WKU-PDC-2019.001 Community Bikeway Project – Section 2
WKU-PDC-2019.001 Community Bikeway Project – Section 2
The WKU Community Bikeway Project Section 2 consists of improvements for pedestrians and bicyclists along a continuous corridor approximately 1.4 miles in length from Alumni Avenue to Third Avenue in Bowling Green KY. The objective is to create an environment that is safe and conductive to pedestrian and bicycle traffic including the needs of individuals with physical disabilities. The scope consists of sidewalk ramps, pavement marking, signage, concrete sidewalk and curbing, asphalt paving, and minor landscaping.
The project scope includes the development of a 2.37-acre site with the construction of three (3) 2 story
buildings. Building (A) is a 13,644 square foot mixed use building with Assembly (A-3) and Residential
(R-2). Building (B) is a 14,236 square foot mixed use building with Business (B) and Residential (R-2).
Building (C) is a 10,129 square foot building all residential (R-2). Construction assemblies consist of wood
framed walls, floors and roof trusses. Exterior materials include brick veneer, fiber cement veneer wall
panels, aluminum storefront and vinyl windows and asphalt roof shingles
Marion County Board of Education – Marion County Middle School Addition & Renovation
Marion County Board of Education – Marion County Middle School Addition & Renovation
The project scope consists primarily of the addition to the south end of the
classroom wing to add three standard classrooms and a science classroom. Construction will consist
of shallow spread footings, CMU load-bearing and partition walls, steel joists and decking at the floor
and roof, and masonry veneer. Site work will include all disturbed areas, building pad preparation and
storm drainage. HVAC system will include geothermal wellfield, terminal space units, and energy
recovery unit.
Louisville Water Company is requesting Bids for supply and installation of 690 +/- linear feet of 12-inch Pressure Class 350
restrained joint ductile iron water main, the supply and installation of 4275 +/- linear feet of 12-inch Pressure Class 350 ductile iron
water main, the supply and installation of 130 +/- linear feet of 8-inch Pressure Class 350 ductile iron water main and the supply and
installation of 12-inch Check Valve and Vault including all accessories, appurtenances and restoration. Also included in the project
scope is the supply and installation of 2 fire hydrants and the transfer, renewal, relocation or discontinue of 6 +/- customer services.
Questions or inquiries relating to this project must be submitted in writing via email at least seven (7) calendar days prior to the bid
opening date. All questions and inquiries must be sent to the Buyer, Renee Fromme, email at rfromme@lwcky.com.
The Company’s Project Manager’s estimate for the Contract plus Company supplied materials for this Project is $1,000,001 –
$3,000,000. If the Company’s Project Manager’s estimate for the Contract plus Company supplied materials exceeds $250,000: a Bid
Bond is required. For this Contract, a Bid Bond is required.
Bids will only be accepted from Bidders who have been pre-qualified by the Company in the pre-qualification category or categories
that apply to this Bid. This Bid requires prequalification in all of the following prequalification categories: 4” – 16” Ductile Iron
Water Main. For information about pre-qualification, contact the Buyer listed above.
Award of the Contract will be based on base bid pricing and is at the Company’s sole discretion. Alternate bid(s) may or may not be
awarded. The Company will award the Contract to the Bidder presenting a Bid that is responsive to the Specifications, is in
substantial compliance with the Contract requirements, and presents the lowest and best price for performing the Work making up the
base bid. The Company may accept the Bid that the Company determines is in the Company’s best interest, which may not necessarily
be the least expensive Bid.
Bid Documents may be obtained from Lynn Imaging located at 11460 Bluegrass Pkwy, Louisville, KY 40299, (502) 499-8400 and
www.lwckyplanroom.com. One copy of the Bid Documents (includes technical specifications and a full set of plans) will be available
at no charge (not including shipping/delivery charges) to Contractors that are prequalified with Louisville Water Company in the
category(ies) specified for this bid. For details regarding the charges that apply to non-prequalified contractors, go to
www.lwckyplanroom.com.
The renovation of Jackson City School architecturally will include upgrades to
the kitchen and the restrooms. The windows will be replaced throughout the building as well. The
HVAC units will be replaced one-for-one to provide a more energy efficient system. The light fixtures
will be replaced with LED throughout the building.
Housing Authority of Lawrence County – RFQ for AE Services
Housing Authority of Lawrence County – RFQ for AE Services
The Housing Authority Of Lawrence County Kentucky (HALC) is soliciting statements of qualifications from
qualified firms to provide Architectural / Engineering (A/E) Services related to its 2019 HUD Capital Fund
Emergency Grant. A firm will be selected to provide A/E services and Construction Administration Services to
The HALC for this project.
City of LaCenter – Wastewater Treatment Plant Improvements
City of LaCenter – Wastewater Treatment Plant Improvements
The work to be bid upon is described as follows:
Improvements to existing Waste Water Treatment Plant, including but not limited to
Ballasted Flocculation Process building, Ballasted Flocculation Process packaged
treatment system, polymer feed system, coagulant feed system, submersible pumps, UV
disinfection system, sludge pump station, water line, and various piping.
Louisville Metro – Parking Garages Stair Tower Repairs – 200065
Louisville Metro – Parking Garages Stair Tower Repairs – 200065
Louisville Metro Government is currently accepting proposals for Parking Garages Stair Tower
Repairs.
Louisville Metro Government uses Bonfire portal for accepting and evaluating proposals digitally (https://louisvilleky.bonfirehub.com/portal)
. Bidders must submit all pages of bid document through Bonfire. Sealed Proposals must be uploaded,
submitted, and finalized prior to the closing at 12/05/19 3:00pm. The bid document and drawings
are available on Bonfire and Lynn Imaging, all other forms, documents and attachments are available
on (https://louisvilleky.bonfirehub.com/portal).
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of Bells Lane WWTF Grit Classifier Line Relocation Contract No. 16171, Budget ID No. D20222, Drawing Record No. 16171, Sheet No.(Sheets 1 through 4), will be received at the office of MSD until 10:00 AM, Local Time, Thursday, December 5, 2019, and will be publicly opened and read at that place and time.
Description and location of Project: Labor and materials for the construction of the Bells Lane WWTF Grit Classifier Line Relocation. Installation to include approximately 140 LF of 10” DIP, 230 L.F. of ¾” pipe and 230 L.F. of 1 ½” pipe, excavation of 250 L.F. of chemical feed casing pipe for inspection by others.
All work shall be done in accordance to MSD’s Standard Specifications.
There will be non-mandatory pre-bid meeting held for this project. The meeting will be at 10:00 AM local time on Thursday, November 21, 2019 at the Bells Lane WWTF located at 4010 Bells Lane.
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, Wednesday, November 6, 2019, 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 Steven Leong. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, at Steven Leong E-mail: steven.leong@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 Project Manager, Steven Leong
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 MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.
The project is to renovate Bay C of the existing Building 6 at Bluegrass Station. The user group desires to convert the empty warehouse space of Bay C into a series of spaces to house and support various embroidery and sewing operations (approx. 9,834 SF). The existing open warehouse space will be converted into workrooms using metal stud and gypsum board walls with hollow metal doors, windows and frames. The central 60’-0” wide bays of the existing building, housing the Embroidery and Sewing spaces, are high-bay spaces with a roof deck nearly 30’-0” above the finished floor and will require the addition of light trusses at 12’-0” above finish floor to support the new acoustical tile ceilings, insulation, lighting, HVAC and electrical distribution in those areas. Existing concrete floors are to remain unfinished. The existing HVAC system for Bldg. 6, Bay C area is a heated only space served by radiant heaters suspended from structure. The heaters will be relocated outside of the new work area to maintain the surrounding spaces during cold weather. There will be two new Gas/DX Rooftop units to serve the new spaces. Rooftop units will be located on lower roof with ductwork routed to the high bay area. The units will have side discharge options to eliminate any penetrations into roof. Each unit will have standalone controls with a programmable thermostat and Economizer options. The area is served by a wet type sprinkler system. New branch lines will be tapped off the existing system to serve new heads that will be installed in the ceilings of this project. New electrical panelboards will be installed to serve the new area. Existing electrical service will be replaced with a new pad mounted electrical service. A new MDP panel will be installed that will back feed existing systems and new panelboards. To serve equipment power rails will be installed under ceilings with drop cords to most equipment. It is anticipated that four rails will be installed. All new lighting will be LED panel type providing an average of 50 foot candles. A new fire alarm system serving Bay C will be installed with partial tie-ins to all adjacent bays for monitoring.
Beargrass Creek Flood Pump Station, Pump #8 Bearing Replacement Project
Beargrass Creek Flood Pump Station, Pump #8 Bearing Replacement Project
Please note: Addendum No. 1 has changed the Pre-Bid Meeting Date
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the Beargrass Creek Flood Pump Station, Pump #8 Bearing Replacement Project, Contract No. 16172 , Budget ID No. F20013, will be received at the office of MSD until 10:00 am, Local Time, December 3, 2019, and will be publicly opened and read at that place and time.
Description and location of Project: This Contract provides for the removal, replacement/repair, and re-installation of pump bears in flood pump #8. This project is located at the Beargrass Creek Flood Pump Station (1709 Story Ave., Louisville KY).
All work shall be done in accordance to MSD’s Standard Specifications.
There will be non-mandatory pre-bid meeting held for this project. On Tuesday November 12, 2019 at 2:00 pm at Beargrass Creek Flood Pump Station; 1709 Story Ave., Louisville KY.
The Engineer’s Construction Cost Estimate for this project is between $200,000.00 to $250,000.00 .
The bid documents will be available on, November 1, 2019, 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 Josh Dickerson. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Josh Dickerson E-mail: Josh.Dickerson@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 Project Manager, Josh Dickerson.
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.
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.
City of Burnside – Combined Waterline Improvements
City of Burnside – Combined Waterline Improvements
The project includes, but is not limited to, the following:
The construction of approximately 10,500 LF of 8” water line and 16,500 LF of 6”
water line replacement and all appurtenances such as valves, hydrants and service
reinstatements required for a complete and operable installation with all related
work
Springfield Water and Sewer Commission – Springfield Reservoir Dam Slope Repairs
Springfield Water and Sewer Commission – Springfield Reservoir Dam Slope Repairs
The Project consists of the rehabilitation of the “Springfield Reservoir Dam” which includes flattening the downstream slope of the existing earthen embankment dam. The flattening of the downstream slope will require the addition of new rock and earthen fill.
Estimate:
$1,007,850.00 Estimated Length of Project:
(Substantial Completion) + 150 Calendar Days (Final Completion)
This project involves the treatment of the water in the existing pit and the backfilling of the pit in a manner to create positive drainage flow thru permanent treatment cells before being discharged. There is an estimated volume of 66,000,000 gals of water that needs to be treated. This water will be initially treated in the existing pit to raise the pH to acceptable levels and have the other elements settle out. Additional treatment will be conducted in the 2 treatment cells if necessary so the water meets effluent standards before being discharged. As the water drops in level, material from the borrow area will be used to fill the pit so it will not recharge and increase the depth of water. Backfilling of the pit will force the treated water from the existing pit thru the treatment cells. The estimated backfill material needed is 180,000 yards. After all the water has been treated to compliance standards and discharged, the existing treatment cells will be converted to permanent cells for continuous treatment
Eastern Kentucky University (EKU) hereby requests sealed bids for the materials, supplies,
equipment or services set forth herein, subject to all conditions outlined in this Bid Package