The work encompasses installation of 4 large, backlit signs comprised of aluminum
formed channel letters on 3 buildings of the JCTC Downtown Campus. The buildings
included in the work are Hartford Hall, which receives 2 signs (south and west sides),
Health Sciences Hall, which receives one sign (south side) and Smith Library, which
also receives one sign (south side). The drawings include provisions for power to these
signs. Illumination is LED and controlled by photo-cells. The signs are very large and
will be installed by cranes, lifts or a combination thereof. Staging areas and timing must
be coordinated with the college.
In addition, there is one existing “obelisk” sign located at the corner of 1st and Gray
Streets that is to receive LED backlit panels and cast aluminum letters on the west and
south sides. Power for this sign will be pulled from the adjacent college-owned parking
lot lighting pole.
Bullock Pen Lake Dam is an earthen dam with a crest elevation that varies from elevation 768.1 feet near the left abutment to elevation 766.4 feet at the principal spillway at the right end of the dam. The dam crest is approximately 670 feet long with an average crest width of about 10 feet. The upstream and downstream slopes of the embankment are 3H:1V and 2.5H:1V, respectively. The maximum section of the dam has a height of approximately 50 feet. The centerline of the dam has an east-west alignment that extends from Rainbow Drive at the left abutment to within about 250 feet of Gun Club Road at the right abutment. The downstream face of the dam faces south toward Lebanon Road.
The existing spillway is an excavated rock channel with a 115-foot wide concrete control section. The dam also has a low-level drain pipe consisting of a 16-inch diameter cast iron bell and spigot pipe with an upstream invert at elevation 720.8 feet (according to historic drawings) and a downstream invert at elevation 719.8 feet. An existing control valve is located at the downstream end of the pipe. The location of the inlet/upstream end of the pipe in the reservoir is unknown.
The dam is classified as a Class C high hazard structure. The design storm for a Class C high hazard structure is the Probable Maximum Precipitation (PMP); however, the existing spillway can only pass approximately 24% of the PMP without overtopping the dam. In addition, within a few years after construction and shortly after initial filling of the reservoir, erosion of the shale in the excavated rock spillway channel in the right abutment was observed, and that erosion continues to progress.
The proposed modifications to the Bullock Pen Lake Dam include the construction of a 12½-cycle, 260-foot wide reinforced concrete labyrinth spillway with a stepped chute over the dam embankment. The proposed spillway is sized to safely pass flows from storm events up to the PMP. Modifications also include raising the crest of the dam to elevation 770.3 feet, providing internal embankment drain and filter systems, re-grading the upstream and downstream slopes of the existing embankment to match the existing slope angles of 3H:1V and 2.5H:1V, respectively, addressing historic seepage issues in the existing spillway, and closure of the existing spillway and spillway outlet channel. In addition to these modifications, the existing low-level drain pipe will be filled with grout and abandoned. A siphon, consisting of a 24-inch diameter high-density polyethylene (HDPE) pipe, will be installed at the left end of the proposed spillway and will serve as the new low-level drain. Miscellaneous site improvements, such as drainage improvements and the construction of permanent site access roads, are also proposed.
A temporary stream diversion and work protection system will also be constructed by the Contractor to allow the lake to be maintained near its normal pool elevation and to provide a minimum 25-year level of protection to the work during construction. A staged steel sheet pile and sand bag cofferdam system will be constructed in the existing embankment upstream of the work area, and flows will be diverted through the existing spillway or new labyrinth spillway depending on the stage of construction. The cofferdam system has been designed by the Engineer; however, the design of additional temporary stream diversion works, and the construction, maintenance, and safe removal of all temporary works will be the responsibility of the Contractor. The Contractor will be required to submit a Control of Water Plan detailing their approach, calculations (where applicable), and proposed sequencing for the temporary stream diversion works.
Description and location of Project: This unit base construction order is for the drainage improvement along the rear of 7809 Wolfcreek Court, which includes 30-inch pipe and 4′ x 4′ catch basin installation in Metro Council District 16.
CALL 301 CONTRACT ID 181232 ROWAN COUNTY FD04 103 0060 005-006 : US 60 (MP 5.250) CONSTRUCT TURN LANES INTO LAKESIDE CHRISTIAN ACADEMY TO IMPROVE SAFETY (MP 5.800), A DISTANCE OF 0.30 MILES. GRADE & DRAIN WITH ASPHALT SURFACE. SYP NO. 09-00227.00.
CALL 107 CONTRACT ID 181235 FLOYD COUNTY HSIP 9010 (285) : HI HAT – HAROLD ROAD (KY 979) (MP 0.000) CURVE REVISION ON KY 79 FROM KY 112 TO CR 1184 (MP 0.250), A DISTANCE OF 0.25 MILES. GRADE & DRAIN WITH ASPHALT SURFACE. SYP NO. 12-00939.01.
CALL 300 CONTRACT ID 181043 FLOYD COUNTY FD04 SPP 036 0122 018-019 : KY-122 CURVE REVISION TO INCLUDE IMPROVED SIGHT DISTANCE AND A LEFT TURN LANE ON KY-122 AT THE KY-680 INTERSECTION IN MCDOWELL, A DISTANCE OF 0.22 MILES. GRADE & DRAIN WITH ASPHALT SURFACE. SYP NO. 12-08100.00.
CALL 104 CONTRACT ID 181040 HOPKINS COUNTY STP BRZ 0203(350) : EASTLAWN ROAD-VETERANS DRIVE(KY-260) ADDRESS DEFICIENCIES OF BRIDGE ON KY-260(MP 2.14) OVER OTTER CREEK .20 MILE EAST OF PENNYRILE PARKWAY, A DISTANCE OF 0.15 MILES. BRIDGE REPLACEMENT. SYP NO. 02-01072.00.
CALL 103 CONTRACT ID 181233 MADISON COUNTY STP BRO 4212 053 : BATTLEFIELD MEMORIAL HIGHWAY (US 421) (MP 2.433) ADDRESS DEFICIENCIES OF BRIDGE ON BATTFIELD MEMORIAL HIGHWAY (US 421) OVER COWBELL CREEK AT JCT WITH HIGHWAY 21 E (KY 21) (MP 2.483), A DISTANCE OF 0.13 MILES. GRADE & DRAIN WITH ASPHALT SURFACE. SYP NO. 07-01130.00.
CALL 100 CONTRACT ID 181041 BULLITT COUNTY NHPP IM 0655 (120) : I-65 CONSTRUCT NEW I-65 INTERCHANGE BETWEEN KY-480 AND KY-245, A DISTANCE OF 3.90 MILES. GRADE, DRAIN & SURFACE WITH BRIDGE. SYP NO. 05-00538.00.
This project is primarily for the replacement of the conical isolation dampers ahead of the supply and return fans in the existing air handling units. All conical isolation dampers will be replaced with new opposed blade dampers. The project will also include replacing the actuators and controls wiring to the existing Facility Management System. Controls work is via allowance. Electrical work is limited to disconnecting power to existing actuators and reconnecting power to the new actuators. Work shall be performed during normal hours.
LFUCG – Wilson Downing Bridge Over West Hickman Creek Repair – 125-2018
LFUCG – Wilson Downing Bridge Over West Hickman Creek Repair – 125-2018
PROJECT DESCRIPTION:
Consisting of the construction and/or furnishing of items as listed in the Bid Schedule, plus incidentals necessary to
complete the work. The work entails demolishing/removing the failed steel beams and bridge deck material as well as the sidewalks on both sides of the structure, constructing a new wing walls on the northern side of the structure, placing new concrete box beams,
constructing new bridge deck over new box beams and constructing a new sidewalk on both sides of the structure, providing traffic control and any/other miscellaneous items.
SITE LOCATION: LATITUDE 38:58:27.3N LONGITUDE 84:29:58.4W
PROJECT DESCRIPTION:
The work to be bid is described as follows:
CONTRACT 141-16-02
Construction of approximately 2,700 L.F. of concrete sidewalk, 1,410 L.F. of
curb and gutter, concrete entrances, earthwork, storm drains, headwalls, and drop box
inlets,
The Department of Highways Engineer Section Office – Rowan County project consists of a single Base Bid. The new structure is a 2,000 GSF, single floor building.
This Work includes the construction of a 2,000 sf office building at 25 West BP Drive, Morehead, KY 40351. The building is slab-on-grade with wood framed walls, vinyl clad double hung wood windows, R-21 batt insulation, shop-fabricated wood trusses, asphalt shingle roofing, and fiber cement siding. Typical floor finish to be vinyl composition tile, typical wall finish to be painted gypsum board, typical ceiling to be suspended acoustical tiles. Typical ceiling height to be 8’-0″, typical bearing wall to be 10’-1″. The HVAC system is an electric heat pump. The building will accommodate an occupancy of 21 and house the following rooms and functions: a large workroom with kitchenette, four private offices, a small conference room, men’s and women’s restrooms, mechanical room, custodial room, communications room, and reception room. The Work also includes a small concrete parking area (1 space, accessible). Consult project documents for information regarding connecting to site utilities.
Relocate existing 400KW generator from 3001 Leitchfield Road Owensboro, KY 42303 to Kentucky State Pentitentiary and perform various work on the generator.
Contractor shall provide and install new service rated NEMA 3R ATS 3000. Contractor shall provide an single phase NEMA 3R panelboard which will be attached to the new ATS enclosure. Contractor to provide and install conduit and conductors from the secondary of the 500kva transclosure to new ATS. Contractor to provide and install conduit and conductors from the new 400KW generator to new ATS. Contractor will be responsible to ensure that the correct electrical service phasing is Contractor shall provide and install a weather proof Estop to the generator enclosure. Contractor shall provide and install 2 platform systems for the generator
Madison Consolidated High School Auditorium Addition & Renovation
Madison Consolidated High School Auditorium Addition & Renovation
PROJECT DESCRIPTION:
The Scope of Work consists of, but is not limited to, the following:
This project includes 2 separate additions to the Madison High School Auditorium, an
HVAC renovation to the school’s Academic Wing “A”, a partial HVAC renovation to the
Auditorium, partial lighting upgrades to both Academic Wing “A” and the Auditorium, and a roof replacement to Academic Wing “A”. The new spaces to be constructed include; Boy’s and Girl’s Dressing Rooms, a Costume Room, Men’s and Women’s Restrooms, a Concession Area, Lobby, Ticket Area and a Prop Construction Room.
Western Hills High School Football Field House REBID
Western Hills High School Football Field House REBID
PROJECT DESCRIPTION:
This scope of work includes the erection of a 40’x70’ premanufactured metal
building, which is already on site. Additional work to be bid for this job includes the excavation,
drainage, and foundation systems for this building along with all the mechanical and electrical
rough-ins as described in the contract documents. In short, the shell is to be constructed and turned
over to the Owner for them to complete.
Taylorsville Water System Improvements: Contract 21-Water Booster Pump Station
Taylorsville Water System Improvements: Contract 21-Water Booster Pump Station
PROJECT DESCRIPTION: The project includes but is not limited to the following:
TAYLORSVILLE WATER SYSTEM IMPROVEMENTS: CONTRACT 21 – WATER
BOOSTER PUMP STATION
a.) 1 L.S. Duplex Water Booster Pump Station with equipment storage
b.) 240 S.Y. Access Road
c.) 370 S.Y. Parking Area
d.) 1 EA. Individual Grinder Pump Station (sewage) with 1 1/4″ Force Main
The Scope of Work includes the following:
1. Room 322A will be the room where the new sound equipment will go. Existing 2 sound racks will be combined to only 1 rack. The 2 new sound racks will also be combined to only 1 rack. The room shall end up with 2 racks of sound equipment.
2. Room 322A will be the room where electrical panelboard will be installed to power new sound equipment and new HVAC units. The 112.5kva transformer and disconnect switch shall be installed on top of the office suites (approximately 800lbs). The transformer and disconnect switch shall be supported by all thread round and from the roof beam structure to match how equipment has been currently installed.
3. Power will come from the main MSWBD switchgear using the ELEVATOR (FUTURE) 200 amp breaker (located in the MSWBD switchboard) on the 1st floor run to the bottom of room 230B contractor shall bore thru the concrete with a 2 ½ inch hole thru this room and into 330B then go down the hallway above the office suites 350 feet. At the end of the office suites contractor shall install and terminate in a 600V Nema 1 disconnect, 200 amp fused at 170 amps with RK5 fuses. Total distance about 410 feet from MSWBD switchboard.
4. Contractor shall furnish and install a new 2 ½” Conduit from MWSWB to T-3C Disconnect and new 2 ½” conduit to T-3C (112.5 kva new transformer). Contractor shall provide and install new NEMA 1 600V disconnect and new 112.5 kva transformer supported by ceiling structure with all thread rods and a metal plate capable of handling up to 850 pounds. Furnish and install a new 4″ conduit with (4) 600MCM cables from secondary of T-3C transformer to new 3P2 panelboard.
5. Contractor shall furnish and install concrete core drills holes as necessary to get 2 ½” conduits from MWSWB to T-3C disconnect. Thru rooms 230B, 330B and main mechanical room.
6. Furnish and install new panelboard 3P2 in Room 322A with breakers as called out in panel schedule.
7. Contractor shall furnish and install new HVAC units with wiring, piping and disconnects for IT rooms 322A and 223B which will require inside units and exterior units.
8. Contractor shall furnish and install individual circuits to new sound system circuits on a twist lock plug and receptacle that will allow 3’ to 5’ of slack, the circuits are called out in the new panel schedule. The sound system rack is on casters thus making it easy to move.
CCK-2358-19 Enoch Grehan Journalism Building BP3 – Windows Replacement – 2446.2
CCK-2358-19 Enoch Grehan Journalism Building BP3 – Windows Replacement – 2446.2
PROJECT DESCRIPTION:
This package involves the installation work for Bid Package # 03 – Grehan Journalism
Building Project. The work will be performed under contract with the Construction
Manger, Turner Construction Company.