UK-2285-23 RFP CM Services For Jacobs Science Building #2592.0
UK-2285-23 RFP CM Services For Jacobs Science Building #2592.0
The University of Kentucky desires the services of an experienced and highly qualified construction
management firm to provide “FULL SERVICE” construction management on the proposed project.
The Construction Manager (CM) selected will become a responsible, cooperative and contributing
member of the Owner’s professional team for the design and construction of the project. The
Construction Manager (CM) will provide assistance and advice and provide management services to
the Owner and design consultants to assure the project is completed within defined budget, program
and schedule.
Rattlesnake Ridge Water District – Phase 12 – Water System Improvements – Contract 2
Rattlesnake Ridge Water District – Phase 12 – Water System Improvements – Contract 2
The program of work for Contract 2 which bids are to be submitted consists of the replacement of approximately 700 existing meter assemblies and service lines and the installation of approximately 21,000 LF of new 2” and 3” water main as shown on the Drawings and described in the Specifications for the Rattlesnake Ridge Water District, Phase 12 – Water System Improvements.
The university desires to evaluate the existing building envelope, structure, and infrastructure with the aim of improvements that will preserve the asset, extend the useful life, and renovate the structure. Of particular interest are the programmatic needs, HVAC systems, plumbing systems and devices, electrical systems, data systems, roof, and accessibility to support the academic programs. A building addition is not out of consideration based upon programmatic evaluation.
Proposals will be received by the Louisville and Jefferson County Metropolitan Sewer District until 2:00 PM, local time, September 20, 2022. MSD is using a web-based portal for accepting and evaluating bid proposals digitally http://louisvillemsd.bonfirehub.com/portal/ for this Invitation to Bid. Documents may be uploaded at any time during the open period indicated for each proposal.
Rattlesnake Ridge Water District – Phase 12 – Water System Improvements – Contract 1
Rattlesnake Ridge Water District – Phase 12 – Water System Improvements – Contract 1
The program of work for Contract 1 which bids are to be submitted consists of the purchase and
replacement of 4000 meters, and the installation of nine master meter vaults and appurtenances.
Jefferson County Public Schools – Breckinridge Metro High School – Life Skills Kitchen Classroom Renovation
Jefferson County Public Schools – Breckinridge Metro High School – Life Skills Kitchen Classroom Renovation
The project consists of renovation of one classroom into a
life skills kitchen classroom. The work includes removing an
existing ceilings, new walls, new flooring and ceiling work,
new casework and residential appliance installation.
The project includes new metal stud framing, gypsum board,
painting, flooring, demolition and patching, plumbing,
HVAC and miscellaneous electrical.
This project includes the installation of approximately 42,120 sf. Of new roofing on selected decks of buildings 4, 5 and 14 at bluegrass station in Lexington, Kentucky. There are no known asbestos materials requiring removal or abatement. Existing modified built-up roofing shall remain except on several decks and shall be removed to deck as noted on drawings. Existing wet insulation shall be replaced. There may be some minor wood deck repair utilizing unit costs. New roofing shall consist of fully adhered 60 mil. Single ply to membrane roofing over new mechanically attached cover board. Existing sheet metal flashing will be re-used and supplemented with matching new metal where required. New gutters and downspouts are included. Roofing shall include 20- year no dollar limit warranty. This contractor shall include an allowance indicated for concealed repairs.
UK-2283-23 RFP – Nutter Field House Windows #2583.0
UK-2283-23 RFP – Nutter Field House Windows #2583.0
This Request for Proposals (RFP) is issued to solicit proposals from qualified, experienced,
financially sound, and responsible firms to provide turnkey design-build services for the design and
construction of new transom windows for UK Athletics at the Nutter Fieldhouse located 1401 Sports
Center Drive, Lexington, KY
The Cabinet for Human Resources central utilities plant (CUP) serves electrical power, steam, hot and chilled water to the CHR complex which includes the Cabinet for Human Resources (CHR) Building, Health Services Building (HSB), Commonwealth Office of Technology (COT) and the Jones Building. This project consists of a mechanical renovation to the existing plant that will incorporate controls renovation scope of work. New equipment will be added, and existing equipment will be substantially altered or demolished to achieve the design sequence of operation. This scope will include taking receipt of an owner-furnished boiler system deaerator and condensate surge tank that was purchased by the owner to be installed as part of this project. Additionally, demolition and/or salvage of existing steam boilers is to be performed under this contract.
This invitation is for phase I of our steamline upgrade as specified in the following bid at Eastern Kentucky University’s
Richmond Campus. The work includes furnishing all labor, materials, equipment and services necessary for the complete
upgrade including all items as indicated.
RFB-75-23 Shannon Johnson Slide, AML HP, Pike County, KY
RFB-75-23 Shannon Johnson Slide, AML HP, Pike County, KY
Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
The proposed project (approximately 1.1 acres) consists primarily of installing a two gabion retaining walls to stabilize the driveway to the Shannon Johnson residence. The project area is located at N 37° 19’ 6.272″, W 82° 38’ 34.757″. The site address is 1597 Turkey Pen Road, Virgie, KY 41572.
Reclamation work consists of constructing a 112 L.F. gabion wall to stabilize the driveway to the Shannon Johnson residence. The wall will begin as 12’ tall on the farthest end from the residence and continue for the first 40 L.F. The wall will then become 15’ tall for the next 40 L.F. and finish with 32 L.F. of 18’ high gabions. Another 50 L.F. of 12’ tall gabion wall will be constructed to address a smaller slip above the larger slide. A Class II ditch will be constructed in front of this shorter wall to direct drainage off the driveway. At the base of the hill, 40 L.F. of 24″ HDPE pipe with concrete headwalls on each side will be installed to direct drainage under the driveway and into the existing drainage ditch. A safety fence will be installed above both gabion walls. Finally, the open portal behind the residence will be closed with two wildlife-accessible portal closures. All disturbed areas shall be graded to allow positive drainage and re-seeded as depicted in the plans and directed by the ENGINEER. Traffic Control is included for the passage of motorist at the site.
The waste area for this project is located approximately 19.0 miles from the project site and has been used for multiple previous AML projects. The coordinates for the waste area are N 37° 25’ 37.981″, W 82° 32’ 0.751″.
Window Replacement and Repairs for 71 windows in five (5) dormitories located at the Kentucky Correctional Psychiatric Center in LaGrange, Kentucky.
Project scope includes removal of existing glazing and exterior stop. Window frame prep, new insulated security glazing and stop. Painting of existing hollow metal frames.
The new housing units at Little Sandy Correctional Complex will consist of 2 housing unit types herein referred to as Building GC and GD. Building GC will consist of 4 housing units double bunked and under direct supervision. All support and program spaces will be accessible from the pod. A central core will house administrative staff and group treatment rooms. HU1 will contain a cell tier, typical in all housing units.
All units within Building GC are planned for medium security. General Population Building GD will consist of 2 housing units double bunked and an additional 2 housing units of mental health (pod) units under direct supervision. All 4 units will contain support, and program spaces found in Building GC. The mental health units will contain sub-dayrooms to restrict the flow of inmates on both the ground floor and the mezzanine. The central core will mimic Building GC with spaces for administrative staff and treatment areas. Both general population and segregation units will have mezzanines. 2 housing pods will be medium security, general population. The 2 remaining mental health units will be maximum security.
The project consists of partial reroofing of existing SBS Modified Bitumen Roof System of the existing Bowman Field Readiness Center Annex located at 3600 Century Division Way, Louisville, KY 40205 for the Kentucky Department of Military Affairs (Account No. 095-CA0Q-LV17-01). Roofing Contractor is required to coordinate work with Owner’s Building Contractor who will be completing work that includes restoration of existing masonry, replacement of exterior windows with new windows meeting Unified Facilities Criteria for Anti-Terrorism Force Protection measures along with reinforcement and strengthening of window openings, and new mechanical, electrical and plumbing systems.
22-0906 High Hazard Dam Flood Level Sensors Project
22-0906 High Hazard Dam Flood Level Sensors Project
Bids will be received electronically by the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of MSD High Hazard Dam Flood Level Sensors Project Contract No. 16873, Budget ID No. C22173, Drawing Record No. / Sheet No. 16873/1-14, until September 8, 2022, Local Time, 10:00 am, and will be publicly opened and read at that place and time. The public may attend the bid opening via Teams at link in Bonfire portal messages section. MSD is using a designated web-based portal for accepting and evaluating bid proposals digitally at http://louisvillemsd.bonfirehub.com/portal for this Invitation to Bid. Documents may be uploaded at any time during the open period indicated for each proposal.
**Documents requiring signature must be provided by bidder as an original within 1 calendar day of opening date. Original must mirror electronic submission in all aspects or submittal will be considered non-responsive and disqualified from consideration. Failure to provide signed original documents within 1 calendar day of opening date may result in disqualification of bidder. Documents submitted shall be placed inside an envelope and the outside marked to John Allen, Louisville MSD, Bid 22-0906, 700 W. Liberty Street, Louisville, KY 40203.**
Description and location of Project: Installation of level sensors at various locations and the required electrical and control equipment for the new level sensors. 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. September 1, 2022 starting at 10:00 am local time beginning at MSD, 700 W. Liberty Street, Louisville, KY 40203. Additional locations will be visited.
The Engineer’s Construction Cost Estimate for this project is between $250,000.00 and $300,000.00.
Persons wishing to view the bid documents may do online at http://louisvillemsd.bonfirehub.com/portal 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 submitted in writing through the MSD web-based portal(messages section). 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, 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 http://louisvillemsd.org/SupplierDiversity/forms.
All inquiries and questions prior to the bid opening shall be submitted through the MSD web-based portal.
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.
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: 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.
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 supply and install a total of 470 LF of water main, including supply and install of 30+/- linear feet of eight (8)-inch Pressure Class 350 ductile iron water main, 440+/- linear feet of 12-inch (restrained and non-restrained joint) Pressure Class 350 ductile iron water main, and the supply, bore, and installation of 166+/- linear feet of 24-inch steel casing pipe and appurtenances. Also included with the project is the supply and transfer, renewal, relocation, or discontinue of 6+/- customer services. Fire hydrant removal, main cut and plugs, and restoration on and along Project Limits as stated above shall be included. Limits of the referenced project include sections of two (2) neighborhood streets located in the Lyndon area; La Grange Road and Whipps Mill Road, and two (2) neighborhood streets located in the Crestwood area; W. Highway 146 and Railroad Avenue. Contractor shall supply and install all materials required for the completion of this project.
Questions or inquiries relating to this project must be submitted through the Louisville Water Company web-based portal by the date and time indicated for this bid.
The Company’s Project Manager’s estimate for the Contract plus Company supplied materials for this Project is $500,001 – $1,000,000. 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 all of the following prequalification categories: 4”-16” Ductile Iron Water Mains and 1″ & Smaller Water Services. Contractors/Subcontractors performing specialty items of work such as 12” – 36” Boring must be prequalified in the 12” – 36” Boring Category. For information about pre-qualification, contact the Buyer listed above.
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 and or Bid that Company determines is in the Company’s best interest, which may not necessarily be the least expensive Bid.
Company Local Preference Program applies to this bid and resultant bid award.
Bid Documents except the Bid Table 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 Bid # 22-61 Project # 15632 Version 1/12/2022 6
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. The Bid Table is available in Microsoft Excel via download from the designated portal on Louisville Water’s electronic bidding site at https://louisvillewater.bonfirehub.com/portal/.
22-0929 – REQUEST FOR QUALIFICATIONS (RFQ) – Disaster Reimbursement Support
22-0929 – REQUEST FOR QUALIFICATIONS (RFQ) – Disaster Reimbursement Support
REQUEST FOR QUALIFICATIONS (RFQ)
Statement of Qualifications (SOQs) will be received by the Louisville and Jefferson County Metropolitan Sewer District until 2:00 PM, local time, Thursday September 29, 2022. MSD is using a web-based portal for accepting and evaluating SOQ’S at http://louisvillemsd.bonfirehub.com/portal/. Documents may be uploaded at any time during the open period indicated for this RFQ.
22-0929 – Disaster Reimbursement Support
There will not be a pre-submittal meeting for this RFQ.
Project involves upgrading the electrical distribution equipment, within Buildings 55-58 of the main building. New distribution will be provided in the Electrical Building 41 to serve Buildings 55-58. New exterior ductbanks will be provided.
UK-2282-23 RFP – Controls for Vaughan Warehouse #2556.0
UK-2282-23 RFP – Controls for Vaughan Warehouse #2556.0
This RFP is for the Instrumentation and Controls scope of work related to the Fit-Up & Other
Improvements for UKHC at Vaughan. The successful vendor’s bid and work will be incorporated
into the current contract, with Rising Sun as the general contractor.
Refer to the current drawings, specifications, addenda, and contract changes for specific details.
Vendors shall also obtain shop drawings from construction project and coordinate with equipment
providers. Any controls related work not specifically shown to be provided by equipment providers
shall be included under the control vendor’s scope.
The overall scope is as follows:
Contractor shall provide and furnish all hardware required for a fully functional control
system per UK Standards and the project Drawings and Specifications. The equipment in
the Fit-Up includes package gas/electric rooftop equipment, utility monitoring, ventilation &
exhaust fans, HVLS fans, and emergency generator (see drawings for additional
equipment)