Uncategorized

CCK-2235-17 UKGS Elevators E & F Renovation

CCK-2235-17 UKGS Elevators E & F Renovation

PROJECT DESCRIPTION:
This Project is to refurbish elevators E & F at UKGS

Project Location: Lexington, Kentucky

More Details

Salyersville Water Works – Salyersville Water Tank Project

Salyersville Water Works – Salyersville Water Tank Project

PROJECT DESCRIPTION:
This project consists of the providing of all materials, labor, and equipment for the construction of one (1) 500,000
gallon water storage tank.

Project Location: Salyersville, Kentucky

More Details

RFB-254-17 Olive Hill NGA Window Replacement

RFB-254-17 Olive Hill NGA Window Replacement

Project Manager Name: Joseph
Sandman
Phone: (502) 782-0329
Email:Joseph.Sandman@ky.gov

Estimate:
$257,700.00
Estimated Length of Project:
180 (Substantial Completion) + 21 (Final Completion)

The primary scope of work includes removal and replacement of existing aluminum windows, an existing Kalwall system, existing storefront entrance, existing overhead coiling door and two pair of hollow metal doors. Window replacement includes removal of windows, window blinds, brackets, anchors and clips, at all window locations. Steel headers and columns are to be cleaned, sanded and repainted as part of the work. Certain existing window grills are to be removed, refurbished and reinstalled. New grills are to be fabricated and installed at three locations. Storefront replacement work includes the removal and replacement of an existing aluminum storefront system, including doors, frames, sidelight and transom. An existing Kalwall system is to be replaced including retainer angles, clips and anchors attached to existing tubular metal framing. Doors to be replaced include one motorized overhead coiling steel door and two pair of hollow metal exterior doors and frames. Existing window putty has been identified as asbestos containing material and shall be handled and disposed of in accordance with federal and state regulations.
New windows to be installed are blast resistant, thermally broken aluminum windows with low “E” laminated glazing. As part of the window replacement, exterior stone sills are to be cleaned, grouted and caulked. The storefront is to be replaced with a reinforced blast resistant, thermally broken aluminum storefront system. At the north gable end of the Drill Hall, a new thermally broken Fiberglass Sandwich Panel replicating the existing Kalwall system, pattern and color, is to be installed. One existing coiling overhead door is to be replaced with a new motorized pre-finished insulated overhead coiling door. Additionally, two pair of new blast resistant insulated half-glass hollow metal exterior doors including frames and transoms are to be installed.

Project Location: Olive Hill

More Details

Bourbon County Schools – Athletic Field House Flooring Replacement

Bourbon County Schools – Athletic Field House Flooring Replacement

PROJECT DESCRIPTION:
The scope of work includes the removal of existing carpet flooring and adhesive,
floor preparation, including crack repair, and installation of the new rubber flooring. Also included is
the relocation of all of the fitness equipment, including lockers, to an onsite warehouse and then the
reinstallation of this equipment and lockers after flooring is installed.

Project Location: Paris, Kentucky

More Details

Pikeville Independent Schools – HVAC Projects

Pikeville Independent Schools – HVAC Projects

Please Note: Addendum 03 has changed the Bid Date

PROJECT DESCRIPTION:
Pikeville Independent Schools in Pikeville, KY, the work includes
the following:

Bid Package 01:
At Pikeville High School Gymnasium: Remove existing air handling
units and install new rooftop HVAC units, including related sheet metal work, electric
work, structural modifications, roof modifications and other Work indicated in the
Contract Documents.

Bid Package 02
At the Blue Goose Gymnasium: Remove existing air handling
units and gas-fired unit heaters and install new HVAC units, including related
sheet metal work, electric work, structural modifications, and other Work indicated
in the Contract Documents.

Bid Package 03:
The work consists of the combined work of Bid Packages 01 and
02.

Project Location: Pikeville, Kentucky

More Details

Bourbon County Schools – Rubber Track Surfacing

Bourbon County Schools – Rubber Track Surfacing

PROJECT DESCRIPTION:
The scope of work includes the crack repair and leveling of the existing High School asphalt running track, and the installation of a new synthetic rubber surface with striping.

Project Location: Paris, Kentucky

More Details

Pikeville/Pike County Airport Board – Airfield Markings Project

Pikeville/Pike County Airport Board – Airfield Markings Project

PROJECT DESCRIPTION:
Furnishing all labor, materials and equipment and performing all work necessary to complete the Airfield Markings project

Project Location: Pikeville, Kentucky

More Details

RFB-250-17 Owl’s Nest AML

RFB-250-17 Owl’s Nest AML

Estimate:
$149,600.00
Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)

The Owls Nest Road Slide HP AML Reclamation Project is located in Leslie County, Hyden, Kentucky at 37°10’03.90″N latitude and 83°21’13.60″W longitude just east of Hyden KY. Directions to the site are; from the Hal Rogers Parkway in Hyden, Kentucky Leslie County,
take the Hyden Exit (Rt. 118) to Rt. 421 (approximately 3.5 miles). Turn left (South) on 421 through the town of Hyden and turn left at 2nd light onto Hwy 80 and travels across the bridge (Middle Fork of KY River) and turns left onto Owl’s Nest Rd. 200 ft. from the end of the bridge. Follow Owl’s Nest Rd. for approximately 2 miles. The slide is located on the left and partially blocking the road.
The active mudslide has been dealt with by Leslie County road personnel for months, removing material and debris from roadway to maintain access for residents. AML is now proposing to reduce future problems by excavating the pre-law push over slide as Owls Nest Road Slide HP AMLRP. Unstable slide material will be removed from the hill side using the strip to rock excavation method for the slide area and material will be placed in proposed waste areas. Due to limited work space a temporary stream crossing is proposed for traffic control as material is removed from slide area. Long term drainage control devices will also include class II ditches, excavated rock ditches and HDPE pipe. Silt Barriers – Bales & Fence along with Rock Checks are proposed for proper silt control at the toe of the slide and waste areas. Roadway stone bid item and Bituminous Repair are included for “in kind” repairs to public roadways as needed to facilitate reclamation work. Filter Fabric and geo-grid have been included as base for ditches. Class II/III rock will be used as directed.
All excavated material will be wasted within nearby waste areas at coordinates 37°10’04.57″N latitude and 83°21’11.63″W longitude, and an existing auger bench just east of slide area at coordinates 37°10’07.41″N latitude and 83°21’00.22″W longitude
A Hydromulch & Hydroseed bid item is included to revegetate the site/waste areas at the end of construction. Seedbed preparation and Agricultural Limestone bid items are included for the waste areas. A utility relocation bid item is included to replace “in kind” qualifying features as disturbed to facilitate the abatement plan.
Trees of 3” or greater at breast height on auger bench waste area will be removed during dormant season; all other areas are previously disturbed and/or unstable.

Project Location: Leslie

More Details

CCK-2234-17 Parking Structure #1 and #5 Lighting Retrofit-2473.0

CCK-2234-17 Parking Structure #1 and #5 Lighting Retrofit-2473.0

PROJECT DESCRIPTION:
Project is the lighting replacement of existing parking canopy and site lighting fixture in
Parking Structures 1 and 5 with new energy efficient, long life LED fixtures. Project also
includes new integrated fixture controls for daylight harvesting and automatic control.

Project Location: Lexington, Kentucky

More Details

LFUCG – Legacy-Hope Center Trail Project

LFUCG – Legacy-Hope Center Trail Project

Please Note: Addendum 03 has changed the Bid Date

PROJECT DESCRIPTION:
Consisting of the construction and/or furnishing of items as listed in the Bid Schedule
included in Part III, Form of Proposal, of this document, plus incidentals necessary to
complete the work. The work entails construction of approximately 1,600 linear feet of asphalt trail, storm sewers, signage, fencing and associated facilities.

Project Location: Lexington, Kentucky

More Details

Glen Bluff Drainage Improvement Project

Glen Bluff Drainage Improvement Project

Description and location of Project: This unit based construction order is for drainage improvements and access road replacement along the Glen Bluff pump station property in Metro Council District 16.



Project Location: Louisville, Kentucky

More Details

RFB-252-17 Rochester Loadout Refuse Pile AML

RFB-252-17 Rochester Loadout Refuse Pile AML

Estimate:
$137,075.00
Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)

The proposed project, approximately 11.9 acres total, consists of the removal of domestic and mine debris, demolition of a concrete structure, removal of a sediment control pond, and regrading of material, which will be graded in a manner that promotes adequate drainage and covers the onsite coal waste. The project site is located in the Rochester Quadrangle at 37° 13’ 3” N, 86° 54’ 18” W. The site is located on Boat Ramp Lane, just off KY 70, approximately 18.6 miles west of Morgantown, near the community of Rochester. The site is immediately adjacent to the Green River and near the Muhlenberg/Butler/Ohio county borders.
Reclamation includes the excavation of an area approximately 300’ by 300’ by 8’ deep to bury coal waste material. Once coal waste is placed within the area, it will be covered with a minimum of 4’ of non-toxic, non-combustible material and the site will be graded to promote adequate drainage. For the portion of the area lower than the base flood elevation (404’), the final contour elevations will be equal to or less that the current contour elevations. A pond at the site will be drained and also filled up to the water level with non-toxic, non-combustible material. A concrete structure, a dilapidated trailer, tanks, and additional domestic and mine debris will be removed from the site. Tree cutting and chipping will be necessary to gain access to reclaim bare areas within the site.
The project site has been previously disturbed by coal mining operations and/or road construction. 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 either of the areas slated for significant project-related construction activities.
Construction disturbances will be kept to a minimum by the implementation of standard AML Best Management practices (BMP’s), which will prevent significant amounts of sediment related to project construction activities from entering the Green River. Approximately 1070 LF of silt fence will be installed for silt control measures. 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. Access to the site is via the county roads and an existing access road into the area. 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.

Project Location: Muhlenberg

More Details

Housing Authority of Owensboro – New Playground & Rubber Surface

Housing Authority of Owensboro – New Playground & Rubber Surface

Please Note: Addendum 02 has changed the Bid Date

PROJECT DESCRIPTION:
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.

Project Location: Owensboro, Kentucky

More Details

Tompkinsville-Monroe County Airport Board – Construct 10-unit T-Hangar

Tompkinsville-Monroe County Airport Board – Construct 10-unit T-Hangar

Furnishing all labor, materials and equipment and performing all work necessary for Construct 10-unit T-Hangar at the Tompkinsville-Monroe County Airport

Project Location: Tomkinsville, Kentucky

More Details

Morgan County Alternative Center – Safe Room

Morgan County Alternative Center – Safe Room

PROJECT DESCRIPTION:
The project scope includes new alternative school safe room. The work must be substantially complete within 8 months from notice to proceed.

Project Location: West Liberty, Kentucky

More Details

LFUCG – Brighton Rail Trail Project-Phase 4

LFUCG – Brighton Rail Trail Project-Phase 4

PROJECT DESCRIPTION:
Consisting of the construction and/or furnishing of items as listed in the Bid Schedule
included in Part III, Form of Proposal, of this document, plus incidentals necessary to
complete the work. The work entails construction of approximately 3,000 linear feet of Asphalt Trail, seeding/sod, tree plantings, and demolition of trees, walk, landscaping, and fencing.

Project Location: Lexington, Kentucky

More Details

Hopkinsville-Christian County Airport Board- Hopkinsville Lighting

Hopkinsville-Christian County Airport Board- Hopkinsville Lighting

PROJECT DESCRIPTION:
Furnishing all labor. materials and equipment and performing all work necessary for Hopkinsville Lighting at the Hopkinsville-Christian County Airport

Project Location: Hopkinsville, Kentucky

More Details

Laurel County Detention Center – BP #13 & #18 – REBID

Laurel County Detention Center – BP #13 & #18 – REBID

Please Note: Addendum 04 has changed the Bid Date

Addendum 04 has rebid the project for BP#13 & BP#18.

PROJECT DESCRIPTION:
Furnish all labor and materials to complete the LAUREL COUNTY CORRECTIONAL CENTER
The following bids are requested:

13 SEAMLESS FLOORING
18 LAUNDRY EQUIPMENT

Project Location: London, Kentucky

More Details

Prestonsburg City’s Utilities Commission – Modifications to Existing WTP River Crossings-Contract 1

Prestonsburg City’s Utilities Commission – Modifications to Existing WTP River Crossings-Contract 1

PROJECT DESCRIPTION:
The work to be bid consists of:
The scope of work consists of the installation of eight (8) river crossings by Horizontal Directional Drilling
(HDD) methods tying into the existing distribution system to maintain water supply to critical infrastructure.
HDD pipe sizes include HDPE DR-9 4″, 6″, 10″ and 12″, The Contractor shall furnish all materials, equipment
and labor necessary to complete the construction of the river crossings and appurtenances. Time of completion for PCUC Contract I – River Crossings Project is 180 calendar days.

Project Location: Prestonsburg, Kentucky

More Details

Southern Water & Sewer District – Contract 1 – Water Main Extension

Southern Water & Sewer District – Contract 1 – Water Main Extension

PROJECT DESCRIPTION:
CONTRACT 1 includes the water main extension to the new
tank site

Project Location: McDowell, Kentucky

More Details

725 East Market Street Storm PSC Installation

725 East Market Street Storm PSC Installation


This bid has been canceled. This project will be revised and posted for rebid in the near future.





Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of 725 East Market Street Storm PSC Installation., Contract No. 2017-020, Budget ID No. NA, will be received at the office of MSD until 10:00 am, Local Time, Tuesday, June 6, 2017, and will be publicly opened and read at that place and time.




Description and location of Project: Install approximately 17 LF of 12″ PVC to Property Line, 5’ Deep; Install Dog House Manhole over single ring brick sewer; Pour 8″ base pad with #5 rebar, 8″ side walls with #5 rebar, 12″ O.C., each way; Dig out 24″ brick down to haunches of pipe; May have to hand dig from 12″ above pipe to haunches; Set flat top on Dog House and core 12″ through concrete wall with boot; Mill and pave 40’x35′; Trench cut 10’x10′ and 11’x4′ with 1′ set back; All traffic control and permits the responsibility of the contractor; May have to close the road.




All work shall be done in accordance to MSD’s Standard Specifications.




There will be a mandatory pre-bid meeting held for this project at 725 East Market Street on Thursday, June 1, 2017 at 10:00 AM, Local Time




The Engineer’s Construction Cost Estimate for this project is between $30,000.00 to $49,999.00.




The bid documents will be available on, Friday, May 26, 2017, 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 Chris Gregory . All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Chris Gregory E-mail:chris.gregory@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, 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 least15.0% 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 Project Manager, Chris Gregory .




MSD Interim Supplier Diversity Policy and Guidelines for this project is as follows:




15% MBE and 6 % WBE participation is not 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




Angela Akridge, P.E.

Chief Engineer




Rene’ Thomas

Director of Procurement &

Supplier Diversity

MSD Procurement Department

Project Location:

More Details

725 East Market Street Sanitary PSC Installation

725 East Market Street Sanitary PSC Installation


This bid has been canceled. This project will be revised and posted for rebid in the near future.





Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of 725 East Market Street Sanitary PSC Installation., Contract No. 2017-020, Budget ID No. NA, will be received at the office of MSD until 10:00 am, Local Time, Tuesday, June 6, 2017, and will be publicly opened and read at that place and time.




Description and location of Project: Install approximately 31 LF of 12″ PVC to Property Line, 7’ Deep; Install Dog House Manhole over single ring brick sewer; Pour 8″ base pad with #5 rebar, 8″ side walls with #5 rebar, 12″ O.C., each way; Dig out 24″ brick down to haunches of pipe; May have to hand dig from 12″ above pipe to haunches; Set flat top on Dog House and core 12″ through concrete wall with boot; Mill and pave 40’x35′; Trench cut 10’x10′ and 11’x4′ with 1′ set back; All traffic control and permits the responsibility of the contractor; May have to close the road.




All work shall be done in accordance to MSD’s Standard Specifications.




There will be a mandatory pre-bid meeting held for this project at 725 East Market Street on Thursday, June 1, 2017 at 10:00 AM, Local Time




The Engineer’s Construction Cost Estimate for this project is between $30,000.00 to $49,999.00.




The bid documents will be available on, Friday, May 26, 2017, 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 Chris Gregory . All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Chris Gregory E-mail:chris.gregory@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, 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 least15.0% 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 Project Manager, Chris Gregory .




MSD Interim Supplier Diversity Policy and Guidelines for this project is as follows:




15% MBE and 6 % WBE participation is not 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




Angela Akridge, P.E.

Chief Engineer




Rene’ Thomas

Director of Procurement &

Supplier Diversity

MSD Procurement Department

Project Location:

More Details

Housing Authority of Vanceburg – Modernization Project

Housing Authority of Vanceburg – Modernization Project

PROJECT DESCRIPTION:
The project consists of:
Bathroom Upgrades

Project Location: Vanceburg, Kentucky

More Details

Southern Water & Sewer District – Contract 2 – Mink Branch Water Storage Tank

Southern Water & Sewer District – Contract 2 – Mink Branch Water Storage Tank

PROJECT DESCRIPTION:
CONTRACT 2 includes constructing a new 250,000 gallon ground storage tank and site preparation.

Project Location: McDowell, Kentucky

More Details

Danville-Boyle County Airport Board – Stuart Powell Field – Construct New 10-Unit T-hangar

Danville-Boyle County Airport Board – Stuart Powell Field – Construct New 10-Unit T-hangar

PROJECT DESCRIPTION:
Furnishing all labor, materials and equipment and performing all work necessary for Construct New 100 Unit T-hangar at the Stuart Powell Field

Project Location: Danville, Kentucky

More Details

Subscribe