LFUCG – Lansdowne Merrick Park-New Restroom & Concession Building
LFUCG – Lansdowne Merrick Park-New Restroom & Concession Building
Please Note: Addendum 4 has changed the Bid Date
PROJECT DESCRIPTION: Consisting of the construction and/or furnishing of items as listed for the New Restroom and Concession Building for Lansdowne Merrick Park, 3190 Montavesta Road, Lexington-Fayette County, Kentucky.
City of Lancaster – Emergency Raw Water Supply Project
City of Lancaster – Emergency Raw Water Supply Project
PROJECT DESCRIPTION:
This project consists of providing all materials, labor, and equipment for the relocation of approximately
1,100 LF of raw water line.
CCK-2177-17 Demolition Project – Transcript Avenue, Virginia Avenue, & South Limestone
CCK-2177-17 Demolition Project – Transcript Avenue, Virginia Avenue, & South Limestone
PROJECT DESCRIPTION:
This project provides for the demolition of 10 houses (4 with detached garages) and related
site items located at: 149, 153, 213, 217 and 221 Transcript Avenue, 119,121 and 123 Virginia Avenue; and 665 and 685 S. Limestone, Lexington, KY, owned by the University of
Kentucky.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of Largo Court Drainage Improvement Project Contract No. 2016-064, Budget ID No. C16140, will be received at the office of MSD until 10:00 am, Local Time, November 17, 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 2′ flat bottom paved ditch, 15-inch and 12-inch pipe installation along Largo Court in Metro Council District 11.
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 $49,000.00.
The bid documents will be available on, October 28, 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 Buyer Karen Knox E-mail: karen.knox@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, Karen Knox at karen.knox@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 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
The project consists 1) of the demolition of the existing segmented parapet coping cap(s) on the radiused section as well as the adjacent straight section(s) of the curtain wall area of the roof. Includes replacement of caps with pre-manufactured radiused coping caps in aproximately twelve (12) foot sections to reduce the number of seams. Also includes replacement of the straight sections adjacent to the radiused sections to complete the coping of the wall in order to facilitate connection to and matching of the new radiused cap(s).Match type and color of the parapet cap(s) on the balance of the buiding. Also includes adding a foil faced bitumin flashing sheet to extend up and over the top of the parapet prior to installation of new sheet metal cap(s) 2) removal of a portion of brick veneer in order to install through-wall flashing in three upper level wall locations. Includes replacement of demolished brick and any brick work which may be disturbed by the demolition procedure. New work shall match existing brick and mortar type and color.Includes installation of painted aluminum through wall flashing 3) replacement of glazing units in which the glazing seals have apparently failed causing condensation and fogging of the units. Replace glazing units with matching type and tint of existing glazing.
Portland Elementary School Safe Routes to School Improvement Project – 3758
Portland Elementary School Safe Routes to School Improvement Project – 3758
Sealed proposals will be received until 3:00 PM. Names of all responders will be read aloud
at that hour and date specified and under following conditions:
Proposals received after 3:00 PM on Reply By Date will not be opened.
On proposals amounting to $2000 or over, successful bidder may be required to execute and
give performance bond for full amount, by a Surety Company authorized to do business in the
Commonwealth of Kentucky.
Proposers must submit all pages of RFP document.
Mark envelope with RFP Number, Reply By Date and Address to:
OMB – Purchasing
611 West Jefferson Street
Mezzanine Level
Louisville, KY 40202
CCK-2176-17 Phase 1F NICU Proper TC114-A & TC114B – 2402.3
CCK-2176-17 Phase 1F NICU Proper TC114-A & TC114B – 2402.3
PROJECT DESCRIPTION:
This package involves the installation work for the Phase 1F PAVILION H/HA – NICU. The work will be performed under contract with the Construction Manger, Turner Construction Company.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of 4700 Walnut Hills Drive Bank Repair Project , Contract No. 2016-063, Budget ID No. C16215, will be received at the office of MSD until 10:00 am, Local Time, November 17, 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 boulder toe wall installation along Fern Creek at the rear of 4700 Walnut Hills Drive in Metro Council District 22.
Sealed proposals will be received until 3:00 PM. Names of all responders will be read aloud
at that hour and date specified and under following conditions:
Proposals received after 3:00 PM on Reply By Date will not be opened.
On proposals amounting to $2000 or over, successful bidder may be required to execute and
give performance bond for full amount, by a Surety Company authorized to do business in the
Commonwealth of Kentucky.
Proposers must submit all pages of RFP document.
Mark envelope with RFP Number, Reply By Date and Address to:
OMB – Purchasing
611 West Jefferson Street
Mezzanine Level
Louisville, KY 40202
PROJECT DESCRIPTION:
The project includes providing all construction supervision, labor, materials, tools, and test
equipment necessary for the Coldstream Park Stream Corridor Restoration and Preservation
Supplemental Environmental Project (SEP).
PROJECT DESCRIPTION: The Base Bid Work includes full replacement of the Elementary Pod HVAC System at Berea Community School and related interior & exterior architectural finish components to accommodate this Work, as well as an approximately 4,970 s.f. Classroom Addition to the existing Middle/High School Area, along with one Bid Alternate. Berea Community School was originally built in 1967 with building additions in 1996, 2002 and 2005. The Scope of Work for this current project includes Base Bid Work for replacement of the existing Elementary Pod HVAC system with a new boiler & heat pump system to include a new wheel and plate energy recovery system and all related roof + architectural work [interior & exterior] needed to successfully complete this replacement. Also included within the Base Bid is new infill addition of approximately 4,790 s.f. with 4 classrooms, small production studio space, required corridor circulation space, storage and mechanical closets. Bid Alternate No. One is to provide thermal & acoustical upgrades in the center instructional spaces of the Elementary Pod, including new gypsum board upper walls with steel inserts through existing lower walls, repainting + plaster repair, lighting and fire protection to thermally separate these EIGHT instructional spaces. The work effort will be executed in one principal phase of on-site work beginning in January 2017 and ending in early August 2017.
The Work consists of the following major components for each project: See the drawings for a detailed scope of work
1. Package 1:
a. Renovations for CLARKSVILLE HIGH SCHOOL
1) Minor renovations to spaces around the auditorium
b. Renovations for CLARKSVILLE MIDDLE SCHOOL
1) Renovations to create a 3,700 square foot special education suite
2) Roofing repairs and replacement for 115,000 square feet of roof area.
2. Package 2:
a. Renovations for RENAISSANCE ACADEMY
1) Renovations of 4,000 square feet of existing unfinished space into new studio (classroom) spaces
2) Renovations of 4,800 square feet of existing unfinished space into new seminar room, PE studio, facilitators studio, dressing rooms and toilet room
3) Renovations of 800 square feet of existing unfinished space into an Enterprise Area
4) Interior renovation to create a green studio
5) Interior renovation to add an acoustical separation wall
Estimate:
$101,085.00 Estimated Length of Project:
(Substantial Completion) + 60 Calendar Days (Final Completion)
This project will address open portals filed under the Richard Salyers complaint (LB#). Two portals and a house coal overhang will be closed with wildlife accessible closure structures.
An upper portal will be closed using exterior bars and appropriate drainage controls will be installed to prevent erosion of sediment into the portal. Drainage in the area enters the portal, flows through the old mine works, and exists through the lower portal. The lower portal is under KY 1559. We will assess it from a path parallel to the highway. Clear the debris form the portal to allow installation of a 36” diameter dual wall polypropylene (DWPP) pipe and then place pneumatic backstowed pea gravel around the pipe.
Estimate:
$ 52,635.00 Estimated Length of Project:
(Substantial Completion) + 60 Calendar Days (Final Completion)
The project is located at 37.84465ºN, 82.76689ºW and addresses LB#13046. The project is adjacent to the Hitchcock site of the Beverly Blanton Group AMLRP. The waste area is less than 500 feet west of the project site and is an open field previously disturbed by residential, mining, and, agriculture centrally located at 37.84483ºN, 82.76887ºW. The entire project limits encompass 5.4 acres. The project will correct mine drainage that emanates from the hillsides along the Pack residence. The water saturates the yard creating a mosquito breeding ground and flows under the home affecting the residence. Reclamation entails excavating two seep areas and backfilling with clean rock. Subsurface drains will collect additional water and convey all the water to the stream. Materials from the excavation of the backfill areas and subdrains will be disposed in the nearby waste area.
Prior to beginning any major earth disturbance (excluding initial site preparation for access only), all silt control measures will be installed. These include the use of silt traps and silt barriers (bales & silt fence) at the project site and the waste area. Whenever possible, divert water away from the work area to prevent comingling with erodible soils. No tree clearing is required at the site or the waste area. The front yard is within the 100-yr floodplain.
All areas receive residential seeding measures and products. Standard measures will be used for dust control and work hours will occur during AML’s standard time frame of 7am to 7 pm Monday-Friday with shorter hours for “critical” work items.
LFUCG – Bluegrass Regional Transfer Station Pump Station Improvements
LFUCG – Bluegrass Regional Transfer Station Pump Station Improvements
PROJECT DESCRIPTION:
Consisting of the construction and/or furnishing of items for the Bluegrass Regional Transfer Station Pump Station Improvements, Lexington-Fayette County, Kentucky.
Valletta / Denham Road Drainage Improvement Project
Valletta / Denham Road 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 Valletta / Denham Road Drainage Improvement Project Contract No. 2016-062, Budget ID No. C16119 will be received at the office of MSD until 10:00 am, Local Time, November 15, 2016 and will be publicly opened and read at that place and time.
Description and location of Project: This unit base construction order is for 24-inch and 18-inch pipe installation along McCoy Way, Denham, and Valletta Road in Metro Council District 8.
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 $60,000.00 to $110,000.00.
The bid documents will be available on, October 25, 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 Buyer Denover A. Whalen E-mail: denover.whalen@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 least15.0% 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, Denover A. Whalen at Denover.whalen@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
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
Design-Build Proposal for a New Metro Animal Services Complex – 3755
Design-Build Proposal for a New Metro Animal Services Complex – 3755
Please Note: Addendum 3 has changed the Bid Date
Sealed proposals will be received until 3:00 PM. Names of all responders will be read aloud
at that hour and date specified and under following conditions:
Proposals received after 3:00 PM on Reply By Date will not be opened.
On proposals amounting to $2000 or over, successful bidder may be required to execute and
give performance bond for full amount, by a Surety Company authorized to do business in the
Commonwealth of Kentucky.
Proposers must submit all pages of RFP document.
Mark envelope with RFP Number, Reply By Date and Address to:
OMB – Purchasing
611 West Jefferson Street
Mezzanine Level
Louisville, KY 40202
Estimate:
$173,710.00 Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
The project is located on the Stratton Fork Road in Pike County. N 37° 35’ 33.97”, W 82° 20’ 11.49”. An area behind the Smith residence was last worked around 2010 and is now causing additional problems and threatening the house. Grade work performed behind the house has caused slope instability and the hillside continues to slough. A subdrain installed at the base of the slope has been completely compromised and closed off from this movement. Drainage measures installed to control water from above is ineffective and should be addressed as well.
Reclamation efforts include the construction of a reinforced concrete wall to protect the house and hold the material in place. Ditches, a headwall, and subdrains will be installed to control both groundwater and surface runoff. Various items such as dense graded aggregate and concrete have been added for access and repair any damage due to reclamation efforts. Waste will be taken to an approved site off US 119. Silt will be controlled during all phases of reclamation to minimize silt leaving the reclamation area. All disturbed areas will be vegetated using lime, fertilizer, residential seed, and mulch.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of
1314 Tycoon Way Drainage Improvement Project, Contract No. 2016-061 , Budget ID No. C16135, will be received at the office of MSD until 10:00, Local Time, November 8, 2016 and will be publicly opened and read at that place and time.
Sealed bids will be received until 3:00 PM and publicly opened and all bid prices read aloud
at that hour on date specified and under following conditions:
Bids received after 3:00 PM on Reply By Date will not be opened.
On proposals amounting to $2000 or over, successful bidder may be required to execute and
give performance bond for full amount, by a Surety Company authorized to do business in the
Commonwealth of Kentucky.
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