The project involves re-roof work at the McCreary Co. Transportation Maintenance Garage in Whitley City, KY. The goal of this project is to install new flute filler insulation, new cover board and a new PVC membrane over the original approximate 7,400 square feet metal roof. Replace all gutters and downspouts, terminate downspouts to existing drain pipes at ground.
The project involves re-roof work at the Oldham Co. Transportation Maintenance Garage in LaGrange, KY. The goal of this project is to install new flute filler insulation, new cover board and a new PVC membrane over the original approximate 7,420 square feet metal roof. Replace all gutter and downspouts, provide splash blocks at grade.
The scope of this project is to demo and replace second floor above ceiling Hot/Chilled Water Piping associated with the 2-pipe fan coil distribution piping at the Health Services Building in Frankfort, KY.
GMWSS – Georgetown / Scott County South Sewer Extension, Contract 1 & 2
GMWSS – Georgetown / Scott County South Sewer Extension, Contract 1 & 2
The project includes providing all construction supervision, labor, materials, tools, test
equipment necessary for one Georgetown/Scott County South Sewer Extension (SSE)
project which consists of two sets of Drawings, Contracts 1 and 2 and includes the
installation of approximately 41,000 LF of 8-inch to 27-inch gravity sewers, 129 precast
manholes, 12,000 LF of 12-inch and 18-inch force mains, service connections to
approximately 500 residential units, 50,000 LF of 6” sanitary lateral pipe, four tunnels
under roads, demolition of three existing pump stations (PS), modifications to one PS, and
a new 6 mgd, submersible fourplex PS with a building including electrical, instrumentation,
and storage room, and a 750 kW standby generator. All work shown within these
Construction Documents (including Drawings from Contract 1 and Contract 2, and
Specifications Contract 1 & 2) is included in this bid and project.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville Kentucky 40203 for the construction of the MFWQTC Elevator Repair project Contract No. 16226, Budget ID No. G20028, Drawing Record No. 16226, Sheet No. 1-38, will be received at the office of MSD until 1:00 p.m., Local Time, Tuesday, October 20, 2020, 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 614679076#. This info will also be posted
at the bid box on the day of the bid opening.
Description and location of Project:
A. The Project will include modernization and related improvements for the following elevators
1. Morris Forman Mechanical Equipment Building West Freight
2. Morris Forman Mechanical Equipment Building East Freight
3. Morris Forman Administration Building Passenger
4. Morris Forman Mechanical Equipment Building Passenger
B. The principal features of the Work to be performed under this Contract include, but are not
limited to the following:
1. Elevator modernization, repair, and/or replacement
2. Electrical modifications
3. Installation of related HVAC components or systems
4. Stabilizing existing lead paint, cleaning and painting wall surfaces
5. Removal and disposal of existing equipment
6. Structural modifications of elevator shafts, pits, and machine rooms
7. Installation of communication and fire safety equipment All work shall be done in accordance to MSD’s Standard Specifications.
There will be Mandatory pre-bid meeting held for this project. The MANDATORY Pre-Bid Meeting will be held at the Morris Forman Water Quality Treatment Center Administration Building on Monday, October 5, 2020 at 1:00 p.m. The address is 4522 Algonquin Parkway. All visitors will be required to furnish their own PPE (hard hat, safety vest, steel-toed shoes) to visit the site. Face masks must also be worn during the site visit. We will meet at the covered picnic tables at the top of the hill and then tour the elevators at completion of the meeting.
The Engineer’s Construction Cost Estimate for this project is between $900,000.00 and $2,000,000.00.
The bid documents will be available on September 24, 2020, 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 E-mail: julie.potempa@louisvillemsd.org. Questions received less than two 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 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
Estimate:
$ 39,420.00
Estimated Length of Project:
(Substantial Completion) + January 31, 2021 (Final Completion)
The Division of Abandoned Mine Lands wishes to receive bids to perform reclamation work on approximately 5.81 acres of mine land in Bell County, Kentucky. The work will consist of earthwork, gradework, and revegetation of 1bond forfeiture permit(s).
Estimate:
$200,290.00
Estimated Length of Project:
(Substantial Completion) + 90 Calendar Days (Final Completion)
The proposed Danny Combs Slide HP AML Reclamation Project, approximately 0.5 acres total, consists of a landslide adjacent to and below the Combs home. The slide is just southeast of the residence and is approximately 100 feet wide and 75 feet long. The scarp line is within 6 feet of the southeast corner of the residence. Further movement of the slide poses a high risk of damage to the Combs’ home. The project is at the end of Robert Combs Road in Acup Branch in Perry County. The site is located in the Vicco Quadrangle. The Slide may be located at 37° 13 ‘ 54.18″ N, 83 ° 05 ‘ 43.09″ W.
To reach the site from the intersection of KY 15/ KY Route 7 Travel south on KY Rt. 15 for 2 miles, turn left onto Acup Branch road and travel 1.7 miles. Turn left onto Robert Combs Road and travel 2,300 feet. The Combs residence is at the end of the road and the slide is just beyond the residence.
The Project’s reclamation will entail the removal of the carport /porch on the rear of the home to provide equipment and materials access. A parking area will be established for the residence during construction activities. This will be followed by the installation of 2 piling walls with concrete caps to stabilize the slide and prevent movement that would damage the home and yard. A sub-drain will be installed to intercept subsurface water that is lubricating the slide. Sediment will be controlled by installation of silt fence and or hay bale checks. All areas will be graded, fertilized, seeded, and mulched.
The project site has previously been disturbed by landslide movement, coal mining operations, house seat development, utility installation, road construction, and/or landowner activities. These disturbances consist of significant upheaval, mixing, and removal of earthen material from deep excavation, grading, sub-surface drilling, fill material placement, and erosion. There should be no undisturbed earthen material to a depth of several feet at the areas slated for significant project-related construction activities.
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. These include silt traps and silt barriers (bales & silt fence) at the project site and the waste area. No trees greater than 3″diameter at breast height will be cut outside the unstable areas. All disturbed areas will be promptly revegetated at the end necessary. Standard measures will be used for dust control and work hours will occur during AML’s standard time frame of 7 am to 7 pm Monday-Friday with shorter hours for (critical) work items.
Access to the site is via county roads, residential driveways and yards, and an existing access road. This project will include pre- and/or post- project maintenance and repair of existing previously constructed public county roads utilized during the construction of this project, which are administered by the county or local road authority. This construction activity will be conducted under the authority and supervision of the local public road authority and will consist of standard road construction practices appropriate to mitigate impacts to the local community from potential degraded road conditions in order to maintain public traffic safety.
Bowling Green Independent Board of Education – Bowling Green High School Addition/Renovation – Phase III
Bowling Green Independent Board of Education – Bowling Green High School Addition/Renovation – Phase III
The BOWLING GREEN SCHOOLS BOARD OF EDUCATION will receive sealed bids for the Bid Packages listed
for the BOWLING GREEN HIGH SCHOOL ADDITION/RENOVATION PHASE III.
City of St. Matthews – Grandview Alley Improvements Project
City of St. Matthews – Grandview Alley Improvements Project
The project provides for all labor, materials, and equipment necessary to improve an existing alley by
excavating the existing crushed stone base and constructing approximately 225 tons of asphalt
pavement; constructing a storm sewer with approximately 900 LF of 15”-18” pipe with 10 catch
basins; erosion control and permanent seeding.
Demo existing failed EPDM roof membrane associated insulation and other related roof components. Clean and prepare existing concrete deck to receive new roof system. Provide new two ply SBS modified bitumen roof system as described. Paint select new existing equipment curb flashing. Provide new parapet coping / flashing. Provide new clamp ring and baskets to fit into existing roof drain body at all existing locations.
ROOF SYSTEM:
SBS Cap sheet, over SBS base sheet, over cover board, over rigid insulation (tapered) over existing conc deck.
This project includes removal of four air cooled chillers from unused buildings at the Kentucky State Reformatory. One chiller will be relocated to Unit 1 and the Roederer Correctional Center. Two chillers will be relocated to Unit 5 at the Roederer Correctional Center. One chiller will be put onto temporary short-term storage. Relocated equipment will be connected to a new system controller.
City of Corbin – Miller Park Little League Park Renovation 2020
City of Corbin – Miller Park Little League Park Renovation 2020
The work to be bid consists of:
The Project will consist of the renovation of two existing fields, and the construction of one new field,
accessible parking spaces, concrete patio with seating, irrigation systems, field lighting, sanitary sewer, water,
electrical services and more. The Contractor shall furnish all materials, equipment, and labor necessary to
complete the construction of the project.
This invitation is for renovation of of a portion of the Crabbe Library as specified in the following bid at Eastern
Kentucky University’s Crabbe Library Tech Commons, located on EKU’s Richmond Campus. The work includes
furnishing all labor, materials, equipment and services necessary for the complete renovation plan.