Estimate:
$149,600.00 Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
The Owls Nest Road Slide HP AML Reclamation Project is located in Leslie County, Hyden, Kentucky at 37°10’03.90″N latitude and 83°21’13.60″W longitude just east of Hyden KY. Directions to the site are; from the Hal Rogers Parkway in Hyden, Kentucky Leslie County,
take the Hyden Exit (Rt. 118) to Rt. 421 (approximately 3.5 miles). Turn left (South) on 421 through the town of Hyden and turn left at 2nd light onto Hwy 80 and travels across the bridge (Middle Fork of KY River) and turns left onto Owl’s Nest Rd. 200 ft. from the end of the bridge. Follow Owl’s Nest Rd. for approximately 2 miles. The slide is located on the left and partially blocking the road.
The active mudslide has been dealt with by Leslie County road personnel for months, removing material and debris from roadway to maintain access for residents. AML is now proposing to reduce future problems by excavating the pre-law push over slide as Owls Nest Road Slide HP AMLRP. Unstable slide material will be removed from the hill side using the strip to rock excavation method for the slide area and material will be placed in proposed waste areas. Due to limited work space a temporary stream crossing is proposed for traffic control as material is removed from slide area. Long term drainage control devices will also include class II ditches, excavated rock ditches and HDPE pipe. Silt Barriers – Bales & Fence along with Rock Checks are proposed for proper silt control at the toe of the slide and waste areas. Roadway stone bid item and Bituminous Repair are included for “in kind” repairs to public roadways as needed to facilitate reclamation work. Filter Fabric and geo-grid have been included as base for ditches. Class II/III rock will be used as directed.
All excavated material will be wasted within nearby waste areas at coordinates 37°10’04.57″N latitude and 83°21’11.63″W longitude, and an existing auger bench just east of slide area at coordinates 37°10’07.41″N latitude and 83°21’00.22″W longitude
A Hydromulch & Hydroseed bid item is included to revegetate the site/waste areas at the end of construction. Seedbed preparation and Agricultural Limestone bid items are included for the waste areas. A utility relocation bid item is included to replace “in kind” qualifying features as disturbed to facilitate the abatement plan.
Trees of 3” or greater at breast height on auger bench waste area will be removed during dormant season; all other areas are previously disturbed and/or unstable.
CCK-2234-17 Parking Structure #1 and #5 Lighting Retrofit-2473.0
CCK-2234-17 Parking Structure #1 and #5 Lighting Retrofit-2473.0
PROJECT DESCRIPTION:
Project is the lighting replacement of existing parking canopy and site lighting fixture in
Parking Structures 1 and 5 with new energy efficient, long life LED fixtures. Project also
includes new integrated fixture controls for daylight harvesting and automatic control.
PROJECT DESCRIPTION:
Consisting of the construction and/or furnishing of items as listed in the Bid Schedule
included in Part III, Form of Proposal, of this document, plus incidentals necessary to
complete the work. The work entails construction of approximately 1,600 linear feet of asphalt trail, storm sewers, signage, fencing and associated facilities.
Description and location of Project: This unit based construction order is for drainage improvements and access road replacement along the Glen Bluff pump station property in Metro Council District 16.
Estimate:
$137,075.00 Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
The proposed project, approximately 11.9 acres total, consists of the removal of domestic and mine debris, demolition of a concrete structure, removal of a sediment control pond, and regrading of material, which will be graded in a manner that promotes adequate drainage and covers the onsite coal waste. The project site is located in the Rochester Quadrangle at 37° 13’ 3” N, 86° 54’ 18” W. The site is located on Boat Ramp Lane, just off KY 70, approximately 18.6 miles west of Morgantown, near the community of Rochester. The site is immediately adjacent to the Green River and near the Muhlenberg/Butler/Ohio county borders.
Reclamation includes the excavation of an area approximately 300’ by 300’ by 8’ deep to bury coal waste material. Once coal waste is placed within the area, it will be covered with a minimum of 4’ of non-toxic, non-combustible material and the site will be graded to promote adequate drainage. For the portion of the area lower than the base flood elevation (404’), the final contour elevations will be equal to or less that the current contour elevations. A pond at the site will be drained and also filled up to the water level with non-toxic, non-combustible material. A concrete structure, a dilapidated trailer, tanks, and additional domestic and mine debris will be removed from the site. Tree cutting and chipping will be necessary to gain access to reclaim bare areas within the site.
The project site has been previously disturbed by coal mining operations and/or road construction. These disturbances consist of significant upheaval, mixing, and removal of earthen material from deep excavation, grading, sub-surface drilling, fill material placement, and erosion. There should be no undisturbed earthen material to a depth of several feet at either of the areas slated for significant project-related construction activities.
Construction disturbances will be kept to a minimum by the implementation of standard AML Best Management practices (BMP’s), which will prevent significant amounts of sediment related to project construction activities from entering the Green River. Approximately 1070 LF of silt fence will be installed for silt control measures. 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. Access to the site is via the county roads and an existing access road into the area. 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.
Housing Authority of Owensboro – New Playground & Rubber Surface
Housing Authority of Owensboro – New Playground & Rubber Surface
Please Note: Addendum 02 has changed the Bid Date
PROJECT DESCRIPTION: Work includes providing all items, articles, materials, operations or methods herein listed. mentioned or scheduled on the Project Documents and/or herein, including all labor. materials. equipment. services and incidentals as necessary for their completion.
Tompkinsville-Monroe County Airport Board – Construct 10-unit T-Hangar
Tompkinsville-Monroe County Airport Board – Construct 10-unit T-Hangar
Furnishing all labor, materials and equipment and performing all work necessary for Construct 10-unit T-Hangar at the Tompkinsville-Monroe County Airport
PROJECT DESCRIPTION:
The project scope includes new alternative school safe room. The work must be substantially complete within 8 months from notice to proceed.
PROJECT DESCRIPTION:
Consisting of the construction and/or furnishing of items as listed in the Bid Schedule
included in Part III, Form of Proposal, of this document, plus incidentals necessary to
complete the work. The work entails construction of approximately 3,000 linear feet of Asphalt Trail, seeding/sod, tree plantings, and demolition of trees, walk, landscaping, and fencing.
Hopkinsville-Christian County Airport Board- Hopkinsville Lighting
Hopkinsville-Christian County Airport Board- Hopkinsville Lighting
PROJECT DESCRIPTION:
Furnishing all labor. materials and equipment and performing all work necessary for Hopkinsville Lighting at the Hopkinsville-Christian County Airport
Prestonsburg City’s Utilities Commission – Modifications to Existing WTP River Crossings-Contract 1
Prestonsburg City’s Utilities Commission – Modifications to Existing WTP River Crossings-Contract 1
PROJECT DESCRIPTION:
The work to be bid consists of:
The scope of work consists of the installation of eight (8) river crossings by Horizontal Directional Drilling
(HDD) methods tying into the existing distribution system to maintain water supply to critical infrastructure.
HDD pipe sizes include HDPE DR-9 4″, 6″, 10″ and 12″, The Contractor shall furnish all materials, equipment
and labor necessary to complete the construction of the river crossings and appurtenances. Time of completion for PCUC Contract I – River Crossings Project is 180 calendar days.
This bid has been canceled. This project will be revised and posted for rebid in the near future.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of 725 East Market Street Storm PSC Installation., Contract No. 2017-020, Budget ID No. NA, will be received at the office of MSD until 10:00 am, Local Time, Tuesday, June 6, 2017, and will be publicly opened and read at that place and time.
Description and location of Project: Install approximately 17 LF of 12″ PVC to Property Line, 5’ Deep; Install Dog House Manhole over single ring brick sewer; Pour 8″ base pad with #5 rebar, 8″ side walls with #5 rebar, 12″ O.C., each way; Dig out 24″ brick down to haunches of pipe; May have to hand dig from 12″ above pipe to haunches; Set flat top on Dog House and core 12″ through concrete wall with boot; Mill and pave 40’x35′; Trench cut 10’x10′ and 11’x4′ with 1′ set back; All traffic control and permits the responsibility of the contractor; May have to close the road.
All work shall be done in accordance to MSD’s Standard Specifications.
There will be a mandatory pre-bid meeting held for this project at 725 East Market Street on Thursday, June 1, 2017 at 10:00 AM, Local Time
The Engineer’s Construction Cost Estimate for this project is between $30,000.00 to $49,999.00.
The bid documents will be available on, Friday, May 26, 2017, 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 Chris Gregory . All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Chris Gregory E-mail:chris.gregory@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, 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 least15.0% 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, Chris Gregory .
MSD Interim Supplier Diversity Policy and Guidelines for this project is as follows:
15% MBE and 6 % WBE participation is not 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 Board of MSD. MSD reserves the right to reject any or all bids or waive any informality in any bid.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
This bid has been canceled. This project will be revised and posted for rebid in the near future.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of 725 East Market Street Sanitary PSC Installation., Contract No. 2017-020, Budget ID No. NA, will be received at the office of MSD until 10:00 am, Local Time, Tuesday, June 6, 2017, and will be publicly opened and read at that place and time.
Description and location of Project: Install approximately 31 LF of 12″ PVC to Property Line, 7’ Deep; Install Dog House Manhole over single ring brick sewer; Pour 8″ base pad with #5 rebar, 8″ side walls with #5 rebar, 12″ O.C., each way; Dig out 24″ brick down to haunches of pipe; May have to hand dig from 12″ above pipe to haunches; Set flat top on Dog House and core 12″ through concrete wall with boot; Mill and pave 40’x35′; Trench cut 10’x10′ and 11’x4′ with 1′ set back; All traffic control and permits the responsibility of the contractor; May have to close the road.
All work shall be done in accordance to MSD’s Standard Specifications.
There will be a mandatory pre-bid meeting held for this project at 725 East Market Street on Thursday, June 1, 2017 at 10:00 AM, Local Time
The Engineer’s Construction Cost Estimate for this project is between $30,000.00 to $49,999.00.
The bid documents will be available on, Friday, May 26, 2017, 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 Chris Gregory . All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Chris Gregory E-mail:chris.gregory@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, 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 least15.0% 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, Chris Gregory .
MSD Interim Supplier Diversity Policy and Guidelines for this project is as follows:
15% MBE and 6 % WBE participation is not 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 Board of MSD. MSD reserves the right to reject any or all bids or waive any informality in any bid.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
Danville-Boyle County Airport Board – Stuart Powell Field – Construct New 10-Unit T-hangar
Danville-Boyle County Airport Board – Stuart Powell Field – Construct New 10-Unit T-hangar
PROJECT DESCRIPTION:
Furnishing all labor, materials and equipment and performing all work necessary for Construct New 100 Unit T-hangar at the Stuart Powell Field
CCK-2227-17 College of Law Expansion & Renovation – 2444.0
CCK-2227-17 College of Law Expansion & Renovation – 2444.0
PROJECT DESCRIPTION:
Renovation and Expansion (UK College of Law) consists of selective demolition of the
existing College of Law Building. This demolition consists of structural removal, facade
removal, complete interior demolition, and relocation of the fiber optic line serving the building. A list of trade contracts for this work is listed below:
Group I Trade Contracts (CCK-2227-17) shall include:
01A – General Trades
02A – Demolition & Asbestos
Abatement
Estimate:
$307,750.00 Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
The Jeff Sands residence is located east of the city of Pikeville, Kentucky, at 37° 28’ 46.75” N and 82° 33’ 30.96” W, along Cedar Creek. The site can be reached from the intersection of Routes 23 and KY 1384 in Pikeville by taking Route 1384 west for approximately 0.8 miles to a right onto Cecil Drive. Traveling on Cecil Drive for approximately 0.16 miles, the Sands residence is the third house on the left past the church.
Landslide material and drainage from the slope behind the residence saturates the yard area and threatens the residence.
To remediate the problem, slide material will be removed from behind the residence and a 12’ non-reinforced concrete block wall will be installed at the toe of the slope. A sub-drain behind the wall, and a rock ditch down the north side of the slope will be installed to control drainage. All drainage will be directed to the existing drains. The unstable areas above the wall will be graded to a 2:1 slope. Roadway Stone is intended to maintain the construction roads near the residence as may be necessary.
A quantity of geogrid and filter fabric is included as necessary to protect the existing driveway during construction and hauling of material to the disposal area.
Excess waste material from the excavation shall be disposed at a proposed waste area .85 miles northwest of the project on KY 1384 at 37° 29’ 12.75” N and 82° 34’ 15.94” W.
It should be noted that a gas line, water line, and several power lines exist within or near to the Project Limits. These are noted on the Plan, but the possibility exists that other utilities may be present on the site.
Site preparation for the site and the associated waste area includes clearing and grubbing of vegetation and replacement of any fences disturbed during construction. Straw bales and silt fence are included to minimize erosion from the site. No trees larger than three inches in diameter, whether dead or alive, will be removed except during the designated time allowed unless they are on an unstable slope.
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. A standard seed mix is to be used.
Madison County Public Library – Renovation and Addition Project
Madison County Public Library – Renovation and Addition Project
Chris Cottongim- 5253 Design Group
PROJECT DESCRIPTION: Scope of Work consists
of, but is not limited to the following:
• Phase 1: HVAC installation and switch over from the existing
Geothermal System.
• Phase 2: Construction of the Addition and required Site Work and
Demolition to achieve this goal.
• Phase 3: Once the Addition is complete, interior renovations can
start and Owner will take occupancy of the Third Floor for Administration.
• Phase 4: Upon completion of Phase 3, demolition of the Annex building can take place to allow for the site to be finished.
Bids for the Pine Mountain Lodge Roof Replacement project will be accepted from General Contractors only. Roofing Contractors may not submit bid proposals as the Prime Contractor but Roofing Contractors may submit bid proposals to General Contractors. The project comprises the replacement of the roofs on the Pine Mountain Lodge and associated buildings.The work under the BASE BID (13,062 s.f.) and separately under the ADDITIVE ALTERNATE (8,408 s.f.) includes tear-off of existing roofs and their replacement with new roofing materials; replacement will be with 30 year Warranted dimensional shingles on all buildings, smaller areas of EPDM single ply roofing in ADDITIVE ALTERNATE will be replaced with Modified Bitumen Roofing; insulated nailbase sheathing will be installed over the east half of the original Historic Lodge under new dimensional shingles. All existing gutters and downspouts are to be replaced. Deteriorated sheathing or structural members that are discovered will be replaced per unit costs and change order. Deteriorated siding and trim will be addressed in another separate project to be bid independently.The Base Bid will include all materials, labor, safety measures for the complete demolition and reconstruction of the Lodge Roof and its contiguous Roofs. The ADDITIVE ALTERNATE BID will include all materials, labor, safety measures for the complete demolition and reconstruction of the Guest Room Wings beginning at the point of demarcation shown on the drawings.