CALL 200 CONTRACT ID 111333
MARTIN COUNTY
080GR11D033
KY 3411 AND CR 1351
MARTIN COUNTY
BRZ 1203 (332): LAURA LANE (CR 1351) REPLACE BRIDGE AND APPROACHES OVER ROCKCASTLE
CREEK , A DISTANCE OF 0.06 MILES. BRIDGE WITH GRADE, DRAIN & SURFACE. SYP NO.
12-01083.00.
MARTIN COUNTY
BRZ 1203 (333): FITCH BRANCH ROAD (KY 3411) REPLACE BRIDGE AND APPROACHES OVER
ROCKCASTLE CREEK , A DISTANCE OF 0.05 MILES. BRIDGE WITH GRADE, DRAIN & SURFACE.
SYP NO. 12-01087.00.
CALL 105 CONTRACT ID 111331
OHIO COUNTY
NH 9001 (012): WESTERN KENTUCKY PARKWAY (KY 9001) IMPROVE LIGHTING AT THE EXCHANGE
FROM THE WESTERN KY PARKWAY ONTO THE WILLIAM NATACHER PARKWAY. LIGHTING.
SYP NO. 02-08508.00.
The Division of Abandoned Mine Lands wishes to receive bids to perform reclamation work on approximately 11 acres of mine land in Perry County, Kentucky. The work will consist of earthwork, gradework, and revegetation of 3 bond forfeiture permits.
For continued project description see Special Conditions
The Division of Abandoned Mine Lands wishes to receive bids to perform reclamation work on approximately 10 acres of mine land in Muhlenberg County, Kentucky. The work will consist of earthwork to fill pit and spread topsoil, positive drainage gradework, ECB ditch, roadway stone and revegetation of 1 bond forfeiture permit with 2 increments. For continued descripton, see Special Conditions.
Replacement of field fabricated wood cooling tower with (3) three new Owner furnished Marley stainless steel fabricated cooling towers and three (3) variable frequency controllers each rated at 2,500 GPM.
Roof Replacement Food Service Bldg Kentucky School for the Blind
RFB 30-12
Louisville, Kentucky
The work consists of replacing roofing systems on the roofs of the Food Service Building and on the
entrance foyer of the Classroom Building located on the campus of Kentucky School for the Blind in
Louisville, Kentucky.
The Food Service Building roof system is approximately 16,000 SF and is comprised of a 4-ply asphalt BUR
membrane with ballast over 2″ of fiberglass insulation on top of metal decking. Structure and deck slopes to
drain except on section of the roof where existing structure is flat and built up tapered insulation was installed
at a slope 1/8″/foot to achieve drainage. Tapered insulation totals approximately 6″ at the peak and 2″ at the
low side. The system shall be removed down to the roof deck and replaced with a new roofing system
comprised of 2-ply modified SBS roof membrane over 1 ½” of polyisocyanurate insulation and ½” perlite
resin coating on curbs and pipe structures. In addition, parapet caps shall be removed and replaced with
new pre-finished metal edge trim strips and foil faced flashings to be supported by treated wood blocking
specified to be installed all around parapet edges.
The entrance foyer of the Classroom Building is approximately 410 SF and is comprised of a fully adhered
single ply EPDM roof membrane over plywood deck. It is unknown whether insulation exists under the
membrane. The system shall be removed in its entirety, down to the plywood deck and replaced by a new
system that will include the following: polyisocyanurate insulation, 2-ply SBS membrane roofing and ½”
perlite cover board and perlite tapered insulation. Flashing shall be reinforced resin coatings.
Site Remediation 1219 Wilkinson Blvd. Transportation Cabinet
RFB 29-12
Frankfort, Kentucky
Major work items include; Excavating and stockpiling material at locations and depths
indicated, all excavation is considered unclassified. Installation of sheet pile.
Excavating contaminated soil. The contaminated soil shall be removed from site and
disposed of in an approved landfill. After confirmation sampling is completed the
Contractor shall backfill the excavated areas with the segregated stockpiled material
and crushed stone. And the construction of the final surface as indicated.
The Project consists of the complete removal and replacement of an existing built-up
roof over a concrete deck substrate. Demolition of an existing masonry chimney,
remove 5 existing capped vent curbs and patch, remove the existing gutters and
downspouts and replace with new to match the high roof, remove and replace existing
expansion joints, remove existing sheet metal over windows at 10 locations and
replace with new cladding.
Contract 3- The project consisits of construction of approximately 21,200 feet of 3 and 6 inch waterlines and necessary appurtenances in Big Branch, Maggard Branch and associated Hollows in Perry County. Work includes 200 linear feet of directional drilling with 6″ PE pipe as part of stream crossings and at other locations. Work also includes furnishing and installing a master meter with a pressure reducing valve and a flow control valve. Service will be provided to approximately 52 residences. Please review a set of plans and specifications for further details. Excavation is unclassified. The contractor shall furnish all materials, equipment and labor necessary to complete the construction of the waterline, appurtenances and backfill. Time of completion will be 180 calendar days.The engineers estimate for this project is $550,000.00.
The scope of work includes the construction of a new extended aeration-type WWTP, rated at a peak flow of 9.0 MGD, consisting of one cylindrical fine screen, one vortex grit removal system, two oxidation ditches with vertical turbine mixers, two circular clarifiers, RAS/WAS pump station, UV disinfection, two aerated sludge holding tanks with PD blowers and coarse bubble diffusers, and one sludge dewatering centrifuge. Other structures include scum pump station, plant drain recycle pump station, and process flow splitters. An Administration building will consist of offices and a laboratory.
Louisville Loop Sign and Trailhead Fabrication and Installation
Louisville Loop Sign and Trailhead Fabrication and Installation
Furnish all labor, materials and necessary equipment for the Implementation of Louisville
Loop Sign and Trailhead Fabrication and Installation Project for Metro Parks, per the
attached maps and specifications (utilizing American Recovery & Reinvestment Act of
2009 – ARRA funds).
City Of Williamsburg Commerical Development Infrastructure
City Of Williamsburg Commerical Development Infrastructure
The project consists of approximately 1,600 LF of 8″ PVC waterline, 3,650 LF of 8″ PVC gravity sewer, 680 LF of 10″ PVC gravity sewer, 16 EA 48″ diameter Precast Manholes, 3 EA 48″ diameter Precast Drop Manholes. One aerial sewer creek crossing, tie-ins to existing lines and services, testing and disinfection, and landscaping restoration and seeding.
The work includes the construction of approximately 1,345 linear feet of 4-inch and 6-inch main and all appurtenances thereto as shown on the drawings and specifications.
The work includes the construction of approximately 1,670 linear feet of 4-inch main and all appurtenances thereto as shown on the drawings and specifications.
This project consists of approximately 442 L.F. of 12″ A-2000 PVC Sewer Main, 159 L.F. of 8″ A-2000 PVC SEwer Main, 591 L.F. of 10″ AWWA C151 DIP Water Main, 35 L.F. of 8″ AWWA C151 DIP Water
Work includes remove existing and construct fifty-six (56) new portch covers, including new, metal roofed portch covers with fiberglass columns/brackets at seven (7) Linden Drive townhome buildings.
Contract 397-09-02 Water Treatment Plant Expansion City Of Somerset
Contract 397-09-02 Water Treatment Plant Expansion City Of Somerset
Expansion of the Somerset Water Treatment Plant to 16 million gallons per day. The construction will include a new chemical feed building, conversion of the existing superpulsator building to flocculation basins, a new plate setter building, and a new membrane building.
Contract 4 Five Forks Area Sanitary Sewer System Expansion Rebid
Contract 4 Five Forks Area Sanitary Sewer System Expansion Rebid
The program of work for which bids are to be submitted consists of approximately 35,734 L.F. of 8-inch, 6-inch, 4-inch, 2-inch and 1 1/4 inch force mains, 1,755 L.F. of 10-inch gravity sewer and 150 residential grider pump stations including all related appurtenances as shown on the drawings and described in the specifications for the sewage collection system for the City of Louisa Kentucky. The contract time alloted for the completion of this contract is one hundred eighty (180) consecutive calendar days.