PROJECT DESCRIPTION:
CALL 201 CONTRACT ID 171204 GARRARD, MERCER COUNTIES 121GR17D004-STP KENNEDY BRIDGE ROAD (KY 152) GARRARD COUNTY STP BRO 5129 (016) : KENNEDY BRIDGE ROAD (KY 152) GARRARD COUNTY (MP 0.000) REPLACE BRIDGE AND APPROACHES ON KY 152 OVER HERRINGTON LAKE AT THE MERCER/GARRARD COUNTY LINE (MP 0.076), A DISTANCE OF 0.12 MILES. BRIDGE WITH GRADE, DRAIN & SURFACE. MERCER COUNTY STP BRO 1529 (016) : KENNEDY BRIDGE ROAD (KY 152) IN MERCER COUNTY (MP 18.818) REPLACE BRIDGE AND APPROACHES ON KY 152 OVER HERRINGTON LAKE AT THE MERCER/GARRARD COUNTY LINE (MP 18.894), A DISTANCE OF 0.32 MILES. BRIDGE WITH GRADE, DRAIN & SURFACE.
PROJECT DESCRIPTION:
CALL 102 CONTRACT ID 171202 DAVIESS COUNTY STP BRZ 0203 (342) : FIELDS ROAD (CR 1014) (MP 1.326) REPLACE BRIDGE OVER BURNETT FORK ON FIELDS RD (CR 1014) 0.75 MI W OF KY 142 (MP 1.340), A DISTANCE OF 0.05 MILES. BRIDGE WITH GRADE, DRAIN & SURFACE. SYP NO. 02-01093.00.
PROJECT DESCRIPTION:
CALL 101 CONTRACT ID 171007 BULLITT COUNTY STP BRO 5116 (030) : KY-61 OVER BARLEY CREEK REPLACE BRIDGE ON KY-61(MP 7.609) OVER BARLEY CREEK .10 MILE NORTH OF JCT KY-251. BRIDGE REPLACEMENT. SYP NO. 05-01056.00.
PROJECT DESCRIPTION:
CALL 100 CONTRACT ID 171008 LETCHER COUNTY NHPP 1191 (052) : HARLAN-WHITESBURG ROAD(US-119) PARTRIDGE TO OVEN FORK;SURFACING ON US-119 FROM 1000 FT WEST OF JCT. KY-3404 TO 0.15 MILE WEST OF KY-806 AT OVEN FORK INCLUDING APPROACH TO EXISTING US-119. ASPHALT SURFACING NEW CONSTRUCTION. SYP NO. 12-00311.79.
As the Main Building ages, many parts of the building façade have begun to show serious signs of atmospheric and biological staining. The staining includes such materials as bird feces, mold, and moss. Simultaneously, building elements such as metal capitals, brick, and stone require cleaning, maintenance, and repair. If it is visible (as opposed to a hidden flaw or needed repair for all elements included in the project following), it is included in the project for repair and cleaning, etc. The goal of this project is to return the exterior of the building façade (all faces) to excellent visual character and physical condition. The Contractor will be responsible for all visible and existing exterior required repairs and facade cleaning and should he do a thorough examination of the building prior to submitting a bid as no change order will be issued for obvious and required cleaning and repairs.
This project includes, but is not limited to the following:
• Cleaning of all exterior surfaces,
• Required specific tuck-pointing of the masonry,
• Repair and refurbishment of column capitols,
• Repair of the stone elements,
• Installation of additional mulch beds.
Dickey Hall, constructed in 1964, currently as a separate and unconnected project, is having its HVAC systems upgraded. As related project to the HVAC upgrading, this project will replace the windows on the building with energy with energy efficient windows. There are a total of two hundred and twenty (220) windows plus two stair towers with store front type installations. The contractor will responsible for the window count). Secondly, the building exterior will be re-caulked along with the window replacement process.
Perry County Public Library – Children’s Library Flooring Replacement
Perry County Public Library – Children’s Library Flooring Replacement
The Project consists of the flooring replacement of approximately 3,940 SF for the Children’s library + approximately 150 SF FOR THE Children’s Study Room + approximately 658 SF for the Teen Area, including but not limited to flooring & base removal, new rolled rubber flooring, rubber base, and related accessories.
CCK-2196-17 Central Utility Plant – Cooling Tower Recovery System
CCK-2196-17 Central Utility Plant – Cooling Tower Recovery System
Please Note: Addendum 04 has changed the Bid Date
PROJECT DESCRIPTION:
The project includes but is not limited to the following work:
1. Installation of High Purity Water (HPW) unite which will reduce the amount of cooling tower water
sent to sanitary during blowdown resulting in reduced cooling tower water make-up water requirements.
2. Installation of a received tank, prior to the HPW unit, which will collect cooling tower blowdown water
and allow for batch processing of the water by the HPW unit.
3. Associated piping, fittings, valves, specialties, etc., to interconnect this HPW system to the existing
condenser water system.
4. Associated electrical conduit, wiring and equipment to allow for operation of the motors and control
panels on the HPW system.
Associated controls conduit, wiring and equipment to between the HPW system and instrumentation
on the receiver tank, as well as interconnection of the HPW system to existing chiller controls systems.
LFUCG – Black & Williams Center – Roof Replacement & Repairs
LFUCG – Black & Williams Center – Roof Replacement & Repairs
PROJECT DESCRIPTION:
Consisting of the construction and/or furnishing of items as listed for the Black &
Williams Center Roof Replacement & Repairs, 498 Georgetown Street, Lexington-Fayette
County, Kentucky.
CCK-2195-17 Anderson Tower Basement Lab Renovation Project
CCK-2195-17 Anderson Tower Basement Lab Renovation Project
Please Note: Addendum 2 has changed the Bid Date
PROJECT DESCRIPTION:
THIS PROJECT IS FOR THE RENOVATION OF LABORATORY SPACE IN ROOMS 67, 69, 71, AND 73
OF ANDERSON TOWER. ALL ROOMS WILL BE OPENED UP TO MAKE ONE LARGE LABORATORY
SPACE. THE NEW SPACE WILL RECEIVE NEW FLOORING, LIGHTING, AND NEW LABORATORY
CASEWORK, AND THE WALLS WILL BE PAINTED. THE MECHANICAL, ELECTRICAL, AND
PLUMBING WILL BE UPDATED AND LIFE SAFETY DEVICES WILL BE BROUGHT UP TO CODE.
Richmond Utilities Board – Motel 6 Lift Station Replacement
Richmond Utilities Board – Motel 6 Lift Station Replacement
PROJECT DESCRIPTION:
The work to be bid is described as follows:
Furnish and installation of a suction lift pump station rated at 200 gpm at 53-
feet of total dynamic head.
Winchester Municipal Utilities – Hampton Manor Sanitary Sewer Improvements Project
Winchester Municipal Utilities – Hampton Manor Sanitary Sewer Improvements Project
PROJECT DESCRIPTION:
The project scope includes construction of 3,158 linear feet of 24-inch gravity sewer line, 153 linear feet of 8- and 12-inch gravity sewer, 322 linear feet of boring 42-inch encasement pipe, 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 Portland CSO Basin Contract No. 15,688, Budget ID No. H09125, Drawing Record No. 15,688, Sheet No. 1-121, will be received at the office of MSD until 10:00 AM, Local Time, Thursday March 2, 2017, and will be publicly opened and read at that place and time.
Description and location of Project: Construction of a 6.7 Million Gallon (MG) below grade circular concrete storage basin with a central flushing system and associated electrical, mechanical, instrumentation and control systems. Site work will include the construction of a control building, access road/parking area, security fencing and landscaping.
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 at the Main Office Building, 700 West Liberty Street at 10:00 A.M. Local Time, Tuesday February 7, 2017. A site visit will be held immediately following the pre-bid meeting.
The Engineer’s Construction Cost Estimate for this project is between $ 40,000,000.00 to $ 50,000,000.00 .
The bid documents will be available on, Monday January 30, 2017, 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 Jacob L. Mathis, P.E.. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Jacob Mathis E-mail: jacob.mathis@louisvillemsd.org. Questions received less than five 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, Angela Akridge, P.E.
IF THE ENGINEER’S CONSTRUCTION COST ESTIMATE IS $50,000 OR MORE, the Minority Business Enterprise and Woman Business Enterprise (MBE/WBE) participation goals shall be applicable to all contracts and comply with MSD’s Interim Supplier Diversity Policy and Guidelines (Interim Policy). The Interim Policy is considered as one of the elements of responsiveness in a bid. Bidders must subcontract at least 15.0% of the total amount of the Contract Bid price to a certified MBE and 6.0% to a certified WBE, or if the Contractor is unable to meet the goals, must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the Interim Policy. – (see MSD Construction Related MBE/WBE Documents and Forms at http://www.msdlouky.org/insidemsd/diverse ). Each bidder is responsible for careful review of the Interim Policy requirements contained in the bid documents. Failure to comply with the Interim Policy may be grounds for rejection of the bid as non-responsive.
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Jacob L. Mathis, P.E.
MSD Interim Supplier Diversity Policy and Guidelines for this project is as follows:
15% MBE and 6% WBE participation is required for this project.
PREVAILING WAGE CONTRACT: No
LOCAL LABOR PREFERENCE: Yes
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.
AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
Angela Akridge, P.E.
Chief Engineer
Rene’ Thomas
Director of Procurement & Supplier Diversity
MSD Procurement Department
Southern Water & Sewer District – Contract 3 – Water Treatment Plant Improvements
Southern Water & Sewer District – Contract 3 – Water Treatment Plant Improvements
PROJECT DESCRIPTION:
Construction of Contract 3 – Water Treatment Plant Improvements
including new grit removal system, replacement of one (1) raw water pump, one (1) high service
pump, one (backwash pump), replacement of tube setter system for two (2) sedimentation basins,
piping, electrical and all related appurtenances
Town of Clarksville – Ettel Lane Extension Through Gateway Crossing Development
Town of Clarksville – Ettel Lane Extension Through Gateway Crossing Development
PROJECT DESCRIPTION: This project includes construction of approximately 1,100 feet of new roadway, curb, storm sewers, utility conduit, sidewalk, landscaping, lighting, traffic signal and all other
items necessary for construction of a complete project.
PROJECT DESCRIPTION:
The work to be bid is described as follows:
Sanitary sewer rehabilitation by means of trenchless technologies and related proven techniques, as described in the specifications, at the collection system locations shown on the project map. Approximately 8,361 LF of sewer line and 30 manholes are included in the scope of this sanitary sewer rehabilitation project. The bids will include all provisions of the project including all associated work necessary to provide a finished product that meets the requirements set forth in the Contract Documents.
The Ashland Career Center HVAC Replacement is an HVAC renovation to replace the existing Central Air Handling Units and remote condenser with new HVAC equipment and Controls. The existing HW coil in the AHU is served by an existing gas fired boiler located in the basement. The two AHUs and Boiler will be demolished. All of the existing hydronic piping, pumps, expansion tanks, and valves will be demolished. With no exterior door directly to basement, the access to basement is limited. The new AHU for first floor will be located on first floor storage room space for easier access and maintainability. The new HVAC system will consists of two new Split System Air Handling Units and new Direct Digital Controls. Each AHU will have a base furnace module, a cooling coil module and also a Mixing box with full size dampers for Economizer mode. The DX cooling coil will each have their own Condenser located on existing concrete pad outside of Mechanical room. The condenser units will provide 3 stages of cooling capacity. All of the equipment will be DDC and tied into a new Building Automation System. The points will be integrated into the BAS with graphics and sequences.
The proposed work consists of the restoration and enhancement, using Natural Channel Design techniques, of approximately 15,680 linear feet of existing stream including Goose Creek and five (5) unnamed tributaries (Tributaries A, B, C, and D).
Tasks to be performed include installing construction access roads, reshaping of existing channels; re-establishment of new channels with stable dimensions; construction of in-stream structures; installation of bio-engineered bank protections, preparation of soil for seeding; native seeding and pasture seeding; installation of erosion control fabric and mulch; installing, and maintaining live stake and vegetative materials, installation of woven wire fence, installation of barbed wire fence, repairs of barbed wire fencing, removal of portions of existing fencing, installation of gates and cattle guards, installation of low water crossing, installation of culverts, wetland enhancement, pasture clearing and repairing driveway upon demobilization of the site.