SUCH A CONFLICT OCCURS IN OR BETWEEN DRAWINGS AND SPECIFICATIONS, THE CONTRACTOR SHALL PROVIDE THE MORE RESTRICTIVE CONDITION OR MATERIAL. CONSTRUCTION NOTES: 1. LUMBER SHALL BE DOUGLAS FIR LARCH, HEM FIR OR SOUTHERN YELLOW PINE WITH FB=1450 AND E= 1.6 MIN. 2. WOOD PLATES IN CONTACT W/ CONCRETE SHALL BE PRESSURE TREATED & SILICONE SEALED. 3. ALL WORK SHALL BE PERFORMED IN ACCORDANCE WITH ALL APPLICABLE LOCAL CODES AND REGULATIONS. THE BUILDER SHALL VERIFY ALL CONDITIONS BEFORE BEGINNING CONSTRUCTION. PLUMBING NOTES: 1. PLUMBING SHALL MEET ALL STATE AND LOCAL CODES; WORK TO BE PERFORMED BY A KENTUCKY STATE LICENSED PLUMBER. 2. PER IRC 2006 - P2801.5.REQUIRED PAN. WHERE WATER HEATERS OR HOT WATER STORAGE TANKS ARE INSTALLED IN LOCATIONS WHERE LEAKAGE OF THE TANKS OR CONNECTIONS WILL CAUSE DAMAGE, THE TANK OR WATER HEATER SHALL BE INSTALLED IN A GALVANIZED STEEL PAN HAVING A MINIMUM THICKNESS OF 24 GAUGE (0.016 INCH) (0.4MM) OR OTHER PANS FOR SUCH USE. LISTED PANS SHALL COMPLY WITH CSA LC3. 3. WATER CLOSETS TO BE CENTERED IN A MINIMUM 36" CLEAR SPACE. 4. SINGLE LEVER/ADA-APPROVED FAUCETS SHALL BE INSTALLED AT ALL SINKS, SHOWERS & TUBS. R ev is io n Sc he du le # D at e D es cr ip tio n By G FI G FI 3 3 GFI PURPLE ROOM 100 1950 ADDITION 101 STORAGE 102 RESTROOM 103 PURPLE ROOM 100 1950 ADDITION 101 STORAGE 102 RESTROOM 103 EXISTING POWER PANEL TO BE MOVED FOR NEW OPENING IN WALL; ELECTRICIAN TO CONFIRM CAPACITY OF PANEL FOR NEW ELECTRICAL WORK PURPLE ROOM 100 1950 ADDITION 101 RESTROOM 103 STORAGE 102 7' - 6" 7' - 6" 5' - 9" 6' - 0" 6' - 0" 5' - 9" EQ EQ EQ EQ EQ EQ 7' - 0"7' - 0" CEILING LEGEND TONGUE & GROOVE WOOD CEILING - UNFINISHED 48" LINEAR SURFACE MOUNTED LED LIGHT FIXTURE; COLOR WHITE LIGHTING FIXTURE LEGEND SWITCH A B C D EXHAUST FAN; EXHAUST TO EXTERIOR EXIT LIGHT/EMERGENCY LIGHT COMBO A ELECTRICAL FIXTURE LEGEND B DUPLEX OUTLET GFI SURFACE MOUNTED DUPLEX OUTLET SURFACE MOUNTED FLOORING LEGEND SEC 0 AL L R IG H TS R ES ER VE D . Th es e dr aw in gs a re th e pr op er ty o f i 5 de si gn g ro up , i nc ., an d m ay n ot b e re pr od uc ed o r t he c on ce pt s illu st ra te d th er ei n us ed o n th is o r o th er p ro je ct s, in w ho le o r i n pa rt, o r u se d in c on st ru ct io n of a ny o th er s pe ci fic p ro je ct , w ith ou t t he e xp re ss ed w rit te n co ns en t o f t he D es ig ne r. i5 design group, inc 4 0 1 B r o a d w a y Paducah KY 42001 PH : 270.444.0305 copyright 2022 i5 design group, inc. CHECKED BY: DATE DRAWN BY: 2' 4' 8' 1/4"=1'-0SCALE: PLAN NORTH 1 N 3 5 7 9 11 13 15 17 19 L J G E C A 2 4 6 8 10 12 14 16 18 20 P M K H F D B M. C h a d B e y e r L E E D, A P BD+C Kentucky Certified Interior Designer # 0082 7/ 8/ 20 22 4 :1 5: 1 7 P M i-1.1 EL EC TR IC AL P LA N S & FI N IS H D ET AI LS A R ES TO R AT IO N O F: TH E H O TE L M ET R O PO LI TA N 72 4 O SC AR C R O SS A VE 07/01/2022 M.ARMISTEAD C.BEYER 95 % D ES IG N D EV EL O PM EN T -N O T FO R C O N ST R U C TI O N 1/4" = 1'-0"H1 FLOOR FINISH 1/4" = 1'-0"A1 POWER PLAN 1/4" = 1'-0"A10 REFLECTED CEILING PLAN MATERIAL LEGEND KEY NAME DESCRIPTION MANUFACTURER FINISH COMMENTS BEAD TONGUE & GROOVE BEAD BOARD - UNFINISHED PINE PLANK; 5.125"X8'-0" TYP CEILING PNT-1 PAINT FINISH SHERWIN WILLIAMS SW 0022 PATCHWORK PLUM TYP WALL FINISH PNT-2 PAINT FINISH SHERWIN WILLIAMS SW 0077 CLASSIC FRENCH GRAY TYP CEILING FINISH SEC SEALED CONCRETE SHERWIN WILLIAMS ARMORSEAL 8100 WATER BASE EPOXY FLOOR COATING TYP FLOORING GENERAL NOTES - ELECTRICAL: 1. ALL ELECTRICAL CONDUIT AND JUNCTION BOXES TO BE GALVANIZED METAL AND WALL MOUNTED TO MATCH EXISTING INSTALLATION ROOM SCHEDULE ROOM # ROOM NAME FLOOR BASE WALL CEILING AREA COMMENTS 100 PURPLE ROOM EXIST NONE PAINT EXIST/PNT-2 350 SF 101 1950 ADDITION SEC NONE PAINT BEAD/PNT-2 463 SF 102 STORAGE SEC NONE PAINT BEAD/PNT-2 77 SF 103 RESTROOM SEC NONE PAINT BEAD/PNT-2 60 SF GENERAL NOTES - ELECTRICAL: 1. FOOTING REINFORCING BARS ARE A REQUIRED ELECTRODE FOR GROUNDING IN NEW CONSTRUCTION PER 250.52 (A)(3), IN ADDITION TO UNDERGROUND METAL WATER LINES, AND 1-5/8"X8' GROUND ROD. CALL FOR INSPECTION PRIOR TO POURING FOOTING. 2. ALL ELECTRICAL WORK TO BE PERFORMED BY A STATE OF KENTUCKY LICENSED 3. ELECTRICIAN WITH A CITY OF PADUCAH BUSINESS LICENSE. 4. ALL WORK TO BE IN COMPLIANCE WITH 2008 NEC. 5. ALL 15 AND 20 AMP RECEPTACLES TO BE TAMPER RESISTANT. 6. INSTALL ALL LIGHT SWITCHES @ 48" A.F.F. TO CENTER OF PLATE. R ev is io n Sc he du le # D at e D es cr ip tio n By FLOOR PLAN 0' - 0" T.O. BEARING 7' - 6" 1" 1'-0" CMU BLOCK WALL WITH TIES HORIZ. & VERT. METAL ROOFING MATERIAL TO MATCH EXISTING FLOOR PLAN 0' - 0" T.O. BEARING 7' - 6" 1" / 1' -0 " E12 i-2.0 CMU BLOCK WALL WITH TIES HORIZ. & VERT. METAL ROOFING MATERIAL TO MATCH EXISTING FLOOR PLAN 0' - 0" T.O. BEARING 7' - 6" 1" 1'-0" CMU BLOCK WALL WITH TIES HORIZ. & VERT. METAL ROOFING MATERIAL TO MATCH EXISTING 1' - 8" 2' - 0" 3" 8' - 0" 2' - 5" 3' - 0" 3' - 4 3/ 4" 3' - 10 3 /4 " B1 F2 CT-1 FLOOR PLAN 0' - 0" T.O. BEARING 7' - 6" 1/4" UNFINISHED BEAD BOARD CEILING ATTACHED TO 2X6 CEILING JOISTS @ 16" O.C. 2X8 RAFTERS @ 16" O.C. W MIN. R-38 INSULATION IN CEILING CAVITY 4" REINFORCED CONCRETE OVER 4" DGA INSTALL SIMPSON HURRCAINE TIES @ ALL RAFTER TO BEAM/WALL CONNECTION POINT CONT. 30"x12" CONC. FOOTING W/ (4) CONT. #5 BARS AND #5 TIES @ 32" O.C. BOND BEAM W/ #5 CONT. BAR; GROUT FULL P.T. 2x8 SILL PLATE W/ CONT. TERMITE PROTECTION AND 1/2" ANCHOR BOLTS @ 32" O.C. 2' - 0" 1' - 0" 2' - 6" 8X8X16 CMU W/ #5 BARS VERT @ 32" O.C.; GROUT FULL CEMENTIOUS FIBERBOARD FASCIA OVER 2X8 SUB FASCIA METAL ROOFING (TO MATCH EXISTING) OVER VAPOR BARRIER OVER 5/8" PLYWOOD SHEATHING ALUMINUM GUTTERS & DOWNSPOUTS - SIZE AND COLOR TO MATCH EXISTING SMOOTH FINISHED VENTED VINYL SOFFIT 1' - 6"4' - 8 1/2"1' - 6" 2' - 10 " 3' - 0" 7" 1' - 6" 7' - 0" F3 F1 3' - 0" 6"D AB C TYPE 'A' INTERIOR PREHUNG WOOD DOOR - PAINTED STYLE & COLOR TO MATCH EXISTING DOOR TYPES 1/4" = 1'-0"D2 EAST ELEVATION 0 0 AL L R IG H TS R ES ER VE D . Th es e dr aw in gs a re th e pr op er ty o f i 5 de si gn g ro up , i nc ., an d m ay n ot b e re pr od uc ed o r t he c on ce pt s illu st ra te d th er ei n us ed o n th is o r o th er p ro je ct s, in w ho le o r i n pa rt, o r u se d in c on st ru ct io n of a ny o th er s pe ci fic p ro je ct , w ith ou t t he e xp re ss ed w rit te n co ns en t o f t he D es ig ne r. i5 design group, inc 4 0 1 B r o a d w a y Paducah KY 42001 PH : 270.444.0305 copyright 2022 i5 design group, inc. CHECKED BY: DATE DRAWN BY: 2' 4' 8' 1/4"=1'-0SCALE: 1' 2' 4' 1/2"=1'-0SCALE: 1 N 3 5 7 9 11 13 15 17 19 L J G E C A 2 4 6 8 10 12 14 16 18 20 P M K H F D B M. C h a d B e y e r L E E D, A P BD+C Kentucky Certified Interior Designer # 0082 7/ 8/ 20 22 4 :1 5: 2 0 P M i-2.0 EL EV AT IO N S & SE C TI O N D ET AI LS A R ES TO R AT IO N O F: TH E H O TE L M ET R O PO LI TA N 72 4 O SC AR C R O SS A VE 07/01/2022 M.ARMISTEAD C.BEYER 95 % D ES IG N D EV EL O PM EN T -N O T FO R C O N ST R U C TI O N 1/4" = 1'-0"G1 SOUTH ELEVATION 1/4" = 1'-0"A1 WEST ELEVATION 1/2" = 1'-0"A9 BAR ELEVATION CASEWORK SCHEDULE TYPE DESCRIPTION WIDTH DEPTH COMMENTS B1 BASE CABINET: DOUBLE DOOR SINK UNIT 2' - 0" 2' - 0" STYLE & COLOR TO MATCH EXISTING CT-1 COUNTERTOP STYLE & COLOR TO MATCH EXISTING EXIST EXISTING BAR CASEWORK TO REMAIN AS IS PLUMBING FIXTURE SCHEDULE TYPE FIXTURE TYPE COMMENTS F1 ADA COMPLIANT ELONGATED WATER CLOSET AMERICAN STANDARD EDGEMERE WHITE ELONGATED CHAIR HEIGHT 2-PIECE TOILET (MODEL NO. 765AA101.020) F2 BAR SINK WITH FAUCET PREMIER COPPER 14" HAMMERED COPPER BAR SINK W/ 2" DRAIN (MODEL NO. BR14DB2) W/ KINGSTON BRASS ENGLISH COUNTRY WALL MOUNTED BRIDGE FAUCET (MODEL NO. KS7245AX) F3 VANITY SINK WITH BASE & FAUCET SWISS MADISON CLAIRE WALL MOUNT SINK WITH BASE (MODEL NO. SM-CS771) W/ VIGO RUXTON OBLIQUE MATTE BLACK 1-HANDLE DECK MOUNTED FAUCET (MODEL NO. VG01051MBK1) TOILET ROOM ACCESSORIES MARK MANUFACTURER MODEL # DESCRIPTION A BOBRICK B-5806.99X36 36" STRAIGHT GRAB BAR B BOBRICK B-5806.99X42 42" STRAIGHT GRAB BAR C BOBRICK B-5806.99X18 18" VERTICAL GRAB BAR D NIC NIC MIRROR 1/2" = 1'-0"E12 SECTION THRU ADDITION 1/2" = 1'-0"A14 RESTROOM ELEVATION DOOR SCHEDULE DOOR NUMBER DOOR FRAME HARDWARE COMMENTSTYPE WIDTH HEIGHT MATERIAL FINISH TYPE MATERIAL FINISH 102 A 3' - 0" 6' - 8" WOOD PAINTED 1 WOOD PAINTED HDW-2 SINGLE HINGE 103 A 3' - 0" 6' - 8" WOOD PAINTED 1 WOOD PAINTED HDW-1 SINGLE HINGE DOOR TYPES KEY NAME MATERIAL FINISH COMMENTS A WOOD PAINTED SINGLE HINGE FRAME TYPES KEY NAME FRAME TYPES FINISH MATERIAL 1 INTERIOR PAINTED WOOD HARDWARE SETS KEY HARDWARE HDW-1 (3) HINGES, (1) LEVERSET (PRIVACY), (1) WALL STOP HDW-2 (3) HINGES, (1) LEVERSET (STORAGE), (1) WALL STOP R ev is io n Sc he du le # D at e D es cr ip tio n By 00330 OWNER EVALUATION FORM PAGE 1 OF 1 CITY OF PADUCAH, KENTUCKY PLANNING DEPARTMENT ADMINISTRATOR EVALUATION FORM PROJECT: Hotel Metropolitan Purple Room DATE: ______________________ BIDDER: ____________________________________________________ Grading Criteria: Evaluate the Bidder’s Criteria on a rated value scale: 0 = the lowest value to 10 = the highest value for each item listed below. Rating x Weighted Percent = Criterion Score The Sum of all Criterion Scores shall be the Administrator’s basis of the Bidder’s Overall Score. GRADING CRITERIA NO. CRITERIA ITEMS RATING VALUE (0- 10) WEIGHTED - PERCENT CRITERION SCORE 1. Price 35 2. Bidder Qualifications 30 3. Meets RFP Overall Specifications 35 4. 5. 6. 7. 8. 9. BIDDER’S OVERALL TOTAL SCORE __________ PREFERENCE TO KENTUCKY BIDDERS 1. Bidder is a resident of the following state: ____________________________ 2. If Bidder is a non-resident of the Commonwealth of Kentucky, indicate if any preference is given by the resident’s state: ______________________________ 3. Addition of any reciprocal preference for resident bidders: __________________ ATTACHMENT B: EVALUATION FORM

300 South 5th Street,P.O. Box 2267,Paducah, Kentucky 42002-2267Location

Address: 300 South 5th Street,P.O. Box 2267,Paducah, Kentucky 42002-2267

Country : United StatesState : Kentucky

You may also like

Bid 24-98 COMPACT CREW CAB PICKUP TRUCK

Due: 01 May, 2024 (in 4 days)Agency: City of Wheaton