Estimate:
$ 75,650.00
Estimated Length of Project:
(Substantial Completion) + 60 Calendar Days (Final Completion)
The site is located off of KY 292 in Martin County (Lat: 37°, 45’, 51.85′, Long: 82°, 18’, 54.74′).
Drainage issues have developed on the Gillman property from mining above the property. The problems will be corrected by constructing a sub drain (by replacing the 8” pipe) to direct the runoff away from the property into three more inlet drop boxes (one already exists) and to put in three headwalls into the ditch line of KY 292.
Excess excavated material from construction of the sub drain will be placed on the Gillman property, spread evenly over the flat area of the yard.
Site Preparation includes clearing and grubbing of vegetation. The construction area at the site 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, sub drain. Plating to protect the septic tank is included in the site prep.
This project is a HVAC Service Renovation of HVAC Services Thompson Building on the Department of Criminal Justice Training Campus. In the Thompson Building, all existing water source heat pumps are being replaced with new water source heat pumps and controls. Stairwell heat pumps being replaced with DX mini splits.
19-17 / Garden Green Way Area Water Main Replacement
19-17 / Garden Green Way Area Water Main Replacement
Louisville Water Company is requesting Bids for project consisting of the supply and installation of 3,485 +/- linear feet of 6-inch DR-18 C900 PVC water main (using traditional trench installation techniques), the supply and installation of 295 +/- linear feet of 6-inch Pressure Class 350 ductile iron water main (using traditional trench installation techniques), 830 +/- linear feet of 4-inch DR-18 C900 PVC water main (using traditional trench installation techniques), and 10+/- linear feet of 8-inch Pressure Class 350 ductile iron water main (using traditional trench installation techniques). Also included in this project is the supply and installation of 8 fire hydrants, and the supply and transfer, renewal, relocation or discontinue of 72 +/- customer services. Contractor shall supply and install all materials required for the completion of this project. Louisville Water Company will not supply any materials for this project. Contractors shall include the labor, material, overhead, etc. cost in their bid price. The only item that will be supplied by Louisville Water Company is the meters.
City of New Albany – Flood Control Pumping Stations Back-Up Power Project Installation
City of New Albany – Flood Control Pumping Stations Back-Up Power Project Installation
The Work of the Project consists of all work necessary for the installation of Owner provided back-up
power generators and transfer switches at six (6) Flood Control Pump Stations including installation of
concrete pads/platforms, conduit, wiring, grading and restoration of grass and paved surfaces.
City of Stanton – Sanitary Sewer Service Area Expansion – Phase 1
City of Stanton – Sanitary Sewer Service Area Expansion – Phase 1
The work is generally to provide all materials and installation of approximately 9720 linear (LF) of force main ranging in size from 2″-3″ diameter, 2860 LF of 8″ gravity sewer, 600 LF of 4″ laterals, 10 manholes, 29 grinder pump stations, 7560 LF of 1.5″ diameter
force main and four other pump stations along with other items shown on the Bid
Schedule.
This project is a HVAC Service Renovation of HVAC Services for the Funderburk building on the Department of Criminal Justice Training Campus. In the Funderburk Building, the two existing chillers and chilled water pumps are to be replaced with two new chillers and pumps as an upgrade to the chilled water system, controls to be replaced.
Housing Authority of Versailles – Storage Building Construction and Parking Lot Replacement
Housing Authority of Versailles – Storage Building Construction and Parking Lot Replacement
Please Note: Addendum 02 has changed the Bid Date
The work to be performed consists of:
A. Construct storage buildings
1. Split face concrete block
2. Metal roofing
B. Asphalt paving and seal coat
C. Concrete sidewalks
D. Smoking Areas
Work includes providing all items, articles, materials, operations or methods herein listed, mentioned
or scheduled on the Project Documents and / or herein, including all labor, materials, equipment, services and
incidentals as necessary for their completion.
CCK-2396-19 UK Summer Classroom Renovation – Bid Package C
CCK-2396-19 UK Summer Classroom Renovation – Bid Package C
Due to issues beyond our control, the downloadable files will no longer be made available through Lynn Imaging’s Planroom. To download the files, please go to the University of Kentucky’s Bid and Proposal Opportunities website. Thank you!
CCK-2395-19 UK Summer Classroom Renovation – Bid Package B
CCK-2395-19 UK Summer Classroom Renovation – Bid Package B
Please Note: Addendum 02 has changed the Bid Date
Due to issues beyond our control, the downloadable files will no longer be made available through Lynn Imaging’s Planroom. To download the files, please go to the University of Kentucky’s Bid and Proposal Opportunities website. Thank you!
CCK-2394-19 UK Summer Classroom Renovation – Bid Package A
CCK-2394-19 UK Summer Classroom Renovation – Bid Package A
Due to issues beyond our control, the downloadable files will no longer be made available through Lynn Imaging’s Planroom. To download the files, please go to the University of Kentucky’s Bid and Proposal Opportunities website. Thank you!
Town of Clarksville – Woerner Avenue Storm Sewer Reconstruction & Raw Water Main Relocation
Town of Clarksville – Woerner Avenue Storm Sewer Reconstruction & Raw Water Main Relocation
This project includes the installation of a storm sewer trunk line and raw water main
relocation on Woerner Avenue. Reconstruction Project. This project includes the
installation of storm sewers, water main, and all other items necessary for construction of
a complete project.
City of Frankfort – Fort Boone Pump Station Replacement Project Replacement Project
City of Frankfort – Fort Boone Pump Station Replacement Project Replacement Project
The City intends to issue a contract for work to construct a 660 gpm pump station. The
scope of work includes all labor, materials, equipment, and incidentals required for the
installation of a Submersible Pump Station consisting of a 10’ diameter wetwell, valve vault, 40 LF of 8” gravity sewer, 272 LF of 8” force main and the demolition of the existing pump station. Work shall include the successful testing of 5 previously constructed manholes and 508 LF of previously constructed gravity sanitary sewer line.
The project consists of the removal of roof skylight and infill with framing and roofing to match existing construction at Western Kentucky Veterans Center. Repair work involves the following:
a. Removal of existing glazed skylight and related framing. Skylight is located in middle of building, overhead of facility gift shop.
b. Roof infill of light gauge steel framing, steel decking, insulated sheathing and asphalt shingles to match adjacent construction.
c. Building interior to infilled with light gauge steel framing and painted gypsum wallboard to match adjacent construction.
d. Alteration of mechanical items to conform to building interior infill.
e. Removal of existing lighting and installation of new pendant LED fixture.
CCK-2393-19 Gluck Equine Building Lab 448 and 450 Renovation
CCK-2393-19 Gluck Equine Building Lab 448 and 450 Renovation
This project is the consolidation of existing labs 448 and 450 into a single, renovated wet lab. The wall between labs 448 and 450 will be removed. The new lab will receive new casework, flooring, ceiling, new lighting, and updated HVAC.
Pikeville Medical Center – 11th Floor Outpatient Lab & Pulmonary Diagnostics
Pikeville Medical Center – 11th Floor Outpatient Lab & Pulmonary Diagnostics
Consisting of partial renovation (5,425 sf) of the 11th Floor Clinic Building for the proposed suite for Pulmonary Function Testing and Out Patient Lab.
Description and location of Project: This unit based construction order is for the installation of a 10-inch pipe and drain system along Pershing Ave in Metro Council District 7.
Hite Creek Water Quality Treatment Center Expansion to 9 MGD
Hite Creek Water Quality Treatment Center Expansion to 9 MGD
Please note: Addendum 02 has changed the Bid Date!
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of Hite Creek Water Quality Treatment Center Expansion to 9 MGD, Contract No. 15834, Budget ID No. H14126, Drawing Record No. 15834, Sheet No. 1-206, will be received at the office of MSD until 10:00 AM, Local Time, Thursday, May 9, 2019, and will be publicly opened and read at that place and time.
Description and location of Project: Hite Creek WQTC Expansion to 9 MGD – Contract Number 15834 The Project will include the installation of new process tanks, buildings, equipment, piping, site improvements, electrical, instrumentation, controls, mechanical and odor control improvements. The project is located at 5512 Hitt Lane, in Northeast Jefferson County, KY.
All work shall be done in accordance to MSD’s Standard Specifications.
There will be a pre-bid meeting held for this project. The pre-bid meeting will be held at 10:00 AM,
March 21, 2019 at the MSD main office, 700 West Liberty, Louisville, KY 40203.
Contractors will be invited to tour the Hite Creek WQTC between 12:00 and 2:00 on March 21, 2019.
The Engineer’s Construction Cost Estimate for this project is between $20,000,000 to $24,000,000.
The bid documents will be available on, March 8, 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 Tony Harover. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager Tony Harover at: tony.harover@louisvillemsd.org. Questions received less than 10 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.
All bidders shall submit with their bid an acceptable bid bond or a certified check in the amount of seven-and-a-half percent (7.5%) of the bidder’s maximum bid price, payable to the Owner.
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, Tony Harover.
MSD Interim Supplier Diversity Policy and Guidelines for this project is as follows: 15% MBE and 6% WBE participation is required for this project.
This project is funded with funds provided by the Kentucky Clean Water State Revolving Fund (SRF) with federal funds provided by the Environmental Protection Agency. SRF requirements (including American Iron and Steel and Federal Davis-Bacon Wage Rates) and provisions must be met by the Bidder and all subcontractors.
Bidders shall comply with 40 CFR 31.36 which includes but is not limited to the following: (1) the President’s Executive Order 11246 (Equal Employment Opportunity) as amended, which prohibits discrimination in employment regarding race, creed, color, sex, or national origin, (2) Title VI of the Civil Rights Act of 1964,
(3) the Anti-Kickback Act, and (4) the Contract Work Hours Standards Act.
Contractor and its Subcontractors shall comply with 41 CFR 60-4, in regard to affirmative action, to ensure equal opportunity to females and minorities and will apply the timetables and goals set forth in 41 CFR 60-4, if applicable to the area of the Project. Bidder shall make positive efforts to use small, minority, women-owned, and disadvantaged businesses.
All bids shall remain subject to acceptance for 90 days after the time set for receiving bids.
The Bidder awarded the contract shall complete this project within 660 calendar days. Liquidated damages will be assessed at $500 per calendar day.
LOCAL LABOR PREFERENCE: Yes
The contract will be awarded on an evaluated basis to the lowest, responsive, responsible bidder, 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.
Small and Disadvantaged Business Enterprises are encouraged to bid on this project. MSD is an Equal Opportunity Employer.
LOUISVILLE AND JEFFERSON COUNTY METROPOLITAN SEWER DISTRICT
Russell Independent Schools – Area Technology Center ADA Ramp
Russell Independent Schools – Area Technology Center ADA Ramp
Please Note: Addendum 05 has changed the Bid Date
Sealed proposals shall be received for the furnishing of the specified labor, materials, supplies, tools, and or services, indicated for the:
Russell Independent Area Technology Center ADA Ramp BG#19-114
Town of Sellersburg Sewer Department – Sellersburg WWTP Upgrades
Town of Sellersburg Sewer Department – Sellersburg WWTP Upgrades
The project generally consists of:
Construction of upgrades to the existing phosphorus removal system at Sellersburg WWTP,
including installation of a storage building, installation of a 3000-gallon storage tank, two (2)
peristaltic pumps and associated controls, installation of piping associated with storage and
pumps, and all other items shown on the plans and mentioned in the specifications for a
complete project, ready for continuous operations.