Western State Nursing Facility
Estimate:
$ 91,005.00
The Work consists of the removal and replacement of roofing and flashing on Buildings 30 and 32 at the Western State Nursing Facility by Base Bid. The roofing area of Building 30 is 7,049 square feet and the roofing area of Building 32 is 2,358 square feet for a total of 9,407 square feet. Work includes removal existing gravel-surfaced built-up roofing to level of poured-in-place gypsum decking and replacement with board insulation and two-ply modified bitumen roofing.
Renovations of open areas around room 1-85 to convert into private offices. Project will include electrical, HVAC modifications, reorganizing the current layout, fit and finish upgrades.
2362.0 Commonwealth Stadium Renovation and Expansion Design Release 3A
2362.0 Commonwealth Stadium Renovation and Expansion Design Release 3A
Commonwealth Stadium Renovation/Expansion, located at 1540 University Drive in Lexington, Kentucky, consists of multiple bid packages and 4 phases of construction. The Commonwealth Stadium Renovation/Expansions project will consist of renovation and alterations to improve the overall functionalist, security, and aesthetics thereby satisfying the needs of the University and improving the spectator experience. These alterations will consist of but not be limited to constructing a new team store, press facilities, full-service kitchen, additional suites, concessions, restrooms, video boards, security upgrades, and a new recruiting room. A list of the trade contracts for this bid packages consists of the following:
Q – General Trades/Concrete/Misc Specialties
R – Masonry
S – Electrical/Audio Visual/Communication
T – Plumbing & Mechanical
U – Fire Protection
V – Security & Door Hardware
W – Doors & Frames
This project will add a new water softener system to the existing boiler feed water system at the Central Utilities Plant (CUP). Work will include the installation of underground concrete cast-in-place brine tanks, above ground indoor cast-in-place buffer/overflow tanks, and a water softener system. The new system will connect to the existing system at the approximate location shown on the drawings.
RFB-233-14 Emergency Generators Buildings 192, 194, and 195
Bluegrass Station
Estimate:
$850,590.00
The general description of the project work scope is to provide backup generators for Buildings 192A, 192B, 192C, 194 and 195. It is not the intention that the backup generators are to become emergency standby power for life safety systems, these systems will continue to be powered from integral battery backup systems. The intention of the backup generators is to provide for continued operation of the facility during a power outage.
The specific scope of work includes; three new outdoor generators rated at 800kw each with integral fuel storage and weather proof enclosures, generator monitoring systems, five new transfer switches for each building, interconnection to the existing service entrances, all associated feeders, duct banks, concrete pads and all associated hardware, installation and startup.
CCK-1951-14 Pence Hall Partial 1st Floor Renovation
CCK-1951-14 Pence Hall Partial 1st Floor Renovation
Improvements and layout modifications for several areas of the first floor of Pence Hall. The Base Bid will create a new office suite and main reception area. Alternatives include improvements to the lobby, creation of a conference room, kitchenette, and restrooms, and the final alternate will create a new dean’s office.
14-60 / 22nd Street Area Water Main Replacement Project
14-60 / 22nd Street Area Water Main Replacement Project
Louisville Water Company is requesting Bids for the installation of 1,275 +/- linear feet of 20-inch Pressure Class 350 ductile iron water main (using traditional trench installation techniques), the installation of 80 +/- linear feet of 12-inch Pressure Class 350 ductile iron water main (using traditional trench installation techniques), the installation of 4680 +/- linear feet of 8-inch Pressure Class 350 ductile iron water main (using traditional trench installation techniques),the installation of 1,910 +/- linear feet of 6-inch Pressure Class 350 ductile iron water main (using traditional trench installation techniques) and the installation of 200 +/- linear feet of 4-inch Pressure Class 350 ductile iron water main (using traditional trench installation techniques). Also included with the project is the installation of 11 +/- fire hydrants and the transfer, renewal, relocation or discontinue of 172 +/- customer services. Please refer to the drawings for more details. 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 $1,000,001 – $3,000,000. 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 apply, and 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 4” – 16” Ductile Iron Water Mains Category. For information about pre-qualification, 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.
14-47 / BE Payne Process Water and Storm Water Drainage Control and Sanitary Sewers
14-47 / BE Payne Process Water and Storm Water Drainage Control and Sanitary Sewers
Louisville Water Company is requesting bids to construct storm water collection and conveyance from the chemical delivery and storage area to a duplex submersible pump station and force main to the drainage trough behind the low lift pump station. Construct sanitary sewer from the low lift pump station and the maintenance building to convey sanitary waste flow to the Jacobs School Road Pump Station. A pre-bid meeting to discuss the project will be held on April 16, 2014 at 9:00 AM local time at the site location B.E. Payne Water Treatment Plant, 7400 Upper River Road, Prospect, Kentucky. Attendance at this meeting is highly recommended. Questions related to this Project must be submitted in writing via e-mail or fax by Monday, April 21, 2014. All inquiries must be sent to the attention of the Buyer, Renee Fromme, e-mail rfromme@lwcky.com or fax 502-569-0815. Responses to inquiries received by Monday, April 21, 2014 will be provided in an Addendum to all plan holders. Questions received after Monday, April 21, 2014 may not be addressed. The Company’s Project Manager’s estimate for the Contract plus Company supplied materials for this Project is $250,001 to $500,000. For this Contract, prevailing wage does apply, and 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 pre-qualification in Heavy Construction category. Electrical work must be performed by Contractor/Sub-Contractor pre-qualified in the Electrical Category by the Louisville Water Company. For information about pre-qualification, contact the Buyer, Renee Fromme, at (502) 569-3600, ext. 2300 or by e-mail at rfromme@lwcky.com.
City of Frankfort Thornhill Interceptor Bypass Rehabilitation
City of Frankfort Thornhill Interceptor Bypass Rehabilitation
The project scope includes the rehabilitation of 2500 LF of gravity sewer using cured in place pipe with sizes ranging from 12” to 24” in diameter and the replacement of one brick manhole. Additive alternates include an additional 1590 LF of 21-inch and 24-inch CIPP.
Georgetown Scott Co Museum HVAC and Lighting Replacement
Georgetown Scott Co Museum HVAC and Lighting Replacement
Project consists of removal of the existing HVAC systems in the building and replacement with new HVAC systems using existing ductwork; the removal of existing lighting in the Museum main display and replacement with new lighting and controls; and providing all associated work, including but not limited to, existing window insulated panel infill, roofing patching, wall patching including finishes, caulking and other work as indicated and as necessary for a complete, weather-tight, fully functional and operational and finished installation.