City of Jeffersonville – Golfview Pump Station Replacement
City of Jeffersonville – Golfview Pump Station Replacement
This project consists of the furnishing and installing of a new pump station, complete with
wet well, valve vault, flow meter, emergency pump connection and control panel,
approximately 70′ of 4″ force main, approximately 140′ of 8″ PVC gravity sewer, asphalt
milling and resurfacing, decommissioning of an existing pump station and all other items
shown on the plans and mentioned in the specifications for a complete project.
Janice Mason Art Museum – Accessibility Renovation
Janice Mason Art Museum – Accessibility Renovation
This project includes restroom and site civil modifications to make the historic building handicapped
accessible. Interior work includes upgrades to the restroom facilities that include a unisex bathroom facility
with two stalls and a lounge area that will accessible. A water fountain will also be added that will be
accessible. A window on the side of the building will be removed and replaced with a new door leading out
onto a new ADA ramp with 3 landings in a switchback layout parallel with the existing parking lot driveway.
The existing angled parking along the side of the building on Scott Street will be partially removed to
construct a new concrete parking area for a van accessible parking space and striping at the top of the hill
near the intersection of Main Street and Scott Street. The ADA ramp at the existing sidewalk on the corner
of these two streets will be demolished and replaced with an ADA ramp that meets code requirements.
Partial sidewalks will be replaced along the sides of the existing museum. The sidewalk adjacent the new
handicapped parking space will be made wider to allow for 30” clear sidewalk and a new concrete
wheelstop and 2’ raised truncated domes will be installed.
Northern Madison County Sanitation District – Boone Village Sewer Project
Northern Madison County Sanitation District – Boone Village Sewer Project
Work is generally to include installation of approximately 7,704 linear feet of PVC Gravity
Sewer, 39 manholes and 4,100 of 4” PVC Force Main with 15 HP Pump Station to be
constructed at Boone Village Subdivision.
Project includes the renovation of the welding shop exhaust system. Work shall include, but not be limited to, the removal of existing exhaust equipment, ductwork, sprinkler piping, and other selective miscellaneous demolition. Additionally, project includes the addition of a new dust collector unit and exhaust fan, high-velocity ductwork, fume extraction arms, LED lighting, electrical power connections to equipment, and limited areas of painting.
Bullitt County Board of Education – New 800 Student Elementary School BP 2 – Building Automation Temperature Control
Bullitt County Board of Education – New 800 Student Elementary School BP 2 – Building Automation Temperature Control
Project consists of furnishing all labor, materials,
supplies tools, services, etc., necessary for:
Bid Package #2 – Building Automation Temperature Control
Capitol Feed #1 – The existing 13.2KV feed originating from the parking structure medium voltage gear at the KY Capitol Education Center. Currently the feed terminates at a pad mounted transform located on the north east side of the facility. This transformer is one of two transformers that serve the Education Center. Both transformers are rated 1,000kVA – 13.2kV-Pri/480V-3PH-Sec. Originally the Education Center was the boiler/chiller plant. The electrical demand at that time was such that each transformer served switchgear rated at 2,500amps – 480V-3PH. Since that time new boiler and chiller plants have been constructed taking the bulk of the electrical off the services. In reviewing past peak electrical demand for the Education Center the total service load is less than 500amps making it possible for one of the 2,500amp services to serve the building. Transformer PA will be removed. Transformer PB and the corresponding switchgear lineup PB will continue to serve the Education Center. The switchgear lineup PA formally fed by Transformer PA will be back fed from PB. Capitol Feed #2 – Conductors for the existing 13.2KV feed originating from the Capitol Annex will be removed due to age. New conductors will be provided to the Capitol Building. The new conductors will be extended into the existing Capitol electrical room and coiled up. Conductors shall be of sufficient length to terminate in the existing 15KV gear. This feed will be terminated in the existing 15KV gear under the Capitol Improvements project. For a complete project description see the Special Conditions.
CCK-2510-21 Cooling Plant #1 Tower Replacement Phase II – 2497.0
CCK-2510-21 Cooling Plant #1 Tower Replacement Phase II – 2497.0
Demolish Phase 2 of the existing towers, modify structural steel, sand blast and paint the
new and existing steel, install new frp grating and handrails, coordinate installation with
owner supplied cooling towers and pipe and wire towers when installation of tower is
complete at the Cooling Plant# 1.
Project is for the removal of an exterior walk-in cooler with a new walk-in cooler freezer is same location. Project includes demolition of existing pad and new pad and foundations for new cooler, and related electrical connections.
MFWQTC Headworks and Dumpster Building Structural and Primary Blower Building Stair Repairs Re-Bid
MFWQTC Headworks and Dumpster Building Structural and Primary Blower Building Stair Repairs Re-Bid
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 of roof panels of the West Headworks and Dumpster Building
2. Repair and retrofit of the Conveyor Room’s south exterior wall brick veneer
3. Complete replacement of two (2) stairs within the Primary Blower Building including demolition, installation, support, handrails, etc. All work shall be done in accordance to MSD’s Standard Specifications.
City of Versailles – KCTCS System Office Parking Lot Repaving
City of Versailles – KCTCS System Office Parking Lot Repaving
Project consists of repaving the existing parking areas and drives at the KCTCS System Office and associated concrete and storm sewer improvements. Repaving
scope includes removal of full The project construction scope includes repaving of existing parking and drive areas and associated concrete and storm sewer improvements at the KCTCS System Office. Asphalt repaving scope includes removal
of full pavement sections, partial removal, asphalt milling, new asphalt pavement, new asphalt surface and asphalt sealcoating. Site concrete scope includes removal and
replacement of some existing concrete curb and gutter and sidewalks. Overexcavation
and remediation is included in one portion of the main parking lot, as well as removal of existing storm structures and replacement with new curb inlets, installation of new
storm pipe and subdrainage systems. New turfgrass is included at parking lot islands and where construction work necessitates repair of existing turfgrass.
Perry County Fiscal Court – SYKES Enterprises Customer Support Center Interior Renovation – Furniture – REBID
Perry County Fiscal Court – SYKES Enterprises Customer Support Center Interior Renovation – Furniture – REBID
The work to be rebid consists of:
The furnishing and installation of furniture for: private offices, reception/waiting areas, training rooms, agent
workstations, and conference and break rooms. The vendor shall furnish all materials, equipment, and labor
necessary to complete the installation
Description and location of Project: This project includes 60-inch drainage pipe installation along the easement between 3902 & 3906 Mimosa View Drive, in Metro Council District 20. All work shall be done in accordance to MSD’s Standard Specifications.
City of Danville – Perryville Road Elevated Tank and Booster Pump Station
City of Danville – Perryville Road Elevated Tank and Booster Pump Station
The Project consists of constructing a 750,000-galion multi-column elevated storage tank, 500 GPM
triplex booster pump station and appurtenances, and demolition of the 100,000-galion East Perryville
standpipe.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of the DRGWQTC Elevator Repair Project Contract No. 16445, Budget ID No. D21129, Drawing Record No. 16445, Sheet No. 1-25, will be received at the office of MSD until 11:00 a.m., Local Time, Tuesday, November 3, 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 809524205#. This info will also be posted at the bid box on the day of the bid opening.
Description and location of Project:
A. The Project will include modernization and related improvements for the following elevators
1. Derek R. Guthrie Wet Weather Screen Building Passenger
2. Derek R. Guthrie Wet Weather Pump Station Passenger
B. The Contractor is responsible for verifying all existing conditions, elevations, dimensions etc. and providing his finished work to facilitate existing conditions. All measurements provided on plan set are for convenience to the contract but should be field verified by the Contractor prior to execution of any work.
C. 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.
D. 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/or machine rooms
7. Installation of communication and fire safety equipment
All work shall be done in accordance to MSD’s Standard Specifications.
There will be a Pre-bid meeting held for this project. The Pre-Bid Meeting will be held at the Derek R. Guthrie Water Quality Treatment Center Administration Building on Monday, October 19, 2020 at 1:00 p.m. The address is 11601 Lower River Road, Louisville, KY 40272. All visitors will be required to furnish their own PPE (hard hat, steel-toed shoes, reflective vest) to visit the site. Face masks must also be worn during the site visit.
The Engineer’s Construction Cost Estimate for this project is between 500,000.00 and $1,500,000.00.
The bid documents will be available on October 6, 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 Julie Potempa. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Julie Potempa E-mail: julie.potempa@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, Julie Potempa.
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: Not Applicable
This MSD construction project is bid and advertised as:
Construction Services 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.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
University of Kentucky Thomas Hunt Morgan Building. Renovate existing lab# 304.
Construct new office, relocate entry door, and construct new wall to revise lab size. New
casework, flooring, and lighting will be installed. The HVAC, electrical power, and DDC
systems will be updated. Existing fume hood will be relocated.
The project includes providing all construction supervision, labor, materials, tools, test
equipment necessary for the Upper Cane Run Wet Weather Storage project. The
principal features of the Work to be performed under this Contract includes, but is not
limited to a 2 Million Gallon Wet Weather Storage Tank, an 8.5 Million Gallon a Day Wet
Weather Pump Station, an Influent Diversion/Screening Structure, a Magnetic Meter Flow
Vault, approximately 94 linear feet of 12-inch Gravity Sewer Pipe, approximately 145
linear feet of 24-inch Gravity Sewer Pipe, approximately 405 linear feet of 27-inch Gravity
Sewer Pipe, approximately 970 linear feet of 24-inch Force Main, approximately 1,735
liner feet of 4-inch Water Line, Bituminous Pavement Access Roads, Security Fencing
(Chain Length Fence, Decorative Fence and Decorative Gates), Site Work, Landscaping
and Electrical Site Work.
The foregoing descriptions shall not be construed as a complete description of all work
required.
Estimate:
$106,000.00
Estimated Length of Project:
(Substantial Completion) + February 28, 2021 (Final Completion)
The Division of Abandoned Mine Lands wishes to receive bids to perform reclamation work on approximately 27.18 acres of mine land in Whitley County, Kentucky. The work will consist of gradework, ditch work, and revegetation of 1 bond forfeiture permit(s).
This package involves the installation work for Bid Package # 01 – Pavilion A 5th Floor Patient Room Fit-Out Project. The work will be performed under contract with the Construction Manager, Turner Construction Company.
RFB-100-21 TAB Services for Hazelwood HVAC System Replacement
RFB-100-21 TAB Services for Hazelwood HVAC System Replacement
Estimate:
$ 48,000.00
Estimated Length of Project:
(Substantial Completion) + July 31, 2021 (Final Completion)
The Hazelwood Center is an extended intermediate care facility. The purpose of the project is to remedy existing heating, cooling, humidity, and air quality issues in the building. The scope of the project includes replacing existing steam boilers remotely located in an adjacent building with hot water boilers located in a new mechanical room in the basement. Existing domestic water heat exchangers, DX cooling and steam heating units serving the building, Steam PTAC units, and kitchen cooking equipment fed from steam will be removed and replaced. This project is separated into four phases to allow for continuous operation of the facility. Scope of work for the TAB (Testing Adjusting and Balancing) Agency consists of furnishing all required materials, tools, instruments, coordination, participation and labor to perform and complete the TAB services per the Project plans and specifications for the above referenced Building Project. The HVAC systems for the building consists of Chilled water loop with chiller and pumps, Hot water loop with boiler and pumps, (3) Packaged roof mounted dedicated outdoor air systems. (1) Packed air handling unit. (1) Modular air handling unit utilizing hot and chilled water. (4) Modular outdoor air handling units utilizing hot and chilled water. (6) Domestic water heaters. (15) Roof mounted exhaust fans, Fan coil units serving client spaces. Controls consists of individual unitary controls on each unit and interfaced with a BAS system.