Garrard County Board of Education – Garrard County High School – Phase 2 Site Improvements
Garrard County Board of Education – Garrard County High School – Phase 2 Site Improvements
The Garrard County High School – Final Phase Bidding Phase 2 Site Improvements project will be bid and
constructed utilizing the Construction Management Agency form of construction contract delivery. Trace Creek
Construction will be the Construction Manager for the project under direct contract with the Garrard County Board
of Education. The project consists of mass earthmoving, site demolition, site utilities, retaining walls, other site
improvements, and preparing the site for future phases of work.
Shelbyville Municipal Water & Sewer Commission – Dry Run Influent Pump Station
Shelbyville Municipal Water & Sewer Commission – Dry Run Influent Pump Station
Construction of a new Influent Pump Station for the Dry Run Wastewater Treatment Plant that is being Constructed near Logan Station Rd. The Influent Pump Station will upgrade the existing Breighton Pump Station to have an average capacity of 2.3 million gallons per day (MGD) and a peak capacity of 7.0 MGD. The project will include a concrete wet well, valve vault, control building, backup generator, approximately 2,500 feet of force main, and demolition of the existing Pump
Station.
Danville Independent School Board – Restroom/Concessions Building at Softball Field Complex
Danville Independent School Board – Restroom/Concessions Building at Softball Field Complex
Project consists of furnishing the specified labor, materials, supplies, tools, and or services, indicated for the Site Work for the
Restroom/Concessions Building at the Softball Field Complex
City of West Liberty – Water Quality Improvements Project – Contract 1 -Waterlines
City of West Liberty – Water Quality Improvements Project – Contract 1 -Waterlines
Contract 1 – Work is to include replacement of approximately 6.670 FL of 6-inch waterline, other appurtances, and service meters. Installation of a hydropneumatics pump stations.
RFB-101-23 DOC – KCIW Sewage Plant Connect to Regional Facility
RFB-101-23 DOC – KCIW Sewage Plant Connect to Regional Facility
Estimate : $1,126,113.00
Estimated Length of Project:
See S.C. (Substantial Completion) + 30 (Final Completion)
The KCIW Regional Wastewater Connection Project consists of construction of approximately 1,137 LF of 10-inch, 12-inch, and 18-inch PVC gravity sewer, of which approximately 70 LF being installed within a bored and/or jacked 30″ steel casing pipe across Ash Avenue (KY-362), a structure containing two wastewater channel grinders and a manual bar screen, diesel backup generator, a precast flow measurement structure, site drainage improvements, and decommissioning of the existing wastewater treatment plant.
Work shall be performed as described in the plans and specifications titled KCIW Regional Wastewater Connection. The project site is located at the Kentucky Correctional Institute for Women, 2460 Ash Avenue, Pewee Valley, KY 40056
Louisville Water Company is requesting Bids for the providing of all labor, rigging, tools, equipment, and materials to furnish and install chain-link fencing, turnstiles, sitework, etc. as detailed in the Contract Documents. All of the above shall be made ready for use in accordance and compliance with the Contract Documents, Plans, and LWC Standard Specifications and Drawings.
A pre-bid meeting to discuss the Project and to tour the work site will be held on September 20, 2022 at 9:30 am EST/EDT at Large Conference Room at Allmond Distribution Center located at 4801 Allmond Avenue, Louisville, KY 40214. Attendance at this meeting is strongly recommended. Questions or inquiries relating to this project must be submitted through the Louisville Water Company web-based portal by the date and time indicated for this bid.
Questions or inquiries relating to this project must be submitted through the Louisville Water Company web-based portal by the date and time indicated for this bid.
The Company’s Project Manager’s estimate for the Contract plus Company supplied materials for this Project is $250,001 – $500,000. If the Company’s Project Manager’s estimate for the Contract plus Company supplied materials exceeds $250,000: a Bid Bond is required. For this Contract, a Bid Bond is required.
Bids will only be accepted from Bidders who are Louisville Water Small Business Equity (SBE) Program Participants and have been pre-qualified by the Company in the pre-qualification category or categories that apply to this Bid. This Bid requires prequalification in Drainage & Sitework. Contractors/Subcontractors performing specialty items of work such as Electrical must be prequalified in the Electrical Category. For information about the Louisville Water SBE Program or pre-qualification, contact the Company through the designated bid portal.
Bid Documents except the Bid Table may be obtained from Lynn Imaging located at 11460 Bluegrass Pkwy, Louisville, KY 40299, (502) 499-8400 and www.lwckyplanroom.com. One copy of the Bid Documents (includes technical specifications and a full set of plans) will be available at no charge (not including shipping/delivery charges) to Contractors that are prequalified with Louisville Water Company in the category(ies) specified for this bid. For details regarding the charges that apply to non-prequalified contractors, go to www.lwckyplanroom.com.
Construction of the existing Michigan Road Pump Station, complete with wet well, valve vault,
installation of two (2) pumps and associated controls, DI station piping and fittings, the control
panel, approximately 2,600’ of PVC force main, 50’ PVC gravity sewer, and all other items
shown on the plans and mentioned in the specifications for a complete project, ready for
continuous operations.
Project consists of furnishing all labor, materials and equipment and performing all work necessary for Above-Ground Fuel System Project at the Fulton Airport.
UK-2287-23 RFP CM Services for Repair/Upgrade/Expand Central Plants – #2572.0
UK-2287-23 RFP CM Services for Repair/Upgrade/Expand Central Plants – #2572.0
The University of Kentucky desires the services of an experienced and highly qualified construction
management firm to provide “FULL SERVICE” construction management on the proposed project.
The Construction Manager (CM) selected will become a responsible, cooperative, and contributing
member of the Owner’s professional team for the design and construction of the project. The
Construction Manager will provide assistance and advice and provide management services to the
Owner and design consultants to assure the project is completed within defined budget, program and
schedule.
The project involves re-roof work at the DMA – National Guard Armory in Williamsburg, KY. The existing approximately 15,300 square foot roof to be removed is a 2 ply modified bitumen roof on metal deck. The new roof system is a Two Ply SBS Modified Bitumen in cold adhesive over cover board over rigid board insulation system. The first layer of insulation will be mechanically fastened. Additional layers and coverboard will be set in two part foam adhesive. The existing metal coping will be removed and replaced with a new pre-finished sheet metal coping. Existing counter flashings to be removed and replaced with new counter-flashings. Existing roof gutters and dowspouts to be removed and replaced with new pre-finished metal gutters and downspouts.
The project involves recover roof work at the DMA – National Guard Armory in Hazard, KY. The existing approximately 16,800 square foot roof to be recovered is a modified bitumen roof on a metal deck. The new roof system is a Two Ply SBS Modified Bitumen in cold adhesive over cover board system. The cover board will be mechanically fastened. The existing metal coping and metal roof flashings will be removed and replaced with a new pre-finished sheet metal coping and flashings. Existing counter flashings to be removed and replaced with new counter-flashings. Existing roof gutters and downspouts to be removed and replaced with new pre-finished metal gutters and downspouts.
The referenced project include sections of one (1) neighborhood street located in southwestern Louisville in the Lower Hunters Trace area; Mariemont Road. The referenced project consists of the supply and install a total of 670 LF of water main, including supply and install of 670+/- linear feet of 6-inch DR-18 C900 PVC water main using traditional trench installation techniques. Also included with the project is the supply and installation of 1 fire hydrant, and the supply and transfer, renewal, relocation, or discontinue of 17+/- customer services. Fire hydrant removal, main cut and plugs, and restoration on and along Project Limits as stated above shall be included. Contractor shall supply and install all materials required for the completion of this project.
Questions or inquiries relating to this project must be submitted through the Louisville Water Company web-based portal by the date and time indicated for this bid.
The Company’s Project Manager’s estimate for the Contract plus Company supplied materials for this Project is $200,001 – 250,000. If the Company’s Project Manager’s estimate for the Contract plus Company supplied materials exceeds $250,000: a Bid Bond is required. For this Contract, a Bid Bond is not required.
Bids will only be accepted from Bidders who are Louisville Water Small Business Equity (SBE) Program Participants and have been pre-qualified by the Company in the pre-qualification category or categories that apply to this Bid. This Bid requires prequalification in all the following categories: 4″ – 16″ PVC Water Mains AND 1” & Smaller Water Services. For information about the Louisville Water SBE Program or pre-qualification, contact the Company through the designated bid portal.
The Company will award the Contract to the Bidder presenting a Bid that is responsive to the Specifications, is in substantial compliance with the Contract requirements, and presents the lowest and best price for performing the Work making up the base bid and or Bid that Company determines is in the Company’s best interest, which may not necessarily be the least expensive Bid.
Bid Documents except the Bid Table may be obtained from Lynn Imaging located at 11460 Bluegrass Pkwy, Louisville, KY 40299, (502) 499-8400 and www.lwckyplanroom.com. One copy of the Bid Documents (includes technical specifications and a full set of plans) will be available at no charge (not including shipping/delivery charges) to Contractors that are prequalified with Louisville Water Company in the category(ies) specified for this bid. For details regarding the charges that apply to non-prequalified contractors, go to www.lwckyplanroom.com. The Bid Table is available in Microsoft Excel via download from the designated portal on Louisville Water’s electronic bidding site at https://louisvillewater.bonfirehub.com/portal/.
The project involves recover roof work at the DMA – National Guard Armory in London, KY. The existing approximately 16,150 square foot roof to be recovered is a modified bitumen roof on a metal deck. The new roof system is a Two Ply SBS Modified Bitumen in cold adhesive over cover board system. The cover board will be mechanically fastened. The existing metal coping and metal roof flashings will be removed and replaced with a new pre-finished sheet metal coping and flashings. Existing counter flashings to be removed and replaced with new counter-flashings. Existing roof gutters and downspouts to be removed and replaced with new pre-finished metal gutters and downspouts.
Work of the Project includes selective renovation of the existing 12,426 +/- GSF, single story National Guard Armory including removal of existing exterior doors and windows and replacement with blast resistant assemblies, removal of existing interior doors and frames and replacement with new steel doors, frames and hardware, interior renovation of men’s restroom requiring removal of existing plumbing fixtures and concrete floors to accommodate installation of new underslab sewer piping, patching of concrete floors and new interior CMU partitions for a new lactation room, plumbing chases, miscellaneous cutting and patching of existing masonry wall systems, and new metal stud and gypsum wallboard assemblies. Interior finishes include ceramic wall tile, acoustic panel ceilings, acoustic spray cellulose insulation, painting, carpet tile, polished concrete and epoxy resinous flooring.
The work also includes renovation/replacement of selective portions of existing plumbing, HVAC and electrical systems.
1. New PVC roofing membrane & “flute filler” rigid insulation installed over existing metal panel roof system for roof areas A & B only.
a. Clean roof surfaces
b. Replace translucent fiberglass roof panels (Roof B) with metal roof panels to match existing.
c. Loose lay rigid Isocyanurate insulation between roof panel ribs
d. Loose lay cover board insulation over entire roof
e. Mechanically fasten both layers of insulation to existing metal roof structure.
f. Mechanically fasten .060 PVC membrane roof over insulation.
g. Install all PVC flashings and metal components to complete the installation.
h. Install new framework, pre-finished metal wall & soffit panels @ front façade & tower.