KCTCS Instructional Complex – Food Service Equipment – BP19
KCTCS Instructional Complex – Food Service Equipment – BP19
PROJECT DESCRIPTION: Furnish all labor and materials to complete the SOUTHCENTRAL KENTUCKY COMMUNITY AND TECHNICAL COLLEGE INSTRUCTIONAL COMPLEX
The following bids are requested:
19 Food Service Equipment
Tompkinsville-Monroe County Airport – Airfield Pavement Rehabilitation Project
Tompkinsville-Monroe County Airport – Airfield Pavement Rehabilitation Project
PROJECT DESCRIPTION: Furnishing all labor, materials and equipment and performing all work
necessary for Airfield Pavement Rehabilitation Project at the Tompkinsville – Monroe County
Airport
CALL 437 CONTRACT ID 161042 CARROLL COUNTY FD04 SPP 021 0071 043-045 : I-71 DUAL BRIDGES OVER KENTUCKY RIVER UPGRADE NAVIGATIONAL LIGHTING ON I-71 DUAL BRIDGES OVER KENTUCKY RIVER IN CARROLL COUNTY. LIGHTING. SYP NO. 06-04900.00. CALL 301 CONTRACT ID 161042 KENTON COUNTY FD04 SPP 059 0075 191-192 : BRENT SPENCE BRIDGE(I-75) UPGRADE NAVIGATIONAL LIGHTING ON BRENT SPENCE BRIDGE(I-75) OVER THE OHIO RIVER IN COVINGTON. LIGHTING. SYP NO. 06-04900.00.
CALL 330 CONTRACT ID 161254 HENDERSON COUNTY FD04 SPP 051 0041 019-021 : BI-STATE VIETNAM GOLD STAR MEMORIAL BRIDGES (US 41) BRIDGE NAVIGATION LIGHTING ON THE US 41 BRIDGES OVER THE OHIO RIVER LIGHTING. SYP NO. 02-04900.00.
CALL 300 CONTRACT ID 161023 LEWIS COUNTY FD07 068 0008 028-029 : KY-8 CONSTRUCT RIGHT TURN LANE ON KY-8 BETWEEN MP 28.7 AND MP 29.0. ASPHALT SURFACE WITH GRADE & DRAIN. SYP NO. 09-00000.00.
CALL 103 CONTRACT ID 161253 LETCHER COUNTY STP BRZ 1203 (395) : STEEL BRIDGE ROAD (CR 1359Q4) (MP 0.002) REPLACE BRIDGE ON STEEL BRIDGE ROAD (1359Q4) OVER NORTH FORK OF THE KENTUCKY RIVER AT JCT KY 7 (MP 0.042), A DISTANCE OF 0.05 MILES. BRIDGE REPLACEMENT. SYP NO. 12-01117.00.
CALL 102 CONTRACT ID 161243 CLAY COUNTY STP BRZ 1103 (308) : MILL CREEK ROAD (CR 1154) (MP 0.000) REPLACE BRIDGE ON MILL CREEK ROAD (CR 1154) OVER GOOSE CREEK AT JCT WITH KY 1524 (MP 0.035), A DISTANCE OF 0.06 MILES. BRIDGE WITH GRADE, DRAIN & SURFACE. SYP NO. 11-01092.00.
CALL 101 CONTRACT ID 161040 LETCHER COUNTY STP BRZ 1203(393) : CAMDEN ROAD(CS-2026) REPLACE BRIDGE ON CS-2026 OVER (MP 0.032) ELKHORN CREEK AT EAST JENKINS. BRIDGE REPLACEMENT. SYP NO. 12-01107.00.
CALL 100 CONTRACT ID 161038 BELL COUNTY STP BRZ 1103(310) : KY-2011 OVER RED BIRD CREEK REPLACE BRIDGE ON KY-2011 OVER RED BIRD CREEK 0.55 MILE SOUTH OF JCT KY-66. BRIDGE REPLACEMENT. SYP NO. 11-01079.00.
This project includes replacing the existing asphalt shingle roofing with new metal roofing on two (2) Restroom Buildings at the Truck Haven Weigh Station at exit 31 on 1-75, North and South bound sites. Each building has approximately 2800 sf. of roofing. Metal flashing and penetrations are included.
Wendell H. Ford Airport – Airfield Pavement Rehabilitation
Wendell H. Ford Airport – Airfield Pavement Rehabilitation
PROJECT DESCRIPTION: Furnishing all labor, materials and equipment and performing all work
necessary to complete the airfield pavement rehabilitation and apron pavement
reconstruction
Sealed proposals will be received until 3:00 PM. Names of all responders will be read aloud
at that hour and date specified and under following conditions:
Proposals received after 3:00 PM on Reply By Date will not be opened.
On proposals amounting to $2000 or over, successful bidder may be required to execute and
give performance bond for full amount, by a Surety Company authorized to do business in the
Commonwealth of Kentucky.
Proposers must submit all pages of RFP document.
Mark envelope with RFP Number, Reply By Date and Address to:
OMB – Purchasing
611 West Jefferson Street
Mezzanine Level
Louisville, KY 40202
City of Winchester – East Washington Street Storm Sewer Project
City of Winchester – East Washington Street Storm Sewer Project
PROJECT DESCRIPTION: The project scope includes construction of approximately 33 linear feet of 24” Elliptical Reinforced Concrete Storm Sewer,
1 Precast Catch Basin, approximately 131 SY Rip-rap, Earthwork, 120 SY Bituminous Pavement replacement, 20 LF
Conc. Sidewalk replacement, 340 SY Turf Matting, approximately 493 LF Chain Link Fence replacement and all
appurtenances.
City of Frankfort – Gooch House – Exterior Repairs and Painting-Phase Two
City of Frankfort – Gooch House – Exterior Repairs and Painting-Phase Two
PROJECT DESCRIPTION:
The work of this Contract includes inspecting exterior siding, trim , fascias, soffits, ornamental scroll work, miscellaneous wood features, porches, handrails and related items for damage and/or deterioration; replacement of any materials not suitable for finish painting; inspection, repair, replacement of existing window, door or fascia flashing as needed for protection of the building and finishes; removal
of old paint and finishes where new paint is to be applied; proper preparation,
priming and application of painting and finishes; protection of the building and site from damage resulting from the work; furnishing of all materials, equipment, supplies, labor, insurance, etc. for the proper completion of the project. Work also
includes the removal, protection and reinstallation of existing copper gutters or
downspouts attached to the building. Porch roofs and roof of one-story portion of
the house were replaced under a previous contract. There is no roofing work in
the proposed contract. The General Contractor shall be responsible for meeting
requirements of all regulatory agencies, obtaining and paying for all permits, licenses, fees, taxes, inspections, etc required to complete the specified
installation and repairs including but not limited to applicable OSHA statues and
regulations, the 2009 American Recovery and Reinvestment Act for Frankfort
Energy Efficiency and Conservation Block Grant, etc required to complete the
specified installation and repairs.
Sealed bids will be received until 3:00 PM and publicly opened and all bid prices read aloud
at that hour on date specified and under following conditions:
Bids received after 3:00 PM on Reply By Date will not be opened.
On proposals amounting to $2000 or over, successful bidder may be required to execute and
give performance bond for full amount, by a Surety Company authorized to do business in the
Commonwealth of Kentucky.
Bidders must submit all pages of bid document.
Mark envelope with Bid Number, Reply By Date and Address to:
OMB – Purchasing
611 West Jefferson Street
Mezzanine Level
Louisville, KY 40202
NKCC-24b-16 Miscellaneous Metals and Metal Stairs Work
NKCC-24b-16 Miscellaneous Metals and Metal Stairs Work
PROJECT DESCRIPTION:
The project is generally described as the Northern Kentucky University, Health Innovation Center
(HIC) Founders Hall Renovation. The project is located in Highland Heights, Kentucky, on
approximately 3.0 acre site on the NKU campus, east of Kenton Drive, west of Nunn Hall and directly
north of Griffin Hall. The project will include the construction of the new Health Innovation Center
(HIC) building and renovation of the existing Founders Hall Building. The HIC building will consist of a
new 107,000 sf five-story steel frame building. The Founders Hall renovation is a 106,000 sf
complete interior gut and renovation of the existing 5 story concrete-structured building.
Frankfort Sewer Department – WTP Generator, SCADA System Addition, Non-potable Water System Upgrade & Line Replacement
Frankfort Sewer Department – WTP Generator, SCADA System Addition, Non-potable Water System Upgrade & Line Replacement
Please Note: Addendum 2 has changed the Bid Date
PROJECT DESCRIPTION:
Furnishing and installing an emergency generator and
SCADA System at the wastewater treatment plant, replacement of the non-potable water pumps and
replacement of approximately 2,500 LF of 6, 3 and 2-inch non-potable water lines and appurtenances
with all related work
Engineers Estimate will not be given out prior to the Bid Opening
This project is a partial roof replacement on the Lawrenceburg Campus Building of BCTC in Anderson County, Kentucky. Original drawings were dated 1993 indicating that the existing roof has lasted 23 years. Major repairs were made to the center section of the roof in 2005. In 2012 the building suffered hail damage and was repaired at individual punctures. According to labels found on the job, it appears to be a CSPE roof with 3″ of insulation attached to the metal deck. This particular type of roofing system is often suspect with a history of early failures in years 10 or 15. We recommend replacement of the roof at this time given its age, condition and repairs made over the years. Because of budget constraints, only a portion of the roof as indicated on the documents will be replaced at this time. Alternate No. 1 indicates an additional roof area that may be included depending on bids. Existing roof will be replaced with a two-ply modified bitumen roof. The existing insulation will be re-used and will contribute an aged R-value of 15. Wet insulation will be replacement on a unit cost basis. Over that existing layer we will add one-layer of 2″ polyisocyanurate insulation (R-11.2) and 1-layer wood fiber insulation comprising (R-1.38) Total roof insulation system will equal an R-value of 27.58. The roof insulation shall be screwed thru the existing insulation to the metal deck and a ½” layer of hardboard will be mopped in Type IV asphalt Cap ply shall be installed with cold adhesive. We will add 3/4″ plywood to the parapet walls to properly attach the base flashing. Cap SBS Modified Bitumen flashing shall be aluminum clad. Roof termination metals shall be Kynar coating sheet metals.
Project includes the complete refurbishment of the existing L&N Sign to like new condition. Work includes the replacement of the neon tubes with flexible LED light fixtures, resurfacing the porcelain, replacing the support structure and replacement of the letter channels. Existing analog neon controller to be replaced with new digital lighting control system. Support structure to be painted. Support structure penetrations to be flashed.