This projects consists of furnishing and installing electrical equipment in a
new vault, removing existing vault equipment and addressing apparent code concerns, removing
and replacing the runway edge lighting system, removal of the PAPIs and REILs on both
runway ends and replacing them with new L-881(L) LED PAPIs and new L-849(L) LED
REILs, adding obstruction lighting to the beacon tower, and the associated cabling, duct work,
and handholes. A new electrical vault building will also be included. The contractor will furnish
and install new electrical equipment and materials in the electrical vault building. The existing
taxiway constant current regulator will be relocated to the new vault.
Sealed Bids are requested by Western Kentucky University, Department of Planning, Design &
Construction (PDC) for Sod Contractors to furnish labor, materials, equipment, and services to set up a
job order price contract for Western Kentucky University (WKU) in accordance with the terms and
conditions of this Invitation to Bid.
Scope of Work of the Project includes Building and Site Work for the construction of a new 358,018 sf Tates
Creek High School designed for 1850 students. Included in the scope of the work is site work and paving
for the campus center and the existing middle school. This high school will be constructed of masonry
veneer on ICF, CMU and CIP concrete walls with areas of metal wall siding and canopy systems. This
multi-story facility will be supported by caissons, grade beams, and spread footing with slab on grade.
Roofing systems will be a 2-ply modified bitumen roof, with select areas of roof sanding seam metal
panel. An ICC 500 compliant tornado shelter will be provided. This will be a high-performance building
with geothermal heating and cooling and enhanced building envelope commissioning. Site work will
encompass extensive earthwork, permeable surfaces, retaining walls, signage, utility work, landscaping,
seeding and sodding, parking, drives and traffic control devices, and irrigated baseball and soft ball fields
and equipment.
City of West Point – WWTP Repairs and Rehabilitation
City of West Point – WWTP Repairs and Rehabilitation
This project consists of repairs and rehabilitation of the aeration
system, RAS/WAS return trough, basin walls and vertical walls support repairs, a
new influent inlet box and manual screen, repairs to the air piping for the
clarifiers/skimmers, FRP floor grating replacement, handrail repairs and
replacement, pavement repairs, limited re-grading around the WWTP, and
associated miscellaneous items and appurtenances. Project funding is being
provided by FEMA.
Estimate:
$1,763,200.00 Estimated Length of Project:
(Substantial Completion) + 180 Calendar Days (Final Completion)
The project consists of a slide that has undercut 400 linear feet of rail line that is part of the Big South Fork Scenic Railway; this section of track is currently unusable and has shorten the rail way tour operated by the McCreary County Heritage Foundation Inc. This slide is located in McCreary County, approximately 3.5 miles southwest of the community of Stearns KY. The coordinates to the slide area are N 36°40’48.10″N W 84°32’15.90″.
Slide abatement as planned, calls for a 400 linear foot steel piling (HP 10×42) wall to be seated into bedrock. This will require 18″ diameter holes (soil and rock) to be drilled on 3 foot centers which is setup in the plans. This wall will intersect the slide failure plane and prevent other failure planes from developing. The top steel pilings have a reinforced formed and finished concrete cap as part of the design to strengthen the wall unit. Deadman are setup at 5 locations behind the wall, which consist of addition pilings with reinforced concrete cap tied into the wall cap. Deadman will provide for additional wall strength between stations 12+35 to 14+70 where the soils are the deepest and forces against the wall will be the greatest. All pilings will be encased in non-formed and finish concrete to provide for stability of the wall/Deadman. 60 KSI reinforcing steel is setup to be used in all reinforced concrete.
Track / Ballast removal of the damaged 400 feet section of rail line will be removed to facilitate wall construction and overall reclamation efforts. Earthwork is included to excavate down to a construction platform to facilitate the steel pilings and reinforced concrete cap to be constructed. The wall will be constructed in sections and with existing earth backfill in 1 foot lifts and layers of geogrid on 2 foot lifts. The geogrid strengthen earthen berm will be brought up to subgrade level, that will be suitable for track and ballast installation. Ballast installation (No. 4 Stone) will be required.
Class II/III aggregate is setup to construct ditches as directed to properly handle drainage and prevent erosion. Similarly Class II/III is called for on the out slope of the reconstructed earthen berm to prevent erosion and provide long term stability. A 30″ diameter reinforced concrete pipe with concrete head wall is setup to prevent water from ponding on the northern side of the track; this will carry surface drainage beneath the track thereby preventing the track/earthen berm to become saturated. Subdrain is setup to capture any sub-surface drainage discovered during excavation efforts; any sub-surface water collected in subdrains will enhance the earthen berm’s long term stability. A hoe ram bid item is setup to address/reduce the size any boulders too large to move with an excavator. Erosion Control Blanket (ECB) is setup for disturbed slopes (those without aggregate protection) steeper than 3:1 and other areas to enhance revegetation efforts as determined by the ENGINEER.
Utility Relocation involves temporary relocation of power lines to facilitate reclamation efforts along this section of track. Access to the site will be from communities of Stearns and/or Barthell along the rail lines.
Mobilization is setup to provide for construction equipment to be delivered to the site. Most, if not all equipment and materials will be delivered to the site from Stearns KY to the Project site via railcar/locomotive FREE OF CHARGE TO THE CONTRACTOR AND AML. Site preparation is setup to remove vegetation from the work area as called for in AML’s technical specifications. Revegetation efforts will be performed as part of the reclamation efforts. All disturbed areas will be seeded, mulched, and fertilized in accordance AML’s standard revegetation specification. Excess material not used in the reconstructed earthen embankment, will be wasted within the construction limits and revegetated. This will include 1.1 acres of tree clearing to provide for earthen embankment/staging. Silt Barrier-Bales and Fence will be installed at the beginning of construction efforts and will be maintained throughout the project. Best Management Practices will be applied during the project.
The scope of this project is to replace the two existing air-cooled chillers. The HVAC control valves and actuators also are being replaced and a new direct digital control system will be installed.
City of New Albany – Grant Line Road Sight Distance Corrections
City of New Albany – Grant Line Road Sight Distance Corrections
The project consists of vertical sight distance improvements on Grant
Line Road from 355 ft. south of Mure de Ronce Drive to 445 ft. north of Mure de Ronce Drive, near
the Blackberry Ridge neighborhood. Improvements include pavement replacement, new curb and
gutter, minor drainage modifications, new driveway approaches, new pavement markings, updated
signage, and all other appurtenant work.
Clinton County Board of Education – Albany Elementary School – Partial Roof Replacement
Clinton County Board of Education – Albany Elementary School – Partial Roof Replacement
Partial roof replacement including removal of existing ballasted EPDM membrane
roofing system and installation of new mechanically fastened TPO membrane system.
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:
The intent of this project is to add redundancy to the utility power source for the RAS Pump Station. The Contractor shall furnish all labor, equipment, and materials required for re-routing substation feeder 1A through a new 15kV switch to provide a redundant 15kV feed to Substation U-8 and disconnecting existing 480V feeders at the Process Water Building and at 9MCC-1 & 2 in the RAS Pump Station. Work shall include new conduit in concrete ductbank for the redundant electrical feed from MH-1 near the Process Water Building to a new 15-kV switch at the RAS Pump Station. The existing 15kV substation feeder 1A from MH-1 to TU-1 is to be removed and re-used as one of the feeders from MH-1 to the new 15kV switch at Substation U-8. The feeder is to be pulled into the new underground ductbank. The conductors in existing conduits will remain and be disconnected at each end. Fuses shall be furnished and installed within Unit Substation U8 in a new parallel 15kV primary switch. Testing and coordination with Louisville MSD and their plant operations shall be facilitated by the Contractor for completion of this Work. Once electrical work is complete, the Contractor is required to restore all surfaces including pavement and grass, natural areas that were disturbed during construction. Contractor will be paid on a lump sum basis for the materials and labor required to complete the work.
For additional information go to https://eprocurement.ky.gov
Estimated Length of Project:
365 (Substantial Completion) + 30 (Final Completion)
This project is the partial renovation of the Jefferson Community and Technical College downtown campus’ Tech B building currently housing a number of the College’s vocational programs. The work includes renovation for the new Carpentry, General Automotive, and Mercedes Automotive labs.
The scope of work includes, but is not limited to selective demolition of interior CMU walls, mezzanine concrete slabs, and MEP systems. New upgrades include mechanical/electrical/plumbing systems to accommodate the needs of each lab’s teaching requirements, new overhead coiling doors, and reconfiguration of CMU walls for the inclusion of new classroom spaces. Exterior work includes installation of new roof curbs for added mechanical system roof penetrations, and a new exterior concrete curb cut and ramp.
Eastern Kentucky University (EKU) hereby requests sealed bids for the materials, supplies,
equipment or services set forth herein, subject to all conditions outlined in this Bid Package
City of Jeffersontown – Public Works Office – Bid Package 2
City of Jeffersontown – Public Works Office – Bid Package 2
The City of Jeffersontown is accepting sealed bids on the construction of the building frame and roofing,
to include flooring, walls, roof structure, and interior walls/windows walls to support the construction of a
new Jeffersontown Public Works Administrative/Training building.
CCK-2487-20 Modernization of Facilities (Rose Street Enabling)
CCK-2487-20 Modernization of Facilities (Rose Street Enabling)
Install a new underground ductbank and manhole system for future telecommunications and
electric cabling along Rose Street. In support of these systems, new electrical circuits
originating from Parking Structure #2 are to be installed within these pathways.
City of Coal Run Village – US 23 North Sanitary Sewer Project
City of Coal Run Village – US 23 North Sanitary Sewer Project
The Project consists of construction services for
sanitary sewer force mains, laterals, and grinder units that will facilitate and replace the Blairtown,
Kinnikinnick, and Coal Run Village areas of failing and outdated septic systems.
Pikeville Medical Center – Pediatric Suite Renovation
Pikeville Medical Center – Pediatric Suite Renovation
Project consists of the renovation of 13,420 square feet on the second floor of the May Tower, for the Pediatric
Suite, consisting of 10 private patient rooms and 13 exam rooms with support space for both.
20-16 / Distribution System Repairs & Capital Improvements
20-16 / Distribution System Repairs & Capital Improvements
Louisville Water Company is requesting Bids for unit prices to furnish all necessary equipment, tools, and labor in time of need to undertake improvements, repairs, maintenance and necessary construction to LWC distribution facilities. Distribution facilities shall include but not be limited to distribution mains, domestic services, fire services and fire hydrants. This unit price Master Agreement will be for two (2) years.
Replace damaged and dilapidated shelters supporting the Kentucky Emergency Warning System. Upgrade and expand site to accommodate new larger shelters as needed. Upgrade electrical and grounding.
Estimate:
$221,892.25
Estimated Length of Project:
120 Calendar Days (Final Completion)
The Jack Pelphrey Drainage AML Reclamation Project consists of constructing a gabion ditch upstream from the Pelphrey residence that transitions into a concrete block tie mat ditch. The project site is located in Patterson Creek near the community of Flat Gap, within the Redbush Quadrangle, at 37° 55’ 56″ N, 82° 55’ 04″ W. The Pelphrey residence is located on the left side of Patterson Creek. The site acreage is approximately 2.62 acres. The waste area is located on a bond forfeiture permit and consists of 17.16 acres exclusive of the access road for a total project area of 19.78 acres exclusive of the access road.
The project will consist of constructing a gabion ditch within the drain upstream of the Pelphrey home that transitions into a block tie mat ditch within the Pelphrey yard. A class II ditch will be constructed in the area of an old pre-law pond that has washed out. An existing culvert within the Pelphrey driveway will be replaced as part of access to the site. The waste material from the project will be used to cover bare areas on the J& M Construction and Equipment Co, In. Permit No. 858-0168 bond forfeiture.
The project site and waste area has been previously disturbed by coal mining operations, house seat development, road construction, landowner disturbances, and/or utility installation. These disturbances consist of significant upheaval, mixing, and removal of earthen material from excavation, grading, subsurface drilling, fill material placement and erosion. Trees 3″ in diameter or more at breast height will require removal as part of the project. Trees will be removed during the period from October 16 through March 31.
Construction disturbances will be kept to a minimum with a stringently formulated sediment and erosion control program that includes a temporary type A sediment trap and straw bales and/ or silt fence. Prior to beginning any major earth disturbance, all silt control measures will be installed. All areas disturbed by construction activities are to be revegetated in accordance with regional, regulatory, and project standards, using agricultural limestone, fertilizer, seed and mulch, as needed. Prompt re-vegetation will be implemented by using agricultural limestone, fertilizer, seed, netting and/or mulch, as needed, for the areas disturbed by the project, in accordance with standard AML design specifications. Access to the site is via county roads, residentially maintained driveways and yards, and an existing road permitted as part of the permit that has be forfeited. This project will include pre- and/or post- project maintenance and repair of existing previously constructed public county roads utilized during the construction of this project, which are administered by the county or local road authority. This construction activity will be conducted under the authority and supervision of the local public road authority and will consist of standard road construction practices appropriate to mitigate impacts to the local community from potential degraded road conditions in order to maintain public traffic safety.
A. Bluegrass-Oakwood is an Intermediate Care Facility supporting individuals with intellectual and developmental disabilities. Construction at this site must be performed in a manner that protects the existing staff and clients from risks that are inherent to construction operations.
B. Work of the Project includes:
1. Full tear off and legal disposal of existing asphalt shingles, plywood and insulation at Cottages 110, 112, 114, and 117.
2. Installation of new nailable base, vented roof insulation panels, asphalt shingles and associated sheet metal flashing and trim.
3. The work also includes raising the height of existing plumbing stacks to conform to the Kentucky Plumbing Code.
Warren County Board of Education – South Warren High/Middle School Geothermal Well Field Valving Project
Warren County Board of Education – South Warren High/Middle School Geothermal Well Field Valving Project
Project consists of installing new geothermal circuit pipe and main pipe
valves, and repairing a leak in one well field at South Warren High/Middle School.