Bardstown-Nelson County Airport – Samuels Field – T-Hangar Building Erection Project-Rebid
Bardstown-Nelson County Airport – Samuels Field – T-Hangar Building Erection Project-Rebid
The project includes the erection of a pre-engineered metal building provided by the Airport Board. There will be 2 – 12’x12’ garage doors provided and installed by the Building Erection Contractor.
The project is for the replacement of three (3) exhaust fans at the Peter P. Bosomworth Health
Sciences Research Building located at 1095 Veterans Drive, Lexington, KY 40536.
The project is to demolish and remove Tate Page Hall located on the main campus of Western Kentucky
University in its entirety including footers/foundations and existing underground utility piping. The
building is of concrete or frame construction originally built in 1970 consisting of 138,600 total gross
square feet on four levels (one on-grade with three elevated levels). The building is slab on grade.
5424 Bruce Ave Bank Stabilization and Green Infiltration Project
5424 Bruce Ave Bank Stabilization and Green Infiltration Project
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the 5424 Bruce Ave Bank Stabilization and Green Infiltration Project, Contract No. 2021-019, Budget ID No. H19060, will be received at the office of MSD until 10:00 a.m., Local Time, April 8, 2021, 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 two infiltration trenches and downspout capture, drainage culvert replacement, removal of existing boulder toe wall and redi rock wall along approximately 280 linear feet of drainage channel and final restoration of site at 5424 Bruce Ave. 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. Held Onsite, April 6th, 2021 at 10:00
am Local Time.
The Engineer’s Construction Cost Estimate for this project is between $ 110,000.00 and $140,000.00.
The bid documents will be available on, March 25, 2021, 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 Colette Easter. 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 430282486#.
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
The work includes interior renovation in Building B. The goal of the work is to renovate three existing rooms currently used as classrooms and storage to create space for a new othotics program. The program will require one room for student work benches and instruction, a large lab for plaster and thermoplastics, an area for carving, an area for lamination of finished forms, and a sewing area.
New door openings will be added where needed. Finishes will be refurbished as needed. Existing ceilings will be replaced with new grid and S.A.T. Existing vct will be removed and the slab will be cleaned and sealed.
HVAC systems will be updated to accommodate the new layout of the spaces with new equipment installed. New plumbing fixtures will be installed and tied to existing supply and drain lines.
Electrical systems will be updated as needed for new equipment with power and lighting being reconfigured to accommodate the new layout of the rooms.
The project is the Kentucky State Police, Academy Campus Roof Replacement, 380 Coffee Tree Road, Frankfort, Kentucky, Franklin County. Project consist of (6) existing buildings w/ eight different roof areas totaling 18,650 GSF. All project roof areas shall receive either a new metal panel roof system on ice and water shield at existing shingle roofs (to be demolished), or new cover-over retrofit type metal panel roof system at existing metal roofs ( to remain in place). Provide new metal panel wall system at Classroom #1 (1,415 SF). Demolish existing vinyl siding gable ends where indicated and replace with metal wall panels. Provide new metal panel ceiling system at Classroom #2 & #4 front porches only (624 SF). Provide new rake, fascia & soffit prefinished metal trims + gutters & downspouts at all buildings. Provide new replacement louver vents at gable ends. All PVDF finishes for new metal panel systems, soffit, ceiling and trims shall have 45-year paint warranty (Kynar-500 paint). Classroom #4 has some exterior roof framing corrections to prepare for mtl panels (not structural)
City of Jenkins – Lakeside Drive Sidewalk Improvement
City of Jenkins – Lakeside Drive Sidewalk Improvement
Project consists of: Concrete Sidewalk Construction including the relocation of water and storm sewer utilities and the construction of curb, gutters and sidewalks.
Franklin County Fiscal Court – Renovation of 231 E. Main Street Building
Franklin County Fiscal Court – Renovation of 231 E. Main Street Building
The Franklin County Fiscal Court is requesting sealed bids for the renovation of the former
Health Department building with associated mechanical / electrical / plumbing and site work.
Furnishing one 40 KW, 120/240 volt, 1-phase, 3-wire exterior pad mounted, propane fueled generator with weather enclosure. Contractor shall be responsible for furnishing the propane tank and all associate piping and connection to the generator. Revise existing electric service entrance to allow generator to serve entire facility. Provide disconnect switches and automatic transfer switch. Install panelboard in existing garage building. Provide exterior concrete pads and excavation for underground services.
Furnishing one 40 KW, 120/240 volt, 1-phase, 3-wire exterior pad mounted, propane fueled generator with weather enclosure. Contractor shall be responsible for furnishing the propane tank and all associate piping and connection to the generator. Revise existing electric service entrance to allow generator to serve entire facility. Provide disconnect switches and automatic transfer switch. Install panelboard in existing garage building. Provide exterior concrete pads and excavation for underground services.
Louisville Water Company is requesting Bids for the Phase 2 renovation of the Crescent Hill Filter Plant Chemical & Lab Buildings located at 3018 Frankfort Avenue. Phase 2 project renovations shall consist, but not be limited to, demolition of existing structures, in
conflict with the improvements, updating all existing building areas and reclaiming all unused existing floor space for repurposing, adding new floor space with the construction of new concrete floors, and structural steel supports for the 2nd through 7th floors in the
Chemical Building which also includes completing construction of two fire rated stairwells to the new 7th floor, install a fire pump and fire protection sprinklers throughout the Lab, and Chemical Buildings, upgrade the one existing elevator with all new cab, lift mechanicals and all new controls, renovation of the existing locker rooms and restrooms and abatement of lead paint within limits of the project, including all labor, rigging, equipment and materials.
A pre-bid meeting to discuss the Project and to tour the work site will be held on April 6, 2021 at 10:00am EST/EDT. at Crescent Hill
Training Room in the Crescent Hill Pump Station Bldg, 201 Stilz Ave, Louisville, KY 40206. Attendance at this meeting is strongly
recommended.
Bidders and Subcontractors will be allowed an opportunity to revisit the site independently and review. This opportunity will only be
allowed during specified dates and times with the accompaniment of an authorized LWC representative.
Additional Project Review Opportunities will be held on:
Thursday, April 8, 2021 from 9:00am – 11:00am
Tuesday, April 13, 2021 from 9:00am – 11:00am
Thursday, April 15, 2021 from 9:00am – 11:00am
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 $5,000,000 –
$10,000,000. 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: Prime contractor must be
prequalified in “Heavy Construction – Plant Work”, OR “Building”. Subcontractors doing electrical, must be prequalified in
“Electric”, HVAC contractor must be prequalified in “HVAC”, Elevator Work must be prequalified in “Elevator Repair &
Replacement”, Painting subcontractor must be prequalified in “Painting” . 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.
Blue Grass Airport – On Call General Aviation Engineering Services
Blue Grass Airport – On Call General Aviation Engineering Services
The Project shall consist of on-call engineering and project estimation services for
airport development projects, focusing on pavement maintenance, at the Blue Grass
Airport. Identified projects will require preliminary engineering and design sufficient
to provide an accurate construction cost estimate, with the possibility of additional
final design and construction administration services.
City of Frankfort – Holly Hills Stormwater Improvements
City of Frankfort – Holly Hills Stormwater Improvements
Mobilize (and demobilize at the end of the project) to the project site providing all traffic control,
and any erosion/sedimentation control measures, all dewatering/pumping around work areas, to
complete the project to improve the drainage system in the Holly Hills neighborhood. The project
includes: removal of 120 LF of existing corrugated metal pipe (36” x 48” approximately) and
replacement with 120 LF of Reinforced Concrete Box Culvert (36” x 60”); Headwalls at the
upsteam and downstream inverts of the Reinforced Concrete Box Culvert; 365 LF of concrete
trickle channels; headwall installation at existing 12” drainage pipe; grading and cleanup.
CCK-2530-21 UK PAV A Central Sterile Sink Addition
CCK-2530-21 UK PAV A Central Sterile Sink Addition
Install one 3 bay motorized sink. The scope will include all associated utilities and a half wall
behind the sink. All infectious control measures will be required.
The University of Kentucky desires the services of an experienced and highly qualified firm to
provide all final design and construction services via Turn-Key design and construction approach to
mitigate run off from the coal pile on Wildcat Court. The project area is the grass drainage swales
along two sides of the overflow parking lot on Wildcat Court between the practice soccer pitch and
the soccer complex
The Kentucky State Police is proposing to erect three (3) new communications towers in Western Kentucky. The site names are 1-7 Ballard County Jail, 1-9 Art’s Oasis, and 2-13 Webster County DOT. The new structures at 1-7 Ballard County Jail and 1-9 Art’s Oasis will be 250’ tall latticed steel self-supporting towers designed to accommodate future 50’ extensions. The new structure at 2-13 Webster County DOT will be a 195’ tall latticed steel self-supporting tower designed to accommodate a future 55’ extension. All towers will be designed to support equipment that will improve the Kentucky State Police communications system. This project is to procure the tower steel, hardware, and anchorage materials required to erect the structures and to store the material for up to 6 months after fabrication.
The bid is to furnish all
necessary labor, materials, tools, machinery, warranties, and all other items required to replace
asphalt shingle roof, metal flashing and downspouts, exterior siding, interior renovations
including; paint, wood trim refinishing, casework, lighting and structural floor repair.
This project scope consists mainly of a full horizontal cabling replacement for the entire building. Additional scope includes the updating of the Telecom spaces in the building and HVAC and Architectural work to support these updates. There are also two rooms that will require power, data and architectural renovations.
CODES AND REGULATIONS
The new facility will be designed under the 2018 Kentucky Building Code and according to the ADA Standards for Accessible Design. In addition, the new facility will be constructed to the standards of the Division of Engineering and Contract Administration, and the Kentucky Community and Technical College requirements.
Mt. Sterling Water and Sewer – Main Street Water & Sewer Replacement Phase 1
Mt. Sterling Water and Sewer – Main Street Water & Sewer Replacement Phase 1
This project consists of an estimated 1,630 feet of 12” and 205 feet of 8”water
main along with 1,055 feet of 8” sewer and related accessories. Please note this bid shall be
for labor only including identified components, i.e. blacktop, gravel, concrete, etc., MSWS will
supply all piping, fittings and accessories.