This project consists of miscellaneous urgent need structural upgrades including resupport and replacement of grating, selective demolition and replacement of deck boards, selective demolition and replacement of deck ledgers, installation of timber beams, and mass shoring and resupport of deteriorated timber columns on new concrete piers. Carpentry and concrete work shall be considered architectural and highly skilled in craftsmanship. Shoring is to be installed in a planned methodical sequence under the supervision of a Professional Engineer.
New timber and steel work is to be finish painted all sides exposed to view or weather.
Cleaning the work area of all dirt and debris caused by the construction of this work is included in this contract.
This work is to be performed through contract between the Contractor and Owner.
The transportation, unloading, storing, erection or installation, testing, and making operable of all parts of the Project shall be included under the Agreement at times appropriate thereto.
Contractor shall review the entire set of Contract Documents for the preparation of the bid.
Project is located in Cadiz, Kentucky.
Project Description:
The Work includes the construction of a 2,400 sf wood framed conditioned storage building to be constructed in Harlan, KY for the KY Dept. of Military Affairs. Building to be insulated, clad with metal roof and metal wall panels, and provisioned with a 5-ton residential heat pump HVAC system. LED Shop lighting will be provided. An insulated coiling overhead door with electric operator and hinged person-door will be provided.
Project Description:
The intent of this project is to construct a gravel pad to serve as the CDL training course for Somerset Community and Technical College.
The project scope includes the addition of a standby diesel generator, docking station, load bank, and associated controls work at Kentucky Correctional Institute for Women in Peewee Valley, KY. The project includes concrete work associated with equipment pads. Underground trenching will require patching of landscaped areas.
Estimated Length of Project:
(Substantial Completion) + 45 Calendar Days (Final Completion)
This project consists of a slide around Mr. Fields house at Tan Yard Hollow Road in Letcher, County. Mr. Fields house is in imminent danger of sliding from its foundation and both the house and slide threatens access to the residences past his house and to Ky 931. This slide is located in Letcher County. To access the site from Whitesburg take Ky 931 in a northerly direction 3.88 miles to Tan Yard Hollow Road. Turn right and travel approximately 500 feet to reach the slide area on the left. The coordinates to the slide area are 37°10’32.20”N, 82°49’28.56”W.
The Waste Area to be used is owned by the Mayking Fire Department and is an active fill site. The site is located beside US 119 in Letcher County approximately 3.4 miles south of the US 119 and Ky 15 junction in Whitesburg, Ky. The Coordinates are 37°8’15.80N, 82°45’34.23W. The primary slide abatement planned consists of a railroad steel and guardrail lagging wall in front of the residence to prevent further damage to the residence and to protect the access of the other residents of Tan Yard Hollow Road and possible closure of Ky 931. Filter fabric and #2 stone backfill will be placed behind the wall. Mobilization is setup to provide for construction equipment to be delivered to the site. Utility Relocation/Replacement is set up in case any utility becomes impacted by the project. Traffic control is set up for road closures. Tan Yard Hollow Road will need to be closed for short periods of time to allow for material and equipment delivery. Structure Removal is setup to address the removal of a car port to facilitate access to the location. Pilot Holes are setup to determine rock line depths in areas that bedrock depths are unknown. This will allow for further determination for the length of rail steel used. Earthwork work bid item is included to excavate for the placement of the rail steel and guardrail lagging wall. A hoe ram and excavator bid item is set up to address any areas where rock or soil needs to be removed to facilitate access for the drill rig and placement of the rail steel. Residential seeding is included for all revegetation efforts within the site. Dense Grade is included to provide for access during normal reclamation. Silt barrier is set up to prevent loose material from reaching the ditch and Tan Yard Hollow Road. Any permits will be obtained prior to construction. No trees (equal to or greater than 5-inch breast height) will be disturbed outside of the winter clearing season (October 15 – March 31th), with the exception of those in the slide and transition areas. A Phase II project will follow to address the remaining slide that is impacting the property and roads below.
Project Description:
The initial Site Development for the new campus improvements will be completed through an early and separate bid package. The program of the site includes improvements for the following that will be included in the initial Bid Package #1. Site management accommodations to maintain operation of the existing Adult Education facility located on the campus. New Entrance Boulevard Drive from Freight Blvd. and West Rd. via an easement that has been obtained to connect to the private industrial access road. The initial Bid Package will include the construction of the drive with curb and gutters, the boulevard median and the asphalt binder course. The Entrance Drive will “terminate” at a round-about drive that allows users to access the various parking areas serving the new classroom building. The round-about will be constructed with curb and gutter with the center island and asphalt binder course will be included in the initial bid package. Driveways that connect the primary entrance/round-about to parking areas will be constructed with curb and gutter and the binder asphalt course. New Parking areas, totaling 131 parking spaces will be constructed utilizing curb and gutter and asphalt binder course. The new spaces are in addition to the 63 existing parking spaces that will be maintained. All proposed concrete sidewalks will be constructed with the exception of concrete walks and pavements immediately adjacent to the proposed classroom building. Selective Demolition of existing site improvements and tree removal. All associated earthwork and required erosion control will be completed as part of the initial Bid Package #1. All associated stormwater management improvements including storm sewers/structures and stormwater detention facilities will be constructed. This includes connection to the existing public storm sewer system along Newtown Pike. Construction of the necessary sanitary sewer line extension to serve the new classroom building and connection to the existing sanitary sewer line within Newtown Pike. Seeding of disturbed areas for site stabilization during the second construction phase.
The scope of work will require demolition and new construction in an area that is approximately 48,600 square feet on the occupied fifth floor of the Kentucky Transportation Cabinet building. The work will take place in five phases. The scope of work will transform an existing open office environment to provide a reconfigured space that accommodates the spatial and privacy needs of the various Finance and Administration Cabinet departments. The construction scope of work as defined by these contract documents is to prepare the area to receive a combination of reconfigured existing movable unitized wall panels and furniture, and new movable unitized wall panels that will be provided by another vendor to create the workstations, semi-private, and private offices. In summation, the general scope of work for this contract is to prepare the area by reconfiguring the floor boxes & overhead electrical and HVAC elements, provide new flooring, and to create a reconfigured office environment. There will be coordination required with the movable unitized wall supplier/installer for work to occur prior to, concurrent to, and following the movable unitized wall panel installation.
Sealed Bids will be received electronically only by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Vista Greens Drive Bank Repair Project Contract No. 2023-028, Budget ID No. C23175, until 10:00 a.m., Local Time, Thursday, April 27, 2023, and will be publicly opened and read at that place and time. The public may attend the bid opening via teleconference call at 502-654-8113 (Dial-in Number) Conference ID: 466 454 480#.
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 contract provides for a new gravity wall installation along the open channel in the rear of Vista Greens Drive. 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 $60,000.00 and $100,000.00.
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 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.
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:
Demolish and replace a section of an existing concrete retaining wall which is falling and beginning to lean. Construction items will include the following:
1. Demolition and removal of existing concrete retaining wall & footings.
2. Cutting and removal of a portion of existing asphalt pavement along the base of the wall to allow for wall demolition and construction.
3. Installation of new concrete footings and retaining wall.
4. Patching of existing asphalt pavement that was removed.
Repair to existing concrete slab. Construction items will include the following:
1. Mud jacking and leveling of the affected area.
2. Re-alignment of existing fencing and gates.
Project Description:
This project includes finishes upgrades and lighting replacement for Brady Hall at the Kentucky School for the Deaf. The scope-of-work for this project includes painting, minor wall patching and repair, and bathtub replacement.
The fencing and gates securing the L&N Building have fallen into disrepair and disuse.
This project will enhance the safety of the L&N campus by fully securing the site
perimeter and will include perimeter fencing, vehicular gates, and pedestrian gates.
Any gates that are not currently used by the facility will be removed. New 8’-0” fencing
will replace the dilapidated chain link and will also be installed to span the TARC
connector drive from the 9th street entry to the bus gate. This will allow the North
portion of the parking lot to be fully secured after hours and on weekends. One (1)
vehicular gate will be automated to allow afterhours access to the facility. Access will
be granted by card reader. All new pedestrian gates will conform to ADA standards
and signage will be provided for both pedestrian and vehicular traffic.
Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
Project Description:
The project will construct a foundation at an alternate site as determined by geotechnical investigation and as determined by the ENGINEER, and the house will be moved onto said foundation. Due to thedepth of excavation needed a basement will be constructed beneath the residence.
Project Description:
The Contractor shall provide all of the materials and perform all the work described in the Specifications and/or shown on the Drawings. New Lighting Systems at the MVSA Heli Pad and Parking Lot shall be installed from the existing Panel in Building #159, located at the Boone National Guard Center, which is located at 100 Minuteman Parkway in Frankfort, KY. All pole mounted lighting and Obstruction Lighting shall comply with the intent of FAA Regulations. The contractor shall be responsible for all trenching, cutting, backfilling, and patching of existing pavement and sidewalks to match existing. All systems shall be installed per Kentucky Building Code with Current Revisions, Americans with Disabilities Act, International Building Code, and National Electrical Code.
The Owner’s preferred daily work schedule shall be Monday-Friday 8 hour/day. There are no Contractor working days on Saturday or Sunday. A 48 hour notification is required for any outage of the existing Power System. Any damaged utility by the Contractor must be put back into service immediately.
Sealed Bids will be received electronically only by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Rhett Court Drainage Improvement Project Contract No. 2023-027, Budget ID No. C23178, will be received at the office of MSD until 10:00 a.m., Local Time, April 13, 2023, and will be publicly opened and read at that place and time. The public may attend the bid opening via teleconference call at 502-654-8113 (Dial-in Number) Conference ID: 347308350#.
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 contract provides for a new drainage system along the rear of Rhett Court in the City of Plantation. 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 $75,000.00 and $100,000.00.
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 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.
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
This project provides for the replacement of the existing CCTV system in place at Thomson-Hood Veterans Center in Wilmore, KY.
The work scope will involve the following features:
– Provide and install new CCTV cameras in and around the main facility building.
-Removal of all existing CCTV cameras and associated cabling and hardware.
-Removal and replacement of existing monitors and equipment in the existing campus security office at the security entry point with a new security workstation and new wall mounted system monitor.
-Provide and install a new CCTV headend with new VMS in an existing mechanical space.
-The new system and cameras much be installed and made operational while the existing system maintains operation and is removed only after the existing system is installed and fully operational.
Project Description:
This project provides for the upgrade to the existing CCTV surveillance system at Central State Hospital through the replacement of the existing CCTV video management system and all existing CCTV cameras with a new video management system, replacement of all existing CCTV cameras along with the addition of new interior cameras within the facility to provide better and more extensive coverage of the facility for observation and event documentation.
Estimated Length of Project:
(Substantial Completion) + 90 Calendar Days (Final Completion)
Project Description:
The site is located off of KY-15 on to Red Fox Road in KNOTT County (Lat: 37.21674°, Long: -82.95581°).
Clean out of all existing ditches, gabion weir along Red Fox Road and Christon residence associated with slide debris area. Re-construct top layer of Gabion Weir and clean out existing 24” HDPE pipe and headwalls. Prior to beginning any major earth disturbance, all silt control measures will be installed. All areas disturbed by washout activities are to be revegetated in accordance with regional, regulatory, and project standards, using agricultural limestone, fertilizer, seed and mulch, as needed.
Access to the site is via state and county roads, and residentially maintained driveways and yards.
Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
Project Description:
The Walker Br. OSM Drainage Repair AML Reclamation Project is located in Perry County, Walkertown Kentucky at 37°.25824 N latitude and 83°.16726 W longitude, Directions to the site are; from the intersection of KY 15 South and KY 80, Continue South on KY 15 for 2.57 miles to North Main Street, merge right onto North Main Street and travel 0.39 to Allais Road turn right onto Allais Road travel 0.34 miles to Walker Branch Road turn right onto Walker Branch Road, travel 1.11 miles to driveway and residence (Michael Turner) on right of road.
Date and Time:
April 25, 2023
2:00 P.M., Eastern Time
Estimated Length of Project:
540 (Substantial Completion) + 30 (Final Completion)
The DOCJT Indoor Firing Range will be a 42,794 square feet training facility located on the DOCJT
campus in Richmond, Kentucky. The new facility will be developed on an approximate 5.5 acre site with associated parking, roads and utilities. The structure will replace an outdated semi-enclosed firing range that is in a current state of major disrepair. The new facility will include a new indoor 50-yard, 30 lane tactical firing range and accommodate a supporting staff of 14.
The work includes removal and replacement of all existing flashings and wet roofing membrane/insulation systems over the Schwendeman classroom building roof area. Roof areas where insulation is dry are specified to receive 2 new plies of SBS modified bitumen and mechanically fastened base sheet. The total roof area is approximately 20,000 square feet. Upon completion of the work, a 20-year No-Dollar-Limit warranty shall be furnished by the roofing manufacturer and an unconditional 2-year warranty shall be provided by the roofing contractor.
The Hazelwood Center is an extended intermediate care facility. The purpose of the project is to replace the existing freezers and coolers in the kitchen area with new units
Project Description:
Remove top coating of existing garage floor system as specified. Prepare existing garage flooring as specified to prepare for new top coating systems. Install new resinous floor coatings on existing garage flooring as specified.
The project is a chiller replacement at the Postsecondary Education building at Madisonville Community College. It includes the removal and replacement of an air-cooled chiller and associated piping and controls.
This project will generally consist of the replacement of the existing natural gas boilers and air cooled chiller along with associated pumps and accessories. Trades involved include but are not limited to: demolition, HVAC, mechanical, controls, and electrical.
This project consists of the fit-up of approximately 3,300 sf shell spaces inside the existing Student Center building. Spaces to include office space and a computer classroom. Construction to include flooring, metal stud and gypsum walls, ceiling tiles, new lights, data and extension of mechanical and plumbing systems to service spaces.