This project includes minor improvements in a large vacant warehouse building located at Bluegrass Station in Lexington, Kentucky to enhance the work environment. Work will include small amount of concrete, installing five new hollow metal doors and frames in existing masonry walls, one insulated rolling service door, sprayed cellulose thermal barrier insulation, general painting and high performance epoxy coatings.
Plumbing work includes new trench drains cut in existing floors, hose bibs, emergency shower/eyewash stations with associated piping.
Electrical work includes new fire alarm devices to be installed to existing fire alarm system. Electrical also includes three power stations with new transformer and panelboards installed on columns.
Estimate:
$260,482.50 Estimated Length of Project:
(Substantial Completion) + 180 Calendar Days (Final Completion)
The proposed Mona Baker II AML project (approximately 13.4 acres within the project limit, of which only a portion is expected to be disturbed) consists of regarding a slide area which has broken out below a drive that is upslope from the Baker residence. An existing pipe across the gravel drive will be removed and drainage improved by constructing a hoe ram ditch which will take water into a new pipe, with headwalls, put in place to replace a rusted existing pipe. Existing subdrain behind the upslope residence will be extended into the hoe-ram ditch. Gabion flat bottom ditch will be placed below the pipe outlet, and a gabion weir will be constructed below the outlet before water enters the existing concrete drain. Work below this level will consist of cleaning out existing drainage structures. Site preparation is intended to include the clean out of some existing ditches and traps.
Additional work upslope will include closing one (1) portal and constructing a concrete block tied-mat ditch to take drainage into the existing drain (to be cleaned out).
An additional six (6) portals will also be closed in an area further upslope. Combination Rock Ditch-Drain will be constructed, and a drop box will be constructed where necessary to maintain positive drainage. Pipe will take water from the drop box into an excavated rock ditch/concrete block tied-mat ditch into existing drainage. A temporary silt trap type B is anticipated in this drain.
To reach the project from I-75 at the London/Manchester exit, turn left onto KY 80/Russell Dyche Memorial Highway, which will become the Hal Rogers Parkway and continue for 44 miles. Take a slight right toward Hyden, and proceed for approximately 3.5 miles to a left onto KY 421/KY 80. Proceed for approximately 0.5 mile to Main Street/KY 421 and travel a short distance to Oak Street on the right, just beyond Frontier Nursing Services. Travel up Oak Street to the site at 37° 09’ 38” N; 83° 22’ 23” W.
Additional work to be included under the Mona Baker II project will be at the Frontier Nursing School, located nearby at 195 School Street. To reach the college from The Baker site (Oak Street), turn left onto Hwy. 421 and proceed a few tenths of a mile to a left onto Hickory Lane and continue to a switchback on the right onto School Street. The site is located approximately 37° 09’ 57.6” N; 83° 22’ 45.1” W. There is a total of 1.6 acres within the project limit, but it is assumed that less than one acre will in fact be disturbed.
Work at the Frontier Nursing School will consist of regarding approximately one acre of slide, and adding a variety of ditches as well as subdrain to reduce saturation problems which have added to slope instability. In addition, seven (7) test borings will be drilled as indicated in the planview.
To reach the waste area, from Hyden, take Hwy. 421 (Main Street) south for about ½ mile and turn left onto Hwy. 80. Continue about 1 ¼ mile to the waste area on the right at N 37° 08’ 56.2”, W 83° 21’ 13.4”. Material is to be placed as directed by the Engineer, and none is to be placed closer than 10 feet to the top of the bank. Silt barrier is to be installed prior to placing any fill.
Materials resulting from any tree cutting are not to be placed in the waste area, but are to be chipped on site or otherwise disposed of per the property owner’s wishes. Additional roadway stone is included to maintain access to the waste area.
Utility relocation and replacement, landscape allowance, dense grade aggregate and roadway stone are included as may be needed.
A sediment and erosion control program, consisting of such measures as hay bales, silt fences, and prompt re-vegetation will be implemented on all areas disturbed by this project. All items related to erosion control must be properly installed and well maintained throughout the length of the project.
CALL 100 CONTRACT ID 161270 ROCKCASTLE COUNTY NHPP IM 0753 (092) : I-75 (ROCKCASTLE COUNTY) (MP 64.500) TENN STATE LINE TO LEXINGTON: WIDEN I-75 TO 6 LANES FROM 1.85 MILES N GREEN HILL ROAD OVERPASS N TO CLAY LICK BRANCH AT CONWAY (MP 69.000), A DISTANCE OF 4.50 MILES. GRADE, DRAIN & SURFACE WITH BRIDGE. SYP NO. 08-00006.30.
2017 Capacity Assurance Program – Flow Monitoring Field Services
2017 Capacity Assurance Program – Flow Monitoring Field Services
PROJECT DESCRIPTION: The project includes providing all construction supervision, labor, materials, tools, test equipment necessary for 2017 Temporary Flow Monitoring.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of
3506 Deibel Way Drainage Improvement Project , Contract No. 2016-070, Budget ID No. C16254, will be received at the office of MSD until 10:00 am, Local Time, December 22, 2016 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 15-inch pipe and catch basin installation along the rear easements of Deibel Way, in Metro Council District 26.
New Haven Sewer System Rehabilitation Project – Phase II
New Haven Sewer System Rehabilitation Project – Phase II
PROJECT DESCRIPTION:
The work to be bid is generally described as follows:
3,162 LF of 8” Gravity Sewer Replacement
1,012 LF of 6” Service Laterals
34 Service Reconnections
22 Manhole Replacements & New Manholes
307 LF of Asphalt Replacement
652 SQYD of Driveway & Sidewalk Replacement
Annual Service Contract for Environmental/Demolition Contractors – 3767
Annual Service Contract for Environmental/Demolition Contractors – 3767
PROJECT DESCRIPTION:
Louisville Metro Government is currently accepting proposals for A price
contract for a portion of Louisville Metro Government’s need for an Annual Contract for Environmental / Demolition Contract for a twelve (12) month period.
Louisville-Jefferson County Metro Government, Facilities Management is soliciting proposals for
an Annual Contract for Environmental/Demolition Contractors
Bidders must submit all pages of bid document.
Mark envelope with Bid Number, Reply By Date and Address to:
OMB – Purchasing
611 West Jefferson Street
Mezzanine Level
Louisville, KY 40202
Project includes the installation of new LED high bay lighting with integrated networked controls, low voltage control stations, lighting control network bridges and gateways. Project includes areas where new lighting will replace existing lighting “one for one”. Project includes new lighting circuits connected to existing electrical panelboards. Project includes all demolition of the existing lighting system.
CALL 305 CONTRACT ID 162983 HENDERSON COUNTY FE02 051 0041 B0002R : BRIDGE STEEL REPAIRS US 41 OVER THE OHIO RIVER 051B00002R,7L BRIDGE STEEL REPAIRS US 41 OVER OHIO RIVER 051B00007L,2R, A DISTANCE OF 0.00 MILES. BRIDGE STEEL REPAIRS.
CALL 201 CONTRACT ID 161057 MAGOFFIN, MORGAN COUNTIES 121GR16D057-NHPP MOUNTAIN PARKWAY(PW-9009) MAGOFFIN COUNTY NHPP 0061(065) : MOUNTAIN PARKWAY(PW-9009) WIDEN THE MOUNTAIN PARKWAY TO 4 LANES FROM 0.4 MILE EAST OF THE KY-134 JOHNSON CREEK BR. TO 0.3 MILE WEST OF KY-3047. BRIDGE WITH GRADE, DRAIN & SURFACE. SYP NO. 10-00126.50. MORGAN COUNTY NHPP 0061(065) : MOUNTAIN PARKWAY(PW-9009) WIDEN THE MOUNTAIN PARKWAY TO 4 LANES FROM 0.4 MILE EAST OF THE KY-134 JOHNSON CREEK BR. TO 0.3 MILE WEST OF KY-3047. BRIDGE WITH GRADE, DRAIN & SURFACE. SYP NO. 10-00126.50.
CALL 200 CONTRACT ID 161059 MORGAN, WOLFE COUNTIES 121GR16D059-NHPP MOUNTAIN PARKWAY(PW-9009) MORGAN COUNTY NHPP 0061(067) : MOUNTAIN PARKWAY(PW-9009) WIDEN THE MOUNTAIN PARKWAY TO 4 LANES FROM 0.45 MILES WEST OF KY-205(MP 56.8) TO CR-1226 PARKWAY ROAD TUNNEL(MP 59.30). GRADE & DRAIN. SYP NO. 10-00126.70. WOLFE COUNTY NHPP 0061(067) : MOUNTAIN PARKWAY(PW-9009) WIDEN THE MOUNTAIN PARKWAY TO 4 LANES FROM 0.45 MILES WEST OF KY-205(MP 56.8) TO CR-1226 PARKWAY ROAD TUNNEL(MP 59.30). BRIDGE WITH GRADE, DRAIN & SURFACE. SYP NO. 10-00126.70.
WARREN COUNTY STP BRO 5073 (004) : KY 234 (MP 9.746) REPLACE BRIDGE ON KY-234 OVER DRAKES CREEK 0.097 MILE EAST OF SHAKER MILL ROAD (CR-11310 (MP 9.806), A DISTANCE OF 0.53 MILES. BRIDGE WITH GRADE, DRAIN & SURFACE. SYP NO. 03-01077.00.
CALL 107 CONTRACT ID 161269 RUSSELL COUNTY NHPP 1271 (120) : US 127 (MP 8.129) US-127 FROM NORTH BANK OF THE CUMBERLAND RIVER TO THE JAMESTOWN BYPASS (MP 11.573), A DISTANCE OF 3.44 MILES. GRADE & DRAIN AND PAVEMENT ALTERNATES. SYP NO. 08-00108.00.
CALL 100 CONTRACT ID 161266 MORGAN COUNTY NHPP 0061 (068) : MOUNTAIN PARKWAY (9009) IN MORGAN COUNTY (MP 59.300) MOUNTAIN PARKWAY CORRIDOR: WIDEN THE MOUNTAIN PARKWAY TO 4 LANES FROM CR 1226 PARKWAY TUNNEL ROAD TO 0.4 MI EAST OF THE KY 134 JOHNSON CREEK BRIDGE – SECTION 6 (MP 62.588), A DISTANCE OF 3.30 MILES. GRADE, DRAIN & SURFACE WITH BRIDGE. SYP NO. 10-00126.60.
CCK-2187-17 Gatton Business and Economics Building – Suite 125 Renovation
CCK-2187-17 Gatton Business and Economics Building – Suite 125 Renovation
Please Note: Addendum 3 has changed the Bid Date
PROJECT DESCRIPTION:
THIS PROJECT IS AN OFFICE SPACE BUILD-OUT FOR THE RESEARCH DATA CENTER. THIS
PROJECT WILL BE TO BUILD OFFICE SPACE THAT HAS A HIGH LEVEL OF SECURITY TO PROTECT
SENSITIVE INFORMATION. THE SPACE WILL INCLUDE NON-SECURE ENTRY WITH ONE OFFICE AND
ONE SECURE OFFICE, SECURE LAB SPACE, A SECURE CONFERENCE ROOM, AND A SECURE
SERVER ROOM. THE REMAINING SPACE UPDATE AN OFFICE AND STUDY ROOM. BOTH MUST
HAVE SECURE SEPARATION FROM THE RESEARCH DATA CENTER. ALL SPACES WILL HAVE NEW
FINISHES, NEW CEILING AND NEW HVAC. WALLS WILL BE CONSTRUCTED TO HAVE A SOUND
TRANSMISSION CLASSIFICATION (STC) OF 60 OR HIGHER. ADDITIONAL SECURITY ITEMS WILL BE
REQUIRED, SEE DRAWINGS AND SPECIFICATION FOR ADDITIONAL INFORMATION.
COORDINATE OUTAGES WITH UNIVERSITY CONSTRUCTION MANAGER, PPD UTILITIES DEPT AND
BUILDING OPERATORS.
The project consists of the removal of approximately 8,000 S.F. of ballasted EPDM roofing, flashing, Styrofoam insulation and lightweight concrete and built-up roofing down to concrete. Install a temporary membrane designed to be exposed and watertight. Over the temporary roof, install new tapered Polyisocyanurate foam insulation in low rise foam adhesive. Install a new PVC Fleece-backed membrane in low rise foam insulation for a 20 year NDL warranty. Application will include new retrofit roof drains with clamping rings and domes, termination bars new metal flashings and counter flashings and all components to meet the roofing manufacturer’s warranty requirements
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of 3810 Baymeadow Drive Paved Ditch Repair Project , Contract No. 2016-069, Budget ID No. C17107, will be received at the office of MSD until 10:00 am, Local Time, December 13, 2016 and will be publicly opened and read at that place and time.
Description and location of Project: This unit based construction order for the repair of the failed paved ditch between 3810 – 3812 Baymeadow Drive, in Metro Council District 12.
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 $20,000.00 to $40,000.00.
The bid documents will be available on, November 23, 2016, 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 Teresa Burton, E-mail: teresa.burton@louisvillemsd.org. Questions received less than two 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, Teresa Burton at Teresa.Burton@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
PREVAILING WAGE CONTRACT: NO
LOCAL LABOR PREFERENCE: 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.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of 825 Barret Ave Drainage Improvement Project Contract No. 2016-067, Budget ID No. C17109, will be received at the office of MSD until 10:00 am, Local Time, December 15, 2016, and will be publicly opened and read at that place and time.
Description and location of Project: This project includes a underground storage area consisting of crushed stone, and 10-inch pipe installation along the alley behind 825 Barret Ave in the Metro Council District 4.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of
Chesapeake Bay Drive Drainage Improvement Project , Contract No. 2016-067, Budget ID No. C16101, will be received at the office of MSD until 10:00 am, Local Time, December 15, 2016 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 2′ slope bottom paved ditch installation along the rear easement along Chesapeake Bay Drive in Metro Council District 16.
CCK-2186-17 Gluck Equine Research Building – First Floor Office Renovations
CCK-2186-17 Gluck Equine Research Building – First Floor Office Renovations
PROJECT DESCRIPTION:
THIS PROJECT IS THE RENOVATION OF ROOMS 103-109 AND ROOM 108B. ROOMS 103 -109 WILL
BE RECONFIGURED TO CREATE NEW OFFICES AND A CONFERENCE ROOM WITH NEW WINDOWS
TO THE OUTSIDE. ROOM 108 D WILL RECEIVE NEW FLOORING AND FRESH PAINT. A NEW DOOR
WILL BE ADDED FROM 108B TO THE CORRIDOR AND NEW DOORS WILL BE INSTALLED AND/OR
RECONFIGURED IN ROOMS 103, 107, AND 109. THIS PROJECT ALSO INCLUDES RECONFIGURING
THE EXISTING PRE-CAST PANELS FOR NEW DOOR AND WINDOW OPENINGS AND INFILL WITH
NEW PRECAST SUNSCREEN AND ADDITIONAL PRECAST PANELS.
COORDINATE OUTAGES WITH UNIVERSITY CONSTRUCTION MANAGER, PPD UTILITIES DEPT AND
BUILDING OPERATORS.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of the Real Time Control SWOR2 Backup Generator Project Contract No. 15891 , Budget ID No. H16357, Drawing Record No. 15891 Sheet No. 1 thru 8, will be received at the office of MSD until 11:00 a.m., Local Time, on Tuesday, December 20, 2016, and will be publicly opened and read at that place and time.
Description and location of Project: The SWOR2 is an existing in-line storage facility located at Southgate Avenue and Taylor Boulevard. The facility utilized two electric actuated sluice gates and an inflatable dam to enable storage of wastewater at the site during wet weather. Currently the facility does not have backup power to ensure continuous operation during power outages. The project purpose is to install a backup diesel generator and appurtenances to ensure continued operation of the facility during loss of power.
All work shall be done in accordance to MSD’s Standard Specifications.
Flood Gate 136 Actuator Replacement Project and Flood Gate 145 Electrical Service and Actuator Replacement Project-REBID
Flood Gate 136 Actuator Replacement Project and Flood Gate 145 Electrical Service and Actuator Replacement Project-REBID
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of Flood Gate 136 Actuator Replacement Project and Flood Gate 145 Electrical Service and Actuator Replacement Project Contract No. 15702 , Budget ID No. F16021, Drawing Record No. 15702, SHEETS 1-6 and Drawing Record No. 15703, SHEETS 1-7, will be received at the office of MSD until Tuesday, December 6th, Local Time, 10:00 am, and will be publicly opened and read at that place and time.
Description and location of Project: The parts and labor to replace electrical actuators and upgrade electrical components at flood gates 136 and 145. Site access near Lee’s Lane and the Farnsley Moremen Landing, respectively, Louisville, KY.