This project provides for renovation for a portion of the campground at Lake Cumberland State
Resort Park at Jamestown, Kentucky.
Loop I of the campground will be renovated to replace 12 existing campsites with 7 standard
campsites and 1 handicap accessible campsite, all sized to accommodate large to midsized
recreational vehicles ( RVs). The existing 10’ wide road will be replaced, increasing the pavement
width to 15’on the primary route and 20’ on the loop. Each new campsite shall have an asphalt paved parking spur approximately 12’x 35’ and a living area 20’x30’ surfaced with #9 stone. The living area for the accessible site shall have concrete pavement. Each campsite shall have individual water, sewer and electrical (20, 30 & 50 amp service), connections and new picnic tables, fire rings, lantern poles and identification markers. A variety of new trees will be installed to replace vegetation removed for the new construction.
Additive Alternate No1 shall replace 5 existing campsite east of Bathhouse No 1 with 3 accessible
campsites. These campsites will have parking spurs approximately 16’ x 35’ with 20’ x 30’ concrete
paved living area and the same site furnishings and utility services as previously described. These
campsites will accommodate small RVs and/or standard vehicles. A variety of new trees will also be
installed in this area.
CALL 300 CONTRACT ID 181218 LAWRENCE COUNTY FD04 064 2565 001-003 : CR 1529 – KY 2565 – KY 2653 INTERSECTION (MP 1.916) RECONSTRUCT KY 2565 FROM APPROX. 550 FT NW OF CR 1529 / KY 2565 / KY 2653 INTERSECTION TO APPROX. 1,150 FT SE OF THE INTERSECTION (SECTION 2) (MP 2.234), A DISTANCE OF 0.32 MILES. ASPHALT SURFACE WITH GRADE & DRAIN. SYP NO. 12-00196.10.
CALL 108 CONTRACT ID 181221 BOONE COUNTY STP 8120 (049) : DIXIE HIGHWAY (US 25) (MP 8.468) MAJOR WIDENING AND CONSTRUCTION OF A SOUTHBOUND LEFT TURN LANE ON DRY RIDGE – FLORENCE ROAD AT MUBEA (MP 8.842), A DISTANCE OF 0.37 MILES. ASPHALT SURFACE WITH GRADE & DRAIN. SYP NO. 06-00351.45.
CALL 106 CONTRACT ID 181222 LAUREL COUNTY STP BRZ 5291 (005) : LAUREL LAKE ROAD (KY 312) (MP 1.737) REPLACE BRIDGE OVER CRAIG CREEK ON KY 312, 1.8 MILES SE OF KY 192 (MP 1.757), A DISTANCE OF 0.29 MILES. BRIDGE WITH GRADE, DRAIN & SURFACE. SYP NO. 11-01096.00.
CALL 103 CONTRACT ID 181025 BOONE COUNTY STP 8200(017) : KY-237 RECONSTRUCT AND WIDEN KY-237 FROM VALLEY VIEW DRIVE TO ROGERS LANE, A DISTANCE OF 3.10 MILES. GRADE, DRAIN & SURFACE WITH BRIDGE. SYP NO. 06-08001.21.
CALL 102 CONTRACT ID 181027 MONTGOMERY COUNTY STP 4601 (047) : MT. STERLING-FRENCHBURG ROAD(US-460) RECONSTRUCT US-460 AT LUCKY STOP HILL, A DISTANCE OF 1.33 MILES. GRADE, DRAIN & SURFACE WITH BRIDGE. SYP NO. 07-00250.10.
Project Location: Montgomery County, Kentucky More Details
RFB-7-19 Jerry Swain AML
RFB-7-19 Jerry Swain AML
Estimate:
$ 52,000.00
Estimated Length of Project:
(Substantial Completion) + 30 Calendar Days (Final Completion)
The proposed Jerry Swain AMLRP is in Floyd County. The project area is located at 37° 24’ 37.7″ latitude and 82° 38’ 32″ longitude on the United States Geological Survey (USGS) 7.5’ McDowell quadrangle. (See the attached map).
A previously constructed gabion retaining wall is failing in Tinker Fork. AML constructed the gabions back in the 80’; if left unabated flooding and further erosion could occur. AML proposes to remove the fallen gabions and install a concrete erosion bags along the stream bank of Tinker Fork. The rock from the gabions will be used as backfill for the new concrete gravity wall and the gabion wires will be taken to the local landfill. No trees greater than 5” in diameter will be disturbed during October 15th-March 31st. A floodplain permit has been obtained from the Division of Water.
Project reclamation work will take place in areas significantly disturbed by coal mining, residential construction, utility installation, and road construction. Construction disturbances will be kept to a minimum through the use of a stringently formulated sediment and erosion control program, consisting of hay-bale silt checks maintained throughout the life of the project, prompt re-vegetation using agricultural limestone, fertilizer, seed, filter fabric and mulch for the areas disturbed by the project.
This project involves site preparation, the construction of approximately 3,000 square yards of full depth asphalt pavement, 186 square yards of concrete paved ditch, 1.8 acres of crushed stone paved parking lot & roadway, storm water drainage structures, and 5,500 cubic yards of unclassified excavation.
These items of construction are in the Northern portion of the Bluegrass Station property and more particularly in & around the Burma Road area and near the front of the Building 352, which is currently under construction.
Tree removal, erosion control items, and sidewalk construction are also part of this project.
Shelby County Public Schools – Discovery Boulevard Extension
Shelby County Public Schools – Discovery Boulevard Extension
PROJECT DESCRIPTION:
Construction of approximately 4,100 linear feet of paved road with curb and gutter, sidewalk and
other features, including connection to side roads.
PROJECT DESCRIPTION:
This project consists of approximately 1,700′ of new roadway, storm sewers, sanitary sewers, curb and gutter, sidewalks, pavement markings, traffic signal modifications, utility conduit, right turn lane
along SR-62, and all other items shown on the plans and mentioned in the specifications for a complete project.
CCK-2342-19 Enoch Grehan Journalism Building Project BP2 – 2446.2
CCK-2342-19 Enoch Grehan Journalism Building Project BP2 – 2446.2
PROJECT DESCRIPTION:
This package involves the installation work for Bid Package # 02 – Grehan Journalism
Building Project. The work will be performed under contract with the Construction
Manger, Turner Construction Company.
This project is for the construction of a fifty (50) foot wide, modified-jointed-plain-concrete paved helicopter taxiway with asphalt shoulders which will connect two existing heliports; a twenty (20) foot, asphalt, fire access road which will connect Burma Road to Building 352 apron; an asphalt parking area on the East side of Building 352; approximately thirteen hundred (1300) linear foot of concrete paved ditch along the perimeter of the new heliport and Building 352 Aircraft apron; and a storm water drainage system between Building 352 and Burma Road. These items of construction are in the Northern portion of the Bluegrass Station property and more particularly on the North side of the Burma Road at Building 352.
Unclassified excavation, erosion control items, drainage structures, and sidewalk construction are also part of this project.
This project features complete installation and integration of ten new low-voltage electrical meters in several buildings located at the JCTC downtown and southwest campuses.
The project consists of new PVC roofing membrane installed over existing metal panel roof system. Clean roof surface, loose lay rigid Isocyanurate insulation between standing seams, loose lay Isocyanurate coverboard over entire roof and mechanically fasten both layers of insulation to existing metal roof. Mechanically fasten .060 PVC membrane roof over insulation. Install all PVC flashings and metal components to complete the installation. Provide crickets where indicated
City of Clay – KY132 and KY109 Water Line Replacement
City of Clay – KY132 and KY109 Water Line Replacement
PROJECT DESCRIPTION:
The work to be bid is described as follows:
All necessary earthwork, labor, materials, and equipment for the construction and installation of approximately 6,325 L.F. of 6-inch water line.
Murray-Calloway County Airport – Taxiway Overlay and LED Lighting Project
Murray-Calloway County Airport – Taxiway Overlay and LED Lighting Project
PROJECT DESCRIPTION:
Furnishing all labor, materials and equipment and performing all work necessary for the Taxiway Overlay and LED Lighting Project at the Murray-Calloway County
Airport
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of CMF Roof Areas ‘E’ & ‘F’ Replacement Project Contract No. 16,031, Budget ID No. C17027, Drawing Record No. 16031, Sheet No. 1-20, will be received at the office of MSD until 10:00 AM, Local Time, August 2, 2018, and will be publicly opened and read at that place and time.
Description and location of Project: This lump sum construction order is for the removal and replacement of roof ‘E’ & ‘F’ and its appurtenances of the Center Maintenance Facility (CMF) located at 3050 Commerce Center Place. All contractors interested in access to the roof shall be responsible for providing their own ladders, MSD shall not provide ladders for access to the roof areas.
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 CMF, 3050 Commerce Center Place, Louisville, KY at 10:00 am Local Time on, July 19th, 2018.
The Engineer’s Construction Cost Estimate for this project is between $2,000,000.00 to $3,000,000.00.
The bid documents will be available on, July 2nd, 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 Joseph S Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Joseph Exely E-mail: joseph.exely@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, Joseph S Exely.
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.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
Angela Akridge, P.E.
Chief Engineer
Rene’ Thomas
Director of Procurement & Supplier Diversity
MSD Procurement Department
Goodnight Memorial Public Library – Additions & Renovations-2018
Goodnight Memorial Public Library – Additions & Renovations-2018
Please note: Addendum 02 has changed the Bid Date!
Geotechnical Report can be downloaded free by clicking on the spec tab above
PROJECT DESCRIPTION
The Project consists of the Base Bid Scope of Work CONSTRUCTION of an approximately 1,352 SF, Ground + Lower level addition to the existing Auditorium (Area #1), including new accessible male + female toilets and a connecting stairway, with lower level mechanical area. The existing 7,300 SF Ground + 3,610 SF Upper level Auditorium with
stage will be completely renovated with new seating, flooring, mechanical, electrical, lighting, power, fire suppression, and plumbing systems. The existing stairways will also have renovation for finishes.
The Base Bid Scope of Work will also include the Exterior masonry rework and window replacement for Area #1 as well as a portion of the South & North Walls of the Existing Library portion of the building for Area #2. Site related work including the rework of the parking lot and expansion of the existing asphalt parking area will also be part of the Base Bid Scope of Work. Alternate #1 – will incorporate the removal of the roof from the one story portion of the Library Building – Area #2, addition of an upper
level floor 2,391 SF in area and new roof structure to expand the library, as well as renovation of the lower level, with stairway, ground level, and upper levels of the remainder of the Library in Area #2. The project shall include but not limited to concrete slab on grade, concrete footings and foundation
walls, CMU reinforced exterior walls, steel framed beams, metal stud wall framing, and metal bar joist and steel frame upper level floor structure with concrete slab, and metal bar joist with steel frame and metal deck roof structure with membrane roof system. The work shall also include all of the related site
work for excavation, building layout, temporary construction fencing & construction trailer; NOI, soil erosion control, excavation & fill; trench excavation, underground storm water drainage system, parking
lot revision and replacement including asphalt and concrete paving & striping of lot, concrete curb and gutter, concrete walks, site lighting and sod landscaping. This work and other related work necessary to complete all work as shown on the Contract Documents prepared by Pearson & Peters Architects PLC;
Poage Engineers & Associates, and N3D Consulting Engineers
PROJECT DESCRIPTION:
This package involves the installation work for Bid Package # 01 – Grehan Journalism
Building Project. The work will be performed under contract with the Construction
Manger, Turner Construction Company.
TC-001 – ABATEMENT WORK
TC-002 – DEMOLITION WORK
TC-003 – SITE EXCAVATION WORK
CCK-2340-19 Ag North Curtain Walls Repair & Caulk 2018, Floors 1,2, & 3
CCK-2340-19 Ag North Curtain Walls Repair & Caulk 2018, Floors 1,2, & 3
PROJECT DESCRIPTION:
The objective of this project is to prepare for and re-caulk specified glazing and spandrel panels
of the curtain wall system on first, second, and third floors of Ag North (Ground floor windows
and curtain walls are excluded). Specified glass panes and spandrel panel perimeter gasketing
and perimeter caulking are included in the project. The work includes, but is not necessarily
limited to
1. Removing all existing superficial/overlaid caulking on the specified curtain walls and
panels
2. Preparing gasketing of all specified glass and spandrel units for caulking/glazing
material,
3. Caulking prepared glass panes and spandrels panels,
4. Replacing all existing cracked and/or damaged glass (replacement glass shall have
reflective film installed matching the existing film),
5. Final exterior window cleaning and application of Wonder-Glass (Ground Floor is
included),
6. Site cleanup and restoration.