Whitley County Water District – West KY 92 Waterline Relocation Project
Whitley County Water District – West KY 92 Waterline Relocation Project
PROJECT DESCRIPTION: This contract consists of approximately 4,495 LF of 6″
waterline, 725 LF of 2″ waterline, 5 meter relocates and all necessary
appurtenances. This is a relocation of existing facilities.
RFB-246-18 Parks Elevator Repairs Kentucky Dept of Parks
RFB-246-18 Parks Elevator Repairs Kentucky Dept of Parks
Project Manager Name: Brian
Cottongim Phone: (502) 782-0317
Email: Brian.Cottongim@ky.gov
Estimate: $545,000.00
The project will include renovations to an elevator and equipment at Lake Barkley Resort Park Lodge in Cadiz, KY, and to an elevator and equipment at the Jefferson Davis Memorial in Fairview, KY, and for a new elevator and new equipment at the Lodge at Rough River Dam State Resort Park in Falls of Rough, KY. New electrical work to support the elevator renovations and addition of new mechanical HVAC split-systems to serve the elevator machine room spaces are also included in the project. Bidders for the project may submit bids for the work at Lake Barkley and Jefferson Davis, plus the alternate, and/or for the work at Rough River and/or for the work at all three sites together, plus the alternate.
Wayne County Board of Education – Wayne County New Area Technology Center – Bid Group 2
Wayne County Board of Education – Wayne County New Area Technology Center – Bid Group 2
Please note: Addendum 08 has changed the Bid Date and Location!
PROJECT DESCRIPTION:
The work consists of the construction of a Wayne County Area Technology Center,
consisting of sitework, structural steel, metal walls, masonry, finishes and casework.
PROJECT DESCRIPTION:
Furnishing all labor, materials and equipment and performing all work
necessary for Install Perimeter Fence Project at the Fulton Airport
LFUCG Division of Water Quality – Wellington Stormwater Basin “A” Improvements
LFUCG Division of Water Quality – Wellington Stormwater Basin “A” Improvements
PROJECT DESCRIPTION: Consisting of the construction and/or furnishing of items for the proposed stormwater improvements to Wellington Basin “A” located within Shillito Park in Lexington-Fayette County, Kentucky.
The scope of work is separated into two different areas within the footprint of the Kentucky International Convention Center. The first space is defined as The Kentucky International Convention Center Bakery/Human Resources Fit-up. It is located in East Wing of the Main Concourse between the Northeast and Southeast key plan quadrants. The bakery and adjacent spaces (employee breakroom with restrooms and locker rooms, an office and uniform pickup) are both included into this area of work. The majority of the work will be ‘fitting-up’ a functional bakery with new equipment, electrical, fire protection, HVAC, plumbing and low voltage design. Project scope outside the bakery (employee breakroom with restrooms and locker rooms, an office and uniform pickup) includes selective demolition, new concrete slabs, gypsum board walls with metal stud framing, new doors, painting and some toilet room accessories. Also, there will be electrical, fire protection, HVAC, plumbing and low voltage work. Priority should be given to the bakery portion so that it may be turned over for the owners use as soon as possible. The second space is defined as The Kentucky International Convention Center Oak-n-Brew fit-up. The project scope is a public area interior fit-up within the North side of the Main Concourse (Prefunction space MC110). The work consists of the following: Plumbing and electrical infrastructure to support owner provided bar. The bar will include connection to owner provided sinks, refrigerators, ice bins, ovens, POS machines and equipment. The plumbing work will include tying a waste line into an existing grease trap, vent riser work and water supply for a new sink fixtures.
Project involves the renovation to the existing Capitol City Airport Hangar 402 building for the Kentucky Department of Aviation in Frankfort, KY. Work will include the removal and replacement of existing wall siding panels, install new wall insulation, install new interior metal liner panels, removal and replacement of existing windows, limited scope of painting and new building signage.
The design involves work at both the Kentucky State Reformatory (KSR) and the Roderer Correctional Complex (RCC) located at 3001 West Highway 146 in La Grange, Kentucky 40032.
At the Kentucky State Reformatory, twenty-seven (27) wooden light poles are being replaced with new wooden poles installed in the same locations. Twenty-two (22) of these poles are located outside the inmate area. The other five (5) poles are located inside the inmate area. The contractor will be responsible for detaching all overhead lines from the poles and supporting or put in a safe condition while the poles are being replaced. The lines will then be re-attached to the new poles. The wire lengths should not require modification but if they do, this will be included in the work scope. The existing luminaires and other equipment currently mounted on the poles will be reused and be similarly attached to the new poles. The replacement work will be done without power outages to the buildings unless the work is not possible without removing power in the immediate work area.
At the Roderer Correctional Complex, the design includes replacement of lighting control enclosures mounted at the base of twenty-one (21) wooden light poles. Each lighting enclosure contains a power distribution block, service disconnect, timer assembly and associated wiring. The service disconnects will be replaced, the power distribution blocks will be re-used and the timer assemblies will be removed. Eighteen (18) of the poles are located on the outside of the inmate area and the other three (3) poles are located on the inside. Six (6) of the poles also include a pull box assembly on the opposite side of the pole which will also be replaced. The contractor is expected to protect and reuse the existing wiring. The overhead secondary feeds to the light poles can be de-energized, locked and tagged off so the work can be done safely. These feeds do not energize any buildings or other equipment that would cause disruption of operations.
Any power outages at either facility are asked to be coordinated with the Owner with a minimum of one week notice. The contractor would be expected to submit a detailed work plan and time line of the work involved. After careful review by all parties, the Owner’s approval would be required before execution of the work.
In addition, the contractor will be responsible for aiming the luminaires to the satisfaction of the Owner. This shall occur in the early evening hours immediately following the work on each pole. The scope of work does not include repair or replacement of luminaires or lamps. An inspection and log of luminaires and their operational status shall be performed prior to the work being done. A copy of this log shall be submitted to the Owner.
All work shall be in accordance with any applicable codes including the National Electrical Code.
PROJECT DESCRIPTION:
1. The existing building is consisting of exterior concrete hung panels and masonry with
ribbon aluminum windows and storefront. There is a bridge connecting the 2nd floor at
the southeast façade. The roof is EPDM with ballast. A later addition connects the
existing building at the northwest and southwest up to the 3rd floor.
2. The scope of the work is to remove and discard existing caulk and backer rod at all
concrete vertical and horizontal joints, windows, storefront, door frames, louvers/vents,
and at all material transitions. Install new backer rod and caulk at areas where previous
backer rod and caulk was removed. Remove and discard caulk at termination bars at
roof and install new caulk. Install surface mounted reglet counterflashing system at all
roof termination bars. Refurbish and reinstall existing counterflashing and apply caulk.
Remove and discard existing flashing at bridge connection and install backer rod and
caulk with a surface applied reglet system at the head of the skylight of the bridge. Patch
and repair all spalled concrete including cleaning oxidized rebar and coating with epoxy.
Patch and repair ceiling cracks.
Please note: Addendum 01 has changed the Bid Date!
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the FY18 CONCRETE REPAIRS PROJECT Contract No. 16004, Budget ID No. F18241, Drawing Record No. 16004, Sheet No. 1-8, will be received at the office of MSD until 10:00 AM, Local Time, Tuesday, June 12th, 2018, and will be publicly opened and read at that place and time.
Description and location of Project: This project will consist of concrete repairs to the floodwall located on Northwestern Parkway in west Louisville, Kentucky.
All work shall be done in accordance to MSD’s Standard Specifications.
There will be a non-mandatory pre-bid meeting held for this project. at MSD’s Main Office, 700 W. Liberty Street, Louisville, KY at 10:00 am Local Time on Thursday, May 31st, 2018.
The Engineer’s Construction Cost Estimate for this project is between $ 150,000.00 to $ 250,000.00.
The bid documents will be available on, Friday, May 25, 2018, online at www.msdbids.com. The charge for each set of bid documents is outlined on the above-referenced web site.
Persons wishing to view the bid documents may do so online at www.msdbids.com or at the following locations: Builders Exchange of Louisville, Inc., 2300 Meadow Drive; Associated Builders & Contractors of Kentuckiana, 1810 Taylor Avenue; and F. W. Dodge, 1812 Taylor Avenue; all located in Louisville, Kentucky; and the Associated General Contractors of Kentucky, 2321 Fortune Drive, Suite 112, Lexington, Kentucky.
The Project Manager for this Invitation to Bid is Mary Ruth Landgrave. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Mary Ruth Landgrave E-mail: mary.landgrave@louisvillemsd.org. Questions received less than five days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, Angela Akridge, P.E.
IF THE ENGINEER’S CONSTRUCTION COST ESTIMATE IS $50,000 OR MORE, the Minority Business Enterprise and Woman Business Enterprise (MBE/WBE) participation goals shall be applicable to all contracts and comply with MSD’s Interim Supplier Diversity Policy and Guidelines (Interim Policy). The Interim Policy is considered as one of the elements of responsiveness in a bid. Bidders must subcontract at least 15.0% of the total amount of the Contract Bid price to a certified MBE and 6.0% to a certified WBE, or if the Contractor is unable to meet the goals, must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the Interim Policy. – (see MSD Construction Related MBE/WBE Documents and Forms at http://www.msdlouky.org/insidemsd/diverse ). Each bidder is responsible for careful review of the Interim Policy requirements contained in the bid documents. Failure to comply with the Interim Policy may be grounds for rejection of the bid as non-responsive.
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Mary Ruth Landgrave
MSD Interim Supplier Diversity Policy and Guidelines for this project is as follows:
15% MBE and 6% WBE participation is required for this project.
LOCAL LABOR PREFERENCE: No
The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.
Mason County Fiscal Court – Phase 4/5 Drainage Net for Contained Landfill
Mason County Fiscal Court – Phase 4/5 Drainage Net for Contained Landfill
PROJECT DESCRIPTION:
The project will consist of a geocomposite drainage net and related work for approximately 1.75 HORIZONTALLY
MEASURED acres of the contained landfill. Some minor repair work may also be necessary.
This project is for the construction of a 60’-3″ long x 60-0″ wide x 10’ high concrete structure with a concrete pad and entrance apron for the purpose of bulk storage of roadway, deicing salt. Class “A” concrete reinforced with epoxy coated rebar & fiber will be used in the shallow, spread footings and structure’s walls. Class “AA” concrete, modified with fiber shall be used in interior pad and in entrance apron. 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.
A nine (9) inch thick concrete slab will be placed inside the footing and at the entrance on the exterior of the structure.
This project is to be bid LUMP SUM. This bid shall include all labor, equipment, materials, and any incidentals necessary to complete the items of work detailed in plans and special conditions.
Project Manager Name: Josh Morgan Phone: (502) 564-3155 Email: josh.morgan@ky.gov
Estimated Length of Project:
(Substantial Completion) + August 1, 2019 (Final Completion)
Kentucky Educational Television (KET) is the licensee of 16 DTV stations in Commonwealth of Kentucky. KET received notices from the Federal Communications Commission reassigning all 16 stations to new channels as part of the repacking process or reorganization of the digital television bands. The repacking process is the final part of the broadcast television spectrum incentive auction. The Kentucky Authority for Educational Television intends to purchase sixteen (16) ATSC standard Digital Television Transmitters. These transmitters shall be manufactured in accordance with the present-day standards for licensed United States Television Broadcast Systems. These transmitters shall meet ATSC and SMPTE standards for Digital Television Broadcast Systems. In addition, these transmitters shall comply with the applicable rules of the Federal Communications Commission and meet any OSHA, EIA, and EPA requirements. The successful bidder is required to meet all state and local rules and regulations. Each DTV transmitter will be co-located with KET’s existing Digital Television Transmitters (DTV) located at 14 sites in Kentucky and 1 site in Indiana. Each DTV transmitter (as defined in this document) consists of an upgradeable 5KW solid-state air-cooled DTV transmitter, mask filter, and ancillary equipment including electrical power distribution and remote control. KET has a statewide microwave system to distribute ATSC programming that will be originated at KET’S Network Center, located in Lexington, Kentucky. A SMPTE 310M or a ASI signal is available at each transmitter site for interconnection to the new DTV transmitter.
This project is for the construction of a 60’-3″ long x 60-0″ wide x 10’ high concrete structure with a concrete pad and entrance apron for the purpose of bulk storage of roadway, deicing salt. Class “A” concrete reinforced with rebar & fiber will be used in the shallow, spread footings and walls. Class “AA” concrete modified with fiber will be used in interior pad and entrance apron. 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.
A nine (9) inch thick concrete slab will be placed inside the footing and at the entrance on the exterior of the structure.
This project is to be bid LUMP SUM. This bid shall include all labor, equipment, materials, and any incidentals necessary to complete the items of work detailed in plans and herein.
Estimate:
$228,323.00
Estimated Length of Project:
(Substantial Completion) + July 31, 2018 (Final Completion)
The Division of Abandoned Mine Lands wishes to receive bids to perform reclamation work on
approximately 25.3 acres of mine land in Johnson County, Kentucky. The work will consist of
earthwork, gradework, and revegetation of 1 bond forfeiture permit(s).
The Contractor shall provide all of the materials and perform all the work described in the Specifications and/or shown on the Drawings. The Security Control Board shall be replaced with a new mouse based system with a 32″ display monitor and a push to talk desk top microphone at the Adair Juvenile Detention Center, located in Columbia, Kentucky.
The system will comply with all manufacturers’ requirements and shall report all events and digitally store them on the CPU’s internal hard drive, which will be fed from a local UPS Battery Backup with 30 minutes at 100% load. A redundant backup CPU shall be provided and stored on site with all necessary hardware and software. The Control Board is a critically important system and the contractor who wins the bid must provide 24 hour emergency response and be on-site with qualified personnel within 2 hours of an emergency call.
Replace all Head End Equipment. Reuse all wiring and all field devices such as existing Door Locks, Door Switches, Speakers, Call In Stations, Cell Lights, Cell Receptacles and connected into the new Control Board. All existing functions shall be maintained and connected by the new Control Board.
Clarify that the work is to be conducted in a fully occupied, juvenile corrections facility, and will remain fully occupied during the entire contract period. Downtime of the Control Board System is to be kept to an absolute minimum. In no case shall the Control Board be down for more than a 12 hour maximum downtime period after the New Control Board system is brought online. 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.
Demolish and renovate the sub-floors at Floors 7, 6 and 5 of the building, in that order. The existing interior cubicle walls, free-standing furniture, and equipment will be removed and stored in the building’s basement or storage pods. Existing wall base will be removed as part of the demolition. Doors will be removed and stored in the building’s basement or storage pods. The existing floor finishes, gypsum cement underlayment, sandwiched VCT, marble, and wood sub-floor will be removed down to the top of the existing wood sleepers / concrete cinders. This depth may vary depending on the location in the building. The sub-floor will then be built back to a consistent elevation using a combination of OSB, high-density rigid insulation, and gypsum cement topping. New floor finishes will be provided, while existing doors and other items previously located will be built-back into the same configurations as prior to the construction.
A renovation to the Lake Barkley State Park, Lodge and Administration Buildings, located at 3500 State Park Rd, Cadiz, Kentucky, shall consist generally of renovations to clean, prepare and paint the exterior of the buildings along with adjacent site elements. The required work scope shall include comprehensive cleaning/ washing and then painting of most all exposed exterior wooden and metal surfaces such as existing wooden siding, columns, beams, joists, rafters, decking, ceilings, eaves, fascia, railing, wood and metal balusters, risers, treads, stringers, lattice, fencing, blocking/bracing, metal connectors/fasteners, and miscellaneous trim. Concrete retaining walls and pads shall also be pressure washed / cleaned along with performing other various maintenance related work items such as fascia repairs, sealant replacement at windows, replacement of select deteriorated window sills, installing safety nosing at select wooden step locations, fencing enclosure replacement at select site utilities and fenestration replacement/repair at select locations.
This project is a 1260 square foot renovation and 489 square foot addition of the Cumberland Falls Campground Bathhouse located at 7351 KY-90, Corbin, Whitley County, KY 40769. Mechanical, plumbing, and electrical are included in the work, all per KY Code requirements.
Selective demolition includes (but may not be limited to) removal and/or replacement of existing doors/windows, gutters/downspouts, railings, restroom screen walls, floor slab for plumbing, removal of finishes in existing camp store, partial removal of exterior walls for the creation of a passage, removal of MPE fixtures including lighting, plumbing, and HVAC.
Scope of construction includes (but may not be limited to) two new ADA restrooms that will be located in existing shell and an addition for a new camp store. The addition will have a slab on grade, poured con-crete footings, light wood framing, partition walls, finishes, select doors/windows, exterior board and batten, over framed shingle roofing, casework, and new appliances. New concrete sidewalks, wood bol-lards, metal railing and bathroom screen walls will be added. Two HVAC systems will be provided; one will be the existing restrooms and one at the camp store and ADA restrooms. A new pole transformer will be added due to power requirements of the facility. New electrical systems, data, low voltage systems, and light fixtures will be added.
Two bid alternates will be provided. The first is the removal and replacement of all asphalt shingles on existing roof. The second is the removal and replacement of existing water closets, urinals, lavatories, show trim, floor drains, soap dispensers, hand dryers and toilet partitions.
Architectural work includes the exterior cleaning and sealing/repainting of veneer materials on multiple buildings, repair and/or replacement of public stairs, replacement of all exterior windows in three buildings, and the renovation of the rear dock on Building M. Also included is the re-placement of exterior storefront and overhead sectional doors in multiple locations and the re-placement of several aluminum canopies at exterior door locations.
Interior work included consists of the minor renovation of classrooms in Building A, minor reno-vation of a set of restrooms in Building M and the installation of plastic laminate casework in the Radiography Lab in Building M.
Mechanical work includes the replacement of two chillers with a new single chiller and the re-placement of two existing boilers with new high efficiency equipment.
Electrical work includes upgrades to the existing campus JACE DDC controllers as well as other IT infrastructure upgrades.
Existing equipment shall not be taken offline until such time as new equipment is capable of being put into service.
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 sealed concrete flooring and acoustic panel ceilings. Pedestrian doors will be hollow metal, windows will be aluminum framed with insulating glass. Vehicle doors, oil-water separator, and air compressor 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 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 gas unit heaters and ventilated with exhaust fans. Electrical work includes a 120/240V power distribution system and LED lighting. Communications systems will include telephone and data wiring and devices.