Estimate:
$432,725.00
Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
This project involves a slide that is above and below Wells Fork Road caused from pre-law mining. The slide removed about 180 feet of the County Road near the Perry/Leslie County line. The slide starts at the upper gravel/dirt road and extends approximately 100 below Wells Fork Road.
This road failure has caused the local residents to take alternate routes due to the road closure since the slide occurred.
The upper road gravel/dirt will have to be re-constructed for approximately 250 feet due to the slide. The road will be moved back into the hillside. This will require hammering of the rock wall and removal of material along the upper side of the road. The road can then be re-constructed.
The lower road will be reconstructed on a new horizontal/vertical alignment by moving the road into the hillside and placed on solid rock, transitioning from the existing road back on both sides of the slide. Both roads will have guardrail installed.
Rail Steel will be installed as directed by the ENGINEER depending upon site conditions on both roads.
This project involves removing the slide material and hauling it to several waste areas. Waste Area No 1 has to be completely filled before any waste can be disposed of in Waste Area 2 and 3. Waste Area No. 3 has trees larger than 3 inches. If utilized the trees will be cut between Oct 16th and March 31st.
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.
These include silt traps and silt barriers (bales & silt fence) at the project site and the waste area. No trees greater than 3″ diameter at breast height will be cut outside the unstable and eroding areas.
All disturbed areas will be promptly revegetated at the end of construction using lime, fertilizer, residential or wildlife seed, and mulch, as necessary. Standard measures will be used for dust control. Access to the site is via county roads and an existing access road.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the 505 Candlelight Lane Drainage Improvement Project Contract No. 2021-013, Budget ID No. C21160, will be received at the office of MSD until 10:00 a.m., Local Time, December 10, 2020, and will be publicly opened and read at that place and time. The public may attend the bid opening via teleconference call.
Description and location of Project: This project includes a paved ditch replacement behind 505 Candlelight Lane in Metro Council District 13. 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 and $50,000.00.
The bid documents will be available on, November 25, 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 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, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms).
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. Due to the current Coronavirus (COVID-19) pandemic measures, MSD will be hosting a Teleconference call in the place of a face-to-face public opening. MSD will also post the As-Read Bid Summary as soon as available. To take part in the Bid Opening Teleconference Call, please call 502-654-8113 and enter code 169017964#.
MSD SUPPLIER DIVERSITY PROGRAM: Not Applicable
The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If applicable, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.
MSD BID DISCOUNT: Applicable
This MSD construction project is bid and advertised as: check applicable below
Construction Services: X
Construction-related Services:
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.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
Work of the Project includes Building and Site Work for the construction of a new 49,893 sf single story
building constructed of masonry veneer on Insulated Concrete Forms with thermally broken steel bucks
and load bearing concrete masonry walls supported by spread footings with slab on grade. Portions of the
exterior walls will utilize single skin metal panels on sub-girts, board insulation and metal stud or CMU
wall backup. Roof Systems will be primarily standing seam metal with some areas of modified bitumen.
Building Efficiency is a project goal therefore continuous air barrier and insulation will be provided for
the building envelope as referenced in the drawings and specifications. An ICC compliant tornado shelter
is included in the project. Building systems include water source heat pump system and an alternate for a
geothermal well field. Site improvements will include earthwork, asphalt paving, concrete paving, storm
sewers, and sanitary sewers.
Lewis County Board of Education – High School Renovation & Addition
Lewis County Board of Education – High School Renovation & Addition
The Lewis County High School Renovation & Addition project will be bid and constructed utilizing the
Construction Management Agency form of construction contract delivery. Trace Creek Construction will
be the Construction Manager for the project under direct contract with the Lewis County Board of
Education. The project consists of a renovation to an existing occupied school which is approximately
62,677 SF in area. The renovation consists of MEP upgrades throughout the school, secure entry
vestibules, renovations to the lobby/receptionist areas, remodeled bathrooms, corridor ceilings, etc. The
project also consists of an approximately 4,426 SF area addition for a locker room facility.
Lewis County Board of Education – Middle School Renovation
Lewis County Board of Education – Middle School Renovation
The Lewis County Middle School Renovation project will be bid and constructed utilizing the Construction
Management Agency form of construction contract delivery. Trace Creek Construction will be the
Construction Manager for the project under direct contract with the Lewis County Board of Education. The
project consists of the renovation of an approximately 69,378 SF occupied student facility that will be
completed in phased work. Remodel work is consistent of but not limited to selective demolition, new
ceilings, new light fixtures, restroom upgrades, upgrades to MEP systems, secured building access, and
minor site improvements.
Lewis County Board of Education – Office Building & Multi-Use Complex
Lewis County Board of Education – Office Building & Multi-Use Complex
The Lewis County Board of Education Office & Multi-Use Complex project will be bid and constructed
utilizing the Construction Management Agency form of construction contract delivery. Trace Creek
Construction will be the Construction Manager for the project under direct contract with the Lewis County
Board of Education. The project consists of the construction of a new wood framed Board of Education
Office approximately 7,089 SF in area with site developments. The project also consists of a new ball field
with bleachers, dugouts, press box, and concessions.
CCK-2517-21 Bruce Poundstone Regulatory Service Building – Cooling Tower Replacement
CCK-2517-21 Bruce Poundstone Regulatory Service Building – Cooling Tower Replacement
THIS PROJECT REPLACES THE EXISTING COOLING TOWER AND CHILLER IN THE AG REG
MECHANICAL ROOM. EXISTING CONTROLS FOR THESE SYSTEMS WILL ALSO BE UPGRADED. THE
PROJECT WILL BE CONDUCTED IN TWO PHASES: PHASE 1 REPLACES THE COOLING TOWER,
CONDENSER WATER PUMPS, AND ASSOCIATED PIPING. PHASE 2 REPLACES THE CHILLER,
CHILLED WATER PUMPS, AND ASSOCIATED PIPING. NEW CONTROLS WILL BE INSTALLED DURING
PHASE 1, AND ADDITIONAL POINTS WILL BE ADDED WHEN PHASE 2 IS INSTALLED.
RFB-119-21 Louisville Environmental Services AI 2117 Remediation
RFB-119-21 Louisville Environmental Services AI 2117 Remediation
Estimate:
$218,000.00
Estimated Length of Project:
90 (Final Completion)
The proposed work consists of the construction (injection) of a 150-foot long BOS-200® Barrier Wall in the subsurface along the top of the Ohio River bank and perpendicular to the groundwater plume, to create a permeable treatment barrier between the area of impacted groundwater and the Ohio River. The barrier wall includes a total of 69 injection points and is divided into four sections with different lengths, and each area having a different injection design. Two of the wall sections include 3 rows of injection points with two injection depth intervals (33-42 feet and 43-48 feet). The other two sections include four rows of injection points with three injection depth intervals (33-42 feet, 43-48 feet, and 49-53 feet).
Tasks to be performed include: preparation of a project work plan and health and safety plan, acquisition of any required permits/approvals, installation of erosion and sediment control features, limited clearing of brush and tree limbs to access the work area while minimizing disturbance of surface soils, furnishing of all materials required, installation of the BOS-200® Barrier Wall, and restoration of the work area.
CCK-2514-21 BP-01 General Requirements/Work Categories – Demolition and Abatement – Frazee Hall
CCK-2514-21 BP-01 General Requirements/Work Categories – Demolition and Abatement – Frazee Hall
The Renew/Modernize Frazee Hall project includes returning the exterior of the
building to its 1907 appearance while modernizing the interior to fit the needs of the
University of Kentucky’s staff and students.
The Project Scope consists of the Exterior Site Upgrades in the vicinity of the newly constructed Instructional Complex, Building ‘L’, for Southcentral Kentucky Community and Technical College in Bowling Green, Kentucky. The construction scope includes a new plaza, continuation of the decorative masonry and metal fence along the campus’s front entrance, remediation of parking lot drainage issues, enhancement & remediation of erosion issues for an embankment along the adjacent parking lot, new sidewalk and stairs to improve access to and from the adjacent parking lot and a concrete pedestal near the new plaza for a future custom sculpture.
The project will mostly consist of the redevelopment of an existing quad between Building ‘L’ and Buildings ‘J’ and ‘I’ to create the new plaza, which will serve as a student commons area consisting of outdoor dining space, terraced seating for outdoor instruction/gathering, open space for passive recreation, a grand double sidewalk connection from the Welcome Center parking lot to the main entrance of Building ’L’, and a Memorial Plaza space to recognize SKYCTC donors. A grove of shade trees will shade much of the commons area in a grid pattern above varying pavement patterns, types, and finishes. A 1,500 square foot lawn area begins to break up the hardscape and also provide students a ‘cooler’ place to site beneath the tree canopy. A variety of seating options are made available throughout the commons, including moveable tables and chairs, benches, seat walls with wood toppers and concrete terraced seat walls. Landscaping includes large, columnar shade trees, ornamental trees, tall grasses, and low perennial ground covers. Landscape areas in the commons area will be irrigated.
McCreary County Water District – Sanitary Sewer Collection System Expansion – Phase 1
McCreary County Water District – Sanitary Sewer Collection System Expansion – Phase 1
The primary scope of work includes the installation of approximately 50,250 LF of 1.5-inch
HDPE force main, 47,610 LF of 2-inch PVC force main, 18,901 LF of 3-inch PVC force main,
14,099 LF of 4-inch PVC force main, 12,000 LF of 4-inch PVC gravity sewer (laterals), 1,108
LF of 6-inch HDPE casing pipe (directional bore), 68 LF of 8-inch HDPE casing pipe
(directional bore), 53 air release valve assemblies, 414 grinder check valve assemblies, 414
grinder pump stations (single stage), and related appurtenances.
Estimate:
$1,508,290.00
Estimated Length of Project:
(Substantial Completion) + 365 Calendar Days (Final Completion)
The proposed G XV PBG 20 X-Cell Energy and Coal Co. 877-0175 bond forfeiture projects consist of backfilling 3 highwalls and two pits. Backfill material will be generated from excavation of landslides on the permit. Other slides located on the permit will be abated by regrading and construction of rock toe buttresses. Designated areas of erosion will be graded to remove gullies. ECB Ditches will be construction as shown and described in the plans. Water treatment as required will be performed. On-site sediment ponds will be eliminated with adjacent material along with creating positive drainage in all areas. All disturbed area will be revegetated by Seed bed prep, Hydro Seeding and Hydro Mulching. Silt fence will be installed to prevent erosion and enhance revegetation efforts. Approximately 42 acres will be addressed.
To access the site entrance; from Salyersville KY travel approximately 7.5 miles on KY 7, in a westerly-northerly direction towards Edna KY. Once reaching KY 1081 turn left and travel approximately 1.1 miles until reaching an intersection. Turn right, which will keep on KY 1081, and travel approximately 1.4 miles until reaching the entrance to the site, located on the left side.
The coordinates at the entrance: 37°47’45.93″N 83°11’13.84″W
City of Frankfort – Blanton Acres Stormwater Improvements Project
City of Frankfort – Blanton Acres Stormwater Improvements Project
Project includes the furnishing and installation of all materials, equipment, labor and incidentals
required for stormwater improvements of the Blanton Acres subdivision. Improvements include
turf reinforcement lined swales, new storm sewers, street improvements, and all other items
included.
Louisville Water Company is requesting Bids for the furnish and installation of approximately 4,020 square feet of asphalt paved roadway, approximately 550 CY of roadway fill, 47 +/- LF of 60-inch concrete storm pipe (Or approved equal) near the intersection of Lotus Road and KY 245 in Bullitt County. All the above shall be made ready for use in accordance and compliance with the contract
documents. All materials to be supplied by the contractor.
The project involves the demolition and replacement of failing concrete pavement serving as dock access/storage areas on both the east and west sides of the Surplus Properties Facility located at 999 Chenault Road, Frankfort, Kentucky. The east side area is comprised of approximately 600 square yards of concrete paved area, and the west side is comprised of approximately 106 square yards of paved area. Proposed thickness of the new pavement section consists of 6-inches dense graded aggregate base layer with 7-inches of reinforced concrete pavement layer. Demolition and removal of the existing pavement debris from the site is included in the project. Erosion and sediment control measures are to be implemented, and some minor grading and cleaning of an existing drainage pipe are required.
This project consists of installation of new HVAC units to serve the auditorium and associated electrical upgrades and new boiler installation. Work includes new under-floor distribution system and ductwork, cleaning existing ductwork in attic to be reused as return air duct, and new ductwork to serve the balcony area, natural gas piping, and HVAC Controls. Associated architectural work includes, but is not limited to, new gypsum board walls and doors for mechanical spaces, brick repointing, structural pier repair, and plaster repair and repainting.
Alternate 1 – The contractor shall provide a lump sum price to furnish and install the unit tagged AHU-2 to serve the balcony. This shall include all material and labor for ventilation/outside air, supply air and return air ductwork, hot and chilled water piping, unit, installation, controls, power, and wall openings associated with the unit tagged AHU-2. Work includes associated architectural plaster ceiling repair work and door and window modifications as indicated on the drawings.
Alternate 2 – The contractor shall provide a lump sum price to repair existing plaster ceilings in the auditorium as shown on sheet A7.1. Work includes repainting the entire ceiling including plaster and wood trim in the auditorium both above and below the balcony. Work excludes painting the stage ceiling. Work to be completed after the mold and mildew has been remediated under a separate contract. General contractor to schedule sequence of work.
Alternate 3 – The contract shall include all labor and material to dismantle (14) chain hung light fixtures above the auditorium seating. Scope of work shall be to re-lamp each fixture with (4) LED lamps each, clean the globes and reassemble the fixtures.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the 8506 Running Springs Drive Drainage Improvement Project Contract No. 2021-012, Budget ID No. C19099, will be received at the office of MSD until 10:00 a.m., Local Time, December 8, 2020, and will be publicly opened and read at that place and time. The public may attend the bid opening via teleconference call.
Description and location of Project: This project includes boulder toe wall, and boulder bottom installation along the rear channel behind 8506 Running Springs Drive in Metro Council District 16. 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 $ 50,000.00 and $100,000.00.
The bid documents will be available on, November 18, 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 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, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms).
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. Due to the current Coronavirus (COVID-19) pandemic measures, MSD will be hosting a Teleconference call in the place of a face-to-face public opening. MSD will also post the As-Read Bid Summary as soon as available. To take part in the Bid Opening Teleconference Call, please call 502-654-8113 and enter code 352082497#.
MSD SUPPLIER DIVERSITY PROGRAM: Not Applicable
The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If applicable, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.
MSD BID DISCOUNT: Applicable
This MSD construction project is bid and advertised as: check applicable below
Construction Services: X
Construction-related Services:
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.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
City of Jeffersonville – Crums Lane #3 Pump Station Replacement
City of Jeffersonville – Crums Lane #3 Pump Station Replacement
This project consists of the furnishing and installing of a new pump station, complete with
wet well, valve vault, flow meter, emergency pump connection and control panel,
approximately 100’ of 4” force main, approximately 70’ of 8” PVC gravity sewer, asphalt
milling and resurfacing, decommissioning of an existing pump station, demolition of an
existing house, shed, deck, driveway, and all other items shown on the plans and mentioned
in the specifications for a complete project.
The project scope includes the development of a 3.71-acre site with the construction of seven multiplex structures
(R-2) that contain a combination of one-bedroom and two-bedroom dwelling units. The overall project contains 18
two-bedroom dwelling units and 18 one-bedroom dwelling units for a total of 36. Four of the dwelling units are
ADA accessible units, and one of the dwelling units is a hearing-impaired equipped unit. Construction assemblies
consist of slab-on-grade floors, wood framed walls, and roof trusses. Exterior materials include brick veneer, fiber
cement siding, vinyl windows and asphalt roof shingles.