Beargrass Creek Flood Pump Station, Pump #8 Bearing Replacement Project
Beargrass Creek Flood Pump Station, Pump #8 Bearing Replacement Project
Please note: Addendum No. 1 has changed the Pre-Bid Meeting Date
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the Beargrass Creek Flood Pump Station, Pump #8 Bearing Replacement Project, Contract No. 16172 , Budget ID No. F20013, will be received at the office of MSD until 10:00 am, Local Time, December 3, 2019, and will be publicly opened and read at that place and time.
Description and location of Project: This Contract provides for the removal, replacement/repair, and re-installation of pump bears in flood pump #8. This project is located at the Beargrass Creek Flood Pump Station (1709 Story Ave., Louisville KY).
All work shall be done in accordance to MSD’s Standard Specifications.
There will be non-mandatory pre-bid meeting held for this project. On Tuesday November 12, 2019 at 2:00 pm at Beargrass Creek Flood Pump Station; 1709 Story Ave., Louisville KY.
The Engineer’s Construction Cost Estimate for this project is between $200,000.00 to $250,000.00 .
The bid documents will be available on, November 1, 2019, 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 Josh Dickerson. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Josh Dickerson E-mail: Josh.Dickerson@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, Josh Dickerson.
MSD Interim Supplier Diversity Policy and Guidelines for this project is as follows:
15% MBE and 6% WBE participation is not required for this project.
LOCAL LABOR PREFERENCE: 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 Burnside – Combined Waterline Improvements
City of Burnside – Combined Waterline Improvements
The project includes, but is not limited to, the following:
The construction of approximately 10,500 LF of 8” water line and 16,500 LF of 6”
water line replacement and all appurtenances such as valves, hydrants and service
reinstatements required for a complete and operable installation with all related
work
Springfield Water and Sewer Commission – Springfield Reservoir Dam Slope Repairs
Springfield Water and Sewer Commission – Springfield Reservoir Dam Slope Repairs
The Project consists of the rehabilitation of the “Springfield Reservoir Dam” which includes flattening the downstream slope of the existing earthen embankment dam. The flattening of the downstream slope will require the addition of new rock and earthen fill.
Estimate:
$1,007,850.00 Estimated Length of Project:
(Substantial Completion) + 150 Calendar Days (Final Completion)
This project involves the treatment of the water in the existing pit and the backfilling of the pit in a manner to create positive drainage flow thru permanent treatment cells before being discharged. There is an estimated volume of 66,000,000 gals of water that needs to be treated. This water will be initially treated in the existing pit to raise the pH to acceptable levels and have the other elements settle out. Additional treatment will be conducted in the 2 treatment cells if necessary so the water meets effluent standards before being discharged. As the water drops in level, material from the borrow area will be used to fill the pit so it will not recharge and increase the depth of water. Backfilling of the pit will force the treated water from the existing pit thru the treatment cells. The estimated backfill material needed is 180,000 yards. After all the water has been treated to compliance standards and discharged, the existing treatment cells will be converted to permanent cells for continuous treatment
Eastern Kentucky University (EKU) hereby requests sealed bids for the materials, supplies,
equipment or services set forth herein, subject to all conditions outlined in this Bid Package
The project consists of an interior renovation and minimal exterior work to the existing Superintendents House at Camp Webb south of Grayson, Kentucky. The existing house built in 1960 will be empty of the current occupants and their belongings. Existing appliances will be removed by the user agency/owner and stored elsewhere at Camp Webb. The work required for this project includes the following: (1) extra gutter and downspout w/ connection to existing drain tiles to daylight, Painted Interior & exterior trim, Refinishing hardwood flooring/ new shoe mould trim, LVT flooring, Interior gypsum board painting, (2) new exterior windows, (2) new exterior doors/screen doors/hardware, Demolition and replacement of the existing kitchen cabinets/countertops/hardware, new SS kitchen sink, Removal and replacement of existing bathroom plumbing fixtures (sinks, toilets, bathtub), Demolition of the existing shower and replacement with new shower unit, Repair of interior flooring at unused floor grates/grilles and rotted area in Bath 103. Repair of existing exterior siding at rotted corner near Kitchen window, Painting of existing shelves in Bathroom 103 and Kitchen 100, Painting of existing bookcases/cabinets w/ new cabinet hardware in Living Room 108. Kitchen appliances (Oven, Refrigerator & Dishwasher) will be provided by owner, installed by Contractor.
This project provides for renovation for a portion of the campground at Lake Cumberland State Resort Park at Jamestown, Kentucky.
Loop I of the campground will be renovated to replace 12 existing campsites with 7 standard campsites and 1 handicap accessible campsite, all sized to accommodate large to mid-sized recreational vehicles ( RVs). The existing 10’ wide road will be replaced, increasing the pavement width to 15’on the primary route and 20’ on the loop. Each new campsite shall have an asphalt paved parking spur approximately 12’x 35’ and a living area 20’x30’ surfaced with #11 stone. Each campsite shall have individual water, sewer and electrical (20, 30 & 50 amp service), connections and new picnic tables, fire rings, lantern poles and identification markers. A variety of new trees will be installed to replace vegetation removed for the new construction.
Additive Alternate No1 shall replace 5 existing campsite east of Bathhouse No 1 with 3 accessible campsites. These campsites will have parking spurs approximately 16’ x 35’ with a 20’ x 30’ living area and the same site furnishings and utility services as previously described. These campsites will accommodate small RVs and/or standard vehicles. A variety of new trees will also be installed in this area.
The scope of this project is to replace the cooling tower and relocate the associated VFD at the Library and Archives building in Frankfort. This project will include mechanical replacements, electrical upgrades as well as associated controls upgrades and programming.
Beargrass Creek Flood Pump Station Relief Flap Gate Project
Beargrass Creek Flood Pump Station Relief Flap Gate Project
New Bid Date of 12/12/2019 at 11:00 am!
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the Beargrass Creek Flood Pump Station Relief Flap Gate Project Contract No. 16153, Budget ID No. F19277, Drawing Record No. / Sheet No. 16153/ 1-6, will be received at the office of MSD until 10:00AM, Local Time, Tuesday December 3, 2019, and will be publicly opened and read at that place and time.
Description and location of Project: Installation of two Relief Flap Gates at the Beargrass Creek Flood Pump Station east wet well. This project is generally located near the intersection of Brownsboro Road and Story Avenue at Beargrass Flood Pump Station.
All work shall be done in accordance to MSD’s Standard Specifications.
There will be non-mandatory pre-bid meeting held for this project. The meeting will be held at the MSD Main Office Building, 700 West Liberty Street at 1:00 PM local time on Tuesday, November 19, 2019. A non-mandatory site visit will be held immediately following the pre-bid meeting at Beargrass Flood Pump Station.
The Engineer’s Construction Cost Estimate for this project is between $130,000.00 to $160,000.00.
The bid documents will be available on, Thursday, October 31, 2019, 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, PE. 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, 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, Meskerem Eshetu, PE.
MSD Interim Supplier Diversity Policy and Guidelines for this project is as follows:
15% MBE and 6% WBE participation is required for this project.
LOCAL LABOR PREFERENCE: 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.
This RFP is to obtain proposals
for the Electrical Equipment Replacement at:
• Kinkead Hall – 172 Funkhouser Dr 40506
• Breckinridge Hall – 168 Funkhouser Dr 40506
• Bradley Hall – 545 Rose St 40506
• Bowman Hall – 565 Rose St 40506
This project consists of renovations to the Diversity Annex Building located on the Kentucky Department of Fish & Wildlife Resources – Salato Campus. The original Diversity Annex Building was constructed in 1945. The building has seen a series of minimal and strategic renovations over the years, most recently the interior finish (paint & flooring) updates on the basement level.
The two major goals of the project are to create a new lab space and address agency identified life safety issues. On the first floor the creation of the lab will result in the development of new office spaces and restrooms, other floor plan modifications will occur to address the general efficiency of the building. New interior partitions will be wood stud framing with gypsum board sheathing. Interior finishes throughout the first floor include LVT, ceramic tile, painted gypsum board and/or plaster walls and acoustical lay-in ceilings. The new lab will be provided with a fume hood, chemical storage, sinks, microscope table, casework, and an eyewash station. New doors and frames will be provided as necessary in support of the layout. All finish work in the basement is solely in response to replacement, update of the mechanical, electrical, and plumbing systems. The guardrail and the exterior ramp will be demolished and rebuilt; other minor exterior improvements are included the project.
Mechanical, electrical, and plumbing scope provides for upgrades throughout the building. New plumbing fixtures including a new water heater will be provided in support of the lab and restrooms. A portion the sanitary line serving the basement of the building will be replaced. New HVAC units, a new make-up air unit, new ductwork, and modifications to the existing ductwork system will be included for the entire building. A new electrical service will be brought to the building, along with new electrical and data throughout the building. New light fixtures will also be provided throughout the building.
The existing emergency diesel generator paralleling system is to be replaced with new. This will include removal and replacement of new generator sets, controls, paralleling switchgear, distribution breakers, and associated fuel system modifications to support the new generator sets. Some minor modification to the existing building walls may be required to accommodate the new MEP auxiliary systems.
A temporary trailer-mounted emergency generator system will be required to provide emergency backup power for the existing facilities during the construction period to maintain continuity of services.
Meade County Board of Education – Meade County High School Track Renovations
Meade County Board of Education – Meade County High School Track Renovations
Project consists of an athletic complex renovation of existing track and
associated site work to create 8 lane track meeting current KHSAA and safety standards.
Modify existing bleachers as required for new work. Alternates for visitor bleachers and
synthetic turf system.
Project cost range is anticipated to be under $3,298,575.00.
Morgan County Board of Education – Morgan County Area Technology Center Renovation & Addition
Morgan County Board of Education – Morgan County Area Technology Center Renovation & Addition
Project consists of furnishing all labor and materials to complete the:
Morgan County Area Technology Center Renovation and Addition
150 Road to Success, West Liberty, KY 41472
LFUCG – Town Branch Secondary Digester Improvements
LFUCG – Town Branch Secondary Digester Improvements
This project includes the following:
a. Rehabilitation of four floating digester covers
b. Replacing five pumps
c. Piping modifications
d. Site improvements
e. HVAC and plumbing improvements
f. Electrical and SCADA improvements
The Miller Welch Central Kentucky Wildlife Management Area is a designated area located near Berea, Kentucky that operates a trap shooting range. The Kentucky Department of Fish and Wildlife, the User Agency, and the Division of Engineering and Contract Administration, the Owner, wish to recover the lead shot from the range for recycling. Work elements include the installation of sediment and erosion control protection, removal of six inches of soil, stockpiling excavated lead, removal processing, sieving/removal of lead and trash (spent shotgun shells and clay pigeons), segregating lead for recycling, containerizing lead for shipment to a licensed recycler, identification and characterization and shipment of other wastes identified, re-placement of soils and grading to drain to approximate original contour, placing and disking soil amendments and the revegetation of the site. A small ridge as noted on the Drawings may be used a borrow area if needed. A decontamination station shall be established by the CONTRACTOR for equipment, and all equipment shall be decontaminated prior to work on site and prior to leaving the site.