Housing Authority of Richmond – 2020-21 Sewer Phase III
Housing Authority of Richmond – 2020-21 Sewer Phase III
The work to be performed consists of:
Robinson Terrace (20 units):
A. Sewer Replacement
1. Vinyl plank
2. Tub/Surround replacement
3. Paint entire unit
4. Plumbing fixture and vanity replacement
5. Cabinet and counter top/sink reinstallation/replacement
6. Wiring and receptacle replacement
Work includes providing all items, articles, materials, operations or methods herein listed, mentioned
or scheduled on the Project Documents and / or herein, including all labor, materials, equipment, services and
incidentals as necessary for their completion.
City of Jeffersonville – Wall Street Overflow Replacement
City of Jeffersonville – Wall Street Overflow Replacement
This project consists of the furnishing and installing of approximately 435’ of 60”
prestressed concrete cylinder pipe (PCCP), 23’ of 72” steel casing, 230’ of 8” PVC sanitary
sewer replacement with 14” steel casing, manholes, structures, sluice gate, asphalt pavement
restoration, penetration through existing Floodwall Closure Structure, and all other items
shown on the plans and mentioned in the specifications for a complete project.
Cave Run Water Commission – Raw Water Generator Pad & Chemical Feed Improvements
Cave Run Water Commission – Raw Water Generator Pad & Chemical Feed Improvements
Project consists of permanent placement of an existing mobile generator on a new concrete pad and chemical feed improvements near the raw water intake including associated electrical work.
West Shelby Water District – Old Veechdale Road Apartments Waterline Relocation
West Shelby Water District – Old Veechdale Road Apartments Waterline Relocation
This contract consists of installing approximately 630 L.F. of
10” PVC, SDR-21 waterline, a directional bore and all necessary appurtenances. The
engineer’s estimate is $158,000.
This package involves the installation work for Bid Package # 01 – Level B Support Services Renovation. The work will be performed under contract with the Construction Manager, Turner Construction Company.
1. Repaint all brick areas of existing building façade of UK Good Samaritan Hospital.
Scope of work:
1.1 Remove any loose or flaking paint or face of brick
1.2 Pressure wash and clean existing surfaces per paint manufacturer’s recommended
prep instructions
1.3 Clean rust, ect. From any steel items (Lintels, Glass block, shelf angles ect…) and
apply one coat of primer prior to painting of finish coat
1.4 Mask all glazing (including aluminum frames) and any other objects like wall
mounted light fixtures, security cameras, alarms, utility meters ect …
1.5 Temporarily remove any surface mounted banners, ect …
1.6 Recaulk around perimeter of ALL window openings including where window has
been removed and infilled, and along entire height of glass block
1.7 Apply paint to exterior surfaces per manufacturer’s recommended instructions for
film thickness etc …
Fayette County Public Schools – New Middle School at Polo Club Blvd
Fayette County Public Schools – New Middle School at Polo Club Blvd
Work of the Project includes Building and Site Work for the construction of a new 170,000 GSF Middle
School designed for 1,200 students. Included in the scope of the work is site work and paving for the site.
A portion of the site is reserved for the construction of an elementary school to be constructed in the
future. The project is constructed of masonry veneer and metal paneling on ICF, CMU walls. This multistory
facility will be supported by spread footings with slab on grade. Roofing systems will be a 2-ply
modified bitumen roof, with select areas of roof sanding seam metal panel. An ICC 500 compliant tornado
shelter will be provided. The project is a high-performance building with geothermal heating and cooling
and enhanced building envelope commissioning. Site work will encompass extensive earthwork,
permeable surfaces, seating walls, signage, utility work, landscaping, seeding and sodding, parking,
drives and traffic control devices.
Carroll County Public Library Phase IV – Entry Door Project
Carroll County Public Library Phase IV – Entry Door Project
Scope of Work consists of, but is not limited to the following:
• Selective Demolition for Walls
• Installation of Aluminum Storefront Door system
• Installation of Concrete Pad, Ramp and Stairs with support walls and
Railings
• Patching of CMU, Brick Veneer, and Interior Walls
• Installation of LVT Flooring
• Site Improvement – Turf & Grasses
This Project consists of asphalt paving of approximately 1,485 linear feet of roadway, pavement base failure repairs, roadway & parking lot widening, asphalt pavement milling, approximately 85,000 square yards of asphalt pavement sealing, and the replacement of storm water culvert pipes with headwalls.
City of Jeffersonville – Silver Creek Pump Station Replacement
City of Jeffersonville – Silver Creek Pump Station Replacement
This project consists of the replacement/upgrade of the existing Silver Creek pump station,
inclusive of decommissioning the existing dry well, rehabilitation of the existing wet well,
installation of new pumps and equipment, flow meter, emergency pump connection, control
panel, approximately 100’ of 8” force main, approximately 130’ of 12”-15” PVC gravity
sewer, bypass pumping / maintenance of sanitary sewer flow, and all other items shown on
the plans and mentioned in the specifications for a complete project.
Shelby County Fiscal Court – Shelby County Courthouse Roof Repair/Replacement
Shelby County Fiscal Court – Shelby County Courthouse Roof Repair/Replacement
Shelby County Fiscal Court will receive sealed bids for furnishing all labor, materials and the performance of
all work required for the Shelby County Courthouse Roof Repair/Replacement project.
Powell County Board of Education – Stanton Elementary School – Bid Package #6-Roof Rebid
Powell County Board of Education – Stanton Elementary School – Bid Package #6-Roof Rebid
POWELL COUNTY BOARD OF EDUCATION (OWNER) will receive proposals through CODELL CONSTRUCTION COMPANY (CM) to furnish all labor and materials to complete the STANTON ELEMENTARY SCHOOL located on WEST COLLEGE AVENUE in STANTON, KENTUCKY 40380. Work is to be performed in accordance with plans, specifications, and addenda prepared by SHERMAN CARTER BARNHART ARCHITECTS (ARCHITECT/STRUCTURAL ENGINEER), and CMTA CONSULTING ENGINEERS, INC. (MECHANICAL AND ELECTRICAL ENGINEER).
This project is to remove loose brick faces and clean existing brick masonry and precast lintels. The masonry is to receive a new sealer. Existing control joints are to have old sealant removed and replaced with new sealant and backer-rod. New control joints are to be sawn into the masonry where shown. New weeps and vents are to be installed in the masonry. The pre-cast copings are to be removed and replaced with metal copings, and associated flashing and sealants. Exterior metal doors, windows and stairs are to be re-painted.
Renovation of Kentucky State Capitol: BP 01 – Interior Technology Infrastructure
Renovation of Kentucky State Capitol: BP 01 – Interior Technology Infrastructure
The Renovation of the Kentucky State Capitol project is separated into two major areas of Interior and
Exterior work. The Interior work includes but is not limited to renovation and upgrade of: IT/Data
infrastructure, Mechanical, Electrical and Plumbing (MEP) systems. The Exterior work includes but is
not limited to renovation and upgrade of: Dome, Lantern, Roof and Windows. The Interior Design
team is KLH Engineers as prime consultant with K. Norman Berry as sub-consultant for architectural.
The Exterior Design team is EOP Architects as prime consultant with sub-consultant Preservation
Design Partnership (PDP).
The Scope of this Project shall include all labor, materials, tools, equipment, and services required to construct and install the complete and operational systems described herein and on the Drawings. The Project includes clearing, demolition, and disposal of all debris from the removal of the indicated sidewalks/concrete. All earthwork and grading necessary to construct the new sidewalk according to the project plans and specifications. Subgrade preparation, rock base/surface, concrete reinforcement installation, and concrete placement for the new sidewalk according to the project plan and specifications is to be included.
Replace existing overhead door with new larger coiling door. Modify and install new steel structure to accommodate new door size. New concrete pad and pipe bollards. New metal trim and flashing around door head and jambs.
Request for Qualifications – Construction Support Various Buildings
Request for Qualifications – Construction Support Various Buildings
OneWest Corporation is requesting statements of qualifications (SOQ) from qualified and experienced
general contractors for construction support on design-build contracts on small- to medium-sized projects
being developed by OneWest. These projects are currently being designed and OneWest wishes to
engage contractors on a fast-track approach as design packages are being finished. OneWest intends to
award a contract to one or more Respondent(s) to this RFQ.
Be Advised that the Bid Opening Date has been changed to Thursday, October 14, 2021
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of Morris Forman Water Quality Treatment Center (MFWQTC) Primary Sedimentation Basin Rehabilitation Project Contract No. 16460, Budget ID No. D17042, Drawing Record No. 16460, Sheet No. 1-198, will be received at the office of MSD until 1:00 P.M., Local Time, October 14th, 2021, and will be publicly opened and read at that place and time. The public may attend the bid opening via call-in number: +1 502-654-8113, 888091265#.
Prime bidders that meet the MBE/WBE Subcontract Construction Goals of 12.0% African American and 10.0% Caucasian Female on this project, in accordance with the MBE/WBE Program Policy, do not need to complete or submit the Good Faith Efforts Summary Sheets. Prime bidders that do not meet the MBE/WBE Subcontract Construction Goals of 12.0% African American and 10.0% Caucasian Female on this project must submit the Good Faith Efforts (GFE) Summary Sheets. The GFE Summary Sheets must be thoroughly filled out and complete each form and submit the attached documentation for each Bidder Action Number. The attachments must correlate to each Bidder Action Number 1 through 10.
Description and location of Project: This project includes construction of one (1) new influent bypass channel; replacement of three (3) blowers in the Service and Blower Building and associated air piping and diffusers in the Influent Aerated Channel, Primary Influent Channel and East Headworks Raw Influent Channel; replacement of two (2) rectangular butterfly valves in the Influent Aerated Channel; replacement of four (4) traveling bridge sludge collection mechanisms and associated screw collector system; replacement of thirty-two (32) primary influent gates; eight (8) drain gates; six (6) effluent butterfly valves;
two (2) effluent gates; eight (8) primary sludge pumps; two (2) scum pumps and two (2) dewatering pumps; North and South Pump Station piping and valve modifications; structural repairs to the Aerated Channel, Primary Sedimentation Basins, North and South Pump Stations; inspection of pressure relief valves located in the Primary Sedimentation Basins; North and South Pump Station roof, window, door and canopies replacements; Service and Blower Building roof replacement; covering of the East Headworks Raw Influent Channel, Influent Aerated Channel, and Primary Sedimentation Basin influent channels, effluent channels, and effluent weir launders; odor control system modifications and associated ductwork; Motor Control Center M-P25-A; improvements to the Bio-roughing Tower Pump Station; and addition of new Chemically Enhanced Primary Treatment (CEPT) system together with all associated and appurtenant work as shown as in the Contract Documents. The
project is located at Morris Forman WQTC at 4522 Algonquin Parkway, Louisville, KY 40211. All work shall be done in accordance with MSD’s Standard Specifications.
There will be one non-mandatory in person pre-bid meeting held for this project. At Morris Forman WQTC Administrative building located at 4522 Algonquin Parkway, with site walk to follow at 11:00 A.M., Local Time, September 28th, 2021. Attendees shall follow MSD’s safety and COVID requirements.
The Engineer’s Construction Cost Estimate for this project is between $ 32,000,000.00 and $ 36,000,000.00.
The bid documents will be available on September 22nd, 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 Alex Novak. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Alex Novak E-mail: alex.novak@louisvillemsd.org. Questions received after 4:00 P.M., Local Time, September 30th, 2021 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 12.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses and at least 10.0% 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 https://louisvillemsd.org/SupplierDiversity/forms
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Alex Novak
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:
12.0% MBE – African American and10.0% 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: Yes
COMMUNITY BENEFITS PROGRAM 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.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer