Estimate:
$365,912.25
Estimated Length of Project:
(Substantial Completion) + May 31, 2020 (Final Completion)
The Division of Abandoned Mine Lands wishes to receive bids to perform reclamation work on approximately 96.4 acres of mine land in Breathitt County, Kentucky. The work will consist of earthwork, gradework, highwall removal, revegetation and pond removal of one bond forfeiture permit.
The project is the renovation of the Shower/Toilet Room at the Mayfield Youth Development Center. The work shall include complete demolition of existing plumbing fixtures and interior partitions. New work shall include new floor slab, concrete masonry, painting and ceiling finishes, security grade plumbing fixtures, HVAC diffusers and grilles, surface lighting, and power. Toilet and shower accessories are also included in the work. The contract shall include the provision of a 6-suite combo shower trailer during the extent of facility renovations, currently scheduled as a three-month process. Renovations of the accessible shower and toilet room shall be considered as a part of the Base Bid.
20-02 / Harrods Cove Pressure Reducing Valve Station
20-02 / Harrods Cove Pressure Reducing Valve Station
Louisville Water Company is requesting Bids for providing all labor, rigging, tools, equipment, and materials to install pre-fabricated, underground pressure reducing valve station, water main and electric utilities, landscaping, irrigation, fencing, paving, and restoring site. Furnish and install all items and accessories for a complete project.
20-13 / Minor Lane Area Water Main Replacement Project
20-13 / Minor Lane Area Water Main Replacement Project
Louisville Water Company is requesting Bids for the supply and installation of 2,520 +/- linear feet of 6-inch Pressure Class 350 ductile iron water main, 70’ +/- linear feet of 6-inch Pressure Class 350 restrained joint ductile iron water main and 2,525 +/- linear feet of 6-inch DR-18 C900 PVC water main. Also included with the project is the supply and installation of 8 fire hydrants, and the supply and transfer, renewal, relocation or discontinue of 116 +/- customer services. Contractor shall supply and install all materials required for the completion of this project.
Please note: Addendum No. 1 has changed the Pre-Bid Meeting Date from February 18, 2020 to February 21, 2020
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of the Ohio River Force Main Odor and Corrosion Control Contract No. 16114, Budget ID No. D18285, Drawing Record No. 16114, Sheet No. 1-33, will be received at the office of MSD until 10:00 AM, Local Time, Tuesday March 3, 2020, and will be publicly opened and read at that place and time.
Description and location of Project: Project to include installation of an Oxygen Injection System and site improvements at MSD’s Barbour Lane Pump Station (located at 4640 Barbour Lane, Louisville KY). Contractor to provide/install two new concrete pads and oxygen injection equipment and piping. The existing driveway at the Barbour Lane Pump Station will be improved and an additional entrance to the site will be provided, including new chain link fencing and gates.
Project also includes installation of automatic valve actuators at the ORFM valve structure on Indian Hills Trail (located immediately north of I-71 and east of Indian Hills Trail). Contractor will be required to run electricity from MSD’s Muddy Fork Pump Station (located immediately south of I-71and west of Indian Hills Trail) to the Indian Hills valve structure. Contractor will also be required to construct an elevated platform at the site to elevate telemetry/controls above the 100 year floodplain.
All appurtenant mechanical, electrical, instrumentation and civil/site work is to be included.
All work shall be done in accordance to MSD’s Standard Specifications.
There will be a mandatory pre-bid meeting held for this project. The meeting will be held at the MSD Main Office Building, 700 West Liberty Street at 10:00 AM local time on Tuesday, February 18, 2020. A mandatory site visit at the Barbour Lane Pump Station will be held immediately following the pre-bid meeting.
The Engineer’s Construction Cost Estimate for this project is between $1,500,000.00 to $1,800,000.00.
The bid documents will be available on, Friday, January 31, 2020, 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 Meskerem Eshetu, PE. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Meskerem Eshetu E-mail: meskerem.eshetu@louisvillemsd.org. Questions received less than ten 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 least 15.0% 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, Meskerem Eshetu, PE MSD Interim Supplier Diversity Policy and Guidelines for this project is as follows:
15% MBE and 6% WBE participation is required for this project. MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
LOCAL LABOR COMMITMENT PREFERENCE: No
COMMUNITY BENEFITS PROGRAM No
The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.
20-0319 Request for Proposal: Large Diameter Sewer Rehabilitation Progressive Design-Build Project
20-0319 Request for Proposal: Large Diameter Sewer Rehabilitation Progressive Design-Build Project
Please note the bid date and time has been changed to April 9, 2020 at 10:00 A.M. Local Time.
The Louisville and Jefferson County Metropolitan Sewer District (MSD) invites submittal of
responses to this Request for Proposals (RFP) for Progressive Design-Build (PDB) services for
the Large Diameter Sewer Rehabilitation Project (Project).
The deadline for responding to this RFP with a Proposal is Thursday March 26, 2020 at
10:00 AM (EST) local time.
All inquiries and correspondence regarding this RFP and procurement process shall be directed
only to Mr. John Allen, MSD Procurement Manager, via e-mail only (no phone inquiries please)
to john.allen@louisvillemsd.org, Subject: Large Diameter Sewer Rehabilitation Progressive
Design-Build RFP.
The deadline for inquiries is Thursday March 12, 2020 at 5:00 PM (EST)
local time.
Grayson County Board of Education – Middle School Partial Reroof
Grayson County Board of Education – Middle School Partial Reroof
Sealed Bids will be received by the Grayson County Board of Education for the furnishing of all labor, materials, equipment and services for the
Grayson County Middle School Partial Reroof
Grayson County Board of Education – Technology Center Partial Roof Replacement
Grayson County Board of Education – Technology Center Partial Roof Replacement
Sealed Bids will be received by the Grayson County Board of Education for the furnishing of all labor, materials, equipment and services for the
Grayson County Technology Center Partial Roof Replacement
Estimate:
$395,055.00
Estimated Length of Project:
(Substantial Completion) + May 31, 2020 (Final Completion)
The Division of Abandoned Mine Lands wishes to receive bids to perform reclamation work on approximately 85 acres of mine land in Clay County, Kentucky. The work will consist of earthwork, gradework, revegetation and pond removal of one bond forfeiture permit.
Estimate:
$961,820.00
Estimated Length of Project:
(Substantial Completion) + 365 Calendar Days (Final Completion)
The proposed Lower Beech Creek AMD Abatement Project, approximately 99 acres total, consists of approximately 10 acres of stream bank restoration, 66 acres of borrow area and 23 acres of acid producing barren refuse/acidic clays. The site is located near the outfall of Lower Beech Creek into headwaters of the Pond Creek. The site is located on the Drakesboro Quadrangle. The site access point is located at 37°-10’-58.18” N, 87°-04’-28.36” W. To reach the site, from the Central City exit on the Western Kentucky Parkway, take U.S. 431 south for 6.5 miles. Turn right onto KY 176 West and go 1.7 miles. Turn left onto Merle Travis Highway and go 1.2 miles. Turn right onto Wyatts Cemetery Road and go to the gate on the left at the above latitude and longitude.
There are three proposed borrow areas located at this site, 66 acres total. One site located on the northern central area consists of 33 acres. The second site is located on the south central area and consists of 27 acres, and the third site located on the south west area consists of 6 acres. It is estimated that no more than 50% of the borrow area will be disturbed. These areas have previously mined areas within their boundaries. There will be a permanent stream crossing from Zone 2 to Zone 4 constructed to allow access to zone 4 from either direction.
Zone 1:
Zone 1 consists of 2,575 LF (1.25 acres) of stream bank restoration. Zone 1 will have 25 tons/acres of agriculture limestone spread across all exposed refuse. Refuse will be removed from the stream channel banks and roadsides. All slopes except for isolated areas at the discretion of the engineer will be graded to less than 3:1. Zone 1 will then have 50 tons/acre of agriculture limestone applied, with a minimum of 2’of clean soil/spoil placed over the limed areas. Area will be seeded with the AML wildlife mixture. If the road to stream height is greater than 10 feet, benches will be installed on 10’ verticals. Benches are to be 3’ wide with ECB swale ditches running to vertical drop drains or natural drains. ECB “V” ditches will be constructed along the roadside and a drop drain to the stream installed at least every 200 LF or at a natural drain. Drop drains will be armored from the roadside to the stream with Class II/ III rock channel at least 3 feet thick in a 4 feet flat bottomed ditch design.
Zone 2:
Zone 2 consists of 1,975 LF (3.40 acres) of stream bank restoration. Zone 2 will have 25 tons/acre of agriculture limestone spread across all exposed refuse. Refuse will be removed from the stream channel banks and roadsides. Hillsides will be graded incorporating the agriculture limestone. Benches will be installed on 10’ verticals. ECB swale ditches will be installed on the created benches running to vertical drop drains or natural drains. All slopes except for isolated areas at the discretion of the engineer will be graded to less than 3:1. Zone 2 will then have 50 tons/acre of agriculture limestone applied, with a minimum of 2’ cap of clean soil/spoil placed over the limed areas. The area will be seeded with the AML wildlife seed mixture. ECB “V” ditches will be constructed along the roadside and a drop drain to the stream installed at least every 200 LF or at a natural drain. Drop drains will be armored from the roadside to the stream with Class II/ III rock channel at least 3 feet thick in a 4 feet flat bottomed ditch design
Zone 3:
Zone 3 consists of 5.00 acres. Zone 3 will have 25 tons/acre of agriculture limestone spread across all exposed refuse and then be graded. Zone 3 will then have 50 tons/acre of agriculture limestone applied with a minimum of 2’ cap of clean soil/spoil placed over the limed areas. Zone 3 will then receive a final coverage of 25 tons/ acre of agriculture limestone with a wildlife seed mixture. Refuse will be removed from stream banks at the stream channel and placed in uniform layers south of the access road. This area will also be capped with a minimum of 2’ of clean soil/ spoil. All slopes except for isolated areas at the discretion of the engineer will be graded to less than 3:1. ECB “V” ditches will be constructed along the roadside with Class II anchors installed on 200 ‘ centers and a drop drain to the stream installed at least every 200 LF or at a natural drain. Drop drains will be armored from the roadside to the stream with Class II/ III rock channel at least 3 feet thick in a 4 feet flat bottomed ditch design.
Zone 4:
Zone 4 consists of 23 acres of restoration of a refuse disposal area. Excess refuse will be buried in the area. Zone 4’s refuse will be graded for positive drainage and then have 50 tons/acre of agriculture limestone spread across all exposed refuse. Zone 4 will then be capped with a minimum of 2’of clean soil/spoil material and then receive a final coverage of 25 tons/ acre of agriculture limestone with the AML wildlife seed mixture.
The project site has been previously disturbed by coal mining operations. Construction disturbances will be kept to a minimum with a stringently formulated sediment and erosion control program. Prior to beginning any major earth disturbance (excluding initial site preparation for access only), all silt control measures will be installed including silt traps and silt barriers (bales and silt fence). Tree clearing must be completed between October 15th and March 31st inclusive. All disturbed areas will be promptly revegetated at the end of construction. Revegetation will use the AML wildlife seed mixture unless otherwise noted. Enough mulch has been included for two applications in the event the application of a cover crop is required.
The work entails the remediation and selective replacement of the existing built-in millwork and solid surface countertops in kitchens and living areas in all six (6) of the Bingham Gardens Group Homes.
CCK-2463-20 Taylor Building: Tower, Entrances, Windows & Miscellaneous Renovations
CCK-2463-20 Taylor Building: Tower, Entrances, Windows & Miscellaneous Renovations
THE PROJECT IS FOR THE RESTORATION AND REPAIR OF THE TOWER AND CUPOLA INCLUDING A
NEW CUPOLA ROOF, NEW TOWER WINDOWS, AND RECONSTRUCTION OF THE ORIGINAL WEATHER
VANE. OTHER IMPROVEMENTS ARE THE INSTALLATION OF TWO BASEMENT BELOW-GRADE
WINDOWS AND WINDOW WELLS, SLATE ROOF-REPAIRS, BUILDING ENTRANCE RENOVATIONS, AND
EXTERIOR LIGHTING UPGRADES.
THERE ARE TWO ADD ALTERNATES WITH THE PROJECT, AUDITORIUM WINDOW RENOVATIONS AND
EXTERIOR TUCKPOINTING.
Flood Pump Station Electric Grease Lubrication System Upgrade Project
Flood Pump Station Electric Grease Lubrication System Upgrade Project
Description and location of Project: This Contract provides for the installation of electric grease lubrication systems at five flood pump stations and all other appurtenant work. This project is generally located at five different flood pump stations (FPS): 5th St FPS, 10th St FPS, 17th St FPS, 27th St FPS & 34th St FPS.
RFB-157-20 Parks – Burnside Campground Improvements
RFB-157-20 Parks – Burnside Campground Improvements
Estimate:
$585,196.00
Estimated Length of Project:
Various (Substantial Completion) + 30 (Final Completion)
The project is for improvements to a portion of the existing General Burnside State Park Campground. The project intent is to upgrade electrical, sanitary and water utilities at existing campsites, construct two ADA compliant / accessible campsites, and site improvements to additional campsites.
Project scope includes a Base Bid and multiple Additive Alternates. Base Bid Scope includes limited site clearing and demolition of three existing campsites, selected tree removal, as well as clearing of existing landscape material to as required to construct new utilities, construction of new 50 amp electrical service to 34 camp sites, sanitary service to 17 camps sites and construction of a new sanitary lift station, water service to 17 camp sites and minor landscape improvements. There are four (4) Additive Alternates of similar scope, to improve existing campsites by widening existing asphalt driveways, constructing new crushed stone living areas and providing new site amenities. Refer to the Schedule of Alternates in the Drawings for additional requirements.
City of Frankfort – Frankfort West Main Street Two Way Conversion
City of Frankfort – Frankfort West Main Street Two Way Conversion
This project shall consist of removing and replacing existing
pavement markings, traffic control devices and signs as well as the installation of a signal at
Ann Street.
20-07 / Kenilworth Road Area Water Main Replacement
20-07 / Kenilworth Road Area Water Main Replacement
The Company’s Project Manager’s estimate for the Contract plus Company supplied materials for
this Project is $500,001 – $1,000,000. If the Company’s Project Manager’s estimate for the
Contract plus Company supplied materials exceeds $250,000: a Bid Bond is required. For this
Contract, a Bid Bond is required.
Estimate:
$5,029,791.69
Estimated Length of Project:
September 20, 2020 (Substantial Completion) + October 30, 2020 (Final Completion)
Kentucky Exposition Center is located at 937 Phillips Lane, Louisville, Kentucky, just north of I-264 and just west of I-65. The Expo Center currently utilized five (5) vehicular gates to enter the property. This project, as currently constructed, is to design new vehicular entry gates and immediate site modifications for Gate 1 (on Freedom Way). In general, the new vehicular gate entry will receive new lane modifications, employee toll booths (10 with one being ADA accessible), toll booth canopy with integrated digital technology, and a new auxiliary building that will host a restroom and IT space. Plans will be required to be reviewed by the Kentucky Department of Housing, Buildings, and Construction, Division of Building Code Enforcement. The design will be regulated by the Kentucky Building Code (The KBC includes IBC 2015 with certain modifications). Building Code and Energy Code are as follows: 2018 Kentucky Building Code (IBC 2015) / ASHRAE 90.1-2010.
Monticello Utility Comm – Water Line Utility Relocation – Reconstruction of KY 90 From Old Mills Spring Road to Bridge
Monticello Utility Comm – Water Line Utility Relocation – Reconstruction of KY 90 From Old Mills Spring Road to Bridge
The work to be bid is described as follows:
The relocation of existing 2-inch through 16-inch water line and accessories;
and installation of 2-inch through 16-inch PVC, ductile iron pipe, meter settings, steel
cover pipe, bores, and associated accessories.
City of Lawrenceburg – Downtown Sidewalk Replacement Project
City of Lawrenceburg – Downtown Sidewalk Replacement Project
This project is for replacing dilapidated sidewalks on the East and West side of 100 block of
South Main Street. This area is between Court Street and Woodford Street. The width of the
sidewalk varies between 7 and 24 feet. Project includes approximately 12,400 square feet of
sidewalk replacement, 400 feet of curb replacement, 21 ADA sidewalk ramps and
appurtenances.
GEOGRAPHIC COORDINATES LATITUDE 84:53:46.38 LONGITUDE 38:2:12.11
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