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.
Bids are requested by Western Kentucky University, from eligible firms located within a 125-mile radius of Bowling Green, KY to establish price contracts for the furnishing of labor, materials, and services for a Job Order Contract for Paint Contractor on facilities utilized by Western Kentucky University. The Paint Contractor shall be capable of providing qualified and skilled tradesmen as may be required. All jobs are to include but are not limited to the Contractor acquiring any necessary permits, inspections, and Performance Bonds where required. For question regarding this bid, please select “Messages” tab in Unimarket to send a message to your WKU contact, Marci Morehead
Town of Clarksville – Public Works Facility Intersection Improvements
Town of Clarksville – Public Works Facility Intersection Improvements
Installation of a fully functioning actuated traffic signal with decorative mast arms, decorative LED
light fixtures, new traffic signal equipment, video vehicular detection system, landscaping
improvements, and all other necessary items including asphalt milling and resurfacing, storm sewer
improvements, concrete curb, and sidewalks.
Muhlenberg County Board of Education – Muhlenberg County High School Kitchen Addition
Muhlenberg County Board of Education – Muhlenberg County High School Kitchen Addition
The bid is to
furnish all necessary labor, materials, tools, machinery, warranties, and all other items
required to meet the renovations per plans and specifications. Work to include, but not
limited to; Building / Kitchen Addition, Exterior Aluminum Walkway Canopy PVC Roofing,
Interior Renovations, ceilings, lighting and Kitchen Equipment.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the 2607 Meadow Road Drainage Improvement Project Contract No. 2022-016, Budget ID No. C22090, will be received at the office of MSD until 10:00 a.m., Local Time, November 18, 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 12-inch pipe system along Meadow 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 $150,000.00 and $200,000.00.
The bid documents will be available on, November 1, 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 575 369 483#.
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
Breathitt County Water District – Waterline Extensions Project Contract 2 -Tank Rehab
Breathitt County Water District – Waterline Extensions Project Contract 2 -Tank Rehab
Project consists of: Existing Tank Cleaning and Painting
Clean out and dispose of any existing sediments. Complete repairs, surface preparation, clean and paint/finish the interior (wet surfaces) and exterior surfaces and piping of the tank, coat concrete foundation as needed for a complete and proper installation. Install Cathodic protection.
Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
From Sandgap KY, travel north ~800 feet on KY 2004 until reaching Upper Dry Fork Road. Turn right on Upper Dry Fork Road. Travel in a northeasterly direction ~2.7 miles until reaching J Kirby Road (aka Dick Hollow Road.) Turn left onto J Kirby Road and travel in a northerly direction, at ~500 feet, veer right at the fork, which is the beginning of James Cooper Road (aka Dick Hollow Road); continue traveling ~1.1 miles until reaching the slide. Coordinates at the site are as follows: 37°30’58.84″N 84° 3’8.78″W
There is an existing slide below the home that has taken out the Wilson Road (currently closed to through traffic) and was threatening the residential structure. The Phase I project focused on protecting the home from damage and/or collapse. Two I-Beams (80 LF each) were installed under the houses deck for support. The beams are supported on steel pipes drilled into rock and filled with concrete. A subdrain was constructed from behind the home to a roadway to relieve some of the hydrostatic pressure and continuously discharges water. This Phase I has been completed which consisted of supporting the house with I-Beams and constructing a subdrain.
The Phase II project has been designed.
The project consists of constructing a I-Beam steel wall encased in concrete on 3 foot centers in front of the house, drilling into rock and installing casing where needed. The W8x40 Steel I-Beams will be encased in concrete. The I-Beam will extend 5 feet above the bench with guardrail lagging and rock backfill between the house and the steel I-Beam to give additional support to the house. The scarp line has extended under the deck, which is supported by the I-Beams. The unsuitable material will be excavated and backfilled with rock. After backfilling, a layer of filter fabric will be placed on top of the backfill and covered with soil material. A 3’W x 2’H reinforced concrete footer will be installed along the front of the house. It will be the property owners to construct the piers.
The depth to rock was determined from the drilling on the left and right side of the house doing the Phase I project. Two 4 ft. x 4 ft. rock drains wrapped in fabric will be constructed from the rock floor (suspected bottom of the coal pit) to drain the water out of the backfilled to natural drains and relieve the hydrostatic pressure.
The rock drain on the North side of the house will tie into the subdrain constructed during the Phase I project. These drains extend past the county road that is to be re-constructed. The road will be constructed with suitable material obtained within the slide area. The footprint of the road will be excavated below the existing ground line a minimum of 4 feet. If this material is suitable for road, construction it can be re-compacted and wrapped in high strength geo-grid. If unsuitable material is encountered below this level, it will be excavated and disposed of onsite as directed by the Engineer.
The reconstructed roadway will be wrapped and overlapped with high strength geo grid every 4 feet of depth. All roadway fill will be compacted in 1 foot lifts
All scarp lines will be regrade to a slope of 2H:1V or flatter and provide positive drainage. There are no plans to repair the slide below the reconstructed roadway.
An 18″ HDPE pipe will replace an existing pipe that is clogged and perhaps damaged; the new pipe will ensure long-term drainage from the project limits.
Class II Backfill, allow with guardrail lagging and filter fabric is included to place behind the steel I-Beams to provide additional stability at the house seat level.
Earthwork is setup to grade disturbed areas near the end of reclamation activates.
Silt Barrier – Bales & Silt Fence is setup to prevent sediment from leave the project limits
Revegetation is including for revegetating the residential areas as directed.
Dense grade and roadway stone is setup to provide for repair in kind non-state maintained roadways used for access.
No trees, 3″ in diameter or greater (breast height) will be disturbed between April 1 and October 31st, except for in the slide and transition zone.
Any permits deemed necessary will be obtained prior to reclamation activities
Shelby County Public Library – Interior Renovation
Shelby County Public Library – Interior Renovation
The Project consists of the
CONSTRUCTION for the renovation of approximately 6,000 SF, of the Existing Library Building.
Additionally there will be finishes replacement, flooring & painting in the remainder of the 15,672 SF
library. The library will remain open and occupy the areas of the building not renovated. The library will
close for a time during the finishes replacement portion of the project. The project shall include but not
limited to metal stud wall framing, gypsum board finishes, flooring, painting, replacement carpet, doors +
hardware, aluminum glass sliding mall front doors, HVAC ductwork modifications, HVAC replacement,
new LED lighting, electrical power, data and communication wiring, and other related work necessary to
complete all work.
Bowling Green Independent Board of Education – Bowling Green High School Phase 4 – Early Site Package
Bowling Green Independent Board of Education – Bowling Green High School Phase 4 – Early Site Package
The Bowling Green Independent Schools Board of Education will receive sealed bids for the bid packages listed
for the Bowling Green High School Addition/Renovation Phase IV.
Work of the project includes removal and disposal of approximately 115 squares of existing asphalt shingle roof system, underlayments, vented nailbase insulation, flashings, gutters and downspouts and replacement with standing seam metal roof system, 100% leak barrier, rigid insulation, gutters, downspouts and associated flashings at the Robert C. Stone Building located at McKinney Skills Drive on the campus of Eastern Kentucky University. The work also installation of fiber cement wall panels over existing EIFS wall systems between the high and low roof areas.
The Floyd County Board of Education will receive proposals from qualified Architect firms for design services. The intended projects are roof replacement or repair on three (3) schools and HVAC replacement on two (2) schools.
CCK-2586-22 Taylor Ed Building – Room# 141 Men’s Restroom Renovation
CCK-2586-22 Taylor Ed Building – Room# 141 Men’s Restroom Renovation
THIS PROJECT RENOVATES EXISTING MEN’S RESTROOM 141. THIS RENOVATION
UPGRADES THE FINISHES, FIXTURES, LIGHTING, HVAC, AND FLOORING WITHIN THE
RESTROOM. AN EXISTING CLOSET WILL BE REMOVED. ADA ACCOMMODATIONS
WILL BE PROVIDED. A NEW DROP CEILING WILL BE INSTALLED.
Murray State University – Expo Center Section B Roof Replacement
Murray State University – Expo Center Section B Roof Replacement
This project consists of the removal and disposal of the existing roof, and installation of the new 46,000 square
foot, center section roofing material.
Roof Repair work on 3 buildings (Edge Wood Expansion Building, Edge Wood Career Center Building & Transportation Tech Bldg.) consisting of cap sheet, flashing and other miscellaneous repairs. A Roof Restoration coating system will also occur at Transportation Tech which includes installation of new gutters and downspouts.
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.