CALL 103 CONTRACT ID 181233 MADISON COUNTY STP BRO 4212 053 : BATTLEFIELD MEMORIAL HIGHWAY (US 421) (MP 2.433) ADDRESS DEFICIENCIES OF BRIDGE ON BATTFIELD MEMORIAL HIGHWAY (US 421) OVER COWBELL CREEK AT JCT WITH HIGHWAY 21 E (KY 21) (MP 2.483), A DISTANCE OF 0.13 MILES. GRADE & DRAIN WITH ASPHALT SURFACE. SYP NO. 07-01130.00.
CALL 100 CONTRACT ID 181041 BULLITT COUNTY NHPP IM 0655 (120) : I-65 CONSTRUCT NEW I-65 INTERCHANGE BETWEEN KY-480 AND KY-245, A DISTANCE OF 3.90 MILES. GRADE, DRAIN & SURFACE WITH BRIDGE. SYP NO. 05-00538.00.
This project is primarily for the replacement of the conical isolation dampers ahead of the supply and return fans in the existing air handling units. All conical isolation dampers will be replaced with new opposed blade dampers. The project will also include replacing the actuators and controls wiring to the existing Facility Management System. Controls work is via allowance. Electrical work is limited to disconnecting power to existing actuators and reconnecting power to the new actuators. Work shall be performed during normal hours.
LFUCG – Wilson Downing Bridge Over West Hickman Creek Repair – 125-2018
LFUCG – Wilson Downing Bridge Over West Hickman Creek Repair – 125-2018
PROJECT DESCRIPTION:
Consisting of the construction and/or furnishing of items as listed in the Bid Schedule, plus incidentals necessary to
complete the work. The work entails demolishing/removing the failed steel beams and bridge deck material as well as the sidewalks on both sides of the structure, constructing a new wing walls on the northern side of the structure, placing new concrete box beams,
constructing new bridge deck over new box beams and constructing a new sidewalk on both sides of the structure, providing traffic control and any/other miscellaneous items.
SITE LOCATION: LATITUDE 38:58:27.3N LONGITUDE 84:29:58.4W
PROJECT DESCRIPTION:
The work to be bid is described as follows:
CONTRACT 141-16-02
Construction of approximately 2,700 L.F. of concrete sidewalk, 1,410 L.F. of
curb and gutter, concrete entrances, earthwork, storm drains, headwalls, and drop box
inlets,
The Department of Highways Engineer Section Office – Rowan County project consists of a single Base Bid. The new structure is a 2,000 GSF, single floor building.
This Work includes the construction of a 2,000 sf office building at 25 West BP Drive, Morehead, KY 40351. The building is slab-on-grade with wood framed walls, vinyl clad double hung wood windows, R-21 batt insulation, shop-fabricated wood trusses, asphalt shingle roofing, and fiber cement siding. Typical floor finish to be vinyl composition tile, typical wall finish to be painted gypsum board, typical ceiling to be suspended acoustical tiles. Typical ceiling height to be 8’-0″, typical bearing wall to be 10’-1″. The HVAC system is an electric heat pump. The building will accommodate an occupancy of 21 and house the following rooms and functions: a large workroom with kitchenette, four private offices, a small conference room, men’s and women’s restrooms, mechanical room, custodial room, communications room, and reception room. The Work also includes a small concrete parking area (1 space, accessible). Consult project documents for information regarding connecting to site utilities.
Relocate existing 400KW generator from 3001 Leitchfield Road Owensboro, KY 42303 to Kentucky State Pentitentiary and perform various work on the generator.
Contractor shall provide and install new service rated NEMA 3R ATS 3000. Contractor shall provide an single phase NEMA 3R panelboard which will be attached to the new ATS enclosure. Contractor to provide and install conduit and conductors from the secondary of the 500kva transclosure to new ATS. Contractor to provide and install conduit and conductors from the new 400KW generator to new ATS. Contractor will be responsible to ensure that the correct electrical service phasing is Contractor shall provide and install a weather proof Estop to the generator enclosure. Contractor shall provide and install 2 platform systems for the generator
Madison Consolidated High School Auditorium Addition & Renovation
Madison Consolidated High School Auditorium Addition & Renovation
PROJECT DESCRIPTION:
The Scope of Work consists of, but is not limited to, the following:
This project includes 2 separate additions to the Madison High School Auditorium, an
HVAC renovation to the school’s Academic Wing “A”, a partial HVAC renovation to the
Auditorium, partial lighting upgrades to both Academic Wing “A” and the Auditorium, and a roof replacement to Academic Wing “A”. The new spaces to be constructed include; Boy’s and Girl’s Dressing Rooms, a Costume Room, Men’s and Women’s Restrooms, a Concession Area, Lobby, Ticket Area and a Prop Construction Room.
Western Hills High School Football Field House REBID
Western Hills High School Football Field House REBID
PROJECT DESCRIPTION:
This scope of work includes the erection of a 40’x70’ premanufactured metal
building, which is already on site. Additional work to be bid for this job includes the excavation,
drainage, and foundation systems for this building along with all the mechanical and electrical
rough-ins as described in the contract documents. In short, the shell is to be constructed and turned
over to the Owner for them to complete.
Taylorsville Water System Improvements: Contract 21-Water Booster Pump Station
Taylorsville Water System Improvements: Contract 21-Water Booster Pump Station
PROJECT DESCRIPTION: The project includes but is not limited to the following:
TAYLORSVILLE WATER SYSTEM IMPROVEMENTS: CONTRACT 21 – WATER
BOOSTER PUMP STATION
a.) 1 L.S. Duplex Water Booster Pump Station with equipment storage
b.) 240 S.Y. Access Road
c.) 370 S.Y. Parking Area
d.) 1 EA. Individual Grinder Pump Station (sewage) with 1 1/4″ Force Main
The Scope of Work includes the following:
1. Room 322A will be the room where the new sound equipment will go. Existing 2 sound racks will be combined to only 1 rack. The 2 new sound racks will also be combined to only 1 rack. The room shall end up with 2 racks of sound equipment.
2. Room 322A will be the room where electrical panelboard will be installed to power new sound equipment and new HVAC units. The 112.5kva transformer and disconnect switch shall be installed on top of the office suites (approximately 800lbs). The transformer and disconnect switch shall be supported by all thread round and from the roof beam structure to match how equipment has been currently installed.
3. Power will come from the main MSWBD switchgear using the ELEVATOR (FUTURE) 200 amp breaker (located in the MSWBD switchboard) on the 1st floor run to the bottom of room 230B contractor shall bore thru the concrete with a 2 ½ inch hole thru this room and into 330B then go down the hallway above the office suites 350 feet. At the end of the office suites contractor shall install and terminate in a 600V Nema 1 disconnect, 200 amp fused at 170 amps with RK5 fuses. Total distance about 410 feet from MSWBD switchboard.
4. Contractor shall furnish and install a new 2 ½” Conduit from MWSWB to T-3C Disconnect and new 2 ½” conduit to T-3C (112.5 kva new transformer). Contractor shall provide and install new NEMA 1 600V disconnect and new 112.5 kva transformer supported by ceiling structure with all thread rods and a metal plate capable of handling up to 850 pounds. Furnish and install a new 4″ conduit with (4) 600MCM cables from secondary of T-3C transformer to new 3P2 panelboard.
5. Contractor shall furnish and install concrete core drills holes as necessary to get 2 ½” conduits from MWSWB to T-3C disconnect. Thru rooms 230B, 330B and main mechanical room.
6. Furnish and install new panelboard 3P2 in Room 322A with breakers as called out in panel schedule.
7. Contractor shall furnish and install new HVAC units with wiring, piping and disconnects for IT rooms 322A and 223B which will require inside units and exterior units.
8. Contractor shall furnish and install individual circuits to new sound system circuits on a twist lock plug and receptacle that will allow 3’ to 5’ of slack, the circuits are called out in the new panel schedule. The sound system rack is on casters thus making it easy to move.
CCK-2358-19 Enoch Grehan Journalism Building BP3 – Windows Replacement – 2446.2
CCK-2358-19 Enoch Grehan Journalism Building BP3 – Windows Replacement – 2446.2
PROJECT DESCRIPTION:
This package involves the installation work for Bid Package # 03 – Grehan Journalism
Building Project. The work will be performed under contract with the Construction
Manger, Turner Construction Company.
PROJECT DESCRIPTION:
This project consists of approximately 975 LF of 3” waterline, 1 meter relocate, and all necessary appurtenances. This is a relocation of existing facilities.
RFB-84-19 Testing and Balancing Services L&N Building Upgrade
RFB-84-19 Testing and Balancing Services L&N Building Upgrade
Project Manager Name: Tony Yates
Phone: (502) 782-0338 Email:
Tony.Yates@ky.gov
Estimate:
$50,000.00
Estimated Length of Project:
February 8, 2019 (Final Completion)
The specifications describe the work to be done and the material to be provided for performing HVAC Testing, Adjusting and Balancing (TAB) services for the referenced project.
LFUCG – West Hickman WWTP Final Clarifiers No. 7 and No. 8 Structural Repairs
LFUCG – West Hickman WWTP Final Clarifiers No. 7 and No. 8 Structural Repairs
Please Note: Addendum 02 has changed the Bid Date
PROJECT DESCRIPTION:
The Project includes providing all construction supervision, labor, materials, tools, test
equipment necessary for the:
• Removal, repair, rehabilitation, reinstallation of the existing final clarifier
mechanisms and bridges in Final Clarifiers No. 7 & No. 8, and all associated
piping, painting and electrical appurtenances included and shown on the Contract
Documents.
• Removal and replacement of new sluice gates at existing Final Clarifier Flow
Splitter Box No. 1 & No. 2 and all associated appurtenances.
• Removal of 8” concrete slab and swept-in grout layer in existing Final Clarifiers
No. 7 & No. 8.
• Cutting off of existing rock anchors in existing Final Clarifiers No. 7 & No. 8.
• Installation of new rock anchors, concrete base slab and swept-in grout in existing
Final Clarifiers No. 7 & No. 8.
• Allowances are provided in Bid for under slab pipe replacement and existing
Walker clarifier rehabilitation and repair work.
PROJECT DESCRIPTION:
The Cath Lab project encompasses about 800 square feet including the control room and equipment room for the Cath. The project will be in an existing space to be renovated. All Cath Lab walls and doors will need to be replaced or retrofit with lead lining for radiation protection. Some minimal work will occur in the ceiling below for plumbing hook-ups.
Description and location of Project: This unit base construction order is for the boulder wall installation along the rear property of 2417 Crystal Springs Place, in Metro Council District 19.
WKU-10168 Construct College Heights Foundation Building
WKU-10168 Construct College Heights Foundation Building
Please Note: Addendum 04 has changed the Bid Date
WKU invites you to bid on CONSTRUCT COLLEGE HEIGHTS FOUNDATION
BUILDING. The project consists of the demolition of the existing 5600 square foot
College Heights building and the new construction of a 8600 square foot
building in the same location. The exterior of the building is a brick and
stone. Interior spaces will include offices, conference rooms, library, and
atrium spaces. If there is an awardable bid, the plan is to start in
November of 2018 and complete construction in November 2019.
This link is WKU TopShop (Unimarket) sourcing. All questions and
answers will be posted on this link. You will need to join WKU TopShop in
order to post questions or see answers. If you have any questions
regarding this new process, please contact Marci Morehead, Purchasing
Agent, 270-745-6365 or Doris Hayes at 270-745-5355.
BIDS will be accepted on the Unimarket system or by hard copy only
deliverable to Marci Morehead. The physical address is posted in the bid
documents.