CALL 301 CONTRACT ID 171220 BULLITT COUNTY FD04 SPP 015 0044 018-019 : KY 44 (INTERSECTION OF BOGARD AND LLOYD) (MP 18.380) RECONSTRUCT KY44 AT BOGARD/LLOYD LANE (MP 18.800), A DISTANCE OF 0.50 MILES. ASPHALT SURFACE WITH GRADE & DRAIN. SYP NO. 05-00150.20.
CALL 300 CONTRACT ID 171025 BELL COUNTY FD04 SPP 007 0119 000-004 : PINEVILLE-HARLAN ROAD(US-119) IMPROVE CONGESTION AND FREIGHT MOVEMENT BY CONSTRUCTING A TWO WAY LEFT TURN LANE AND PAGE SCHOOL TURN LANE., A DISTANCE OF 1.00 MILES. GRADE, DRAIN & SURFACE WITH BRIDGE. SYP NO. 11-00189.00.
CALL 105 CONTRACT ID 171227 BOURBON COUNTY STP BRZ 0703 (340) : TOWNSEND VALLEY ROAD (CR 1308) (MP 3.538) REPLACE BRIDGE ON CR 1308 OVER TOWNSEND CREEK: 0.9 MI E OF JCT KY 353. (MP 3.638), A DISTANCE OF 0.13 MILES. BRIDGE REPLACEMENT. SYP NO. 07-01124.00. THE DBE PARTICIPATION GOAL IS 0.00%.
CALL 101 CONTRACT ID 171023 WOLFE COUNTY NHPP 0061 (075) : BERT T. COMBS MOUNTAIN PARKWAY(KY-9000) RECONSTRUCT TO CURRENT STANDARDS THE CURVE FROM THE KY-15 OVERPASS TO 2700 FT EAST OF KY-15 OVERPASS., A DISTANCE OF 0.57 MILES. GRADE & DRAIN WITH ASPHALT SURFACE. SYP NO. 10-00162.00.
CALL 100 CONTRACT ID 171221 GREEN COUNTY HPP 0611 069 : COLUMBIA TO GREENSBURG ROAD INTERSECTION (KY 61 & KY 487) (MP 3.900) COLUMBIA TO GREENSBURG PRIORITY SECTION 1B; KY 61 FROM KY 487 AT GRESHAM NW TO 5,000′ SE OF US 68 IN GREENSBURG TO CONSTRUCT INTERSECTION IMPROVEMENT AT KY 61 & KY 487. (MP 4.250) ASPHALT SURFACE WITH GRADE & DRAIN. SYP NO. 04-00158.10.
The Project includes the replacement of domestic water heating equipment in two campground bath houses at General Butler State Park located at 1608 KY Hwy 227, Carrollton, KY 41008.
1. Demolition of existing tank water heaters and associated systems.
2. Installation of new storage tank water heaters, thermal mixing valves, accessories and associated piping.
3. Incidental electrical wiring of plumbing equipment.
Description and location of Project: Construction of a 13,160 linear foot tunnel with a 20-foot minimum finished diameter; a 200 linear foot tunnel with a 20-foot minimum finished diameter; a 1,160 linear foot tunnel bifurcation with a 20-foot minimum finished diameter; 287 linear feet of 8-foot minimum diameter adits; a pump station shaft; a working shaft; three (3) drop shafts; and a retrieval shaft with an itegral drop structure. This project is generally located along the Ohio River in Downtown Louisville.
Louisville Metro Housing Authority – Parkway Place Fitness Park
Louisville Metro Housing Authority – Parkway Place Fitness Park
PROJECT DESCRIPTION: Furnish all labor, materials, equipment and services required to complete the work entitled:
Parkway Place Fitness Park
PROPOSAL NO. 1436
Grayson Utilities Commission – Gas Line Relocation KY 1/7 – Carol Malone Boulevard
Grayson Utilities Commission – Gas Line Relocation KY 1/7 – Carol Malone Boulevard
PROJECT DESCRIPTION:
The work to be bid is described as follows:
Furnish and install approximately 1,491 L.F. of 4-inch, 1,540 L.F. of 3-inch,
1,245 L.F. of 2-inch, and 115 L.F. of l-inch PE gas line and accessories, and service
reconnections.
Grayson Utilities Commission – Water & Sewer Line Relocation KY 1/7 – Carol Malone Boulevard
Grayson Utilities Commission – Water & Sewer Line Relocation KY 1/7 – Carol Malone Boulevard
PROJECT DESCRIPTION:
The work to be bid is described as follows:
Division “A” – Furnish and install approximately 648 L.F. of 10-inch, 4,743 L.F.
of 8-inch, 185 L.F. of 6-inch, 40 L.F. of 4-inch, 126 L.F. of 2-inch water line, with all
appurtenances and service reconnections.
Division “B” – Furnish and install approximately 120 L.F. of 15-inch, 587 L.F. of
12-inch, and 457 L.F. of 8-inch, 42 L.F. of 6-inch, and 26 L.F. of 4-inch sewer line,
10 manholes, relocate one existing grinder pump station, together with all
appurtenances and service reconnections.
This Work includes the removal of existing ceramic tile on pool wall at the Lodge Pool. Record drawings indicate there is a 1-1/2″ mortar bed beneath the tile that should also be removed to expose the original concrete pool shell. Existing coping on the Lodge Pool and the Wading Pool will be cleaned using dustless blasting, removed and reinstalled. The concrete pool shell of the Lodge Pool and Wading Pool will be stripped of existing paint down to bare concrete using dustless blasting. The Contractor shall test the dustless blasting medium on a 2 square foot area of the shell to confirm effective stripping without damaging the concrete shell. The concrete pool shell of the Lodge Pool and Wading Pool will patched and resurfaced as necessary to provide a flat, smooth floated finish using two-part polymer reinforced cementitious overlay. The concrete pool shell of the Lodge Pool and the Wading Pool will be coated with a two-part, two coat epoxy high build system. This system will also be applied to the mushroom water feature in the Wading Pool, after its surface is stripped of existing paint. The mild steel bolts, washers, and nuts at the cap of the mushroom water feature in the Wading Pool will be replaced with 304 stainless steel bolts, washers, and nuts. The existing main drain covers in the Lodge Pool and Wading Pool will be replaced with new VGB compliant covers. Equalizer fittings in the Lodge Pool wall will be replaced with VGB compliant fittings. The existing drain lines of the Lodge Pool and the Wading Pool will be pressure tested for leaks. All existing skimmers will receive new weirs and float valves. The main drains at the wading pool will be re-piped below the deck to be in true parallel. The sealant in the expansion joints at the concrete pool deck will be removed, the joints cleaned, and new pourable sealant with backer tape installed. The entire concrete pool deck, the concrete pool area walls, and the stone masonry pool area walls will be pressure cleaned and treated with anti-fungal sealer. Several areas of the concrete pool deck have spalled or deteriorated and will be resurfaced using two-part polymer reinforced cementitious overlay. Several aluminum fence post bases will be reset in concrete pool deck. New depth markers will be installed on the vertical pool wall surface at both the Lodge Pool and Wading Pool, depth markers on the concrete deck at both pools will remain. The underwater pool lights at the Lodge Pool will receive new LED bulbs, new lens gaskets, new trim rings, and wet niche potting compound at the conduit penetration and grounding lug.
PROJECT DESCRIPTION:
The Otolaryngology (ENT) project will include the interior renovation of approximately 19,300
square feet of a working outpatient clinic. Work includes, but is not limited to, demolition (gutting), gypsum board and metal stud walls, gypsum board ceilings and soffits, acoustical ceilings, wood doors and hardware, hollow metal door frames, glazing, specialty glazing, automatic operators, resilient flooring and base, carpet tile, tiling, painting, custom millwork and solid surface counters, chair rail and corner guards, wall protection, specialties, ductwork, lighting, electrical, data, fire alarm, cable tray, plumbing fixtures and piping, and fire suppression. This work will allow for new exam rooms, treatment/procedure room, enhanced patient and staff circulation, and improved waiting areas. Upgrades to the existing HVAC will bring it to current UK standards.
City of Frankfort – Public Works Department – Roadway Restoration Unit Price Contract-2017/2018
City of Frankfort – Public Works Department – Roadway Restoration Unit Price Contract-2017/2018
PROJECT DESCRIPTION: Work shall generally include minor demolition of temporary concrete surface cap, surface milling, and placement of two inches (2.0”) of asphalt pavement surface.
Mayfield-Graves County Airport – Apron Rehabilitation Project
Mayfield-Graves County Airport – Apron Rehabilitation Project
PROJECT DESCRIPTION:
Furnishing all labor, materials and equipment and performing all work necessary for Apron Rehabilitation at the Mayfield Graves County Airport
Ben E. Clement Mineral Museum – Rehabilitation Project
Ben E. Clement Mineral Museum – Rehabilitation Project
PROJECT DESCRIPTION:
The Work consists of the following:
a. REMOVE EXISTING ROOF MEMBRANE AND INSULATION DOWN TO ROOF DECK. MAKE NEEDED REPAIRS TO ROOF DECK AS PER UNIT PRICES. INSTALL NEW INSULATION AND SBS MEMBRANE ROOFING AND ALL RELATED METAL COMPONENTS, I.E., GUTTERS AND
DOWNSPOUTS.
b. MENS AND WOMENS RESTROOM REHABILITATION MAKING
HANDICAP ACCESSABLE, AS PER DRAWINGS; NEW PAINTING, NEW
TOILET PARTITIONS, NEW LAVITORIES AND TOILETS, NEW CERAMIC
TILE FLOORS.
c. INSTALL NEW HANDICAP SIDEWALK, WITH MAXIMUM 1:12 SLOPE AS INDICATED ON DRAWINGS, AND NEW GUARD RAILS/HAND RAILS.
PROJECT DESCRIPTION: The Courthouse Tower Rehabilitation project includes careful removal of the existing historic bell
and clock tower located on the Clark County Courthouse, restoration of the masonry base, cornice
and dentil fascia and installation of a custom fabricated aluminum tower replica of the existing
tower.
CCK-2244-18 Miller Hall 1st Floor Renovation Project
CCK-2244-18 Miller Hall 1st Floor Renovation Project
Please Note: Addendum 2 has changed the Bid Date
PROJECT DESCRIPTION:
This project is the renovation of administrative offices on the first floor of Miller Hall. This suite is currently comprised of fifteen offices and two ancillary spaces and will be re-configured to provide twelve offices and a copy room. The work will include demolition of exiting partition walls, construction of new walls and reuse of existing doors and frames. New ceiling grids and finishes will be provided as well as reworking electrical and HVAC components.
This project is a second phase roof replacement on the Lawrenceburg Campus Building of BCTC in Anderson County, Kentucky. In 2012 the building suffered hail damage and was repaired at individual punctures. This project completes the roof replacement begun in 2016.
According to labels found on the job, the existing roof appears to be a CSPE roof with 3″ of insulation attached to the metal deck. This existing roof will be replaced with a two-ply modified bitumen roof. The existing insulation will be re-used and will contribute an aged R-value of 15. Wet insulation will be replacement on a unit cost basis. Over that existing layer we will add one-layer of 2″ polyisocyanurate insulation (R-11.2) and 1-layer wood fiber insulation comprising (R-1.38). The total roof insulation system will equal an R-value of 27.58. The roof insulation shall be screwed thru the existing insulation to the metal deck and a ½” layer of hardboard will be mopped in Type IV asphalt Cap ply shall be installed with cold adhesive. 3/4″ plywood will be added to the parapet walls to properly attach the new base flashing. Cap SBS Modified Bitumen flashing shall be aluminum clad. Roof termination metals shall be Kynar coating sheet metals.
Please note The Bid Opening Date is hereby cancelled and rescheduled to July 20, at 10:00am, Local Time
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of
Blakely Lane Drainage Improvement Project , Contract No. 2017-028, Budget ID No. C16163, will be received at the office of MSD until 10:00am, Local Time, July 13, 2017 and will be publicly opened and read at that place and time.
Description and location of Project: This unit based construction order is for the drianage improvements along both side of N Blakely Lane which includes pipe, catch basin, and yard drain installation in Metro Council District 14.
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 $100,000.00 to $200,000.00.
The bid documents will be available on, June 30, 2017, 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 Karen Knox E-mail:karen.knox@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, Angela Akridge, P.E.
IF THE ENGINEER’S CONSTRUCTION COST ESTIMATE IS $50,000 OR MORE, the Minority Business Enterprise and Woman Business Enterprise (MBE/WBE) participation goals shall be applicable to all contracts and comply with MSD’s Interim Supplier Diversity Policy and Guidelines (Interim Policy). The Interim Policy is considered as one of the elements of responsiveness in a bid. Bidders must subcontract at least 15.0% of the total amount of the Contract Bid price to a certified MBE and 6.0% to a certified WBE, or if the Contractor is unable to meet the goals, must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the Interim Policy. See (MSD Construction-Related MBE/WBE Documents and Forms at http://www.msdlouky.org/insidemsd/diverse ). Each bidder is responsible for careful review of the Interim Policy requirements contained in the bid documents. Failure to comply with the Interim Policy may be grounds for rejection of the bid as non-responsive.
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer, Karen knox at karen.knox@louisvillemsd.org .
MSD Interim Supplier Diversity Policy and Guidelines for this project is as follows:
15% MBE and 6 % WBE participation is required for this project
LOCAL LABOR PREFERENCE: NO
The Contract will be awarded on the basis of the lowest responsive, responsible bid, subject to the approval of the Board of MSD. MSD reserves the right to reject any or all bids or waive any informality in any bid.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
Description and location of Project: This unit based construction order for a pipe and paved ditch along the rear easement along Paramount Drive, and Maryman Road in Metro Council District 14.
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.
Work of the Project includes:
1. Full tear off of existing low slope roof systems and replacement at Cottages 103, 105, 107 and 111.
2. Construction of a new insulated low wall in front of the existing clerestory finished with new aluminum wall panels.
3. The work also includes permanent removal of existing ornamental steel vent stacks, repair roof deck using .25″ steel plate, and protection of or reinstallation of existing PVC vent pipe that is still in use.
4. All other work shown on the Contract Drawings and/or included in the Project Manual.
City of Frankfort – Public Works Department – Unit Price Concrete Projects Annual Contract-2017
City of Frankfort – Public Works Department – Unit Price Concrete Projects Annual Contract-2017
PROJECT DESCRIPTION:
The City of Frankfort will receive sealed bids for concrete sidewalk & curb
maintenance and new sidewalk & curb construction, and miscellaneous storm sewer
construction to be performed for the City of Frankfort Public Works Department on an as needed, cafeteria style project scope with bid unit prices to remain in affect for a period of one-year from the stated bid opening date. More than one contract award for Public Works concrete sidewalk, curbs and/or similar related projects for the 2017 – 2018 open contract period may be made.
CCK-2243-18 Soccer Practice Field – Storage/Restroom-2461.1
CCK-2243-18 Soccer Practice Field – Storage/Restroom-2461.1
PROJECT DESCRIPTION:
Project consists of a 1027 square foot storage/restroom building adjacent to the new Soccer Practice Field that is currently under construction. The building is load bearing CMU with veneer face brick and standing seam metal roof. Also included are mechanical, electrical, plumbing and associated site work.