Author Archive

CCK-2320-18 College of Nursing – Caulking

CCK-2320-18 College of Nursing – Caulking

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.

Project Location: Lexington, Kentucky

More Details

FY18 Concrete Repairs Project

FY18 Concrete Repairs Project


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.

An Excel Spreadsheet of the bid items is available for download. Click Here To Download

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

Angela Akridge, P.E.
Chief Engineer

Rene’ Thomas
Director of Procurement & Supplier Diversity
MSD Procurement Department

Project Location: Louisville, Kentucky

More Details

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.

Project Location: Maysville, Kentucky

More Details

RFB-244-18 KYTC – Salt Structure Trimble County Maintenance Facility

RFB-244-18 KYTC – Salt Structure Trimble County Maintenance Facility

Project Manager Name: Carl Kratzer
Phone: (502) 564-3155
Email: carl.kratzer@ky.gov


Estimate:
$126,626.00
Estimated Length of Project:
75 (Substantial Completion) + 15 (Final Completion)

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 Location: Trimble

More Details

RFB-241-18 KET – Transmissions Tower Transmitters

RFB-241-18 KET – Transmissions Tower Transmitters

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.

Project Location: Various Locations

More Details

RFB-243-18 KYTC – Salt Structure Monroe County Maintenance Facility

RFB-243-18 KYTC – Salt Structure Monroe County Maintenance Facility

Project Manager Name: Carl Kratzer
Phone: (502) 564-3155
Email: carl.kratzer@ky.gov


Estimate:
$126,626.00
Estimated Length of Project:
75 (Substantial Completion) + 15 (Final Completion)

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.

Project Location: Monroe

More Details

Shelby County Public Schools – Marnel C Moorman School

Shelby County Public Schools – Marnel C Moorman School

PROJECT DESCRIPTION:
Furnishing of all labor, materials and equipment for the performance of all work required for the new Marnel C Moorman School.

Project Location: Shelbyville, Kentucky

More Details

RFB-239-18 Bond Forfeiture G V PBG 18

RFB-239-18 Bond Forfeiture G V PBG 18

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).

Project Location: Johnson

More Details

RFB-238-18 DJJ – Adair Control Panel Replacement

RFB-238-18 DJJ – Adair Control Panel Replacement

Project Manager Name: Brian
Cottongim
Phone: (502) 782-0317
Email: Brian.Cottongim@ky.gov


Estimate:
$124,500.00
Estimated Length of Project:
110 (Substantial Completion) + 10 (Final Completion)

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.

Project Location: Columbia

More Details

RFB-240-18 L&N Floor Stabilization

RFB-240-18 L&N Floor Stabilization

Project Manager Name: Anne Saint-Aignan
Phone: (502) 782-0337
Email:anne.saintaignan@ky.gov


Estimate:
$1,983,987.00
Estimated Length of Project:
196 (Substantial Completion) + 30 (Final Completion)

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.

Project Location: Louisville

More Details

RFB-232-18 Parks – Lake Barkley Lodge Exterior Renovations

RFB-232-18 Parks – Lake Barkley Lodge Exterior Renovations

Project Manager Name: Dwayne
Brown
Phone: (502) 782-0315
Email: Dwayne.Brown@ky.gov


Estimate:
$259,480.00
163 (Substantial Completion) + 21 (Final Completion)

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.

Project Location: Cadiz

More Details

RFB-233-18 Parks – Cumberland Falls Campground Bathhouse Upgrades

RFB-233-18 Parks – Cumberland Falls Campground Bathhouse Upgrades

Project Manager Name: Frank Phillips
Phone: (502) 782-0331
Email:
frank.phillips@ky.gov


Estimate:
$452,998.00
Estimated Length of Project:
200 (Substantial Completion) + 30 (Final Completion)

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.

Project Location: Whitley

More Details

RFB-235-18 KCTCS – Renovate Leestown Campus Phase 2 Bluegrass CTC

RFB-235-18 KCTCS – Renovate Leestown Campus Phase 2 Bluegrass CTC

Project Manager Name: Ron Harris
Phone: (502) 782-0321
Email:
RonL.Harris@ky.gov


Estimate:
$1,182,100.00
Estimated Length of Project:
240 (Substantial Completion) + 15 (Final Completion)

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.

Project Location: Lexington

More Details

RFB-234-18 KYTC – Nicholas County New Maintenance Garage

RFB-234-18 KYTC – Nicholas County New Maintenance Garage

Project Manager Name: Joseph
Sandman
Phone: (502) 782-0329
Email:Joseph.Sandman@ky.gov


Estimate:
$1,273,200.00
Estimated Length of Project:
270 (Substantial Completion) + 30 (Final Completion)

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.

Project Location: Carlisle

More Details

Southeast Kentucky Industrial Development Authority – Business Park Speculative Building #4

Southeast Kentucky Industrial Development Authority – Business Park Speculative Building #4

PROJECT DESCRIPTION:
Construction of Speculative Building #4, 54,885 s.f. nominal, with
associated mechanical/electrical and site work

Project Location: Corbin, Kentucky

More Details

Carbon Adsorber Unit, Relocation of the Existing Bio Scrubber Unit and All Appurtenance

Carbon Adsorber Unit, Relocation of the Existing Bio Scrubber Unit and All Appurtenance

Description and location of Project: Construction of a Carbon Adsorber Unit, relocation of the existing Bio Scrubber and all Appurtenances.

Project Location: Louisville, Kentucky

More Details

FY18 Floodwall Closure Upgrades Project

FY18 Floodwall Closure Upgrades Project

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 FLOODWALL CLOSURE UPGRADES PROJECT Contract No. 16005 , Budget ID No. F18242, Drawing Record No. 16005, Sheets 1 – 12, will be received at the office of MSD until 10:00 AM, Local Time, Tuesday, June 5, 2018, and will be publicly opened and read at that place and time.

Description and location of Project: Floodwall closure upgrades and repairs at various locations in 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 24th, 2018.

The Engineer’s Construction Cost Estimate for this project is between $ 250,000.00 to $ 300,000.00 .

The bid documents will be available on, Friday, May 18th, 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 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.

An Excel Spreadsheet of the bid items is available for download. Click Here To Download

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

Angela Akridge, P.E.
Chief Engineer

Rene’ Thomas
Director of Procurement & Supplier Diversity
MSD Procurement Department

Project Location: Louisville, Kentucky

More Details

18-69 / South Park BPS and Hollyvilla PRV Weathertightness Improvements

18-69 / South Park BPS and Hollyvilla PRV Weathertightness Improvements

Louisville Water Company is requesting Bids for furnishing and installing weathertightness accessories at existing steel vaults including hatch, ladder and vent pipe extensions, sump discharge modifications, electrical and control extensions, minor grading and restoration as noted on contract documents.

Project Location: Louisville, Kentucky

More Details

LFUCG – Division of Water Quality – Liberty Road Pump Station Replacement

LFUCG – Division of Water Quality – Liberty Road Pump Station Replacement

PROJECT DESCRIPTION:
The project includes providing and furnishing all materials, supplies, machinery, equipment,
tools, supervision, labor, insurance, and other accessories and services necessary for the Liberty Road Pump Station Replacement, which includes the installation of a HDPE pumping station and valve vault, approximately 42 linear feet of 8” PVC gravity sewer, and approximately 20 linear feet of 4” PVC force main, and various appurtenances. These facilities will be adjacent to the existing ejector pumping station to be demolished.

Project Location: Lexington, Kentucky

More Details

RFB-231-18 Parks – Green River Campground Electrical Upgrades

RFB-231-18 Parks – Green River Campground Electrical Upgrades

Project Manager Name: Brian
Cottongim
Phone: (502) 782-0317
Email: Brian.Cottongim@ky.gov


Estimate:
$212,440.00
Estimated Length of Project:
180 (Substantial Completion) + 30 (Final Completion)

A. The Scope of Work includes the following:
Existing electrical service to the existing Green River State Park Campground is 1-phase, 3-wire, served by overhead transformers by Taylor Co-RECC Utility Company. The existing overhead transformers may be replaced with a larger transformer free of charge by the Utility Company if needed. The existing primitive camping sites P1 thru P12 will be replaced with 10 camping sites (named 1A thru 10A) that will have 10 asphalt pads with each site having water hydrant and an electrical service of 50 amps (240V), 30 amps (120V) and 20 amps GFCI (120V) plug service. The electrical service will be direct burial aluminum wire that will feed each camp site. The panel located by the utility pole will have a new electrical panel with a new grounding system that will house the main breakers that will feed 3 to 4 campsites per breaker. These 10 camping sites will be considered as an Alternative #1.
This part of the narrative shall be considered the base bid for this project. Camping sites 1 thru 12 and 00 will have new electrical service of 50 amps (240V), 30 amps (120V) and 20 amps GFCI (120V) plug service. The panel located by the utility pole will have a new electrical panel with a new grounding system that will house the main breakers that will feed 3 to 4 campsites per breaker. The electrical service will be direct burial aluminum wire that will feed each camp site. The Camping sites 45 and 46 will be modified to meet the ADA requirements and be concrete pads.

Project Location: Campbellsville

More Details

RFB-230-18 Re-Ad of RFB-212-18 Parks – Gen Butler SRP Dam Emergency Spillway Replacement

RFB-230-18 Re-Ad of RFB-212-18 Parks – Gen Butler SRP Dam Emergency Spillway Replacement

Project Manager Name: Frank Phillips
Phone: (502) 782-0331
Email:
frank.phillips@ky.gov


Estimate:
$314,975.00
Estimated Length of Project:
120 (Substantial Completion) + 30 (Final Completion)

The Commonwealth of Kentucky, Division of Engineering and Contract Administration (DECA) and the Department of Parks (Parks) is planning to replace the emergency spillway and raise the inlet of the principal spillway for the General Butler State Park Dam.
The concrete emergency spillway was constructed in 1939 by the Civilian Conservation Corps and is in an advanced state of structural distress. The proposed emergency spillway replacement will consist of demolition of the existing 10 foot by 3 foot reinforced concrete box culvert, concrete drop structure, three (3) 48-inch CMP’s and concrete headwall. The new emergency spillway will be a reinforced concrete structure consisting of a 12 foot by 4 foot box culvert through the embankment, discharging to a chute spillway and stilling basin on the downstream side of the embankment. The overall length of the new emergency spillway structure is 133 feet. The stilling basin will discharge to a riprap channel.
In conjunction with demolition of the emergency spillway, the CCC inscription on the culvert headwall on the upstream side of the dam shall be removed intact by saw cutting and the resultant slab preserved for display. The Contractor shall submit a plan prior to demolition, approved by the Design Team and General Butler personnel, for preservation of the concrete slab. The plan shall also include design of a pedestal to support the slab.
The principal spillway for the dam was replaced in 2014 and the new inlet which was installed lowered the previous normal pool elevation of the lake. The principal spillway structure inlet will be raised approximately 1.4 feet by addition of a precast or cast-in-place concrete collar to the existing structure. The inlet raise will return the pool elevation of the lake to previous levels. Raising the inlet will also require raising the existing catwalk and either replacing or extending the slide gate controls, the Contractor shall submit a plan for approval to accomplish this work. The existing principal outlet headwall will be demolished and replaced with a new impact basin discharging to a riprap channel.
Construction of the new emergency spillway will require a substantial excavation of the existing embankment and existing roadway. The entire length of the embankment will be receive new asphalt pavement consisting full depth replacement over the excavation area and overlays elsewhere.
The project requires removal and replacement of an existing wooden walkway located
on the upstream side of the dam near the east abutment. The Contractor will be responsible for restoring the walkway to its current condition utilizing either salvaged existing or new materials. Any deviation from the current configuration will require prior approval by the Design Team and General Butler State Park personnel.
All slopes shall be regraded and disturbed areas will be seeded and mulched. Open areas of the new structures will receive fencing as shown on the Construction Drawings.

Project Location: Carroll

More Details

18-66 / Parkridge Tank Coatings Renovation

18-66 / Parkridge Tank Coatings Renovation

Louisville Water Company is requesting Bids for services to perform complete coatings renovation of the Parkridge water storage tank, including surface preparation, coating application, and miscellaneous tank accessories and site work.

Project Location: Louisville, Kentucky

More Details

Owsley County Schools – Elementary School & High School Facilities Upgrades

Owsley County Schools – Elementary School & High School Facilities Upgrades

PROJECT DESCRIPTION:
Furnish all labor and materials to complete the:
 Owsley County Schools Upgrades for Owsley Elementary School & Owsley High School

Project Location: Booneville, Kentucky

More Details

London – Laurel County Industrial Development Authority – Greer Industrial Park Phase 1 Sewer Extensions

London – Laurel County Industrial Development Authority – Greer Industrial Park Phase 1 Sewer Extensions

PROJECT DESCRIPTION:
The work consists of approximately 872 l.f. of 8”, PVC sewer line and related construction.

Project Location: London, Kentucky

More Details

Grayson County Schools – Oran P. Lawler Elementary School Reroof

Grayson County Schools – Oran P. Lawler Elementary School Reroof

PROJECT DESCRIPTION:
Removal of the existing shingle and single-ply roof systems, gutters and downspouts; and replacement with new shingle and single-ply membrane roofing
systems, and other Work indicated in the Contract Documents. Alternate Bids
include: 1. Roof truss reinforcement, 2. Metal roof system in lieu of shingles, 3.
Removal of existing Gymnasium pre-engineered metal building roof and trim and
replacement with new metal panel roof system and trim.

Project Location: Leitchfield, Kentucky

More Details

Subscribe