Scott County Fiscal Court – Johnson Mill Road Retaining Wall Replacement Project
Scott County Fiscal Court – Johnson Mill Road Retaining Wall Replacement Project
Please note: Addendum 01 has changed the bid date.
The purpose of this project is to replace the existing hand laid stone retaining wall with a
reinforced concrete retaining wall on Johnson Mill Road 350 feet Northwest of Newtown Pike in
Scott County, Kentucky.
Meade County Board of Education – Payneville Elementary School Renovation and Addition
Meade County Board of Education – Payneville Elementary School Renovation and Addition
Please note: Addendum 01 has changed the bid date and added a non-mandatory supplementary pre-bid meeting.
Project consists of an 11,393 square foot addition which includes a new
gymnasium, two new kindergarten classrooms and group airport style restrooms. This is a load
bearing masonry construction building with spray foam roofing system on metal deck and steel
joists. Improvements to the existing building include renovating the existing gymnasium into a
new media center, renovating and expanding the administration area, providing a security
vestibule, new ceilings and LED lighting throughout the existing building and window / door
replacement and replace existing roofing system with new spray foam roofing system.
1. Project cost range is anticipated to be under $6,920,732.00.
The Luther Luckett Correctional Complex Roof Replacement in LaGrange, Kentucky is being undertaken to replace the roofs of Building 4H, which were damaged / partially blown off in bad weather. A portion of the roof of building 4H that was damaged during a storm. The existing roofs are insulated SBS modified bitumen over sloped concrete deck with several penetrations in the roof. There is a loose laid single-ply membrane roofing sheet covering approximately half of the building’s damaged roof that is secured with 2x wood secured to the outside face of the building and weighed down above the roof with multiple bags of concrete.
The existing / remaining roof is to be demolished and the entire area re-roofed with insulated SBS modified bitumen. Damaged existing gutters, downspouts and accessories are to be replaced to match existing.
Approximately two-thirds of Building 4H are in the scope of work. A portion of Building 4H and all of Building 6 are not in the scope of work. Refer to the drawings for the scope of work area. The roofs of the existing building are insulated SBS modified bitumen over sloped concrete deck. There are several existing roof penetrations including exhaust fans and through-roof piping, as well as beacon lights. There are existing gutters, downspouts and roof edging. The scope of work is approximately 12,280 square feet.
The existing gutters and downspouts are to be inspected and repaired as deemed appropriate; where repairs cannot be made or components are missing, new items shall be provided to match existing. There are several existing roof penetrations. Any penetrations that were damaged due to bad weather, or damaged due to demolition are to be repaired before commencing with re-roof.
The new roofs will consist of polyisocyanurate insulation with a wood fiber coverboard and SBS
modified bitumen roof covering. Roof is to be fully adhered. New copper gutters and downspouts, as well as miscellaneous finishing items such as roof edge, flashings, expansion joints, and metal splash pans will be installed. All metal fabrications will be 16 oz. copper or 24 gauge metal, as applicable per documents. The roof shall carry a 20-year warranty, with no dollar limit.
The scope of work for this project includes a roof re-cover on an existing building. The existing building is a double-pitched roof with a standing seam metal panel roof. The existing metal roof panels and are to remain in place. The new roof re-cover assembly will consist of polyisocyanurate flute-fill insulation and a 60-mil minimum PVC roof membrane. Roof is to be mechanically fastened and induction welded. The gutters and downspouts are to be inspected, tested, and repaired or replaced as required, and miscellaneous finishing items such as eave trim, copings, edge flashings, and metal splash pans will be installed. All sheet metal fabrications will be 24 gauge. The roofs shall carry a 20-year NDL (no dollar limit) warranty.
Two buildings for the Shelby County Maintenance Garage require roof re-covers. Both existing buildings are double-pitched roofs with metal panel roofs and fiberglass skylights. The existing metal roof panels and are to remain in place and the skylight panels are to be replaced with new metal roof panels to match the existing metal roof panels. The new roof re-cover assembly will consist of polyisocyanurate flute-fill insulation and a 60-mil minimum PVC roof membrane. Roof is to be mechanically fastened and induction welded. The gutters and downspouts are to be inspected, tested, and repaired or replaced as required, and miscellaneous finishing items such as eave trim, copings, edge flashings, and metal splash pans will be installed. All sheet metal fabrications will be 24 gauge. The roofs shall carry a 20-year NDL (no dollar limit) warranty.
Western Kentucky University – Police Department Renovation
Western Kentucky University – Police Department Renovation
The WKU Police Department Renovation consists of two consecutive phases being completed as one
project. Phase one is the renovation of the police headquarters, 4,063 square feet total on two levels.
Phase two is the renovation of the police annex, 3700 square feet on one level.
Work will include walls/paint, electrical, plumbing, HVAC, flooring, ceilings, etc. Construction duration is six months per phase with an approximate 30 day delay between the completion of phase one and the
start of phase two. The areas will be unoccupied during each respective renovation. Budget is
estimated to be $1,000,000.
Housing Authority of Danville – McIntyre Circle Roof, Siding & Parking Lot Work
Housing Authority of Danville – McIntyre Circle Roof, Siding & Parking Lot Work
Sealed bids will be received by the Housing Authority of Danville for construction of the project entitled McIntyre Circle Roof, Siding & Parking Lot Work, AMP 201, KY14-01, Danville, Kentucky
Carroll County Public Library – Phase II Building Demolition Project
Carroll County Public Library – Phase II Building Demolition Project
Scope of Work consists of, but is not limited to the
following:
• Building Demolition and Basement Fill
• Concrete Pavement Demolition
• Site Utilities disconnections and Demolition
• Site Improvement – Soil Preparation and Plantings
• Abatement has been completed by the Owner’s Abatement Contractor
This project is for the construction of a new 120’-3″ long x 80-0″ 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.
Project consists of furnishing all labor, materials and equipment and performing all work
necessary for Glide Slope Project at the Elizabethtown Regional Airport
The Contractor shall provide all of the materials and perform all the work described in the Specifications and/or shown on the Drawings. The existing Overhead Electric Facilities at the Boone National Guard Center, 100 Minuteman Parkway, located in Franklin County, Frankfort, Kentucky shall be removed by the Local Power Company. The Contractor shall install all necessary excavations, rock removal, trenching, backfilling, and asphalt/concrete surface repairs as required. The Contractor shall provide all conduits, concrete pads, CT cabinets, meter bases, unistrut stands, service conductors, Electrical Inspections, inspection fees, etc. for a complete and working system. The Contractor will be responsible for all utility locates and repairs if damaged. The Contractor will assist in the coordination of transitioning the normal power services from Overhead to Underground Services.
Clarify that the work is to be conducted on the site of an occupied, Military Affairs Facility, and will remain occupied during the entire contract period. Downtime of the Power System during transition from Overhead to Underground is to be kept to an absolute minimum. In no case shall any individual Building’s Power System be down for more than a 24-hour maximum downtime period during the replacement process. The contractor shall provide all labor, planning, materials, and work to meet this expectation. Work to be performed within the facility is to be coordinated with the Owner’s Representative (Superintendent or Maintenance Supervisor) on a daily basis. The Owner will survey the primary conduit, once installed in the primary ditch, before the Contractor covers up and backfills the open trench. The Frankfort Plant Board will inspect all trenches before Contractor covers up and backfills the trenches.
This work includes the repair of building elements due to deterioration of those elements. The existing exposed concrete structural frame is showing signs of deterioration, there are areas of the concrete that require patching due to the steel reinforcement in the concrete being exposed in a few locations. These areas will need to be patched and repaired, primed and painted.
Louisville Water Company is requesting Bids for the installation of 515 +/- LF of six (6) inch PVC C900 water main, 40 +/- LF of six
(6) inch DPW PC350 water main, 370 +/- LF of four (4) inch PVC C900 water main and appurtenances along Dogwood Boulevard.
All of the above made ready for use in accordance and compliance with the Contract Documents. All materials to be supplied by the
Contractor.
A pre-bid meeting to discuss the Project and to tour the work site will be held on July 25, 2019 at 8:30 a.m. EST/EDT. at the John
Huber Building, 550 South 3rd Street, Louisville, KY 40202. Attendance at this meeting is strongly recommended.
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 $25,001 – $50,000.
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 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” PVC 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.
Louisville Water Company is requesting Bids for the furnish and installation of 4,350 +/- LF of 16-inch DPW and appurtenances
along the Greenbelt Highway and Bethany Lane. Jack and bore 120 +/- LF of 30-inch casing pipe under the Greenbelt Highway.
Furnish and install new 12-inch check valve and 100 +/- LF of 12-inch DPW, and appurtenances along Stonestreet Road at Blevins
Gap. All the above shall be made ready for use in accordance and compliance with the Contract Documents. All materials to be
supplied by the Contractor.
A pre-bid meeting to discuss the Project will be held on Thursday, July 25, 2019 at 8:00 A.M. EST/EDT. at Louisville Water
Company, 550 South Third Street, Louisville, KY 40202. Attendance at this meeting is strongly recommended.
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, Robin Heitz, email at rheitz@lwcky.com.
The Company’s Project Manager’s estimate for the Contract plus Company supplied materials for this Project is $500,001 –
$1,000,000. 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 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 prequalification 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 specified for this bid. For details regarding the charges that apply to non-prequalified contractors, go to
www.lwckyplanroom.com.
Please note: Post Addendum 03 has changed the bid date and the scope of work.
This project will relocate the new septic system to the front of the building’s turn around slab. This extends the waste and drain plumbing line further by the Contractor. The septic system is will still be the responsibility of the Owner for cost and coordination. Site grading shall include grading 10 foot around the building to drain water away from building. Metal Wall liner panels shall be installed in the Garage.
The project will include removing the existing equipment from Clarifier No. 1, removing the
damaged concrete bottom and installing new concrete, then assess and reset the equipment that
was removed. Equipment will be replaced as needed.
Housing Authority of Richmond – Sewer Line Replacement
Housing Authority of Richmond – Sewer Line Replacement
Please note: Addendum 01 has changed the bid date.
The work to be performed consists of:
Robinson Terrace (18 units):
A. Sewer Replacement
1. Vinyl Plank
2. Tub / Surround Replacement
3. Paint Entire Unit
4. Plumbing Fixture Reinstallation
5. Counter Tops / Vanity Top Replacement
Work includes providing all items, articles, materials, operations or methods herein listed, mentioned
or scheduled on the Project Documents and / or herein, including all labor, materials, equipment, services and
incidentals as necessary for their completion.
This project involves the replacement of all three existing boilers and the addition of one new feed water deaerator at the Central Utility Plant serving the Centralized Laboratory Facility, Frankfort KY. The new boilers will be dual–fuel, 150 psi steam, scotch marine type, two 600 BHP and one 300 BHP, replacing units of similar sizes to be demolished. The new deaerator and feed system will be sized to accommodate all three boilers and an existing deaerator will be relocated for continuing service. All required new and reconnected piping, stack work, electrical service and controls for a complete working system must be provided. The project includes demolition of an existing free-standing office area inside the boiler room, existing pads and some remaining coal-handling equipment, as well as considerable new concrete work for pads and the infill of abandoned coal storage and basement machinery spaces. The boilers will be replaced sequentially, to avoid significant interruption of steam service to the Central Lab. Also included is an additive Bid Alternate for stack economizers on the larger boilers.