The Chemistry/Physics project consists of a renovation of research laboratories on the
3rd floor and changing the entire face of the building with a new skin and building
additions. This facility is one of the latest improvements in research laboratory design
standards, with spaces including new research laboratories, computational laboratory,
shared equipment spaces, collaboration spaces, dining area, meeting spaces, and
student work areas. The Bid Package #2 portion of this project focuses on the
renovation of the entire 3rd floor to create an entirely research based floor,
replacement of the entire building’s skin, a new roof, new roof-top equipment, and five
building additions (Main Atrium, North Entry, Stair Tower, Service Elevator, and
Loading Dock). A list of trade contracts for this work is listed below.
The project is to be a new facility for multiple occupants at the Wendell H. Ford Regional Training Center. The building size is approximately 5,000 square feet with 3,900 sf on the First Floor and 1,100 sf on the Second Floor. Foundations will be cast-in-place concrete. Exterior/load bearing walls will be reinforced insulated concrete forms. Exterior wall finish will be a combination of smooth and split-face 4” concrete masonry units. Floors on grade will be colored concrete, slab-on grade with a protective coating. Second floor will be concrete hollow-core slabs with a colored concrete topping with protective coating. Roof structure will be cold-formed steel engineered trusses and steel roof deck. Roof will be pre-finished metal panels over composite rigid insulation with a nailable surface. Windows and entrance doors will be storefront aluminum systems with insulating glass, secondary exterior doors and frames will be hollow metal. Interior walls will be light-gauge steel framing with sound batt insulation and gypsum board finish. Toilets/showers will have ceramic tile finish on walls. Doors and frames will be hollow metal. Ceilings will typically be suspended acoustic tile. Floors in offices will be carpet tiles. Other floors will be exposed, colored concrete with a clear protective finish. Fixtures/furnishings will include drinking fountains, typical break room cabinetry and HDPE lockers. A reinforced concrete vault will be a part of the work. Plumbing includes typical restroom fixtures, packaged shower units and instantaneous water heater. The building will use electric heat pumps and natural gas for heat. HVAC will be split system heat pumps with gas furnaces and ductless split units for specialty areas. Electrical work includes 120/208V power distribution system and LED lighting. Communications/data systems will include Category 6 UTP wiring and devices. Modifications to the canopy at the existing Access Control Point are a part of the project. Excavation/trenching and backfilling of concrete footings and utilities other than storm water drainage are included.
Sitework, including earthwork cut/fill, asphalt and concrete paving, concrete curbs and walks, storm water drainage and sod/seeding are NOT included. These items are part of a separate construction contract to be constructed concurrently. For information and reference purposes, bidders will be furnished a set of construction drawings for this work.
The project consists of site work related to construction of the new 1103rd MP Readiness Center // Provost // Welcome Center facility at the Wendell H. Ford Regional Training Center. Work includes, but is not limited to: Site clearing; Earth moving, including engineered fill for building pad; Asphalt and concrete paving, including paving accessory items; Concrete curbs and walks; Finish grading; Turfs and grasses; Fencing; and Storm drainage. Modifications to the existing Access Control Point and relocation of the main entrance to the Training Center are also included.
Building construction, including gas, water, sewer, electric and communications services are NOT included. These items are part of a separate construction contract to be constructed concurrently. For information and reference purposes, bidders will be furnished a set of construction drawings for this work.
CCK-2495-21 UK Med Center – Get Well Network TV Installations
CCK-2495-21 UK Med Center – Get Well Network TV Installations
This project will consist of the removal of existing TV and wall mounts, and installation of new
Smart TVs and wall mounts with required wall patching and painting. The total scope will
cover multiple rooms in multiple buildings across UK Medical Center.
The project involves re-roof work at the Ashland Workforce Development Office in Ashland, KY. The existing approximately 8,050 square foot roof to be removed is 2 ply modified bitumen roof over a coal tar roof on metal deck. The new roof system is a SBS Modified Asphalt Two Ply system that is cold adhered over a fully taper rigid board insulation system to be set in hot mopped asphalt. The existing metal gutter and downspouts will be removed and replaced with a new pre-fin. metal gutter and downspouts. Downspouts to be terminated in the existing piping locations.
Estimate:
$385,365.00
Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
The Deborah Belcher Slide is a high priority AML Reclamation Project being impacted by ground movement related to AML-eligible coal mining. An area of observed instability is located above and below the access road down to the state highway (KY 195). The project consists of removing earthen material, constructing a reinforced concrete wall between the state highway and the driveway, constructing a reinforced concrete wall with railsteel pilings above the driveway and constructing a rail steel and guardrail lagging wall at the base of the hillside above the driveway.
This project is located on the Belcher USGS Quadrangle in the Ashcamp community at 10615 Ashcamp Road. The Latitude is 37°16’32″ and the longitude is 82°26’45″.
The project will consist of excavation of material to construct the reinforced concrete wall between the state highway and the driveway. Class 2 backfill will be placed between the wall and the driveway with a guardrail at the edge of the driveway. A reinforced wall with rail steel pilings will be constructed above the driveway and a pile and guardrail lagging wall will be constructed at the base of the natural hillside.
All soils/ spoil removed from the site will be hauled to the waste area located as shown on the plans and disposed of in a uniform manner, leaving the area in a level configuration. The waste area will be seeded upon completion.
Trees are present within the unstable area of the project. There are no trees within the waste area. A bid item for tree disposal is included in the project. This bid item includes but is not limited to tree chipping. Most of the trees are anticipated to be no larger than 3″ DBH.
Construction disturbances will be kept to a minimum by the implementation of standard AML Best Management Practices (BMP’s) which will prevent significant amounts of sediment related to project construction activities from entering the waters of the commonwealth. Silt will be controlled during all phases of reclamation to minimize silt leaving the reclamation area. A silt fence or straw bales will be used. After construction has been competed, all disturbed areas will be promptly revegetated using lime, fertilizer, seed, and mulch.
Bituminous and guardrails has been added to the contract to restore the driveway just prior to project completion.
Mason County Fiscal Court – Maysville-Mason County Landfill – Contained Landfill Phase 4/5 Drainage Net
Mason County Fiscal Court – Maysville-Mason County Landfill – Contained Landfill Phase 4/5 Drainage Net
The project will consist of a geocomposite drainage net and related work for approximately 1.63 HORIZONTALLY
MEASURED acres of the contained landfill. Some minor repair work may also be necessary.
The
construction of new gravity sewer lines, laterals, cleanouts and associated manholes.
The project also includes two (2) grinder stations and small diameter force mains.
Warren County Board of Education – South Warren High School Tennis Courts and Regrading
Warren County Board of Education – South Warren High School Tennis Courts and Regrading
Project consists of the regrading of the existing site in order to
promote better drainage. Scope also includes construction of eight tennis courts on the
school property.
The project involves replacing an existing failed 48-inch culvert located at the rear of the Boyd Regional Juvenile Detention Center in Ashland, Kentucky. A high-pressure 12-inch gas main owned by TC Energy crosses and lies just above the existing culvert pipe and does not currently meet the coverage and separation requirements stated by the utility. The work is to construct a double 48-inch RCP culvert with concrete pipe headwalls on the upstream and downstream ends approximately 23.5 feet offset to the existing culvert. The existing culvert will be abandoned and filled. The work will include approximately 175-feet of channel relocation work. The upstream and downstream channel banks will be lined with 18-inch thick Class II channel lining to a depth of 3-feet, and channel slopes lying above the channel lining will be covered with erosion control mat.
The scope of work encompasses conversion of an existing 18.5’x26.7’ science prep
room on the Third Floor of the Classroom Building at the Bluegrass Community &
Technical College Newtown campus into a Cadaver Observation Lab. Modifications to
finishes, door hardware, HVAC, electrical, and plumbing will be required.
Louisville Water Company is requesting Bids for the furnish of all labor, tools, equipment, and materials required by the Contract Documents to supply and install four (4) horizontal 60” gate valves with integral bypass valves on an existing 60” RCCP pipeline, 35+/- LF of 60” PCCP, 100+/- LF of 24” PC350 D.P.W., three (3) vertical 24” gate valves with integral bypass valves, and appurtenances per project specifications and as shown on the project plans. All of the above made ready for use in accordance and compliance with the Contract Documents. All materials to be supplied by the Contractor.
City of Warsaw – 2020 Wastewater Treatment Plant Improvements
City of Warsaw – 2020 Wastewater Treatment Plant Improvements
The program of work for which bids are to be submitted consists of demolishing and removal of an existing sludge dewatering centrifuge system, installation of a new rotary sludge press skid-mounted unit and all
associated appurtenances and electrical items for the new unit, including all associated appurtenances and miscellaneous items, including all other associated electrical, mechanical, and structural work, related appurtenances, and other work for a complete installation.
City of Martin – Emergency Water Line Extension Project
City of Martin – Emergency Water Line Extension Project
This project consists of providing all materials, labor, and equipment for the construction of 540 LF of
ductile iron water line, 2,280 temporary HDPE water line, three 8-inch insertion valves on water line, 17
gate valves on water lines, eight gates valves on sanitary sewer force mains, and relocation of a control
panel for a sanitary sewer lift station.
The following work is required at a minimum:
• Provide and install new aluminum Transaction Window with bullet resistant
glazing, speaker port and dip tray as shown on attached cut sheet.
• Scope of work to include removal of existing sliding glass window and
frame, and any necessary modifications to the existing reception counter
required to install the new transaction window and dip tray.
• Contractor to schedule appointment with Housing Authority of Carrollton
for any field verification necessary prior to bidding.
• Provide list of manufacturer of Transaction window to be provided.
• Provide a list of any Sub-Contractors being used for completion (if
applicable).
• Provide schedule of completion. Including availability to begin work.
• Provide minimum of three (3) client references. (Please avoid using other
contractors as references)
• Provide Certificates of Insurance indicating coverage for Workers
Compensation, Auto and General Liability (limits of liability for Auto and
General Liability to be $.500,000).
CCK-2493-20 Replace AHU#1 – PAV H – General Construction
CCK-2493-20 Replace AHU#1 – PAV H – General Construction
Project includes the replacement of existing AHU H-1 located on the ground floor of Pavilion
H and serves portions of the ground and first floors. Bid Pack #1 includes all building
automation control work to accomplish the project as detailed within the project drawings and
specifications. Additional Bid Pack #2 sheets were included in Bid Pack #1 for the contractor’s
reference and are marked “For Reference Only”. Bid Pack #2 includes the remainder of the
mechanical, structural, fire protection, plumbing, and electrical work as detailed on the plans
and specifications and will be forthcoming immediately upon the successful award of BP #1.
The mechanical contractor for Bid Pack #2 shall carry an allowance for the sum of the
controls work as issued by addendum to Bid Pack #2.
The primary scope of work includes removal and replacement of existing aluminum and steel windows, aluminum storefronts, tuck pointing, repair and coating exterior concrete masonry walls, preparation and painting existing exterior doors, frames and lintels. Window replacement includes removal of windows, window blinds, brackets, anchors and clips, at all window locations. Interior and exterior steel flanges (lintels) at windows and overhead door frames are to be cleaned, sanded and painted as part of the work.
The project is to expand the existing campus parking lot. The scope includes some minor site clearing of limited pavements, existing curb and gutter and treeline. Construction includes erosion control, earthwork with lime stabilization, new concrete curb and gutter, sidewalk, limited storm drainage, asphalt paving and landscape including trees, sod and hydroseeding. The scope also includes parking lot lighting and camera locations consistent with the existing parking lot. The project is to be constructed during the summer months to minimize interference with College traffic and parking; the Contractor shall be responsible for managing access and minimizing interference between construction traffic and campus traffic.
The project consists of a General Construction Contract, including
site, grading, landscape, architectural, structural, mechanical, electrical and fire protection work for The New Bullitt County
Main Library.The proposed work will encompass approximately 45,000 square feet of enclosed area.
The new building is a one-story facility, which includes parking and site work, courtyards, landscaping, concrete foundations
and slabs, structural steel framing, a geothermal well-field, mechanical and electrical systems, power, data, and security
systems. Exterior building envelope scope includes brick masonry, metal panel system over cold-formed metal framing, glass
curtainwall system, canopies, and SBS modified roofing system. Interior building finishes include carpet, resilient flooring,
porcelain tile, aluminum storefront and doors, hollow-metal glazed frames with wood doors, gypsum drywall partitions,
acoustic panel ceiling, acoustic baffles, movable partition, painting, millwork, and other interior finishes.