The Halls Building at Kentucky State University is a three-story / three wing dormitory building with a fourth single story student services wing. This project consists of restoring pre-conditioned replacement ventilation air to each of the three 3-story dorm wings. Each wing will be provided with a Rooftop Replacement Air (RRA) Unit located on the roof near the end of the respective wing. The supply air will be fed through the roof, and subsequently through the third and second floors to supply replacement air to the corridors of each floor on each wing. The routing of the duct requires a rated chase around the supply air duct, Fire dampers and comb. Smoke & Fire dampers at each corridor wall penetration. The RRA units require distributing power to a new third floor electrical panel and individual circuits distributed on the roof to the RRA units. Additionally. each RRA rooftop unit requires integration to the existing Building Automation System and interlock with the Life Safety system for RRA and Comb. Fire & Smoke Dampers.
Project Description:
Plumbing improvements include installation of four new electric water heaters, new panel boards and circuits for emergency power. A new potable hot water recirculation loop will be installed throughout the building and heat trace will be deactivated. Installation of a new emergency water distribution system with self-priming pump will deliver non-potable water to selected janitor mop sinks throughout the building.
Project Description:
The project is located at the Kentucky State Police Training Academy. It is the barn shaped building with the gambrel roof off by itself just down Coffee Tree Road from the KSP training Academy entrance, previously used by the Kentucky Legislative Research Commission. Project consist of recladding the existing office building with new metal roof & wall panels, providing new windows, and a new front porch. All existing roof areas shall have metal roof panels and asphalt shingles removed down to the existing roof sheathing. Repair to wood decking will be required as necessary (by unit price). New roofing will consist of 24 ga roof panels over advanced waterproofing roof underlayment. Remove all existing exterior vinyl siding and fan board down to original exterior wood cladding. All existing exterior cmu & wood walls (at 2nd floor) to be coated with an air barrier prior to new enclosure system consisting of 24 ga. metal wall panels at all walls on galv. hat channels. Provide new rake, fascia, valley, wall, & soffit prefinished metal trims + gutters & downspouts at full perimeter. All PVDF finishes for new metal panel systems, soffit, ceiling, and trims shall have 35-year paint warranty (Kynar-500 paint). Project Includes exterior painting of existing exterior egress stair, hollow-metal doors/frames and exposed concrete foundation. Existing front porch column and roof structure will be demolished and replaced by a prefinished aluminum porch structure. A reinforced concrete mow strip will be placed along the left-side of the building and portions of the rear façade. The existing plant bed on the right-side of the building will be filled in with reinforced concrete to existing curb.
Project Description:
The project consists of updating the Fire Alarm Systems for Denham, Administration, Library, Calvert, Tech. and Science Buildings. New Fiber will connect each Fire Alarm System.
The Contractor shall provide all of the materials and perform all the work described in the Specifications and/or shown on the Drawings. Remove and replace the Lighting System at the USP&FO Warehouse shall be installed from the existing Panels in Building #120, located at the Boone National Guard Center, which is located at 100 Minuteman Parkway in Frankfort, KY. The contractor shall be responsible for all required demolition and removal of the existing controls. All systems shall be installed per Kentucky Building Code with Current Revisions, Americans with Disabilities Act, International Building Code, and National Electrical Code.
The Owner’s preferred daily work schedule shall be Monday-Friday 8 hour/day. There are no Contractor working days on Saturday or Sunday. A 48 hour notification is required for any outage of the existing Power System. Any damaged utility by the Contractor must be put back into service immediately.
Sealed Bids will be received electronically only by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Twin Lakes Drainage Improvement Project Contract No. 2024-009, Budget ID No. C24061, until 10:00 AM, Local Time, Thursday, August 31, 2023, and will be publicly opened and read at that time. The public may attend the bid opening via teleconference call at 502-654-8113 (Dial-in Number) Conference ID: 418 980 916#.
MSD is using a web-based portal for accepting and evaluating bid proposals digitally at http://louisvillemsd.bonfirehub.com/portal for this Invitation to Bid. Documents may be uploaded at any time during the open period indicated for each proposal.
Description and location of Project: This contract provides for a new 3-foot flat bottom paved ditch, two outlet channel installations within the Twin Lake Subdivision, Section 1. All work shall be done in accordance to MSD’s Standard Specifications.
There will be no pre-bid meeting held for this project.
The Engineer’s Construction Cost Estimate for this project is between $50,000.00 and $100,000.00.
Persons wishing to view the bid documents may do so online at http://louisvillemsd.bonfirehub.com/portal 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 Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal. Questions received less than two 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, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms.
The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If applicable, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: Applicable
This MSD construction project is bid and advertised as: check applicable below
Construction Services: X
Construction-related Services:
LOCAL LABOR COMMITMENT PREFERENCE: No
COMMUNITY BENEFITS PROGRAM: 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
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
The Central Lab Central Utility Plant building houses the chilled water and steam production for the Commonwealth of Kentucky, Centralized Labs.
This project consists of the installation of two Owner Furnished / Contractor Installed, 875-ton centrifugal chillers. Additionally, the project includes replacing three of the Chilled Water System pumps, relocation of condenser water piping and adding a modified chilled water decoupling slip loop, controls and replacement electrical power wiring and conduit.
Due to the placement of the machines and the desire to facilitate better servicing conditions, the project also includes certain architectural modifications, including adding two exterior overhead service doors and associated modifications to panel walls. The addition of exterior service pads for each door is also a requirement.
The main natural gas entrance to the building must also be relocated to accommodate chiller removal.
Since this is a critical operating facility, the work must be implemented in phases to provide continued cooling capabilities to the Labs.
Project Description:
The project is the epoxy flooring overlay of existing terrazzo flooring on two walks of Cellhouse No. 3. The project involves the flooring preparation and overlay installation of seamless epoxy flooring in the Dayroom and cells. Work shall include floor cleaning, grinding and preparing existing surface, epoxy installation and cove bases.
Estimated Length of Project:
(Substantial Completion) + 45 Calendar Days (Final Completion)
Project Description:
The Sam Wright Phase II AML Reclamation Project, with project limits boundaries enclosing approximately 1.0 acres, will create up to approximately 0.5 acre of disturbance. This project will address additional work needed after the completion of the first project. The waste area as designed has some movement. Abatement will be to construct a Class III Rock Toe Buttress to stabilize the old waste area. Also proposed is a concrete ditch that will carry surface water off the slide area and stabilize the hillside. Bituminous Pavement is proposed under this Phase II, as the first project no pavement was placed due to the anticipated Phase II project. This is a replace in kind due to the damage to the pavement under normal reclamation activities. Both Dense Grade Aggregate and Roadway Stone are included as needed for proper access.
Project Description:
The Wendell H. Ford Regional Training Center (WHFRTC) is on reclaimed strip-mine land. Cypress Creek is channelized and flows in a straight pattern through broad floodplains within the WHFRTC, resulting in the loss of diverse aquatic habitat complexes. The project will involve the relocation and restoration of +/- 49,770 linear feet of Cypress Creek and its tributaries using natural channel design principles. The objective of this project is to establish a stable, natural stream pattern and dimension to restore the existing degraded habitat, altered primary physical processes, and destabilized in-stream conditions.
Because of the size and scope of the project, construction will be accomplished in eight (8) phases following a logical sequence of work (see Exhibit 1, Page 2). This bid package is for Phase 1 of the project involving the restoration of 7,100 linear feet of stream and the treatment of 300 acres of invasive plant species. Work will include, but is not limited to, excavation of proposed channels and floodplains; construction of in-stream structures and bank treatments; reshaping of existing channels; preparation of seedbeds; installation of erosion control blanket and mulch; culvert replacement; application of herbicide using an unmanned aerial vehicle; and installation of native seeds, trees, shrubs, and live stakes. Grading and shaping may also occur within the floodplains adjacent to project streams to facilitate the storage and/or transport of floodwaters.
Project Description:
Renovation of an existing pre-engineered metal building. The project will consist of various demolition and updates to better suit the College’s needs such as, but not limited to, metal stud framing, painting, acoustical ceilings, doors and hardware, and various MEP upgrades.
Project Description:
HVAC improvements include installation of a Packaged Gas/Dx Rooftop unit for the ALS Bay in Building 415. New ductwork will be installed for Rooftop unit. Gas and Electrical utilities will be extended to new HVAC UNIT.
The Public Service Commission building serves primarily as offices with limited lab space for the operations of Kentucky Public Service Commission.
This project consists of a mechanical systems renovation and modernization of an occupied building. Systems scheduled for renovation, replacement or modernized include but not limited to temperature controls equipment, hydronic piping and components, (2) air cooled chillers, (2) pumps, and other associated devices. The building will remain occupied by the owner and operational during the construction process where a phased approach will be required. Maintaining acceptable building temperature and humidity conditions during construction will be critical where the contractor shall be required to develop a construction schedule that not only allows for the occupied nature of the renovation but also considers the need for stand-by or temporary equipment to meet building temperature and humidity loads, at all times
Estimated Length of Project:
(Substantial Completion) + 90 Calendar Days (Final Completion)
Written Location Directions:
Take KY-80 E, turn left onto US-119 N, continue for 19 Miles. Turn left onto KY-292 N for .1miles, then turn right onto KY-292 N. The destination is on the left approximately 3 miles in to KY-292.
Basic Project Description:
The proposed John Stafford AML Reclamation Project, approximately 1 acre total, consists of earth excavation up to 1000 cubic yards, installation of a steel panel permanent debris barrier wall, and installation of subdrain at a residential location in Pike County. The site is located at 82° 13’53.64″ W
37°39’16.02″ N. From Prestonsburg Take KY-80 E, turn left onto US-119 N, continue for 19 miles. Turn left onto KY-292 N for .1 miles, then turn right onto KY-292 N. The destination is on the left approximately 3 miles into KY-292.
Reclamation at the site consists of construction of a Steel Panel Permanent Debris Barrier, (AML 50-20-2), to catch waste and debris behind the residence, install subdrain to divert water away from the residence, and waste removal behind the home. Waste material generated during project construction will
hauled to designated waste site on Money Branch. Construction disturbances will be kept to a minimum with a stringently formulated sediment and erosion
control program. Prior to beginning any major earth disturbance, all silt control measures will be installed. These include silt traps and silt barriers (bales & silt fence) at the project site and the waste area. No trees greater than 3″ diameter at breast height will require removal at the waste area or outside of the exempt unstable slope at the project site. All disturbed areas will be promptly revegetated at the
end of construction using lime, fertilizer, residential or wildlife seed, and mulch, as necessary. Standard measures will be used for dust control and work hours will occur during AML’s standard time frame of 7 am to 7 pm Monday-Friday with shorter hours for “critical” work items. Access to the project site and waste area is via county & state roads, a to-be constructed access road, and a residential driveway and yard. Bituminous repair is set up to restore any damage done to the residential
driveway. Residential seeding is setup to revegetate disturbed areas on the property; other revegetation bid items are setup to revegetate waste area and work site. Allowance for a bat mitigation fee to
compensate for up to ½ acre disturbance to wooded areas with trees >3″ dbh is included in this proposal
Please note the bid date and time has been changed to September 12, 2023, 10:00 A.M. Local Time.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of CCWQTC Tertiary Filtration Improvements Contract No. 97099 , Budget ID No.
D22213, Drawing Record No. / Sheet No. 1-34, will be received at the office of MSD until 10:00 am, Local Time, August 31,
2023, and will be publicly opened and read at that place and time. The public may attend the bid opening via In person Only
at the Main Office of Louisville MSD, 700 W Liberty St., Louisville, KY 40203.
Description and location of Project:
Replacement of the sand filters and all appurtenances at the Cedar Creek WQTC located at
8605 Cedar Creek Road, Louisville, KY 40291 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. Thursday August 17, 2023 10:00 am local time at the CCWQTC
Operations Administration Building located at 8405 Cedar Creek Road, Louisville, KY 40291.
The Engineer’s Construction Cost Estimate for this project is between $ 10,000,000.00 and $ 15,000,000.00.
The bid documents will be available on Friday August 4, 2023, 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 Steven Leong. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Steven Leong. at steven.leong@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, David Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at https://louisvillemsd.org/SupplierDiversity/forms
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager,
Steven Leong.
MSD SUPPLIER DIVERSITY PROGRAM: Applicable
The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If selected as applicable above, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and 15.0% WBE – Caucasian Female participation respectively required for this project.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: Not Applicable
This MSD construction project is bid and advertised as:
Construction Services: YES Construction-related Services: NO
LOCAL LABOR COMMITMENT PREFERENCE: YES
COMMUNITY BENEFITS PROGRAM : YES
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
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
The project is the removal and replacement of the existing roofing membrane at the KCTCS-West Kentucky Community and Technical College Clemens Fine Arts Center. The work consists of the removal of approximately 37,600 square feet of gravel-surfaced built-up roofing membrane to the existing lightweight concrete roof substrate, existing skylights, copings, flashings, and other roofing accessories. Replacement work shall include installation of a two-ply modified bitumen for the multi-level building structure, metal copings, flashing, expansion joints, ladders, skylight clerestories, secondary water outlets and other roofing accessories. Additional work will be required for removal and replacement of brick masonry, through-wall flashing, and joint sealants.
The project includes alternate pricing for the removal and replacement of the existing roofing membrane at the KCTCS-West Kentucky Community and Technical College Haws Gymnasium. Alternate work consists of the removal of approximately 26,300 square feet of modified bitumen membrane to the existing poured gypsum roof deck substrate, copings, flashings, electrical conduit and lighting, and other roofing accessories. Replacement work shall include installation of a two-ply modified bitumen for the multi-level building structure, decking repairs, metal copings, flashing, ladders, exhaust fans and other roofing accessories.
Work for each building will be performed over occupied and finished building interior.
Project Description:
The Work includes extensive interior and exterior renovations to the West Bound Rest Area facility on I-64 Mile Marker 173.5 in Carter County, Kentucky. All plumbing fixtures and piping (including below slab waste) will be replaced. HVAC system including duct work will be replaced. Electrical and Data Voice wiring and devices will be replaced. Existing soffits at restroom building and vending building will be replaced with prefinished metal. Various exterior site improvements will be included. Floor and wall base will receive new M.M.A. coating system at Restroom Building. Restroom walls will receive new epoxy coating. Restroom building will receive new hollow metal doors and frames. Additive Alternate #1 includes replacing the lift station in its entirety. See drawings and specifications for additional information.
Project Description:
The KCTCS Pavement and Sidewalk Repairs Project at WKCTCS campus includes the following major work items:
1.) Demolition
a. Typical demolition for this project includes removal of curb stops, relocation of signs, removal of existing concrete sidewalk and subbase, curb and gutter, and asphalt milling.
2.) Pavement Repairs
a. Milling & Paving – Based on pavement assessment and preference of the college, areas have been identified for milling to an average depth of 1.5 inches. Surface course is to be installed above milled surfaces.
b. Cement Stabilization – Cement stabilization will be used in weak subgrade areas, in order to strengthen the base for pavement.
c. Crack Sealing & Seal Coating – Based on pavement assessment and preference of college, areas have been identified for epoxy crack filling and seal coating, where seal coat will be done with two passes.
3.) Stormwater Improvements
a. Main Parking Area – The main parking area will be modified to accommodate less vehicles with a new striping and traffic plan, and the installation of islands that will aid in the capture of sheet flow runoff from the impervious surface.
4.) Installation of East-West Connector
a. Installation of the East-West connector will include a 6’ walking path at 4500 psi concrete originating at the Emerging Technology Center and terminating at the intersection of Garrett Drive and O’Hara Drive. The pathway follows along Garrett Drive, where roadway width will be reduced between the Allied Health Building (West Campus) and the Tennis Courts (East Campus). The KCTCS Pavement and Sidewalk Repairs Project at WKCTCS campus includes the following major work items:
1.) Demolition
a. Typical demolition for this project includes removal of curb stops, relocation of signs, removal of existing concrete sidewalk and subbase, curb and gutter, and asphalt milling.
2.) Pavement Repairs
a. Milling & Paving – Based on pavement assessment and preference of the college, areas have been identified for milling to an average depth of 1.5 inches. Surface course is to be installed above milled surfaces.
b. Cement Stabilization – Cement stabilization will be used in weak subgrade areas, in order to strengthen the base for pavement.
c. Crack Sealing & Seal Coating – Based on pavement assessment and preference of college, areas have been identified for epoxy crack filling and seal coating, where seal coat will be done with two passes.
3.) Stormwater Improvements
a. Main Parking Area – The main parking area will be modified to accommodate less vehicles with a new striping and traffic plan, and the installation of islands that will aid in the capture of sheet flow runoff from the impervious surface.
4.) Installation of East-West Connector
a. Installation of the East-West connector will include a 6’ walking path at 4500 psi concrete originating at the Emerging Technology Center and terminating at the intersection of Garrett Drive and O’Hara Drive. The pathway follows along Garrett Drive, where roadway width will be reduced between the Allied Health Building (West Campus) and the Tennis Courts (East Campus).
Project Description:
The Work includes renovations to the Olympic, Diving and Wading Pools, including new regenerative media filters for the Olympic and Diving Pools and new pumps for all three pools. All three pools will receive shell repairs and new PVC Membrane Liners. New ADA battery lift chair and new diving boards are included as separate additive alternates. All piping & valves in the Equipment Room will be replaced, minor electrical work in included, and a new second surge tank will be created while reusing an existing D.E. filter tank as a second surge tank. See drawings and specifications for additional information.
Estimated Length of Project:
(Substantial Completion) + 90 (Final Completion)
The Project is located in Mt. Sterling, KY. The Project entails remediation of arsenic impacted media (soils, water, sediments) associated with the 1.5-acre Tipton Pond, surrounding soils, and its downstream drainages. The media has been contaminated via historic arsenic migration in surface water drainage from the adjacent former Southern Wood Treatment Company site.
Previous investigations at the site have determined that environmental media is contaminated with arsenic. Arsenic has been detected in soil surrounding the Tipton Pond and along the drainage way running south of the Pond’s Dam. Arsenic has also been detected in the water of the pond as well as being detected within the sediments of the pond.
Soils and pond sediments will be excavated and removed for off-site disposal. All soil excavations will be one foot in depth. Water from the pond will also be removed, treated, and discharged at the site boundary. The Pond’s Dam will not be disturbed. Following excavation activities, a compacted clay layer will be installed in the pond, the soil ground surfaces will be restored to the original grade, the areas will be vegetated, and the pond will naturally re-fill with water.
The goal of this project is to provide a re-roof solution for two different existing roof assemblies. The first system is a 2-ply modified bitumen asphalt roof over metal deck on the upper roof over the gym area. This will be re-roofed with a recover system. The existing roof will have wrinkles removed prior to additional rigid board insulation being added under a gypsum roof cover board. New two ply SBS modified bitumen roofing system will be installed. The existing low roofs are two different built-up roofs over a tectum deck. The new system on the low roofs will be a new nailed base sheet under rigid board insulation with a gypsum cover board under a new two ply SBS modified bitumen roof system. Existing stainless steel metal copings, gutters, downspouts, and other trim is to remain or be removed and re-installed as required. New stainless steel gravel stop and copings in select areas is included. The metal roof is excluded from this project.
Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
The 23052AMLBAML Dulsenia Slone Slide Phase II AML Reclamation Project is located in central Knott, GPS coordinates N 37.34297°, W 82.79317°. Directions are From the Hazard Central Branch Office, travel South on Hwy 15 for about 16.4 miles to KY 160. Turn left onto KY 160 and travel 3.3 miles to KY 582. Turn right onto KY 582 and travel 12.7 miles to the KY 7 North. Turn left onto KY 7 and travel 3.8 miles to Potato Branch Road. Turn right onto Potato Branch Road and travel 1.2 miles to site on left of road. This project will consist of the removal of a slide that has blocked a rock ditch and the construction of an 84 liner foot Gabion wall 6 foot high to tie to existing wall. Clean rock ditches of debris and re-construct 175 liner foot rock ditch in front of gabion wall and immediate area to promote positive draining. Straw Bales and/or Silt fence are proposed for proper silt control. A revegetation bid item is included to revegetate the site area at the end of construction. Roadway stone bid item is included to stabilize existing roadways. Excess excavated material from reconstruction of ditches, sediment removal and slide will be wasted on existing mine bench adjacent to the site. Any permits will be obtained prior to construction. No trees 3″ diameter or more at breast height will be disturbed, with the exception of those in the slide and transition areas. No cave-like structures will be closed, and no cliff-lines will be disturbed.
Estimated Length of Project:
(Substantial Completion) + 365 Calendar Days (Final Completion)
This project is located in Letcher County near the community of Kona KY, to reach the sites from the Intersection of US Hwy 119 and KY Hwy 805, turn left onto Hwy 805 travel 0.52 miles to the intersection of Hwy 113 and Hwy 805, turn right and continue on Hwy 805 for 2.80 miles to W.B. Hollow Road, turn right onto W.B Hollow road and travel 0.05 miles to first site on right of road. Continue 0.12 miles to second site on right of road. Holbrook Site-37.1790°N -82.7086°W
Davis Site-37.1778°N -82.7062°W The Davis Site will consist of a 232 Long 12’ to 8’ Reinforced Concrete Wall which will stabilize the slope above the Davis Residence, and stabilize the residential area above this wall. Upon completion of the Reinforced Concrete Retaining wall and installation of subdrain Class II aggregate and filter fabric will be installed behind the wall. The construction of a 64 LF debris
barrier wall to protect the residence during the construction of concrete wall. The replacement of a 24″ pipe with sloped and flared headwalls will also be done. Excavation of slide area northeast of residence and backfill with Class II/II rock will also be implemented. The Holbrook Site with consist of the construction of an 80’ long 6’ high Non-Reinforced Block Wall. The replacement of 140 LF 36″ HDPE pipe. The excavation of 3 slide area and backfilling with Class II/III rock. Silt Checks-Rock will be installed as needed by Scientist on site at appropriate locations. Mobilization is setup to provide for construction equipment to be delivered to the site. Earthwork work bid item is included to excavate material to seat wall and at other areas as directed by the ENGIEER. Material will be transported to an off-site waste area.
A hoe ram bid item is setup to address/reduce the size of boulders too large to move with an excavator. Subdrains are included to remove subsurface drainage from behind retaining walls, and other areas to enhance long term stability.
Utility Relocation, Structure Removal/Replacement and Landscape Allowance are setup to address these features that may require location / replacement to facilitate normal reclamation activities. Site Prep is included, at both the sites and waste area to prep the areas for reclamation and material storage. Seeding, Seedbed Prep, Fertilizer, Mulch-Straw & Hay and Residential Seeding are included for all reveg efforts within the site and waste area. Dense Grade and Roadway Stone are included to provide for access during normal reclamation. Bituminous Repair is included to repair “in kind” all asphalt surfaces damage due to normal reclamation
activities.
Waste Area: This offsite waste area is located on a previously disturbed enhancement project
mined area. To access is from the site, from Intersection of KY Hwy 805 and W.B. Hollow
Road continue east on Hwy 805 approximately 1.93 miles to Ramey Fork Road, turn right on
Ramey Fork Road travel 0.37 miles to access road on left, travel access road 0.1 miles to waste
area. The coordinates are 37.1726° N -82.6786° W.
Any permits will be obtained prior to construction. No trees 3″ diameter or more at breast height
will be disturbed, no cave-like structures will be closed, and no cliff-lines will be disturbed.
There is only invasive species like Autumn Olive on this site.
Bid Date and Time:
August 23, 2023
10:30 A.M., Eastern Time
The proposed project (approximately 2.1 acres, the waste area is approximately 18.0
acres, though only a small fraction will be used) consists primarily of installing a pile and lagging retaining wall to stabilize the hillside below the Cornett residence. The project area is located at N 37° 02’ 46.38″, W 83° 08’ 45.79″. The site address is 212 Clover Fork Road and is located off KY-699 in Leatherwood, KY 41731. The primary waste area is located approximately 2.2 miles from the project site at N 37° 02’ 22.3″, W 83° 10’ 29.3″. Reclamation work consists of constructing a pile and lagging retaining wall in the northwest hillside below the Cornett residence. The steel piles will be W14x68 and conform to the “Steel” AML Technical Specification. Concrete Formed and finished is included to construct a foundation of the concrete lagging panels. Concrete Non-Formed and Finished is included to seat steel piles. Soil and Rock drilling (36″) is included to set steel piles. Filter Fabric is included to secure the retaining wall once installed, and No. 2 Stone and Class II backfill are
included to stabilize the hillside and allow for drainage behind the wall. Retaining Wall
Subdrain also is included to deal with drainage behind the wall. A row of rail steel with
guardrail lagging will be installed on the northwest side of the residence to maintain hillside integrity during construction of the pile and lagging wall, and another row of rail steel and lagging will be installed downhill from the wall. This is done to create a stable bench from which the drill rig can operate for the construction of the wall. More Concrete Non-Formed and Finished is included to seat the rail steel, and Soil and Rock Drilling (15″) is included to set rail steel. Any material relocated due to these construction efforts will be paid for under the “Earthwork” bid item.
Some trees near the state road KY-699 may need to be removed to allow equipment to access the project site, and if deemed necessary by the ENGINEER, this will be paid for by the “Site Preparation” bid item. Hay bales/silt fence will be used for sediment and erosion control. Bridge cribbing is included for the existing bridge into Clover Fork Road. Site Preparation is included to allow for any preparation of land which will be disturbed by the project. Hoe Ram is included in case it is needed to create the bench where the retaining wall will be constructed. Bituminous Repair is included to repair “in kind” any existing Bituminous damaged by normal construction activities to Clover Fork Road. Dense Grade Aggregate and Roadway Stone are also included to repair damage done to Clover Fork Road.
Driving directions: From the Hazard field office, turn right and stay on KY-15 S for 4.9 miles, then turn right onto KY-7 N. After 11.0 miles, turn right onto State Highway 699. After 9.1 miles, turn left onto Clover Fork Road. Travel approximately 0.2 miles, staying to the right, and the Cornett residence will be at the end of the road.
To reach the waste area, return to State Highway 699 and turn left. In approximately 2.0 miles the waste area will be on your right. All disturbed area will be revegetated using the bid items as setup in the contract. No trees 3-inch in breast height will be disturbed the period of March through October, except for the slide and transition area.
Project Description:
Project includes upgrades and equipment replacement of the fire alarm systems at multiple buildings at the KCTCS Henderson and Madisonville campuses. Upgrades include fire alarm control panels and associated communication for system monitoring and reporting. Additional fire alarm devices are identified to expand the fire alarm systems. Associated power and network infrastructure is also identified to allow operation.