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.
Estimate:
$264,165.00
Pre-Bid:
For additional information go to https://eprocurement.ky.gov
The Project involves replacement of 22 existing, above-ceiling, horizontal, water-source heat pumps at this facility with new units. Existing duct, circulating water lines and electrical power are to be re-connected and used. New building DDC network controls have been provided under a separate contract, already partially executed, but will require connections to the new heat pumps by Bid Allowance. Much of the project work involves food service areas and shall have to be executed while these spaces are not in use, between 8:00 pm and 4:00 am, and work areas will need sufficient containment to avoid contamination of any surrounding food preparation spaces. All personnel visiting or working on the site must wear Personal Protective Equipment and shall be subject to body temperature checks and questioning, as well as periodic virus testing.
Provide a new 300 kW natural gas standby generator on grade with two automatic transfer switches to feed emergency and optional standby electrical systems for Lonnie Watson Building at KCIW campus. This new generator will supply standby power for 100% of the building’s electrical systems. The project will include intercepting service entrance feeders for two existing main distribution panels and reworking the feeders through the new transfer switches to refeed the existing panels. Additionally, provide a remote generator annunciator panel within the building’s central control room. The generator will be controlled locally with no integration to the existing building automation system.
The project is to be a new maintenance garage and support facilities for the Kentucky Transportation Cabinet, District 2. The garage building will be an 8,000 square feet pre-engineered metal building with metal wall and roof panels and a thermal insulation/liner system. The structural system consists of a pre-engineered steel frame skeleton with conventional poured in place concrete shallow foundations, piers, grade beams and concrete floor slabs. The building layout consists of a 6,000 sf vehicle area with two vehicle bays, and a 2,000 sf support area containing offices, toilets, shower, break room and storage. Interior partitions will be light gauge steel framing with gypsum board surface and sound batt insulation. Occupied support spaces will have sealed concrete flooring and acoustic panel ceilings. Pedestrian doors will be hollow metal, windows will be aluminum framed with insulating glass. Vehicle doors will be by Owner. Site work consists of excavation and engineered fill for the building pad, minimal sidewalks, and parking and asphalt paving. Site furnishings include signage and flagpole. Water service shall be from municipal system, sanitary will gravity flow to municipal system. The building will utilize natural gas for heat. HVAC for occupied support spaces will be a packaged horizontal HVAC unit. Vehicle bays will be heated with gas unit heaters and ventilated with exhaust fans. Electrical work includes a 120/240V power distribution system and LED lighting. Communications systems will include telephone and data wiring and devices.
The equipment storage shed will be a 2,160 square feet wood framed building, open on one side, with metal wall and roof panels. The structural system consists of concrete pier foundations, wood posts/columns with wood secondary framing and wood truss roof structure.
The project consists of renovating classrooms and offices, the renovation of existing and alteration of spaces
into new restrooms, and associated mechanical, electrical and plumbing work. Alternates to be considered:
1. Removal of Casework and replacement of flooring and base in rooms 203, 239 ,239A, 240 ,241, 256, 256A.
2. New flooring and base in lecture hall 228. Work will involve removal and reinstallation of fixed seating.
Demolition of existing flooring will be by owner.
3. Painting of basement corridor.
4. Construction of east exterior ADA entry ramp as shown in plans.
5. Remove existing openings 100A & 136A and replace opening with new storefront, glazing and hardware set
#4.
6. Update finishes, ceiling and lighting in Elevator Lobby 100 and Corridor 147.
7. Remove existing openings 136A and 139A and replace openings with new storefront, glazing and hardware
set #4
8. Update finishes, ceiling and lighting in Elevator Lobby 139 and Corridor 156.
9. Replace ceiling grid and lighting in Corridor 158.
City of Elkhorn City – Water Main Relocation Project
City of Elkhorn City – Water Main Relocation Project
This work includes: The City of Elkhorn City intends to relocate a 6” water main by open cut crossing the Russell
Fork River downstream of the existing railroad bridge crossing. The plan includes approximately 1,070 linear feet of
8” ductile iron and approximately 175 linear feet of 4” ductile iron water line. Adherence to environmental
mitigation procedures will be required as described in the special provisions.
Louisville Water Company is requesting Bids for modifying the existing painted brass guardrails at four (4) locations on the first floor
of the Pump Station as defined in the contract documents. The work scope includes removing the top perimeter rails and connections,
providing new brass rails, connectors, and extensions. Project also includes new laminated, tempered safety glass panels and glass
mounting clips. The entire railing assemblies will be painted.
A pre-bid meeting to discuss the Project and to tour the work site will be held on October 7, 2020 at 9:00am EST/EDT. at Zorn Pump
Station #3, 3005 River road, Louisville, KY 40207, Attendance at this meeting is strongly recommended.
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 $100,001 – $150,000.
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 not 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: BUILDING 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.
Housing Authority of Williamsburg – Entry Doors and Roofs
Housing Authority of Williamsburg – Entry Doors and Roofs
The work to be performed consists of:
Remove existing, provide and install new:
Front and rear entry doors and frames
Shingle roofing with underlayment flashing, fascia wrap, gutter and downspout
Grayson Utilities Commission – Indian Hills Water Line Replacement
Grayson Utilities Commission – Indian Hills Water Line Replacement
The work to be bid is described as follows:
CONTRACT 152-20-01
Furnishing and installation of approximately 2,477 L.F. of 6-inch PVC water
main, approximately 439 L.F. of 2-inch water main, 16 residential meter reconnects, 8-
inch polyethylene directional drill, 3 fire hydrants, and appurtenances.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of Bluegrass Fields Pump Station Renovation Contract No. 16452, Budget ID No. F20321, Drawing Record No. 16452, Sheet No. 1-11, will be received at the office of MSD until 10:00 AM, Local Time, Tuesday, October 27, 2020, and will be publicly opened and read at that place and time. The public may attend the bid opening via Microsoft Teams web-call (Call-in Number: 502-654-8113, Conference ID: 419731278#).
Description and location of Project: The project provides for the modification of the existing wet well, installation of valve vault, new controls, generator, pipe work, fencing and gate, new driveway, and appurtenant work. All work shall be done in accordance to MSD’s Standard Specifications.
There will be a non- mandatory pre-bid meeting held for this project. The non-mandatory pre-bid meeting will be held via Microsoft Teams (Call-in Number: 502-654-8113, Conference ID: 420414365#) at 10:00 A.M. Local Time, Tuesday, October 13, 2020. Bidders are encouraged to make a site visit immediately following the pre-bid meeting.
The Engineer’s Construction Cost Estimate for this project is between $350,000.00 and $450,000.00.
The bid documents will be available on Tuesday, September 29, 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 Meskerem Eshetu, P.E.. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Meskerem Eshetu E-mail: meskerem.eshetu@louisvillemsd.org.. Questions received less than ten 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, Meskerem Eshetu, P.E.
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.
City of Jeffersonville – CSO Storage Interceptor – Phase 3
City of Jeffersonville – CSO Storage Interceptor – Phase 3
This project consists of furnishing and installing approximately 3,560’ of 72” gravity sewer and
3,810’ of 60” gravity sewer, 3,000’ of overflow/diversion sewers ranging from 18” to 54” in
diameter, 4,600’ of smaller diameter local collector sewers, manhole, structures, weirs, gates,
asphalt pavement restoration, curb and sidewalk replacement, storm sewer installation, green
infrastructure, and all other items shown on the plans and mentioned in the specifications for a
complete project.
Project includes construction of 6 masonry welding booths that are to be painted in an existing building teaching shop area. Project includes electrical circuits and safety switches with receptacles for welder connections. Additional work includes modifications to existing HVAC systems, and installation of Owner furnished welding fume extraction equipment.
The project involves re-roof work at the McCreary Co. Transportation Maintenance Garage in Whitley City, KY. The goal of this project is to install new flute filler insulation, new cover board and a new PVC membrane over the original approximate 7,400 square feet metal roof. Replace all gutters and downspouts, terminate downspouts to existing drain pipes at ground.
The project involves re-roof work at the Oldham Co. Transportation Maintenance Garage in LaGrange, KY. The goal of this project is to install new flute filler insulation, new cover board and a new PVC membrane over the original approximate 7,420 square feet metal roof. Replace all gutter and downspouts, provide splash blocks at grade.
The scope of this project is to demo and replace second floor above ceiling Hot/Chilled Water Piping associated with the 2-pipe fan coil distribution piping at the Health Services Building in Frankfort, KY.