Sealed bids for the MMRC Spec Building Fit-up for Rajant Corporation of the existing Spec
Building and all work shown in the contract documents will be received on behalf of the Rajant
City of Tompkinsville – WWTP & Sanitary Sewer Project – SBR WWTP Contract 1
City of Tompkinsville – WWTP & Sanitary Sewer Project – SBR WWTP Contract 1
The Project will consist of the conversion of the existing Tompkinsville WWTP to a Sequential Batch Reactor
WWTP, the construction of headworks, the construction of a new disinfection system, the conversion of an
existing clarifier to a post-equalization basin, demolition of several structures, and various other improvements.
The Contractor shall furnish all materials, equipment, and labor necessary to complete the construction of the
project.
City of Tompkinsville – WWTP & Sanitary Sewer Project – Force Main & Pipe Rehab – Contract 2
City of Tompkinsville – WWTP & Sanitary Sewer Project – Force Main & Pipe Rehab – Contract 2
The Project will consist of installing approximately 2.2 miles of four-inch HDPE, installing a pump station
behind Joe Harrison Carter Elementary School and rehabilitating of an estimated 8,250 feet of gravity sewer
lines in the City of Tompkinsville. The Contractor shall furnish all materials, equipment and labor necessary to
complete the construction of the project.
Project is for the replacement of two gas fired condensing boilers with two new boilers in same location. Project calls for new controls, hot water piping, valves, electrical connections and venting for new boilers.
The project includes generally (but is not limited to) the following scope of work:
1. DEMOLITION OF PORTIONS OF THE EXISTING BUILDING AS GENERALLY
INDICATED ON THE DRAWINGS COMPLETELY IN PREPARATION FOR THE NEW
INTERIOR CONSTRUCTION RENOVATION AND EXTERIOR RENOVATION
ELEMENTS.
2. SELECTIVE DEMOLITION AS NECESSARY IN THE RENOVATION AREAS
3. EXCAVATION AND CONCRETE FOUNDATIONS AND FINSISH WORK RELATED TO
AN ADA CONCRETE RAMP SYSTEM FOR ACCESS TO THE LOWER LEVEL OF THE
EXISTING BUILDING.
4. SITE CONCRETE WALKS, STEPS, RAMPS, METAL RAILINGS
5. STORM DRAINAGE PIPING, DUPLEX PUMP SYSTEM, AND CONNECTIONS TO
STORM SYSTEM DRAINAGE SWALE.
6. TOP SOIL FILL, PLANTING BED PREPARATION, AND LAWNS.
7. LANDSCAPING PLANT MATERIALS AND INSTALLATION SHALL BE “[NIC] BY
OWNER”
8. CONCRETE FOUNDATION AND SLAB ON GRADE FOR THE RAMP AND NEW
ENTRY PORCH.
9. CONCRETE STRUCTURAL SLAB ON GRADE FOR THE RAMP SYSTEM AND THE
NEW FRONT ENTRY PORCH.
10. CMU REINFORCED EXTERIOR PIERS W/ BRICK VENEER AT THE FRONT ENTRY.
11. NEW METAL ROOF SYSTEM FOR THE NEW ENTRY PORCH AND INTEGRATING
WITH THE EXISTING ROOF SYSTEM.
12. STRUCTURAL STEEL BEAMS AND COLUMNS, WITH CONCRETE FOOTINGS FOR
ENHANCED SUPPORT FOR THE EXISTING WOOD FLOOR TRUSS SYSTEM.
13. STRUCTURAL SUPPORT – CONCRETE FOOTING INSTALLATION FOR SUPPORT
OF LOWER LEVEL CENTER WOOD BEARING WALL.
14. MISCELLANEOUS WOOD FRAMING MODIFICATIONS AT STRUCTURAL
CHANGES
15. MISC STEEL FABRICATIONS
16. BATT INSULATION MATERIALS
17. WOOD ROOF CONVENTIONAL FRAMING SYSTEM WITH PLYWOOD SHEATHING
18. METAL STUD FRAMING AND GYP BD PARTITIONS
19. NEW HM DOORS, FRAMES, WOOD DOORS + HARDWARE
20. RELOCATION AND INSTALLATION OF SALVAGED WOOD DOORS AND
HARDWARE
21. NEW ALUMINUM ENTRY DOORS
22. NEW FLOOR FINISHES
23. NEW CASEWORK
24. KITCHEN EQUIPMENT TO BE [NIC] PROVIDED BY OWNER – INSTALLED BY
CONTRACTOR
25. PAINTING OF NEW AND EXISTING AREAS
26. HVAC SYSTEMS AS INDICATED
27. PLUMBING SYSTEMS AS INDICATED
28. ELECTRICAL & COMMUNICATION SYSTEMS & CAMERA SYSTEM ROUGHIN AS
INDICATED
29. ROUGH-IN AND WIRING FOR THE SOUND AND VIDEO SYSTEMS AS INDICATED.
30. SITE UTILITY REWORK AS INDICATED
31. OTHER WORK THAT MAY NOT BE SPECIFICALLY NOTED HEREIN BUT
INDICATED ON THE DRAWINGS AND SPECIFICATIONS.
Town of Sellersburg – WWTP Rehabilitation and Expansion
Town of Sellersburg – WWTP Rehabilitation and Expansion
This project includes all work required to rehabilitate and expand the existing wastewater
treatment plant to an average day treatment capacity of 3.65 MGD. Work includes maintaining
existing treatment capacity throughout construction, maintenance of flow, rehabilitation of
existing unit process, equalization basin, administration building, electrical and pumping systems;
construction of a new headworks, oxidation ditch, clarifier, reaeration basin, UV disinfection
system, 36 inch outfall, solids dewatering building, electrical building, control and SCADA system
including all associated piping and support infrastructure. The Contractor will be required to
develop and implement a detailed sequence of construction that will allow the project work to
proceed while maintaining existing treatment capacity.
City of Maysville – Third Street Water Line Relocation Project
City of Maysville – Third Street Water Line Relocation Project
The work to be bid upon is described as follows:
Installation of approximately 2,600 feet of 6” PVC SDR-17, 39 water meter
reconnections, connections to existing waterlines, and various valves and appurtenances.
The Owner rejected the previous bids for Bid Package #4 and is requesting, for new purposes, for Bid Package #4 – Playground bids, based upon the original contract documents, addenda, and the agreed upon changes as listed below. The Owner is also requesting bids for two (2) alternate playground surface material, Bid Package
#7 & Bid Package #8, as written herein this Addendum 2 (Post Bid).
Project consists of Track resurfacing, new tennis court lighting (LED), new turf at baseball
and softball fields, new rubber playground surfacing, and infill soccer goal mounts with turf.
The Work includes, but is not limited to, infilled synthetic turf, playground surfacing, cast-in place
concrete, structural steel, joint sealants, metal doors, door hardware, painting, electronic
message signage, electrical (power, communication, and lighting) systems, and complete clean-up
and removal of construction debris.
Be Advised that the Bid Opening Date has been changed to Tuesday, February 23, 2021
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of the MFWQTC Sewer & Manhole Rehabilitation project Contract No. 16437, Budget ID No. D20314, Drawing Record No. 16437, Sheet No. 1-9, will be received at the office of MSD until 11:00 a.m., Local Time, Tuesday, February 23, 2021, and will be publicly opened and read at that place and time. The public may attend the bid opening via Microsoft Teams Meeting. The phone number is (502) 654-8113 and the Conference ID is 403496874#. This info will also be posted at the bid box on the day of the bid opening.
Description and location of Project:
The principal features of the Work to be performed under this Contract include, but are not
limited to the following:
1. Inspect and Clean sections of sanitary sewer
2. Abandon and safeload collapsed pipe
3. Cured-in-Place (CIP) Pipe Lining inside existing sewers
4. Structural Lining inside existing manhole
5. All other required sitework required to restore back to existing conditions.
All work shall be done in accordance to MSD’s Standard Specifications.
There will be a MANDATORY pre-bid meeting held for this project. The Mandatory Pre-Bid Meeting will be held at the Morris Forman Water Quality Treatment Center on Thursday, February 4 at 10:00 a.m. The address is 4522 Algonquin Parkway. All visitors will be required to furnish their own PPE to visit the site. A face mask must also be worn during the site visit. We will meet at the gazebo at the top of the hill to the left of the Administration Building.
The Engineer’s Construction Cost Estimate for this project is between $ 100,000.00 and $ 500,000.00.
The bid documents will be available on January 20, 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 Julie Potempa. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Julie Potempa E-mail: julie.potempa@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, 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 https://louisvillemsd.org/SupplierDiversity/forms
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Julie Potempa.
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:
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:
Construction Services: YES Construction-related Services: NO
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
Meade County Water District – 2019 Water System Improvements
Meade County Water District – 2019 Water System Improvements
The Project consists of the construction/installation of
approximately: Base Bid – 91,600 lf and Additive Alternates – 9,700 lf of 4-inch through and 8-
inch water mains, and appurtenances along various state and county roadways throughout
Meade County, KY
Contractor shall furnish all materials, equipment and labor necessary to complete the upgrade a portion of railroad at the above referenced location. Emergency repairs have recently been executed on a portion of the railroad.
City of Jeffersonville – 8th Street Combined Sewer Separation
City of Jeffersonville – 8th Street Combined Sewer Separation
This project consists of the furnishing and installing of approximately 7,000′ of 36″ storm
sewer, 2,100′ of 12″ sanitary sewer, manholes, structures, asphalt pavement restoration, curb
and sidewalk replacement, and all other items shown on the plans and mentioned in the
specifications for a complete project. The purpose of the project is to construct separate
storm and sanitary sewers to eliminate combined sewer flow in the project area.
WKU is seeking for qualified firms for the design of the Hilltop
Circulation project. The WKU Hilltop Circulation project includes the
reconstruction of the Hilltop as it relates to both pedestrian and vehicular
circulation. The goal of this project is to remove cars from the core of the campus
and provide more green space for our WKU community. This project will provide our
campus with a more pedestrian friendly atmosphere.
The goal of this project is to remove existing single ply roof system, install new flute fill insulation, new cover board and a new PVC membrane over the approximate 8,000 sq ft. of original metal roof. Replace all gutter and downspouts, and tie downspouts into the existing piping drains
City of Beattyville – Sewer Rehabilitation Project – Contract 2
City of Beattyville – Sewer Rehabilitation Project – Contract 2
Installation of approx. 6,600 LF 8” gravity sewer line, manholes, and other appurtenances.
Installation of approx. 1,500 LF 8” cured-in-place pipe lining and post installation
televising.
The project includes providing all construction supervision, labor, materials, tools, test equipment
necessary for BELLCASTLE ROAD STORMWATER IMPROVEMENTS.
Fairmount Road Pump Station Force Main Extension Phase 1
Fairmount Road Pump Station Force Main Extension Phase 1
Be Advised that the Pre-Bid Meeting, and Bid Date have been changed
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of Fairmount Road Pump Station Force Main Extension Phase 1 Contract No. 16474, Budget ID No. D18489, Drawing Record No.16474, Sheet No. 1-19, will be received at the office of MSD until Tuesday, March 2, 2021, Local Time, 11:00 AM, and will be publicly opened and read at that place and time. The public may attend the bid opening via Microsoft Teams web call (Call in number: 502-654-8113, Phone Conference ID: 579728578#.
Description and location of Project: The project provides for construction of new 14-inch force main that connects the existing 12-inch Fairmont Road force main to the existing 14-inch Radleigh force main, construction of new 14-inch force main that connects the existing Radleigh force main to a new manhole on the 12-inch Fairmont Road gravity sewer, construction of new 14-inch to 24-inch force main and valves at the Cedar Creek Water Quality Treatment Center (CCWQTC) that will redirect flow to the Pretreatment Building, and installation of two (2) new flow meters on the existing 20-inch and 30-inch force mains and appurtenances. Project is located at 9908 Fairmount Road and at the CCWQTC 8405 Cedar Creek Road. 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 non-mandatory pre-bid meeting will be held via Microsoft Teams. (Call-in Number:+1 502-654-8113, United States, Louisville Phone Conference ID: 138 306 933#) at 10:00 A.M. Local Time, Monday, February 15, 2021. Bidders are encouraged to make a site visit immediately following the pre-bid meeting. Cedar Creek WQTC site visit will be available to perform a site review on February 22, 2021 from 10:00 A.M to 12:00 P.M. PPE and facemasks are required.
The Engineer’s Construction Cost Estimate for this project is between $ 350,000.00 and $ 500,000.00.
The bid documents will be available on Thursday, January 14, 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 Meskerem Eshetu, P.E.. 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, 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 https://louisvillemsd.org/SupplierDiversity/forms
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager,
Meskerem Eshetu.
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:
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:
Construction Services: Yes Construction-related Services: No
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.
This scope of work is intended to modernize and improve the Commonwealth Office of Technology’s mechanical systems and associated systems with the intention of providing an effective and operable system for the next 40 years of operation in the building. The project is centered around demolition of existing pneumatic controls and air terminal devices and replacing with modern digital controls and variable air volume air terminal units. Additional necessary upgrades and replacements will occur at the primary system air handling units including equipment replacement and controls upgrades.
Additional work in this scope includes replacement of ceiling systems on the first and second floor to provide for improved service access to mechanical equipment, new light fixtures in the new ceiling system and adjusted fire protection sprinkler system piping to meet new architectural ceiling requirements.
The project consists of adding 15 welding stations to the existing Collision Bay. A new electric panel and transformer will be fed from the existing electrical service.
This project consists of the replacement of one (1) existing dual deck multi-two air handling unit, one (1) associated in-line return air fan and one (1) general wall mounted exhaust fan. Project to include return air ductwork replacement and miscellaneous piping modifications and existing piping insulation replacement. Project to include all electrical work related to demolition of the existing HVAC equipment and the installation of new HVAC equipment. Project to include miscellaneous plumbing work including piping insulation.