RFB-80-20 KSFB – KICC Sewage Ejector Pumps
RFB-80-20 KSFB – KICC Sewage Ejector Pumps
Project Location: Louisville
RFB-80-20 KSFB – KICC Sewage Ejector Pumps
Project Location: Louisville
RFB-78-20 KDFWR – (WMA) Lead Recycling
Estimate:
$229,000.00
Estimated Length of Project:
60 (Substantial Completion) + 30 (Final Completion)
The Miller Welch Central Kentucky Wildlife Management Area is a designated area located near Berea, Kentucky that operates a trap shooting range. The Kentucky Department of Fish and Wildlife, the User Agency, and the Division of Engineering and Contract Administration, the Owner, wish to recover the lead shot from the range for recycling. Work elements include the installation of sediment and erosion control protection, removal of six inches of soil, stockpiling excavated lead, removal processing, sieving/removal of lead and trash (spent shotgun shells and clay pigeons), segregating lead for recycling, containerizing lead for shipment to a licensed recycler, identification and characterization and shipment of other wastes identified, re-placement of soils and grading to drain to approximate original contour, placing and disking soil amendments and the revegetation of the site. A small ridge as noted on the Drawings may be used a borrow area if needed. A decontamination station shall be established by the CONTRACTOR for equipment, and all equipment shall be decontaminated prior to work on site and prior to leaving the site.
Project Location: Berea
RFB-75-20 DOCJT – Training Labs and Classroom Renovations
Estimate:
$779,357.00
Estimated Length of Project:
March 20, 2020 (Substantial Completion) + 30 (Final Completion)
Work of the Project includes interior renovation of approximately 3,500 square feet of interior classroom/lab space on the third floor of the Funderburk Building located on the campus of Eastern Kentucky University on Kit Carson Drive in Richmond, Ky.
Renovation work includes modifications to partition walls, doors, frames, floor, wall and suspended acoustic ceiling finishes, fire protection, plumbing, HVAC, electrical, and communication systems. Permanent removal of existing casework and installation of new stainless-steel lab casework, fume hood and ceiling supported snorkel systems are also included.
Project Location: Richmond
RFB-74-20 FSS – History Center Chiller Replacement
Estimate:
$379,000.00
Estimated Length of Project:
180 (Substantial Completion) + 30 (Final Completion)
The scope of this project is to replace chillers, cooling towers and pumps associated with the chilled water system at the History Center building in Frankfort. This project will include mechanical replacements, electrical upgrades as well as associated controls upgrades and programming.
Project Location: Frankfort
City of Wilder – New Fire Station, Municipal Building Renovations, & New City Center Park
Project consists of furnishing all labor and materials to complete the NEW FIRE
STATION, MUNICIPAL BUILDING RENOVATIONS, AND NEW CITY CENTER PARK
Project Location: Wilder, Kentucky
WKU-10213 JOC Price Contract for Electrical Contractor
Bids are requested by Western Kentucky University, from eligible firms located within a 125-mile radius of Bowling Green, KY (licensed and insured) to establish price contracts for the furnishing of labor, materials, and services for a Job Order Contract for Electrical Services on facilities utilized by Western Kentucky University.
Project Location: Bowling Green, Kentucky
RFB-73-20 KYTC – Floyd County Small Office Building
Estimate:
$264,724.00
Estimated Length of Project:
150 (Substantial Completion) + 30 (Final Completion)
This Work includes removal of the existing weigh station office building. The existing static scale will be reused and protected from damage. The Work includes a new 974 sf weigh station office building built on concrete raft foundation. The new building will be slab on grade (integrated with raft foundation, see Structural Drawings) with wood frame walls, brick masonry veneer, wood trusses, asphalt shingle roof, aluminum storefront entrances and windows. The following functions will be included: Scale Monitoring Area, Customer Service Area, Break Area with kitchenette and metal lockers, Accessible Restroom, and three Offices. The HVAC system is a VRV mini-split system (see Mechanical Drawings and Specifications for more information). The Electrical system will consist of a new underground 300Amp, 120/240Volt, single phase service feeding a single electrical panel and will be designed per NEC. All service and building wiring shall be in conduit or underground PVC as noted on the plans. An electrical, dual compartment isoduct will be installed on the countertop in Monitoring Area to serve as a backsplash. All receptacles and switches will be ivory in color. Lights will be lay-in LED in the Office Area and LED down lights in the Work Room Areas. Three (3) three (3) inch underground conduits for telephone and communications will be provided to serve the building’s voice and communications needs. A central, wall mounted MDF shall be provided to house the data rack, phone rack, radio rack, and internet rack. A new public address system using new amplifier, microphone, and pole mounted site speakers will be provided. The work includes new concrete curbs, walk, and parking area (including one van accessible space), and new striping in vehicular use areas. Please note, no mechanical, electrical, or plumbing work is to be installed above the 10’ drywall ceiling in the truss space attic.
Project Location: Floyd
RFB-54-20 TAB Svcs for Renovate Atwood Ag Research Bldg
Estimate:
$ 25,000.00
Estimated Length of Project:
(Substantial Completion) + April 5, 2020 (Final Completion)
Scope of work for the TAB (Testing Adjusting and Balancing) Agency consists of furnishing all required materials, tools, instruments, coordination, participation and labor to perform and complete the TAB services per the Project plans and specifications for the above referenced Building Project.
Project Location: Frankfort
Perry County Public Library – Minor Renovations
REBID: Post Bid Addendum 2 has changed bid date for BP#2 – Roof and BP#4 – Cargo Lift ONLY to November 14, 2019 at 2:00PM ET
Project consists of furnishing all labor and materials to complete the
PERRY COUNTY PUBLIC LIBRARY
Project Location: Hazard, Kentucky
Boyle County Board of Education – Boyle County Middle School Road Extension
Project consists of furnishing all labor, materials, equipment and services for the Boyle County Middle School – Road Extension
Project Location: Danville, Kentucky
19-102 / Tanglewood Pressure Reducing Valve Station
Louisville Water Company is requesting Bids for the furnish and install of an underground pressure reducing valve (PRV) station and associated water main.
Project Location: Louisville, Kentucky
City of Shepherdsville: 2019 Sewer Lining/Rehabilitation Project
The 2019 SEWER LINING/REHABILITATION PROJECT involves the rehabilitation and
lining of approximately 21,000 linear feet of various size sanitary sewers, and all other
appurtenant work
Project Location: Shepherdsville, Kentucky
City of Glasgow – Glasgow Regional Landfill – Gas Collection System Expansion
The program of work for which bids are to be submitted consists of, but is not limited to, the following:
Gas Collection System Expansion.
Project Location: Glasgow, Kentucky
RFB-56-20 TAB Svcs for EOC Building HVAC Upgrade
Estimate: $ 25,000.00
Estimated Length of Project: (Substantial Completion) + April 28, 2020 (Final Completion)
Scope of work for the TAB (Testing Adjusting and Balancing) Agency consists of
furnishing all required materials, tools, instruments, coordination, participation and
labor to perform and complete the TAB services per the Project plans and
specifications for the above referenced Building Project.
Project Location: Frankfort
EKU 72-20 Telford Hall VRV Cleaning
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
Project Location: Richmond, Kentucky
CCK-2443-20 North Ag HVAC General Contractor – 2508.0
HVAC system upgrade consisting of six new air handling units, lab and general exhaust fans
and associated ducts, pipes and controls. Replacement of existing heating water system
including heat exchanger, pumps and controls.
Project Location: Lexington, Kentucky
City of Fleming Neon – Sewer Force Main Relocation Project
City of Fleming Neon – Sewer Force Main Relocation Project
Project Location: Fleming Neon, Kentucky
RFB-70-20 KSU – Install Pedestal, Arboretum
Estimate:
$158,098.00
Estimated Length of Project:
90 (Substantial Completion) + 30 (Final Completion)
The purpose of the project is to provide a viewing pedestal for the installation of four horse sculptures obtained by Kentucky State University.
The project includes partial demolition of an existing parking lot to allow space for a new viewing plaza. Adjacent to the viewing plaza is a concrete pedestal for mounting (4) university owned horse sculptures. Project includes new electrical lighting, concrete curb and gutter, concrete paving, concrete unit paving, miscellaneous asphalt repair, landscaping and sodding.
Project Location: Frankfort
9716 Hudson Lane Drainage Improvement Project
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of 9716 Hudson Lane Drainage Improvement Project, Contract No. 2020-006, Budget ID No. C20232, will be received at the office of MSD until 10:00 am, Local Time, October 22, 2019, and will be publicly opened and read at that place and time.
Description and location of Project: This unit based construction order is for the 10-inch driveway pipe and 1-foot paved ditch installation along Hudson Lane in Council District 20.
All work shall be done in accordance to MSD’s Standard Specifications.
There will be no pre-bid meeting held for this project.
The Engineer’s Construction Cost Estimate for this project is between $30,000.00 to $49,000.00.
The bid documents will be available on, September 26, 2019, 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 Joseph S Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer Barry Pickett at Barry.Pickett@louisvillemsd.org.. Questions received less than two days prior to the date for opening of bids will 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 Procurement Buyer, Barry Pickett at Barry.Pickett@louisvillemsd.org..
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
Angela Akridge, P.E.
Chief Engineer
Rene’ Lindsay
One Water Chief Procurement Officer
Project Location: Louisvile
LFUCG – UK Trunk C, D & E Wastewater System Improvements – 89-2019
The project includes providing all construction supervision, coordination, labor, materials, tools,
and equipment necessary for the construction of approximately 205 linear feet of eight (8) inch
sanitary pipe, 71 linear feet 10-inch sanitary pipe, 94 linear feet of 12-inch sanitary pipe, 25 linear
feet of 15-inch sanitary pipe, 80 linear feet of 18-inch sanitary pipe, 4,208 linear feet of 21-inch
sanitary pipe, 1,822 linear feet of 24-inch sanitary pipe, 1,898 linear feet of 27-inch sanitary pipe,
595 linear feet of 30-inch sanitary pipe, and 67 manholes ranging between four (4) and six (6)
feet in diameter. This project will include erosion control measures, pavement removal, pavement
replacement, sanitary lateral connection, manhole removal, manhole abandonment, boring
operations, steel encasement, utility service replacements, safe loading of pipes, pavement
striping and many more items to complete the installation of the sanitary trunk sewers.
Project Location: Lexington, Kentucky
RFB-71-20 KSU – Construct Bell Tower
Estimate:
$ 52,600.00
Estimated Length of Project:
45 (Substantial Completion) + 15 (Final Completion)
THIS PROJECT CONSISTS OF THE INSTALLATION OF A PRE-FABRICATED BELL TOWER ON THE KENTUCKY STATE UNIVERSITY CAMPUS.
THE GENERAL CONTRACTOR IS RESPONSIBLE FOR THE FOLLOWING:
• ELECTRICAL SCOPE WHICH INCLUDES INSTALLATION OF 120/240 VOLT CIRCUITS AND LOW VOLTAGE RACEWAYS AND CABLING TO SERVE THE NEW BELL TOWER. SERVICES SHALL BE INSTALLED IN ADJACENT HUNTER HALL AND SHALL BE ROUTED UNDERGROUND TO THE TOWER. ALL WORK SHALL BE CLOSELY COORDINATED WITH THE VENDOR AND THEIR INSTALLATION DRAWINGS.
• CONSTRUCTION OF THE BELL TOWER FOUNDATION AND ANCHOR BOLTS.
• REMOVAL AND REPAIR OF EXISTING SITE PAVING.
• COORDINATING AND ACCEPTING DELIVERY OF THE BELL TOWER.
• SETTING THE BELL TOWER ON THE FOUNDATION AND MAKING ALL STRUCTURAL CONNECTIONS.
• CONNECTING ALL ELECTRICAL AND DATA CABLING.
THE BELL TOWER MANUFACTURER WILL BE RESPONSIBLE FOR OWNER TRAINING AND PROGRAMMING.
Project Location: Frankfort
LFUCG – Fayette County Elementary School Zone Enhancements Project – 104-2019
Consisting of the construction and/or furnishing of items, plus incidentals necessary to complete the work. The work entails installation of roadway signage, pavement markings, crosswalk markings, and other school zone safety improvements in accordance to the
latest Manual on Uniform Traffic Control Devices (MUTCD) at 52 locations. The
installation of the project is to enhance pedestrian safety in the school zones and
encourage alternative modes of accessing the school facilities.
Project Location: Lexington, Kentucky
RFB-64-20 KSU – Signage for Pedway
Estimate:
$ 91,500.00
Estimated Length of Project:
90 (Substantial Completion) + 30 (Final Completion)
Project provides for the construction and install of two (2) illuminated exterior panel signs atop the recently completed Mary E. Sias Pedestrian Walkway crossing over East Main Street (US-60) on the campus if Kentucky State University (KSU). Each sign will meet KSU design standards, colors, font, and include back-lit lettering. The signs will attach to the existing pedway structure and electrical will be feed from the existing stair tower electrical panel
Project Location: Frankfort
RFB-62-20 Johnson County Landfill Leachate Force Main System
Estimate:
$2,808,242.00
Estimated Length of Project:
300 (Substantial Completion) + 30 (Final Completion)
Major Work items in this Contract include:
Installing pump stations, valve vault, and force main.
Installing gravity sewer piping, manholes, and accessories.
Contractor shall coordinate with local utility company for installation of electrical service drops. Contractor shall be responsible for providing all electrical connections from the utility company service drop as specified and as shown on the Drawings. The Contractor shall be responsible for all fees and inspections related to the electrical portion of this project.
Contractor shall coordinate with local utility company for tie-in and meter installation for meter service. Contractor shall be responsible for meeting all utility company requirements for connection and providing all equipment or other apparatus necessary for connections. The Contractor shall be responsible for all fees and inspections related to this portion of the project.
Project Field Office: The Contractor shall provide accommodations in the Contractor’s field office trailer for use by the Owner, Agency, and Engineer throughout the duration of the project.
Project Location: Johnson
RFB-68-20 Leslie Spradlin AML
Estimate:
$149,490.00
Estimated Length of Project:
(Substantial Completion) + 90 Calendar Days (Final Completion)
The proposed project (approximately 1.8 acres total) consists of slide reclamation in Johnson County. The project area is located on the United States Geological Survey (USGS) 7.5’ Paintsville quadrangle (see the attached project and site maps).
The Leslie Spradlin Site consists of removing slide material and constructing a concrete gravity wall. The site is located at 636 Whippoorwill Road, near the community of Nippa, KY. The project area is centrally located at N 37° 51’ 29.20′, W 82° 47’ 14.90′. To reach the site from Paintsville, head north on US 23. Travel 5 miles. Turn right onto KY 993. In 50 feet, turn right onto Whippoorwill Rd. Travel 1 mile. The Spradlin residence is on the left.
Reclamation work consists of removing the slide material and constructing an 85 L.F. long, 9’ tall concrete gravity wall to stabilize the slide area. Two temporary access roads will be constructed. One is off of the south side of the house leading to the slide area and he second is along the existing driveway to access the waste area. The waste material generated during project work will be placed on site in the designated area shown on the planview. Approximately 200 L.F. of ECB ditch work will be installed form the road to the existing stream.
During the process of these construction activities, trees over 5 inches in diameter at breast height will not have to be removed in the AML slide area or to install drainage controls. A sediment and erosion control program, consisting of such measures as a sandbag/stone diversion and a silt rock check downstream of the wall construction will be maintained throughout the life of the project. Prompt re-vegetation using agricultural limestone, fertilizer, seed, and mulch will be implemented on all areas disturbed by this project.
Entry to the work areas will be accessed by the county road, residential driveways, and residentially maintained yards. The entire project work area slated for any excavation has been previously disturbed by any or all of the following: coal mining operations, including mine drainage, timber operations, gas/oil well development, residential development, road construction, and/or high velocity water flows associated with heavy rain events and flooding. 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 the areas slated for significant project-related construction activities.
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.
Project Location: Johnson