CALL 110 CONTRACT ID 191242 MASON COUNTY STP BRZ 0903 (208) : DAVIS LANE (CR 1124) (MP 0.007) ADDRESS DEFICIENCIES ON THE BRIDGE ON DAVIS LANE (MP 0.029), A DISTANCE OF 0.09 MILES. BRIDGE WITH GRADE, DRAIN & SURFACE. SYP NO. 09-08910.00.
CALL 109 CONTRACT ID 191053 CHRISTIAN COUNTY STP BRZ 0203 (349) : SUBSTATION ROAD(CR-1116) Midpoint, A DISTANCE OF 0.10 MILES. BRIDGE REPLACEMENT. SYP NO. 02-01085.00.
CALL 108 CONTRACT ID 191223 JEFFERSON COUNTY STP 8714 (014) : KY 22 & GOOSE CREEK ROAD INTERSECTION (MP 2.537) RECONSTRUCT KY 22 AT GOOSE CREEK ROAD (MP 2.937), A DISTANCE OF 0.40 MILES. GRADE & DRAIN WITH ASPHALT SURFACE. SYP NO. 05-00371.13.
CALL 105 CONTRACT ID 191238 TAYLOR COUNTY NHPP 6000 (143) : CAMPBELLSVILLE BYPASS (KY 555) HEARTLAND PARKWAY: IMRPOVE MOBILITY AND CONNECTIVITY VIA NEW CAMPBELLSVILLE BYPASS FRON KY 55 SOUTH OF CAMPBELLSVILLE TO KY 70, A DISTANCE OF 3.30 MILES. GRADE & DRAIN AND PAVEMENT ALTERNATES. SYP NO. 04-00142.20.
CALL 100 CONTRACT ID 191239 HENDERSON COUNTY STP BRO 5053 (031) : US 60 (MP 19.236) ADDRESS DEFICIENCIES OF BRIDGE ON US 60 OVER GREEN RIVER AT INSECTION WITH KY 1078 (MP 19.444), A DISTANCE OF 0.82 MILES. BRIDGE WITH GRADE, DRAIN & SURFACE. SYP NO. 02-01080.00.
City of Frankfort – Boone National Guard Sanitary Sewer Rehabilitation
City of Frankfort – Boone National Guard Sanitary Sewer Rehabilitation
The project
includes, but is not limited to, the following:
The repair/replacement of approximately 4,200 LF of 8-inch gravity sewer
including 26 new or replacement manholes and 16 cleanouts together with all
related work
A. This Work includes interior renovations to the Lexington Readiness Center located at 4301 Airport Road in Lexington, Kentucky. The scope includes the following items:
• New floor finishes throughout the building.
o Caging / Storage Area: Polished Concrete
o Lower level offices/Gym: Polished Concrete
o New Restrooms Lower Level: MMA Coating
o Stairs: Resilient stair treads.
o Upper Level Halls: Polished Concrete
o Upper Level Office: Carpet Tile
• Revise lower level floor plan to include two renovated accessible restrooms with shower stalls, dressing areas, water closets, urinals, and solid surface lavatories in solid surface vanity counter.
o All plumbing fixtures and piping to be replaced.
o All new piping to be PVC.
o Plumbing chase wall to be taken down to allow plumbing work in Men’s, new plumbing chase to be constructed in new lower level “Women’s” restroom.
o Both restrooms to include new painted metal lockers.
o New ventilation will be provided in restrooms.
• Delete operable accordion partitions in lower level offices, replace new painted C.M.U. walls.
• Paint all walls in areas identified on plans and schedules. Generally these are the same areas receiving floor and ceiling replacement.
• New humidity resistant 2×2 ceiling grid throughout areas identified on plans.
• Reconfigure office at addition wing of building to create a new corridor leading to caging storage area.
• Fill in opening in wall separating caging/storage area into two distinct zones to be used by separate companies stationed at the facility. New Supply Sgt. Office to be created in caging / storage area.
• Upper level offices to be renovated with new floor finish, wall paint, and ceiling tile and grid.
• Upper level to have existing Women’s restroom renovated into restrooms. New Men’s and Women’s single user restrooms will be constructed. Women’s to include water closet and lavatory, Men’s to include water closet, lavatory and urinal.
• Through wall air conditioner will be deleted and wall patched.
• Windows indicated on plans (punched windows and glazed entries) will be replaced with new blast resistant aluminum framed storefront system with laminated glazing.
• New hollow metal doors and frames will be provided where indicated on plans.
• Most existing hollow metal doors and frames will remain. Existing doors will review new ADA compliant lever hardware and will be painted.
• Total of four new Class 5 Vault Doors will be provided at existing three vaults.
• New LED lighting will be installed at areas indicated on plans, these are typically areas receiving new ceiling. Caging / storage areas will also receive new LED lighting.
• New Supply Sgt. Office in caging / storage area will receive new HVAC system (mini-split).
The Project involves the removal and replacement of 13,716 square feet of existing built-up roofing membrane on a single-story building structure. The existing roofing membrane is a gravel-surfaced, four-ply coal tar pitch roof system over perlite insulation over rigid insulation board. The replacement roofing system shall include tapered polyisocyanurate insulation below cover board with a two-ply cold-applied modified bitumen membrane system and flashings. Work shall include installing metal coping over existing stone copings and replacement of existing floodlight.
The project includes removing the existing asphalt shingle roofing and replacing with a standing seam metal roof for the I-71 Northbound and Southbound Rest Areas in Boone County, KY. The total square footage of new standing seam metal roof is 28,120 sq. ft. The buildings to receive new metal roof consist of the main restroom buildings, vending machine buildings, information center building, trucker’s restroom buildings, and trucker’s vending machine buildings. The project includes selective demolition to the upper roof caps of the main restroom buildings and rebuilding these upper roof caps with a gabled roof structure in lieu of the existing flat roof structure. These upper roof caps will have new finishes on the vertical walls, which are scheduled to be painted cementitious board siding with “fry reglet” trim. Roof accessories included in the project consist of new gutters, downspouts, and snow guards. The project includes minor modifications to the HVAC ductwork and venting in the upper roof caps of the main restroom buildings.
This project will generally consist of a HVAC replacement of the existing system. The work consists of the following: installation of new HVAC equipment; expansion of the existing Building Automation System, installation of a new water heater; installation of natural gas piping; installation of electrical power for new equipment. The trades involved include, but are not limited to: demolition; mechanical; insulation; temperature controls; and electrical.
Project consists of a full interior finish upgrade, new office suite within an
existing unfinished warehouse area, rerouting of existing raised access floor power and plenum boxes thru a phased new owner provided/installed workstation configuration. And minor demolition to reconfigure existing spaces for new Wellness Center and Work Café. Some
exterior work will include new punched windows, a new entry as part of Alternate 1 and minor roof repair associated with a new rooftop unit.
1. Base project cost range is anticipated to be under $2,837,000.
a. Alternate # 1 project cost range is anticipated to be under $121,300
b. Alternate # 2 project cost range is anticipated to be under $68,4000
Description and location of Project: This unit based construction order for the 12-inch pipe and drain system along Waterford Road in Metro Council District 7.
Description and location of Project: This unit based construction order for the 4-foot flat bottom paved ditch installation along the rear easement behind Pomeroy Court in Metro Council District 11.
New addition to the existing Danville BCTC Campus to add the new Advanced Manufacturing Center. The addition will include new AMC laboratories, classrooms, restrooms, and collaboration spaces. The scope of work includes, but is not limited to, new partitions and finishes, new structural steel frame, new mechanical and plumbing systems, and new electrical systems. Some MEP systems will utilize existing infrastructure and extend services to the addition.
This project is for the construction of a new 60’-3″ long x 60-0″ wide x 10’ high concrete structure with an interior concrete pad and entrance apron for the purpose of bulk storage of roadway, deicing salt.
Class “A” concrete shall be reinforced with epoxy coated rebar & fiber, which shall be used throughout the shallow, spread footing and walls. The Contractor shall be required to perform all excavation, filling, grading, & compaction of sub-grade necessary for the construction of footing, interior pad, and entrance apron.
Concrete walls will be ten (10) feet high, will be twelve (12) inches thick, will be constructed on the concrete footing, and will support a pre-engineered, membrane covered (roof) structure (PMCS). The roof structure is to be furnished and installed separately by Bulk Storage, Inc., per their current Master Agreement upon completion of the footing and walls under this contract. The (PMCS) is not a part of this Scope of Work.
Nine (9) inch thick, Class “AA” concrete modified with fiber & epoxy coated rebar, concrete slabs shall be placed inside the footing and at the entrance on the exterior of the structure.
This project is to be bid LUMP SUM. This bid shall include all labor, equipment, materials, and any incidentals necessary to complete the items of work detailed in plans and herein.
Eastern Kentucky University (EKU) hereby requests sealed bids for the materials, supplies,
equipment or services set forth herein, subject to all conditions outlined in this Bid Package for PTAC Unit Replacement
Estimate:
$ 79,900.00
Estimated Length of Project:
(Substantial Completion) + 45 Calendar Days (Final Completion)
The Hunter Church AML Reclamation Project is located in central Perry County, Kentucky at 37°21’37.20″N latitude and 83°12’06.50″W longitude just east of Hazard KY. The site can be reached from Hazard, take KY 80 East toward Prestonsburg approximately 4-5 miles to Route 1146 on the left, turn left onto Route 1146. Follow Route 1146 4.2 miles and turn right onto Hunter Church Road. Proceed approximately 800 feet to the inlet of proposed pipe site.
Currently an existing CMP pipe installed in the mid-1970s, is failing due to corrosive damage caused by mine drainage and clogged due to sedimentation from mine blowout. Pipes are unable to pass surface runoff during rain events causing water to flow over the road into Church and residential yards. To abate this drainage problem, 380 Linear Feet of 24″ Dia HDPE pipe (with concrete headwall at the inlet) and 2 Concrete Drop boxes to offset grades will be installed. The existing failed pipe will be taken out of service as the new pipe is installed. Straw Bales and Silt fence are proposed for proper silt control. Bid items of Roadway Stone and Bituminous Repair are included for (in kind) repairs to residential driveways as needed to facilitate reclamation work. Filter Fabric and geo-grid has been included to prevent erosion within the soil backfill. Class II/III backfill will be used as directed for backfilling areas and erosion control as directed. Construction Fence is included to protect Cemetery. All excavated material will be wasted within the construction limits.
A revegetation bid item is included to revegetate the site/waste areas at the end of construction. Utility relocation/replacement and landscape allowance bid items are included to replace (in kind) qualifying features as disturbed to facilitate the abatement plan.
Any trees greater than 3″ in diameter (breast height) will be removed within the dormant period of Oct 15th 2018 to March 31st 2019.
No Permits are required for this project.
The project has two main components. The first component is a 4,800 square foot unheated (cold) storage facility to support the requirements of the Combined Support Maintenance Shop (CSMS) located in Richmond, KY. The building will be pre-engineered metal building with prefinished metal siding and roof panels. The building will have three overhead doors and three man doors. Storage racks are included in the project. There are no provisions made for the storage of hazardous materials. The occupancy group will be S1 Medium hazard. There are no provisions made for providing conditioned air.
The second component of the project is to provide and install a pre-fabricated paint booth inside an existing facility. The booth shall include air exhaust, all associated ducting and insulation, compressed air and breathing air drops into the booth, all associated electrical and fire suppression equipment needed to support the booth.
Louisville Water Company is requesting Bids for providing all labor, rigging, tools, equipment, and materials to install prefacricated, above ground booster pumping statin, back-up diesel generator, water main and electric utilities; furnish and install all items and accessories for a complete project. Landscape and Restore site.