Hazard Independent Schools – High School Football Field Turf & Lighting Replacement / BP #1 – Field Turf
Hazard Independent Schools – High School Football Field Turf & Lighting Replacement / BP #1 – Field Turf
Project consists of furnishing all labor, materials, equipment and services for the
Hazard High School Football Field Turf and Lighting Replacement, Bid Package #1 –
Field Turf.
City of Simpsonville – 2020 Sewer System Improvements
City of Simpsonville – 2020 Sewer System Improvements
The project consists of approximately 4,350 L.F. of 18” PVC
gravity sewer, 3,700 L.F. of 12” PVC and PE forcemain, sixteen (16) 4’ diameter
manholes, one lift station with screening system and all necessary
appurtenances.
The engineer’s estimate for the total base bid is $1,400,000.
Bullock Pen Water District – Verona Tank Rehabilitation
Bullock Pen Water District – Verona Tank Rehabilitation
The work to be bid upon is described as follows:
• Construction shall consist of abrasive blast and painting an epoxy coating system of all interior
surfaces, caulk all seams above water line, repair float system, abrasive blast and painting an
epoxy/urethane coating system to all exterior surfaces, replace roof vent with screen and other
necessary items.
The Bernheim Intereptor project consists of the construction of 150 L.F of 12” sewer, 1,952
L.F. of 15” sewer, 3,581 L.F. of 21” sewer, 53 L.F. of 24” sewer, 21 manholes, 556 L.F. of bore
and jack 21” sewer and other appurtenances.
Description and location of Project: This project includes 15-inch and 12-inch pipe installation on along Norfolk Drive in Metro Council District 2. All work shall be done in accordance to MSD’s Standard Specifications.
Be Advised that the Bid Opening Date has been changed to October 6, 2020
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of the MFWQTC Chiller Replacement, Contract No. 16093, Budget ID No. D15024, Drawing Record No. 16093, Sheet No. 1-10, will be received at the office of MSD until 3:00 p.m., Local Time, Tuesday, October 6, 2020, and will be publicly opened and read at that place and time.
Description and location of Project: The principal features of the work to be performed under this contract include, but are not limited to the following:
The Contractor shall provide a complete system of mechanical equipment, piping, ductwork, and controls to accomplish the addition of a new chiller as shown on the plans and described in the Specifications, including all provisions of Section 230100. Provide and install a new 213 ton screw type chiller with new piping to connect new chiller with variable frequency drive into existing chilled water system. Existing chiller shall remain in place and be used so that there is 100% backup. Furnish and install new DDC control for existing and new chiller to operate in lead/lag start/stop. Furnish and install new refrigerant monitoring system with new exhaust fan and louver to detect any refrigerant leaks from existing and/or new chiller. All labor, materials, apparatus, tools and appliances essential to the complete functioning of systems described and/or indicated herein, or which may be reasonably implied as essential, whether mentioned in the Contract Documents or not, shall be provided by the Contractor. In case of doubt as to the work intended, or in the event of need for explanation thereof, the Contractor shall call upon the Engineer for supplemental instructions. All work shall be done in accordance to MSD’s Standard Specifications.
There will be a Mandatory pre-bid meeting held for this project. The Pre-Bid Meeting will be held at the Morris Forman Water Quality Treatment Center Administration Building on Friday, August 28, 2020 at 9:00 a.m. The address is 4522 Algonquin Parkway. All visitors will be required to furnish their own PPE to visit the site. Face masks must also be worn during the site visit.
The Engineer’s Construction Cost Estimate for this project is between $ 200,000.00 and $ 800,000.00.
The bid documents will be available on August 6, 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 Julie Potempa. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Julie Potempa E-mail: julie.potempa@louisvillemsd.org. Questions received less than two 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:
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 http://louisvillemsd.org/SupplierDiversity/forms.
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Julie Potempa – julie.potempa@louisvillemsd.org.
MSD SUPPLIER DIVERSITY PROGRAM:
The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program), effective June 1, 2020, for this project is 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.
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 construction documents add new lighting to an existing parking lot. New lighting consists of LED heads mounted on poles. New lighting to include new wiring and new conduit installed underground and into the existing building’s electrical panel.
The project is (1) new 1,905 square foot maintenance shed for maintenance and equipment storage located in Robertson County. The construction is a wood pole barn style with metal siding.
Eastern Kentucky University is seeking a professional, qualified, and certified supplier to provide upkeep on
trees across the University’s campus and outlying property. The University has over 1,000 tress that require
continuous upkeep to ensure their beauty and no disruption to services on campus or the surrounding
community.Through this Invitation to Bid, the University is seeking to develop at Trade Service Agreement to
award a supplier(s) a contract for tree trimming and removal services that will be utilized on an on-call basis
when the need arises. Note: emergency services may be required if/when life safety is involved.
It is the University’s intent to award multiple contracts from this Invitation to Bid, although it reserves the right
to award a single contract, or no contracts. Award contract(s) will be non-exclusive. The University cannot
estimate and specifically does not guarantee the Successful Offeror(s) of these services any particular number of
orders or calls as this is an on-demand service. The Successful Offeror(s) of this bid will be required to fulfill all
requirements of the contract regardless of the number of orders or calls.
The work to be performed consists of:
1. Removal of existing canopy porches.
2. Construction of new wood frame canopy porches with new metal roofing.
Work includes providing all items, articles, materials, operations or methods herein listed, mentioned
or scheduled on the Project Documents and / or herein, including all labor, materials, equipment, services and
incidentals as necessary for their completion.
20-97 / B.E. Payne WTP Chlorine Dioxide Generation System
20-97 / B.E. Payne WTP Chlorine Dioxide Generation System
Louisville Water Company is requesting Bids for providing all labor, rigging, tools, equipment, and materials to install new chlorine
dioxide generation system, including pumps, generator, storage tanks, masonry and louvered building enclosures, associated electrical
and controls, raw materials, piping, safety provisions, pavements, and restoration of site. Furnish and install all items and accessories
for a complete project.
New PVC roofing membrane & “flute filler” rigid insulation installed over existing metal panel roof system. Clean roof surface, loose lay rigid Isocyanurate insulation between roof panel ribs, loose lay cover board insulation over entire roof and mechanically fasten both layers of insulation to existing metal roof structure. Mechanically fasten .060 PVC membrane roof over insulation. Install all PVC flashings and metal components to complete the installation.
CONTACT 559-15-02
The construction of approximately 3,160 linear feet of new and replacement
concrete sidewalk (4 feet wide) and standard curb and gutter along KY 2491.
Eastern Kentucky University is seeking a professional, qualified contractor to replace several key security doors
around Telford Hall and the connecting Telford Hall Mechanical Room. The University is seeking to replace the
following doors:
• Four (4) single doors and frames
• Seven (7) double doors and frames (S1, S2, SL-2-1, SM1, VENTED, SM2, D1, D2, D3, DM1, DM2,
DM3, and DM4 VENTED).
• Refer to drawings as part of this bid to see these doors and their current locations at Telford
Hall and the adjacent mechanical room.
Work will include the removal of the above doors, frames, wood, and all hardware and its disposal. Finish work
will include installation of all new doors, frames, and hardware, with flush solid grout inside frames.
Doors<must consist of the following material:
• Steel Frame, 16ga with welded galvanized frame, primered.
• Steel Door, 18ga, 1-3/4″ Galvanized, primered.
• Hinge, 4.5 x 4.5 ball bearing.
• LCN 4040xp closer with regular arm only.
• Best Lock 9K Cylindrical.
• Von Durpin panic bar, 99 or 98 rim device, no external trim.
• LCN removable Mull on double doors.
• 8″ Kick Plates on push side, stainless steel material.
• Weather stripping.
All thresholds must be aluminum, and ADA compliant.
Men and women bathroom renovations to meet current accessibility code. Replace the
general electrical, ceiling tile, grid, lighting, and mechanical grilles. Replace plumbing
fixtures, toilet partitions, toilet accessories and finishes.
Estimate:
$2,392,322.00
Estimated Length of Project:
March 1, 2021 (Substantial Completion) + April 1, 2021 (Final Completion)
The Kentucky Exposition Center is located at 937 Phillips Lane, Louisville, Kentucky, just north of I-264 and just west of I-65. The Expo Center currently utilized five (5) vehicular gates to enter the property. This project, as currently constructed, is to design new vehicular entry gates and immediate site modifications for Gate 6 (on KFEC Gate 6 Drive). In general, the new vehicular gate entry will receive new lane modifications, employee toll booths (4 total, with one being ADA accessible), toll booth canopy with integrated digital technology, and a new auxiliary building that will host a break room; including a countertop space, restroom, and electrical/IT space. Plans will be required to be reviewed by the Kentucky Department of Housing, Buildings, and Construction, Division of Building Code Enforcement. The design will be regulated by the Kentucky Building Code (The KBC includes IBC 2015 with certain modifications). Building Code and Energy Code are as follows: 2018 Kentucky Building Code (IBC 2015) / ASHRAE 90.1-2010.
Estimate:
$186,005.00
Estimated Length of Project:
(Substantial Completion) + 90 Calendar Days (Final Completion)
The proposed project (approximately 3.5 acres total, 2.5 acres site; 1.0 acres waste area) consists of stripping a slide to rock reclamation in Pike County. The project area is located on the United States Geological Survey (USGS) 7.5’ South Williamson quadrangle (see the attached project and site maps).
The project consists of stripping a slide to rock to abate the slide that is negatively effecting the Goble and Preece properties. From downtown South Williamson, drive west on KY 292 for approximately 7.7 miles. When reaching an intersection with KY 468, go straight on KY 468 (aka North Big Creek Road) for approximately 1.1 miles, the site on the left, at coordinates 37°43’43.94″N 82°20’31.37″W
From the site, travel north for approximately 1.1 miles, until reaching an intersection the KY 292. Go straight at the intersection and travel approximately 6.2 miles until reaching an intersection with KY 612, turn right. Travel south for approximately 1.8 miles until reaching Money Branch. Turn Left, travel approximately 0.3 miles until reaching the waste area (pit.) The waste area is located at coordinates 37°39’6.12″N, 82°18’3.92″W
Reclamation work consists of Earthwork, stripping the slide to rock with a transition zone. The excavated material will be securely transported to an off-site waste area. All excavated material will be end dumped and graded into the waste area (pit). This previously disturbed pit was created by a deep mining operation. A temporary debris barrier wall is included to protect the Goble residence during earthwork activities.
Class II/III Backfill included to be placed as directed as an erosion control and stability material. Subdrains are to be installed to prevent mine drainage from saturation the homes. Hoe Ram is setup to construct subdrains, installed 8″ HDPE pipe and to break large boulders encountered during earthwork efforts. Erosion Control Blanket – ECB is setup to install on transition zone to allow for revegetation and prevent erosion in these areas. Silt Barrier – Bales & Fence is included to be installed as road level to control sediment. A portal closure is included to close an existing mine opening (it was closed under a previous AML project, but has re-opened)
A sediment and erosion control program, consisting of such measures as constructing hay bales/silt fence and an instream rock check to be maintained throughout the life of the project. Site Preparation has been setup to clear all trees from the slide and transition area. Hydromulch & Hydroseeding is setup to revegetate the slide and transition areas. Residential seeding 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. Utility relocation is setup to protect and/or repair an existing gas line located at the bottom of the slide area and at other locations, if utilities are disturbed to facilitate reclamation activities.
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.
Estimate:
$311,415.00
Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
Site Area
A mud and debris slide has come down a drain from mining activities above site, blocking stream and diverting stream into yard of residence causing flooding of property which was addressed with a small purchase. In Phase 2 it is proposed to construct a Temporary Low Water Crossing and Silt Check-Rock which is to be constructed for silt control. Geo-grid is included to provide stability across yard for equipment to tram on. Additional sediment control will be provided by installation of silt fence or bales as directed. Landscape Allowance to replace in kind and damaged shrubs. The unstable material from the slide will be excavated to rock in the designated area and the transition will be graded as necessary. Two (2) Gabion Weirs will be constructed to reduce additional movement. Revegetation will be performed following completion of project.
No trees greater than 3″ diameter will be removed during this phase of reclamation.
(Waste Area)
The majority of material (approximately 20,000 yds) will be placed on site at designated Waste Area 2 and 3, and some (approximately 5000 yds) will be transported to an off-site waste area located at, 37° 08’ 05″ N, 82° 55’ 12″ W. This site has been previously disturbed by coal mining operations.
This project includes the renovation of an existing fire station, approximately 5,400 GSF, and
construction of a new storage building, approximately 2,800 GSF. The site development in limited
to extension of and new utility services and regrading to accommodate new structure. The
building is a single-story structure with no basement and includes conventional wood framing on
existing load bearing masonry. The interior includes wood framing and associated finishes. The
exterior is existing masonry and roof systems. The Project includes site/civil, architecture,
structural, mechanical, plumbing, and electrical systems.
Town of Clarksville – Montgomery Avenue & Storm Line Project
Town of Clarksville – Montgomery Avenue & Storm Line Project
The project includes rebuilding approximately 1350 LF of Montgomery Avenue from Marriott
Drive to the Town of Clarksville Limits. Additionally, the project involves the installation of
approximately 1320 LF of 12”-24” gravity storm sewers, associated curb inlets and manholes.