Similar Projects
Improve Safety on Us-119 Through the Gateway Industrial Park to Us-23, Including Us-23 Flyover Ramp
Infrastructure
Conception
$18,340,000 CJ est. value
Whitesburg, KY 41858

Improve Us-119 From North of Ky-15 to Brass Drive (South)
Infrastructure
Conception
$10,060,000 CJ est. value
Whitesburg, KY 41858

Region 4 Indefinite Delivery/Indefinite Quantity (Idiq), Multiple Award Task Order Contracts (Matoc), For Construction Services In The States of Tennessee and Kentucky
New Construction
Design
$250,000 to $50,000,000 est. value

$160M LRD Metal Fabrication, Refurbishment, and Installation Multiple Award Task Order Contracts (MATOCS)
Renovation
Design
$5,000,000 to $20,000,000 est. value

Y-- (MATOC) for Design-Build Construction Services
New Construction, Renovation, Demolition
Post-Bid
$500,000 to $20,000,000 est. value

Rapid Response Single Award Task Order Contract (SATOC)
New Construction
Post-Bid
Less than $95,000,000 est. value

D/B Southeast MATOC - Phase 2
Results
$1,000,000 to $170,000,000 est. value

Construction Services Performed on AJW-242 Unstaffed Infrastructure Sustainment (UIS) Facilities On and Off Airport Operating Areas
Results
Less than $150,000,000 est. value

Asphalt Resurfacing - Shelby Gap Road
Infrastructure
Post-Bid
$933,177 CJ est. value
Thornton, KY 41855

SB Fuels Multiple Award Task Order Contract (MATOC)
Results
Less than $349,000,000 est. value
Washington, DC

Waterline Improvement Project Phase 1
Infrastructure
Post-Bid
$900,000 CJ est. value
Fleming, KY 41840

Region 4 Single Award IDIQ Job Order Construction Contracts (JOCC) for Construction Services In States of AL, FL, GA, KY, MS, NC, SC, & TN
New Construction, Renovation
Results
$2,000 to $5,000,000 est. value

Water Line Replacement and Water Tank Project - Contracts 1, 2, and 3
Infrastructure
Post-Bid
$300,000 CJ est. value
Whitesburg, KY 41858

Region 4 Indefinite Delivery/Indefinite Quantity (IDIQ), Multiple Award Task Order Contracts (MATOC), for Construction Services in the States of Tennessee and Kentucky
New Construction
Results

Disaster Repairs
Renovation, Infrastructure
Post-Bid
$500,000 CJ est. value
Fleming, KY 41840

Last Updated 05/10/2023 04:16 PM
Project Title

Wendell Fields Slide AML Project

Physical Address View project details and contacts
City, State (County) Whitesburg, KY 41858   (Letcher County)
Category(s) Government/Public, Heavy and Highway
Sub-Category(s) Misc. Buildings, Site Development
Contracting Method Competitive Bids
Project Status Results, Construction start expected May 2023
Bids Due View project details and contacts
Estimated Value $125,510 [brand] Estimate
Plans Available from Copy Center
Owner View project details and contacts
Architect View project details and contacts
Description

This project consists of a slide around Mr. Fields house at Tan Yard Hollow Road in Letcher, County. Mr. Fields house is in imminent danger of sliding from its foundation and both the house and slide threatens access to the residences past his house and to Ky 931. This slide is located in Letcher County. To access the site from Whitesburg take Ky 931 in a northerly direction 3.88 miles to Tan Yard Hollow Road. Turn right and travel approximately 500 feet to reach the slide area on the left. The coordinates to the slide area are 3710'32.20"N, 8249'28.56"W. The Waste Area to be used is owned by the Mayking Fire Department and is an active fill site. The site is located beside US 119 in Letcher County approximately 3.4 miles south of the US 119 and Ky 15 junction in Whitesburg, Ky. The Coordinates are 378'15.80N, 8245'34.23W. The primary slide abatement planned consists of a railroad steel and guardrail lagging wall in front of the residence to prevent further damage to the residence and to protect the access of the other residents of Tan Yard Hollow Road and possible closure of Ky 931. Filter fabric and #2 stone backfill will be placed behind the wall. Mobilization is setup to provide for construction equipment to be delivered to the site. Utility Relocation/Replacement is set up in case any utility becomes impacted by the project. Traffic control is set up for road closures. Tan Yard Hollow Road will need to be closed for short periods of time to allow for material and equipment delivery. Structure Removal is setup to address the removal of a car port to facilitate access to the location. Pilot Holes are setup to determine rock line depths in areas that bedrock depths are unknown. This will allow for further determination for the length of rail steel used. Earthwork work bid item is included to excavate for the placement of the rail steel and guardrail lagging wall. A hoe ram and excavator bid item is set up to address any areas where rock or soil needs to be removed to facilitate access for the drill rig and placement of the rail steel. Residential seeding is included for all revegetation efforts within the site. Dense Grade is included to provide for access during normal reclamation. Silt barrier is set up to prevent loose material from reaching the ditch and Tan Yard Hollow Road. Any permits will be obtained prior to construction. No trees (equal to or greater than 5-inch breast height) will be disturbed outside of the winter clearing season (October 15 - March 31th), with the exception of those in the slide and transition areas. A Phase II project will follow to address the remaining slide that is impacting the property and roads below. Lump sum bids will be received from Prime Contractors for the project. All phases of work shall be bid to and through the Prime Contracting Firms. Bids shall be submitted in the manner herein described and on the official bid document form included with the conditions and specifications and shall be subject to all the conditions as set forth and described in the Bid Documents. The lump sum bid shall include all items included on the Estimated Quantities Document. Unit Prices will be used for adjustments to the estimated quantities and contractors will be paid for the actual quantities Bids shall be submitted on the Official Form supplied by the Division of Engineering and Contract Administration. Failure to comply with the foregoing requirements will be cause for invalidation of bid. Award shall be issued on the lowest responsive bid by a responsible bidder. The Bid Document shall contain all qualifying requirements and forms. It is the intent of the Commonwealth of Kentucky to use all available funds No bidder may withdraw his bid for a period of thirty (30) days after the date set for the opening of bids All bids shall be accompanied by a bid guarantee (in the form of a bid bond or certified check) of not less than five (5%) percent of the amount of the total bid. A 100% Performance Bond and a separate 100% Payment Bond shall be furnished by the successful bidder. All bonding and insurance requirements are contained in the Instructions to Bidders and/or General Conditions. Bonds should be executed by a surety company authorized to do business in the Commonwealth of Kentucky. The Division of Engineering & Contract Administration, Commonwealth of Kentucky, reserves the right to reject all bids and to waive all informalities and/or technicalities where the best interest of the Commonwealth may be served This project contains the provisions from the Davis Bacon Act. All contractors must pay the suitable amount listed on the federal wage rates for Letcher County, Kentucky. The rates are titled General Decision Number KY20230060 dated 01/06/2023

Details

Division 03 - Concrete, Concrete Forming and Accessories, Cast-in-Place Concrete.
Division 04 - Masonry, Unit Masonry.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Millwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Weather Barriers.
Division 08 - Openings, Doors and Frames, Entrances, Windows.
Division 09 - Finishes, Plaster and Gypsum Board, Acoustical Ceilings, Flooring, Carpeting, Acoustic Treatment, Painting.
Division 12 - Furnishings.
Division 21 - Fire Suppression, Water-Based Fire-Suppression Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures, Drinking Fountains and Water Coolers.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Air Distribution, Central HVAC Equipment.
Division 26 - Electrical, Power Distribution Units, Lighting, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security.
Division 31 - Earthwork, Clearing and Grubbing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Pavement Markings, Fences and Gates, Irrigation, Planting.
Division 33 - Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents