Project consists of overhaul of one existing eight-stop traction elevator. This includes removal and replacement of hall frames and doors, limited replacement of CMU shaft wall, replacement of cab finishes and doors, replacement of elevator controls and controller, replacement of elevator motor. Additionally, project includes painted wayfinding graphics at the elevator core and matching graphics on two stair cores, on all floors. MEP – Provide new 1-ton split system for conditioning of the traction elevator machine room. Provide thermostat, condensate pump, refrigerant piping, insulation, and BMS control per drawings and specifications. Provide new wiring in existing conduit from existing switchgear for new elevator motor. Provide electrical connections to new mechanical equipment. Provide new lighting in the machine room and elevator pit. Provide new smoke detectors and fire alarm pull stations. Provide new security cameras in lobby and in elevator cab.
This project includes demolition of a gas-fired make-up air unit and water source heat pump. One new DOAS (dedicated outside air system) unit will be installed immediately outside the building. All new equipment will be integrated into the existing building automation system.
Erect an 8’ (width) x 44’ (minimum length) elevated modular office/control room in an existing
high-bay laboratory for the University of Kentucky, College of Agriculture. This elevated
office/control room will be constructed inside room 151 of the C.E. Barnhart Building on UK’s
Main Campus.
This project includes the installation of approximately 57,250 sf. Of new roofing on selected decks of buildings 4, 6 and 17 at Bluegrass Station in Lexington, Kentucky. There are no known asbestos materials requiring removal or abatement. Existing modified built-up roofing shall remain except on several decks this shall be removed to deck. Existing wet insulation shall be replaced and has been located and documented. There may be some minor wood deck repair utilizing unit costs. New roofing shall consist of fully adhered 60 mil. Single ply TPO membrane roofing over new mechanically attached cover board. Existing sheet metal flashing will be re-used and supplemented with matching new metal where required. New gutters and downspouts are included. Roofing shall include 20- year no dollar limit warranty. This contractor shall include an allowance indicated for concealed repairs.
The project includes providing all construction supervision, labor, materials, tools, test equipment
necessary for the Wolf Run Trunk Sewers D & E project. The proposed Wolf Run trunk D
will include the replacement and installation of approximately 305 linear feet of 36-inch
diameter sewer, 2,400 linear feet of 30-inch diameter sewer, 120 linear feet of 12-inch
diameter sewer, and appurtenant structures. The proposed Wolf Run Trunk E will include
the replacement and installation of approximately 3,250 linear feet of 27-inch gravity
sewer, 1150 linear feet of 24-inch gravity sewer, 130 linear feet of 18-inch gravity sewer,
200 linear feet of 10-inch gravity sewer, 50 linear feet of 8-inch gravity sewer, and
appurtenant structures.
Estimate:
$ 51,475.00
Estimated Length of Project:
(Substantial Completion) + 40 Calendar Days (Final Completion)
The Mark Riddle Phase II HP AMLRP site is located at 401 Fourmile Road in Boyd County, KY at coordinates N 38° 18′ 49.58″, W 82° 44′ 5.88″. The front foundation of the Riddle home is settling due to poor sub surface conditions. It has caused the walls, particularly in the front of the home to begin cracking on the outside (brick) and inside (drywall); also the front door is slightly out of square which is causing the door not to open and shut properly. Work has been done on/near this site previously by OSM (circa 2008) and AML (circa 2010 & circa 2019).
To abate this problem, a series of 15″ diameter holes will be drilled up to 25 feet deep on an incline to exposes voids beneath the footing at locations depicted and as determine by the ENGINEER. The holes & voids will be filled with non-formed and finished concrete.
Due to the unknown volume of concrete required to fill the void(s), concrete orders will be three cubic yards ordered (one at a time) to eliminate the risk of large overages. Every reasonable effort should be made to use all concrete delivered within this scope of work; however, due to the nature of this effort, some excess concrete (3 cubic yards maximum) may be placed within the construction limits as directed by the ENGINEER.
Formed and finish concrete is setup to repair in kind, any existing concrete disturbed due to normal construction activities.
Earthwork is setup to waste the drill-tailing on site waste area.
Roadway stone and dense grade are setup to create a temporary work platform & access. Filter fabric and bi axial geogrid is setup to place beneath the aggregate to enhance bearing capacity for equipment.
The driveway is not to be disturbed and will not be used for access, except for one area (15-foot width) to cross into the front yard.
Two on site waste areas are setup, and both have been previously disturbed. Residential seeding is setup to revegetate all disturbed areas.
Estill County Water District 1 – Water Systems Improvements Ph 11 – Zone Meter & River Crossing Installation Re-bid
Estill County Water District 1 – Water Systems Improvements Ph 11 – Zone Meter & River Crossing Installation Re-bid
The work to be bid is described as follows:
CONTRACT 371-20-01
Water System Improvements, Phase 11—Installation of 17 zone meters on
existing lines, telemetry upgrades and replacement of 4 stream crossings via directional drilling.
THIS PROJECT WILL BE TO REPLACE EXISTING PACKAGED-RTU HVAC UNITS AT BRJDC. REMOVE EXISTING RTU’S AND INSTALL NEW RTU PACKAGED UNITS, AS INDICATED IN THE DESIGN DRAWINGS. NEW PROGRAMMABLE THERMOSATS FOR ALL NEW AND EXISTINF RTU’S @ BRJDC. SEE DRAWINGS FOR ADDITIONAL INFORMATION. NO ADDITIONAL SQUARE FOOTAGE IS PLANNED. NO WALLS ARE BEING REMOVED OR RELOCATED. THE EXISTING GAS ENTRY IS BEING MODIFIED BECAUSE OF PRESSURE ISSUES AND THIS IS PART OF THE OVERALL WORK SCOPE.
ELECTRICAL & PLUMBING WILL INCLUDE RECONNECTION OF EXISTING GAS & ELECTRICAL TO NEW RTU’S OR INSTALL NEW AS INDICATED IN THE DESIGN DRAWINGS. CARE SHALL BE TAKEN TO NOT DAMAGE ANY ROOF MATERIAL.
THIS BUILDING IS UNDER HIGH SECURITY AT ALL TIMES. CONTRACTORS WORKING IN THESE BUILDINGS MUST ADHERE TO SPECIAL CONDITIONS DESCRIBED IN THE SPECIFICATIONS. RESIDENTS WILL NOT BE PRESENT IN BUILDING DURING THE WORK PERIOD. ALL MATERIALS SHALL BE DELIVERED PRIOR TO START OF WORK TO REDUCE OWNER’S TIME FOR RELOCATION OF RESIDENTS.
City of Somerset – Haley Street and Walnut Street Sanitary Sewer Pump Station Replacements
City of Somerset – Haley Street and Walnut Street Sanitary Sewer Pump Station Replacements
The primary scope of work includes the installation of approximately 1,015 LF of 4-inch force
main, approximately 22 LF of 10-inch gravity sewer, approximately 38 LF of 8-inch gravity
sewer, two (2) sanitary sewer manholes, two (2) duplex pump stations and valve vaults, and
related appurtenances.
The project consists of removal of existing shingle and Modified Bitumen roofing systems, installation of new asphalt shingle and modified bitumen roofing systems over existing building, miscellaneous minor repairs to roof edge condition, and roof edge drainage systems as follows:
1. Remove existing asphalt shingles and underlayment to decking.
2. Remove selected areas of existing gutters, downspouts, and metal roof trim.
3. Remove existing modified bitumen, flashings and insulation to decking
4. Remove selected areas of scuppers, water heads, downspouts and metal roof trim
5. Install new vented composite nail base.
6. Install new underlayment, including ice and water shield.
7. Install new 40-year, asphalt shingles.
8. Install new insulation system, taper as required
9. Install new modified bitumen roof system
10. Install new metal components.
11. Install new prefinished galvanized steel gutters, downspouts, and trim.
12. Install new PVC storm drain below grade and connect to existing downspouts with cast iron boots.
The project is to be a new maintenance garage for the Kentucky Transportation Cabinet, District 8. The building will be an 8,000 square feet pre-engineered metal building with metal wall and roof panels and a thermal insulation/liner system. The structural system consists of a pre-engineered steel frame skeleton with conventional poured in place concrete shallow foundations, piers, grade beams and concrete floor slabs. The building layout consists of a 6,000 sf vehicle area with two vehicle bays, and a 2,000 sf support area containing offices, toilets, shower, break room and storage. Interior partitions will be light gauge steel framing with gypsum board surface and sound batt insulation. Occupied support spaces will have exposed concrete flooring and acoustic panel ceilings. Pedestrian doors will be hollow metal, windows will be aluminum framed with insulating glass. Vehicle doors will be by Owner. Site work consists of excavation and engineered fill for the building pad, minimal sidewalks, and parking and asphalt paving. Site furnishings include signage and flagpole. Water service shall be from municipal system, sanitary will gravity flow to municipal system. The building will utilize natural gas for heat. HVAC for occupied support spaces will be a packaged horizontal HVAC unit. Vehicle bays will be heated with gas unit heaters and ventilated with exhaust fans. Electrical work includes a 120/240V power distribution system and LED lighting. Communications systems will include telephone and data wiring and devices.
The work to be performed includes the replacement of the concrete pool deck, pool filtration equipment and associated pool tank repairs in efforts to reopen the facility, as outlined within the bidding documents. Refer to the drawings and specification for full scope of work.
Construction Contract 1:
All work associated with the new 3rd floor addition including:
Extending Elevator to new 3rd floor Lobby
Extending stairs to new 3rd floor lobby
New 3rd floor Lobby, Toilet rooms, Storage Area
Repair of existing roof at new 3rd floor
All plumbing and electrical work for this area of work shall be included.
Construction Contract 2:
All Work on the 3rd floor inside the footprint of the existing building; including opening to new 3rd
floor Lobby.
Contract shall include demolition, electrical and plumbing work associated with this area.
All HVAC work in existing 3rd floor Existing and Addition shall be included in this contract.
Harrison County Board of Education – Harrison County Middle School Football Field Improvements
Harrison County Board of Education – Harrison County Middle School Football Field Improvements
The project site is located at Harrison County High School, 320 Webster Ave, Cynthiana, KY 41031.
The bid is to furnish all necessary labor, materials, tools, machinery, warranties, and all other items
required to meet the new work per plans and specifications. Work to include, but not limited to:
Earthwork, Exterior Concrete, Masonry walls, and Lighting.
Be Advised that the Bid Opening Date has been changed to January 28, 2021
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of SWPS Influent Gate Seals Replacement Project Contract No. 2021-011, Budget ID No. F21153, Drawing Record No. 2021-11, Sheet No. 1-6, will be received at the office of MSD until 10:00, Local Time, January 21, 2021, and will be publicly opened and read at that place and time. The public may attend the bid opening via Microsoft Teams
Call in No. (502) 654-8113
Conference ID 251 296 755#.
Description and location of Project: The project is located at the Southwestern Pump Station and and consists of improvements to the to the East and West Influent Gate seals to be performed individually. These repairs include: isolation of the first gate via the installation of two MSD-provided stop planks, bypass pumping to manage water leaking passed the stop planks, removal of the existing gate seal, installation of a new MSD-provided gate seal, and forming and pouring a new reinforced concrete invert upstream of the gate. Upon completion of the installation of the seal and invert on the first gate, the first gate gate shall be returned to service and the second gate be repaired in the same manner. All work shall be done in accordance to MSD’s Standard Specifications.
There will be a mandatory pre-bid meeting held for this project. January 7, 2021 10:00 am local time, at the SWPS located at 4010 Bells Lane Louisville, KY 40211.
The Engineer’s Construction Cost Estimate for this project is between $ 30,000.00 and $ 150,000.00.
The bid documents will be available on December 23, 2020, 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 Steven Leong. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Steven Leong E-mail: steven.leong@louisvillemsd.org. Questions received less than five 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, David 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 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 https://louisvillemsd.org/SupplierDiversity/forms
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Steven Leong
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 selected as applicable above, 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.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: Applicable
This MSD construction project is bid and advertised as:
Construction Services: YES Construction-related Services: NO
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.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
Estimate:
$212,989.00
Estimated Length of Project:
(Substantial Completion) + May 31, 2021 (Final Completion)
The Division of Abandoned Mine Lands wishes to receive bids to perform reclamation work on approximately 20.3 acres of mine land in Bell County, Kentucky. The work will consist of earthwork, gradework, structure removal, tree planting and revegetation of 1 bond forfeiture permit. The project is located at 36° 55′ 23.64”; 83° 32′ 20.21″
Estimate:
$87,985.00
Estimated Length of Project:
(Substantial Completion) + 45 Calendar Days (Final Completion)
There is an existing slide below the home that has taken out the Wilson Road (currently closed to through traffic) and is threatening the residential structure; this project focuses on protecting the home from damage and/or collapse in the meantime. A larger project is planned when funding becomes available to fix the slide and repair/open the road.The project consists of installing Rail steel to prevent a scarp line from undercutting an existing residential structure.
A deep seated subdrain is setup to collect sub surface water that will aid in stability in and around the home.
A Class II ditch is setup to handle surface water coming from the Rose site, onto the Isacca property.
An 18″ HDPE pipe is setup to 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 rail steel to provide additional stability at the house seat level.
Earthwork is setup to grade disturbed area near the end of reclamation activates. This include filling in the existing silt pond and other areas to provide for proper drainage.
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 1st and October 31st, except for in the slide and transition zone.
Any permits deemed necessary will be obtained prior to reclamation activities.
Directions:
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 north-easterly 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
McCreary County Water District – Marsh Creek Road Waterline Replacement
McCreary County Water District – Marsh Creek Road Waterline Replacement
The project will include the installation of 23,825 LF of 6-inch DI waterline, 7,095 LF of 6-inch PVC waterline, approximately 150 total LF of 2-inch HDPE and PVC waterline, 1,597 LF of ¾-inch HDPE waterline, 572 LF of 1-inch HDPE Casing Pipe (directional bore), 75 LF of 4-inch HDPE casing pipe (directional bore), 160 LF of 12-inch steel casing pipe (bore and jack), 100 LF of 8-inch HDPE waterline for creek crossing (directional bore), 14 fire hydrant assembles, and related appurtenances.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the Jacob School Road Drainage Improvement Project Contract No. 2021-014, Budget ID No. C21152, will be received at the office of MSD until 10:00 a.m., Local Time, January 14, 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 includes a 4’x6′ box culvert installation under River Road, and a 3’x5′ box culvert installation under Jacob School Road in Metro Council District 16. 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, December 21, 2020, 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 564212056#.
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 will relocate medical facility operations to an approximately 34 acre, previously undeveloped parcel of
land which will accommodate the design and construction of a new 104 bed hospital, new structured parking for
approximately 2,600 cars, associated campus infrastructure including underground utilities, a new central utility
plant, a new laundry facility, roadways, sidewalks, perimeter fencing, landscaping, and other site improvements.