Madison County Utilities District – Oakley Wells Water Line Replacement
Madison County Utilities District – Oakley Wells Water Line Replacement
The work to be bid upon is described as follows :
Oakley Wells Water Line Replacement
Construction of 2660 LF of 6″ PVC Water Main, 1 Wet Tap Connections, 24 LF of Bore with Steel
Encasement, 130 LF of Free Bore, 3 Gate Valves, 3 Fire Hydrants, 1 Bypass Meter, Connection to 17
Meters, 530 LF of I” Service Line, 104 LF of Bore w/1 ½” PVC Encasement and other necessary
items
The project includes providing all construction supervision, labor, materials, and tools necessary
for improvements to the Firethorn Detention Basin Improvements. Improvements include
demolition of the existing stormwater drainage trench and associated piping, installation of
approximately 280 linear feet of new stormwater drainage trench and associated piping, repair of
the existing embankment, site grading, and removal of unsuitable soil.
Housing Authority of Richmond – Storage Building Construction
Housing Authority of Richmond – Storage Building Construction
The work to be performed consists of: Smith Village
A. Construct storage building (1)
1. EIFS
2. Stone installation
3. Asphalt shingles
4. Wood frame construction
B. Concrete replacement
Work includes providing all items, articles, materials, operations or methods herein listed, mentioned
or scheduled on the Project Documents and /
FY2020 – RFQ FOR STORMWATER QUALITY PROGRAM SUPPORT SERVICES
FY2020 – RFQ FOR STORMWATER QUALITY PROGRAM SUPPORT SERVICES
The Louisville and Jefferson County Metropolitan Sewer District (MSD) invites submittal of responses to a Request for Qualifications (RFQ) from qualified and experienced firms, or teams, to provide Stormwater Quality Program Support Services. These services will support the MSD MS4 team’s efforts in planning, evaluating, and implementing program activities, including the five-year Stormwater Quality Management Plan and associated permit requirements.
The deadline for responding to this RFQ with a Statement of Qualifications (SOQ) is Friday, July 19, 2019, 1:00 PM, local time.
MSD will score the responses to this RFQ and issue a Request for Proposal to one or more Respondents. Based upon the selected proposal submitted in response to this RFP, MSD intends to negotiate with the selected Respondent regarding the final Proposal for services on, or before, October 1, 2019.
This RFQ may be obtained from MSD’s Bids website at www.msdbids.com. All inquiries shall be directed to Rene’ Thomas at rene.thomas@louisvillemsd.org, One Water Chief Procurement Officer, via e-mail only (no phone inquiries please) addressed to rene.thomas@louisvillemsd.org with attention to the Stormwater Quality Program Support Services RFQ. The deadline for inquiries is Tuesday, June 18, 2019, 1:00 PM local time.
Any interpretations, corrections, or changes to this RFQ will be made by addenda, prepared and submitted by MSD. Any addenda will be distributed to the firms that downloaded this RFQ via e-mail.
There will not be a pre-submittal meeting or an opportunity for open questions. No site visits will be scheduled during the RFQ period. Therefore, SOQ’s should be developed based on the information contained within this document and the experience of the Respondent.
Procurement Process
The selection of Qualified Respondents through the RFQ process is governed by the Louisville and Jefferson County Metropolitan Sewer District Procurement Regulations, which are modeled after Kentucky Revised Statutes 45A.345 to 45A.460.
Procurement Schedule
The RFQ process commences upon the issuance of this RFQ. The steps involved in the procurement process and the anticipated dates are as follows:
RFQ released – Monday, June 3, 2019
Deadline for inquiries in writing – Tuesday, June 18, 2019, 1:00 PM
Deadline for answers – Tuesday, July 2, 2019
Deadline for SOQ submittal – Friday, July 19, 2019, 1:00 PM
RFP Issued (estimated) – Tuesday, August 13, 2019
On-Site Interviews (estimated) – Tuesday, September 3, 2019
Approval of Contract (estimated) – Tuesday, October 1, 2019
Statement Submittal
To be given consideration, Respondents must submit an original and seven (7) copies of their Statement of Qualifications to Rene’ Thomas, One Water Chief Procurement Officer, 700 West Liberty Street, Louisville, Kentucky 40203, via mail or hand delivery, no later than 1:00 p.m. Local Time on Friday, July 19, 2019.
Statements of Qualifications will not be accepted by facsimile transmission or by e-mail, and no more than one proposal from any Respondent will be considered. As described in Section VII, the submittal should not exceed 25 pages (excluding resumes).
Statements of Qualifications not received by MSD by 1:00 p.m. Local Time on Friday, July 19, 2019, will be rejected.
Addenda or Amendments to RFQ
During the period provided for the preparation of responses to the RFQ, MSD may issue addenda, amendments, or answers to written inquiries. All such addenda, amendments or answers will be posted / issued as noted and shall constitute a part of the RFQ. Respondents are encouraged to view the listed web site regularly for any issued addenda, amendments or answers, as it is the responsibility of the Respondent to obtain.
Inquiries
Any requests for information or other inquiries should be directed in writing to the attention of Rene’ Thomas at rene.thomas@louisvillemsd.org, One Water Chief Procurement Officer, by 1:00 p.m. Local Time, Tuesday, June 18, 2019. Respondents must not contact any other MSD representative for information and/or to inquire about the status of this procurement prior to the submission of Statements of Qualification.
A. This Work includes the construction of a 2,000 sf office building at 2441 Lexington
Rd, Richmond, KY 40475. The building is slab-on-grade with wood framed walls on
C.M.U. stem walls on poured concrete spread footings, with vinyl clad double hung
wood windows, R-19 batt insulation, shop-fabricated wood trusses, asphalt shingle
roofing, and fiber cement siding. Typical floor finish to be Luxury Vinyl Tile (Solid Vinyl
Tile) with ceramic tile in the restrooms, typical wall finish to be painted gypsum board,
typical ceiling to be suspended acoustical tiles. Typical ceiling height to be 8’-0″,
typical bearing wall and interior partitions to be 10’-1″. There is to be no mechanical,
electrical, or plumbing work installed above the truss bearing (the attic) unless required
by the Contract Documents (i.e. vent through roof or weather head). The HVAC
system is an electric heat pump. The building will accommodate an occupancy of 21
and house the following rooms and functions: a large workroom with kitchenette, four
private offices, a small conference room, men’s and women’s restrooms, mechanical
room, custodial room, communications room, and reception room. The Work also
includes a small concrete parking area (1 space, accessible).
Estimate:
$103,992.00
Estimated Length of Project:
August 1, 2019 (Substantial Completion) + August 16, 2019 (Final Completion)
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 donor plaza with adjacent cafe patio, concrete pedestal for future custom sculpture, and new sidewalks and stairs to improve campus circulation.
CCK-2422-19 Cooper Drive – Steam & Condensation Piping Replacement
CCK-2422-19 Cooper Drive – Steam & Condensation Piping Replacement
Contractor to remove existing 8 inch steam and 4 inch condensate piping, insulation, existing
concrete anchors, roadway, sidewalk and all associated spoils from the north side to south side
of Cooper Drive. The University will supply new steel piping, ells, and eccentric reducers as the
new piping will be 10 inch and 6 inch condensate.
LFUCG – WGPL Green Infrastructure Project – 60-2019
LFUCG – WGPL Green Infrastructure Project – 60-2019
The project includes providing all construction supervision, labor, materials, tools, test equipment
necessary for the WGPL Green Infrastructure Project.
CALL 202 CONTRACT ID 191031 SCOTT, WOODFORD COUNTIES 121GR19D031-BRZ WEISENBERGER MILL ROAD(CR-1015) SCOTT COUNTY STP BRZ 0703(334) : WEISENBERGER MILL ROAD(CR-1015) ADDRESS DEFICIENCIES OF THE WEISENBERGER MILL ROAD BRIDGE AT THE WOODFORD/SCOTT COUNTY LINE, A DISTANCE OF 0.01 MILES. BRIDGE REPLACEMENT. SYP NO. 07-08642.00. WOODFORD COUNTY STP BRZ 0703(334) : WEISENBERGER MILL ROAD(CR-1015) ADDRESS DEFICIENCIES OF THE WEISENBERGER MILL ROAD BRIDGE AT THE WOODFORD/SCOTT COUNTY LINE, A DISTANCE OF 0.03 MILES. BRIDGE REPLACEMENT. SYP NO. 07-08642.
CALL 200 CONTRACT ID 195117 VARIOUS COUNTIES 121GR19D117-STP VARIOUS BRIDGES IN DISTRICTS 5 AND 6 FRANKLIN COUNTY STP BRZ 9030 (107) : KY 420 (MP 1.948) ADDRESS DEFICIENCIE OF KY-420 BRIDGE OVER CEDAR RUN CREEK (037B00011N), FROM MP 1.948 TO MP 1.956. (MP 1.956), A DISTANCE OF 0.01 MILES. BRIDGE REPLACEMENT. SYP NO. 05-10000.00. GRANT COUNTY STP BRZ 9030 (098) : CR 1108 (MP 3.007) ADDRESS DEFICIENCIES OF CYNTHIANA ROAD (CR 1108) BRIDGE OVER COOPERTOWN CREEK (041C00008N), FROM MP 3.007 TO MP 3.013. (MP 3.013), A DISTANCE OF 0.01 MILES. BRIDGE REPLACEMENT. SYP NO. 06-10003.00. HENRY COUNTY STP BRZ 9030 (028) : KY 997 (MP 1.900) REPLACE BRIDGE ON KY 997 (1.903) OVER WHITE SULPHUR FORK (052B00060N) (MP 1.906), A DISTANCE OF 0.01 MILES. BRIDGE REPLACEMENT. SYP NO. 05-10002.00. HENRY COUNTY STP BRZ 9030(082) : KY 3320 (MP 1.816) ADDRESS DEFICIENCIES OF BRIDGE ON KY 3320 OVER TRIBUTARY OF HARRODS CREEK (052B00070N), FROM MP 1.816 TO MP 1.822. (MP 1.822), A DISTANCE OF 0.01 MILES. BRIDGE REPLACEMENT. SYP NO. 05-10004.00. HENRY COUNTY STP BRZ 9030(083) : CR 1027 (MP 2.423) ADDRESS DEFICIENCIES OF BRIDGE ON GULLION RUN ROAD OVER TRIBUTARY OF GULLION RUN (052C00045N), FROM MP 2.423 TO MP 2.429. (MP 2.429), A DISTANCE OF 0.01 MILES. BRIDGE REPLACEMENT. SYP NO. 05-10006.00. HENRY COUNTY STP BRZ 9030 (094) : KY 1606 (MP 6.326) ADDRESS DEFICIENCIES OF KY 1606 BRIDGE OVER WHITE SULPHUR FORK (052B00048N), FROM MP 6.326 TO MP 6.354. (MP 6.354), A DISTANCE OF 0.03 MILES. BRIDGE SUBSTRUCTURE REHAB. SYP NO. 05-10017.00. JEFFERSON COUNTY STP BRZ 9030 (026) : S Watterson Trail (MP 0.685) ADDRESS DEFICIENCIES OF S. WATTERSON TRAIL OVER FERN CREEK (056C00159N) (MP 0.691), A DISTANCE OF 0.01 MILES. BRIDGE REPLACEMENT. SYP NO. 05-10010.00. JEFFERSON COUNTY STP BRZ 9030 (095) : CHAMPIONS TRACE LN (CR 1021) (MP .710) ADDRESS DEFICIENCIES OF CHAMPIONS TRACE LN BRIDGE OVER S FK BEARGRASS CREEK (056C00096N), FROM MP .71 TO MP .728. (MP .728), A DISTANCE OF 0.02 MILES. BRIDGE REPAIRS. SYP NO. 05-10021.00. KENTON COUNTY STP BRZ 9030 (110) : KY 2045 (MP 0.397) REPLACE BRIDGE ON KY 2045 (0.400) OVER BRUSHY CREEK. (059B00025N) (MP 0.403), A DISTANCE OF 0.01 MILES. BRIDGE REPLACEMENT. SYP NO. 06-10012.00. OLDHAM COUNTY STP BRZ 9030(084) : KY 1488 (MP 2.031) ADDRESS DEFICIENCIES OF KY 1488 BRIDGE OVER ORGAN CREEK (093B00048N), FROM MP 2.031 TO MP 2.037. (MP 2.037), A DISTANCE OF 0.01 MILES. BRIDGE REPLACEMENT. SYP NO. 05-10012.00. OWEN COUNTY STP BRZ 9030 (111) : KY 3102 (MP 3.005) ADDRESS DEFICIENCIES OF KY-3102 BRIDGE OVER BRUSH CREEK (094B00034N), FROM MP 3.005 TO MP 3.017. (MP 3.017), A DISTANCE OF 0.01 MILES. BRIDGE REPAIRS. SYP NO. 06-10013.00. PENDLETON COUNTY STP BRZ 9030 (112) : KY 159 (MP 4.658) ADDRESS DEFICIENCIES OF KY 159 BRIDGE OVER NORTH LITTLE KINCAID CREEK (096B00006N), FROM MP 4.658 TO MP 4.68. (MP 4.680), A DISTANCE OF 0.02 MILES. BRIDGE REPLACEMENT. SYP NO. 06-10004.00. SPENCER COUNTY STP BRZ 9030 (027) : KY 1169 (MP 4.639) ADDRESS DEFICIENCIES OF KY 1169 BRIDGE OVER ELK CREEK (108B00040N), FROM MP 4.639 TO MP 4.655 (MP 4.655), A DISTANCE OF 0.02 MILES. BRIDGE REPLACEMENT. SYP NO. 05-10013.00.
CALL 108 CONTRACT ID 191033 LAWRENCE COUNTY HSIP 9010(340) : KY-2565 REALIGNMENT OF KY-2565 BETWEEN MP 3.2 AND MP 3.35(DEAD MAN CURVE) IN LAWRENCE COUNTY, A DISTANCE OF 0.20 MILES. ASPHALT SURFACE WITH GRADE & DRAIN. SYP NO. 12-00957.00.
CALL 102 CONTRACT ID 191032 PIKE COUNTY STP BRZ 1203 (413) : SOUTH RIVER ROAD CONNECTOR(CR-1181) ADDRESS DEFICIENCIES OF BRIDGE OVER LEVISA FORK ON SOUTH RIVER ROAD CONNECTOR(CR-1181-70) AT JCT WITH US-460 NEAR VIRGINIA STATE LINE, A DISTANCE OF 0.06 MILES. BRIDGE WITH GRADE, DRAIN & SURFACE. SYP NO. 12-01122.00.
CALL 101 CONTRACT ID 191030 PERRY COUNTY STP BRZ 1003 (272) : RIGHT FORK MACES CREEK ROAD(KY-1166) ADDRESS DEFICIENCIES OF BRIDGE ON KY-1166 OVER RIGHT FORK OF MACES CREEK, A DISTANCE OF 0.10 MILES. BRIDGE REPLACEMENT. SYP NO. 10-08910.00.
CALL 100 CONTRACT ID 191221 BULLITT COUNTY STPM 3001 (507) : KY 44 SIDEWALKS IN BULLITT COUNTY (MP 11.750) INSTALLATION OF NEW SIDEWALKS AND REHABILITATION OF EXISTING SIDEWALKS TO FIX GAPS IN PEDESTRIAN NETWORK ALONG KY 44 FROM FRANK E. SIMON DRIVE (CITY PARK DRIVE) EAST TO KY 61 IN SHEPHERDSVILLE (MP 12.250), A DISTANCE OF 0.50 MILES. SIDEWALK CONSTRUCTION. SYP NO. 05-00544.00.
Please note: Addendum 02 has changed the bid date.
Project consists of the construction and/or furnishing of items as listed for the Dartmouth
Drive Culvert Replacement, Bid No. 63-2019, Lexington-Fayette County, Kentucky
CCK-2420-19 Hospital Drive High Pressure Return Replacement
CCK-2420-19 Hospital Drive High Pressure Return Replacement
Contractor to supply labor, equipment and materials as required for the installation of a new 2” high pressure return piping system from the East end of the PAV A Tunnel to the VA Steam Vault.
LFUCG – Construction of Brannon Road Salt Barn – 58-2019
LFUCG – Construction of Brannon Road Salt Barn – 58-2019
Project Consists of the construction and/or furnishing of items as listed for the Construction of
the Brannon Road Salt Barn project, West Hickman Waste Water Treatment Plant, 645 W.
Hickman Plant Road, Nicholasville, Kentucky 40356
Estimate:
$598,596.25
Estimated Length of Project:
(Substantial Completion) + 150 Calendar Days (Final Completion)
The site consists of two adjacent tracts of land with houses owned by members of the Newsome/Patton family and is located on Shop Branch Road in Floyd County, KY at coordinates N 37° 31′ 14.51″, W 82° 44′ 50.95″. The ground around the houses has begun to slide, causing cracks and gaps in the walls of the homes, settling of soil, and other issues. Two previous retaining walls have been built in front of the houses to address these issues, but the ground continues to pull away and create problems for the home owners.
To address these concerns, a new 232’ long, 10’ high pile and lagging wall located northwest of the residences, on the west side of Shop Branch Road, will be constructed. The piles for these walls will be driven 10’ into competent rock to ensure stability. Six 3″ pilot holes will be drilled in the area where the new wall will be constructed to confirm/determine rock depths, and steel piles will be ordered at that time. A 60’ long rock ditch will be constructed to control drainage from the new wall subdrain and will outlet into existing drainage features surrounding the railroad tracks. Also, the area in front of the Michelle Patton (daughter of Linville Newsome) residence will be covered with class II stone and filter fabric to drain water away from the house, and a hole that has developed in the yard will be filled with rock. A section of pipe running across Shop Branch Road between the two existing walls may need to be replaced with 18″ reinforced concrete pipe. The total project limits for this project encompass 1.8 acres.
Material excavated for the walls will be taken to a waste area location in Floyd County, 2.9 miles from the project area, used by other KY AML projects. The coordinates for this waste area are N 37° 29′ 16″, W 82° 45′ 36″.
A 0.4 acre potential tree removal area is shown on the plans.
Estimate:
$184,485.00 Estimated Length of Project:
(Substantial Completion) + 75 Calendar Days (Final Completion)
The Ivan McKinney Slide AML Reclamation Project, approximately 2.4 acres, consists of the stabilization of a slope and the installation of drainage controls at one site near the community
of Watergap. The site is located on Hammons Road, in the Harold Quadrangle, at 37° 37’ 24″ N,82° 44’ 52″ W. To reach the site from Prestonsburg Field Office, turn right onto South Lake Drive (KY 1428) and travel 0.2 mile and turn right onto KY 302/Watergap Road. Travel 2.6 miles and continue straight as the road turns into KY 80. Follow KY 80 for 1.8 miles and turn left onto Hammons Road. Travel 0.2 mile and turn left onto a gravel road. Travel 0.1 mile and the residence will be on the right at 153 Hammons Road.
Reclamation activities include the installation of an approximately 120 LF non-reinforced concrete wall behind the McKinney residence. Subdrain and rock backfill will be placed behind
the wall. Approximately 200 LF of combination subdrain will be installed to control the drainage behind the wall to a culvert. As the subdrain daylights out it will transition to a “V” ditch. A headwall will be placed at the outlet end of the culvert. A wall constructed during the Branham Branch Landslide OSM Emergency Project, KY-90-048, along the road in front of the McKinney site will also be repaired by replacing the existing wooden lagging with concrete lagging panels.
Excess waste material generated during construction will be transported to a nearby waste area located near the entrance to Hammons Road, off of KY 80, at 37° 37’ 32″ N, 82° 44’ 59″ W.
The waste area is void of trees 3″ in diameter or more at breast height and the area has been previously disturbed by road construction, utility installation, and/or house seat development.
The project site has previously been disturbed by coal mining operations, house seat development, residential activities, utility installation, and/or road construction. There exists a waterline in the vicinity of the waste area and coordination with the water company is needed. There is also a gas line adjacent that should be avoided.
Construction disturbances will be kept to a minimum as needed. The erosion control program includes straw bales and silt fence. Prior to beginning of construction silt control measures will be installed. All areas disturbed by construction activities are to be revegetated in accordance with regional, regulatory, and project standards, using agricultural limestone, fertilizer, seed and mulch, as needed. It is not anticipated that trees measuring 3″ in diameter at breast height or more will be removed.