Hardin County Water District No. 2 – Handbook Review RFP
Hardin County Water District No. 2 – Handbook Review RFP
The District requests proposals for review of the company Employee Handbook. The review process will consist of reading the District’s existing Employee Handbook to identify the following areas:
– Ensure that all policies are included for compliance with federal, state, and local laws.
– Provide recommendations to policies/procedures that will improve policy effectiveness.
– Recommendations to ensure that the handbook is clear and concise in the way it is written.
– Recommendations for opportunities to follow the latest industry standards or trends.
– Check organization and formatting of handbook.
Once the handbook has been reviewed, provide the District with all recommendations, and assist in creating the finalized version of the handbook.
Please Note: Addendum 02 has changed the Bid Date, Time and Location!
Project consists of construction of a new site entry, and concrete
pad outside of new overhead doors. Interior work to include removal of existing
masonry walls for new overhead door installation, removal of existing 6” concrete floor
and installation of new concrete floor with floor drains.
City of Frankfort – East Main Interceptor Rehabilitation
City of Frankfort – East Main Interceptor Rehabilitation
The work to be bid is described as follows:
CCTV approximately 2,550 linear feet of existing sewer, investigate and confirm the horizontal and vertical location of existing property service locations at the edge of right-of-way for 35 property service connections, replacement of six existing manholes, installation of four new manholes, installation of one new external drop manhole, replacement of approximately 616 linear feet of sanitary sewer, rehabilitation of approximately 1,877 linear feet of sanitary sewer with fold and form, reconnection of 35 property service connections, and traffic permitting and coordination with KYTC and emergency agencies including all labor, materials, excavation and appurtenances. The project will consider slip-lining as an alternate rehabilitation method for part or all of the rehabilitation portion of the project if contractor can prove conditions are favorable. The base bid will utilize fold and form and award of the project will be made based on the base bid only. Adequately qualified and experienced contractors are invited to submit bids for the project.
Tyler Park Master Plan Implementation Phase 1 – 190101
Tyler Park Master Plan Implementation Phase 1 – 190101
Louisville Metro Government is currently accepting bids for Tyler Park Master Plan
Implementation Phase 1 per the attached specifications. The selected firm will Demolish
existing playground, sprayground and restroom. Construct new playground, sprayground,
restroom and sports courts among other site work.
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 01/04/19 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).
Louisville Metro Government is currently accepting bids for Tyler Park Tennis Renovations per
the attached specifications. The selected firm will Demolish and rebuild (2) tennis courts in Tyler Park
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 01/07/19 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).
Project Manager Name: Scott Baker
Phone: (502) 564-5850
Email: scott.baker2@ky.gov
Estimate:
$1,614,000.00 Estimated Length of Project:
June 15, 2019 (Substantial Completion) + July 15, 2019 (Final Completion)
The scope of the current project includes a piping main replacement and modification in in the boiler room to support the removal and replacement of existing mechanical equipment. Mechanical equipment to be removed and replaced is a chiller, the building distribution pumps and all associated components, and 2 domestic hot water heaters with storage. Additionally, ~175 fan coil units serving the resident rooms will be removed and replaced. General Trades work will be required to support this scope. Electrically the scope involves upgrading certain life safety systems and supporting new mechanical equipment
Consisting of the construction and/or furnishing of items as listed in the Bid Schedule.
The work entails the construction
of 10,500 feet of sidewalk along the Southland Drive corridor from Rosemont Garden to
Nicholasville Road, seeding/sod, tree plantings, storm sewers, and other incidentals to complete the work.
Georgetown Municipal Water and Sewer Service – West Woods Phase II Force Main Replacement
Georgetown Municipal Water and Sewer Service – West Woods Phase II Force Main Replacement
The program of work for which bids are to be submitted consists of replacing the existing 2-inch force main with a new 3-inch force main and appurtenances and other work for a complete installation, as shown on the Drawings and described in the Specifications.
Georgetown Municipal Water and Sewer Service – 2018 WWTP Improvements WWTP#2 Sand Filter Replacement
Georgetown Municipal Water and Sewer Service – 2018 WWTP Improvements WWTP#2 Sand Filter Replacement
The program of work for which bids are to be submitted consists of demolishing one of three existing traveling bed sand filters (450 square feet) and all associated appurtenances and electrical items for the filter, constructing a two (2) new disc cloth-media filter in the demolished filter bed, construction of a new sand filter distribution box with weir gates and a 24-inch DIP by-pass line, including all associated appurtenances and
miscellaneous items, including all other associated electrical, mechanical, and structural work, related appurtenances, connections to existing utilities and other work for a complete installation, as shown on the Drawings and described in the Specifications.
UK-1914-19 CM Services-Improve Facilities for Clinical Ambulatory Services Cancer Services – 2500.0
UK-1914-19 CM Services-Improve Facilities for Clinical Ambulatory Services Cancer Services – 2500.0
This project will renovate areas in Roach Cancer Care Facility, Whitney – Hendrickson Cancer facility
for Women, and Pavilion H of Chandler Hospital. The project includes 5 distinct phases of
construction in various areas of these facilities. The construction scope ranges from minor
refurbishment to extensive demo and replace. No building additions are planned as part of this
project.
LFUCG – Old Frankfort Pike Scenic Byway Viewing Area – 164-2018
LFUCG – Old Frankfort Pike Scenic Byway Viewing Area – 164-2018
Please Note: Addendum 02 has changed the Bid Date
Consisting of the construction and/or furnishing of items as listed in the Bid Schedule plus incidentals necessary to complete the work. The work entails constructing a bituminous parking area, concrete
sidewalks and curbs, decorative pavers, storm drainage, site lighting, earthwork, erosion
control, signage, landscaping, information kiosks and other miscellaneous items.
Consisting of the construction and/or furnishing of items as listed in the Bid Schedule for the Meadows
Northland Arlington Neighborhood Improvement Phase 6A-1, Lexington-Fayette County,
Kentucky.
Description and location of Project: This unit base construction order is for the pipe and drain installation along the rear yards of 4800 block of Kingfisher Way in Metro Council District 21.
Estimate:
$106,803.50
Estimated Length of Project:
(Substantial Completion) + April 30, 2019 (Final Completion)
The Division of Abandoned Mine Lands wishes to receive bids to perform reclamation work on approximately 67.8 acres of mine land in Owsley County, Kentucky. The work will consist of earthwork, gradework, pond removal, and revegetation of 1 bond forfeiture permits.
This project is a HVAC Service Renovation of HVAC Services for three building on the Department of Criminal Justice Training Campus – Funderburk Building, Schwendeman Building and finally the Thompson Building. 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; along with some minor duct work replacement. In the Schwendeman and Thompson Building, all existing water source heat pumps are being replaced with new water source heat pumps. For all three buildings, controls are to be replaced. Replacement of existing fluid cooler in the Schwendeman building.
Description and location of Project: This unit based construction order is for a paved ditch and pipe installation along the rear yard of 4102 Bold Ruler Way, in Metro Council District 25.
Estimate:
$502,045.00
Estimated Length of Project:
(Substantial Completion) + 300 Calendar Days (Final Completion)
The proposed Andrews Run Phase 3 AMD Abatement Project, approximately 36 acres total, consists of an 11 acre acid filled mining impoundments and 7 acres of barren refuse/acidic clays in the headwaters of Andrews Run, and correcting erosion problems at the outlet of the Andrews Run Phase 2 project area in Muhlenberg County. The sites are located in the Rochester Quadrangle. The northern access is at 37° 13′ 55″ N, 86° 57′ 35″ W, the western is at 37° 13′ 30″ N, 86° 58′ 35″ W. To reach the all the sites from the intersection of US 431 and KY 70 in Browder take KY 70 East. For the north (existing) entrance go ~6.5 miles to Riverside Road. Turn left onto Riverside Road go ~2.7 miles to the north entrance to the project site on left. For the west (newer) entrance go 2.9 miles and turn left onto Old Ennis Rd. Go 0.4 miles and turn left onto Riverside Church Rd and go 2.2 miles to the KY Fish and Wildlife gate on right
From the existing Riverside Road KY Fish and Wildlife gate construct 1,850’ of gravel entrance using geo-grid and filter fabric with the roadway stone. Two set of pipes are included for use if the ENGINEER deems their placement to be necessary. Continue to construct an earthen road back to the work area. Use onsite materials to cover the first barren area and bury the exposed refuse. Downstream of the main upper work area construct a silt trap before major earthwork disturbance. At the 0.9 acre impoundment, spread agriculture limestone over the impoundment and use onsite material to fill sufficiently to create positive drainage. Release the water through a limestone sand dosing station. At the 16 acre area, use onsite material to grade and cap the existing acidic clays, refuse, and mud. Spray agriculture limestone across the impounded water. Cut the “berm” to slowly release the water through a limestone sand dosing station. The final drained and capped surface will also set the final grade for the ditches. Use the adjacent materials and backfill the pit. Leave all disturbed ground no steeper than 3:1 slopes. Construct a 2-stage meandering channel with meanders on ~30’ radius centers. Install step pools 4’ deep approximately every 200-300’ in the channel. If the grade at any point is more than 10% then construct a type “A” silt traps and step the water down to the next level with a step-pool type ditch.
At the north end of the project use the onsite large rocks and imported cyclopean rip-rap to construct a rock check in the channel. The check must be keyed into the bottom and sides of the existing channel and use large rock locked in place with smaller class III cover rock. Remove the existing culvert from the road and grade side slopes to 2:1 slope.
The project site has previously been disturbed by coal mining operations. Construction disturbances will be kept to a minimum with a stringently formulated sediment and erosion control program. Prior to beginning any major earth disturbance (excluding initial site preparation for access only), all silt control measures will be installed including silt traps and silt barriers (bales & silt fence). Tree clearing must be completed before March 15th. All disturbed areas will be promptly revegetated at the end of construction. Use the AML wildlife seed mixture. Enough mulch has been included for two applications in the event the application of the cover crop is required.
Estimate:
$ 71,000.00
Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
The Danny Collins Slide AML Reclamation Project is located in Letcher County, near the Isom City limits. GPS coordinates: 37* 35′ 50.95’N -82* 39′ 56.67″W. Directions are: Traveling on KY15 South at Isom, KY, turn left on Hwy 1148 and travel two (2) miles and turn left on Low Gap Rd.. Travel 0.3 mile on Low Gap Road and turn right onto Midland Rd. Travel 0.5 mile on Midland Road to last houses in the hollow. Danny Collins lives in the mobile home on the right. The slide material and portals are visible at the top of slide
Waste Area is located at coordinates N 37° 13’ 16.7′, W 82° 57’ 04.52′. To reach the waste area from the site travel 0.4 mile on Midland Drive, turn left onto Low Gap Branch and travel 0.3 mile, turn right onto State Hwy 1148 and travel 2.1 miles, turn right onto KY-15 N/KY-160 N and travel 5.2 miles and turn right onto Hagan’s Cemetery/Carr Fork Development Road, travel to the coal stockpile on the mine bench. The Danny Collins Slide waste material will be placed at the coal stockpile and then transported by the Hazard Vo-Tech students to its final placement.
Slide (Site Area)
Phase I opened the drainage channel and replaced the damaged culvert at the Danny Collins residence. The remaining slide material will be removed and transported to the previously used waste area, 3 Wildlife Accessible Portal Closures will be constructed, and combination rock ditch drain will be constructed in front of portals for drainage. A Class II ditch will be constructed to connect existing Class II ditch and drainage from portals, and repair public roads with DGA, roadway stone and blacktop.
Silt Barrier-Bales & Fence is proposed for proper silt control at the Danny Collins site. Silt control at the waste area will be provided by diversions and ponds constructed as part of the Carr Fork Development mine plan.
Trees greater than 3′ in diameter will be removed to construct drainage controls on the mine bench and to relocate roadways. The removal of these trees is why this portion of the reclamation must be done as a Phase II, after bat mating season has closed.
Waste Area
Carr Fork Development #860-0409 bond forfeiture site will be used for material disposal. The site is currently being reclaimed by the Hazard Vo-Tech Center. The Danny Collins Slide waste material will be placed at the coal stockpile and then transported by the Hazard Vo-Tech students to its final placement.
City of Frankfort Sewer Department – Holly Hills & Meadowview Sanitary Sewer Rehabilitation Project
City of Frankfort Sewer Department – Holly Hills & Meadowview Sanitary Sewer Rehabilitation Project
Mobilize (and demobilize at the end of the project) to the project site providing all traffic control,
and any erosion/sedimentation control measures, all sewage pumping around work areas, to
complete the project to rehabilitate the Holly Hills and Meadowview domestic sewer system. The
project includes: removal and replacement of 215 LF of 8-inch diameter gravity sewer; 220 LF of
8-inch diameter external point repairs, and 78 LF of 12-inch diameter external point repairs; 8
external manhole connection point repairs and one 12-inch external manhole connection point
repair; 5,300 LF of 8-inch CIPP pipeline rehabilitation and 460 LF of 12-inch CIPP pipeline
rehabilitation; 5 LF of CIPP segmental pipeline rehabilitation; re-instate 92 existing sewer laterals;
replace 38 lateral 8-inch and one 12-inch sewer connections; repair 19 manhole connections;
preform 550 LF of street cut and repair; and match 50 LF each of sidewalk and or curb and gutter.
The bid also includes contingency items to: clean 400 LF of 8-inch sewer and 400 LF of 12-inch
sewer; televise 400LF of 8-inch and 12-inch sewer; provide and provide rehabilitation for 400 LF
of 8-inch sewer and 12-inch sewer utilizing the CIPP specified for the project; provide pricing for
25 CY of concrete and 25 CY of select fill that will be used to negotiate additional work if required.
Finally, all final grading, seeding, clean up to leave the work sites satisfactory to the engineer
during final inspection. Special note is made concerning payment and delivery of the required
reports following the installation of the CIPP, etc.
GreenHouse 17 Rehabilitation Project – Safety and Access Renovations
GreenHouse 17 Rehabilitation Project – Safety and Access Renovations
Interior renovations to residential shelter spaces and related office, gathering, and reception areas.
Includes extensions and relocations of existing mechanical services, the addition of minor electrical
distribution, receptacles, and lighting, and the relocation and addition of plumbing fixtures.
Drawings illustrate design intent only with regard to mechanical, electrical, and plumbing systems. These
portions of the scope are considered to be “design/build,” and all design calculations, permitting,
fabrication, and installation.
Richmond Industrial Development Corporation – Richmond Industrial Park South III Water Line Extension
Richmond Industrial Development Corporation – Richmond Industrial Park South III Water Line Extension
Construction of 3,305 LF of 12″ PVC, C-900, C1200, Water Main, 1 Dry Tap Connection, 8-12″
Gate Valves, 2 Air Relief Valve. 7 Fire Hydrants, 210 LF of Bore and Jack with Steel Encasement. 10
CY of Concrete Encasement and other necessary items as shown on Drawings and Specifications. A
deductive alternate is included requiring the use of Ductile Iron. Class 350 pipe.
Project Location: Bill Robertson Way, Richmond, Kentucky
Jenkins Independent Board of Education – Jenkins Independent Various Improvements
Jenkins Independent Board of Education – Jenkins Independent Various Improvements
Furnishing of the specified labor, materials, supplies, tools, and or services, indicated for the:
Jenkins Independent – Various Improvements BG#19-133
Bluegrass Area Development District – Site Improvement Project
Bluegrass Area Development District – Site Improvement Project
Please Note: Addendum 01 has changed the Bid Date
The scope of work includes the demolition of the existing asphalt parking lot, concrete
sidewalks and a portion of the drainage system. Then reconstruction of the site to include low retaining walls new paving and new handicap access to the existing building that will remain in operation though construction.
Project consists of a new events center, three cabins, and surrounding
parking / site work. The Occupancy Classifications are Assembly (A-2) for the events center
and Residential (R-2) for the cabins. The Construction Type is VB and the total square footage
of the events center is approximately 6,649 SF. The events center includes a banquet space,
commercial kitchen, restrooms, storage and an office.