The project consists of complete removal of existing ballast, EPDM membrane and insulation down to metal roof deck and installation of new insulation and SBS Modified bitumen roof system w/ foil faced flashings. New coping caps and roof hatch are also to be installed.
The project is the KYTC Equipment Warehouse Renovation, 1239 Wilkinson Blvd, Frankfort, Kentucky, Franklin County. Project consists of the complete tear-off of the existing 26,244 SF roof (to the metal deck) and replacement with a new PVC membrane roofing system over energy code compliant roof insulation/cover board, new gutters and downspouts, trim, and a 5,225 SF PVC membrane roofing system installation over coverboard at the existing high-bay roof (cover-over only). Both new PVC membrane roof installations shall be induction welded. This level one alteration also includes: demolition of light construction connecting the warehouse to a smaller equipment shed, removal of a concrete loading dock, cleaning and repair of existing CMU & concrete foundation walls, a new weather barrier and prefinished metal panel skin over the existing CMU walls, painting of indicated exterior CMU walls/trims, repair of an existing overhead door, repair of existing hollow metal doors/frames, replacement of existing windows with new aluminum storefront windows, mud jacking of a 20’ x 20’ section of interior concrete slab, the removal and replacement of exterior egress stairs with new galvanized steel stairs, some minor grading and asphalt repair, and the application of pre-finished, metal, retro-fit wall & roof panels (approx. 10,000 sf), trims, gutters & downspouts to the adjacent smaller equipment shed.
The project is the KCTCS, Modular Building Unit Relocation – Fire Commission, The project involves the complete relocation, transportation, and placement of an existing (3) unit, 1,944 SF, 36’x54’ modular building currently located in Lexington, KY (1355 Old Frankfort Pike) to Morehead, KY (99 Lake Park Drive). Work includes breaking down of original modular building unit and preparing them for travel, salvaging items that can be reused at new site, freight to new site, prepare new foundation and anchoring system, set/reassemble modular building, patch EPDM roof at joints, trimming out interior finishes at joints. new underpinning (perimeter skirting), new deck/stair/ramp work, bituminous paving w/ stripping, and new concrete sidewalk/stoop/existing apron repair. Preparation and connection of relocated modular building to site utilities, New sanitary sewer line/manhole, tapping into existing water service at adjacent building, new transformer, and new data connection from adjacent building IT Room to modular IT Room. Exclusions includes the existing modular building site does not need to be restored but everything above grade must be removed, User agency will provide new carpet for Training Room.
THE PROJECT CONSISTS OF ROOF REPLACEMENT ON THE MAIN BUILDING
AND PAINTING EXISTING TERNMETAL SHINGLES ON STORAGE
OUTBUILDINGS, MASONRY RESTORATION & PAINTING, REPAIRS &
REPLACEMENT, PARTIAL ROOF REPLACEMENT (EPDM), AND PORTICO
COLUMN AND TRIM WORK RESTORATION & REPLACEMENT.MINOR VENEER
PLASTER AND WALL REPAIR ON THE INTERIOR OF THE BUILDING IS ALSO
REQUIRED.
The project consists of complete removal of existing roof membrane and insulation down to concrete roof deck and installation of new tapered roof insulation and SBS Modified bitumen roof system w/ foil faced flashings. New roof drains, expansion joints, edge metals and roof hatch are also to be installed.
Estimate:
$ 52,309.75
Estimated Length of Project:
(Substantial Completion) + 60 Calendar Days (Final Completion)
The Roger Combs AML Reclamation Project is planned to disturb up to 1.3 acres, and will
consist of the stabilization of a landslide impacting the Roger Combs residential access drive and
improvement of existing drainage control structures with the intention of limiting the infiltration
of mine-related drainage into the landslide area, in order to slow or stop the further development
or expansion of the landslide. The toe of the existing landslide mass will be partially excavated
in order to facilitate the placement of concrete “Jersey” barriers and heavy stone backfill for the
stabilization of toe of the landslide mass. An existing residential access road ditchline upslope
from the landslide will be cleaned, and a culvert installed in order to safely discharge water from
this ditchline into an existing hillside drainway, immediately below the residential access drive.
Excavated earthen material from the project area will be transported to an existing previously
utilized waste area located at the site of a dismantled Title V preparation plant, where the earthen
material will aid in final reclamation.
The proposed project disturbances will not impact any caves, cave-like habitats, or streams.
The implementation and enforcement of standard AML Best Management Practices (BMPs) for
Sediment and Erosion Control will prevent any significant amounts of sediments disturbed by
project-related activities from entering area streams. A small number of trees may need to be
disturbed at the outlet end of the proposed culvert. All areas to be disturbed by this project have
previously been disturbed by one or more of residential construction, residential access construction, highway construction and/or coal-mining activities. Revegetation of all disturbed
areas will be accomplished via the use of the AML Standard Reclamation Seed Mixture.
City of Tompkinsville – Gas Line Replacement Project
City of Tompkinsville – Gas Line Replacement Project
The Project will consist of the replacement of approximately 1,850 LF of existing gas line with 4” HDPE. The
Contractor shall furnish all materials, equipment, and labor necessary to complete the construction of the
project.
The project includes providing all construction supervision, labor, materials, tools, test equipment
necessary for the West Hickman Wet Weather Storage – Phase 2 project. This project includes
one (1) 18 million gallon wet weather storage tank; a discharge valve vault; site paving;
installation of all piping, electrical, instrumentation, and associated equipment.
21-88 / 6107 Strawberry Lane Water Main Replacement Project
21-88 / 6107 Strawberry Lane Water Main Replacement Project
Louisville Water Company is requesting Bids for the supply and installation of 85+/- linear feet of 12-inch Pressure Class 350 ductile iron water main (restrained), 110+/- linear feet of 12-inch Pressure Class 350 ductile iron water main (non-restrained) and the bore, supply and installation of 80+/- LF of 24-inch steel casing pipe and appurtenances.
City of Charlestown – Depot Street Building Demolition and Site Grading
City of Charlestown – Depot Street Building Demolition and Site Grading
The project generally consists of:
Demolition of 6 buildings totaling approximately 32,000 square feet. Demolition of
those 6 foundations, along with an additional 2 foundations, totaling approximately
139,000 cubic feet. General fill and site grading will also be associated with this project
to ensure positive drainage of the site post demolition.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of MSD Radio Repeaters Contract No. 16506, Budget ID No. D19048, Drawing Record No. 16506, Sheet No. 1-54, will be received at the office of MSD until 10:00 AM, Local Time, Thursday, August 5, 2021, and will be publicly opened and read at that place and time. The public may attend the bid opening via Microsoft Teams Meeting. The phone number is (502) 654-8113 and the Conference ID is 683553413#. This info will also be posted at the bid box on the day of the bid opening.
Description and location of Project:
A. The Contractor shall provide all materials, equipment, labor, supervision, incidentals and all other items necessary to complete the project in accordance with the requirements of the Contract Documents.
B. The principal features of the Work to be performed under this Contract include, but are not limited to the following:
1. Two-way radio signal repeater equipment to provide two-way radio signal coverage for below-grade spaces at the
Morris Forman Water Quality Treatment Center, Bells Lane Wet Weather Treatment Facility, Southwestern Pump
Station, and Derek R. Guthrie Water Quality Treatment Center to include, but not be limited to:
a. Omni-directional exterior mounted antennas,
b. Radio repeater equipment enclosures,
c. Omni-directional interior mounted antennas,
d. Performance testing and performance demonstration, and
e. All other appurtenant components including conduit, cable, hardware, and supports required for a complete and
functioning system as required by the Contract Documents.
All work shall be done in accordance to MSD’s Standard Specifications.
There will be MANDATORY pre-bid meeting held for this project. The Mandatory Pre-Bid Meeting will be held at the Morris Forman Water Quality Treatment Center on Tuesday, July 13, 2021 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. A face mask must also be worn during the site visit. We will meet at the gazebo at the top of the hill to the left of the Administration Building.
The Engineer’s Construction Cost Estimate for this project is between $500,000.00 and $1,000,000.00.
The bid documents will be available on June 24, 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 Tony Harover, P.E. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Tony Harover E-mail: tony.harover@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, Tony Harover, P.E.
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: Not 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
CCK-2556-22 PAV WH Floors 1-3 Replace Trace on Hot Water System Re-Bid
CCK-2556-22 PAV WH Floors 1-3 Replace Trace on Hot Water System Re-Bid
This project will include the demolition of the existing heat trace system, and the installation of a new heat trace system, on the existing domestic hot water piping that is exposed on, and between, the 1st, 2nd and 3rd Floors of the Whitney Hendrickson Cancer Facility for Women (Pavilion WH). This includes the replacement of the existing insulation around the hot water piping and new electric power to the new heat trace system controllers.
Sewer Expansion Building project consists of the construction of an approximately 2,250 SF addition and remodeling of the existing sewer building, site work and other appurtenances.
21-37 / Mud Lane Area Service Renewal & Fire Hydrant Relocation / Water Main Abandonment Project
21-37 / Mud Lane Area Service Renewal & Fire Hydrant Relocation / Water Main Abandonment Project
Louisville Water Company is requesting Bids for the furnish and renewal, relocation, or discontinue of 53 customer services. Also
included with the project is the cut, plug, and abandonment of 8-inch water main and the supply and installation of 3 fire hydrants.
Contractor shall supply and install all materials required for the completion of this project. Limits of the referenced project include
sections of Blue Lick Road and Mud Lane.
Town of Orleans – 2021 CCMG Round 1 Resurfacing Project
Town of Orleans – 2021 CCMG Round 1 Resurfacing Project
The project consists of asphalt resurfacing of various street
segments within the Town associated with the 2021 Community Crossings Matching Grant program and
award.
This project will add new concrete structural support beams; remove and replace concrete
porch deck and part of ADA ramp; remove and re-install ADA door pad and handrails; paint all
steel support columns and rails.
Town of Sellersburg – 2021 Hydrant Replacement Project
Town of Sellersburg – 2021 Hydrant Replacement Project
This project includes all work required to replace 58 fire hydrant assemblies. Installation of
insertion valves, replacement of gate valves, and installation of repair clamps will be included as
required. Work includes excavation, removal and disposal of existing appurtenances as required,
as well as installation, backfill, and restoration for the new appurtenances.
CCK-2555-22 Seaton Center Racquetball Courts Renovation
CCK-2555-22 Seaton Center Racquetball Courts Renovation
Convert four existing racquetball courts into four kinesiology teaching labs. Dividing wall between each pair of courts will be removed and replaced with a sliding partition. New floors, new ceiling, new lighting, and upgraded HVAC and electric will be provided.