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.
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.
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.
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.
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.
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.
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.
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.
Grayson County Schools – H.W. Wilkey Elementary School Reroof
Grayson County Schools – H.W. Wilkey Elementary School Reroof
PROJECT DESCRIPTION:
Work consists of removal of the existing spray-applied foam roof system, metal
trim, gutters and downspouts; replacement with new single-ply membrane roofing
system, metal trim, gutters and downspouts; removal/infill of existing abandoned
curbs; providing new roof portals for rooftop HVAC equipment connections, and
other Work indicated in the Contract Documents. Alternate Bid to include: removal
of existing Gymnasium pre-engineered metal building roof and trim and
replacement with new metal panel roof system and trim.
Robertson County Board of Education – Bus Garage, Softball Field & Baseball Field
Robertson County Board of Education – Bus Garage, Softball Field & Baseball Field
Please note: Addendum 5 has changed the Bid Date!
PROJECT DESCRIPTION:
Furnishing of the specified labor, materials, supplies, tools, and or services for the:
Robertson County Bus Garage, Softball and Baseball Field
BG#18-247
The work included consists of furnishing all labor, equipment, transportation, supplies, material, appurtenances and services necessary for the satisfactory installation of the complete project as specified in the Contract Documents.
Project consists of renovation of the Powell Student Union. The Powell Student Union is a three-story, 133,000 sf building. Built in 1971 and located in the center of
campus. The Powell building serves as a student union, and recreation facility. There is a
cafeteria located on the upper level and several retail food outlets in the lower level. The middle level contains mostly offices and gathering spaces. The renovation project will include removal of the cafeteria on the upper level and repurposing of the spaces.
In addition to Student activities such as meeting rooms, conference space, offices, and general gathering areas, the Powell Student Union will house the University’s bookstore, operated Barnes and Noble, and two retail food locations, operated by Aramark. The plan is to vacate
the building in December 2017, and begin renovations to the space that will allow Aramark to
open and operate the two retail locations by the beginning of the Fall Semester 2018. Aramark
will provide some fit-up of these spaces, but the University will be responsible for providing a
white box.
Construction Contract: Bids will be received for the following Work:
Bowling Green High School Addition/Renovation – Phase 1 – BP031 Concrete REBID
Bowling Green High School Addition/Renovation – Phase 1 – BP031 Concrete REBID
Please Note: Post Bid Add01 Rebids BP 031 Concrete ONLY
PROJECT DESCRIPTION:
The Bowling Green Independent Schools Board of Education will receive sealed bids for the Bid Package listed for the Bowling Green High School project.
No combination of Bid Packages will be accepted.
The Radcliff Veterans Center Overflow Parking Lot is located along the entry drive of the Veterans Nursing Home in Radcliff, Kentucky at 100 Veterans Drive. The existing gravel lot will be overlaid with asphalt pavement and striped providing additional permanent parking for the facility. The concrete sidewalk provides an accessible route from the parking lot to the Administration Building. Work associated with this project consists of earthwork to establish finish grades, asphalt and concrete pavement, storm drainage, lighting and landscaping.