The work consists of iInstallling approximately 322 lf of new heavy duty (HD) security fence. The new fence design consists of but not limited to: a continuous ten (10) foot tall, security chain link fence with a continuous bottom rail, intermediate rail and top rail. The top of the fence shall have an additional two (2) foot tall “Y” strut support system for one (1) roll of twenty four (24) inch diameter continuous stainless steel razor ribbon wire supported by barbed wire and stainless steel hog rings. The foundation for the corner and intermediate fence posts shall be drilled concrete piers. Also, a continuous concrete rat wall shall be designed in between the piers. All mesh fabric shall be embedded into the rat wall. One (1) 4’-0″ personnel & one (1) 21′-0″ (net clear) sliding cantilever vehicular gate shall be incorporated into the design.
The project involves site preparation and the construction of a single-story, 1028 square-foot pole barn building consisting of a slab-on-grade, structural wood framing with metal siding at the KCTCS Hazard Campus. The proposed site is located near the corner of Jefferson Avenue and College Avenue, and at the north end of an existing asphalt parking lot. The approximate latitude and longitude of the proposed site is 37°33’16″ N and 83°22’57″ W, respectively. Site preparation for the proposed building will involve the demolition of approximately 1,370 square feet of existing asphalt paved parking lot, minor embankment construction to support the slab-on-grade structure, and the installation of approximately 42-feet of polymer concrete trench drain, polymer concrete catch basin, and 30-feet of outlet piping. The 36’ 5-1/2″ by 28’-2″ pole barn structure will be supported on 24-inch diameter concrete piers and will include three overhead doors and one man-door.
City of New Albany – Daisy Lane Widening for Westbound Left Turn Lane at State Street Intersection & State Street Signing
City of New Albany – Daisy Lane Widening for Westbound Left Turn Lane at State Street Intersection & State Street Signing
This project consists of the widening of an approximately 342 feet long segment of West
Daisy Lane that includes surface milling, HMA resurfacing, roadway widening, concrete curb
and gutter, concrete sidewalk, concrete curb ramps, traffic signal modernization,
thermoplastic pavement markings, and all other items shown on the plans and mentioned in
the specifications for a complete project.
Marion County Fiscal Court – Mill Dam Road Slide Repairs
Marion County Fiscal Court – Mill Dam Road Slide Repairs
The scope of the work is for the slide repairs of Mill Dam Road in Marion County,
KY. This work includes roadway excavation, rock fill, and traffic bound base for 2
sites on Mill Dam Road.
CCK-2548-21 Window Replacement – Peterson Service Building
CCK-2548-21 Window Replacement – Peterson Service Building
This project has been canceled
REPLACEMENT WINDOW PROJECT FOR THE PETERSON SESRVICE BUILDING. PROJECT
INCLUDES THE SOUTH AND WEST ELEVATIONS AND TWO ADD ALTERNATES FOR EACH THE
EAST AND THE NORTH ELEVATIONS.
The City of Versailles (“Versailles” or “the City”) is accepting
proposals (“Proposals”) to enter into a public-private partnership
(“P3”) agreement (“P3 Agreement”) to revitalize the downtown
Versailles experience (the “Project”). The scope of the Project
includes the following components: (1) refurbish a historic building
from a police station into a restaurant and bar, tourism center, and
office space, (2) building an outdoor performance venue and event
space, (3) building a water feature that incorporates the site’s
bourbon history, (4) connecting the Project Site with downtown
Versailles, Big Spring Park, and the surrounding neighborhoods,
(5) improving the downtown infrastructure, and (6) any other
innovative ideas for revitalizing downtown Versailles with a tourism
and community focus.
The City is accepting multiple types of Proposals, to include (a)
Designing and Building the Project components (“Design-Build
Proposals”), (b) Financing the Project (“Financing Proposals”), (c)
Operating any or all of the components (“Operations Proposals”),
and (d) Maintaining any or all of the components (“Maintenance
Proposals”). Respondents (“Respondents” or “Private Partners”)
may submit multiple types of Proposals and alternative Proposals.
Frankfort Independent Board of Education – F.D. Wilkinson Gymnasium Sound System
Frankfort Independent Board of Education – F.D. Wilkinson Gymnasium Sound System
Project consists of furnishing all labor and materials to
complete the SOUND SYSTEM PACKAGE (ONLY) for the F. D. WILKINSON GYMNASIUM
RENOVATIONS AND REPAIRS located at 315 EWING STREET, FRANKFORT, KY 40601
This project consists of the replacement of the Nurse Call, Access Control and Patient Monitoring System at the Western Kentucky KDVA facilities within the State. The contractor will be responsible for the demolition of the existing systems within the facilities. The contractor will be responsible for providing a complete and operable system for the facilities including but not limited to new raceways, low voltage conductors and 120V power circuits.
Door hardware modifications will be made at each facility to facilitate the installation of new Access Control Devices and new doors and hardware in the maintenance area. Patching and painting of wall will be required in areas of the building where new devices are added or existing devices are removed and not replaced. Owner training will be provided during construction and at the completion of the construction based on phasing and completion of the individual phases.
The project is (1) new 2,160 square foot maintenance shed for maintenance and equipment storage located in Harlan County. The construction is a wood pole barn style with metal siding.
Estimate:
$283,850.00
Estimated Length of Project:
(Substantial Completion) + 90 Calendar Days (Final Completion)
The project consists of a slide that has undercut 400 linear feet of rail line that is part of the Big South Fork Scenic Railway; this section of track is currently unusable and has negatively affected the rail way tour operated by the McCreary County Heritage Foundation Inc. This slide is located in McCreary County, approximately 3.7 miles southwest of the community of Stearns KY. The coordinates to the slide area are 36°40’53.00″ N 84°32’22.56″W.
Existing Track & Rail and Ballast will be removed to facilitate rail steel installation. Slide abatement as planned, calls for installation of Rail Steel 130 LB/YD. Two rows, 3 foot on center for each row. Silt fence will installed for silt control. No. 4 Stone Ballast shall be supplied, and installed up to approximately 5-inch lift. Revegetation is setup to revegetate all disturbed area.
Spencer County Fiscal Court – East River Road Bridge Replacement
Spencer County Fiscal Court – East River Road Bridge Replacement
The scope of the work is for the replacement of 1 bridge on East River Road in
Spencer County, KY. This work includes the demolition of an existing bridge,
construction of a roadway diversion, relocation of an existing temporary bridge,
construction of a 70’ Long x 16’ Wide concrete box beam bridge, and roadway
construction.
CCK-2545-21 Elevator Modernization – Peterson Service Building
CCK-2545-21 Elevator Modernization – Peterson Service Building
Modernization of all elevator systems in the Peterson Service Building. This project will include all of the
associated construction craft trades as required for complete modernization of the current elevator systems.
Southern Ohio Medical Center – Vanceburg Medical Office Building
Southern Ohio Medical Center – Vanceburg Medical Office Building
The SOMC Vanceburg MOB project will be bid and constructed utilizing the Construction Management as
Constructor form of construction contract delivery. Trace Creek Construction will be the Construction
Manager for the project under direct contract with Southern Ohio Medical Center. The project is generally
described as approximately 24,250 sq. ft. single story facility, with a mechanical penthouse. The project is
inclusive of a family practice, rehabilitation, small retail pharmacy, lab draw area, imaging and shell space
for internal future expansion. The project is to be completed in 480 calendar days.
SPEDA – Agricultural Expo Center Request for Information
SPEDA – Agricultural Expo Center Request for Information
The Somerset-Pulaski Economic Development Authority (SPEDA) is issuing this Request for Information (RFI) to solicit creative responses from innovative and capable teams on how to best utilize 50 acres in Pulaski County to improve the quality of life of residents and promote economic development as a public-private partnership (P3). Because agriculture is a major industry and part of SPEDA’s economic development efforts, SPEDA is looking for ideas for this Project, which could potentially include designing, building, operating, financing, and/or maintaining an agricultural exposition center (Ag Expo Center) to host events and a recreational vehicle (RV) park, or alternative ideas that meet SPEDA’s objectives.
City of LaGrange – Springs Park – Phase 1 Site Improvements
City of LaGrange – Springs Park – Phase 1 Site Improvements
The Work includes but is not limited to the demolition of an existing parking area, construction of a new
Market Pavilion, Restroom Building, Shade Structures, Sprayground, Playground, walkways,
landscaping, site amenities, and improvements.
CCK-2546-21 Delta Gamma House – BP#1 – Early Demolition and Abatement
CCK-2546-21 Delta Gamma House – BP#1 – Early Demolition and Abatement
The scope of work shall include all work indicated in the Work Category Description EARLY
DEMOLITION & ABATEMENT, and Division 01 General Requirements and Division 02
Existing Conditions.
The following items represent specific inclusions in this Contract EARLY DEMOLITION &
ABATEMENT. They are provided as a guide to aid in the assignment of work and in no way
should be construed as being all inclusive. All work described or indicated in the respective
specification sections or divisions listed above, and on the drawings, shall be included,
unless specifically noted otherwise:
TRADE PACKAGE 1: EARLY DEMOLITION & ABATEMENT
1. This subcontractor is responsible for all layout/surveying associated with this work.
2. This subcontractor is responsible for all cleanup associated with this work.
3. This subcontractor is responsible for coordination with all other subs on this project
as it relates to this scope of work.
4. This subcontractor is responsible for all permits, fees, and inspections associated
with this work.
5. This subcontractor is responsible for providing as much dumpster yardage as
necessary for this work.
6. This subcontractor is responsible for providing and maintaining temporary toilets
and hand washing stations throughout the course of this work.
7. This subcontractor is responsible for providing any signage needed on the project.
8. This subcontractor is responsible for the final cleaning on the project upon the
completion of this work.
9. This subcontractor is responsible for the temporary fence and tree protection as
shown on the logistics plan for the duration of this work.
10. This subcontractor is responsible for all demo on the project.
11. This subcontractor is responsible for any temporary enclosures or safety barricades
needed throughout this work. This work will also include keeping window and door
openings enclosed throughout the duration of this work.
12. There is only one bid package. This subcontractor is responsible for all work
associated with the contract drawings and specifications, NO EXCEPTIONS.
– Demolish and remove 1130 SY Asphalt Pavement.
– Demolish and Remove 470 SY Concrete Pavement.
– Install approximately 220 CY of Reinforced Concrete Pavement.
– Seed/Straw approximately 375 SY.
– Time allowed for completion of the Project is 20 consecutive calendar days.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the Hawthorne Ave Drainage Improvement ProjectContract No. 2021-023, Budget ID No. D20033, will be received at the office of MSD until 10:00 a.m., Local Time, June 3, 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: Install a new drainage system along both sides of Hawthorne Ave from 2305 to 2309, in Metro Council District 8. 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, May 14, 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 Barry Pickett at Barry.Pickett@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, Barry Pickett at Barry.Pickett@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 810369475#.
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