The Jeremy Smith Group AML Reclamation Project involves the reclamation of AML related subsidence at three sites within two counties (Muhlenberg and Webster). Latitude and longitude coordinates for each site are listed below, along with a description of the problem and proposed construction activities. The Clarence Cartwright, Jr. site is located at 37° 10’ 43” N and 86° 59’ 52” W. An emergency project was completed in this same field in 2001 by OSM (Cartwright Shaft Subsidence, KY-02-016). A new subsidence hole has developed in the pasture, along with multiple potential subsidence depressions. AML plans to fill the hole(s) with Class II/III. An access road shall be constructed from Douglas Road. Site preparation will include anything necessary prior to filling the hole with rock (i.e., temporary low water crossing installation, excavation, etc.) Current plans state that no trees shall be disturbed at this site. Silt-check fencing and prompt establishment of vegetation within all disturbed areas will provide sediment control. The Ronnie Gipson site is located at 37° 29’ 3” N and 87° 50’ 24” W. The problem at this site is a large subsidence hole in a field, which is currently holding water. Pumping of the ponded water and any low water crossing(s) that need(s) to be installed will be incidental to site preparation. AML plans to fill the hole with Class II/III. An access road from Five Mine Road shall be constructed. Current plans state that no trees shall be disturbed at this site. Silt-check fencing and prompt establishment of vegetation within all disturbed areas will provide sediment control. The Jeremy Smith site is located at 37° 13’ 1” N and 87° 4’ 26” W. The complaint at this site is a subsidence hole in a pasture that has filled in with water. AML plans to fill the hole with Class II/III. Any excavation will be incidental to site preparation. An access road shall be constructed to the subsidence area. Current plans state that no trees shall be disturbed at this site. Silt-check fencing and prompt establishment of vegetation within all disturbed areas will provide sediment control. For continued project description, see Special Conditions.
The project consists of steep & low sloped roof replacements and roof repairs/ overlays as well as EIFS repairs. • Roof Replacements: Remove existing roof membrane system down to existing roof deck. Install 2-Ply SBS Modified Bituminous Membrane Roofing system over new insulation system. Provide crickets and tapered edge where indicated. Provide new metal components; e.g. metal counter flashings, scuppers, conductor heads, downspouts, plumbing vent flashings, metal expansion joint, etc.. • Roof Repairs/ Overlays: Remove wet roofing as indicated, match existing. Attach recovery board over existing roof systems. Install 2-Ply SBS Modified Bituminous Membrane Roofing system over recovery board insulation. Provide new metal components; e.g. metal counter flashings, scuppers, conductor heads, downspouts, plumbing vent flashings, metal expansion joint, etc.. • EIFS Repairs: Repair damaged areas, – seal joints & recoat.
City of St Matthews – Trinity Hills Drainage Improvements
City of St Matthews – Trinity Hills Drainage Improvements
Project Description:
The project provides for all labor, materials, and equipment necessary to provide drainage improvements to the ditch running parallel to Trinity Hills Lane and flowing under Elmwood Avenue. The improvements include the construction of a retaining wall, paved “U” channel, paved flume, tree removal and other misc. drainage and grading improvements.
A Contract to furnish all labor, material and necessary equipment for an Interior
Acoustical Sound Attenuation Systems for the Firearms Training Facility per the
departmental specifications, terms and conditions of bid.
This project will address slides related to two previous AML projects in the Fords Branch community of Pike County. The Roger Adkins project will finish the work began under the Roger Akins Slide Phase II project. We will install a gabion wall and steel pile walls in the lower slide. Construct a concrete channel above the slide to direct water around the site and into a trapezoidal gabion ditch down to the county road ditchline. The Robert Boggs portion will address a slide that has formed off a waste area created under Robert Boggs Slide Phase I project. Past projects have addressed the slide area, however, it is now of sufficient size that stripping it to rock is the best long-term solution. We will clean out, and line with tied concrete block mat to provide a stable channel, the clogged channel below the slide. There is no tree disturbance at the Adkins site. Trees will be removed only within the slide are of the Boggs site. The waste areas are the areas designated and used under the Roger Adkins Slide Phase II project. For continued project description see Special Conditions.
The project scope includes asphalt paving and concrete applications in the parking areas of the Kentucky Exposition Center to establish a helipad area for a future event.
Bullitt County Board of Education – Mt Washington Elementary School Addition and Renovation
Bullitt County Board of Education – Mt Washington Elementary School Addition and Renovation
Project Description:
Furnishing of all labor, materials, supplies, tools, services, etc., necessary for:
ADDITION AND RENOVATION TO
MT. WASHINGTON ELEMENTARY SCHOOL
MT. WASHINGTON, KENTUCKY
Project scope includes but is not limited to the following: 1. Provide (2) 6 ton HVAC ductless split system heat pumps. 2. Rework ductwork associated with (3) existing VAV boxes. 3. Relocate existing temperature sensors for the existing VAV boxes. 4. Electrical work associated with the other scope items. 5. New temperature control work by the Owner’s temperature controls service contractor as an allowance in bid. 6. Air side test and balance of existing VAV boxes in project area by Commonwealth’s test and balance contractor under separate contract.
Hart County Public Library Addition and Renovation
Hart County Public Library Addition and Renovation
The following Bids are requested:
BP O 10 – Site, Storm Drainage & Demolition
BP 020 – Asphalt Paving
BP 030 – Concrete and General Trades
BP 074 – Roofing, Sheet Metal, Trim, Soffits and Flashing
BP 080 – Steel Doors, Frames, Wood Doors and Door Hardware
BP 084 -Aluminum Windows and Glazing
BP 092 – Gypsum Board Assemblies and EIFS
BP 093 – Ceramic Tile
BP 095 -Acoustical Panel Ceilings
BP 096 – Resilient Tile Flooring
BP 099 – Painting and Joint Sealants
BP 100 – Miscellaneous Specialties
BP 123 – Plastic Laminate Casework
BP 140 – Hydraulic Elevator
BP 220 – Plumbing and HV AC
BP 260 – Electrical
A contract to furnish all labor, material and necessary equipment for the 635 Industry Road Green Infrastructure Improvement project per the departmental specifications, terms and conditions of the Bid.
LFUCG – Haley Pike Compost Pad Replacement- Phase 2
LFUCG – Haley Pike Compost Pad Replacement- Phase 2
Project Description:
Project consists of the construction and/or furnishing of items as listed in the Bid Schedule beginning on page P-6, Part III, Form of Proposal, of this document, for the Haley Pike Compost Pad Replacement- Phase 2, Lexington-Fayette County, Kentucky.
The project involves the complete removal of the existing HVAC system which is a VAV box – main Air handler split DX cooling system with hot water reheat coils, one air handler for each area of the building. This will include removal of the existing hot water boiler, dom. Hot water heater, storage tank and DDC controls. In this project will include the installation of four new VRF systems, mechanical ventilation system which includes an energy recovery unit, a dedicated make up air unit, ventilation air ductwork and the installation of three domestic hot water heaters and piping. In base bid controls for all new equipment is required and shall be in contractor’s bid also, the mechanical contractor is to include in their base bid an allowance of $28,000.00 for Innerspace to expand and interface with the new equipment.
The Work of Project is defined by the Contract Documents and consists of the following: Installation of new luxury vinyl plank flooring over the existing resilient sheet flooring in patient care rooms, patient restrooms, corridors, and other patient areas as shown on the Drawings. Additional tasks include: Removal of the existing resilient integral cove base, surface preparation, and installation of new resilient base; the installation of new floor expansion joint covers; and the installation of new porcelain floor and wall tile in one public restroom. Additional tasks include: Removal of existing resilient sheet flooring and wall finishes for installation of new tile; the removal and reinstallation of the existing plumbing fixtures for installation of new tile; the miscellaneous door modifications required for installation of the new flooring; and hardware modifications to one exterior door.
Hall of Justice 3rd Floor Envelope Reconditioning #3502
Hall of Justice 3rd Floor Envelope Reconditioning #3502
A contract to furnish all labor, material and necessary equipment for the Hall of Justice 3rd Floor Envelope Reconditioning, per the attached specifications.
Description and location of Project: This green infrastructure project involves the construction of several linked infiltration trenches within the Portland Neighborhood along the 17th St corridor. The intersections in the area will be reconstructed to include new sidewalks, trees and plantings. A mandatory pre-bid meeting will be held at the Main Office Building, 700 W Liberty Street , at 1:00 PM Local Time, September 2, 2015. The requirements of MSD’s Supplier Diversity (MBE/WBE Participation) Contractor Compliance Program (CCP) will be fully explained at this meeting. The deadline for a Waiver Request on this Contract is 5:00 P.M. Local Time, September 4, 2015.
Project Description:
The intent of this project is to clean the entire building exterior surface, complete identified surface repairs including the removal/repair of all rust producing elements in the surfaces (800 locations included in the base bid) and stress-produced damages on the building (as well as un-identified and negotiated repairs), remove all existing caulk and prepare the joints to the satisfaction of the Owner, re-caulk with an aliphatic urethane caulk of Owner selected color. Caulk-removal includes, but is not limited to, the caulking the perimeters of door and window frames, perimeter of louvers, flashing reglets of parapet walls, between pre-cast panels (horizontal and vertical), and between curbs and precast panels. The only joints not to be re-caulked are those joints where precast panels are sitting on curbs having a through-wall flashing having no weep-ropes or vents (especially at the foundation wall). The project includes the removal of scum from and the cleaning of all exterior glass surfaces.
RFB-66-16 Upgrade State Data Center Readiness-Switchgear
RFB-66-16 Upgrade State Data Center Readiness-Switchgear
Project Manager Name: Brian Cottongim Phone: (502) 782-0317 Email: Brian.Cottongim@ky.gov
Estimate: $1,612,645.00
Estimated Length of Project: 350 (Substantial Completion) + 21 (Final Completion)
Upgrade State Data Center Readiness – This project consists of multi-phased electrical upgrades for the Commonwealth Office of Technology in Frankfort, Franklin County, Kentucky. Work primarily consists of the addition and replacement of medium voltage and low voltage electrical distribution equipment and cabling. Miscellaneous supporting HVAC and General Trades construction is also included.