Bowling Green Independent Board of Education – High School Addition & Renovation Ph 2: Bid Group 2/BP130 REBID
Bowling Green Independent Board of Education – High School Addition & Renovation Ph 2: Bid Group 2/BP130 REBID
The BOWLING GREEN SCHOOLS BOARD OF EDUCATION will receive sealed bids for the Bid Package listed below for the BOWLING GREEN HIGH SCHOOL ADDITION/RENOVATION PHASE II-BID GROUP II.
CCK-2492-20 Taylor Education Building – Rooms 151 and 151F Renovations
CCK-2492-20 Taylor Education Building – Rooms 151 and 151F Renovations
THIS PROJECT IS A RENOVATION OF SUITE 151 AND WILL CREATE SEVEN NEW OFFICES, A
STORAGE ROOM AND A WAITING ROOM WITHIN THE EXISTING SPACE. IMPROVEMENTS INCLUDE
NEW CEILING WITH LED LIGHTS, NEW HVAC EQUIPMENT, AND ADDITIONAL POWER AND DATA
FOR NEW OFFICES. NEW FINISHES WILL MATCH EXISTING LAYOUT.
This project is inclusive of asbestos abatement prior to renovation activities within Hunter Hall, a four story former women’s dormitory on the Kentucky State University campus. Abatement of identified asbestos containing materials must be conducted in accordance with the U.S. Environmental Protection Agency, the Kentucky Division for Air Quality, and the U.S. Occupational Safety and Health Administration.
City of New Albany – Olive Avenue Sidewalk Improvement
City of New Albany – Olive Avenue Sidewalk Improvement
The project consists of various sidewalks, curb, driveway,
ramp and tree replacement/installation and all appurtenant work along Olive Avenue from State
Street to Bono Road.
The project consists of roof replacement of Steep & Low Sloped Roofs.
1. Low Slope: Remove existing roof system down to existing deck. Install 2-ply SBS Modified Bitumen roof assembly over rigid insulation.
2. Carpentry: Install wood blocking as required.
3. Drainage: Replace all metal components, scuppers, MCF, conductor heads, and coping caps as per drawings.
4. Clean & seal wall panels and panel joints
Louisville Water Company is requesting Bids for Perform complete coatings renovation on the Reamers water storage tank, including
surface preparation, coating application and miscellaneous tank accessories.
Questions or inquiries relating to this project must be submitted in writing via email at least seven (7) calendar days prior to the bid
opening date. All questions and inquiries must be sent to the Buyer, Renee Fromme, email at rfromme@lwcky.com .
The Company’s Project Manager’s estimate for the Contract plus Company supplied materials for this Project is $500,001 –
$1,000,000. 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 have been pre-qualified by the Company in the pre-qualification category or categories
that apply to this Bid. This Bid requires prequalification in the following prequalification categories: Water Tank Coatings For
information about pre-qualification, contact the Buyer listed above.
Award of the Contract will be based on base bid pricing and is at the Company’s sole discretion. Alternate bid(s) may or may not be
awarded. 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. The Company may accept the Bid that the Company determines is in the Company’s best interest, which may not necessarily
be the least expensive Bid.
Bid Documents 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.
Louisville Water Company is requesting Bids for the furnish and installation of 3,245 +/- linear feet of 24-inch Pressure Class 250
ductile iron water main, 2,885 +/- linear feet of 24-inch Pressure Class 250 restrained joint ductile iron water main, 60 +/- linear feet
of 20-inch Pressure Class 250 restrained joint ductile iron water main, including all accessories, appurtenances and restoration.
Project is for the Wilderness Lake dam outlet repairs located at John James Audubon State Park in Henderson County. The Work will consist of removing the existing outlet structure and pipe and installing a new outlet structure and pipe through the dam along with a rip rap energy dissipater. The lake will be drained to a sufficient depth such that the dam can be open cut for the safe removal of the existing outlet structure and pipe. A new box structure and outlet pipe will be installed, bedded in flowable fill and backfilled with engineered fill. The final dam surface shall be permanently seeded and armored with an erosion control blanket.
The project is to construct a new maintenance shop building and two new cabins at the FFA Leadership Training Camp in Hardinsburg, KY. The new shop building will be wood construction over concrete slab with a metal skin containing mostly unconditioned storage space used to house equipment and lawn-mowers for camp maintenance (approx. 2,639 SF) and containing a small, conditioned office area with a single toilet room. The area above the office will be for a storage mezzanine accessed by stairs in the storage area. The storage area will be serviced by two, manually-operated, 14’-0″ wide, overhead, insulated, sectional garage doors. Lighting in the storage area will be high-bay LED lights and LED panel type lights in the office area. The building will have three-phase power to allow for welding activities. Two porches will be included – a covered front porch for personnel access and a secured, rear porch for outside storage. The office will be conditioned by a PTAC unit. The concrete floors will be epoxy-shielded, alls in the office will be gypsum board with rubber base. Doors to be hollow metal panels and frames for exterior use. The two cabins are to be 24’-0″ x 36’-0″ single-room building to house 10 bunk beds for campers located on the site of the demolished bath-house. The buildings will be wood framed on concrete slab with metal exterior skin and asphalt-shingled roofs. The floors will be epoxy-shielded, walls and ceilings will be finished with painted plywood panels. Lighting will be LED panel type lights, HVAC will be ductless split system with two ceiling cassettes in the cabin. Each bunk bed location will be provided with high and low outlets serving both beds. Cabins will have a single exterior door and 4 awning type windows.
Ashland Independent School District – Paul G. Blazer High School – Hillside Stabilization
Ashland Independent School District – Paul G. Blazer High School – Hillside Stabilization
Project consists of hillside stabilization with a retaining wall
at the existing track, partial replacement of storm sewer system, and repair and
resurfacinig of the track and associated site work.
CCK-2490-20 Replace AHU#1 – Pav H – Controls – 2529.0
CCK-2490-20 Replace AHU#1 – Pav H – Controls – 2529.0
Project includes the replacement of existing AHU H-1 located on the ground floor of Pavilion
H and serves portions of the ground and first floors. This current bid pack includes all building
automation control work to accomplish the project as detailed within the project drawings and
specifications. Additional Bid Pack #2 sheets are included for the contractor’s reference and
are marked “For Reference Only”. Future Bid Pack #2 will include the remainder of the
mechanical, structural, fire protection, plumbing, and electrical work as detailed on the plans
and specifications and will be forthcoming immediately upon the successful bid of BP #1. The
mechanical contractor for BP#2 shall carry an allowance for the sum of the controls work as
issued by addendum to BP #2
Georgetown Municipal Water and Sewer Service – Main Street Water Main Improvements
Georgetown Municipal Water and Sewer Service – Main Street Water Main Improvements
Project consists of the construction of Main Street Water Main Improvements including
approximately 2,800 LF of 8” water main, 8 water main connections, approximately 38 service
connections, 1,000 feet of sidewalk replacement, and all related appurtenances
Oldham County Board of Education – South Oldham High School – Synthetic Turf Field Replacement
Oldham County Board of Education – South Oldham High School – Synthetic Turf Field Replacement
The project includes the removal and disposal of the existing synthetic turf field.
Infill and goal posts, re-grading of the stone drainage base including adding additional cap stone as
necessary to achieve the required slopes and elevations, installation of new goal posts and new
synthetic turf field and infill.
Estimate:
$141,476.55
Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
The Jessica Mitchell site is located at 7952 KY Route 122, Minnie in Floyd County, KY at coordinates 37°28’35.0339″ at 82°44’58.8791″. On June 7, 2019 a portion of the hillside between the Mitchell’s residence and the Turner’s residence became unstable and slid into the driveway, bringing rocks, trees, and mud. This slide area is approximately 122’ wide at its max. Ms. Mitchell is concerned about her safety, if the slide is not addressed.
To address this concern, the slide area will be stripped to bedrock to remove the threat of more sliding and installation of a hoe ram ditch down the face of the slide. The slide is approximately 195’ long at its longest and 105’ wide at its midpoint, and based on an estimated 8’ depth to rock throughout, there appears to be about 7,700 cubic yards of material to be moved. All excavated earthen material will be placed in a fill area across KY RT 122 from the slide. The removal and replacement in kind of a building on Jessica Mitchell’s property labeled on the plan view. The relocation of gas line and gas meter as shown on plan view.
For drainage issues, the ditch along the driveway up to Van Turner’s house and behind the Concrete barrier, behind the house will be cleaned out and/or excavated and extended 32 feet, due to material coming off above the house. The cost estimate for this work will be included in the lump sum earthwork estimate. Additional items for site prep, revegetation, and roadway stone for the driveway access area are included in the cost estimate. In total, the project area encompasses approximately 2.0 acres behind the house of Turner and near the trailer of Mitchell is marked on the plans.
This project will not directly disturb any streams. This project will not address any underground mine openings or disturb any other cave-like habitats. No trees will be disturbed outside of the unstable landslide area. All areas disturbed by this project will be revegetated by means of the Standard AML Reclamation Seed Mixture. A quantity of Hydro mulching/Hydro seeding has been included to address revegetation of suitable portions of the landslide area following excavation. Cover crop is also provided in order to provide quick vegetative cover on any disturbed areas that will go undisturbed for at least two weeks, but not be ready for application of permanent revegetation. Sediment control will be provided by silk fences or straw bales along the Van Turner’s Driveway, public road and along the waste area.
The Contractor will remove all existing cameras and including mountings and brackets back to the existing rack in the Communications Room. The Contractor will test all existing cables that are shown to be reused and in addition, will provide new cables for all cameras which are being installed in new locations. The Owner will replace all ceiling tiles that are effected at the demolished camera locations with new ACT. The Contractor will patch and repair effected walls and ceilings in the area of work where demolition occurs. Owner to paint.
The project consists of proving all labor and materials for the complete installation and commissioning of a comprehensive video and audio surveillance system including a monitoring workstation consisting of a networked CPU tied to a large screen color monitor located within the facility. All cameras shall be high definition IP Network based with IR capabilities and will be integrated with audio detection. All camera cabling shall be Cat 5E plenum rated data cables in order to match existing stock.
The Contractor shall provide a Security Camera Network using fiber optic servers, NVR video recorders, and POE switches located in a floor mounted equipment rack. The Owner will provide the UPS in the rack. The video storage capability shall be four weeks minimum using the storage and memory sizes as specified. The Contractor shall provide the Owner with camera license software modules using password protection access.
Clarify that the work is to be conducted on the site of School Aged Male and Female Students who learn, play, sleep and reside at this facility, and will remain occupied during the entire contract period. Work to be performed within the facility is to be coordinated with the Owner’s Representative (Superintendent or Maintenance Supervisor) on a daily basis.
All work shall be done in compliance with the KBC “Kentucky Building Code”, the IBC “International Building Code” and NEC “National Electrical Code”.
Community Action Council – Prep Academy of Richmond
Community Action Council – Prep Academy of Richmond
The scope of work includes architectural, mechanical, electrical and plumbing improvements to
approximately 9,665 square feet of building area, previously occupied as an automotive body
repair shop. The space is currently broom clean and ready to begin construction activities. In
addition, work includes site improvements in support of the contemplated use, including limited
grading, asphaltic and concrete paving and paving repair, fencing, landscaping, striping and
associated improvements.
Building demolition includes removal of the existing overhead doors and hardware, removal of
hollow metal doors & frames, cutting existing masonry walls to receive new storefronts and doors,
cutting and patching existing concrete floor slab to level floors and accommodate new plumbing,
cutting and patching existing dimensional asphalt shingle roof to facilitate installation of new
mechanical equipment. New construction includes the complete construction of 7-classrooms,
teacher work rooms, student toilet rooms, office, public restroom, lactation room, warming kitchen,
storage and mechanical space. Construction generally consist of installation of gypsum board and
metal stud partitions and ceiling cladding, installation of new doors, frames and hardware, new
fixed view windows, new storefronts with operable windows and vents, installation of new acoustic
tile, carpet tile, LVT and epoxy flooring. All spaces will be served by new mechanical, electrical
and plumbing fixtures, fire alarm and sprinkler systems.
The project includes providing all construction supervision, labor, materials, tools, test equipment
necessary for JIMMIE CAMPBELL DRIVE OVER TOWN BRANCH PROJECT.
Oldham County Board of Education – LaGrange Elementary School Site Improvements
Oldham County Board of Education – LaGrange Elementary School Site Improvements
The project scope includes site improvements at the existing LaGrange
Elementary School. Improvements include the replacement of existing sidewalk, asphalt pavement,
concrete curb and gutter. Also included within the project are storm sewer improvements as well as
the addition of a chain-link fence gate. The Owner will continue to occupy and use the facility
throughout construction.
This Project encompasses the renovation of 4,230 sf of existing office space on the
First Floor of Pavilion H in the UK Albert 8. Chandler Hospital at the University of Kentucky in
Lexington, Kentucky to accommodate the relocation of the Markey Administration Department.
Estimate:
$124,200.00
Estimated Length of Project:
(Substantial Completion) + 60 Calendar Days (Final Completion)
The Ron Hall Silt Pond project is located in northern Johnson County, Kentucky, near the community of Keaton, at 37° 58’ 22.4″N and 82° 57’ 24.3″ W. The site can be reached from the intersection of Routes 23 and KY 40 near Paintsville, and following KY 40 about 1.3 miles to KY 172. Turn right onto KY 172 and continue for 10.6 miles, then turn right onto KY 469 and continue for 4.5 miles to a right onto Noisy Branch. Noisy Branch becomes Wilson Drive after about 3/4th mile. The residence is 356 Wilson Drive.
An abandoned sediment pond above the Hall residence has deteriorated such that the spillway no longer functions and the pond overtops during heavy rainfall. Water has inundated the yard around the home and an equipment shed, causing the property owners to fear that they could lose their home with another heavy rain event.
To remediate the problem, the pond will be drained and covered using the material from the existing dam and surrounding area. Geogrid will be placed beneath the cover to provide stability. Drainage will be routed to a newly constructed ditch extending from above the pond to an existing tributary of Noisy Branch. The ditch will begin with 200 L.F. of ECB flat-bottom ditch (2 ft. bottom width and 2 ft. depth) and change to a modified concrete block-tied mat (CBTM) ditch of the same dimensions for 560 L.F. A detail for the modified ditch is included in the plans.
HDPE pipe is included as necessary for resident access. A subdrain will be required to move water away from the property, so 360 L.F. has been added to the estimate and will be installed as shown in the plans, with the subdrain daylighting in the CBTM ditch. To help prevent erosion, class II rock silt checks and a gabion weir have been included as depicted on the plans.
It should be noted that a gas line and/or water line may exist within or near the Project Limits.
Site preparation for the site includes clearing and grubbing of vegetation. Straw bales and silt fence are included to minimize erosion from the site. No trees larger than three inches in diameter, whether dead or alive, will be removed except during the designated time allowed unless they are on an unstable slope.
All areas disturbed by construction activities are to be revegetated in accordance with regional, regulatory, and project standards, using agricultural limestone, fertilizer, seed and mulch. A standard seed mix is to be used.