CCK-2513-21 Replace Vacuum Switches – Medical Plaza
CCK-2513-21 Replace Vacuum Switches – Medical Plaza
VACPAC – Replace three (3) 12KV switches severing the medical center buildings and new
duct bank. Work includes, but is not limited to, providing and installing a Pad Mounted
Switch, new duct bank, new feeders, electrical demo, and new air switches located per
plans, within the Wright Medical Plaza Building.
Pulaski County Board of Education – District-Wide HVAC Controls Upgrades
Pulaski County Board of Education – District-Wide HVAC Controls Upgrades
District Wide HVAC Controls Upgrades consists of upgrade of the existing
HVAC control network software and hardware to current versions.
District Wide HVAC Controls Upgrades:
Project Location:
1. Eubank Elementary School, 285 W. HWY 70, Eubank, KY 42567
2. Memorial Education Center, 222 Langdon Street, Somerset, KY 42501
3. Nancy Elementary School, 240 Hwy 196, Nancy, KY 42544
4. Northern Elementary School, 6155 Hwy. 39, Somerset, KY 42503
5. Northern Middle School, 650 Oak Leaf Lane, Somerset, KY 42503
6. Oak Hill Elementary School, 1755 WTLO Road, Somerset, KY 42503
7. Pulaski County ATC, 3865 S. Hwy. 27, Suite 101, Somerset, KY 42501
8. Pulaski County High School, 511 University Drive, Somerset, KY 42503
9. Pulaski Elementary School, 107 W. University Drive, Somerset, KY 42503
10. Shopville Elementary School, 10 Shopville Road, Somerset, KY 42503
11. Southern Elementary School, 198 Enterprise Drive, Somerset, KY 42501
12. Southern Middle School, 200 Enterprise Drive, Somerset, KY 42501
13. Southwestern High School, 1755 WTLO Road, Somerset, KY 42503
14. Day Treatment, 500 Chandler St., Somerset, KY 42501
15. Maintenance Facility, 501 University Drive, Somerset, KY 42503
City of Morehead – Police Department & 911 Dispatch Facility
City of Morehead – Police Department & 911 Dispatch Facility
The project will consist of construction of a new 17,000 SF +/- two story building for
the Police Department and 911 Dispatch services. The project includes the construction of the 911
Dispatch area as a storm shelter. Alternate bids will also be accepted as described in the bidding
documents and section 01800 Alternates.
Description and location of Project:
A. The Project will include modernization and related improvements for the following elevators
1. Morris Forman Mechanical Equipment Building West Freight
2. Morris Forman Mechanical Equipment Building East Freight
3. Morris Forman Administration Building Passenger
4. Morris Forman Mechanical Equipment Building Passenger
B. The principal features of the Work to be performed under this Contract include, but are not
limited to the following:
1. Elevator modernization, repair, and/or replacement
2. Electrical modifications
3. Installation of related HVAC components or systems
4. Stabilizing existing lead paint, cleaning and painting wall surfaces
5. Removal and disposal of existing equipment
6. Structural modifications of elevator shafts, pits, and machine rooms
7. Installation of communication and fire safety equipment All work shall be done in accordance to MSD’s Standard
Specifications.
West Shelby Water District – Ardmore Crossing Phase 2 – Waterline Extension
West Shelby Water District – Ardmore Crossing Phase 2 – Waterline Extension
This contract consists of installing approximately 1,035 L.F. of 8” PVC, SDR-17
waterline, 1,075 L.F. of 6” PVC, SDR-17 waterline and all other necessary
appurtenances.
Blue Grass Airport – Westside Garage Walkway Rehabilitation Part 2 – Landscaping
Blue Grass Airport – Westside Garage Walkway Rehabilitation Part 2 – Landscaping
The project consists of the purchase and installation of new vegetation of the existing walkway between the open-air short-term parking lot and the parking garage at the Blue Grass Airport. It also includes pruning and removal of existing vegetation.
The Work includes a comprehensive interior renovation of the North and South Bound Weigh Station Buildings on I-75 south of London, KY. Existing flooring, rubber base, and acoustic ceiling systems to be removed and replaced. All laminate clad cabinetry to be replaced. Wall partitions to be painted. All hollow metal doors to be replaced. All aluminum storefront system to be replaced. HVAC system to be replaced. All plumbing fixtures to be replaced, waste lines to remain. Existing gutter, fascia, soffits, and downspouts to be replaced. Electrical devices and conductors to be replaced, new circuits installed as indicated, existing conduit typically to remain.
Interior renovation of existing 2,000 s.f. classroom spaces into instructional space to serve as a component of the Southeast Kentucky Recovery Training Center (SKERT). Scope of work includes, but not limited to; HVAC, Electrical, Lighting, Plumbing, Selective Demolition, Masonry, Doors, Paint and Interior Finishes. Project Also includes the coordination of Owner provided educational equipment.
Estill County Board of Education – Bleacher Replacement
Estill County Board of Education – Bleacher Replacement
Project consists of furnishing of all labor, materials, supplies, tools, equipment, services, etc., necessary for the construction of Estill County Bleacher Replacement
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of the Flood Gate 102 Replacement Project Contract No. 15856, Budget ID No. F15010, Drawing Record No. 15856, Sheet No. 1-7, will be received at the office of MSD until 1:00 p.m., Local Time, Tuesday, November 17, 2020, 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 293 238 758#. This info will also be posted at the bid box on the day of the bid opening.
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. Removal and replacement existing Flood Gate 102
2. Replacing Existing Actuator and integrating actuators into existing controls inside the pump station
All work shall be done in accordance to MSD’s Standard Specifications.
There will be a pre-bid meeting held for this project. The non-mandatory Pre-Bid Meeting will be held at Central Maintenance Facility, Training Room 167 on Tuesday, November 3, 2020 at 2:00 p.m. local time. The address is 3050 Commerce Center Place. All visitors will be required to check in at the front gate. Face masks must also be worn during the site visit.
The Engineer’s Construction Cost Estimate for this project is between $350,000.00 and $500,000.00.
The bid documents will be available on October 21, 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 Josh Dickerson. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Josh Dickerson E-mail: josh.dickerson@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 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, Josh Dickerson
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 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: 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-2512-21 Anthropology Building #9854 Restroom Renovation
CCK-2512-21 Anthropology Building #9854 Restroom Renovation
This project renovates existing restrooms. Improvements include new wall and ceiling sheathing, VCT flooring, plumbing fixtures, toilet and urinal partitions, accessories, lighting, and supply air diffusers and exhaust grilles.
Estimate:
$418,099.85
Estimated Length of Project:
(Substantial Completion) + March 31, 2021 (Final Completion)
The Division of Abandoned Mine Lands wishes to receive bids to perform reclamation work on approximately 37.6 acres of mine land in Letcher County, Kentucky. The work will consist of earthwork, gradework, pond removal, tree planting and revegetation of one bond forfeiture permit.
Estimate:
$307,040.00
Estimated Length of Project:
(Substantial Completion) + 100 Calendar Days (Final Completion)
The Alan & Kristy Moore residence is located at 300 Parkview Drive in the community of Minnie, KY. The coordinates for the project site are 37°28’29.989’N, 82°45’16.38’W which is close to the Denver & Kathy Tackett residence at the bottom of the hill below the Moore residence.
A slide has occurred on the hillside between the Moore and Tackett residences. Aside from movement of vegetation and ground on the hill, it has caused to the Tackett’s driveway to crack and raise. Mr. Tackett is afraid that the slide will negatively impact his garage if allowed to continue further. To remediate this issue, 175 L.F. of 8’ tall reinforced concrete wall (AML 30-60-1) will be constructed behind the Tackett residence. The material beneath the base of the wall will be wrapped in filter fabric and have a subdrain constructed as shown on the plans.
To address the drainage, a 310 L.F. subdrain (AML 22-30-1) will be constructed behind the Moore residence. This subdrain will outlet into a new 12″ HDPE pipe, which will connect with a new 18″ HDPE that replaces an existing pipe currently on the hillside. This pipe will outlet into a new concrete dropbox (replacing an older dropbox) with new specified elevations.
In addition, an open portal exists behind the Moore residence. This portal will be closed using a standard wildlife accessible portal closure (AML 40-20-2).
Material generated by this project will be wasted onsite on the west side of the Moore residence (as depicted on the plans). The material will be graded so that water will not collect in the waste area. Work will be done in accordance with the plans and direction from the ENGINEER. All material will be graded and seeded as per residential seeding seed mix. If this area is not able to hold all removed material, a secondary waste area will be utilized 1.8 miles north on KY-122. The secondary waste area was previously designated for the Linville Newsome project and is located at coordinates 37° 29’ 18′ N, 82° 45’ 36′ W.
This project is intended to provide an interior finishes renovation to existing meeting rooms at the southwest and southeast corners of Freedom Hall, respectively. These rooms are on the first floor and are named rooms A2, A3 & A4 and V2, V3 & V4, respectively. The expected outcomes of these changes are as follows:
1. Upgrade of carpet and wall base and fresh paint on walls and doors.
2. Existing casework to be replaced with new units in similar arrangements and the addition of casework in existing room niches.
3. Existing HVAC systems serving these rooms will be upgraded by KEC with GC to provide a new lay-in ceiling system, maintaining other in-ceiling systems in their place.
4. Existing electrical devices will be replaced with new and new cover plates throughout with the addition of downlights at existing soffits above existing AND new casework in each room.
Knott County Water & Sewer District – Knott & Perry Counties KY 476 & KY 80 Interconnect AML Pilot & ARC Funds
Knott County Water & Sewer District – Knott & Perry Counties KY 476 & KY 80 Interconnect AML Pilot & ARC Funds
The work to be bid consists of:
Contract 31 will include the upgrade of two (2) existing booster pump stations (1) at Irishman Creek BPS and
(1) at the Montgomery Creek BPS, and the construction of two (2) new booster pump stations – Talcum BPS and Red Star BPS on KY 80 and related appurtenances. Also included is the construction of ±6,000 feet of 8” water line.
Contract 31A will consist of the construction of one (1) 150,000 gallons ground storage water tank along KY
80 near the Knott and Perry County line at Jamestown. The Contractor shall furnish all materials, equipment,
and labor necessary to complete the construction of the water tank, appurtenances and reclamation.
Renovate 1st floor of the Ben Roach Building, Renovate Whitney Hendrickson 2nd floor
dipensing pharmacy, Renovate Pharmacy at PAV H 2nd Floor, Renovate/Installation of
PET/CT Suite in PAV H Basement ***ALTERNATE.
TRADE CATEGORY SPECIFIC SCOPE OF WORK
Subcontractor shall be responsible for all work and material for Roofing Demolition (as it
applies to this trade package), Coated Foamed Roofing, Sheet Metal Flashing and Trim (as it
pertains to this trade package), Joint Sealants (as it applies to this trade package) and any
work in regards to this trade package per the discretion of the CM. This subcontractor is to
coordinate the installation of the roof to ensure that all components of the roof are installed
correctly and the transitions between different items are installed watertight. This contractor
will be responsible for temping in new roof drains and new curbs until the new AHU is set and
new roofing can be sprayed/applied. This contractor will also be responsible for the new walk
path on the roof adjacent to the AHU roof.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the Vista Greens Bank Repair Project Project Contract No. 2021-008, Budget ID No. C19099, will be received at the office of MSD until 10:00 a.m., Local Time, October 29, 2020, 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 boulder toe wall installation along the bank behind 11102 Vista Greens Drive, in Metro Council District 17. 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 and $120,000.00.
The bid documents will be available on, October 15, 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 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 541833579#.
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