Construction of approximately 1,268’ of 24” gravity sewer, 5 manholes, diversion dam
work, jetting/cleaning approximately 1,080’ of sewer line, and repair a diversion
structure
City of Shepherdsville – Blue Lick School Pump Station Upgrade
City of Shepherdsville – Blue Lick School Pump Station Upgrade
The Project includes the following Work:
Demolition of existing electrical and pump station components and installation and testing of
new electrical components, 25 HP submersible pumps, guide rails, lifting chains, brackets, pump
station riser piping, mounting plates, and associated mechanical and electrical accessories, as
shown on the contract drawings. Work will also include by-pass pumping; pump start up and site
restoration.
Letcher County Fiscal Court – Cooling Tower Replacement and Controls Upgrade
Letcher County Fiscal Court – Cooling Tower Replacement and Controls Upgrade
This project will consist of replacement of the existing HVAC Cooling Tower and upgrade of the existing
Direct Digital Controls System at the Letcher County Courthouse. Generally, the replacement/upgrade
consists of work related to mechanical, testing and balancing, temperature controls and electrical.
Shelbyville Municipal Water and Sewer Commission – Pearce Industrial Tank Painting & Improvements
Shelbyville Municipal Water and Sewer Commission – Pearce Industrial Tank Painting & Improvements
The scope includes work on a 500,000 gallon elevated toroellipse water storage tank located at 366 Pearce
Industrial Road in Shelbyville, KY:
• Exterior – Abrasive blast clean and paint with containment.
• Wet Interior – Abrasive blast clean and paint.
• Pit Piping – Abrasive blast clean and paint.
• Foundation – Abrasive blast clean and paint.
• Repairs
o Install catch basin
o Overflow discharge modification
o Install riser manway
o Replace the riser manway gasket
o Replace the wet interior roof hatch
o Install a riser grate
o Install a midrail on the riser handrail
o Install deflector bars on the fill/draw pipe
o Fall prevention harness and glides
o Replace the exterior leg ladder
o Replace the wet interior ladder
o Install a roof/sidewall platform
o Replace vent with a frost-free roof vent
o Install roof handrail and painter’s railing
o Relocate antennas to the roof handrail
o Weld roof patch plate
o Install bowl rigging couplings
o Drill holes in the balcony
• Install static mixing system in tank interior.
• Site work as necessary to complete the work including removal and reinstallation of perimeter fence.
The project consists of the renovation of approximately 2,200 square feet of existing space
located on the second floor of KRADD’s office building located at 941 North Main Street,
Hazard, Kentucky. The existing space will be converted from office space into a conference
space and consists of wood stud framed walls and concrete slab floor. Renovation will include
demolition of interior walls, relocation of current bathrooms, and kitchen; as well as, relocation
of mechanical and electrical systems.
A. Bluegrass-Oakwood is an Intermediate Care Facility supporting individuals with intellectual and developmental disabilities. Construction at this site must be performed in a manner that protects the existing staff and clients from risks that are inherent to construction operations.
B. Work of the Project includes:
1. Full tear off and legal disposal of existing asphalt shingles, plywood and insulation at Cottages 101, 106, 107 & 113
2. Installation of new nailable base, vented roof insulation panels, asphalt shingles and associated sheet metal flashing and trim.
3. The work also includes raising the height of existing plumbing stacks to conform to the Kentucky Plumbing Code.
City of New Albany – Basin #13 Lift Station Conversion
City of New Albany – Basin #13 Lift Station Conversion
The Work of the Project consists of converting an existing temporary wet weather wastewater lift
station into a permanent facility. This work will include furnishing and installing: Submersible pumps
into an existing 6-foot diameter precast manhole converted into a wet well; a new 6-foot diameter
precast valve vault; 6-inch ductile iron piping, check valves and plug valves in the wet well and valve
vault; connection of the new ductile iron pipe to an existing 6-inch PVC force main; electrical and
controls equipment; a water service line; and miscellaneous site work and restoration.
Lincoln County Sanitation District Phase 2 – Contract 2
Lincoln County Sanitation District Phase 2 – Contract 2
Project consists of: Phase Two Contract 2 (East Moreland)
25,937 feet of 8-inch gravity sewer, 1,601 feet of 2-inch force mains, and one Grinder pump station.
Lincoln County Sanitation District Phase 2 – Contract 1
Lincoln County Sanitation District Phase 2 – Contract 1
Project consists of:
Phase Two Contract 1 (Moreland)
2,817 feet of 12-inch, 20,564 feet of 8-inch gravity sewer, one
Sewer pumping station, and 4,935 feet of 6-inch force mains.
Buildings and Roof Areas: 3A (Alternate No. 1)/ 3B/ 3C/ 3D/ 3E (Alternate No. 2) Remove: Existing membrane roofing system, including insulation, down to existing, sloped concrete decks. Existing razor wire. Install: New 2-layers of 2.2″ insulation and 1/2″ cover board to produce an R-25 roofing system. New crickets at drainage with 1/2″ per foot slope. New 2-ply SBS roofing membrane with foil faced flashings. New 24 gage prefinished metal copings, metal counter flashings and edge metals. New roof drain inserts. New razor wire.
This project generally consists of fire alarm system replacement for the Main Lodge, Lodge Rooms, Administration Building, Convention Center, Fitness Center, and the Little River Lodge. The work consists of the following: removal of existing systems, installation of addressable fire alarm/voice evacuation/mass notification system (MNS), integrating the various buildings into a single system that communicates via new outside plant fiber (installed by others), installation of central control panel (located in Administration Building) with callout to a central station monitoring company, finishes patching, and clean-up. The trades involved include but not limited to the following: demolition, electrical, fire alarm, and finishes patching.
Housing Authority of Williamsburg – Cumberland Structural
Housing Authority of Williamsburg – Cumberland Structural
DESCRIPTION OF WORK
The work to be performed consists of:
a. Repairs to existing concrete walking areas, hollow-core planks and beams
b. Replacement of existing metal C channel and stairs, stringers, hand and guard rails
c. Tuckpointing and architectural CMU screen wall repair and replacement
d. Modifications to existing exterior condensate lines
e. Repainting of existing storefront door/widow frames
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the Ireland Drive Drainage Improvement ProjectContract No. 2021-017, Budget ID No. C21163, will be received at the office of MSD until 10:00 a.m., Local Time, March 9, 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 included 12″ to 18″ pipe installation with 18″ to 24″ catch basin installation. Also included is a one foot “V” paved ditch installation with asphalt overlay and driveway apron replacement. 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, February 22, 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 204517520#.
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
The project consists of removal of existing roof systems, installation of new roofing systems over existing buildings, miscellaneous minor repairs to roof edge condition and roof edge drainage systems, installation of wood siding panels & masonry repairs as follows:
1. Shingle Roof (‘A’):
a. Tear-off to plank deck.
b. Install new vented nail base.
c. Install new ice & water shield.
d. Install new pre-finished drip edge, edge metals and step flashings.
e. Install new 40-year asphalt shingles.
f. Install new pre-finished peak flashing.
g. Install new pre-finished gutters and downspouts.
2. Canopy Shingle Roof (‘B’):
a. Tear-off to plank deck.
b. Install new underlayment and perimeter ice & water shield.
c. Install new pre-finished drip edge, edge metals and step flashings.
d. Install new 40-year asphalt shingles.
e. Install new pre-finished peak flashing.
f. Install new pre-finished gutters and downspouts.
g. Install new pre-finished chimney caps.
3. Siding Over Roof Area ‘B’:
a. Remove existing siding down to insulation.
b. Install new fiber cement siding.
c. Install new 1×4 corner/ transition trim.
d. Prime and Paint new siding and trim.
4. Chimney Masonry Repairs:
a. Power-wash exposed masonry
b. Replace 100 damaged brick units
c. 100% Repoint
d. Clean & apply 2-coats of water repellent.
CITB-88-2021 Keen Johnson Building – Lower Level Renovation
CITB-88-2021 Keen Johnson Building – Lower Level Renovation
This invitation to bid (ITB) is for the renovation of the lower level of Eastern Kentucky University’s Keen Johnson
Building located on EKU’s Richmond, KY campus as specified in the following ITB solicitation. The work includes
furnishing all labor, materials, equipment and services necessary to complete the project as indicated throughout the
attached specifications and drawings, and including any and all future addenda. More specifically, the work includes
finishes, reception areas, offices, work areas, restrooms, storage areas, etc. as required for use by the EKU
Departments of IT and Printing Services.
The work of this project consists of:
a. Removal of existing detention hollow metal doors and frames.
b. Provide and install new detention hollow metal doors, frames and hardware.
c. Modify existing exterior stair at door 912.
d. Demolish and provide new exterior stair at west side of building 9.
Town of Sellersburg – Airport Lift Station Rehabilitation
Town of Sellersburg – Airport Lift Station Rehabilitation
The project generally consists of:
The demolition of the existing dry pit portion of the Airport Lift Station; the installation of a new
submersible lift station, valve vault, and associated valves and controls; the installation of two (2)
new manhole structures and the rehabilitation of one (1) existing manhole; the removal and
disposal of an existing precast concrete septic tank structure; the installation of ~235 linear feet of
8” gravity sewer; and the necessary bypass pumping associated with items listed above.
Project consists of furnishing all labor, materials and equipment and performing all work
necessary for the Lightning Project at the Gene Snyder Airport
WKU-10277 / Demolish Former Foundation Building at 1480 Colonnade Drive
WKU-10277 / Demolish Former Foundation Building at 1480 Colonnade Drive
You are invited to bid on the demolition of removal of the College Heights Foundation building located on the main campus of Western Kentucky University at 1480 Colonnade Drive. The building should be removed in its entirety including footers/foundations and existing underground utility piping. The 2 ½ story building was originally built in 1969 consisting of total gross square feet 4853.
WKU-10276 / WKU Commons at Helm Library Branding and Signage Package
WKU-10276 / WKU Commons at Helm Library Branding and Signage Package
You are invited to bid on the WKU Commons at Helm Library Branding and Signage Package. WKU is currently under contract with A&K Construction for the complete renovation of Helm Library. The construction project consists of the
renovation of the entire three-story, 85,000 sf Helm Library building: Demolition,
new construction, all new mechanical, electrical, plumbing, fire protection
systems, and fire alarm systems. Upgrades include all new doors, windows,
curtain wall, new finishes, casework, and millwork. Extensive exterior
improvements are also planned. The vender is to furnish and install the branding as listed in the bid documents.