Warren County Board of Education – Briarwood Elementary Re-Roof
Warren County Board of Education – Briarwood Elementary Re-Roof
Scope includes removal of the existing TPO roof membrane, existing
insulation to be replaced at damaged locations only. Provide new flashings, membrane,
insulation, crickets as noted for a new water-tight roof.
The project involves re-roof work at the Central State Hospital in La Grange, KY. The project is for the Ackerly, Connelly and Boiler room buildings.The existing approximately 26,648 square foot roofs to be removed are asphalt roofs on concrete deck, asphalt roofs on wood deck or asphalt/epdm on metal deck respectively as well as a small portion of shingle roof. The new roof system is a SBS Modified Asphalt Two Ply system that is cold adhered over rigid board insulation system. The existing roof drains are to be tested for function and reused. All pre-finished metal roof coping caps, flashings, accessories and terminations are to be replaced.
London Laurel Economic Development Authority – Greer Industrial Park Sewer Extension – Phase 2
London Laurel Economic Development Authority – Greer Industrial Park Sewer Extension – Phase 2
The project will include the installation of one (1) 320-GPM sanitary sewer duplex pump
station and valve vault, 1,195 LF of 8-inch PVC gravity sewer, Four (4) sanitary sewer
manholes, 50 LF of 8-inch PVC force main, construction of a gravel access drive, fencing,
excavation, and other associated appurtenances.
The work includes demolition and replacement of the exterior windows on Buildings C and S and the demolition of a set of stairs outside the breezeway that connects Buildings C and N. A portion of the windows included in the work on Building C will be designated as an alternate bid. Due to the age and material content of the existing windows the demolition of them will involve abatement of material.
New windows shall be storefront framing with insulated glazing to match type and style recently installed in adjacent Building N.
The existing cooling tower is nearing the end of its useful life. The packing and piping of the cooling tower has noticeable scale build-up, which negatively affects the efficiency of the tower. The galvanized steel basin has rust build up which causes contamination of the water and could lead to severe damage to the (2) condenser pumps serving the system.
The existing cooling tower will be replaced with an updated multi-cell model that has the same capacity, while reusing the existing chiller. This means the majority of the above grade existing condenser water piping will need to be replaced to accommodate the new tower. The existing fan starters will be removed along with the associated controls specific to the existing cooling tower.
The new multi-cell cooling tower is designed to meet the full cooling demand of building. However, if one of the cells requires maintenance or is having issues, we will be able to isolate the cell while the other is still in operation. Whisper Quiet propellers will be used for sound attenuation which are much quieter compared to the existing aluminum propellers.
The basin would be constructed of 304 Stainless Steel. This is covered by a 5-year leak warranty. The overall footprint of the new tower will require the existing concrete pad to be extended to the existing retaining wall.
All electrical connections/controls will be located in the basement mechanical room. New motor starters for each fan will be located in the existing Motor Control Center and each fan will have its own VFD.
Frankfort Plant Board – Ammonia Systems & Sulfuric Acid Upgrades
Frankfort Plant Board – Ammonia Systems & Sulfuric Acid Upgrades
The Project includes the following Work:
Replacement of the existing ammonia system with a new Liquid Ammonia Sulfate (LAS) system to include two
bulk liquid storage tanks, containment, together with transfer/metering pumps along with miscellaneous
appurtenances, controls and connections. Work also includes miscellaneous improvements to the sulfuric acid
systems including a second metering pump.
Carter County Board of Education – East & West Middle School HVAC Upgrades
Carter County Board of Education – East & West Middle School HVAC Upgrades
This project has been placed on indefinite hold
The renovation at each middle school consists of HVAC system upgrade of the
existing 2-pipe unit ventilator/fan coil system to a 4-pipe fan coil unit system with chiller and boiler
replacement, upgrade to LED lights for approximately 56,000 sq.ft at East Carter MS and 58,000 sq.ft.
at West Carter MS, and new direct digital control systems. The project scope also includes ACT
ceiling replacement as well as CMU patching, VCT and paint in select locations.
Wendall H Ford Airport – Replace Runway 14-32 PAPIs Project
Wendall H Ford Airport – Replace Runway 14-32 PAPIs Project
Project consists of furnishing all labor, materials and equipment and performing all work
necessary for Replace Runway 14-32 PAPIs Project at the Wendell H Ford Airport.
Mt Sterling-Montgomery County Airport – Replace Runway 3-21 PAPIs and REILs Project
Mt Sterling-Montgomery County Airport – Replace Runway 3-21 PAPIs and REILs Project
Project consists of furnishing all labor, materials and equipment and performing all work necessary fro the Replace Runway 3-21 PAPIs and REILs Project at Mt. Sterling-Montgomery County Airport.
Town of Waynesville – Recreation Center Pedestrian Bridge
Town of Waynesville – Recreation Center Pedestrian Bridge
The work to be bid is described as follows:
CONTRACT 688-21-01
All necessary demolition, excavation, labor, materials, and equipment for the construction of a 100 foot long pedestrian bridge, including approximately 323 linear feet of asphalt walk installation, 92 linear feet of modular concrete block retaining wall, and 66 linear feet of handrail.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the 78 Westwind Road Drainage Improvement Project Contract No. 2022-018 , Budget ID No. C22107, will be received at the office of MSD until 10:00 a.m., Local Time, November 30, 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 24-inch pipe system located at 78 Westwind Road. 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 and $100,000.00.
The bid documents will be available on, November 10, 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 375 959 768#.
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
A. Base Bid: This project is located at the Department of Education’s Career Center in Somerset, Kentucky. The scope of work includes replacing the existing building automation control system, which will integrate the existing HVAC equipment – 2-pipe fan coil units, single zone air handling unit, water cooled chiller with remote condenser, and a hot water boiler. The new control system will conform with the State’s CEMCS standard but will not be interfaced under this project with the Commonwealth’s statewide management system.
B. Under Alternate #1, the existing indoor chiller and remote refrigerant condenser will be replaced. New chiller will be integrated into new BAS.
This invitation is for rework/upgrade of the crosswalks as specified in the following bid at Eastern Kentucky University’s
Richmond Campus. The work includes furnishing all labor, materials, equipment and services necessary for the complete
upgrade of the crosswalks.
Lincoln County Fiscal Court – Fishing Creek Bank Stabilization
Lincoln County Fiscal Court – Fishing Creek Bank Stabilization
This project is to install a wall in the east bank of Fishing Creek. The wall will be constructed using
railroad rails and guard rail. The project will include excavation and vegetation removal
sufficient to construct the wall. The rails will be drilled and/ or driven into the soil and rock
below. The wall will be backfilled with rip-rap.
Fayette County Public Schools – Lafayette High School Synthetic Turf Replacement & Track Resurface – Bid Package #1
Fayette County Public Schools – Lafayette High School Synthetic Turf Replacement & Track Resurface – Bid Package #1
The Scope of Work intent of the project is to renovate and replace the existing synthetic field turf
system, resurface the existing track surface with new urethane structural spray finish + restripe
existing resilient track surface including the entire ‘D’ area existing high jump surface area.
Additionally provide new Goal posts, Discuss net system, and new long jump pits sand catcher /
cover combination system.
This invitation is for the boiler flue and fan replacement. The project includes demolition and replacement of the existing boiler flue which is not operational. The new flue and draft fan will be installed and rerouted with new flue vent pipe including sidewall draft fan and controls. The work requires 2 new CO detectors to be installed by Johnson Controls, Inc. via and allowance
within the awarded contract.
Whitley County Board Of Education – Whitley North Elementary School HVAC Upgrades
Whitley County Board Of Education – Whitley North Elementary School HVAC Upgrades
The renovation consists of an HVAC system upgrade of the existing water source
heat pump system to a new water source heat pump system with a chiller, boiler, HVAC pumping
replacement, and new direct digital control system. The MEP scope also includes bid alternates for
installation of a geothermal water source heat pump system in lieu of the existing boiler cooling tower
system, and replacement of the existing building lighting system to LED lights.
Project includes the renovation of the Endoscopy Scope Cleaning room at Good Samaritan
Hospital and building a temporary location for scope cleaning during construction. Owner will
provide new 3 compartment sink and pass thru window to contractor. Contractor responsible
for the installation of these. Temporary space will need to be de-constructed after completion
of C207F room.
Whitley County Board of Education – Oak Grove Elementary School Cafeteria Expansion
Whitley County Board of Education – Oak Grove Elementary School Cafeteria Expansion
The project scope includes an approximately 1500 sf addition to the existing Cafeteria. The addition will be a masonry load bearing structure with metal beams and deck, lightweight roof with a single-ply roof membrane, brick veneer, aluminum storefront systems, and new site elements. Major systems include Mechanical, Plumbing, Fire Protection, Electrical, & Voice/Data.
CCK-2587-22 Pavilion A – 5th Floor Patient Room Fit-Out – BP-04 – Final Cleaning – 2402.9
CCK-2587-22 Pavilion A – 5th Floor Patient Room Fit-Out – BP-04 – Final Cleaning – 2402.9
This package involves the installation work for Bid Package # 04 – Pavilion A 5th Floor Patient Room Fit-Out Project. The work will be performed under contract with the Construction Manager, Turner Construction Company.
Bid Opening Date is hereby cancelled and rescheduled to December 16, 2021, 10:00 A.M. Local Time.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the Hunting Creek Drive Culvert Replacement Project Contract No. 2022-017, Budget ID No. C22105, will be received at the office of MSD until 10:00 a.m., Local Time, December 16, 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 con-span, headwall, and footing installation under Hunting Creek 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 $600,000.00 and $700,000.00.
The bid documents will be available on, November 5, 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 798 343 647#.
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: Not 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
Continental Refining Company – Biodiesel Process Building
Continental Refining Company – Biodiesel Process Building
Project consists of the renovation of an existing facility (approximately 7,496 square feet). The
facility is located at, 300 Somerset Refinery Road, Somerset, Kentucky 42501, and shall consist of a turnkey
project.