The project consists of removal of existing shingle system, installation of new asphalt shingle system over existing building, including the following:
1. Remove existing asphalt shingles and underlayment to decking.
2. Remove existing gutters and downspouts
3. Remove existing roof edge metal trim.
4. Remove flashing at chimney
5. Clean existing stone masonry at chimney.
6. Apply water repellent to cleaned stone masonry at chimney.
7. Install new modified bitumen underlayment, including ice and water shield.
8. Install new 40-year, asphalt shingles.
9. Install new copper flashing at chimney.
10. Install new prefinished, galvanized steel gutters and downspouts.
11. Install new prefinished, galvanized steel roof edge trim.
City of Goshen – Harmony Landing Drainage Improvement Project – REBID
City of Goshen – Harmony Landing Drainage Improvement Project – REBID
The Harmony Landing Drainage Improvement involves various drainage improvements
including culvert installations/replacements, regrading and lining of ditches, miscellaneous
clearing and tree removal, grading/earthwork, ground restoration and all other appurtenant work.
This Contract provides for 220 linear feet (LF) of 18-inch pipe, 440 LF of earthen ditch
lined with Class II Channel Lining, miscellaneous fence removal/replacement, tree
removal, driveway apron replacement, and final restoration.
City of Pikeville – Second Street Streetscape Project
City of Pikeville – Second Street Streetscape Project
The scope of
work includes installation of clay pavers, drainage, concrete sidewalk, stamped concrete, and
temporary erosion control as described in the full summary of work and shown on the
attachments. The project is located along Second Street from Caroline Avenue to Division
Street.
McCreary County Water District – Contract 40 – Catron-Needle Road Waterline Replacement
McCreary County Water District – Contract 40 – Catron-Needle Road Waterline Replacement
The primary scope of work includes the installation of approximately 8,100 LF of 3-inch PVC
waterline, 205 LF of 3/4-inch HDPE service line, one pressure reducing valve vault, one flushing
hydrant, and related appurtenances.
The project includes providing all construction supervision, labor, materials, tools, test
equipment necessary for the Miami Trails Sanitary Sewer project which includes the
installation of approximately 3,300 LF of 12-inch gravity sewers, 17 precast manholes,
service connections to approximately 50 residential units, 1,100 LF of 6” sanitary lateral
pipe, and demolition of one existing pump stations (PS).
This project consists of the renovation of the existing approximately 18,000 GSF Student Center. The existing space will be converted into updated restrooms, classroom, offices, commercial kitchen, dining room and other support spaces. A new elevator will be installed inside the existing building along with a new outdoor elevated patio and new openings in the exterior wall. Base bid will include new rooftop mechanical units and associated roof patching. An add-alternate will be for the complete re-roof of the building. Site work will include a new outdoor mechanical yard, paving, and other site improvements. The building will receive all new mechanical and electrical systems throughout. Fire sprinklers will be installed and plumbing revisions as necessary to support the new spaces.
Estimated Length of Project:
(Substantial Completion) + 75 Calendar Days (Final Completion)
The proposed project (approximately 0.1 acres, the primary waste area is approximately 40.8 acres, though only a small fraction will be used) consists primarily of installing a 36″ pipe to transmit surface water from the hillside behind the Baker residence to the nearby creek. The project area is centrally located at N 37 26′ 56.22″, W 82 28′ 44.77″. The site address is 3829 Chloe Road and is located on KY-1460 in Pikeville, KY 41501. The primary waste area, previously used on the Henry Hatcher AML reclamation project, is located approximately 9.6 miles from the project site at N 37 25′ 38.57″, W 82 32′ 10.32″.
Reclamation work consists of constructing a concrete headwall at the foot of the hillside and installing a 36″ HDPE pipe from that headwall to a dropbox by Chloe Road. A 36″ DWPP pipe will then connect to the dropbox and take the water under the road and outlet into the creek. A 6’x6’x15″ reinforced concrete headwall will be constructed at the DWPP outlet to bridge the existing rail steel. Other concrete dropboxes will be constructed along the pipe as portrayed on the plans and directed by the ENGINEER. Existing water and gas lines (held by Mountain Water and Utilities Management Group, respectively) are currently in the path of the proposed pipe and will have to be lowered before work can commence. Additional subdrain will be installed to direct water away from the backyard of the Baker residence and into the new pipe.
During the time when the pipe is being installed under Chloe Road, that section of road will be shut down to traffic. Public notification of this closure will be given at least two weeks in advance including message boards, radio, and newspaper notification. Hay bales/silt fence will be used for sediment and erosion control
Jessamine County Schools – Chiller Replacement at East Jessamine High & West Jessamine Middle Schools
Jessamine County Schools – Chiller Replacement at East Jessamine High & West Jessamine Middle Schools
The Jessamine County Board of Education will receive sealed bids for the Chiller Replacement at East Jessamine High School and West
Jessamine Middle School project.
The construction budget for this project is $240,000.00
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the 5234 Moccasin Trail Pipe Replacement Project Contract No. 2022-015 , Budget ID No. C22095, will be received at the office of MSD until 10:00 a.m., Local Time, November 4, 2021, 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 remove and replace the failed pipe next to 5234 Moccasin Trail. 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 $30,000.00 and $60,000.00.
The bid documents will be available on, October 20, 2021, 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 S Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer Beth A. Tanner at beth.tanner@louisvillemsd.org.. Questions received less than two days prior to the date for opening of bids will 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, Beth A. Tanner at beth.tanner@louisvillemsd.org. Due to the current Coronavirus (COVID-19) pandemic measures, MSD will be hosting a Teleconference call in the 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 842 301 414#.
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 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.
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.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
Construction of an elevated walkway connecting two buildings on the campus of Hopkinsville Community College.
New construction includes minor demolition od existing curtain wall at connection points at the Technology and Emerging Technologies Buildings. Primary work consists of fabrication and erection of a structural steel bridge including an elevated poured in place concrete slab, membrane roof and steel railings. All steel surfaces will be painted. Interior ceiling of the bridge and the bottom of the bridge will be lighted.
Estimated Length of Project:
(Substantial Completion) + 90 Calendar Days (Final Completion)
The site is located off of KY-160 on to Red Fox Road in KNOTT County (Lat: 37°, 13’, 00.42″, Long: 82°, 57’, 20.70″).
Drainage issues have developed on the Christon’s property from mining above the property. The project will consist of construction of a gabion weir at the bottom of the steep section of the natural drain with a sediment trap located behind the weir, to direct the runoff away from the property, into an existing ditch (constructed by property owner). This will direct the drainage to an existing ditch along Red Fox Road, excavating another sediment trap in front of the pipe (this pipe will be replaced by a 24″pipe and include a concrete headwall), going under the Red Fox County Road into the creek. Clean out of all existing ditches along Red Fox Road associated with the construction area.
Excess excavated material from construction of the gabion weir and sediment traps will be placed in the Waste Area as shown on the plan view. Bond Forfeiture, Carr Fork Development 860-0409.
Land owner Ms. Hagans’ address is 309 Cornell Ave. Hazard, KY
Site Preparation includes clearing and grubbing of vegetation. The construction area at the site will be revegetated using residential seeding. Hay bales shall be installed for silt and erosion control. A hoe ram bid item is included for excavation work needed for the gabion weir and sediment traps.
Construction disturbances will be kept to a minimum with a stringently formulated sediment and erosion control program that includes straw bales and silt fence. 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. Prompt re-vegetation will be implemented by using agricultural limestone, fertilizer, seed, netting and/or mulch, as needed, for the areas disturbed by the project, in accordance with standard AML design specifications.
Access to the site is via state and county roads, and residentially maintained driveways and yards. 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.
The goal of this project is to provide an area and fulfill the requirements for the install of large commercial washing and drying equipment. The scope of work includes removing several existing concrete pads and areas, installing new concrete pads fitting the requirements of the machines, installing an access door, and repairing the exposed walls in the abandoned electrical room to adapt the space for installation of dryers. The washer install will require a trench drain and the dryers require individual thru wall penetrations for exhaust.
Winchester Clark County Industrial Authority – 35 North Main Renovations Project
Winchester Clark County Industrial Authority – 35 North Main Renovations Project
The project scope includes the construction of various office space in 4089 square feet on the first floor of the
building located at 34 North Main Steet Winchester, KY for the WCCIDA, Tourism Commission and Chamber of
Commerce to include a reception area, 5 private offices, a conference room, two ADA bathrooms, one half bath,
a kitchen and break space as well as other office related improvements to include all wiring, plumbing and
electrical work.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the Selma Ave. Drainage Improvement Project Contract No. 2022-014, Budget ID No. C22094, will be received at the office of MSD until 10:00 a.m., Local Time, November 2, 2021, 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 provide a new 18-inch pipe system along both sides of Selma Ave. 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 $150,000.00 and $200,000.00.
The bid documents will be available on, October 18, 2021, 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 S Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer Beth A. Tanner at beth.tanner@louisvillemsd.org.. Questions received less than two days prior to the date for opening of bids will 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, Beth A. Tanner at beth.tanner@louisvillemsd.org. Due to the current Coronavirus (COVID-19) pandemic measures, MSD will be hosting a Teleconference call in the 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 505 897 947#.
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.
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.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
This project includes providing a standby rated generator system to support the entire electrical distribution system of the Oakwood campus. Also, to satisfy life safety code requirements, emergency battery back-up lighting fixtures will be added to facilities that currently do not have them.
The standby generator system will consist of three 500KW natural gas fired generators, a transformer, and automatic transfer switch (ATS) connected in line with the main electrical service entrance. The generator plant will be located outside on concrete pads adjacent to Building 600. Existing generators that are located throughout the campus in individual buildings shall be disconnected and abandoned for future demolition. Generators at buildings 501 and 600 shall remain and the associated automatic transfer switches will be modified to become manual transfer switches. Also, the existing “load shed” control of one chiller at building 501 will be removed such that both will operate during an outage.
The generator system shall be capable of producing 1,500KW (1,875 KVA) – 2,255A at 480V, 3-phase. The new generator plant area and equipment will be designed to accommodate future additions of generators to increase capacity if needed.