Estimate:
$181,000.00
Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
NYOKA ADAMS: From the intersection OF HWY 15 and HWY 7 at Isom, KY continue on HWY 15 toward Whitesville 1.7 miles. Go past Marlins lane on the left and turn left on the first gravel driveway to the Adams residence
Latitude N37° 10’ 47.60″, Longitude W82° 53’ 0.56″.
This project consist of fixing a slide and the drainage from a pre-law mining operation. The material was pushed over the slope during the mining process. This material slid down a drain and blocked a road and went into the main creek. The property owner has done some work on the road. This also includes the installation of a portal closure with wildlife access.
This project consist of removing the slide material and stabilizing the area, fixing the road and the drainage from the mine bench down to the main creek.
This project is to removal and replacement of certain plumbing fixtures as needed to change the facility usage from a correctional institution to a training unit dormitory. Existing fixtures have tamperproof user interfaces and are to be replaced with conventionally controlled fixtures. Includes:Twelve (12) urinals, Twenty-four (24) water closets, Twenty-four (24) showers.
The Athletic Department at Western Kentucky University in Bowling Green, Kentucky has
the need to replace the padding on the practice gym A & B walls, Diddle Area rooms 1812A
and 1812B. The padding replacement will cover a perimeter of approximately 670 LF. The
contractor is responsible for field verifying all dimensions. PDC is requesting proposals from
specialized protective wall padding contractors. A map showing project location and gym
floor plan are included.
WKU requests for proposals to supply and replace practice gymnasium wall padding at Diddle Arena, Western Kentucky University, Bowling Green KY, 42101 Bidder is required to meet on-site with the project manager to inspect the site and to gather additional information on Thursday, Feb. 20 at 10 am. This install must be completed during July 2020. Exact dates to be determined. Please go to following link: click WKU TopShop Sourcing
The Franklin County Board of Health will accept statements of qualifications from architectural firms for the design and construction administration of an approximately 10,462 S.F. Building Remodeling Project at the Public Health Center
Estimate:
$168,941.75
Estimated Length of Project:
(Substantial Completion) + 90 Calendar Days (Final Completion)
The Kenneth Ray Lewis site is located off No. 1 Hollow Road in Johnson County, KY at coordinates N 37° 46′ 31.43″, W 82° 45′ 45.00″. A concrete block retaining wall was constructed behind the Lewis residence as part of a previous AML project, however a hillside outside the wall’s confinement area has broken loose and threatens to cut off access to several residences further into the hollow.
To address these concerns, 150 L.F. of 9’ tall, non-reinforced concrete wall (type II) (AML 30-20-2) will be constructed adjacent to the existing wall, extending to the southwest. The wall will follow an existing access road as is shown on the plans. In addition to the wall subdrain, 180 L.F. of roadside ditch will be dug out and re-established to control drainage created by the wall. The area in front of the new wall will be stripped to rock to prevent further instability which could endanger road accessibility, and the roadside ditch in the immediate vicinity will be dug out and re-established. Other drainage behind the house will be addressed by constructing 50 L.F. of subdrain (AML 22-30-1) and outletting that subdrain in the location identified on-site by the engineer. Some chain-link fence in this area may be disturbed by the work and will need to be replaced as directed by the engineer.
A different area approximately 150 ft. northeast of the house has also been disturbed and will be regraded to ensure stability. This work will be done as directed by the engineer. Drainage from this area feeds into a 36” pipe that runs under the waste area, and a dropbox (AML 24-10-3) will be constructed along the pipe as shown on the plans.
The waste area for the project is the open field across No. 1 Hollow Road as shown on the plans, and it encompasses approximately 0.3 acres. This area will be regraded and revegetated at the conclusion of the project.
Project reclamation work will take place in areas significantly disturbed by coal mining, residential construction, utility installation, and road construction. Construction disturbances will be kept to a minimum through the use of a stringently formulated sediment and erosion control program, consisting of hay-bale silt checks maintained throughout the life of the project, prompt re-vegetation using agricultural limestone, fertilizer, seed, filter fabric, and mulch for the areas disturbed by the project.
Contractor will furnish all labor, equipment, tools, supervision, materials, technical design
services, shop drawings, and related items as required for the refurbishment of the UKHC
Elevator Upgrade – KY Clinic #6 (PS-3).
Estimate:
$ 71,820.00
Estimated Length of Project:
(Substantial Completion) + May 31, 2020 (Final Completion)
The Division of Abandoned Mine Lands wishes to receive bids to perform reclamation work on approximately 3.5 acres of mine land in Floyd County, Kentucky. The work will consist of earthwork, gradework, revegetation, pond removal and portal closures of one bond forfeiture permit.
This project is the renovation of existing room #111. The work will create a lobby/reception area and three new offices. One can serve as a small conference room. Renovation improvements will include new floor and wall finishes, new lay-in ceiling, LED lighting, and HVAC upgrades. The remaining portion of room #111 will be unimproved, unassigned space.
Montgomery County Industrial Authority – Caswell Lane Water Line Extension
Montgomery County Industrial Authority – Caswell Lane Water Line Extension
This project consists of an estimated 1,300 linear feet of 8” class 350
ductile iron pipe, minimal quantities of 6” and 10”, along with related accessories.
City of Williamsburg – Kentucky Splash Water Park Phase 1 – Athletic Complex
City of Williamsburg – Kentucky Splash Water Park Phase 1 – Athletic Complex
The bid is to furnish all necessary labor, materials, tools, machinery, warranties,
and all other items required to meet the scope per plans and specifications. Work to include,
but not limited to; General Trades, Masonry, Steel, Rough Carpentry, Electrical, Plumbing,
HVAC, Foundations, Earthwork, Exterior Concrete, Asphalt, Athletic Fields, Fencing,
Landscaping, Site Utilities, and Athletic Lighting
Jefferson Community and Technical College Technical Building B is an existing facility that is part of the Kentucky Community & Technical College System. Cooling in the building is provided by a 225 ton chiller and associated cooling tower. The chiller and tower operate in the cooling season approximately between April 15 – October 15. The purpose of this project is to replace the existing cooling tower due to corrosion issues. Along with the cooling tower, all associated condenser loop piping, pumps and hydronic accessories will be replaced.
The Contractor shall provide all of the materials and perform all the work described in the Specifications and/or shown on the Drawings. Sprinkler Heads will be replaced per KBC “Kentucky Building Code”, NFPA 13 “Standard for Installation of Sprinkler Systems” and the IBC “International Building Code”. All Sprinkler heads in the Guest Rooms will be replaced with fully concealed sprinkler heads and flat plates, white in color. Sprinkler heads (in outdoor canopy areas) shall be wax coated, rough brass finish in all exterior and wet locations. Sprinkler heads shall be white color (in light ceiling areas) in ACT or gypsum ceilings. Sprinkler heads will be rough brass finish in the attic and other dark color areas. The Dry Riser including all check valves, air compressor, alarm valve, gate valves, pressure switches, tamper switches, all riser trim, all riser gauges, including the double check detector assembly, and post indicator valve will be replaced. A fire department connection will be added near the Front Entrance. Clarify that the work is to be conducted on the site of a State Resort Park and will remain partially occupied during the entire contract period. Work to be performed within the facility is to be coordinated with the Owner’s Representative (Superintendent or Maintenance Supervisor) on a daily basis.
WKU-10235 JOC Price Contract for Plumbing Contractor
WKU-10235 JOC Price Contract for Plumbing Contractor
Western Kentucky University is to establish price contracts for the furnishing of labor, materials, and services for a Job Order Contract for Plumbing Services on facilities utilized by Western Kentucky University. The Plumbing Contractor shall be capable of providing qualified and skilled tradesmen as may be required. All jobs are to include but are not limited to the Contractor acquiring any necessary permits, inspections, and Performance Bonds where required.
Estimate:
$365,912.25
Estimated Length of Project:
(Substantial Completion) + May 31, 2020 (Final Completion)
The Division of Abandoned Mine Lands wishes to receive bids to perform reclamation work on approximately 96.4 acres of mine land in Breathitt County, Kentucky. The work will consist of earthwork, gradework, highwall removal, revegetation and pond removal of one bond forfeiture permit.
The project is the renovation of the Shower/Toilet Room at the Mayfield Youth Development Center. The work shall include complete demolition of existing plumbing fixtures and interior partitions. New work shall include new floor slab, concrete masonry, painting and ceiling finishes, security grade plumbing fixtures, HVAC diffusers and grilles, surface lighting, and power. Toilet and shower accessories are also included in the work. The contract shall include the provision of a 6-suite combo shower trailer during the extent of facility renovations, currently scheduled as a three-month process. Renovations of the accessible shower and toilet room shall be considered as a part of the Base Bid.
20-02 / Harrods Cove Pressure Reducing Valve Station
20-02 / Harrods Cove Pressure Reducing Valve Station
Louisville Water Company is requesting Bids for providing all labor, rigging, tools, equipment, and materials to install pre-fabricated, underground pressure reducing valve station, water main and electric utilities, landscaping, irrigation, fencing, paving, and restoring site. Furnish and install all items and accessories for a complete project.
20-13 / Minor Lane Area Water Main Replacement Project
20-13 / Minor Lane Area Water Main Replacement Project
Louisville Water Company is requesting Bids for the supply and installation of 2,520 +/- linear feet of 6-inch Pressure Class 350 ductile iron water main, 70’ +/- linear feet of 6-inch Pressure Class 350 restrained joint ductile iron water main and 2,525 +/- linear feet of 6-inch DR-18 C900 PVC water main. Also included with the project is the supply and installation of 8 fire hydrants, and the supply and transfer, renewal, relocation or discontinue of 116 +/- customer services. Contractor shall supply and install all materials required for the completion of this project.
Please note: Addendum No. 1 has changed the Pre-Bid Meeting Date from February 18, 2020 to February 21, 2020
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of the Ohio River Force Main Odor and Corrosion Control Contract No. 16114, Budget ID No. D18285, Drawing Record No. 16114, Sheet No. 1-33, will be received at the office of MSD until 10:00 AM, Local Time, Tuesday March 3, 2020, and will be publicly opened and read at that place and time.
Description and location of Project: Project to include installation of an Oxygen Injection System and site improvements at MSD’s Barbour Lane Pump Station (located at 4640 Barbour Lane, Louisville KY). Contractor to provide/install two new concrete pads and oxygen injection equipment and piping. The existing driveway at the Barbour Lane Pump Station will be improved and an additional entrance to the site will be provided, including new chain link fencing and gates.
Project also includes installation of automatic valve actuators at the ORFM valve structure on Indian Hills Trail (located immediately north of I-71 and east of Indian Hills Trail). Contractor will be required to run electricity from MSD’s Muddy Fork Pump Station (located immediately south of I-71and west of Indian Hills Trail) to the Indian Hills valve structure. Contractor will also be required to construct an elevated platform at the site to elevate telemetry/controls above the 100 year floodplain.
All appurtenant mechanical, electrical, instrumentation and civil/site work is to be included.
All work shall be done in accordance to MSD’s Standard Specifications.
There will be a mandatory pre-bid meeting held for this project. The meeting will be held at the MSD Main Office Building, 700 West Liberty Street at 10:00 AM local time on Tuesday, February 18, 2020. A mandatory site visit at the Barbour Lane Pump Station will be held immediately following the pre-bid meeting.
The Engineer’s Construction Cost Estimate for this project is between $1,500,000.00 to $1,800,000.00.
The bid documents will be available on, Friday, January 31, 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 Meskerem Eshetu, PE. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Meskerem Eshetu E-mail: meskerem.eshetu@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, Meskerem Eshetu, PE MSD Interim Supplier Diversity Policy and Guidelines for this project is as follows:
15% MBE and 6% WBE participation is required for this project. MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
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.
20-0319 Request for Proposal: Large Diameter Sewer Rehabilitation Progressive Design-Build Project
20-0319 Request for Proposal: Large Diameter Sewer Rehabilitation Progressive Design-Build Project
Please note the bid date and time has been changed to April 9, 2020 at 10:00 A.M. Local Time.
The Louisville and Jefferson County Metropolitan Sewer District (MSD) invites submittal of
responses to this Request for Proposals (RFP) for Progressive Design-Build (PDB) services for
the Large Diameter Sewer Rehabilitation Project (Project).
The deadline for responding to this RFP with a Proposal is Thursday March 26, 2020 at
10:00 AM (EST) local time.
All inquiries and correspondence regarding this RFP and procurement process shall be directed
only to Mr. John Allen, MSD Procurement Manager, via e-mail only (no phone inquiries please)
to john.allen@louisvillemsd.org, Subject: Large Diameter Sewer Rehabilitation Progressive
Design-Build RFP.
The deadline for inquiries is Thursday March 12, 2020 at 5:00 PM (EST)
local time.
Grayson County Board of Education – Middle School Partial Reroof
Grayson County Board of Education – Middle School Partial Reroof
Sealed Bids will be received by the Grayson County Board of Education for the furnishing of all labor, materials, equipment and services for the
Grayson County Middle School Partial Reroof
Grayson County Board of Education – Technology Center Partial Roof Replacement
Grayson County Board of Education – Technology Center Partial Roof Replacement
Sealed Bids will be received by the Grayson County Board of Education for the furnishing of all labor, materials, equipment and services for the
Grayson County Technology Center Partial Roof Replacement
Estimate:
$395,055.00
Estimated Length of Project:
(Substantial Completion) + May 31, 2020 (Final Completion)
The Division of Abandoned Mine Lands wishes to receive bids to perform reclamation work on approximately 85 acres of mine land in Clay County, Kentucky. The work will consist of earthwork, gradework, revegetation and pond removal of one bond forfeiture permit.