Estimated Length of Project:
Dates included in Specs. (Substantial Completion) + 30 (Final Completion)
This project consists of the following improvements in the existing Kentucky Educational Television Network Center at 600 Cooper Drive, Lexington, Kentucky. These upgrades include replacement of the building copper and fiber data cabling;
replacement of an Owner-Furnished chiller; replacement of an Owner-Furnished rooftop air-handler; replacement of an existing Halon fire suppression system with new chemical suppression; replacement of an Owner-Furnished central UPS system; and architectural revisions in select spaces.
The project is located in Somerset, Kentucky at the District 8 Highway Department Maintenance Garage. Project consist of a new 2,000 square feet light wood frame construction office building with pre-engineered wood trusses on reinforced concrete slab on grade, CMU foundation walls, and reinforced concrete spread footings. Exterior work includes painted cementitious lap siding, fiberglass windows, hollow metal doors/frames, prefinished metal soffits/break metal trims, and fiberglass asphalt shingle roofing. Interior work includes painted gypsum board assemblies, acoustic tile ceilings, rubber base & epoxy flooring throughout. Plumbing works includes two toilets, custodial, and small kitchenette. Mechanical work includes HVAC and ventilation systems. Electrical work includes LED interior/exterior lighting, power, and communications systems. Site work and improvements includes grading, concrete sidewalks/mow strips, and asphalt ADA van accessible parking space. New office building will replace the two existing modular building and storage shed currently on site. Project intent is for staff to remain in existing office facilities while construction of the new office building commences. Once the new office building is finished, the staff will move into the new building and the existing modular building will be removed/demolished by the user agency (NIC). User Agency will provide site grading and millings at demolished modular footprints (NIC).
This project consists of the roof replacement of the 7,900 SF roof system on the Student Center building. In the plan Northwest quadrant of the roof, the existing built-up roof system and lightweight concrete will be removed down to the concrete deck and replaced with tapered polyiso insulation. For the remaining areas of the roof, only the built up roof system will be removed down to the existing lightweight concrete and new roof system will be installed on top. The existing masonry coping will be removed and replaced with manufactured metal fascia.
The KYTC – New Roof & Gutter for Hardin, Caldwell, Hancock, & Logan project is being undertaken to extend the usable life of the buildings on the sites on which they sit and to maintain weather resistance of the buildings. The existing roofs are architectural profile metal with gutters and downspouts, and will be re-roofed in a PVC membrane with new gutters, downspouts and accessories.
The project is comprised of (4) different building on (4) different sites in (4) different counties, as listed below. They are all double pitched roofs and all buildings have a small addition onto their long sides with a lower roof, which are also being re-covered. All of the buildings are a single footprint.
LIST OF BUILDINGS AND COUNTIES:
A. Special Crew Building – S047-463-G, Elizabethtown KY, Hardin County
B. Maintenance Garage – S046-495-A, Hawesville KY, Hancock County
C. Maintenance Garage – S017-500-A, Princeton KY, Caldwell County
D. Maintenance Garage – S071-518-A, Russellville KY, Logan County
Project Location: Hardin, Hancock, Caldwell and Logan Counties
Jefferson County Public Schools – Trunnell Elementary School Partial Roof Replacement
Jefferson County Public Schools – Trunnell Elementary School Partial Roof Replacement
Scope of Work:
Complete tear off; including existing membrane, roof insulation,
vapor retarder, and all sheet metal components. Install new 2-ply
vapor retarder, 2-layers of 2.0” Polyisocyanurate roof insulation,
tapered insulation system, 0.5” coverboard, and base ply of SBS
membrane system, all in hot asphalt. Install 2-ply base flashing
system and all sheet metal components as required. Install granule
surfaced cap sheet in cold adhesive and heat weld all side and
end laps.
1. Remove existing asphalt shingles and underlayment to decking.
2. Remove existing plywood roof sheathing that has been damaged and deteriorated.
3. Remove existing gutters and downspouts.
4. Install new ice and water shield over 100% of area to be reroofed.
5. Install new dimensional, asphalt shingles.
6. Install new prefinished, galvanized steel gutters, downspouts, and trim where indicated on Drawings.
– Clean and inspect (CCTV camera) 5,500 LF OF 8” gravity sewer
– Install 5,500 LF OF 8” Cured In Place Pipe Lining
– 6 point repairs
– Remove 10 protruding laterals
– Time allowed for completion of the Project is 90 consecutive calendar days.
Mountain Water District – Water Loss Prevention Plan Phase 1-Contract 2
Mountain Water District – Water Loss Prevention Plan Phase 1-Contract 2
The work to be bid is described as follows:
CONTRACT 295-22-02
Water Loss Prevention Plan, Phase 1, shall consist of the following:
The provision of security fencing, water storage tank access road maintenance,
and hydroseeding for 22 tank sites, rehabilitation of 2 existing water storage tanks,
and the installation of 2 water storage skid tanks.
Letcher County Water and Sewer District – Flood Recovery Residential Meter & Water Line Repairs
Letcher County Water and Sewer District – Flood Recovery Residential Meter & Water Line Repairs
The work to be bid is described as follows:
CONTRACT 519-22-01, FLOOD RECOVERY RESIDENTIAL METER AND WATER LINE
REPAIRS
Repair and/or replacement of approximately 125 residential meter, replacement
of approximately 2,500 linear feet of ¾-inch polyethylene service line, and installation
of approximately 500 linear feet of 8-inch and 4-inch polyethylene water line via
directional drill.
Mountain Water District – Water Loss Prevention Plan Phase 1-Contract 1
Mountain Water District – Water Loss Prevention Plan Phase 1-Contract 1
The work to be bid is described as follows:
CONTRACT 295-22-01
Water Loss Prevention Plan, Phase 1, shall consist of the following:
The installation of cellular or satellite telemetry systems at 22 booster pump
station and 22 water storage locations, as well as the installation of twenty-two 2-
inch zone meters (one at each booster pump station site). Additionally, the
installation of radio telemetry at multiple sites
UK-2301-23 RFP Construction Management Services For Pence Hall – Asset Preservation #2590.3
UK-2301-23 RFP Construction Management Services For Pence Hall – Asset Preservation #2590.3
The University of Kentucky desires the services of an experienced and highly qualified construction
management firm to provide “FULL SERVICE” construction management on the proposed project.
The Construction Manager (CM) selected will become a responsible, cooperative and contributing
member of the Owner’s professional team for the design and construction of the project. The
Construction Manager (CM) will provide assistance and advice and provide management services to
the Owner and design consultants to assure the project is completed within defined budget, program
and schedule.
Project shall include the HVAC renovation of four floors of the KHEAA building. HVAC scope shall include replacement of two roof top air handling units, replacement of the underfloor air diffusers with wifi enabled diffusers, additional fan powered terminal units and new controls for all existing overhead VAV terminal units. Architectural scope shall include adding insulation to the exterior wall at structural beam locations including the roof level. New storefront doors will be installed at both entrances.
1. Remove existing roofing membrane and metal flashing.
2. Remove existing abandoned curbs.
3. Fill in existing opening in deck where abandoned curbs have been removed with new plywood roof sheathing.
4. Install 2-plys of SBS-modified bituminous membrane roofing.
a. Mechanically attach sheathing paper and fiberglass mat base sheet to existing plywood deck
b. Adhere 1 layer of ¼” tapered insulation in low-rise, urethane adhesive.
c. Apply one layer of SBS-modified bitumen fiberglass mat base sheet in cold asphaltic adhesive.
d. Install one ply of granule surfaced SBS modified bitumen cap sheet in cold asphaltic adhesive.
5. Install new metal flashing around perimeter of flat roof
Somerset-Pulaski County Airport Board – Lake Cumberland Regional Airport – T-Hangar Improvements
Somerset-Pulaski County Airport Board – Lake Cumberland Regional Airport – T-Hangar Improvements
The bid opening scheduled for Thursday, November 10th, 2022, is hereby canceled.
The project consists of the replacement of the T-Hangar roof, waterproofing
of the structure, grouting, and painting of the structure and replacement of several T-Hangar
doors.
Berea Independent Schools – Storage / Multipurpose / Training Building Phase 1
Berea Independent Schools – Storage / Multipurpose / Training Building Phase 1
Work of the Project consists of all aspects of construction of 6,000 sf pre-engineered metal building with
attendant site work and basic mechanical, electrical and plumbing items. Also included are several
alternates including those for sports equipment (batting cages, flooring), as well as an overhead door.
The University of Kentucky desires the services of an experienced and highly qualified demolition
contractor to demolish 29 residential properties that the University has purchased. The properties
are single family homes, duplexes, and or six-plexes. Most of the properties have recently been
used as rental student housing. These properties are primarily located in Lexington, KY, in an area
bordered by S. Limestone St., Elizabeth St., Conn Terrace, and Waller Ave. Refer to Attachment A.
California Neighborhood Trap Catch Basin Rehab Project Phase 1
California Neighborhood Trap Catch Basin Rehab Project Phase 1
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the California Neighborhood Trap Catch Basin Rehab Project Phase 1 Contract No. 2023-014, Budget ID No. H23016, will be received at the office of MSD until 10:00 a.m., Local Time, Thursday, November 17, 2022, and will be publicly opened and read at that place and time. The public may attend the bid opening via teleconference call.
Description and location of Project: This project is to rehab or replace existing catch basins within the California Neighborhood. 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 $240,000.00 and $290,000.00.
The bid documents will be available on November 2, 2022, 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 Joseph Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer Barry Pickett at Barry.Pickett@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 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.
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer, Barry Pickett at Barry.Pickett@louisvillemsd.org. For this Bid Opening, MSD will be hosting a Teleconference call in place of a face-to-face public opening. MSD will also post the As-Read Bid Summary as soon as available. To take part in the Bid Opening Teleconference Call, please call 502-654-8113 and enter code 939 394 34#.
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 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