The project consists of:
1. New PVC roofing membrane & “flute filler” rigid insulation installed over existing metal panel roof system.
a. 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.
The project consists of:
1. New PVC roofing membrane & “flute filler” rigid insulation installed over existing metal panel roof system.
a. 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.
Hardin County Board of Education – Central Hardin High School Renovation & Addition
Hardin County Board of Education – Central Hardin High School Renovation & Addition
REBID Bid Packages: 030-General Trades, 031-Concrete and 210-Fire Protection
*Please note that some Plan Sheets may be in color
The HARDIN COUNTY BOARD OF EDUCATION will receive sealed bids for the Bid Packages listed for the CENTRAL
HARDIN HIGH SCHOOL RENOVATION/ADDITION project.
Warren County Board of Education – South Warren High School Hitting Facility/Concession Building – Bid Group I
Warren County Board of Education – South Warren High School Hitting Facility/Concession Building – Bid Group I
The Warren County Board of Education will receive sealed bids for the Bid Package listed for the South Warren High School Hitting Facility/Concession Building Bid Group I.
Estimate:
$ 56,325.00
Estimated Length of Project:
(Substantial Completion) + 30 Calendar Days (Final Completion)
The Jimmy Hall Bridge HP AML Reclamation Project consists of removal and replacement of the bridge to the Hall residence of Jimmy Hall near the community of Van, KY. The project site is located at Latitude: 37°07’56” N, Longitude: 82° 53′ 52″W. To reach the site from the KY AML Branch Office at 101 Bulldog Lane, Hazard, KY turn right onto KY 15 south and travel 25.4 mile to the intersection of KY 160, turn right onto KY 160, travel 2.1 mile to house on left of road and below the road elevation across the stream.
(Site Area)
A low water crossing from the Barbara Ison Slide HP PH2 AML Reclamation Project washed out and debris became lodged beneath the bridge and contributed to the damage of the structure. It is proposed to remove the bridge and abutments and construct a permanent crossing with a portable timber bridge. Sediment control will be provided by installation of silt fence or bales as directed. The material from the existing abutments will be excavated to provide stable approach and any excess will be place at the previously used waste area for the Barbara Ison project.
No trees greater than 3″diameter will be removed during this phase of reclamation.
(Waste Area)
The majority of material (approximately 50 yds) will be placed on site at designated Waste Area on the Barbara Ison Slide HP PH2 AML Reclamation Project.
The Project consists of construction services for Southern Water & Sewer District proposed Estill Bottom Emergency
Waterline Replacement Project which will consist of installing approximately 1,700 LF of 8” Class 250 PVC waterline in
Estill Bottom in Floyd County, Kentucky.
21-31 / Audubon Parkway Area Water Main Replacement Project
21-31 / Audubon Parkway Area Water Main Replacement Project
Louisville Water Company is requesting Bids for supply and installation of 870 +/- linear feet of 12-inch Pressure Class 350 ductile
iron water main, 1,330 +/- linear feet of eight (8)-inch Pressure Class 350 ductile iron water main, and 3,075 +/- linear feet of six (6)-
inch Pressure Class 350 ductile iron water main. Also included with the project is the supply and installation of two (2) fire hydrants,
and the supply and transfer, renewal, relocation or discontinue of 113 +/- customer services. Contractor shall supply and install all
materials required for the completion of this project.
Warren County Board of Education – Warren Central & Warren East High School Security Upgrades
Warren County Board of Education – Warren Central & Warren East High School Security Upgrades
The Warren County Board of Education will receive sealed bids for the Bid Package listed for the Warren
Central & Warren East High School Security Upgrades.
CCK-2537-21 Improve Electrical Infrastructure – Ag Complex – 2550.0
CCK-2537-21 Improve Electrical Infrastructure – Ag Complex – 2550.0
Project includes expansion of the University’s underground electrical infrastructure (duct
bank & manhole system) and extension of existing medium voltage circuits to provide
redundant electrical services to the Ag Complex. Removal of existing 4,160V service
equipment and replacement with new 12,470V service equipment comprises an alternate
scope of work. An additional electrical duct bank crossing Cooper Drive is also included as a
separate alternate scope.
City of Russell – 2021 Sanitary Sewer Rehabilitation Program
City of Russell – 2021 Sanitary Sewer Rehabilitation Program
The scope of work involves various sanitary sewer investigation and rehabilitation efforts to repair
portions of the existing sewer system. Work shall include sewer investigations such as cleaning and
televising gravity sewers, installation of new manholes, and rehabilitation work using methods such
as point repairs, manhole replacements or rehabilitation, dig and replace sewer lines, and cured-inplace
pipe (CIPP) lining. The Contract will be awarded to a single prime contractor who must perform
at least 50 percent of the work in-house.
Union County Board of Education – Re-Roof Projects
Union County Board of Education – Re-Roof Projects
1. The Work consists of the following:
Vocational School
a. Complete replacement of existing low-sloping Vocational School roof system.
b. Remove existing gutters, including the downspouts and wood blocking as indicated in
drawings. Provide all new pressure treated wood blocking as required to facilitate a
complete water-tight system.
c. New SBS Modified Membrane Roof System over existing deck.
d. Removal of existing pedestrian connector and replacement with new pedestrian
connector between Vocational School and High School to include load-bearing
masonry walls with brick veneer, new low-sloping SBS Modified Membrane Roof
System over metal deck and steel structure, interior finishes, exterior storefront
entrances and glazing, and interior hollow metal frames with wood doors.
Union County Middle School
a. Remove existing roofing system to deck below including gutters, downspouts and
wood blocking as indicated in drawings. Provide all new flashings and pressure
treated wood blocking as required to facilitate a complete water-tight system.
b. Install new metal roofing system over existing deck.
c. Multiple areas around the building have metal wall panels, these metal wall panels
are to remain and be protected throughout the entire project. Flash new roof system
into the existing metal wall panels for a water-tight system.
Sturgis Elementary and Morganfield Elementary
a. Install retrofit metal roofing system over the existing metal roof system, installing batt
insulation between the metal roof seams and additional framing on top of the existing
metal roof.
b. Remove existing flashings and gutters, including the downspouts and wood blocking
as indicated in drawings. Provide all new pressure treated wood blocking as required
to facilitate a complete water-tight system.
c. There are select locations where SBS Modified Membrane Roof System is to be
installed at existing low slope roof areas.
d. Multiple areas around the building have metal wall panels, these metal wall panels
are to remain and be protected throughout the entire project. Flash new roof system
into the existing metal wall panels for a water-tight system.
20-0511 – Biosolids Marketing and Distribution Management
20-0511 – Biosolids Marketing and Distribution Management
Proposals will be received by the Louisville and Jefferson County Metropolitan Sewer District until 2:00 PM, local time, May 11, 2021. MSD is using a web-based portal http://louisvillemsd.bonfirehub.com/portal/ for accepting and evaluating bid proposals for this Request for Proposal. Documents may be uploaded at any time during the open period indicated for each proposal.
20-0511 – Biosolids Marketing and Distribution Management
Replacement of the existing Locking Control System consisting of mouse driven touchscreen displays, PLCs, relays, cabinets, terminal blocks, power supplies etc. to provide local and remote annunciation and control of doors, gates, intercom, public address and communications functions. Scope includes the installation of a new intra-building and inter-building security fiber optic network, including pathways, fiber, termination enclosures, cabinets, etc. to create a complete working system.
This invitation is for the renovation in the Combs Building as specified in the following bid at Eastern Kentucky
University’s main Richmond Campus. The work includes furnishing all labor, materials, equipment and services
necessary for the complete renovation.
Grayson Utilities Commission – Gas and Water Utility Relocation
Grayson Utilities Commission – Gas and Water Utility Relocation
The work to be bid is described as follows:
CONTRACT 152-19-01
Gas and water utility line relocations consisting of approximately 288 linear feet of 6-inch restrained joint, ductile iron pipe; approximately 427 linear feet of 2-inch and 4-inch welded steel pipe; approximately 1,025 linear feet of 1-inch, 4-inch, and 6-inch high-density polyethylene pipe; approximately 260 linear feet of 10-inch and 12-inch steel casing pipe; and a pad, fencing, and gas regulator station. Seven individual road
crossings for these pipes will be required.
CCK-2536-21 Construct Research Building 2 Phase 4/BP 3 2552.0
CCK-2536-21 Construct Research Building 2 Phase 4/BP 3 2552.0
Please Note – Trade Package 10C: Folding Panel Partitions will be postponed to May 5, 2021. All other trade
packages will open as scheduled.
Research Building Phase 4 consists of an approximate 40,400 sf fit out of multidisciplinary research laboratory that will be the cornerstone of the University’s push to become a Top 20 national research facility. This facility is based on the latest improvements in research laboratory design standards. A list of trade contracts for this work is listed below.
City of Richmond – Brookline Subdivision Drainage Improvements
City of Richmond – Brookline Subdivision Drainage Improvements
The work to be bid is described as follows:
All necessary demolition, excavation, labor, materials, and equipment for construction
and installation of storm sewer collection system and appurtenances.
Lewis County Board of Education – Garrison Elementary School Replacement
Lewis County Board of Education – Garrison Elementary School Replacement
The Lewis County New Garrison Elementary School project will be bid and constructed utilizing the
Construction Management Agency form of construction contract delivery. Trace Creek Construction will
be the Construction Manager for the project under direct contract with the Lewis County Board of
Education. The project consists of the construction of a new approximately 47,000 SF two story
elementary school with site improvements. The facility will be constructed in two phases: 1) Construction
of the new school building and 2) demolition of the existing elementary school and construction parking
lots and site improvements. The existing elementary school which is adjacent to the location of the new
facility will be occupied during the first phase of the work.
Louisville Water Company is requesting Bids for the referenced project consisting of the following supply and install 655 +/- linear feet of 12-inch Pressure Class 350 ductile iron water main, supply and install 100+/- linear feet of 8-inch Pressure Class 350 ductile iron water main, supply and install 450 +/- linear feet of 8-inch DR-18 C900 PVC water main, supply and install 3,840+/- linear feet of 6-inch Pressure Class 350 ductile iron water main and 180 +/- linear feet of 6-inch DR-18 C900 PVC water main. Supply and installation of 60 +/- linear feet of 20-inch steel casing pipe and appurtenances (using open-cut installation technique). Also included with the project is the supply and installation of 11 fire hydrants, and the supply and transfer, renewal, relocation or discontinue of 67+/- customer services. Contractor shall supply and install all materials required for the completion of this project.
Questions or inquiries relating to this project must be submitted in writing via email at least seven (7) calendar days prior to the bid opening date. All questions and inquiries must be sent to the Buyer, Renee Fromme, email at rfromme@lwcky.com.
The Company’s Project Manager’s estimate for the Contract plus Company supplied materials for this Project is $1,000,001 – $3,000,000. If the Company’s Project Manager’s estimate for the Contract plus Company supplied materials exceeds $250,000: a Bid Bond is required. For this Contract, a Bid Bond is required.
Bids will only be accepted from Bidders who have been pre-qualified by the Company in the pre-qualification category or categories that apply to this Bid. This Bid requires prequalification in all of the following prequalification categories: 4” – 16” PVC OR 4”-16” Ductile Iron Water Mains. For information about pre-qualification, contact the Buyer listed above.
Award of the Contract will be based on base bid pricing and is at the Company’s sole discretion. Alternate bid(s) may or may not be awarded. The Company will award the Contract to the Bidder presenting a Bid that is responsive to the Specifications, is in substantial compliance with the Contract requirements, and presents the lowest and best price for performing the Work making up the base bid. The Company may accept the Bid that the Company determines is in the Company’s best interest, which may not necessarily be the least expensive Bid.
Bid Documents may be obtained from Lynn Imaging located at 11460 Bluegrass Pkwy, Louisville, KY 40299, (502) 499-8400 and www.lwckyplanroom.com. One copy of the Bid Documents (includes technical specifications and a full set of plans) will be available
at no charge (not including shipping/delivery charges) to Contractors that are prequalified with Louisville Water Company in the category(ies) specified for this bid. For details regarding the charges that apply to non-prequalified contractors, go to www.lwckyplanroom.com.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the Invicta Drive Drainage Improvement ProjectContract No. 2021-020, Budget ID No. C21204, will be received at the office of MSD until 10:00 a.m., Local Time, April 20, 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: Mitigate flooding issues along the rear easement with a new paved ditch system. 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 $ 175,000.00 and $225,000.00.
The bid documents will be available on, April 5, 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 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 273444159#.
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
CCK-2534-21 Construct Research Building 2 Phase 4/BP 2 – TC-21A Fire Protection 2552.0 – Rebid
CCK-2534-21 Construct Research Building 2 Phase 4/BP 2 – TC-21A Fire Protection 2552.0 – Rebid
Research Building Phase 4 consists of an approximate 40,400 sf fit out of multidisciplinary research laboratory that will be the cornerstone of the University’s
push to become a Top 20 national research facility. This facility is based on the latest improvements in research laboratory design standards. A list of trade contracts for this work is listed below.