City of Flemingsburg – Sanitary Sewer Rehabilitation and I&I Removal – Phase 1
City of Flemingsburg – Sanitary Sewer Rehabilitation and I&I Removal – Phase 1
This contract includes manhole rehabs, point repairs, sewer line repairs and
reconnection of lateral lines. Slip line approximately 850 LF of 8″ VCP and reconnect
existing customers
Replace all exterior windows in Breckinridge Hall.
3.5 Replacement Window Types:
A. Type A double hung windows: (26 windows units): Top and bottom sashes are four (4)
panes wide by three (3) panes high.
B. Type B double hung windows: (28 windows units): Top and bottom sashes are four (4)
panes wide. Top sashes are two (2) panes high and bottom sashes are three (3) high.
C. Type C double hung windows: (26 windows units): Top and bottom sashes are four (4)
panes wide by two (2) panes high.
D. Type D double hung windows: (2 window units): Top and bottom sashes are four (4)
panes wide by three (3) panes high.
E. Type E double hung windows: (2 windows units): Top and bottom sashes are four (4)
panes wide. Top sashes are two (2) panes high and bottom sashes are three (3) high.
F. Type F double hung windows: (2 windows units): Top and bottom sashes are four (4)
panes wide by two (2) panes high.
G. Type G casement windows: (10 window units): Two vertically proportioned sashes.
***(Contractor is responsible for his own measurements).
Replacement of existing six (6) floors of switch back escalators with three (3) new 4000# machine room-less electric traction elevators. Work to include selective demolition of existing escalators, new elevator shaft and foundations, structural and architectural modifications to accommodate new shaft, and new lobby finishes. Upon new elevators being placed into tenant use, existing three (3) passenger elevators to remain are to be modernized sequentially with regenerative drive traction elevators.
Installation of two new commercial power pedestals and concrete equipment pad along Fourth Street. New 208 power feed to be provided from existing LG&E vault.
RFB-76-23 James Robinson Slide, AML, Floyd Co., KY
RFB-76-23 James Robinson Slide, AML, Floyd Co., KY
Estimated Length of Project:
(Substantial Completion) + 90 Calendar Days (Final Completion)
The 22AML005 site is located at 521 Cracker Bottom Road, Martin, KY in Floyd County, 41649. Mr. Robinson’s slide is located at coordinates Lat 37° 34′ 47″, Long 82° 45′ 11″. James Robinson is concerned about an approximately 30’ wide by 60’ long landslide that struck the corner of his residence and completely filled in his in-ground pool. Slide material was estimated to be 2’ deep against the side of his residence.
To address this concern, the slide areas will be stripped to bedrock to remove the threat of more sliding. All excavated earthen material will be placed on the designated waste area located on Brad Martin’s property as shown on the plan view, Lat 37° 34′ 49″, Long 82° 45′ 12″. A small wall will be constructed to protect the residence from any residual debris that may erode and encroach upon the residence after the excavation is completed. A temporary access road may be constructed using geogrid, filter fabric and class II/II and roadway stone. Special care will be taken to evaluate the condition of an in-ground swimming pool that was filled with landslide material. If the wall of the pool is damaged, landslide material will be used to fill and eliminate the swimming pool.
The cost estimate for this work includes plan quantity for the earthwork and additional items for site prep, revegetation, roadway stone, geogrid and etc. In total, the project area encompasses approximately 1.0 acre behind the house of James Robinson as marked on the plans.
This project will not address underground mine openings. 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. 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 Creek bank and other areas as needed.
The BASE BID Work shall include demolition of the existing Upper Guide Walls at both Kentucky River Locks 2 and 3 and the construction of new Upper Guide Walls consisting of sheet pile walls with tie-back anchors. These sheet pile retaining walls will be constructed along the same baseline as the current guide walls upstream from the lock chambers as shown on the Drawings. The BASE BID Work will also consist of site preparation, erosion and sedimentation control with fluctuating river levels, construction access, selective demolition, dredging, earthwork, constructing tie-ins to existing lock features, slope construction and protection, temporary shoring, drainage
improvements, and site grading and restoration work.
Demolition work at Lock 2 shall include the Upper Guide Wall and Upper Guide Wall Extension. The replacement Upper Guide Wall at Lock 2 will feature a tie-back anchor system to stabilize the new Upper Guide Wall and the adjacent slope up to state route KY-389. This anchor system will include an earth-retaining sheet pile wall at the
base of the slope with tie-backs anchored into the bedrock. The construction will also include a concrete sidewalk with mooring pins along the edge of the newly constructed guide wall, earthwork and slope regrading, and stone slope protection.
Demolition work at Lock 3 shall include the Upper Guide Wall. The replacement Upper Guide Wall at Lock 3 will feature a tie-back anchor system to stabilize the new Upper Guide Wall. This anchor system will include an earthretaining sheet pile wall at the base of the slope with tie-backs anchored into a sheet pile anchor wall. The construction will also include a concrete sidewalk with mooring pins along the edge of the newly constructed guide wall, earthwork and slope regrading, and drainage improvements.
Oldham County Board of Education – South Oldham High School – Field Lighting
Oldham County Board of Education – South Oldham High School – Field Lighting
The Oldham County Board of Education will receive sealed bids for the furnishing of all labor, materials and equipment
for the performance of all work required for the South Oldham High School Football Field Lighting.
Oldham County Board of Education – Oldham County High School – HVAC Improvements
Oldham County Board of Education – Oldham County High School – HVAC Improvements
The Oldham County Board of Education will receive sealed bids for the furnishing of all labor, materials and equipment
for the performance of all work required for the Oldham County High School – Partial HVAC Upgrades
CCK-2655-23 PAV A. Basement & Support Services BP-02 2239.77
CCK-2655-23 PAV A. Basement & Support Services BP-02 2239.77
The Level B Support Services Renovation includes the demolition and fit out work on the
Basement of Pavilion A. This work includes the construction and renovation of the Central
Sterile Department and Support Services.
Scott County Fiscal Court – US 460 Detention Basin
Scott County Fiscal Court – US 460 Detention Basin
The purpose of this project is to provide stormwater detention for the adjoining “The
Homestead” subdivision on US 460, 1.5 miles east of Ironworks Pike in Scott County, Kentucky.
Project work, as advertised, includes the furnishing of all labor, material, and equipment necessary to
accomplish the work in accordance with applicable plans, specifications, and special provisions.
The bid documents apply to the existing Health Services building in Frankfort, KY. The scope of the project’s base bid, is to retrofit existing light fixtures to LED relight fixtures with occupancy and dimming control for the upper floors. Alternate #1 includes a sound masking system for the open office areas of the 2nd & 3rd floor. Each project increment includes the associated (lighting and/or sound masking) controls to be fully installed, programmed, and operationally tested by a certified installing technician for lights and a factory certified representative for the sound masking system.
The system programming technician shall support verification testing by the engineer and perform owner training at a time acceptable to the owner.
The project is a renovation to an existing welding lab on the Mayo Campus at Big Sandy Community & Technical College. (BSCTC) The goal of the renovation is to add welding training stations that meet the curriculum and professional certification requirements of the American Welding Society (AWS) to enable BSCTC to pursue designation as an AWS Accredited Test Facility.
The Welding Lab will be designed with eighteen 6’-0″ x 7’-4″ welding stations out of 6″ CMU block along the north and south walls of the lab to allow maximum layout and equipment space in the center of the lab and to improve the instructor’s sightlines around the lab. All existing CMU, floors, and exposed ceilings are to be cleaned and patched; CMU and exposed ceilings will be painted, and welding lab floors will be polished. The classroom will receive new VCT flooring, new ACT ceiling and light fixtures and all walls are to be patched and painted. AV equipment and sprinkler lines will be reconnected in the new ceiling. The renovation also includes HVAC improvements, electrical improvements, sprinkler system updates, and compressed air delivery updates to the interior spaces as well as new connections for all welding stations. A new dust evacuation system will be installed. The project also includes modifications to the existing gas storage building to split the space into two distinct storage areas and reroute gas delivery into the building.
This project is a renovation to an existing block of classroom offices in the northeast corner of the third floor that will introduce a Radiology Technology program to Ashland CTC’s curriculum. Interior 6” CMU walls will be demolished to open the space. The new space will then be separated into two rooms with a plywood reinforced, 18-gauge metal stud, gypsum board wall with 1/32” lead sheathing on the side of the new Radiology Lab. To protect against radiation from the new equipment, the dividing wall, 4’ wide door, viewing window, and all penetrations through the wall will need to be protected with the equivalent of 1/32” continuous lead sheathing. New upper and lower cabinets to be installed on the plan south wall. The Observation room will inhabit the remainder of the space and have lower casework along the plan east wall for control stations and viewing of the radiology equipment on the protected side of any radiation. The metal panel in the corridor between column lines 6 and 7 will be demolished so that a new 4’-0” door can be placed in the existing CMU wall. The spaces will receive new lay-in ceiling and VCT flooring.
A new overhead structural system of Unistrut is to be installed in the Radiology Lab to support the Xray equipment. The patient table will be bolted through the floor and secured on the underside of the second floor. New electrical will be run through the spaces to serve the equipment and dedicated generator cabinet. All radiology equipment and control stations are to be moved, installed, and commissioned by a subcontractor to the owner and must be scheduled by the contractor.
Warren County Board of Education – Aquatic Center Reroof
Warren County Board of Education – Aquatic Center Reroof
Project consists of removal and replacement of the existing TPO roof
system to existing concrete or metal deck and installation of a new Ethylene
Interpolymer roof system. Scope to include demolition and replacement of any existing
low slope membrane roofing, down to existing deck.
Project scope includes expansion of two existing parallel parking spaces to create ADA compliant parking and construction of new brick unit paver sidewalk to connect new parking spaces to existing memorial and to future memorial. Work will include grading, site concrete, paver installation, asphalt paving / patching and site restoration and sodding.
University’s Richmond Campus. The work includes furnishing all labor, materials, equipment and services necessary for
the complete project including all items as indicated.
Louisville Water Company is requesting Bids for the supply and install of a total of 510 LF of water main, including supply and install of 440+/- linear feet of eight (8)-inch DR-18 C900 PVC water main water main and 70+/- linear feet of eight (8)-inch Pressure Class 350 ductile iron water main using traditional trench installation techniques. Fire hydrant removal, main cut and plugs, and restoration on and along Project Limits as stated above shall be included. Contractor shall supply and install all materials required for the completion of this project.
Questions or inquiries relating to this project must be submitted through the Louisville Water Company web-based portal by the date and time indicated for this bid.
The Company’s Project Manager’s estimate for the Contract plus Company supplied materials for this Project is $100,001 – $250,000. 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 not required.
Bids will only be accepted from Bidders who are Louisville Water Small Business Equity (SBE) Program Participants and have been pre-qualified by the Company in the pre-qualification category or categories that apply to this Bid. This Bid requires prequalification in all the following categories: 4″ – 16″ Ductile Iron Water Mains and 4″ – 16″ PVC Water Mains. For information about the Louisville Water SBE Program or pre-qualification, contact the Company through the designated bid portal.
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
The Department of Juvenile Justice owns and operates a 39,000 sq.ft. detention facility in Fayette County at 3475 Spurr Road. Since original construction in 2006, various HVAC replacements and repairs have occurred as needed, most recently an Energy Savings Performance Contract (ESPC) project by Noresco. An additional repair replaced approximately half of the VAV box controller with Bacnet devices, leaving the other half requiring an integrator and beyond the expected operating life.
The main building controller, a Tridium Niagara JACE is a model and version that is no longer supported by the manufacturer and will be replaced under this project. The JACE is located in the mechanical room office. This project will provide a new JACE of a supported model and version of Tridium Niagara and replace the 25 proprietary VAV controllers to a BACnet-type device.
Green County Board of Education – ATC Welding Lab Expansion
Green County Board of Education – ATC Welding Lab Expansion
Separate sealed bids for the construction of: General contract work for interior renovation to expand existing welding lab into adjacent storage room including: demolition, masonry, electrical/power, lighting, HVAC, fume hood with duct, and finishes,
A general summary of work includes restoration of existing masonry, replacement of exterior windows with new windows meeting Unified Facilities Criteria for Anti-Terrorism Force Protection measures along with reinforcement and strengthening of window openings, and new mechanical, electrical and plumbing systems. A partial reroofing of existing SBS Modified Bitumen Roof System performed by Owner’s Roofing Contractor.