RFB-210-23 KCTCS – Main Campus Entry Site Modifications – Southcentral KY CTC
RFB-210-23 KCTCS – Main Campus Entry Site Modifications – Southcentral KY CTC
Estimate:
$104,470.00
Estimated Length of Project:
Phase 1: May 15, 2023; Phase 2: (35) thirty five calendar days beyond Substantial Completion for Phase 1 (Substantial Completion) + 20 (Final Completion)
Project Description:
The Project Scope consists of exterior improvements and construction at the corner of Morgantown Road and Loop Avenue – the traditional entrance to the campus. The project scope includes the construction of a cap structure over a natural cave feature. The cave feature exists in the right-of-way, outside of the SKYCTC campus property line, and is under the jurisdiction of the Kentucky Department of Transportation.
The project intends to cover the existing fenced in pipe outlet/cave opening approximately 40 feet northeast from the planned new sign at the intersection of Morgantown Road (US 231) and Loop drive for the KCTCS Campus. The design and construction scope will include removal of the existing fence, installation of an accessible concrete cap around the perimeter of the cave surface opening. The final cap/box structure will require provisions to maintain existing drainage to this feature. All disturbed areas around the cave cap impacted by construction will require standard erosion control measures and final seeding/sodding.
Project Description:
This Work includes the construction of a 2,000 sf office building at 340 N Mayo Trail, Pikeville, KY 41501. The building is slab-on-grade with wood framed walls on C.M.U. stem walls on poured concrete spread footings, with vinyl clad double hung wood windows, R-19 batt insulation, shop-fabricated wood trusses, asphalt shingle roofing, and fiber cement siding. Typical floor finish to be Luxury Vinyl Tile (Solid Vinyl Tile) with ceramic tile in the restrooms, 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 and interior partitions to be 10′-1″.
Please note the bid date has been changed to March 14, 2023, 10:00 A.M. Local Time.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of 4th St Hoist Replacement, Contract No. 16979, Budget ID No. F19126, will be received at the office of MSD until 10:00 AM, Local Time, March 14, 2023, and will be publicly opened and read at that place and time. The public may attend the bid opening via in person at MSD’s Main Office (700 West Liberty St, Louisville, Ky).
Description and location of Project: Replacing existing crane hoist in the 4th street flood pump station All work shall be done in accordance to MSD’s Standard Specifications.
All work shall be done in accordance to MSD’s Standard Specifications.
There will be non-mandatory pre-bid meeting held for this project. On Tuesday February 28th, 2023 at 10:00 am.
The Engineer’s Construction Cost Estimate for this project is between $30,000.00 to $60,000.00.
The bid documents will be available on, February 22, 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 Josh Dickerson. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Josh Dickerson at Josh.Dickerson@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 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).
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Josh Dickerson.
MSD SUPPLIER DIVERSITY PROGRAM: Not 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 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.
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.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of DRGWQTC WWPS & WWSB Rehabilitation Contract No. 18677, Budget ID No. D18132, Drawing Record No. 18677, Sheet No. 1-72, will be received at the office of MSD until 10:00 AM, Local Time, March 24, 2023, and will be publicly opened and read at that place and time. The public may attend the bid
opening via Microsoft Teams Meeting. The phone number is (502) 654-8113 and the Conference ID is 771 980 695. This
info will also be posted at the bid box on the day of the bid opening.
Description and location of Project: The principal features of the work to be performed under this contract include, but are not
limited to the following:
1. Demolition of existing Boiler system
2. Selective Demolition of existing AHUs, fans, and ducts
3. Installation of new ducts, fans, and grilles
4. Installation of split air units
5. Installation of indirect fire gas heater
6. Elimination of U3/U4 Transformers
7. Installation of new MCC
8. New Power Feed to WWPS and WWSB
9. Electrical modifications for HVAC
10. Installation of Gas Detection system
11. Repair of existing pipe penetrations
12. Roof replacements
13. Gas line installation
14. Mold abatement and painting
15. Replace exterior wall panel caulk and window repair.
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. Pre Bid meeting to be held at the Derek R.
Guthrie Water Quality Treatment Center (DRGWQTC), 11601 Lower River Road, Louisville, KY 40272. The meeting
will be held on Wednesday, March 1, 2023 at 10:00 a.m. Meeting will start in the Administration Building then
continue to the site. All visitors will be required to furnish their own PPE to visit the site.
The Engineer’s Construction Cost Estimate for this project is between $4,800,000.00 and $6,500,000.00.
The bid documents will be available on February 21, 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 Darryl Evans.. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Darryl Evans. at darryl.evans@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, Darryl Evans.
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:
15.0% WBE – Caucasian Female participation respectively required for this project.
The MBE subcontracting goal for this bid is waived, however, the WBE subcontracting goal is applicable as set forth above.
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: NO Construction-related Services: YES
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
Project Description:
This project consists of removing brick masonry veneer and brick mass screenwall in front of Kerr Hall and replacing in kind. The new brick veneer will require proper expansion joint installation, flashing, weep hole locations, and ties to existing concrete wall backup. All existing materials removed are to be removed and properly disposed of. New brick veneer is to be cleaned, then sealed.
Project Description:
The project scope includes the addition of a standby diesel generator, docking station, load bank, and associated controls work at Kentucky Correctional Institute for Women in Peewee Valley, KY. The project includes concrete work associated with equipment pads. Underground trenching will require patching of landscaped areas.
Estimated Length of Project:
(Substantial Completion) + 550 Calendar Days (Final Completion)
The primary slide abatement planned, includes construction of three (3) retaining walls (Walls A, B, & C); a fourth (4th) retaining wall, Wall D, is called for to ensure access during normal reclamation activities and to provide long-term access to the community once reclamation is complete.
The project involves the complete removal of the existing HVAC system on the West side of the bldg. This will include removal of the existing indoor and outdoor units and their controls, also a new rooftop HVAC unit to air condition the Drill Hall is to be included under the Add Alternate #1. This contractor will need to make all of the control wiring interlocks between indoor and outdoor equipment for control plus all T-stats.
This project also has an allowance of $75,350.00 to interface all of the existing and new HVAC equipment and schedules, also a $7,500.00 allowance for Add Alternate #1 for adding the RTU-1 unit to the Drill Hall.
Estimated Length of Project:
June 30, 2023 (Substantial Completion) + July 31, 2023 (Final Completion)
1. Provide all labor, equipment, materials, permits, inspections, insurance, etc. to remove existing, 3 – outdoor heat pumps and 11 – indoor wall mount units, thermostats, drain and refrigerant piping (VRF HVAC systems)
2. Install 3 – new LG (or equal) new heat pumps and 11 – indoor, one-way cassette units with new thermostats, drain and refrigerant piping (VRF systems). All work to include but not limited to all wiring, piping, etc. for fully operational systems.
3. Indoor cassettes shall be hung using angle brackets mounted to the wall. (No drilling into the ceiling)
4. Install white metal shroud around the top of the unit to the ceiling for finished appearance.
5. Replace the electric floor heater in the main entrance with like kind and include a factory thermostat not to be connected to the building automation controls system.
6. Include a 5-year parts and labor warranty to all work proposed.
7. Secure state HVAC permit if required.
Project Description:
This project provides for the renovation of existing areas on the first floor of the Personal Care Home at Eastern State Hospital in order to utilize the space for the EmPATH program. The work will involve renovation work to include new doors, a new combination toilet/shower room, replacement of existing architectural, electrical, mechanical, fire protection and plumbing appurtenances with anti-ligature designed equipment.
The work scope will involve the following features:
• Provide and install new doors into existing space and at end of corridor in for control into renovated area.
• Removal of existing drywall covering on one side of one room in order to replace it with sound attenuating material.
• Removal and replacement of layin ceiling systems in the area of renovation with anti-ligature ceiling grid and tile system.
• Replacement of existing HVAC diffusers in the area of renovation with anti-ligature diffusers.
• Construction of a new bathroom/shower room, with tile and new anti-ligature plumbing fixtures and bathroom accessories.
• Replace all existing plumbing fixtures and bathroom accessories in an existing restroom with anti-ligature fixtures and accessories.
• Replace existing plumbing fixture and all cabinet hardware in resident waiting area with anti-ligature fixture and hardware.
• New casework and drywall work to incorporate a new med prep station.
• New paint for the entire renovated spaces.
• The existing vinyl floor is to remain. Include laying protecting covering over the existing vinyl floor to ensure that it is not damaged in the course of the project work.
• Replace the existing door hardware on various doors leading into the renovated area in order to provide controls.
• Install new reflective film on portions of the existing window systems on the front and rear of the building.
• Replace existing fire sprinkler heads in designated areas with new anti-ligature type sprinkler heads.
• Include miscellaneous electrical wiring to support mechanical and access control work scopes.
Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
The project will construct a foundation at an alternate site as determined by geotechnical investigation and as determined by the ENGINEER, and the house will be moved onto said foundation. Due to the depth of excavation needed a basement will be constructed beneath the residence.
The Scope of this Project shall include all labor, materials, tools, equipment, and services required to construct and install the complete and operational systems described herein and on the Drawings. The Project includes clearing, grubbing, and disposal of all debris from the path of the indicated utility easement areas. All earthwork and grading necessary to construct the new Force Main, Lift Station, & Water Line according to the project plans and specifications. Subgrade preparation, rock base, Lift Station installation, pipe work & testing according to the project plan and specifications is to be included. The contractor is responsible for all general and special conditions associated with this project as described in the project plans and specifications.
Project Description:
The project consists of a series of focused interior laboratory renovations within the Kentucky Central Laboratory Facility. The facility will be occupied and operational while this project is ongoing.
1. Remove existing wood shakes and underlayment to decking.
2. Remove any roof decking that has been damaged and deteriorated.
3. Remove existing gutters and downspouts.
4. Install new ice and water shield at perimeters and penetrations
5. Install new wood shake shingles and components.
6. Install new copper gutters, downspouts, valleys and trim where indicated on Drawings.
The project is an HVAC upgrade to Building 15 on Western State Hospitals campus. The project consists of removal of the existing HVAC systems including two split system air conditioners, electric unit heaters, and an electric furnace. Provide two nominal 5-ton packaged heat pump units with supplemental electric heat. Provide ductwork, grilles and diffusers and controls.
Project Description:
This project consists of the fit-up of approximately 3,300 sf shell spaces inside the existing Student Center building. Spaces to include office space and a computer classroom. Construction to include flooring, metal stud and gypsum walls, ceiling tiles, new lights, data and extension of mechanical and plumbing systems to service spaces.
Please note the bid date and time has been changed to February 23, 2023, 10:00 A.M. Local Time.
INVITATION TO BID
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of 7617 Hornbeck Farm Road Drainage Improvement Project Contract No. 2023-023, Budget ID No. C23145, will be received at the office of MSD until 10:00 a.m., Local Time, Thursday, February 23, 2023, and will be publicly opened and read at that place and time. The public may attend the bid opening via teleconference call.
Description and location of Project: To perform drainage improvements along the rear of 7617 Hornbeck Farm Road. 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 $85,000.00.
The bid documents will be available on, February 1, 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 Joseph Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer Karen Elzy at karen.elzy@louisvillemsd.org. 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).
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer, Karen Elzy at karen.elzy@louisvillemsd.org. Due to the current Coronavirus (COVID-19) pandemic measures, MSD will be hosting a Teleconference call in the place of a face-to-face public opening. MSD will also post the As-Read Bid Summary as soon as available. To take part in the Bid Opening Teleconference Call, please call 502-654-8113 and enter code 139 089 263#
MSD SUPPLIER DIVERSITY PROGRAM: Not 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 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.
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.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
Estimated Length of Project:
(Substantial Completion) + (Final Completion)
The intent is to eliminate water infiltration at various points of the building envelope due to aged roof conditions or poor previous detailing.
This contract and scope are intended to be limited to exterior work.
Scope, as noted by owner, includes but is not limited to:
Add new metal panel Rain Screen to select portions of the upper area exterior walls. Demo existing box gutters and downspouts, provide new “outboard” gutters and new downspouts. Place new metal roof panels over existing lower metal roof, tuckpoint portions of existing exterior brick for the lower exterior elevations. Sand existing steel lintels, and paint lintels. Sand, patch, and paint existing exterior metal doors. Replace some existing exterior brick units with new due to spalling.
The Eclipse Drive Bridge is located within the Kentucky Horse Park on Eclipse Drive, spanning over Cane Run Creek approximately 1,000 feet southwest of its intersection with Walt Robertson Road. The structure is a two girder, two span continuous riveted steel plate girder bridge supported by stone masonry substructures that was likely moved its current location between 1925 and 1949, but likely dates to an earlier construction period.
The Owner intends to retain the services of a qualified contractor to rehabilitate the existing bridge, thereby restoring its original load carrying capacity. Work will include replacement of the plate girders’ bottom flange interior angles; replacement of the floor beam to plate girder connections with bolted angles; repair of the stone masonry substructures and re-establishment of bearing at the pier; replacement of the bridge deck with one of appropriate thickness and reinforcement for the desired bridge capacity; cleaning existing structural steel; painting existing and new structural steel; and implementation of appropriate erosion prevention and sediment control measures and best management practices to minimize impacts to Cane Run during and after rehabilitation efforts.
RFB-191-23 EEC-AML-Providence Dollar General Subsidence- BIL
RFB-191-23 EEC-AML-Providence Dollar General Subsidence- BIL
Estimated Length of Project:
(Substantial Completion) + 90 Calendar Days (Final Completion)
Project Description:
The plans are to drill and grout 11 holes to the No 11 works, and remove the failed section of flooring 50’ x 75’, excavate to a depth of 12 feet and replace with a mixture of class II and No 2 rock with geogrid on vertical spacing of 3 feet. The existing floor should be cut 5 feet from the northern foundation wall. The displaced material will then be taken to the designated waste area approximately 2 miles to the southwest. The grouting efforts can be performed in a sequence to form a perimeter blockage and then place grout within the limits established. The intent is to fill the voids created by mine subsidence with grout, to reduce the potential of future damage. The excavated hole will be backfilled to the subfloor level. The impacted concrete floor will be replaced with 4″ reinforced concrete with #3 rebar on 18″ centers.
Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
This project will create approximately 2.0 acres of disturbance within project boundaries encompassing approximately 9.0 acres. Reclamation actions under this project will include:
• Construction of a drainage ditch armored with concrete block tied mat (CBTM) to collect drainage from four collapsed mine entries and route it to a natural drainway
• Construction of a gabion silt-check to collect sediment and debris remaining in the steep hillside drainway following an apparent underground mine blowout that occurred in response to historically heavy rainfall near the end of July, 2022. A slotted 24” diameter HDPE standpipe will allow drainage to bypass the gabion check while sediments are collected.
• Installation of a 24″diameter culvert, with four drop-box/cleanout structures and a junction box along its length, and a concrete outlet headwall with CBTM splash-pad at its outlet to safely route drainage collected by the gabion silt-check past the Napier Residence to the existing roadside ditch.
• Cleanup of mudflow debris from around the Napier residence, which was deposited as a result of the underground mine blowout noted above.
• Construction of a 5’ high concrete gravity wall to serve as a water deflector in the event of a future sudden discharge of water escaping the gabion silt-check
• Cleaning of the roadside ditch between the outlet of the new 24″ HDPE pipe and the inlet of a highway culvert located approximately 260 feet ENE along KY-803.
Excess earthen material not utilized on-site will be removed to a disjunct fill area located on the future location of the Mayking Volunteer Fire Department, located approximately 5.6 road miles from the
project site. This project will not result in the direct disturbance of any streams. The strict implementation and enforcement of standard AML sediment and erosion control Best Management Practices (BMPs) will prevent significant amounts of sediments disturbed by project-related activities from entering area streams to create indirect impacts to aquatic resources. This project will not cause any
impacts to caves or cave-like structures, specifically including underground mine workings. However, this project will require the disturbance or removal of trees measuring over 3″ dbh during rehabilitation of
an existing alternate access to the construction site, establishing access to the drainway behind the Napier residence, installation of the CBTM ditch, the outlet end of and headwall for the 24″ culvert, and the excavation and grading required for installation of the gabion silt check, totaling approximately 0.5 acre
of forest disturbance. The entire project site has previously been thoroughly disturbed by one or more of coal mining operations, residential construction, and highway construction
Demolition of an existing park building and construction of a new building at the same location. The proposed structure will provide two classrooms, exhibit space, a humidity controlled archives room and workroom, and ancillary spaces supporting the building’s mission. The area of the proposed structure is 6,600 square feet.
Site work includes construction of an asphalt cul-de-sac, site grading, and new landscaping is included.
Fit out of the exhibit area will be completed under a separate contract.
Project Description:
The Kentucky State Fair Board – Kentucky Exposition Center is upgrading the security at the KEC Gate 1 Entrance. The improvements will include the installation of two new cantilevered box frame gate systems, operators and accessories in addition to vehicular and pedestrian access, swing gates. The project will also include the installation of vinyl coated chain link fence and aluminum picket fencing. Minimal earthwork and storm sewer pipe extension is included in the project to accommodate the installation of portions of the fencing. Electrical work will include provisions for electrical service for the operation of the gate operators and accessories including communication wiring for remote operation and monitoring