Estimate:
$285,295.00 Estimated Length of Project:
(Substantial Completion) + 90 Calendar Days (Final Completion)
The Osborne residence is located at 1190 Hwy 550 in southern Floyd County (Lat: 37°, 30’, 48.55”, Long: 82°, 49’, 2.36”). To reach the site from the Prestonsburg area, take Hwy. 23 to Hwy. 80 South. Follow Hwy. 80 for approximately 9.5 miles to a right turn onto Hwy. 550. The Osborne residence is approximately 1.1 mile down Hwy. 550, on the right.
Drainage issues and a slide have developed on the Osborne property from mining on the property. The problems will be corrected by constructing steel piles in front of the house and a rock slide buttress and drain in the yard. The existing ditch behind the residence will be cleaned out to better direct the runoff away from the property, and the ditch that runs along the drive below the property will be improved with ECB as may be directed by the Engineer
Two collapsed portals on the slope above the site will be re-opened for closure with wildlife access.
Excess excavated material from the construction activities will be taken to a waste area approximately 2.5 miles away near Hwy 80 (Lat: 37°, 29’, 4.4”, Long: 82°, 49’, 34.1”). The waste area is also being used for the Wayland Stream Stabilization project.
Site Preparation includes clearing and grubbing of vegetation. The construction area at the site and at the waste area will be revegetated using residential seeding. Hay bales and silt fences shall be installed for silt and erosion control. A hoe ram bid item is included for excavation work needed for the ditches, and retaining walls.
A landscape allowance is included to replace “in kind” landscape disturbed as needed as part of normal construction efforts, and utility relocation/replacement and traffic control are included for access and safety. Bituminous repair is included as may be necessary for the drive.
Wood Creek Water District- Contract 2: Materials Purchase Contract – Individual Grinder Pumps & Portable Generator
Wood Creek Water District- Contract 2: Materials Purchase Contract – Individual Grinder Pumps & Portable Generator
PROJECT DESCRIPTION:
This project consists of two separate contracts.
Contract 2: Materials
Purchase Contract – Individual Grinder Pumps & Portable Generator, will involve
the purchase and delivery of 300 individual grinder pumps and a portable
generator with all necessary appurtenances.
Wood Creek Water District- Contract 1: Pittsburg Lift Station & Force Main Extensions
Wood Creek Water District- Contract 1: Pittsburg Lift Station & Force Main Extensions
This project consists of two separate contracts. Contract 1:
Pittsburg Lift Station, will involve constructing a new 700 GPM lift station and all
necessary appurtenances and approximately 8,800 l.F. of 2″ & 3″ sewer force
main extensions and all necessary appurtenances.
The engineer’s estimate for Contract
1 is $394,000.
Project Manager Name: Paul Cable Phone: (502) 782-0324 Email: Paul.Cable@ky.gov
Estimate:
$2,098,434.01
The Kentucky International Convention Center East Wing Interior Renovation, bounded by 2nd Street, 3rd Street, West Market Street and West Jefferson Street. Scope shall include selective demolition, floor, wall and ceiling finishes, folding partition walls, metal framing, gypsum board, painting and toilet accessories. New Architectural Interior work to including wall, ceiling, floor finish upgrades, folding partition walls and selective bathroom finishes. MEP selective new work to include HVAC Electrical, Plumbing and Sprinkler re-work. Systems upgrades shall include Lighting, AV, communications and data.
City of Danville – Lexington Avenue Park Playground & Splash Play Renovation & Expansion
City of Danville – Lexington Avenue Park Playground & Splash Play Renovation & Expansion
PROJECT DESCRIPTION: Renovation and expansion of an existing children’s playground located
within and existing public park. Phase 1 Infrastructure work to include: erosion control, tree
protection, site survey, layout, and earthwork. Grading, drainage and base for future play
equipment and splash play areas. New concrete walkways, steps, curbs, borders, site walls
and piers. New dry-laid stone accent walls, aluminum handrails and wood boardwalk.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of Central Relief Drain Overflow Mitigation Contract No. 15987, Budget ID No. H12155, Drawing Record No. / Sheet No. 15987, will be received at the office of MSD until 2:00 PM, Local Time,Wednesday, January 3, 2018, and will be publicly opened and read at that place and time.
Description and location of Project: This project includes modifications to Combined Sewer Overflow Dams and Solids and Floatables controls as well as new sewer piping in areas south of downtown Louisville and in the “Old Louisville” area.
All work shall be done in accordance to MSD’s Standard Specifications.
There will be mandatory pre-bid meeting held for this project. Wednesday, December 6, 2017 at 2:00 PM at 700 W. Liberty St, Louisville, KY 40203 in the Louisville MSD Board Room.
The Engineer’s Construction Cost Estimate for this project is between $ 450,000.00 to $ 700,000.
The bid documents will be available on, November 27, 2017 , 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 Jason Dempster. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Jason Dempster E-mail: Jason.dempster@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, Jason Dempster
MSD Interim Supplier Diversity Policy and Guidelines for this project is as follows:
15% MBE and 6% WBE participation is required for this project.
LOCAL LABOR PREFERENCE: Yes
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.
Description and location of Project: Demolition includes the removal and proper disposal of all primary (8) and secondary structures, trash, rubbish, basement walls, slabs, foundations, sidewalks, steps, driveways and all other hardscape improvements from the project area. Project is located on Transylvania Beach Road (see attached location map)
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of
Fort Sumter Court Drainage Improvement Project , Contract No. 2018-009, Budget ID No. C18228, will be received at the office of MSD until 10:00 a.m., Local Time, December 19, 2017 and will be publicly opened and read at that place and time.
Description and location of Project: This unit based construction order is for a paved ditch, 10-inch pipe, and yard drain installation along the rear easement of Fort Sumter Court in Metro Council Distict 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 $50,000.00 to $100,000.00.
The bid documents will be available on, November 27, 2017, 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 Kevin Schmidt E-mail: kevin.schmidt@louisvillemsd.org. Questions received less than five 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 Procurement Buyer, Kevin Schmidt at kevin.schmidt@louisvillemsd.org.
MSD Interim Supplier Diversity Policy and Guidelines for this project is as follows:
15% MBE and 6 % WBE participation is 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
Clay County Board of Education – Clay County Track Resurfacing
Clay County Board of Education – Clay County Track Resurfacing
PROJECT DESCRIPTION:
The scope of work includes athletic track resurfacing, including the removal of
existing rubber surface, replacement with new synthetic rubber running surface, and miscellaneous
drainage improvements.
Clay County Board of Education – Clay County High School HVAC Replacement & Renovation
Clay County Board of Education – Clay County High School HVAC Replacement & Renovation
PROJECT DESCRIPTION: Project includes the replacement of chillers, boilers, hydronic pumps, domestic
heating system in mechanical room. All existing VAV boxes will be replaced with new boxes
including hot water coils and controls. All new control system for existing and new air handlers
throughout entire building. Gym heating only air handlers will be replaced with chilled water capable
air handlers. Four DX based air handlers will be replaced with new chilled water capable air handlers.
Electrical work includes what is necessary for the HVAC system installation.
Barbourville Independent Schools – Barbourville Elementary Site Utility & Kitchen Equipment Construction Packages
Barbourville Independent Schools – Barbourville Elementary Site Utility & Kitchen Equipment Construction Packages
PROJECT DESCRIPTION: Furnish all labor and materials to complete: SITE
UTILITY AND KITCHEN EQUIPMENT BID PACKAGES for the BARBOURVILLE
ELEMENTARY ADDITIONS AND RENOVATIONS
The following bids are requested:
1 FOOD SERVICE
2 PLUMBING-SITE UTILITIES
3 ELECTRICAL
LFUCG Division of Water Quality – Shandon Park Trunks, Winburn Trunk & Thoroughbred Acres Trunk Sewers Phase 1
LFUCG Division of Water Quality – Shandon Park Trunks, Winburn Trunk & Thoroughbred Acres Trunk Sewers Phase 1
PROJECT DESCRIPTION: The project includes providing all construction supervision, labor, materials, tools, test equipment
necessary for the Shandon Park Trunks, Winburn Trunk and Thoroughbred Acres Trunks, Phase
I. The project will include 5,000 LF of 24”, 1,600 LF of 15”, 5,800 LF of 12” and two bored and
jacked casing pipes under Interstate 75.
City of Jeffersonville – Veterans Parkway Phase 2 Project
City of Jeffersonville – Veterans Parkway Phase 2 Project
Please Note: Addendum 03 has changed the Bid Time
PROJECT DESCRIPTION:
This project consists of widening and overlay of approximately 8,900 feet of mainline roadway with storm sewers, curb and gutter, sidewalks, pavement markings, decorative traffic signals and street lighting, and all other items for a complete project.
PROJECT DESCRIPTION:
The Apple Patch Education Adult Day Program Relocation Project includes, but is not limited to, the
following scopes of work:
Renovation of a vacant commercial tenant space located within an existing 1-story office/ retail
building to serve as the new learning center for intellectually and developmentally disabled adults.
Interior improvements to include new training and activity rooms, admin offices, restrooms and misc
support spaces; new architectural finishes and furnishings and modifications to existing plumbing
and electrical systems. Project size: 7,656 gsf; Occupancy type: A-3 Assembly.
CCK-2264-18 Pence Hall Miscellaneous Areas Renovation
CCK-2264-18 Pence Hall Miscellaneous Areas Renovation
Please Note: Addendum 1 has changed the Bid Date
PROJECT DESCRIPTION:
THIS PROJECT IS A PARTIAL RENOVATION OF PENCE HALL. IT WILL CREATE FOUR NEW OFFICE
SPACES ON THE FIRST FLOOR AND RECONFIGURE A CONFERENCE ROOM AND ANCILLARY
SPACES AS A SUITE. A NEW RESTROOM ON THE FIRST FLOOR WILL ALSO BE CONSTRUCTED.
OTHER IMPROVEMENTS INCLUDE ENHANCED GALLERY SPACES IN THE BASEMENT AND ON THE
THIRD FLOOR.
The Project is composed of five components: Base bid work and four (4) alternates:
• Base Bid: Basement work including Smoke-Fire Curtain system installation, Storefront
Installation for offices 004 & 012A1, General improvements in Gallery Space 301 on 3rd
floor.
• Alternate 1: Renovation of 4 offices on the 1st floor (South).
• Alternate 2: Renovation of the Student Services Area on the 1st Floor
and enlarging the opening in new office 100D.
• Alternate 3: Construction of 3 offices on the 1st floor (North).
Creating a single workspace in area of existing offices 102C & 105, creating new
wall opening between corridor 100D & new office/workspace 102C.
• Alternate 4: Reconfiguration of existing room 116 to create a uni-sex
restroom.
CCK-2270-18 Expand/Renovate/Upgrade Law Building – BP2 TC-04B Ornamental Railing REBID-2444.0
CCK-2270-18 Expand/Renovate/Upgrade Law Building – BP2 TC-04B Ornamental Railing REBID-2444.0
PROJECT DESCRIPTION:
Renovation and Expansion (UK College of Law) consists of structural additions, new
facade, roof, interior fit up, fire protection, mechanical, and electrical systems to the
existing College of Law Building. A list of trade contracts for this work is listed below.
Group I Trade Contracts (CCK-2270-18) shall include:
City of Taylorsville – Taylorsville Lake Sewer System Improvements Contract 23
City of Taylorsville – Taylorsville Lake Sewer System Improvements Contract 23
Please Note: Addendum 1 has changed the Bid Date & Time
PROJECT DESCRIPTION: The project includes but is not limited to the following:
CONTRACT 23 – TAYLORSVTLLE LAKE SEWER SYSTEM IMPROVEMENTS
a.) 1 LS Duplex Sewage Pump Station Replacement (200 GPM) w/Telemetry
b.) 3 EA Master Meters and Vaults
c.) 3 EA Demolition and removal of WWTP and Pump Stations
d.) 250 LF 2″ PVC Waterline
PROJECT DESCRIPTION:
Separate sealed Bids for the construction of
Danville-Madison Pedestrian Bridge Project
•Contract 1: Pre-Manufactured Bridge
•Contract 2: Bridge Installation, Site Work & Sidewalks
The Newtown Campus of Bluegrass Community & Technical College seeks improvements to the vehicular and pedestrian traffic patterns on campus in order to create better and safer circulation paths while creating a safer student experience. The project calls for the demolition of 2 existing buildings, installation of sidewalks, installation of speed humps and installation of a gravel parking lot. All material from the demolition will be removed from the site and disposed of legally. Sidewalks will be concrete. The base material for the parking lot is available onsite and was salvaged from the phase 2 construction site and will require 2-3″ of clean DGA over the top. There will be limited grade work and drainage necessary to complete installation of the walks and the parking area.