PROJECT DESCRIPTION:
The project includes providing all construction supervision, labor, materials, tools, test equipment necessary for the Expansion Area 3 Trunk Sewer Project.
Pikeville Medical Center – Elliot Tower Infrastructure Upgrades
Pikeville Medical Center – Elliot Tower Infrastructure Upgrades
Please Note: Addendum 03 has changed the Bid Date
PROJECT DESCRIPTION:
Renovation of 17,553 sf Laboratory on the second floor of the May and Elliot Building as well as infrastructure upgrades to the hospital
The project will be bid in the following manner:
• Bid for the Laboratory Renovation
• Bid for the Elliot Tower Infrastructure Upgrades
• Bid that combines the Laboratory Renovation and the Elliot Tower Infrastructure Upgrades
Pikeville Medical Center has chosen this bidding format to give Pikeville Medial Center the option
to either build one or both components of this Project. Even if Pikeville Medical Center decides
to build both components, the project will be awarded to one contractor. Each bidder must bid on both components of the project and in the manner set forth above.
PROJECT DESCRIPTION: Project consists demolition and replacement of HVAC system,
includes lighting replacement, controls, and upgrades to power and data. New ceiling
and soffits, throughout the existing building and re-roof of existing building.
Project cost range is anticipated to be under $5,500,000.
Construction Contract: Bids will be received for the following Work:
Shelby County Public Library – New Annex Building 2017
Shelby County Public Library – New Annex Building 2017
PROJECT DESCRIPTION:
The Owner invites the following Bid on the related Project. The Project consists of the CONSTRUCTION of approximately 8,620 SF, Two Story New Annex Building, with 365 SF porch in a portion of the current parking lot indicated. The project shall include but not limited to concrete slab on grade, concrete footings and foundation walls, CMU reinforced exterior walls, steel framed beams, metal stud wall framing, and metal bar joist and steel frame second floor structure with concrete composite slab, and metal bar joist with steel frame and metal deck roof structure with membrane roof system. The work shall also include all of the related site work for excavation, building layout, temporary construction fencing & construction trailer; NOI, soil erosion control, excavation & fill; trench excavation, underground storm water drainage system, parking lot revision and replacement including asphalt and concrete paving & striping of lot, concrete curb and gutter, concrete walks, vinyl coated chain link fencing, site lighting and landscaping.
City of Hustonville – First Southern Emergency Response Station
City of Hustonville – First Southern Emergency Response Station
PROJECT DESCRIPTION:
Construction will include 6 bays to accommodate the 2 fire apparatus, 1 special response vehicle, a future pumper truck, and 2 EMS apparatus. The Station will have adequate office and storage space. It will also have male and female bunk rooms and the required living quarters for EMS personnel.
Construction Contract: Bids will be received for the following Work:
1. General Contract (all trades)
PROJECT DESCRIPTION: A new 2,112 Sq. Ft. addition to the existing Wayland Gym. The Addition will be a two
level addition that will provide handicapped accessible restrooms to both level of the
existing facility.
The Addition will also provide storage, exhibition space and other multi use spaces.
The new addition will complement the design of the existing building and use similar
building materials and building styles
Old Taylorsville Road Drainage Improvement Project
Old Taylorsville Road Drainage Improvement Project
Description and location of Project: This unit based construction order is for the pipe, catch basin, and regrade installation along Old Taylorsville Road in Metro Council District 20.
Description and location of Project: This unit base construction order for 10-inch, 8-inch pipe installation, and earth re-grade along both sides of McKay Ave in Metro Council District 10.
CCK-2246-18 Ag Science North – Exterior Concrete Repair Project
CCK-2246-18 Ag Science North – Exterior Concrete Repair Project
Please Note: Addendum 1 has canceled the Bid
SCOPE OF WORK:
The Scope of Work for this Project is outlined below in summary. The total Scope of Work is outlined in the Contract Documents. The Contractor is responsible for noise control. The Contractor is responsible for relating instructions to all employees, Sub-Contractors and suppliers on site and, if needed, providing a language translation employee as required. No
tobacco products, alcohol, drugs, firearms or fraternizing with students are allowed on site. If
any the above is conducted, immediate dismissal from the Project will be enforced.
PROJECT DESCRIPTION:
Ag Science Building North – exterior concrete repair project. Repair 100% of all damaged concrete and
recoat the entire exterior on this four story building as noted on the attached drawings by S&ME consultants.
If there is/are building exit door(s) in the vicinity of the work area, provide scaffolding with protective
overhead and side protection to guard pedestrians from water spray and falling debris. Provide shop
drawings of the proposed scaffolding assembly for approval by UK’s Project Manager prior to field
fabrication. Per the UK Fire Marshal, the scaffolding is required to be, at a minimum, the same width as
the existing exit door(s). Assume the minimum length to be 20′ from the face of the building. Other areas of Ag N will remain in operation throughout the construction period. Interruptions to the
required building exits must be coordinated with and approved by UK’s Project Manager. Careful
scheduling with the User is required.
No noisy/vibration producing work may take place during normal working hours after Aug 23, 2017-which is the first day of school. Coordinate after-hours work with UK if necessary after that date.
No work required on the south side’s one story connector lobby/auditorium.
lightning system and floodlight work is by Others (N.I.C.)
STEP 1:
Prior to beginning power spray work, cover all yard areas with filter fabric – sidewalks may remain
exposed. Tent all trees/bushes with filter fabric. Protect the east side loading dock’s trench drain – and
also the four roof drains on the north side’s first floor concrete canopy – with filtration material as
approved by UK – to prevent paint particles from entering storm water system,
Submit product data that the detergent used in the spray cleaning is environmentally friendly – for
approval by UK prior to proceeding.
It is acceptable to use the existing duplex receptacles and hose bibs on the perimeter of the Ag Science
North Building – they are present on all 4 sides of the building.
Contractor staging area is the south side concrete driveway – access is from the west side circle drive.
Lifts may park anywhere on the site as long as the yard is protected from rutting. Contractor to repair all
such turf damage at end of the project. At junction of slab overhangs and the curtain wall: grind a 1″ width – down through the existing coatings to expose the existing concrete. The intent is to allow a new 1/2″x 1/2″ x 1/8″ stainless steel
angle to be seated securely at this location to act as a screed – caulk in place. This new angle will also
act as a guard to minimize power washer water from getting into the building under the window frame.
Take care around existing out swinging doors – at building overhangs- to minimize water infiltration.
Remove lightning rods and cables from column tops and lay aside on the roof- reinstallation work by
Others (N.I.C.). Repair anchor holes. Note: cables laying on roof to remain.
Remove security floodlights from column tops and lay aside on the roof – reinstallation work by Others
(N.I.C.). Repair anchor holes. Note: electrical wiring/conduit laying on roof to remain.
Then high power wash (with cutting tip): a. Defective concrete areas to remove old Neogard coatings. Then remove defective concrete,
stabilize and bond/repair with patching materials. b. All floor overhangs (49-1/ 2″ wide) at all locations to remove old Neogard coatings. The intent is to permit a good bond between the existing newly-exposed overhang concrete and the new
screed-to-slope cementitious material installed under Step 2.
STEP 2:
low power wash – with environmentally- friendly detergent-based cleaner – the entire building including
the windows and plaster/concrete soffits. No squeegee use on glass required. Include
cleaning of the north side first floor ground-level canopy – topside, soffit and columns. Include the
inside face of the first floor columns.
If additional defective areas are found then confirm/summarize all areas and calculate cost per the unit prices submitted by the contractor in his bid. Then resolve by change order, before proceeding further.
At 1/2″ angle installed under Step 1, use the angle as a screed to taper the new cementitious material
on the 49-1/2″ wide overhangs for positive drainage, Taper down to minimum at outside edge.
STEP 3:
Replace existing expansion joints with preformed EJ system.
Apply matching sand textured Neogard Neoflex coating to all new concrete.
Then apply Porter Acri-Shield acrylic paint to 100% of the building facade concrete – including soffits.
Caulk at junctions of dissimilar materials. Include the north side first floor ground-level canopy topside,
soffit and columns. Include the inside face of the first floor columns – protect existing surface
mounted lights – at this location – from paint overlap.
Coordinate painting of vertical sections of lighting arrestor cables with the lighting arrestor consultant.
The intent is to have all cables in place prior to starting painting.
STEP 4:
Add 4″ high aluminum caps – with drip edge – to tops of all columns – at roof line.
Remove existing alum parapet caps. Add aluminum cover – with drip edge – at 22″ wide roof overhang all
4 sides of building – and lap up to top of parapet per the drawings. Reinstall existing alum parapet cap.
Reinstallation of column top lighting rods/cables and security floodlights is by others (N.I.C.).
STEP 5:
Clean up and restore site back to original condition. Roll up and disposed of filter fabric in all locations.
Wash down trees and bushes if residue still remains after fabric removed. Sweep sidewalks and
pavement clean of debris from the renovation.
Repair any rutting due to contractor’s vehicles or lifts.
Remove and dispose of filtration material at the east side loading dock’s trench drain, and at the four
roof drains on the north side’s first floor concrete canopy.
Meade County Water District – Flaherty Water Transmission Main and Booster Pump Station
Meade County Water District – Flaherty Water Transmission Main and Booster Pump Station
Please Note: Addendum 1 has changed the Bid Date
PROJECT DESCRIPTION:
The Project consists of construction/installation of approximately 28,560 lineal
feet of 6 – through 12-inch water mains, control valve vault and appurtenances and a 1,000 gpm booster
pumping station in Meade County, Kentucky.
Work shall be performed as described in the plans and specifications titled Sanitary Sewer System Rehabilitation – Kentucky Correctional Institution for Women. The project site is located at the Kentucky Correctional Institute for Women, 2460 Ash Avenue, Pewee Valley, KY 40056.ALL CONTRACTORS HAVE TO FILL OUT A FORM FOR A BACKGROUND CHECK IN ORDER TO ATTEND THE PRE-BID MEETING. SEE SPECIFCATIONS FOR INSTRUCTIONS AND FORMS.
Please note The Bid Opening Date is hereby cancelled and rescheduled to August 3, 2017, at 10:00am, Local Time
Description and location of Project: This unit base construction order for the drainage pipe, yard drain, catch basin, and sidewalk w/6-inch curb installation along both sides of Bashford Ave in Metro Council 15.
The Work consists of site and building demolition, wall and floor construction for the installation of a three-story hospital grade elevator. Work also includes limited upgrade of electrical service. All work shall fully comply with applicable codes and regulations for psychiatric hospitals.
Louisville Metro Housing Authority – Nurse Call Systems Upgrades at Lourdes Hall & Will E. Seay Plaza
Louisville Metro Housing Authority – Nurse Call Systems Upgrades at Lourdes Hall & Will E. Seay Plaza
Post Bid Addendum 1 has rebid the project.
Nurse Call Systems Upgrades at
Lourdes Hall (KY 1-18)
735 Eastern Parkway
Louisville, KY 40217
And
Will E. Seay Plaza
4314 Bishop Lane
Louisville, Kentucky 40218
PROPOSAL #1437
CALL 314 CONTRACT ID 171222 GREEN COUNTY JL04 044 0068 009-013 : EDMONTON RD & COLUMBIA HWY INTERSECTION (US 68 / KY 61) (MP 11.519) CORRECT GEOMETRIC DEFICIENCIES AND IMPROVE SAFETY CONCERN AT THE US 68 / KY 61 INTERSECTION (MP 12.200), A DISTANCE OF 0.89 MILES. GRADE, DRAIN & SURFACE WITH BRIDGE. SYP NO. 04-08603.00.
CALL 313 CONTRACT ID 171228 WOODFORD COUNTY FD07 120 0341 000-001 : MCKINNEY AVENUE & KY 341 INTERSECTION (MP 0.400) RECONSTRUCTION OF THE KY 341 / MCKINNEY AVENUE INTERSECTION AT THE MIDWAY INDUSTRIAL PARK IN WOODFORD COUNTY AT MIDWAY, KENTUCKY (MP 0.500), A DISTANCE OF 0.10 MILES. GRADE & DRAIN WITH ASPHALT SURFACE. SYP NO. 07-00435.00.
CALL 312 CONTRACT ID 171224 WOLFE COUNTY FD04 SPP 119 0715 002-003 : BIG ANDY RIDGE ROAD (KY 2016) AND KY 715 INTERSECTION (MP 2.548) RECONSTRUCTION OF KY 715 AND KY 2016 INTERSECTION (MP 2.748), A DISTANCE OF 0.20 MILES. GRADE & DRAIN WITH ASPHALT SURFACE. SYP NO. 10-08803.00.
CALL 311 CONTRACT ID 171225 PERRY COUNTY FD04 097 0451 011-012 : HAZARD – CHAVIES ROAD (KY 451) (MP 11.300) MINOR WIDENING & RESURFACING OF KY 451 (MP 11.650), A DISTANCE OF 0.35 MILES. GRADE & DRAIN WITH ASPHALT SURFACE. SYP NO. 10-08851.00.
CALL 306 CONTRACT ID 171223 BARREN COUNTY FD04 SPP 055 NEW ROUTE : CALVARY DRIVE (CS 1196) CONNECT US 31E TO OLD CALVARY ROAD (CS 1196) AT THE EXISTING INTERSECTION OF US 31E AND TROJAN TRAIL, A DISTANCE OF 0.30 MILES. GRADE & DRAIN WITH ASPHALT SURFACE. SYP NO. 03-08705.00.
CALL 305 CONTRACT ID 171226 HARRISON COUNTY FD04 049 1062 003-004 : ROBINSON UNION ROAD (CR 1062) (MP 3.877) REPLACE ROBINSON UNION ROAD BRIDGE (MP 3.895), A DISTANCE OF 0.19 MILES. BRIDGE WITH GRADE, DRAIN & SURFACE. SYP NO. 06-08710.00
CALL 304 CONTRACT ID 171230 HARRISON COUNTY FD04 SPP 049 0032 010-011 : KY 32 (MP 10.074) IMPROVE SAFETY ON KY 32 AT THE ENTRANCE TO HARRISON MEMORIAL HOSPITAL IN CYNTHIANA. (MP 10.274), A DISTANCE OF 0.20 MILES. GRADE & DRAIN WITH ASPHALT SURFACE. SYP NO. 60-0908.00.
CALL 302 CONTRACT ID 171232 CAMPBELL COUNTY FD04 SPP 019 0009 NEW LOC : KY 9 RECONSTRUCT KY 9 ALONG A NEW ROUTE FROM NORTH OF 10TH STREET TO 5TH STREET, A DISTANCE OF 0.48 MILES. GRADE & DRAIN WITH PCC PAVEMENT. SYP NO. 06-08101.25.