RFB-131-24 EEC-AML-John Henry Portals and Drainage AMD Repair
RFB-131-24 EEC-AML-John Henry Portals and Drainage AMD Repair
Estimated Length of Project:
(Substantial Completion) + 60 Calendar Days (Final Completion)
Project Description:
At the John and Sherri Henry residence, this project will repair a section of Class II/III ditch, repair subdrain installed as part of the previous project and install new subdrain in the yard area adjacent to the existing Class III ditch. The spreader bar installed at the stilling basin will be repaired or replaced. All drainage will remain in established drainage features.
Waste generated by construction activities will be placed on the project site. The project area has previously been disturbed by coal mining operations, residential development and previous remediation work by DAML. Construction disturbances will be kept to a minimum utilizing the approved Best Management practices prior to beginning any major earth disturbance (excluding initial site preparation
for access only) until all silt control measures will be installed. These include but are not limited to silt barriers (bales & silt fence). No trees greater than 3” diameter at breast height will need to be cut or removed for completion of the project. All disturbed areas (including waste areas) will be promptly revegetated at the end of construction. Cover crop is also provided in order to provide quick vegetative
cover on any disturbed areas that will go undisturbed for at least two weeks, but not be ready for application of permanent revegetation. This project will not affect any delineated streams or floodplains. Sediment control will be provided using silt bales and fence.
Clarifier MCC and Grit Electric MCC Buildings Roof Replacement Project
Clarifier MCC and Grit Electric MCC Buildings Roof Replacement Project
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville,
Kentucky 40203 for the construction of the Clarifier MCC and Grit Electric MCC Buildings Roof Replacement project, Contract No. 17005, Budget ID No. D23161, Drawing Record No. / Sheet No. 1-6,, will be received at the office of MSD until 10:00 a.m., Local Time, Tuesday, December 19, 2023 ,and will be publicly opened and read at that place and time. The public
may attend the bid opening via Microsoft Teams Meeting. The phone number is (502) 654-8113 and the Conference ID is
834 790 251# . This info will also be posted on the bid box on the day of the bid opening.
Description and location of Project: The principal features of the Work to be performed under this Contract include, but are not
limited to the following:
1. Removal and disposal of existing roof system.
2. Installation of new roof system.
3. Installation of flashing and sheet metal work
All work shall be done in accordance to MSD’s Standard Specifications.
There will be a mandatory pre-bid meeting held for this project. Tuesday, December 5, 2023 at 11:00 a.m. at the Derek
R. Guthrie Water Quality Treatment Center (DRGWQTC), 11601 Lower River Road, Louisville, KY 40272. All
visitors will be required to furnish their own PPE to visit the site.
The Engineer’s Construction Cost Estimate for this project is between $ 20,000.00 and $ 60,000.00 .
The bid documents will be available on Tuesday, November 28, 2023, 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 Julie Potempa. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Julie Potempa. at julie.potempa@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, David Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND
PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER
for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June
1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise
Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and
construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate
for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at https://louisvillemsd.org/SupplierDiversity/forms
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Julie Potempa.
MSD SUPPLIER DIVERSITY PROGRAM: Not Applicable
The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual
(MBE/WBE Program) is effective June 1, 2020. If selected as applicable above, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and 15.0% WBE – Caucasian Female participation respectively required for this project.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: Applicable
This MSD construction project is bid and advertised as:
Construction Services: YES Construction-related Services: NO
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.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
Project Description:
This project involves the complete demolition, removal, and disposal of the existing boiler house structure and all associated structures and features at the building site at the Northpoint Training Center. The boiler house structure is an approximately 7,500 s.f. facility of varying heights. The approximate total “volume” of the building structure is around 194,000 cubic feet.
Project includes removal of hazardous materials limited to asbestos containing materials in the sealants/backer rods at windows.
The purpose of this project is to expand the electrical infrastructure in two labs, I.M.C. Training Area 107 and Electronics Technology 138. This expansion includes providing three panelboards total between the two labs, two in the I.M.C. Training Area 107. These new electrical panelboards will be used to provide new disconnects and ceiling hung twist lock outlets needed to power new lab teaching equipment (teaching equipment not included in this project).
Project Description:
The Project Scope consists of exterior improvements and construction at the corner of Morgantown Road and Loop Avenue – the traditional entrance to the campus. The “campus fence” will be extended from the recently completed Gate 1 around to the first entrance of the Fire & Rescue Building. A monument sign structure with mounted, illuminated panel signage will be constructed just inside the fence at the intersection. The existing monument sign at the same location will be demolished.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville,
Kentucky 40203 for the construction of Rowan Pump Station Air Scour System Contract No. 17068 , Budget ID No. H24120,
Drawing Record No. / Sheet No. 1-20, will be received at the office of MSD until 10:00 AM, Local Time, Tuesday December
19, 2023,and will be publicly opened and read at that place and time. The public may attend the bid opening via in-person
attendance at MSD’s Main Office (700 West Liberty Street) in the Board Room.
Description and location of Project:
This Contract provides for the installation of an air compressor; receiver tank package
system; oil/water separation unit; all connection piping, valves, actuators; and appurtenant work. 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. The non-mandatory pre-bid meeting will be held
at MSD’s Main Office (700 West Liberty Street) in the Board Room at 10:00 A.M. Local Time, Tuesday, November 21,
2023. A site visit will be held immediately following the pre-bid meeting at the Rowan Pump Station at 216 N. 12th
Street, Louisville, KY 40203. Site visit attendees will need to bring their own PPE to participate.
The Engineer’s Construction Cost Estimate for this project is between $225,000.00 and $330,000.00.
The bid documents will be available on Wednesday November 15, 2023, 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 Jacob L. Mathis, P.E. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Jacob Mathis. at jacob.mathis@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, David Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND
PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $200,000 AND GREATER
for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation, as revisedeffective July 1, 2023, MSD has adopted and implemented the MSD Supplier Diversity Minority and Woman Business Enterprise
Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and
construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate
for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program subcontracting goals are
listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at https://louisvillemsd.org/SupplierDiversity/forms
If selected as “Applicable, Partial Waiver” below, the Contractor must subcontract a percentage of the total amount of
the Contract Bid price to certified African American minority-owned businesses, Asian-Indian American minorityowned
businesses, and Caucasian Female business as specified in the partial waiver attached hereto and as set forth in
the “MSD SUPPLIER DIVERSITY PROGRAM” section below.
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Jacob L. Mathis, P.E.
MSD SUPPLIER DIVERSITY PROGRAM: Applicable
The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual
(MBE/WBE Program) is effective July 1, 2023. If selected as “Applicable” or “Applicable, Partial Waiver” above, the goals are as
follows:
18.0% MBE African American participation
2.0% MBE Asian-Indian American participation
15.0% WBE Caucasian Female participation
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: Applicable
This MSD construction project is bid and advertised as:
Construction Services: YES Construction-related Services: NO
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.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
Project Description:
This is a combined remediation effort on two campuses of MCTC, one located at the Montgomery Campus, and the other at the Rowan Campus.
The Work of the Project is defined by the Contract Documents and consists of, but not limited to, the following remediation efforts:
1. Miscellaneous site work, Storm Drainage, and concrete sidewalk replacement.
2. New exterior coatings, with required surface preparation.
3. New exterior MCM rainscreen.
4. Joint sealant application.
5. Curtain Wall Replacement and repair, Aluminum Window replacement, and glazing replacement.
6. Interior architectural repair.
Project Description:
The project involves re-roof work at the Blackburn Correctional Complex in Lexington, KY. The project is for the Gymnasium, Kitchen, Administration Building, Dorm, Re-entry Sanitary Building, Sanitation Garage, Receiving & Discharge Building, Maintenance Building, Education/School Building, Cattle Farm Office/Shed, Old Cattle Farm Office/Shed, and TRF Farm Building. The total roof square footage of work is approximately 80,500 sf to be removed and replaced. The existing roof systems are two-ply modified bitumen, ashphalt shingle, and metal roofs. The new systems are singly ply PVC membrane, two-ply SBS modified bitumen, asphalt shingle, and metal roof systems. The existing roof drains are to be tested for function and reused. All pre-finished metal roof coping caps, flashings, accessories, gutters, downpouts and terminations are to be replaced.
Project Description:
This project involves the replacement of seven of the existing medium voltage power distribution utility poles with new poles and transferring existing services and equipment to the new poles.
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Beargrass Creek Road Bank Repair Project Contract No. 2024-019, Budget ID No. C24029, until 10:00 AM, Local Time, Tuesday, December 5th, 2023, and will be publicly opened and read at that time. The public may attend the bid opening via teleconference call at 502-654-8113 (Dial-in Number) Conference ID: 341 532 537#.
MSD is using a web-based portal for accepting and evaluating bid proposals digitally at http://louisvillemsd.bonfirehub.com/portal for this Invitation to Bid. Documents may be uploaded at any time during the open period indicated for each proposal.
Description and location of Project: This project provides for a new concrete wall with footer and stone veneer installation along Beargrass Creek Road, and Barrett Hill Road. All work shall be done in accordance to MSD’s Standard Specifications.
There will be no pre-bid meeting held for this project.
The Engineer’s Construction Cost Estimate for this project is between $250,000.00 and $300,000.00.
Persons wishing to view the bid documents may do so online at http://louisvillemsd.bonfirehub.com/portal 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 Joseph Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal. 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, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms.
The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If applicable, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: Applicable
This MSD construction project is bid and advertised as: check applicable below
Construction Services: X
Construction-related Services:
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.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
Project Description:
Replace fire alarm control panels and all associated devices with new fire alarm systems in various buildings throughout many community college campuses. Replace all digital communicators or single path communicators from all buildings in this project with new dual path based communicators. Provide Cat 6 data cable from closest IT patch panel and connect to communicator for backup path.
Estimated Length of Project:
(Substantial Completion) + 270 Calendar Days (Final Completion)
Project Description:
The Lisa Tackett slide site is located at 32 Hunters Lane, Letcher County, KY, 41825. The site is located at coordinates Lat 37°12 ‘ 56.5164, Long 82° 42’ 17.9127”. On July 29, 2022, a slide had developed along the slope above Lisa Tackett’s home. The toe of the slope, along with coal debris are against the back side of the home. This has created a hazardous situation and will be addressed by AML.
AML proposes to construct two reinforced concrete walls. One reinforced concrete wall to support the slope behind the home of Lisa Tackett with a sub drain behind the wall. Second one above the road going up the hill behind Lisa Tackett’s home. The landowner assures AML there are no buried utilities in this area and the broken pipe showing in the slide area is an old water line which is no longer used. See Planview for more details.
Fallen trees and debris will be removed from the slide area and transported to the designated waste area which is shown on the plan view. Material excavated for the walls and from the slide will be placed in the waste area. Woody material may be burned, but will not be buried. Sediment control will be provided by straw bales or silt fences for the disturbance. The cost estimate for this work includes a lump sum quantity for the earthwork and additional items for site prep, revegetation, and the walls. In total, the project area encompasses approximately 0.5 acre. The waste area is 0.5 acre. Total area is 1.0 acre.
This project will not disturb any streams. This project will not address underground mine openings. No Trees will be removed outside of the disturbed area and waste area. All areas disturbed by this project will be revegetated by means of the Standard AML Reclamation Seed Mixture. Revegetation of the project area waste area is included. Cover crop is also provided in order to provide quick vegetative cover on any disturbed areas that will go undisturbed for at least two weeks, but not be ready for application of permanent revegetation
Estimated Length of Project:
(Substantial Completion) + 150 Calendar Days (Final Completion) Project Description:
This Site will consist of an additional 36 Liner Foot of 6’ high Gabion Wall added to the top of existing Gabion wall below the residence, with an additional 84 Liner Foot of 12’ high Gabion Wall added at the end of existing Gabion Wall to contain slide below Combs Residence. The construction of 50 Liner Foot of 3’ high Concrete Gravity Wall, construction of 80 Liner Foot of Cut-into-Rock 2’ Flat Bottom Ditch. Installation of 90 Liner Foot of Class III Ditch-4 foot flat bottom with Grout. The replacement of 40 Linear Foot of 24” HDPE pipe with one Standard Headwall, Silt Checks-Rock will be installed as needed by Scientist on site at appropriate locations. Class II aggregate and filter fabric will be installed behind the wall.
Mobilization is setup to provide for construction equipment to be delivered to the site. Hoe Ram hours included if rock encounter during the construction of walls and ditches. Utility Relocation, Site Prep is included, at both the sites and waste area to prep the areas for reclamation and material storage. Residential Seeding are included for all revegetation efforts within the site and waste area. Roadway Stone are included to provide for access during normal reclamation. Bituminous Repair is included to repair “in kind” all asphalt surfaces damage due to normal reclamation activities. Earthwork work bid item is included to excavate material to seat wall and at other areas as directed by the ENGIEER. Material will be transported to an off-site waste area.
Waste Area: This offsite waste area is located on a previously disturbed mined area. To access the site from Intersection of KY Hwy 15 and KY Hwy 80 in Perry County. Travel North on KY Hwy 15 6.80 miles to Trus Joist Lane, turn left and continue on Trus Joist Lane Road for 0.25 miles to Keith Miller Drive, turn right onto Keith Miller Drive and travel 0.32 miles to Waste Area on right road. The coordinates are 37.364684° N -83.261967° W.
Any permits will be obtained prior to construction. No trees 3” diameter or more at breast height will be disturbed, no cave-like structures will be closed, and no cliff-lines will be disturbed
(Substantial Completion) + 90 Calendar Days (Final Completion)
The Mark Sparkman Drainage and Portal Reclamation Project consists of
installing subdrain around the Mark Sparkman residence and the residence on the adjacent lot (occupied by Mr. Sparkman’s daughter to intercept mine drainage and closure of 1 portal. The site is located near Hueysville on KY-550 in Floyd County. The project location is at 37° 30′ 2.80″ N, 82° 44′ 30.82″ W.
The 911 address of the Sparkman home is 3767 KY 550, Hueysville KY.
A portal in the Elkhorn #1 seam between the residences will be addressed with a wildlife accessible closure. Drainage from the portal will be intercepted at the natural drain adjacent to the portal. An existing compromised drain will be replaced to conduct this mine drainage to the existing drainage system adjacent to KY-550. Subdrains will be installed behind the residences, with drainage being deposited in
the roadside ditch adjacent to KY-550 or the natural drain near the portal closure. Waste material will be deposited on a flat, stable area just above the northern residence. No woody material is expected to be encountered, but if generated, will be segregated from the earth waste material and disposed of by burning or otherwise appropriately disposed of.
The project site has previously been disturbed by coal mining operations and residential development. Construction disturbances will be kept to a minimum utilizing the approved Best Management practices prior to beginning any major earth disturbance (excluding initial site preparation for access only) until all
silt control measures will be installed. These include but are not limited to silt barriers (bales & silt fence). All disturbed areas will be promptly revegetated at the end of construction.
RFB-121-24 RE-AD of RFB-94-24 EEC-AML-Joe Hignite Slide-BIL
RFB-121-24 RE-AD of RFB-94-24 EEC-AML-Joe Hignite Slide-BIL
Estimated Length of Project:
(Substantial Completion) + 123 Calendar Days (Final Completion)
In total, the construction limits will consist of approximately three and a half (3.5) acres. One (1) acre within the slide, one (1) acre within the waste area, one (1) acre within the access road and ditch area and a half (0.5) an acre, which will incorporate disturbed areas around the house, garage and driveway. All other seeding will utilize the AML General Reclamation Mixture found in the Standard Specifications on page A-6. Revegetation activities shall be completed within the recommended seeding window found on page A-5. Any seeding activities outside of this window must be approved by the Branch Manager.
RFB-118-24 EEC-AML-Nadine Hayes Slide Phase II-BIL
RFB-118-24 EEC-AML-Nadine Hayes Slide Phase II-BIL
Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
The 23053AMLBAML Nadine Hayes Slide Phase II AML Reclamation Project is located in northern Letcher County, GPS coordinates N 37.21213°, W 82.88164°. Directions are: From the Hazard Central Branch Office, travel South on Hwy 15 for about 22.4 miles to KY 7 North. Turn left onto KY 7 North and travel 1.8 miles to Daniels Branch Road. Turn right onto Daniels Branch Road and travel 0.4 miles to site on right of road.
This project will consist of the replacement (in kind) of a Garage and deck at existing location on site. Construction of 80 LF of Concrete Gravity wall 5 foot high with concrete swale ditch in front of wall. Replacement of 48″ CMP pipe with RHDPE with slopped and flared headwalls. Construction of 120 LF of 24″ HDPE, the re-construction of 850 LF of 2’ flat bottom ditch to promote positive drainage. Installation of a Temporary Low water Crossing for access to existing haul road to re-construct 2’ flat bottom ditch.
Prior to beginning any major earth disturbance, all silt control measures will be installed. All areas disturbed by construction activities are to be revegetated in accordance with regional, regulatory, and project standards, using agricultural limestone, fertilizer, seed and mulch, as needed.
All excavated material will be wasted on site.
Any permits will be obtained prior to construction. No trees 3″diameter or more at breast height will be disturbed, with the exception of those in the slide and transition areas.
No cave-like structures will be closed, and no cliff-lines will be disturbed
RFB-110-24 RE-AD of RFB-95-24 EEC-AML-Jimmy Slone & Gary Francis AML Project-BIL
RFB-110-24 RE-AD of RFB-95-24 EEC-AML-Jimmy Slone & Gary Francis AML Project-BIL
Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
The Jimmy Slone site is located at 419 Sally Stephens Branch, Prestonsburg in Floyd County, KY, 41653, at coordinates N 37° 39′ 44.64”, W 82° 47′ 55.68”. On March 1, 2019 a portion of the hillside at Jimmy Slone’s residence became unstable and slid down the creek, bringing rocks, trees, and mud. This slide area (Slide A) is approximately 330’ wide, 394’length and 100’ from Jimmy Slone’s home. Mr. Slone is concerned about his safety and there is a potential for the slide to encroach on a public road, if the slide is not addressed.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of the WQTC Regional Labs Update project, Contract No. 17024, Budget ID No. H23050, Drawing
Record No. / Sheet No. 1-84, will be received at the office of MSD until 11:00 a.m., Local Time, Wednesday, November 29, 2023, and will be publicly opened and read at that place and time. The public may attend the bid opening via Microsoft Teams Meeting. The phone number is (502) 654-8113 and the Conference ID is 279 821 439#. This info will
also be posted on the bid box on the day of the bid opening.
Description and location of Project:
The principal features of the Work to be performed under this Contract include, but are not
limited to the following:
1. General: The purpose of this project is to design upgrades to the Cedar Creek WQTC, Floyds Fork WQTC, and Hite Creek WQTC Regional Labs. The upgrades are necessary to update lab equipment, replace old and worn cabinetry and counters, and address code violations discovered at the labs.
2. Hite Creek and Floyd’s Fork:
a. Architectural:
1) Demolish all casework, fume hood, and cabinetry.
2) Provide all new casework and countertops.
3) Paint existing ceiling grid and replace tiles.
4) Repair and refinish floor.
5) Refinish walls.
b. Mechanical
1) Replace existing split system heat pump.
2) Locate roof mounted condensing unit greater than 10 feet from roof edge.
3) Provide a new louver at opposite side of building from current location and provide new ductwork to route outside air to new indoor air handling.
4) Provide a new exhaust fan.
5) Provide a new muffle oven that has direct vent capability. Duct vent using double wall insulated ductwork to the roof.
6) Demolish existing fume hood exhaust gooseneck.
c. Plumbing
1) Demolish existing sinks and provide new replacements at same location.
2) Add a new small sink.
3) New undercounter dishwasher.
4) Demolish existing safety shower. Provide new safety shower at a new location.
a) Provide a new 120-gallon, 1.5 kW storage type water heater in pipe gallery basement below the lab dedicated for emergency shower.
b) Route new supply piping to emergency shower.
c) Provide a floor drain for emergency shower.
d. Electrical
1) Demolish existing lighting fixtures and replace with LED lighting at same location.
2) Relocate receptacles from existing location in casework to wall mounted receptacles.
3) Provide monument type receptacles in island countertop.
4) Provide power to new general space exhaust fan.
5) Provide dedicated circuit to new muffle oven.
6) Provide power to new HVAC split-system heat pump.
7) Provide power to new 1.5 kW, 120-gallon, electric water heater.
3. Cedar Creek:
a. Architectural:
1) Demolish all casework, fume hood, and cabinetry.
2) Provide all new casework and countertops.
3) Paint existing ceiling grid and replace tiles.
4) Repair and refinish floor.
5) Refinish walls.
b. Mechanical
1) Demolish existing general exhaust fan and provide a new exhaust fan to exhaust 1.0 cfm/sq. ft.
2) Rebalance the VAV system. Existing supply ductwork and distribution to remain.
3) Demolish existing fume hood and roof vent. Infill roof penetration.
4) Existing muffle oven with direct vent to remain.
c. Plumbing
1) Demolish existing sinks and provide new replacements near same locations as existing sinks.
2) New undercounter dishwasher at different location.
3) Demolish existing safety shower. Provide new safety shower at a new location.
a) Provide a new 120-gallon, 1.5 kW storage type water heater for emergency shower.
(1) Existing mechanical closet is not large enough for new heater. New heater could be located in the utility closet
near the lab.
(2) Route new supply piping to emergency shower.
b) Provide a floor drain for emergency shower.
d. Electrical
1) Demolish existing lighting fixtures and replace with LED lighting at same location.
2) Relocate receptacles from existing location in casework to wall mounted receptacles.
3) Provide monument type receptacles in island countertop.
4) Provide power to new general space exhaust fan.
5) Provide dedicated circuit to new muffle oven.
6) Provide power to new HVAC split-system heat pump.
7) Provide power to new 1.5 kW, 120-gallon, electric water heater.
All work shall be done in accordance to MSD’s Standard Specifications.
There will be a mandatory pre-bid meeting held for this project. Wednesday, November 8, 2023 at 1:00 p.m. at the Hite Creek WQTC, 5500 Hitt Road. All visitors will be required to furnish their own PPE to visit the site
The Engineer’s Construction Cost Estimate for this project is between $500,000.00 and $1,000,000.00.
The bid documents will be available on Friday, October 27, 2023, 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 Julie Potempa. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Julie Potempa. at julie.potempa@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, David Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at https://louisvillemsd.org/SupplierDiversity/forms
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Julie Potempa.
MSD SUPPLIER DIVERSITY PROGRAM: Applicable
The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If selected as applicable above, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and 15.0% WBE – Caucasian Female participation respectively required for this project.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: Not Applicable
This MSD construction project is bid and advertised as:
Construction Services: YES Construction-related Services: NO
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.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of Western FPS Roof Replacement Project, Contract No. 17009, Budget ID No. F23170, Drawing
Record No. / Sheet No. 1-6, will be received at the office of MSD until 9:am, Local Time, November 28, 2023, and will be publicly opened and read at that place and time.The public may attend the bid opening via Microsoft Teams Meeting. The phone number is (502) 654-8113 and the Conference ID is 198 055 722#. This info will
also be posted on the bid box on the day of the bid opening.
Description and location of Project: The principal features of the Work to be performed under this Contract include, but are not
limited to the following:
1. Removal and disposal of existing roof system.
2. Installation of new roof system.
3. Installation of flashing and sheet metal work
4. Installation of fall protection and safety equipment
5. Remove wind wall
6. Protect and reinstall lightning protection as necessary.
All work shall be done in accordance to MSD’s Standard Specifications.
There will be mandatory pre-bid meeting held for this project. Thursday, November 9, 2023 at 11:00 a.m. at the
Western Flood Pump Station, 1300 Southwestern Parkway. All visitors will be required to furnish their own PPE to
visit the site.
The Engineer’s Construction Cost Estimate for this project is between $100,000.00 and $300,000.00 .
The bid documents will be available on Thursday, October 26, 2023, 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 Julie Potempa. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Julie Potempa. at julie.potempa@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, David Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at https://louisvillemsd.org/SupplierDiversity/forms
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Julie Potempa.
MSD SUPPLIER DIVERSITY PROGRAM: Not Applicable
The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If selected as applicable above, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and 15.0% WBE – Caucasian Female participation respectively required for this project.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: Applicable
This MSD construction project is bid and advertised as:
Construction Services: YES Construction-related Services: NO
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.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
Be Advised: Bid Date has been extended to December 12.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville,
Kentucky 40203 for the construction of Hillview #3 WQTC – UV Disinfection Upgrades Contract No. 17079 , Budget ID No.
Y24087, Drawing Record No. / Sheet No. 1-10, will be received at the office of MSD until10:00 a.m.,
Local Time, Tuesday, December 12, 2023, and will be publicly opened and read at that place and time.The public may attend the bid opening viain person
attendance at MSD’s Main Office (700 West Liberty Street) in the LOJIC Training Room.
Description and location of Project: This Contract provides for the implementation of UV disinfection at the Hillview #3
WQTC. This will require installation of the UV Disinfection Unit, Fiberglass Parshall Flume, 4 foot diameter manhole,
piping, as well as construction of a concrete pad, 1 foot concrete wall, gravel drive; and appurtenant work.
All work shall be done in accordance to MSD’s Standard Specifications.
There will be a non-mandatory pre-bid site visit held for this project at 10:00 A.M. Local Time, Tuesday,
November 21, 2023. The non-mandatory pre-bid site visit will be held at Hillview #3 WQTC at 126
Western Rd, Louisville, KY 40229. Immediately following will be a non-mandatory pre-bid site visit at
Pioneer Village WQTC at 815 John Harper Hwy, Shepherdsville, KY 40165. Site Visit attendees will
need to bring their own PPE to participate.
The Engineer’s Construction Cost Estimate for this project is between $425,000.00 and $500,000.00 .
The bid documents will be available on Wednesday, October 25, 2023, 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 Taylor Friesz. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Taylor Friesz. at taylor.friesz@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, David Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND
PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $200,000 AND GREATER
for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation, as amended, effective July 1, 2023, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business
Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services
and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate
for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at https://louisvillemsd.org/SupplierDiversity/forms
If selected as “Applicable, Partial Waiver” below, the Contractor must subcontract a percentage of the total amount of
the Contract Bid price to certified African American minority-owned businesses, Asian-Indian American minorityowned
businesses, and Caucasian Female business as specified in the partial waiver attached hereto and as set forth in
the “MSD SUPPLIER DIVERSITY PROGRAM” section below.
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Taylor Friesz.
MSD SUPPLIER DIVERSITY PROGRAM: Applicable
The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual
(MBE/WBE Program) is effective July 1, 2023. If selected as “Applicable” or “Applicable, Partial Waiver” above, the goals are as
follows:
18.0% MBE – African American participation 2.0% MBE – Asian-Indian American participation 15.0% WBE – Caucasian Female participation
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: Applicable
This MSD construction project is bid and advertised as:
Construction Services: YES Construction-related Services: NO
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.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
Project Description:
The project includes the following major components:
1. Installation of approximately 75 linear feet of new PVC drain pipe located under a building floor slab.
2. Renovation of existing duplex submersible wastewater pump station, including replacement of two wastewater pumps, valves, pump discharge base, electrical conduit and motor starting equipment.
Project Description:
The project involves re-roof work at the Northpoint Training Center in Burgin, KY. The project is for the Dorms #1-#6, Dorm Connector, Cold Storage, Special Management Unit, Tower #, Tower #4, Southern Region Training Center and Vocational Carpentry Building. The total roof square footage of work is approximately 84,400 sf to be replaced. The existing roof systems are two-ply modified bitumen and asphalt shingle. The new systems are single ply PVC membrane, two-ply SBS modified bitumen, and metal roof systems. The existing roof drains are to be tested for function and reused. All pre-finished metal roof coping caps, flashings, accessories and terminations are to be replaced.
Project Description:
The project is to renovate (10) existing cabins (Cabins #’s 6 thru 15) at the FFA Leadership Training Camp in Hardinsburg, KY. The existing cabins are 20’-0″ x 33’-4″ single-room buildings to house 10 bunk beds for campers. The existing buildings are constructed of wood framed walls, ceiling, & roof on 8” CMU knee wall with concrete slab, VCT flooring, wood windows, vinyl siding, and asphalt-shingled roofs. Existing cabins #’s 6, 8, 10, 12, 13, & 15 have an interior vestibule that will be removed. New work includes the following: VCT floors will be removed & prepared for new epoxy coating. Interior walls will be finished with painted plywood panels (full hgt.). Ceiling and beams will be painted. All wall cavities and attic will be insulated with fiberglass batts. New insulated outward swinging front door w/ panic hardware and closer. Four of the (10) existing windows will receive replacements in fiberglass awning units. The remaining (6) will be removed, framed in, sheathed, and insulated. Existing exterior vinyl siding will be removed and replaced w/ prefinished Board & Batten style metal wall panels (2 colors) on metal zee furring w/ rigid poly-iso insulation at lower portion CMU wall to 4” below floor level. The remaining exposed foundation wall will be painted. 18”w concrete mow strip will be placed around full perimeter of each cabin. Existing window AC units will be removed, and new HVAC will be ductless split system with one ceiling cassette. Existing lighting will be removed, and new lighting will be LED panel type lights. Existing electric service panel in corner will be removed and new electric panel located at center of back wall with new wall switches and power provided to each bunk bed. New exterior light fixture, exist sign emergency lighting w/ remote head.
Project Description:
The KDVA KVCN Committal Shelter Limestone Repairs project will replace all cast stone/limestone in the wall, column bases with new limestone and the flat areas designated on the drawings with new concrete.
Estimated Length of Project:
(Substantial Completion) + 365 Calendar Days (Final Completion)
Project Description:
This Site will consist of first item install an 87 LF Steel Piles Foundation Wall to stabilize area in front of residence. To allow the construction of 212 Linear Foot 18’ high Gabion Retaining Wall.
The construction of a 64 Linear Foot of Debris Barrier Wall to protect residence during the construction of 145 Linear Foot 12’ high Reinforced Concrete Retaining wall and installation of subdrain Class II aggregate and filter fabric will be installed behind the wall. Installation of 450 Liner Foot of Class II Ditch-2 foot flat bottom. The replacement of 80 Linear Foot of 18″ HDPE pipe with one Standard Headwall, Silt Checks-Rock will be installed as needed by Scientist on site at appropriate locations.