Project Description: Install 5 Level 2 electric vehicle chargers and required electric at each of the two locations, the CHR Building and the Fleet management lot.
Sealed proposals in duplicate, shall be received in the manner and on the date herein specified for the
furnishing of the specified labor, materials, supplies, tools, and or services, indicated for the:
Jenkins Independent Middle High Campus Gym HVAC, BG # 22-291
as set forth in these specifications and drawings prepared by alt32 + Cox Architecture, Lexington, KY
Louisville Water Company is requesting Bids for a project that includes sections of two (2) neighborhood streets located in southeastern Louisville in the Billtown Road area; Chambers Way and Seagrape Road. The referenced project consists of the supply and install a total of 1,380 LF of water main, including supply and install of 1,040+/- linear feet of six (6)-inch DR-18 C900 PVC, 50+/- linear feet of six (6)-inch Pressure Class 350 ductile iron water main, and 290+/- linear feet of four (4)-inch DR-18 C900 PVC, using traditional trench installation techniques. Also included with the project is the supply and installation of three (3) fire hydrants, and the supply and transfer, renewal, relocation, or discontinue of 37+/- customer services. Fire hydrant removal, main cut and plugs, and restoration on and along Project Limits as stated above shall be included. 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″ Ductile Iron Water Mains, 4″ – 16″ PVC Water Mains, and 1” & Smaller Water Services. For information about the Louisville Water SBE Program or pre-qualification, contact the Company through the designated bid portal.
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 a project that includes sections of one (1) neighborhood street located in southeastern Louisville in the Billtown Road area; Leo Lane. The referenced project consists of the supply and install a total of 1,270 LF of water main, including supply and install of 1,190+/- linear feet of six (6)-inch DR-18 C900 PVC, 80+/- linear feet of six (6)-inch Pressure Class 350 ductile iron water main, using traditional trench installation techniques. Also included with the project is the supply and installation of three (3) fire hydrants, and the supply and transfer, renewal, relocation, or discontinue of 33+/- customer services. Fire hydrant removal, main cut and plugs, and restoration on and along Project Limits as stated above shall be included. 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″ Ductile Iron Water Mains, 4″ – 16″ PVC Water Mains, and 1” & Smaller Water Services. For information about the Louisville Water SBE Program or pre-qualification, contact the Company through the designated bid portal.
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 a project that includes sections of one (1) neighborhood street located in southeastern Louisville in the Billtown Road area; Angel Terrace. The referenced project consists of the supply and install a total of 1,275 LF of water main, including supply and install of 1,180+/- linear feet of six (6)-inch DR-18 C900 PVC, 95+/- linear feet of six (6)-inch Pressure Class 350 ductile iron water main, using traditional trench installation techniques. Also included with the project is the supply and installation of three (3) fire hydrants, and the supply and transfer, renewal, relocation, or discontinue of 35+/- customer services. Fire hydrant removal, main cut and plugs, and restoration on and along Project Limits as stated above shall be included. 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″ Ductile Iron Water Mains, 4″ – 16″ PVC Water Mains, and 1” & Smaller Water Services. For information about the Louisville Water SBE Program or pre-qualification, contact the Company through the designated bid portal.
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.
CCK-2636-22 L.C. Little Library Rooms 303, 308 & 310 Renovation
CCK-2636-22 L.C. Little Library Rooms 303, 308 & 310 Renovation
This project converts former classroom 303 into a suite of six (6) offices. Renovations
include new walls, new ceilings, new flooring and wall base, new LED lights, revised HVAC,
new power & data outlets, and walls will be patched & painted.
This project renovates rooms 308 & 310 in the Little Fine Arts Library. In room 308, one wall
will be converted to a storefront wall and the entry door will be relocated. In room 310, the
entry wall and entry doors will be replaced with a new glass storefront wall and new entrance
doors. Carpet will be replaced in both rooms. Walls in both rooms will be patched and
painted. An audio-visual projector and projector screen will be removed. New LED lights will
be installed. Existing blinds will be replaced with Mechoshades.
System Balancing and Certification required:
A preliminary air balance of each affected/project space (hereafter referred to as the ‘space’)
is required prior to beginning of construction. TAB contractor is to perform airflow
measurements of all supply diffusers and return grilles in each room. Airflow in each space
shall be measured at maximum and minimum conditions. Each supply, return, and exhaust
GRD shall be measured at both minimum and maximum positions and the airflow values
recorded. Testing shall be performed by an independent NEBB or AABC-certified TAB
contractor. The initial certified report shall be provided to the owner prior to project
completion. As room airflow conditions may have changed since the original installation, rebalancing of each space required. Each new space is to maintain a negative pressure
condition, either 100 CFM (minimum) or 10% airflow negative offset, whichever is greater.
Provide a final, certified repeat of the initial test, with all supply diffusers and return grilles
measured at both the minimum and maximum operating conditions.
Barren County Board of Education – Barren County Central Office Renovation-Phase II
Barren County Board of Education – Barren County Central Office Renovation-Phase II
The Barren County Board of Education will receive sealed bids for the Bid Packages listed for the Barren
County Central Office Renovation Phase II project.
City of Lebanon Junction – West Oak Street Interceptor Sewer
City of Lebanon Junction – West Oak Street Interceptor Sewer
The Project includes the following Work: installation of approximately 1,500 LF of 12-inch gravity sewer
pipe, railroad bore & jack, highway bore & jack, manholes other appurtenances as described for a
complete functional installation.
CCK-2634-22 Gatton Student Center – Retail Pharmacy
CCK-2634-22 Gatton Student Center – Retail Pharmacy
THIS PROJECT CONVERTS ROOMS 151, 151A, 152, 153 & 153A INTO A RETAIL PHARMACY. WORK
INCLUDES REMOVAL OF EXISTING WALLS, FLOORING, CEILING AND LIGHTS. NEW WORK
INCLUDES NEW CEILING, LED LIGHTS, NEW FLOORING, PATCH AND PAINT WALLS, PLUMBING FOR
NEW SINK, HVAC UPGRADES, SECURITY IMPROVEMENTS AND ADDITIONAL ELECTRICAL OUTLETS
AND DATA PORTS. CASEWORK AND COMPUTER EQUIPMENT PROVIDED AND INSTALLED BY
OTHERS.
Mercer County Board of Education – Mercer County Athletic Improvements
Mercer County Board of Education – Mercer County Athletic Improvements
This project involves two phases. Phase 1 is the Baseball and Softball Complex
which includes a new Baseball field with an artificial turf infield, sod outfield, new dugouts, bullpens,
bleachers, Concessions/Press Box building, and new site elements; renovation of the existing Softball
field for an artificial turf infield, new dugouts, new bullpens, and new Restroom/Concessions/Press
Box building. Phase 2 is a restroom addition to the existing Soccer Concessions/Press Box building at
the Soccer field. Major systems include Mechanical, Plumbing and Electrical.
City of Jeffersonville – North Water Reclamation Facility Expansion Project
City of Jeffersonville – North Water Reclamation Facility Expansion Project
The project consists of Increasing the capacity of the plant from 3 MGD ADF
(9 MGD PDF) to 6 MGD ADF (18 MGD PDF) by modification of the headworks structure, the existing oxidation
ditch, and the MLSS splitter box, addition of a new oxidation ditch, new clarifiers, RAS pump station,
WAS/Scum pump station, recycle pump station and sludge holding tank, modification to the existing dewatering
building, UV disinfection system, and effluent metering structure, addition of a new administration building to
increase capacity of the existing building, and modifications to the yard structures, site piping, site work,
mechanical electrical, plumbing, and SCADA system.
LFUCG Division of Water Quality – East Hickman Force Main
LFUCG Division of Water Quality – East Hickman Force Main
The project includes providing all construction supervision, labor, materials, tools, test equipment
necessary for the East Hickman Force Main. The scope of work includes, but is not limited to, the
installation of approximately 30,680 linear feet of 36” ductile iron force main and fittings, 3
tunnels, and 12 air release valves and vaults, the replacement of one 12’ diameter manhole,
connection to existing force main, and all associated work.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of Breckenridge Square Drainage Improvement Project Contract No. 2022-030, Budget ID No. C22008, will be received at the office of MSD until 10:00 a.m., Local Time, Thursday, May 26, 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 rear easement behind Breckenridge Square. 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 $80,000.00 and $110,000.00.
The bid documents will be available on, Tuesday, May 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 Beth A. Tanner at beth.tanner@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, Beth A. Tanner at beth.tanner@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 913 271 57#.
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
CCK-2632-22 Renew/Modernize Facilities Reynolds Building #1
CCK-2632-22 Renew/Modernize Facilities Reynolds Building #1
A. The Work of Project is defined by the Contract Documents and consists of the following:
1. Demolition of various exterior and interior components of the existing Reynolds Building.
2. Construction of new exterior and interior components, window systems, partitions, door systems, finishes, stairways, elevator system, mechanical and electrical systems.
B. Type of Contract:
1. Construction Delivery Method: Construction Management
2. Project will be constructed under coordinated, concurrent multiple contracts, administered by the Construction Manager.
Louisville Water Company is requesting Bids for The referenced project consists of the supply and install of a total of 2,610 LF of water main, including supply and install of 1,165+/- linear feet of 8-inch DR-18 C900 PVC, 1,395+/- linear feet of 8-inch Pressure Class 350 ductile iron water main and 50+/- linear feet of 6-inch DR-18 C900 PVC using traditional trench installation techniques and the abandonment of 2,520+/- linear feet of 8-inch Asbestos-Cement water main. Also included with the project is the supply and installation of 3 fire hydrant, and the supply and transfer, renewal, relocation, or discontinue of 47+/- customer services. Fire hydrant removal, main cut and plugs, and restoration on and along Project Limits as stated above shall be included. 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 $500,001 – $1,000,000. 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” Duct8ile Iron Water Main, and/or 4”-16” PVC Water Main. For information about pre-qualification, contact the Buyer listed above.
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
Company Local Preference Program applies to this bid and resultant bid award.
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.