Please note: Addendum 01 has changed the Bid Date!
PROJECT DESCRIPTION:
Replace approximately 17,000 LF of airport perimeter fence. Replace airport access
gates. Construction will include: clearing and grubbing, concrete, electrical, and seeding.
Cedar Creek WQTC – Influent Pump Station MCC Upgrades Project
Cedar Creek WQTC – Influent Pump Station MCC Upgrades Project
Please note: Addendum 01 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 Cedar Creek WQTC – Influent Pump Station MCC Upgrades Project Contract No. 15852, Budget ID No. D16272, Drawing Record No. 15852, Sheet No. 1 to 21, will be received at the office of MSD until 10:00 am, Local Time, July 12, 2018, and will be publicly opened and read at that place and time.
Description and location of Project: This project is to provide Variable Frequency Drives (VFDs) to six existing 130 horsepower (hp) pumps at the Cedar Creek Water Quality Treatment Center (WQTC) Influent Pump Station. New Motor Control Center (MCC) building will be constructed to house the VFDs and the associated control equipment. New maintenance access road will be constructed to provide access to the new MCC building. The project also includes replacing an existing manual valve operator with new electric actuator and replacement of two existing valve boxes with new valve boxes and extension stems. The Project is located at the Cedar Creek WQTC at 8405 Cedar Creek Road, Louisville, Kentucky 40291.
All work shall be done in accordance to MSD’s Standard Specifications.
There will be a non mandatory pre-bid meeting held for this project. At Cedar Creek WQTC Office building, with site walk to follow at 11:00 am Local Time, June 28, 2018.
The Engineer’s Construction Cost Estimate for this project is between $ 1,000,000.00 to $ 2,000,000.00.
The bid documents will be available on, June 11, 2018, 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, Steven Leong E-mail: steven.leong@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, 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.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
Angela Akridge, P.E.
Chief Engineer
Rene’ Thomas
Director of Procurement & Supplier Diversity
MSD Procurement Department
City of Frankfort – Collins Lane Phase 1 and 2 Sanitary Sewer I&I Reduction
City of Frankfort – Collins Lane Phase 1 and 2 Sanitary Sewer I&I Reduction
PROJECT DESCRIPTION:
Construction of the Collins Lane Phase 1 and 2 Sanitary Sewer I&I Reduction Project for the City of Frankfort Sewer Department consisting of the rehabilitation of
approximately 23,000 LF of Gravity Sewer with either PVC Fold and Form Liner or UV Cured
In Place Pipe and the replacement of approximately 200 LF of Sanitary Sewer by open cut methods with all related work.
Danville Independent Schools – Mary G. Hogsett Primary School Renovation & Addition
Danville Independent Schools – Mary G. Hogsett Primary School Renovation & Addition
Please note: Addendum 04 has extended the Bid Date!
PROJECT DESCRIPTION:
Furnishing of all
labor, materials, supplies, tools, equipment and services required for the performance of all work for the:
MARY G. HOGSETT PRIMARY SCHOOL – Addition and Renovation
This project involves repairs to 10 concrete columns at the exterior/perimeter of the CCA 400 Building at the Capital City Airport. The work entails removal of the top 8” of damaged concrete, cleaning and painting a portion of steel tube columns, cleaning and re-coating reinforcing steel, re-casting concrete column tops, miscellaneous concrete patching and epoxy injection work, and final painting of concrete columns.
Blue Grass Airport – Runway 4-22 and Taxiway A Markings – Project 1810
Blue Grass Airport – Runway 4-22 and Taxiway A Markings – Project 1810
PROJECT DESCRIPTION: The Project consists of repainting of the Runway 4-22 markings, including
thresholds, centerlines, touchdown markings, runway numbers, taxiway lead
lines, hold markings, runway safety area markings and taxiway Alpha centerline.
Town of Clarksville – S. Clark Boulevard & Newman Avenue Drainage Improvements Project
Town of Clarksville – S. Clark Boulevard & Newman Avenue Drainage Improvements Project
PROJECT DESCRIPTION: The proposed work consists of replacing and rehabilitating failing stormwater infrastructure beneath Newman Avenue, Heritage Trail, Colgate Park, and S. Clark Boulevard. The S. Clark Boulevard roadway
embankment will be stabilized along the east and west side of the roadway in the vicinity of Colgate Park. Fill will be placed along the Heritage Trail embankment along the eastern boundary of Colgate Park. Roadway improvements and asphalt resurfacing will be made on S. Clark Boulevard between Montgomery Avenue and Harrison Avenue.
The Centralized Laboratory Facility Exterior Wall Renovation Phase VII, located at 100 Sower Boulevard, Frankfort, Kentucky (Franklin County), consist of upgrades and repairs to the exterior walls. The base bid shall consist of work centered around the four exit stairs, lobby clearstory and perimeter wall at first floor of the facility. This work shall include cleaning, and sealant of exterior precast panels. Work on the interior of the wall system shall include spray foam insulation installation. As part of the overall scope of this work, general demolition and repair is required on the interior, exterior, and its replacement. The work of this project shall require access to the interior of the lab facility and will require security clearance and card access for all employees accessing the site.
RFB-4-19 Parks – Pennyrile Forest Lodge Stair Repairs
RFB-4-19 Parks – Pennyrile Forest Lodge Stair Repairs
Project Manager Name: Dwayne
Brown Phone: (502) 782-0315
Email: Dwayne.Brown@ky.gov
Estimate:
$176,282.00
Estimated Length of Project:
December 5, 2018 (Substantial Completion) + December 20, 2018 (Final Completion)
This work will consist of removal and replacement of the outdoor elevated concrete deck serving the sleeping rooms at the main lodge. The deck will be supported by a combination of connection to the main building foundation and visible support posts below the deck. An exterior stair with landing at the end of the building is included in the scope. This work is to commence after the Labor Day holiday weekend
PROJECT DESCRIPTION:
This project consists of building 312 +/- linear feet of limestone seat wall along the
north side of Hilltop Avenue on property owned by the University of Kentucky,
Blue Grass Airport – TSEP Phase IV Construct New ARFF Facility
Blue Grass Airport – TSEP Phase IV Construct New ARFF Facility
PROJECT DESCRIPTION: Consisting of the Construction of a New ARFF Facility
(22,000sf); Constructing Associated Roadway Pavements and a Portion of Taxiway A.
The project consists of complete tear off, of existing insulation, membrane and metal components. Clean existing deck of dirt and debris. Install roof insulation and 2-ply SBS modified membrane as per manufacturer’s requirements. Provide crickets where indicated. Provide new metal components; e.g. metal counter flashings, roof drain leads, plumbing vent flashings, etc. Masonry Repairs, cleaning and sealing to occur as noted.
Estimate:
$ 68,340.00
Estimated Length of Project:
(Substantial Completion) + 60 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 trees are visible and material has the stream blocked.
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)
The slide has filled the drainage channel with mud/red dog and debris diverting water into Midland Drive causing damage to the road surface and making the road impassable. American Electric Power had the trees cut in the slide area to protect the electric lines at the toe of the slide. Danny Collins AMLRP design plans will remove unstable material from the stream, replace plugged culvert, protect the channels with class II/III stone, and repair public roads with DGA, roadway stone and blacktop.
Two Silt Check-Rock along with 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.
No trees 3” dia or greater will be removed except for the slide/unstable area.
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.
Demolition of two buildings located on the Hazelwood Center Campus, 1800 Bluegrass Avenue, Louisville, Kentucky. Scope of work includes:
BASE BID:
Demolition and removal of the Elks Building. Work includes disconnection and removal of utilities. Removal of site related items such as sidewalks, paving, landscaping, etc. At completion of demolition, site shall be filled, regarded to provide positive drainage and finished with seed and straw.
ALTERNATE #1:
Cut, cap and remove underground water service, sewer and natural gas. Utility lines on the interior of the building will be drained and flushed. Disconnect and remove overhead electrical service and utility pole. Coordination with utility agencies will be required.
ALTERNATE #2:
Demolition and removal of Mack-Hill Building. Removal of site components such as paving, sidewalks, landscaping, etc. Upon completion of demolition, site shall be filled, regarded to provide positive drainage and finished with seed and straw.
LFUCG – Fire Training Center Locker Room Addition Renovation
LFUCG – Fire Training Center Locker Room Addition Renovation
Please note: Addendum 02 has changed the Bid Date!
PROJECT DESCRIPTION:
Consisting of the construction and/or furnishing of items for the Fire Training
Center Locker Room Addition and Renovation, Lexington-Fayette County, Kentucky.
PROJECT DESCRIPTION:
General Construction Services
REQUEST FOR QUALIFICATIONS
RFQ #180207
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 6/26/2018 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).
CALL 203 CONTRACT ID 181219 KNOX, LAUREL COUNTIES 121GR18D012-NHPP CUMBERLAND GAP PARKWAY (US 25E) THE DBE PARTICIPATION GOAL IS 0.00%. KNOX COUNTY 86577 NHPP 0251 (046) : CUMBERLAND GAP PARKWAY (US 25E) (MP 24.221) MAJOR WIDENING – ADDRESS SAFETY CAPACITY ON US 25E FROM CORBIN BYPASS TO KNOX/LAUREL COUNTY LINE. IMPROVE SAFETY ALONG CORRIDOR BY PROVIDING IMPROVED ACCESS MANAGEMENT (MP 26.179), A DISTANCE OF 1.98 MILES. GRADE & DRAIN AND PAVEMENT ALTERNATES. SYP NO. 11-00188.00. LAUREL COUNTY NHPP 0251 (046 : CUMBERLAND GAP PARKWAY (US 25E) (MP 24.221) MAOR WIDENING – ADDRESS SAFETY AND CAPACITY ON US 25E FROM KNOX/LAUREL COUNTY LINE INTO LAUREL COUNTY. IMPROVE SAFETY ALONG CORRIDOR BY PROVIDING IMPROVED ACCESS MANAGEMENT (MP 26.179), A DISTANCE OF 0.29 MILES. GRADE & DRAIN AND PAVEMENT ALTERNATES. SYP NO. 11-00188.00.
CALL 101 CONTRACT ID 181220 BATH COUNTY STP 521 (119) : US 60 & KY 211 INTERSECTION (MP 16.300) INTERSECTION IMPROVEMENT AT KY 211 AND US 60 IN SALT LICK (MP 16.500), A DISTANCE OF 0.20 MILES. ASPHALT SURFACE WITH GRADE & DRAIN. SYP NO. 09-08813.00.
The project consists of the installation of a retro-fit single ply thermoplastic membrane roofing system over an R-panel pemb roof including gutters, downspouts, snow guards, and break metal trim.