This project consists of the construction of a new 125’ long corridor wall to create a proper building corridor to separate it from the Hybrid Lab to protect and secure equipment. This partition is not required to be fire-rated because the building is fully sprinklered. This allows the gyp. board to be installed to a height of 8’-0 with open studs above to allow ductwork and HVAC system to remain operational. Existing finishes such as exposed concrete floor, open painted steel joists and drywall will be maintained as is. Electrical work will be limited to additional data and electrical outlets to be located on the new partition. Lights will be relocated. Additional exit signs and emergency lights will be added.
Project involves the replacement of central steam distribution to three campus buildings with other heat sources, including new gas-fired steam boilers and accessories, new gas-fired domestic hot water heater and new gas-fired high-efficiency hot water boilers. In addition, over 1000 ft. of new underground gas pipe across the campus will fuel the new equipment in the project buildings.
West Shelby Water District – Triple Crown Estates Waterline Extension
West Shelby Water District – Triple Crown Estates Waterline Extension
PROJECT DESCRIPTION:
This contract consists of installing approximately 75 L.F. of 6″ PVC, SDR-17, 1,650 L.F. of 8″ PVC, SDR-17, 750 L.F. of 12″ 0 .1. CL350
waterline and appurtenances.
Housing Authority of Mt Vernon – Parking Lot Replacement
Housing Authority of Mt Vernon – Parking Lot Replacement
PROJECT DESCRIPTION:
The work to be performed consists of: Lovell Lane
Parking lot replacement with concrete pavement; parking bumpers, striping, concrete sidewalk replacement
Installation of catch basin
Work includes providing all items, articles, materials, operations, or methods including all labor, materials, equipment, services and
incidentals as necessary for their completion.
This project is a renovation of Building 160 for the Kentucky National Guard. The project is on the Boone National Guard Center grounds located on Highway 127 in Frankfort, Ky. In order to maintain project funding, the Contract for the work must be executed by September 30, 2016. Bidders are advised to have necessary paperwork in order at the time of bidding to facilitate quick Contract execution. The existing building was constructed in the 1970’s with a large addition in 1975. Subsequent projects have been undertaken as the building has aged. Construction documentation information for previous projects are available for download and reference. The renovation includes replacement of existing finishes as and mechanical electrical systems. New walls will be added in existing office spaces as well as construction of a cast-in-place concrete weapons vault within an existing high-bay space. Finishes on the interior will be low maintenance and economical including painted gypsum board or masonry walls, lay-in acoustical panel ceilings, carpet tile in office and conference areas, and resilient tile in the corridors. Exterior envelope changes include removing existing hangar and overhead doors with replacement infill consisting of insulating metal wall panels over cold-formed framing. CODES AND REGULATIONS The renovation has been designed under the 2013 Kentucky Building Code and according to the ADA Standards for Accessible Design. In addition, the renovation will be constructed to the standards of the Division of Engineering and Contract Administration, Kentucky Military Affairs, and the Department of Defense requirements. The building Occupancy Classification is “B” Business.
RFB-56-17 South Wing Chilled Water Plant Upgrades – CEMCS
Kentucky Exposition Center
Project Manager Name: Tony Yates Phone: (502) 782-0338 Email: Tony.Yates@ky.gov
Estimate: $550,000.00
Estimated Length of Project: see description (Substantial Completion) + 03/02/17 (Final Completion)
Reconfiguration of the chilled water piping loop for the South Wing Central Plant including a complete control re-programming of the system. Replacement of chilled water control valves and leaving air temperature sensors on various air handling units served by the South Wing Central Plant.
Estimate: $157,820.00 Estimated Length of Project: (Substantial Completion) + 120 Calendar Days (Final Completion)
PROJECT DESCRIPTION: The site is located in western Knott County about 3 miles north of Sassafras KY, on highway 1088 (Lotts Creek Road.) To access the site from Hazard KY, travel 12.7 miles on KY 15 south until reaching the community of Sassafras. Turn left onto KY 1088 (Lotts Creek Road) and travel approximately 3 miles until reaching the site. It is located on the right side of the road. It is located at coordinates: 37°15’38.20″N 83° 3’14.50″W There is an off site waste area located approximately 0.4 miles south of the site. It in on a previously mined area at coordinates: 37°15’21.26″N 83° 3’18.25″W See spec book for full project description.
This project is a renovation of Building 160 for the Kentucky National Guard. The project is on the Boone National Guard Center grounds located on Highway 127 in Frankfort, Ky. In order to maintain project funding, the Contract for the work must be executed by September 30, 2016. Bidders are advised to have necessary paperwork in order at the time of bidding to facilitate quick Contract execution. The existing building was constructed in the 1970’s with a large addition in 1975. Subsequent projects have been undertaken as the building has aged. Construction documentation information for previous projects are available for download and reference. The renovation includes replacement of existing finishes as and mechanical electrical systems. New walls will be added in existing office spaces as well as construction of a cast-in-place concrete weapons vault within an existing high-bay space. Finishes on the interior will be low maintenance and economical including painted gypsum board or masonry walls, lay-in acoustical panel ceilings, carpet tile in office and conference areas, and resilient tile in the corridors. Exterior envelope changes include removing existing hangar and overhead doors with replacement infill consisting of insulating metal wall panels over cold-formed framing. CODES AND REGULATIONS The renovation has been designed under the 2013 Kentucky Building Code and according to the ADA Standards for Accessible Design. In addition, the renovation will be constructed to the standards of the Division of Engineering and Contract Administration, Kentucky Military Affairs, and the Department of Defense requirements. The building Occupancy Classification is “B” Business.
Design Services for the Renovation of the Hall of Justice 1st Floor – 3726
Design Services for the Renovation of the Hall of Justice 1st Floor – 3726
Sealed proposals will be received until 3:00 PM. Names of all responders will be read aloud
at that hour and date specified and under following conditions:
Proposals received after 3:00 PM on Reply By Date will not be opened.
On proposals amounting to $2000 or over, successful bidder may be required to execute and
give performance bond for full amount, by a Surety Company authorized to do business in the
Commonwealth of Kentucky.
Proposers must submit all pages of RFQ document.
Mark envelope with RFQ Number, Reply By Date and Address to:
OMB – Purchasing
611 West Jefferson Street
Mezzanine Level
Louisville, KY 40202
PROJECT DESCRIPTION: Base bid project consists of in-place rubblization or removal of the
of existing asphalt track (contractor’s option), minimal grading, compaction, the addition
of min. 4” thick DGA and (2) 2” lifts of asphalt, pavement striping and associated turf
repair. Intent is to elevate track from existing grades and to minimize disturbance
beyond the edges of the track. Backfill to flush conditions along inside and outside
perimeter of track and tie back into existing grade as indicated on grading plan.
If ordering a CD or Download, you must first sign and return the Electronic Release form to Lynn Imaging (email to: distribution@lynnimaging.com).
The project is to be a new maintenance garage for the Kentucky Transportation Cabinet, District 2. The building will be an 8,000 square feet pre-engineered metal building with metal wall and roof panels and a thermal insulation/liner system. The structural system consists of a pre-engineered steel frame skeleton with conventional poured in place concrete shallow foundations, piers, grade beams and concrete floor slabs. The building layout consists of a 6,000 sf vehicle area with two vehicle bays, and a 2,000 sf support area containing offices, toilets, shower, break room and storage. Interior partitions will be light gauge steel framing with gypsum board surface and sound batt insulation. Occupied support spaces will have resilient tile flooring and acoustic panel ceilings. Pedestrian doors will be hollow metal, windows will be aluminum framed with insulating glass. Vehicle doors will be by Owner. Site work consists of excavation and engineered fill for the building pad, minimal sidewalks and parking and asphalt paving. Site furnishings include signage and flagpole. Water service shall be from municipal system, sanitary will gravity flow to a municipal pump station. The building will utilize propane gas for heat. HVAC for occupied support spaces will be a packaged horizontal HVAC unit. Vehicle bays will be heated with propane gas unit heaters and ventilated with exhaust fans. Electrical work includes a 120/240V 1-phase power distribution system and LED lighting. Communications systems will include telephone and data wiring and devices.
The project is to be a new maintenance garage for the Kentucky Transportation Cabinet, District 2. The building will be an 8,000 square feet pre-engineered metal building with metal wall and roof panels and a thermal insulation/liner system. The structural system consists of a pre-engineered steel frame skeleton with conventional poured in place concrete shallow foundations, piers, grade beams and concrete floor slabs. The building layout consists of a 6,000 sf vehicle area with two vehicle bays, and a 2,000 sf support area containing offices, toilets, shower, break room and storage. Interior partitions will be light gauge steel framing with gypsum board surface and sound batt insulation. Occupied support spaces will have resilient tile flooring and acoustic panel ceilings. Pedestrian doors will be hollow metal, windows will be aluminum framed with insulating glass. Vehicle doors will be by Owner. Site work consists of excavation and engineered fill for the building pad, minimal sidewalks and parking and asphalt paving base. Asphalt paving will be by Owner. Site furnishings include signage and flagpole. Water service shall be from municipal system, sanitary will gravity flow to municipal system. The building will utilize natural gas for heat. HVAC for occupied support spaces will be a packaged horizontal HVAC unit. Vehicle bays will be heated with natural gas unit heaters and ventilated with exhaust fans. Electrical work includes a 120/240V 1-phase power distribution system and LED lighting. Communications systems will include telephone and data wiring and devices.
City of Frankfort Sewer Department – Benson Avenue CSO Stormwater Separation Project-Phase 1
City of Frankfort Sewer Department – Benson Avenue CSO Stormwater Separation Project-Phase 1
PROJECT DESCRIPTION: The project is located in the Bellepoint neighborhood within the boundary of Benson Avenue,
Cline Street, Dabney Street and Kentucky Avenue.
The work to be bid is described as follows:
Installation of approximately 1,026 linear feet of storm sewer and 18 storm structures; installation
of 2,793 linear feet of sanitary sewer, encasing approximately 78 linear feet of sanitary sewer;
installation of 19 sanitary sewer manholes; locating and reconnecting approximately 36 property
service connections; installation of approximately 2,318 linear feet of 6-inch property service
pipe; safe load two manholes and 2,455 linear feet of sewer; removal of 3 storm structures;
reconnection of the Frankfort Transit force main; and decommissioning Benson Avenue Pump Station, including all labor, materials, excavation and appurtenances.
PROJECT DESCRIPTION:
The project is generally described as the Northern Kentucky University, Health Innovation Center
(HIC) Founders Hall Renovation. The project is located in Highland Heights, Kentucky, on
approximately 3.0 acre site on the NKU campus, east of Kenton Drive, west of Nunn Hall and directly
north of Griffin Hall. The project will include the construction of the new Health Innovation Center
(HIC) building and renovation of the existing Founders Hall Building. The HIC building will consist of a
new 95,000 sf four-story steel frame building with the option to shell a 5th floor of approximately
12,000 sf. The Founders Hall renovation is a 106,000 sf complete interior gut and renovation of the
existing 5 story concrete-structured building.
Louisville Water Company is requesting Bids for the furnish and install by bore and jack method of 100 +/- LF of 24 inch casing pipe
under CSX Facilities. Furnish and install 160 +/- LF of 12 inch ductile iron pressure class 350 water main (restrained joint). Furnish
and install two (2) wall anchors. Furnish, install, and maintain all erosion control measures.
A pre-bid meeting to discuss the Project and to tour the work site will be held on Thursday, September 8, 2016 at 9:30 a.m. EST/EDT.
at John L. Huber Building, 550 South 3rd Street, Louisville, KY 40202. Attendance at this meeting is mandatory.
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, Terri Conner, email at tconner@lwcky.com.
The Company’s Project Manager’s estimate for the Contract plus Company supplied materials for this Project is $100,001 – $250,000.
Pursuant to KRS 337.505-550, if the Company’s Project Manager’s estimate for the Contract plus Company supplied materials
exceeds $250,000: (1) the Contractor must pay Prevailing Wage; and (2) a Bid Bond is required. For this Contract, prevailing wage
does not apply, and a Bid Bond is not required.
Bids will only be accepted from Bidders who have been prequalified by the Company in the prequalification category or categories
that apply to this Bid. This Bid requires the prime contractor to be prequalified in the 4” – 16” Ductile Iron Water Mains Category.
12” – 36” Boring work must be performed by a Contractor/Subcontractor prequalified in the LWC 12” – 36” Boring Category. 4” –
12” HDPE Water Main work must be performed by a Contractor/Subcontractor prequalified in the LWC 4” – 12” HDPE Water Mains
Category. For information about prequalification, contact the Buyer listed above.
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.
Sealed bids will be received until 3:00 PM and publicly opened and all bid prices read aloud
at that hour on date specified and under following conditions:
Bids received after 3:00 PM on Reply By Date will not be opened.
On proposals amounting to $2000 or over, successful bidder may be required to execute and
give performance bond for full amount, by a Surety Company authorized to do business in the
Commonwealth of Kentucky.
Bidders must submit all pages of bid document.
Mark envelope with Bid Number, Reply By Date and Address to:
OMB – Purchasing
611 West Jefferson Street
Mezzanine Level
Louisville, KY 40202
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of Southwestern Gate Chamber – Sluice Gate Replacement Project Contract No. 15871 , Budget ID No. F17079, Drawing Record No. 15871, Sheet No. 1-13, will be received at the office of MSD until September 8th, Local Time, 10:00 am, and will be publicly opened and read at that place and time.
Description and location of Project: Construct concrete structural components inside gate structure and remove existing gates. Install of three 8’ x16’ gates, along with stems, actuators and all associated parts.
RFB-55-17 HVAC Upgrade Phase II Devert Owens Building Hazard CTC
KCTCS Hazard Community & Technical College
David Marshall Phone: (502) 782-0332 Email: David.Marshall@ky.gov Estimate: $161,800.00 Estimated Length of Project: 120 (Substantial Completion) + 30 (Final Completion)
Project includes the replacement of ceiling mounted HVAC equipment in four rooms with new gas fired DX rooftop units, some with energy recovery wheels. Project includes all demolition, structural, replacement and new ceilings, and electrical work necessary for the HVAC replacement. Building has an existing Honeywell control system that all new controls shall be integrated into with graphics and sequences. All controls shall meet the requirements of the State of Kentucky’s CEMCS standards.
This project consists of a complete roof recovery of the Joe C. Davis Building of Madisonville Community College, Madisonville, Kentucky. Original drawings were dated 1999 indicating that the existing roof has lasted 17 years. The College has experienced numerous and persistent leaks over the life of this roof. The existing roof is a 2-ply Modified Bitumen Roofing System. The existing insulation is 2.5″ of polyisocyanurate insulation with 1/2″ layer hardboard attached to the metal deck. We recommend installation of a recovery roof system at this time given its age, condition and repairs made over the years. This roof is a candidate for a recovery roofing system whereby the existing roof assembly is allowed to remain in place with an additional layer of insulation and layer of hardboard applied over the top with 2-ply Modified Bitumen Roofing System installed above. Both the new insulation layer and the hardboard layer with be screwed to the metal deck through the existing roof assembly. We will add an additional 1.8 inches of polyisocyanurate insulation. The resultant R-value will be 26.9. This project replaces all coping with new standing seam coping.
The entire North Façade is to undergo a complete masonry restoration including necessary masonry repairs, tuckpointing, joint sealants. All windows on the North façade are to be re-caulked to existing masonry openings. After the restoration, the entire façade is to be cleaned of all biologic growth, carbon crust, dirt, grime, etc. New bird control devices are to be installed. New flashing detail on the North pediment gutters to be installed to control copper-laden water runoff & staining. Upper (3) flights of ceremonial North stairs to be cleaned and sealed. Northern half of Terrace balustrade to be restored, cleaned and sealed. Included in the alternates are restoring, cleaning and sealing the southern half of the Terrace Balustrade and sealing the entire north façade masonry.
1.) Excluded from bid-Site Package (Civil Sheets Only)-Currently out to bid separately.
2.) Questions, Clarifications And GC and Sub Bids To:
Stephen F. Bosley PE
Envision Contractors LLC
2960 Fairview Drive
Owensboro, KY 42303
(270) 663-2331
(270) 929-7313 Cell sbosley@envisionky.com
www.envisionky.com