City of Frankfort – Crestwood I&I Reduction Project – Schenkel Lane Improvements
City of Frankfort – Crestwood I&I Reduction Project – Schenkel Lane Improvements
Please Note: Addendum 03 has changed the Bid Date
PROJECT DESCRIPTION: Provide all labor, equipment, and materials necessary to install, repair, access, clean, and test sanitary
sewers and manholes within the Schenkel Lane area of the Crestwood neighborhood of Frankfort,
Kentucky.
This project consists of site preparation for the relocation of modular labs. Construction of concrete walks, foundations, and elevated wood ramp, walk decks, and steps. Work includes: parking, site utilities, installing of HVAC equipment and reconnecting plumbing. Interior work includes: new flooring, ceiling tile/grid and painting.
Project Manger Name: Joseph
Sandman Phone: (502) 782-0329
Email:Joseph.Sandman@ky.gov
Estimate:
$164,500.00
The goal of the project is to improve aesthetics and quality of space at the main entry to the Ashland CTC Building by replacing existing deteriorated concrete walk surface. The existing concrete (and limited area of unit pavers) have spalled and cracked in various places leaving an unsightly appearance. It has become a maintenance issue.
An area of approximately 11,000 sf, has been identified – existing along the borders of the front façade, entry walk and the car drop off area.
The work will assume replacement of existing walk, concrete bollards, curb, and planting areas. Existing light poles and flagpoles will be salvage and placed back in service.
The user agency has asked for new lamp / light bollards to be placed along the curb edge of the drop – off zone to better define boundary between car and pedestrian. New ADA tactile pavers will be provided. A colored concrete pattern will be considered.
Description and location of Project: This unit based construction order is for an 18-inch pipe, and an 18-inch flat bottom paved ditch installation along the rear easement behind the 7200 block of Gerber Ave in Metro Council District 21.
Description and location of Project: The demolition of one garage, one shed, three barns, one dock, one breeze way from garage to house, the filling in of a semi-above ground pool and deck removal, all asphalt/concrete walk/drive ways, grading and seeding of all disturbed areas.
This renovation project is for the AASF Interim Hanger building located at Boone National Guard Center in Frankfort, KY. The building will be renovated to become a fitness center with new men’s and women’s locker rooms, a storage room, mechanical/electrical room, communications closet, and a 2nd level open mezzanine for fitness/exercise activities. The open gym contains areas designated for specific athletic activities such as a 3 ½” raised floor cardio equipment area, CrossFit training area, selectorized equipment area, free weights area, and sprint track. Alterations to the exteriors to include a new infill wall at the existing large operable wall that is to be demolished, and (2) new doors with (12) new windows. New finishes to include artificial turf sprint track (open gym), rubber flooring (open gym and mezzanine), and porcelain tile flooring (locker rooms), painted gypsum wall board, and 3″ batt insulation with vinyl facing to be installed in all areas over the existing vinyl faced insulation where exposed to the open gym area. Other improvements include: new LED lighting throughout, new HVAC for the building, and new plumbing in locker room areas.
CCK-2225-17 ASTECC Building – Upgrade Fume Hood Controls – Phase II
CCK-2225-17 ASTECC Building – Upgrade Fume Hood Controls – Phase II
PROJECT DESCRIPTION:
REMOVE EXISTING FUME HOOD CONTROL SYSTEMS IN ASTECC BUILDING, INCLUDING ALL INTERCONNECTED
SUPPLY, GENERAL EXHAUST, FUME HOOD EXHAUST VALVES AND EXISTING THERMOSTATS AS INDICATED. REPLACE
WITH NEW VENTURI VALVES, HOOD MONITORS WITH DIGITAL READOUTS & ALARMS, ROOM TEMPERATURE SENSORS,
AND A COMPREHENSIVE BACNET-BASED CONTROL NETWORK THAT INTEGRATES THE NEW LAB SYSTEMS WITH
EXISTING CAMPUS BUILDING CONTROL SYSTEM. ALL INSTALLED EQUIPMENT MUST MEET UNIVERSITY
PERFORMANCE REQUIREMENTS FOR FUME HOOD CONTROLS. NEW CONTROLS MUST PROVIDE FULL MONITORING
AND CONTROL OF INDIVIDUAL VALVES AND MAINTAIN ROOM AIR BALANCE.
PROJECT WILL BE BID IN MULTIPLE PHASES. EACH PHASE WILL BE COMPLETE, FUNCTIONAL, AND IN FULL
COMMUNICATION WITH DELTA ROOM BEFORE PROCEEDING TO THE NEXT PHASE.
PHASES ARE BROKEN DOWN AS FOllOWS:
I. ALL DEVICES ON EXHAUST FAN EF-IN SYSTEM
II. ALL DEVICES ON EXHAUST FAN EF-IS SYSTEM, PLUS ALL THIRD FLOOR LABS AND EXCLUDING ROOMS 004
AND 020A IN BASEMENT.
III. ALL DEVICES ON EXHAUST FAN EF-2 SYSTEM, PLUS ROOMS 004 AND 020A IN BASEMENT AND EXCLUDING
3rd FLOOR LABS.
GMWSS – WWTP#2 New Vertical Aerators & Dissolved Oxygen Improvements
GMWSS – WWTP#2 New Vertical Aerators & Dissolved Oxygen Improvements
PROJECT DESCRIPTION:
The program of work for which bids are to be submitted consists of the installation of four (4) new 60
horsepower low speed, fixed, mechanical aerators, four (4) new gear reducers with surface/submerged
impellers and appurtenances, installation of various instrumentation and controls, including DO/PH/ORP
probes, new duplex skid mounted chemical metering pumps and controls, one Hach Phosphax analyzer and
associated equipment, Installation of an Oculus™ Control System, Installation of various yard piping and
fittings for influent sanitary sewer relocation and redirecting of a force main, Installation of new aluminum
walkway, aluminum handrail, and all associated structural supports, miscellaneous yard piping and valves,
site lighting and electrical, and miscellaneous items and all other associated site and electrical work, including
all related appurtenances, connections to existing piping and other work for a complete installation.
Mason County Fiscal Court Landfill – Geocomposite Drainage Layer
Mason County Fiscal Court Landfill – Geocomposite Drainage Layer
PROJECT DESCRIPTION: The project will consist of geocomposite drainage net and related work for approximately
1.36 horizontally measured acres of the contained landfill. Some repair work will also be necessary.
RFB-233-17 TAB Services for Hopkinsville Career Center HVAC Replacement
RFB-233-17 TAB Services for Hopkinsville Career Center HVAC Replacement
Project Manager Name: Tony Yates
Phone: (502) 782-0338 Email:
Tony.Yates@ky.gov
Estimated Length of Project:
(Substantial Completion) + July 22, 2017 (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 this project.
CCK-2223-17 Slone Research Building – Steam/Condensate Piping Replacement
CCK-2223-17 Slone Research Building – Steam/Condensate Piping Replacement
PROJECT DESCRIPTION:
Contractor to supply all labor, equipment and materials as required for the installation of a
new 3″ steam and 2″ condensate return piping system from the Bowman Hall steam vault to
the Slone Research Building along Washington Avenue at the University of Kentucky. This
includes; but is not limited to, all piping, fittings, valves, offsets, insulation, gauges, bedding
materials, sod, and all required permits and testing. All sections of concrete sidewalks, curbs
and asphalt road surfaces that are removed and/or damaged during this project shall be
replaced with new materials that are designed and installed to current University of Kentucky
Standards. Contractor is responsible for removal and proper disposal of all materials
associated with the required excavation. Where specific brands and/or manufacturers are
noted in this document and/or associated drawings; they are simply listed and referenced as minimum design requirements. All other brands and/or manufacturers will be considered during the submittal process
PROJECT DESCRIPTION: D. W. Wilburn, Inc., General Contractor for the Centre Pointe Project, will receive bids per drawings and
individual specification sections for the Centre Pointe Office Tower located in downtown Lexington Kentucky.
Bids may be provided by supplier only and subcontractor bids including all materials, taxes, labor, and equipment for each
spec section.
PRIVATE BIDS WILL BE RECEIVED VIA FAX OR EMAIL; 859.263.5692 AND JSWORD@DWWILBURN.COM ON;
May 12th, NOON ALL SPECIFICATION SECTIONS EXCEPT FOR 074243 – COMPOSITE METAL PANEL,
084233 – REVOLVING DOOR ENTRANCES. 084413 – GLAZED ALUMINUM CURTAIN WALLS. 088000 -GLAZING, AND 099119 – FIXED ALUMINUM LOUVERS, 107050 – EXTERIOR SUN CONTROL DEVICES.
May 19th, NOON SPECIFICATION SECTIONS 074243 – COMPOSITE METAL PANEL, 084233 – REVOLVING
DOOR ENTRANCES, 084413 – GLAZED ALUMINUM CURTAIN WALLS, 088000 – GLAZING, AND 099119-
FIXED ALUMINUM LOUVERS. 107050- EXTERIOR SUN CONTROL DEVICES.
ALL QUESTIONS AND REQUEST FOR ADDITIONAL INFORMATION SHALL BE DIRECTED TO JOSH SWORD WITH D. W.
WILBURN, INC.; JSWORD@DWWILBURN.COM OR PHONE 859.263.2720.
Estimate:
$177,435.00 Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
The project is located in the city of Owensboro in Daviess County, Ky. It can be found at
coordinates N 37° 48’ 19.2”, W 87° 09’ 23.7”. From the US 60 bypass (west), take US 60 east
toward downtown Owensboro approx. 0.5 miles. Turn left onto industrial road (KY 331).
Travel approx. 2.5 miles. Site is on the left just before the railroad crossing.
The site encompasses approximately 2.3 acres. A previously worked slide at the rear of an out
building on the Ryan property measures approximately 50′ wide and 60’ high. This slide has
been worked twice before by OSM. Numerous scarps and breaks are located in the slide area.
Drainage measures below the slide area have been choked off and are now forcing water runoff
into and toward the Ryan outbuilding and residence.
Construction efforts include removing enough material within the slide area to construct a 120’
non-reinforced concrete wall to protect the outbuilding and residence below. Material removed
from the slide area shall be taken to an approved waste area a quarter of a mile away to the
Owensboro River Port Authority property. No trees larger than 3” DBH will more than likely be
removed in the immediate area of the slide. The waste area is clear of any trees larger than 3”
DBH. Drainage will be controlled with concrete tied mat ditches, subdrains, and culvert pipes.
Various items such as roadway stone, dense graded aggregate, and concrete have been added for access and repairs to damage due to reclamation efforts. Silt will be controlled during all phases
of reclamation to minimize silt leaving the reclamation area. All disturbed areas will be
revegetated using lime, fertilizer, seed, and mulch.
The project consists of exterior repairs to all of the existing buildings at the Lodge. This includes the conference center, lodges, pool house, and gazebo. The renovations include painting wood siding & railings, cleaning stone façade, and miscellaneous repairs. Also included is the replacement of an existing wood fence with a painted galvanized steel pipe fence.
The Contractor shall provide all of the materials and perform all the work described in the Specifications and/or shown on the Drawings. The work consists of: A Campus Wide Camera Security System on 4 Separate Campus’s for 16 Buildings at Somerset North, Somerset South, Laurel North and Laurel South in order to provide Increased Public Security and Safety. The security system is to have software which will recognize movement, have facial recognition, have programmable recording triggers, and time stamped events. It will cover exits, egress doors, courtyards, loading docks, cafeterias, libraries and parking as well as vehicular drop off areas. All recording and storage will be onsite and installed in the IT room of each building. Outdoor cameras are to be exterior wall mounted, at highest elevations possible. The server (using 16 maximum cameras per location) for each building’s security system will be rack mounted, minimum of 8TB storage, and will utilize existing UPS backup systems. There will be 2 monitors included and installed. Appropriate warning signage at all buildings will be provided to alert occupants they are being recorded under a surveillance system.
A 3-year warranty with 100% parts and 100% labor is required. Software support of the system shall include a qualified 24-hour response time to all repair within the warranty period. And shall be on-site within 2 hours of emergency calls, which are defined as losing camera communications and/or unresponsive camera recording. Password secured access to the security system data files is required. The security system shall be 100% compatible with Stanley Security and Best locks, so the camera system may interface with key swipes, door access and control. The software is not to be proprietary and shall not have annual or recurring fees for upgrades. All updates during the warranty period shall be free to the Owner, this includes security program updates and operating system updates.
The drawings are schematic and show approximate locations of cameras, devices and equipment. The exact locations of cameras will be field coordinated and verified with the Engineer before beginning rough-in and all cable routing will be field determined. By submitting a bid, the Contractor assumes responsibility for all existing conditions and has included all conditions in the bid with no additional costs to the Owner for not field verifying these conditions.
The work to be performed shall be commenced at the time stipulated in the Notice of Intent to Award (work order) to the contractor by the Division of Contracting. Substantial Completion shall be within one hundred fifty (150) consecutive calendar days thereafter. Final completion shall be fifteen (15) consecutive calendar days after Substantial Completion
CCK-2221-17 William B. Sturgill Building Renovation Project
CCK-2221-17 William B. Sturgill Building Renovation Project
PROJECT DESCRIPTION:
THIS PROJECT RENOVATES:
The William B. Sturgill Development Building on UK’s Campus. The work includes
revising the office spaces as noted on the plans on both the First and Second floors in 2
Phases with the addition of installing a new Limited Use limited Accessibility (LULA)
style Elevator in the Existing Pit I Elevator Shaft location.
ADD ALTERNATE 1: In addition to areas called to be painted in the base bid, Paint all
Gyp walls (and any hard ceilings) in areas remaining in Phase I and Phase II that are not
called for repainting in the base bid.
This project, the Lake Barkley, Convention Center- Roof Repairs, located at 3500 State Park Rd, Cadiz, Kentucky in Trigg County, shall generally consist of re-roofing approximately 13,625 square feet of existing asphalt shingle roofing assembly in its entirety, down to the top of an existing plywood roof deck and replace/install a new roofing assembly of similar design. Also required shall be certain associated work items such as wood blocking installation, miscellaneous sheet metal, roof top terminals/curbs and fascia. The roof configuration has two basic planes that are of a conventional shed style with clearstory windows occurring between. The roof slope is approximately 3:12.
2 GENERAL TRADES
3 MASONRY
4 STRUCTURAL STEEL
5 ROOFING AND TRIM
6 DRYWALL AND ACOUSTICAL CEILINGS
7 PAINTING
8 FLOORING
9 ALUMINUM STOREFRONT AND GLAZING
10 HYDRAULIC ELEVATOR
11 ARCHITECTURAL WOODWORK AND CASEWORK
12 FIRE PROTECTION
13 ELECTRICAL AND COMMUNICATION
14 HVAC AND PLUMBING
15 ASPHALT PAVING
16 COMBINATION
Johnson Central High School – Home Economics Classroom Renovation
Johnson Central High School – Home Economics Classroom Renovation
PROJECT DESCRIPTION: Project consists of demolition of existing drinking fountains, new
sanitary piping, trenching, partial demolition, new floor finish and new CMU and
drinking fountains.
Project cost range is anticipated to be under $55,000.
Construction Contract: Bids will be received for the following Work:
1. General Contract (all trades).
CCK-2220-17 Renovate/Upgrade Athletics Playing Field 2-2466.0
CCK-2220-17 Renovate/Upgrade Athletics Playing Field 2-2466.0
PROJECT DESCRIPTION:
Proposed construction activities include the removal of existing natural turf athletic fields and
installation of an artificial turf system with site grading, field and perimeter turf irrigation
systems modifications, underdrain installation, electric, and security camera installation. This
project is located between Cooper Drive and Hagan Baseball Stadium with site access from
Sports Center Drive. The total area disturbed by the proposed construction activities is
approximately 4.1 acres
PROJECT DESCRIPTION: At the McLean County Schools Central Office in Calhoun KY: Remove existing gravel
paving, earth and other materials, and install new base material, paving and other work
as indicated in the Contract Documents. Bid Package 01 work includes concrete paving:
Bid Package 02 work includes bituminous asphalt paving. Work in the KY 136 right-of-way will be performed by the Kentucky Transportation Cabinet.
Description and location of Project: This unit based construction order if for a boulder toe wall installation along the open channel behind High Grove Place located in Metro Council District 18.