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.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the DRGWQTC Paving Contract No. 16198, Budget ID No. D18128, Drawing Record No. 16198, Sheet No. 1-5, will be received at the office of MSD until 10:00 a.m., Local Time, Wednesday, August 26, 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:
1. Full-depth pavement reconstruction in designated areas
2. 1-1/2” of surface overlay All work shall be done in accordance to MSD’s Standard Specifications.
There will be Mandatory pre-bid meeting held for this project. Pre Bid meeting to be held at the Derek R. Guthrie Water Quality Treatment Center (DRGWQTC), 11601 Lower River Road, Louisville, KY 40272. The meeting will be held on Monday, August 10, 2020 at 1:00 p.m. All visitors will be required to furnish their own PPE to visit the site. ALL ATTENDEES MUST WEAR A FACE MASK.
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 Tuesday, July 28, 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 MINORITY AND WOMAN BUSINES PROGRAM POLICY AND PROCEDURES (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 Program Policy and Procedures, 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 Supplier Diversity 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 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 Program Policy and Guidelines (Supplier Diversity Program) – (see MSD Construction Related MBE/WBE Documents and Forms at http://www.msdlouky.org/insidemsd/diverse
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 Minority and Woman Business Enterprise Program Policy and Procedures, effective June 1, 2020, for this project are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and 15.0% WBE – Caucasian Female participation respectively is not 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
Ashland Independent Schools – Paul G. Blazer High School – Security Upgrades, Building No. 2 Re-Roof & Canopy Replacement
Ashland Independent Schools – Paul G. Blazer High School – Security Upgrades, Building No. 2 Re-Roof & Canopy Replacement
Project consists of a new security vestibule in Building No. 1;
door hardware upgrades in Buildings 2, 6 and 7; roof replacement at Building 2
and a canopy replacement.
Estimate:
$174,620.00
Estimated Length of Project:
(Substantial Completion) + 90 Calendar Days (Final Completion)
Resident’s complaint involves a water saturated slope behind the home that has produced a slide and the entire lawn area is frequently saturated, including the crawlspace under the home. There is one open portal located about 100 feet upslope from the home.
Reclamation work at this site will include construction of a 85 L.F. Reinforced Concrete Wall 8’ high with the footer being 8.5 feet from the back of the home. The slide area will be excavated and approximately 600 to 1,000 cubic yards will be removed and transported to a waste area approximately 2 miles away located on Smokey Branch Road. LAT: 37° 23’ 29.4″ LONG: 82°37’ 41.8″. Class II backfill will then be placed behind the wall. A 95 L.F. ECB ditch will be dug between the concrete wall and the home to carry surface water away from the backyard and into a ravine on the north side of the home. There is one open portal about 100 feet upslope from the Adkins residence which will be closed with a Wildlife Accessible Closure. A 60 L.F. 2’ Class II Rock Ditch will be constructed from the portal to drain to the Class II backfill area above the concrete wall. The water line running from the portal to the neighbor’s home will be maintained. There is a water seepage area located above the abandoned home. A 2’ Class II Rock Ditch, 90 L.F., will be constructed to direct this water down to the ravine at the north side of the Adkins home. The abandoned home located about 60’ above Adkins residence is to be demolished and removed. There are a few large trees in the slide area which will need to be carefully removed and then chipped on site.
The project area is small at only about 1 acre. No permits are expected to be needed for this project. Traffic control will be provided for this project.
The Natural Bridge Lodge Exterior Repairs project is the replacement of the dilapidated sheet waterproofing on the exterior elevated concrete decks. The new waterproofing membrane will be a durable abrasion, weather and ultraviolet resistant waterproofing system.
The Argo McClure renovation project is in its 4th phase. This phase includes a partial window replacement using new storefront and curtainwall, the prep and painting of existing wood soffits, installing new metal fascia, partial floor abatement and the installation of new flooring in the abated areas, installation of motorized shades, partial HVAC upgrade, partial electrical upgrade, addition of drinking fountains and partial modification to Data/Voice distribution system.
The project is a new 2,160 square foot maintenance shed for maintenance and equipment storage. The construction is a wood pole barn style with metal siding.
1. Flat Roofs (1/8″ slope built-into roof decks @ ‘A’, ‘C’, ‘D’, ‘E’ & ‘F’) (No slope installed in deck at Roof ‘B’)
a. Remove existing Roofing down to roof deck:
i. Roof decks are gypsum and metal
b. Gypsum Deck: (‘A’, ‘B’, ‘C’ & ‘D’)
i. Nail base sheet
ii. Mop base layer 2.2″ isocyanate in hot asphalt,
c. Metal Deck: (‘E’ & ‘F’)
i. Mechanically attach base layer of 2.2″ isocyanate to metal deck
d. Adhere 2nd layer of 2.2″ isocyanate in hot steep asphalt, stagger thermal joints
e. Install 1/8″ per foot tapered isocyanate in hot asphalt (at Roof ‘B’ only)
f. Adhere 1/2″ cover board in hot steep asphalt, stagger all thermal joints.
g. Install modified base sheet in hot asphalt
h. Install modified base flashings at walls and curbs.
i. Install modified cap sheet in cold adhesive.
j. Adhere foil faced modified flashings at walls and curbs.
k. Saw cut new 2-piece copper counter flashings into concrete walls
l. Edge metals and gutters to be 24ga, pre-finished.
i. Gutters to be 8″ x 8″ and downspouts to be 4″ x 5″
m. Expansion joint to be 20 oz copper.
n. New wood curb to be installed at Roof ‘E’ window openings.
o. New storefront windows to be installed at Roof ‘E’ Window openings.
2. Shingle Roofs: (‘G’, ‘H’ & ‘I’)
a. Install new vented nail base.
b. Install new 40-year shingles
c. New 24ga 5″ K-style gutters & edge metals.
Estimate:
$134,375.00
Estimated Length of Project:
(Substantial Completion) + 60 Calendar Days (Final Completion)
The proposed Alexander Scott Drainage AML Reclamation Project, approximately 0.5 acres total, consists of removing a failing 72 inch diameter corrugated metal pipe in a fill area created in 1993 by the 9AG Combs Branch AML project. This failure has caused large and dangerous sinkholes to develop in the fill that pose a hazard to the public. The old pipe will be replaced with twin 60 inch HDPE pipes and headwalls. The project is in Gregory Branch in Perry County. The site is located in the Hazard South Quadrangle. The Alexander Scott site is at 37° 14 ‘ 10.45″ N, 83 ° 10 ‘ 7.59″ W. To reach the site from Bulldog Lane at the AML office turn right onto KY route 15 and travel south for 2 miles. At the traffic light turn left onto the bridge. At the end of the Bridge turn left onto Christopher Road (KY RT. 451) continue for 1 mile and turn right onto Gregory Branch Road. The project area is about 500 feet on the left across from the gabion and concrete retaining walls. No waste area is needed for the project, however the old pipe is to be properly disposed of at a landfill.
The Project will entail the removal and disposal of 160 L.F. of failing 72″ CMP, and its disposal in a landfill. Twin 60″ HDPE pipes 200 linear feet with concrete headwalls will be installed to convey the waters of Gregory Branch. All eroded and unstable slopes will be graded and stabilized. Erosion control blanket will be used to protect critical areas. Fencing will be placed at the top of the headwalls to discourage use by the public.
The project site has previously been disturbed by coal mining operations, house seat development, utility installation, road construction, and/or landowner activities. These disturbances consist of significant upheaval, mixing, and removal of earthen material from deep excavation, grading, sub-surface drilling, fill material placement, and erosion. There should be no undisturbed earthen material to a depth of several feet at the areas slated for significant project-related construction activities.
Construction disturbances will be kept to a minimum with a stringently formulated sediment and erosion control program. Prior to beginning any major earth disturbance (excluding initial site preparation for access only), all silt control measures will be installed. The silt barriers (bales & silt fence) at the project site. No trees greater than 3″ diameter at breast height will be cut outside the unstable and eroding areas. All disturbed areas will be promptly revegetated at the end of construction using lime, fertilizer, residential or wildlife seed, and mulch, as necessary. Standard measures will be used for dust control and work hours will occur during AML’s standard time frame of 7 am to 7 pm Monday-Friday with shorter hours for “critical” work items.
Access to the site is via county roads, residential driveways and yards, and an existing access road. This project will include pre- and/or post- project maintenance and repair of existing previously constructed public county roads utilized during the construction of this project, which are administered by the county or local road authority. This construction activity will be conducted under the authority and supervision of the local public road authority and will consist of standard road construction practices appropriate to mitigate impacts to the local community from potential degraded road conditions in order to maintain public traffic safety.
This project involves the replacement of five segments of the existing medium voltage power distribution loop (conduit and conductors) underground from the existing incoming service pole to the main substation and feeder from the main substation to the loop around the property. Additional segments between pad mounted sectionalizing switches PMS-2 and PMS-3; PMS-3 and PMS-4; PMS-8 and PMS-9 are included in this Phase 1. Segments identified in the Drawings as Priority 1, 2, 3, 6, and 7.
Surge arrestors are being added, along with additional grounding. Existing and new medium voltage cables are to be Hipot tested and existing dry type substation transformers are to be tested.
Estimate:
$ 30,000.00 Estimated Length of Project:
October 18, 2021 (Final Completion)
Scope of work for the TAB (Testing Adjusting and Balancing) Agency consists of furnishing all required materials, tools, instruments, coordination, participation and labor to perform and complete the TAB services per the Project plans and specifications for the above referenced Building Project.
This project includes replacement of a 750 MBH boiler, flue, and two (2) hydronic pumps, with two new high efficiency, condensing boilers with automatic controls. All new equipment will be integrated into the existing building automation system.
This invitation is for demo and installation of heat and boiler items as specified in the following bid at Eastern Kentucky
University’s Campus. The work includes furnishing all labor, materials, equipment and services necessary for the
complete touch up painting of all items as indicated.
Estimate:
$ 66,000.00
Estimated Length of Project:
(Substantial Completion) + December 31, 2020 (Final Completion)
The Division of Abandoned Mine Lands wishes to receive bids to perform reclamation work on approximately 10.13 acres of mine land in Floyd County, Kentucky. The work will consist of earthwork, gradework, revegetation and pond removal of 1 bond forfeiture permit.
EKU – Combs East Penthouse Roof Replacement / CITB-20-2021
EKU – Combs East Penthouse Roof Replacement / CITB-20-2021
This invitation is for roof demo and installation of new roof installed as specified in the following bid at Eastern
Kentucky University’s Combs Hall, located on EKU’s Richmond Campus. The work includes furnishing all labor,
materials, equipment and services necessary for the complete the project and all items as indicated.
Project Outline:
The following consists of selective roof system replacement located at Eastern Kentucky University’s Combs
building. The work is limited to a lower roof portion housing the building cooling tower as well as the roof
above the buildings east penthouse. The east penthouse will be labeled price 1 of the bid and the lower roof
listed as item 2. Each project will be priced separately.
Price 1 / East Penthouse:
Price 1 consists of the complete removal of an existing roof system to include a layer of lightweight
concrete polystyrene insulation above the metal deck. This also includes the re-installation of a new roof
system consisting of a poly-ISO rigid insulation, Densdeck and 60 MIL TPO membrane roofing. Also
included is any flashing and edge metal work.
Price 2 / Lower Roof:
Price 2 consists of the complete removal of an existing roof system to include a layer of lightweight
concrete polystyrene insulation above a concrete deck with rigid insulation. This also includes the reinstallation
of a new roof system consisting of a poly-ISO rigid insulation, Densdeck and 60 MIL TPO
membrane roofing. Also included is any flashing and curb style edge metal work.
All disposal of waste and furnishing of materials will be the responsibility of the contractor. Debris
mitigation is the responsibility of the contractor. The area of work is within a landscape containing paved
walkways and ground vegetation, and shall be taken into consideration when planning for equipment.
This invitation is for electrical services as specified in the following bid at Eastern Kentucky University’s Campus. The
work includes furnishing all labor, materials, equipment and services necessary for the complete electrical switchgear
replacement including all items as indicated.
This invitation is for electrical demo and installation work as specified in the following bid at Eastern Kentucky
University’s main Campus. The work includes furnishing all labor, materials, equipment and services necessary to
complete the task indicated.
• Rehabilitation of approximately 4,100 L.F. of Gravity Sewer with either PVC Fold and Form
Liner or UV Cured In Place Pipe
• Repair approximately 80 Lateral Connections and Install New Cleanouts
• Make 15 Sewer Line Point Repairs
• Rehabilitation of 26 Manholes
20-94 / River Bluff Temporary Booster Pump Station Demolition
20-94 / River Bluff Temporary Booster Pump Station Demolition
Louisville Water Company is requesting Bids for providing all labor, rigging, tools, equipment, and materials to dismantle and
demolish aboveground temporary booster pumping facility, piping, vaults, electric, controls, fencing (salvage); furnish and install 12”
DPW grid-tie, misc site improvements, and restoration. Furnish and install all items and accessories for a complete project.
Southeastern Water Association – KY 80 / KY 461 Waterline Relocation
Southeastern Water Association – KY 80 / KY 461 Waterline Relocation
This contract consists of relocating approximately 22,500 L.F. of 2”, 3”, 4”, 6”, 8”, and 10”
D.I., PVC, and HDPE waterline and all necessary appurtenances.
The engineer’s estimate for the total
base bid is $930,000.
The work to be performed at Carter Drive consists of:
A. Replacement of shingles with standing seam metal roofing (front portion only).
B. Replace gutters and downspouts (Bid Alt.)
C. Replace metal fascia, soffit and siding (Bid Alt.)
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.
Housing Authority of Richmond – Robinson Terrace Parking Lot
Housing Authority of Richmond – Robinson Terrace Parking Lot
Robinson Terrace Parking Lot:
A. Parking Lot Installation
1. Asphalt Paving
2. Concrete Curbs
3. Striping
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.
The work to be performed consists of:
Replacement of gas water heater, gas furnaces, condensing units, and PTAC units. Work consists of installing
water heaters and furnaces, flushing existing line sets, and new flue.
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.