Buildings and Roof Areas: 3A (Alternate No. 1)/ 3B/ 3C/ 3D/ 3E (Alternate No. 2) Remove: Existing membrane roofing system, including insulation, down to existing, sloped concrete decks. Existing razor wire. Install: New 2-layers of 2.2″ insulation and 1/2″ cover board to produce an R-25 roofing system. New crickets at drainage with 1/2″ per foot slope. New 2-ply SBS roofing membrane with foil faced flashings. New 24 gage prefinished metal copings, metal counter flashings and edge metals. New roof drain inserts. New razor wire.
This project generally consists of fire alarm system replacement for the Main Lodge, Lodge Rooms, Administration Building, Convention Center, Fitness Center, and the Little River Lodge. The work consists of the following: removal of existing systems, installation of addressable fire alarm/voice evacuation/mass notification system (MNS), integrating the various buildings into a single system that communicates via new outside plant fiber (installed by others), installation of central control panel (located in Administration Building) with callout to a central station monitoring company, finishes patching, and clean-up. The trades involved include but not limited to the following: demolition, electrical, fire alarm, and finishes patching.
Housing Authority of Williamsburg – Cumberland Structural
Housing Authority of Williamsburg – Cumberland Structural
DESCRIPTION OF WORK
The work to be performed consists of:
a. Repairs to existing concrete walking areas, hollow-core planks and beams
b. Replacement of existing metal C channel and stairs, stringers, hand and guard rails
c. Tuckpointing and architectural CMU screen wall repair and replacement
d. Modifications to existing exterior condensate lines
e. Repainting of existing storefront door/widow frames
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the Ireland Drive Drainage Improvement ProjectContract No. 2021-017, Budget ID No. C21163, will be received at the office of MSD until 10:00 a.m., Local Time, March 9, 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: This project included 12″ to 18″ pipe installation with 18″ to 24″ catch basin installation. Also included is a one foot “V” paved ditch installation with asphalt overlay and driveway apron replacement. 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 $ 150,000.00 and $200,000.00.
The bid documents will be available on, February 22, 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 204517520#.
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
The project consists of removal of existing roof systems, installation of new roofing systems over existing buildings, miscellaneous minor repairs to roof edge condition and roof edge drainage systems, installation of wood siding panels & masonry repairs as follows:
1. Shingle Roof (‘A’):
a. Tear-off to plank deck.
b. Install new vented nail base.
c. Install new ice & water shield.
d. Install new pre-finished drip edge, edge metals and step flashings.
e. Install new 40-year asphalt shingles.
f. Install new pre-finished peak flashing.
g. Install new pre-finished gutters and downspouts.
2. Canopy Shingle Roof (‘B’):
a. Tear-off to plank deck.
b. Install new underlayment and perimeter ice & water shield.
c. Install new pre-finished drip edge, edge metals and step flashings.
d. Install new 40-year asphalt shingles.
e. Install new pre-finished peak flashing.
f. Install new pre-finished gutters and downspouts.
g. Install new pre-finished chimney caps.
3. Siding Over Roof Area ‘B’:
a. Remove existing siding down to insulation.
b. Install new fiber cement siding.
c. Install new 1×4 corner/ transition trim.
d. Prime and Paint new siding and trim.
4. Chimney Masonry Repairs:
a. Power-wash exposed masonry
b. Replace 100 damaged brick units
c. 100% Repoint
d. Clean & apply 2-coats of water repellent.
CITB-88-2021 Keen Johnson Building – Lower Level Renovation
CITB-88-2021 Keen Johnson Building – Lower Level Renovation
This invitation to bid (ITB) is for the renovation of the lower level of Eastern Kentucky University’s Keen Johnson
Building located on EKU’s Richmond, KY campus as specified in the following ITB solicitation. The work includes
furnishing all labor, materials, equipment and services necessary to complete the project as indicated throughout the
attached specifications and drawings, and including any and all future addenda. More specifically, the work includes
finishes, reception areas, offices, work areas, restrooms, storage areas, etc. as required for use by the EKU
Departments of IT and Printing Services.
The work of this project consists of:
a. Removal of existing detention hollow metal doors and frames.
b. Provide and install new detention hollow metal doors, frames and hardware.
c. Modify existing exterior stair at door 912.
d. Demolish and provide new exterior stair at west side of building 9.
Town of Sellersburg – Airport Lift Station Rehabilitation
Town of Sellersburg – Airport Lift Station Rehabilitation
The project generally consists of:
The demolition of the existing dry pit portion of the Airport Lift Station; the installation of a new
submersible lift station, valve vault, and associated valves and controls; the installation of two (2)
new manhole structures and the rehabilitation of one (1) existing manhole; the removal and
disposal of an existing precast concrete septic tank structure; the installation of ~235 linear feet of
8” gravity sewer; and the necessary bypass pumping associated with items listed above.
Project consists of furnishing all labor, materials and equipment and performing all work
necessary for the Lightning Project at the Gene Snyder Airport
WKU-10277 / Demolish Former Foundation Building at 1480 Colonnade Drive
WKU-10277 / Demolish Former Foundation Building at 1480 Colonnade Drive
You are invited to bid on the demolition of removal of the College Heights Foundation building located on the main campus of Western Kentucky University at 1480 Colonnade Drive. The building should be removed in its entirety including footers/foundations and existing underground utility piping. The 2 ½ story building was originally built in 1969 consisting of total gross square feet 4853.
WKU-10276 / WKU Commons at Helm Library Branding and Signage Package
WKU-10276 / WKU Commons at Helm Library Branding and Signage Package
You are invited to bid on the WKU Commons at Helm Library Branding and Signage Package. WKU is currently under contract with A&K Construction for the complete renovation of Helm Library. The construction project consists of the
renovation of the entire three-story, 85,000 sf Helm Library building: Demolition,
new construction, all new mechanical, electrical, plumbing, fire protection
systems, and fire alarm systems. Upgrades include all new doors, windows,
curtain wall, new finishes, casework, and millwork. Extensive exterior
improvements are also planned. The vender is to furnish and install the branding as listed in the bid documents.
CCK-2521-21 Construct Research Building #2 Phase 4 Design Release 1 – Fit-Out 2552.0
CCK-2521-21 Construct Research Building #2 Phase 4 Design Release 1 – Fit-Out 2552.0
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.
The scope of project includes all work required to replace existing detention hollow metal frames and doors that have been cast into concrete walls. Existing frames shall be cut from the concrete and new detention hollow metal frames and doors installed. New detention door hardware shall be furnished and installed per the contract documents. Interior and exterior walls adjacent to the work and new detention hollow metal doors and frames shall be painted as required.
Warren County Board of Education – Alvaton Elementary School Reroof
Warren County Board of Education – Alvaton Elementary School Reroof
Project consists of the installation of a metal retrofit roof system over the
existing metal roof system on sandwich metal roof panels over steel framing. Scope to
include demolition and replacement of any existing low slope membrane roofing, down
to existing metal deck and installation of new insulation and a TPO roof system. Select
locations of metal panel removal and replacement is also included, as noted on the con
tract documents.
Richmond Industrial Development Corp – Richmond Industrial Park South III Site Grading
Richmond Industrial Development Corp – Richmond Industrial Park South III Site Grading
The work to be bid upon is described as follows:
Richmond Industrial Park South III Lot Grading
• Approximately 65,076 CY of Earthwork
• Approximately 180 LF of 18-inch RCP with 4 Structures (Headwall/Endwall)
• Associated Erosion Control activities
• Other necessary items as shown on Drawings and Specifications.
City of Paris Combined Utilities – US 460 Utility Relocation
City of Paris Combined Utilities – US 460 Utility Relocation
The work to be bid upon is described as follows:
US 460 (Georgetown Rd) Utility Relocation
• Relocation of 263 LF of 4-inch PVC water line and appurtenances
• Relocation of 423 LF of 6-inch PVC water line and appurtenances
• Relocation of 15,000 LF of 8-inch PVC water line and appurtenances
• Relocation of 45 LF of 10-inch PVC water line and appurtenances
• Relocation of 172 LF of 12-inch PVC water line and appurtenances
• Relocation of 150 LF of 6-inch PVC sanitary force main and appurtenances
Bourbon County Board of Education – Bourbon County High School Greenhouse
Bourbon County Board of Education – Bourbon County High School Greenhouse
This project consists of the replacement of the existing greenhouse in
approximately the same location. Greenhouse shall be approximately 72’ in length and 30’ in width,
with concrete foundation and floor and required utility connections
306 Blankenbaker Lane Drainage Improvement Project
306 Blankenbaker Lane Drainage Improvement Project
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the 306 Blankenbaker Lane Drainage Improvement Project Contract No. 2021-016 , Budget ID No. C21180, will be received at the office of MSD until 10:00 a.m., Local Time, February 25, 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: This project includes drainage pipe, paved “v” ditch, “U” channel, catch basin structure installation, driveway replacement, pipe safeloading, tree and brush removal, and final restoration along the front of 306 Blankenbaker Lane. 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 $ 80,000.00 and $110,000.00.
The bid documents will be available on, February 12, 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 95330797#.
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 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
Louisville Water Company is requesting Bids for the referenced project consisting of distribution water main replacement located in
the south central end of Louisville Metro on nine (9) different streets; includes; supply and install 3,580 LF of 12” PVC, 725 LF of
12” ductile iron and 95 LF of 8” ductile iron water main along Mt. Washington Rd, 620 LF of 12” PVC and 130 LF of 12” ductile iron
water main in easement along Preston Hwy, 470 LF of PVC along Faithful Way, 1,790 LF of 8” and 20 LF of 6” ductile iron water
main along Chapel Hill, 325 LF of 6” PVC and 50 LF of 6” ductile iron water main along Amestree Pl, 295 LF of 6” PVC water main
along Crantree Pl, 630 LF of 6” PVC and 60 LF of 6” ductile iron water main along Laureltree Pl, 730 LF of 6” PVC water main
along Durhamtree Pl, 195 LF of 4” PVC water main along Cannonwood Ct. Also included with the project is the transfer, renewal,
relocation or discontinue of 139 +/- customer services, install (9) Fire Hydrants , multiple tie-ins, cut and plugs and restoration of all
disturbed areas.
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 one of the following prequalification categories: 4” – 16” PVC Water
Mains 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
21-16 / 660 Plan Southwest Jefferson County Improvements – Blanton Lane 20 Inch Transmission Main Project
21-16 / 660 Plan Southwest Jefferson County Improvements – Blanton Lane 20 Inch Transmission Main Project
Louisville Water Company is requesting Bids for the furnish and install of 2,660 +/- LF of 20” Restrained Joint DPW PC350 Water
Main, 4,345 +/- LF of 20” DPW PC350 Water Main, 65 +/- LF of 12” DPW PC350 Water Main, 20 +/- LF of 8” DPW PC350 Water
Main, and appurtenances along Saint Andrews Church Rd., Blanton Ln., Mills Dr., Alreva Rd., Dixie Hwy., and Kerrick Ln,. Jack and
bore 405 +/- LF of 36-inch steel casing pipe under Dixie Highway, the P&L Railroad, Blanton Ln., and Saint Andrews Church Rd., all
of the above made ready for use in accordance and compliance with the Contract Documents. All materials to be supplied by the
Contractor.
The project site is located at W. Main Street., Lynch, KY 40855 near Lamp House Coffee Shop.
The bid is to furnish all necessary labor, materials, tools, machinery, warranties, and all other
items required to replace existing cement asbestos tile roof with a new asphalt shingle roof,
metal flashing and downspouts.