East Casey County Water District – Contract 1 – 2022 Pump Stations
East Casey County Water District – Contract 1 – 2022 Pump Stations
The project consists of replacing two (2) water booster pump
stations and one (1) water booster pump station upgrade with all necessary
appurtenances. If funds remain, a third water booster pump station will be
replaced. The engineer’s estimate for the total base bid is $775,000.
Buildings and Roof Areas: 1 & 2
a. Remove:
i. Existing membrane roofing system, including insulation, down to existing, sloped concrete decks.
ii. Existing razor wire and brackets
iii. Existing sealant from tilt-up wall panels exterior joints
b. Install:
i. New 2-layers of 2.2″ insulation and 1/2″ cover board to produce an R-25 roofing system.
ii. New crickets at drainage with 1/2″ per foot slope.
iii. New 2-ply SBS roofing membrane with foil faced flashings.
iv. New 24 gage prefinished metal copings, metal counter flashings and edge metals.
v. New roof drain inserts.
vi. New razor wire and brackets
vii. New preformed joint seals in tilt-up wall panel exterior joints.
A new drive and parking area have been designed to facilitate service access to the ECTC Student Center. Work includes earthwork and storm drainage, installation of a new asphalt drive and sidewalks to connect with existing loop road. Project provides new site lighting, dumpster pad, screen fence and plantings.
CCK-2642-23 UK Indoor Track Facility Demolition #2584
CCK-2642-23 UK Indoor Track Facility Demolition #2584
The Demolition Package of this project includes demolition of the existing Cliff Hagan
Stadium and accessory structures, as well as site and site utility demolition. The demolition of
this bid package will ready the site for the new indoor track facility construction, to be issued
in subsequent bid packages.
The project consists of pavement resurfacing and rehabilitation, widening, concrete curb and gutter
installation, and various drainage improvements associated with the 2022 Community Crossings
Matching Grant program and award.
Project consists of fitting up the east area of the existing Public Works
Building with staff offices and related support spaces. The total square footage is approximately 3,920.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the 8108 Ardenia Lane Drainage Improvement Project Contract No. 2022-035, Budget ID No. C22087, will be received at the office of MSD until 10:00 a.m., Local Time, Thursday, June 30, 2022, 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: To perform drainage improvements along the 8100 block of Ardenia Lane. All work shall be done in accordance to MSD’s Standard Specifications.
There will be no pre-bid meeting held for this project.
The Engineer’s Construction Cost Estimate for this project is between $50,000.00 and $100,000.00.
The bid documents will be available on Friday, June 10, 2022, 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 Joseph Exely. 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 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 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 610 435 387#.
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
Installation of approx. 6,500 LF 8” gravity sewer line, manholes, and other
appurtenances. Installation of approx. 1,600 LF 4” force main sewer line.
Installation of two sewer pump stations.
City of Georgetown – KY 32 & Cardinal Drive Improvements
City of Georgetown – KY 32 & Cardinal Drive Improvements
The scope of work includes widening of Cardinal Drive to accommodate left and right turn lanes into Scott County High School and conversion to a two-way roadway for all hours of the day, including reconfiguration of the eastbound Cardinal Drive approach at US 25. Cardinal Drive will be repaved for the entire length. The
project also includes water main relocation.
Cedar Creek WQTC – Sludge Storage Tank Improvements
Cedar Creek WQTC – Sludge Storage Tank Improvements
Be Advised that the Bid Opening Date has been changed to Tuesday, July 26, 2022
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of Cedar Creek WQTC – Sludge Storage Tank Improvements Contract No. 16889, Budget ID No. H22018, Drawing Record No. / Sheet No. 1-31, will be received at the office of MSD until 10:00 AM, Local Time, July 26, 2022, and will be publicly opened and read at that place and time. The public may attend the bid opening via In Person Only.
Description and location of Project: This project includes providing decanters in the two existing sludge storage tanks and providing odor control equipment to treat foul air from the influent pump station and from the existing sludge storage tanks. Aluminum covers will be provided over the existing sludge storage tanks for collecting foul air for odor control. New process control instrumentation will be provided with the new odor control equipment. The project is located at the Cedar Creek WQTC at 8405 Cedar Creek Road, Louisville, Kentucky 40291 All work shall be done in accordance to MSD’s Standard Specifications.
There will be Non-Mandatory pre-bid meeting held for this project. At Cedar Creek WQTC Office building located at 8405 Cedar Creek Road, with site walk to follow at 1:00 pm Local Time, June 30, 2022.
The Engineer’s Construction Cost Estimate for this project is between $ 2,600,000.00 and $ 3,500,000.00.
The bid documents will be available on June 10, 2022, 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 Steven Leong. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Steven Leong at steven.leong@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%</b of the total amount of the Contract Bid price to certified African 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,
Steven Leong.
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, 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: Not 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 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
City of Winchester – Town Branch Building Demolition (12-18 East Broadway)
City of Winchester – Town Branch Building Demolition (12-18 East Broadway)
The project scope includes demolition of the existing Building, located at 12 – 18 E. Broadway Street, and construction of
a poured retaining wall to support surrounding fill once building is removed.
Shelby County Fiscal Court – Shelby County Courthouse – Exterior Improvements
Shelby County Fiscal Court – Shelby County Courthouse – Exterior Improvements
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 Exterior Improvements project.
The scope of work includes the installation of approximately 1,218 LF of 8-inch DI waterline, 76
LF of 16-inch casing pipe (bore and jack), 1 fire hydrant assembly, and related appurtenances.
West Shelby Water District – Discovery Point Phase 220 Waterline Extension
West Shelby Water District – Discovery Point Phase 220 Waterline Extension
This contract consists of installing approximately 920 L.F. of 8”
PVC, SDR-21 waterline and all other necessary appurtenances. The engineer’s
estimate is $110,000.
West Shelby Water District – Discovery Point Phase 200 & 210 Waterline Extension
West Shelby Water District – Discovery Point Phase 200 & 210 Waterline Extension
This contract consists of installing approximately 1,460 L.F. of
6” PVC, SDR-21 waterline and all other necessary appurtenances. The
engineer’s estimate is $130,000.
Floyd County Board of Education – Betsy Layne Elementary School Roof Replacement, BP #1 – Low Slope Roofs
Floyd County Board of Education – Betsy Layne Elementary School Roof Replacement, BP #1 – Low Slope Roofs
This project consists of the removal of the existing EPDM roofing systems on
two areas of the building and replacing them with a new thermoplastic membrane roofing system with
a 20-year no-dollar-limit (NDL) warranty. Area A includes removal of existing roofing down to the
tectum deck and adding new roof slope with tapered insulation to existing and new roof drains. Areas
of metal panel siding and fascia will be added to account for the new roof slopes. This area will
require abatement of hazardous materials in the current roof assembly. Area B includes the removal
of the existing roof membrane and ballast but leaving the existing roof insulation in place and adding a
new layer of insulation and cover board prior to installing the new membrane. New metal fascia,
gutters, downspouts and scuppers will be included in Area B. Both areas have some associated
mechanical, electrical, and plumbing revisions.
CCK-2641-22 Vascular Surgery Renovations – KY Clinic
CCK-2641-22 Vascular Surgery Renovations – KY Clinic
Minor interior renovation involving mostly refreshing finishes. Some new spaces are being
created and some modified for new functions. Work includes laminate repair, minor millwork
and solid surface, electrical and data provisions for equipment, HVAC modifications for use
changes in some spaces, several plumbing fixtures, new wood doors in hollow metal frames.
SC-207-22 Eddie Prater HP Small Coal Set-Aside, AMLRP, Magoffin County, KY
SC-207-22 Eddie Prater HP Small Coal Set-Aside, AMLRP, Magoffin County, KY
(Substantial Completion) + 120 Calendar Days (Final Completion)
The Eddie Prater site is located at 565 Roanne Road in Salyersville, KY, 41465. Eddie’s slide is located at coordinates Lat 37°36 ‘ 49.18″, Long 83° 02’ 15.48″. On November 12, 2021 a portion of the hillside at Eddie Prater’s residence became unstable and slid down the hill side. The slide area is approximately 250 feet by 141 feet. Eddie Prater is concerned about the slide moving and the trees falling on his outside building. Also, he is concerned about the safety of the county road above the slide blocking the home on the hill, if the slide is not addressed. To address this concern, the slide area will be stripped to bedrock to remove the threat of more sliding. Once the two outside buildings are moved closer to the cabin above the side area. All excavated earthen material will be placed in an offsite waste area (abandoned sediment pond.) A temporary low water crossing will be installed on the property, to access the slide as shown on the plan view. Sub drains will be constructed along the two coal seams and extended to the creek to drain the water off the slide area and Eddie’s property. A one-inch pipe will be installed to daylight with a shut off valve for the property owner to use for watering his chickens and garden. Work will be done on the Roanne Road going off on to Roanne Spur Road to allow for the trucks to turn around as shown on the plan view. Roanne Spur Road will be used to access the slide area from the top. Roanne Spur Road will be moved back on to solid rock, due to the slide area under cutting it. Guard railing and guard lagging will be used to stabilize Roanne Spur Road and protect the landowner. The cost estimate for this work includes plan quantity for the earthwork and additional items for site prep, revegetation, and roadway stone for the county roads included in the cost estimate. In total, the project area encompasses approximately 2.0 acres behind the house of Eddie Prater as marked on the plans. All trees and root balls will be burned on Eddie Prater’s property. This project will directly disturb the stream and a permit has been obtained for a temporary low water crossing to access the slide. This project will not address underground mine openings. Trees (1.0 acre) will be disturbed outside of the unstable landslide area; Bat Fund Mitigation will be utilized for this project. All areas disturbed by this project will be revegetated by means of the Standard AML Reclamation Seed Mixture. A quantity of Hydro mulching/Hydro seeding has been included to address revegetation of suitable portions of the landslide area following excavation. Cover crop is also provided in order to provide quick vegetative cover on any disturbed areas that will go undisturbed for at least two weeks, but not be ready for application of permanent revegetation. Sediment control will be provided by silt fences or straw bales along the Creek bank and other areas as needed.
Oldham County Environmental Authority – Harmony Lake Dam Corrective Action Plan
Oldham County Environmental Authority – Harmony Lake Dam Corrective Action Plan
The project generally consists of demolition of three residences and restoration of the lots to their
natural state, as well as tree clearing at the Harmony Lake Dam. Contractors are encouraged to visit
the site before bidding. Site visits to be coordinated with Engineer.
City of Jackson – Panbowl Lake Dam Waterline Relocation
City of Jackson – Panbowl Lake Dam Waterline Relocation
Construction including but not limited to the installation of:
approximately 125 LF of 6-inch PVC waterline and other appurtenances,
casing bore and jack, and capping existing main.
Louisville Water Company is requesting Bids for The referenced project consisting of the supply and installation of 2,520 +/- linear feet of 12-inch DR-18 C900 PVC water main, 1,495 +/- linear feet of 12-inch Pressure Class 350 ductile iron water main, 1,325 +/- linear feet of 8-inch DR-18 C900 PVC water main, 195 +/- linear feet of 8-inch Pressure Class 350 ductile iron water main, and 180 +/- linear feet of 6-inch Pressure Class 350 ductile iron water main. Also included with the project is the supply and installation of 7 fire hydrants, and the supply and transfer, renewal, relocation or discontinue of 137 +/- customer services. 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 $2,000,001 – $3,000,000. 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 any of the following prequalification categories: 4” – 16” PVC Water Main. For information about pre-qualification, contact the Buyer listed above.
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.
Louisville Water Company is requesting Bids for the referenced project consisting of the supply and installation of 1,920 +/- linear feet of 8-inch DR-18 C900 PVC water main and 160 +/- linear feet of 8-inch Pressure Class 350 ductile iron water main. Also included with the project is the supply and installation of 3 fire hydrants, and the supply and transfer, renewal, relocation or discontinue of 52 +/- customer services. 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 $250,001 – $500,000. 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 are Louisville Water Small Business Equity (SBE) Program Participants and 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 the following categories: 4″ – 16″ PVC Water Mains. For information about the Louisville Water SBE Program or pre-qualification, contact the Company through the designated bid portal.
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.
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 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/.