This project is for the construction of a new 60’-3″ long x 60-0″ wide x 10’ high concrete structure with an interior concrete pad and entrance apron for the purpose of bulk storage of roadway, deicing salt.
Class “A” concrete shall be reinforced with epoxy coated rebar & fiber, which shall be used throughout the shallow, spread footing and walls. The Contractor shall be required to perform all excavation, filling, grading, & compaction of sub-grade necessary for the construction of footing, interior pad, and entrance apron.
Concrete walls will be ten (10) feet high, will be twelve (12) inches thick, will be constructed on the concrete footing, and will support a pre-engineered, membrane covered (roof) structure (PMCS). The roof structure is to be furnished and installed separately by Bulk Storage, Inc., per their current Master Agreement upon completion of the footing and walls under this contract. The (PMCS) is not a part of this Scope of Work.
Nine (9) inch thick, Class “AA” concrete modified with fiber & epoxy coated rebar, concrete slabs shall be placed inside the footing and at the entrance on the exterior of the structure.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of 15 Glenwood Road Drainage Improvement Project, Contract No. 2020-001, Budget ID No. C20190, will be received at the office of MSD until 10:00 am, Local Time, August 15, 2019, and will be publicly opened and read at that place and time.
Description and location of Project: This unit based construction order is for the drainage improvements at 15 Glenwood Road in Metro Council District 15.
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 $50,000.00 to $100,000.00.
The bid documents will be available on, August 1, 2019, 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 Kevin Schmidt at kevin.schmidt@louisvillemsd.org. Questions received less than five 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, Angela Akridge, P.E.
IF THE ENGINEER’S CONSTRUCTION COST ESTIMATE IS $50,000 OR MORE, the Minority Business Enterprise and Woman Business Enterprise (MBE/WBE) participation goals shall be applicable to all contracts and comply with MSD’s Interim Supplier Diversity Policy and Guidelines (Interim Policy). The Interim Policy is considered as one of the elements of responsiveness in a bid. Bidders must subcontract at least 15.0% of the total amount of the Contract Bid price to a certified MBE and 6.0% to a certified WBE, or if the Contractor is unable to meet the goals, must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the Interim Policy. See (MSD Construction-Related MBE/WBE Documents and Forms at http://www.msdlouky.org/insidemsd/diverse ). Each bidder is responsible for careful review of the Interim Policy requirements contained in the bid documents. Failure to comply with the Interim Policy may be grounds for rejection of the bid as non-responsive.
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer, Kevin Schmidt at kevin.schmidt@louisvillemsd.org.
MSD Interim Supplier Diversity Policy and Guidelines for this project is as follows:
15% MBE and 6 % WBE participation is required for this project
LOCAL LABOR PREFERENCE: NO
The Contract will be awarded on the basis of the lowest responsive, responsible bid, subject to the approval of the Board of MSD. MSD reserves the right to reject any or all bids or waive any informality in any bid.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
19-76 / East Manslick Road Area Water Main Replacement Project
19-76 / East Manslick Road Area Water Main Replacement Project
Louisville Water Company is requesting Bids for the supply and installation of 6,765+/- linear feet of 12-inch Pressure Class 350 ductile iron water main, the supply and installation of 1,350 +/- linear feet of 8-inch Pressure Class 350 ductile iron water main, and the supply and installation of 105 +/- linear feet of 6-inch Pressure Class 350 ductile iron water main. Bore, supply and install 60+/- LF of 16-inch steel casing pipe and appurtenances. Also included with the project is the installation of 11 fire hydrants and the transfer, renewal, supply or discontinue of 103 +/- customer services.,br>
Questions or inquiries relating to this project must be submitted in writing via email at least seven (7) calendar days prior to the bid opening date. All questions and inquiries must be sent to the Buyer, Robin Heitz, email at rheitz@lwcky.com.
This project is for renovating one bathroom in the Hazelwood Clinic and bathroom renovation at three (3) Group Homes. See project description for complete details.
19-73 / 660 Plan South West Jefferson County Improvements – Greenbelt Highway: 10901 Greenbelt Highway to Johnsontown Road Project
19-73 / 660 Plan South West Jefferson County Improvements – Greenbelt Highway: 10901 Greenbelt Highway to Johnsontown Road Project
Louisville Water Company is requesting Bids for the furnish and install of 2065 +/- LF of 16 inch DPW and appurtenances from 10901 Greenbelt HWY to Johnsontown Road.
O’Reilly Auto Parts Store – 5433 Scottsville Road, Bowling Green, KY 42104
O’Reilly Auto Parts Store – 5433 Scottsville Road, Bowling Green, KY 42104
Please note: Addendum 01 has changed the address of the project site.
Site Notes
Please provide a cost breakdown for analysis.
Alternates:
1. Provide and install stone base for all site concrete.
2. Provide and install stone base for building slab.
3. Provide, install and tie in foundation drain to storm
drainage shown on interior of building
Include stone backfill,
fabric, etc.
EKU 43-20 Softball Stadium Phase II (Rebid of EKU 90-19)
EKU 43-20 Softball Stadium Phase II (Rebid of EKU 90-19)
Eastern Kentucky University (EKU) hereby requests sealed bids for the materials, supplies,
equipment or services set forth herein, subject to all conditions outlined in this Bid Package
CCK-2437-20 Bowman Hall – Slate Roof and Miscellaneous Repairs
CCK-2437-20 Bowman Hall – Slate Roof and Miscellaneous Repairs
The objectives of the Bowman Hall Slate Roof and gutters renovation project includes, but is not necessarily limited to or in order of:
1. Replace damage and deteriorating roof-slate units,
2. Cleaning, re-caulking, waterproofing gable end roof stone-caps,
3. Installing copper roof over-lays on dormer window decks,
4. Relocating 5 restroom exhaust fans from restroom windows and installing roof discharges,
5. Installing new copper-liners gutter outlets, and downspouts,
6. Replace the portico roof,
7. Repairing and re-installing the portico roof decorative rail and window-access grill, and
8. Repairing and re-installing the third floor roof-deck safety rails.
Morehead Utility Plant Board – US 60 West & Ky 801 SSO Correction Project – Contract 02 – Lift Stations
Morehead Utility Plant Board – US 60 West & Ky 801 SSO Correction Project – Contract 02 – Lift Stations
The Project consists of two (2) contracts constructing of 45,000 LF of 10-
inch, 14,000 LF of 8-inch, 7,000 LF of 6-inch, 100 LF of 4-inch force mains, 600 LF of 2-inch force mains
and 2,000 LF of 8-inch gravity sewer mains, four (4) pump replacements, one (1) lift station rehabilitation
and two (2) new lift stations and other appurtenances.
Morehead Utility Plant Board – US 60 West & Ky 801 SSO Correction Project – Contract 01 – Sewer Lines
Morehead Utility Plant Board – US 60 West & Ky 801 SSO Correction Project – Contract 01 – Sewer Lines
The Project consists of two (2) contracts constructing of 45,000 LF of 10-
inch, 14,000 LF of 8-inch, 7,000 LF of 6-inch, 100 LF of 4-inch force mains, 600 LF of 2-inch force mains
and 2,000 LF of 8-inch gravity sewer mains, four (4) pump replacements, one (1) lift station rehabilitation
and one (1) new lift station and other appurtenances.
Stanton- Powell County Airport – Terminal Building Renovation
Stanton- Powell County Airport – Terminal Building Renovation
The scope of this project consists of renovating the interior and portions of
the exterior of the existing Terminal Building. Work includes, but is not limited to, interior
flooring, wall, and ceiling finishes, new windows, plumbing, HVAC equipment, exterior
signage, sidewalk, and ADA compliant access ramp.
Stanton- Powell County Airport – Pavement Cleaning and Markings Furbish
Stanton- Powell County Airport – Pavement Cleaning and Markings Furbish
The proposed project shall consist of cleaning the pavement and markings of “Asphalt” Runway 6-24, including pre and post cleaning reflectivity testing performed by a representative of the Engineer.
Powell County Board of Education – Powell County High School Security Vestibule
Powell County Board of Education – Powell County High School Security Vestibule
Project consists of construction of an interior security vestibule at the existing high
school, including door hardware and access control upgrades, sloped floor
replacement, and reception area casework and renovations.
Project cost range is anticipated to be under $164,000.
Construction Contract: Bids will be received for the following Work:
Demolish phase 1 of the existing towers, modify structural steel, install a louver in the existing brick wall, sand blast and paint the new and existing steel, coordinate installation with owner supplied cooling towers and pipe and wire towers when installation of tower is complete at Cooling Plant #1.
Oldham County Environmental Authority – Ohio River WWTP Aeration Basin Renovations
Oldham County Environmental Authority – Ohio River WWTP Aeration Basin Renovations
The project generally consists of:
Aeration Basin Renovations
This project includes removal of an existing hanging diffuser system and HDPE liner, and installation of a new concrete slab, HDPE liner, and fixed grid diffuser system with associated piping modifications in one aeration basin, including all other items shown on the plans and mentioned in the specifications for a complete project, ready for continuous operations.
• Rehabilitation of the Morton Hill Water Storage Tank
• Rehabilitation of the Windy Hills Water Storage Tank
• Rehabilitation of the Laughlin Water Storage Tank
Wallace Circle:
Replacement of existing gas shingle roofs, gutters and downspouts. Replace fascia metal and soffit on residential buildings. (Bid Alternate).
Work includes providing all items, articles, materials, operations or methods herein listed, mentioned or scheduled on the Project Documents and / or herein, including all labor, materials, equipment, services and incidentals as necessary for their completion.
Scott County Fiscal Court – Johnson Mill Road Retaining Wall Replacement Project
Scott County Fiscal Court – Johnson Mill Road Retaining Wall Replacement Project
Please note: Addendum 01 has changed the bid date.
The purpose of this project is to replace the existing hand laid stone retaining wall with a
reinforced concrete retaining wall on Johnson Mill Road 350 feet Northwest of Newtown Pike in
Scott County, Kentucky.
Meade County Board of Education – Payneville Elementary School Renovation and Addition
Meade County Board of Education – Payneville Elementary School Renovation and Addition
Please note: Addendum 01 has changed the bid date and added a non-mandatory supplementary pre-bid meeting.
Project consists of an 11,393 square foot addition which includes a new
gymnasium, two new kindergarten classrooms and group airport style restrooms. This is a load
bearing masonry construction building with spray foam roofing system on metal deck and steel
joists. Improvements to the existing building include renovating the existing gymnasium into a
new media center, renovating and expanding the administration area, providing a security
vestibule, new ceilings and LED lighting throughout the existing building and window / door
replacement and replace existing roofing system with new spray foam roofing system.
1. Project cost range is anticipated to be under $6,920,732.00.
The Luther Luckett Correctional Complex Roof Replacement in LaGrange, Kentucky is being undertaken to replace the roofs of Building 4H, which were damaged / partially blown off in bad weather. A portion of the roof of building 4H that was damaged during a storm. The existing roofs are insulated SBS modified bitumen over sloped concrete deck with several penetrations in the roof. There is a loose laid single-ply membrane roofing sheet covering approximately half of the building’s damaged roof that is secured with 2x wood secured to the outside face of the building and weighed down above the roof with multiple bags of concrete.
The existing / remaining roof is to be demolished and the entire area re-roofed with insulated SBS modified bitumen. Damaged existing gutters, downspouts and accessories are to be replaced to match existing.
Approximately two-thirds of Building 4H are in the scope of work. A portion of Building 4H and all of Building 6 are not in the scope of work. Refer to the drawings for the scope of work area. The roofs of the existing building are insulated SBS modified bitumen over sloped concrete deck. There are several existing roof penetrations including exhaust fans and through-roof piping, as well as beacon lights. There are existing gutters, downspouts and roof edging. The scope of work is approximately 12,280 square feet.
The existing gutters and downspouts are to be inspected and repaired as deemed appropriate; where repairs cannot be made or components are missing, new items shall be provided to match existing. There are several existing roof penetrations. Any penetrations that were damaged due to bad weather, or damaged due to demolition are to be repaired before commencing with re-roof.
The new roofs will consist of polyisocyanurate insulation with a wood fiber coverboard and SBS
modified bitumen roof covering. Roof is to be fully adhered. New copper gutters and downspouts, as well as miscellaneous finishing items such as roof edge, flashings, expansion joints, and metal splash pans will be installed. All metal fabrications will be 16 oz. copper or 24 gauge metal, as applicable per documents. The roof shall carry a 20-year warranty, with no dollar limit.
The scope of work for this project includes a roof re-cover on an existing building. The existing building is a double-pitched roof with a standing seam metal panel roof. The existing metal roof panels and are to remain in place. The new roof re-cover assembly will consist of polyisocyanurate flute-fill insulation and a 60-mil minimum PVC roof membrane. Roof is to be mechanically fastened and induction welded. The gutters and downspouts are to be inspected, tested, and repaired or replaced as required, and miscellaneous finishing items such as eave trim, copings, edge flashings, and metal splash pans will be installed. All sheet metal fabrications will be 24 gauge. The roofs shall carry a 20-year NDL (no dollar limit) warranty.
Two buildings for the Shelby County Maintenance Garage require roof re-covers. Both existing buildings are double-pitched roofs with metal panel roofs and fiberglass skylights. The existing metal roof panels and are to remain in place and the skylight panels are to be replaced with new metal roof panels to match the existing metal roof panels. The new roof re-cover assembly will consist of polyisocyanurate flute-fill insulation and a 60-mil minimum PVC roof membrane. Roof is to be mechanically fastened and induction welded. The gutters and downspouts are to be inspected, tested, and repaired or replaced as required, and miscellaneous finishing items such as eave trim, copings, edge flashings, and metal splash pans will be installed. All sheet metal fabrications will be 24 gauge. The roofs shall carry a 20-year NDL (no dollar limit) warranty.