London Utility Commission – Waterworks Road and KY 1006 Waterline Replacement
London Utility Commission – Waterworks Road and KY 1006 Waterline Replacement
The scope of work includes the installation of approximately 4,632 LF of 6-inch DI waterline,
1,124 LF of 3-inch HDPE waterline (directional drill), 386 LF of 2-inch PVC waterline, 35 LF of
16-inch encasement pipe (bore and jack), 5 fire hydrant assemblies, and related appurtenances.
Be Advised that the Bid Opening Date has been changed to October 1, 2020 at 10:30
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the 5029 Lea Ann Way Bank Repair Project Contract No. 2021-005, Budget ID No. C19099, will be received at the office of MSD until 10:00 a.m., Local Time, September 24, 2020, and will be publicly opened and read at that place and time.
Description and location of Project: This project includes a modular wall installation along the creek bank located behind 5029 Lea Ann Way in Metro Council District 24. 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, September 3, 2020, 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 S 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 will 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:
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 754901288.
MSD SUPPLIER DIVERSITY PROGRAM: No
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
CC-339B-21 Curris Center Boiler Replacement Project
CC-339B-21 Curris Center Boiler Replacement Project
The project consists of the replacement of two steam boilers and water heaters with two condensing boilers,
two instantaneous condensing water heaters, tanks and accessories. The project also includes the replacement
of kitchen kettles and a dish machine.
Richmond Utilities Board – Silver Creek Pump Station and Force Main
Richmond Utilities Board – Silver Creek Pump Station and Force Main
The work to be bid is described as follows:
CONTRACT 170-20-104
Silver Creek Pump Station and Force Main—Perform work at the Silver Creek
Wastewater Treatment Plant site to decommission the treatment and discharge point.
Install a new 1,565 gpm pump station to discharge to the new Silver Creek Force Main.
Install approximately 14,500 L.F. of 18-inch PVC force main.
Description and location of Project: The scope of work shall include dirt removal and topsoil installation along the easement located at the rear of 12610 Old Henry Road, in Metro Council District 19. All work shall be done in accordance to MSD’s Standard Specifications.
A. Concrete Sidewalk and Dri Replacement
B. Handrail replacement at sidewalk stairs.
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 Bardstown – Peracetic Acid Disinfection System Improvements
City of Bardstown – Peracetic Acid Disinfection System Improvements
Project consists of improvements to its peracetic acid disinfection systems at the
Town Creek Wastewater Treatment Plant located on Gilkey Run Road and the Jerry L. Riley Wastewater
Treatment Plant located on Sutherland Lane.
The primary scope of work includes complete construction of three (3) concrete masonry buildings, three (3) pre-engineered metal buildings and associated site improvements on one (1) site located on the Harold L. Disney Training Site (HLDTS) in Artemus, Knox County, Kentucky.
Site improvements include site striping, rough and finish grading to provide building pads and roadway within the project site. Roads are to be surfaced with DGA. Utilities are limited to minimal storm drainage, building associated improvements.
Building construction includes construction of one and two story concrete masonry buildings with poured concrete footings and foundations, ground supported slabs and precast concrete intermediate floor and roof decks. Roof construction is precast deck with elastomeric coating and concrete fill or wood truss with OSB sheathing and metal roofing panels as shown. Pre-engineered buildings are one story construction with metal siding and roofing. Framing members are girts or purlins as appropriate. Interior non-structural partitions are wood frame with OSB sheathing each side. Window openings are to be wrapped with treated wood or metal surrounds. No windows are to be installed. Doors are to be hollow core wood with field fabricated wood frames and grade 3 hardware. Building construction includes porches, stoops, handrails and guardrails as shown.
The Work of Project is defined by the Contract Documents and consists of the following main activities:
1. Widening of the dam’s crest.
2. Construction of the downstream embankment blanket drain and toe drain systems.
3. Flattening of the dam’s downstream embankment.
4. Existing spillway modifications to new low level outlet.
5. Construction of new low level outlet gates and conduit grouted in existing 66” CMP.
6. Construction of new baffled chute spillway.
7. Grouting existing low level outlet pipe and backfill concrete in existing tower.
8. Installation of erosion prevention and sediment control measures
Garrard County Board of Education – Camp Dick Robinson Elementary School Bus Canopy Additions
Garrard County Board of Education – Camp Dick Robinson Elementary School Bus Canopy Additions
Project consists of construction of a new pre-engineered metal canopy over
the bus drop off / pick up loop located on the north façade of Camp Dick Robinson Elementary
School.
CCK-2502-21 Replacement of Steam and Condensate Piping to Pence Hall
CCK-2502-21 Replacement of Steam and Condensate Piping to Pence Hall
University of Kentucky – Pence Hall (Building# 0041). The contractor will be required to
demolish, remove and replace the existing steam and pumped discharge piping (and all
associated materials/equipment) entering Pence Hall Mechanical Room through the utility
tunnel to the manhole outside of Pence Hall.
Restore all existing site conditions back to their original condition. This includes plantings,
lights, asphalt, concrete, grass, etc.
City of Jenkins – Waterline Improvement Project Phase 5
City of Jenkins – Waterline Improvement Project Phase 5
Construction including but not limited to the installation of:
Approximately 8,550 LF of 6-inch, 10,000 LF of 4-inch and 2,500 LF of 2-inch waterlines
with 80 LF of 8″ HDPE directionally drilled creek/river crossings and other
appurtenances, and 159 water service connections.
The scope of the project is as follows:
A. New lighting controls will be provided for the House Chambers Balcony level lighting.
B. House and Senate Chambers Lighting:
1. All existing LED lamp sources are proposed to be replaced in kind with newer updated LED lamp sources with equivalent lumen output.
2. All existing linear fluorescent luminaries are proposed to be demolished and replaced with new LED luminaires with equivalent lumen output.
3. All decorative surface mount -incandescent luminaires are proposed to be retrofit with new LED lamp sources with equivalent lumen output.
4. All surface mount spot luminaires are proposed to be demolished and replaced with new LED spot luminaires with equivalent lumen output.
5. All recessed spot luminaires are proposed to be retrofit with LED lamp sources with equivalent lumen output.
CCK-2501-21 T.P. Cooper Building – Replace Windows
CCK-2501-21 T.P. Cooper Building – Replace Windows
Replace all exterior windows with new aluminum windows. Includes installing accessory panels in new window sashes at locations currently having window A/C installations. Project includes removal of the A/C units with an add alternate to have the A/C units reinstalled.
The project consists of removal of existing shingle and built-up roofing systems, installation of new asphalt shingle and modified bitumen roofing systems over existing building, remove existing wood siding at gable ends, install new fiber cement board siding at gable ends, miscellaneous minor repairs to roof edge condition, and roof edge drainage systems as follows:
1. At Carter Caves State Resort Park:
a. Removal and replacement of asphalt shingles.(Areas ‘A’, ‘B’, ‘C’ ‘D’ & ‘E’)
i. New vented nail base insulation at Guestrooms.
1. 2.75″ insulation, 1″ airspace & 5/8″ OSB.
ii. New 50-year asphalt shingles.
iii. Synthetic underlayment.
iv. Ice and Water shield at perimeters.
b. Removal and replacement of gutters and downspouts at Roofs ‘A’, ‘B’, ‘C’ ‘D’ & ‘E’
i. New gutters and downspouts to match existing size and shape.
ii. Materials to be 24 ga. Pre-finished galvanized.
c. Exterior masonry at Chimney over Roof ‘A’ to have 100% re-pointing and sealer.
d. Existing drain lines to be jet cleaned and noted damaged areas repaired.
i. After cleaning, drain lines to be inspected via camera and any additional repairs to be completed via CO.
e. New drain lines to be installed at Conference Center grade to catch drainage from Areas ‘F’ & ‘G’ & expelled to hill side.
i. Roof ‘E’ & ‘F’ to have new drain lines installed and drainage to be expelled to hill side.
2. At Greenbo State Resort Park:
a. Removal and replacement of asphalt shingles.(Areas ‘A’ & ‘J’).
i. New vented nail base insulation at Guestrooms.
1. 4″ insulation, 1″ airspace & 5/8″ OSB.
ii. ii. New 50-year asphalt shingles.
iii. Synthetic underlayment.
iv. Ice and Water shield at perimeters.
b. Removal and replacement of mansard shingles: (Areas ‘B’, ‘C’, ‘D’, ‘E’, ‘F’ & ‘H’).
i. New 50-year asphalt shingles.
ii. Synthetic Underlayment.
iii. Ice & Water Shield at Perimeters.
c. Removal and replacement of SBS flat roofing (Areas ‘B’, ‘C’, ‘E’, ‘F’, ‘H’ & ‘I’).
i. R-25 insulation slope in deck at ‘H’ & ‘I’.
ii. R-25 + 1/4″ taper at Areas ‘B’, ‘C’, ‘E’ & ‘F’.
d. Removal and replacement of gutters and downspouts at Roofs ‘A’ & ‘J + Copper gutter repairs at Areas ‘B’, ‘C’, ‘D’, ‘E’, ‘F’, ‘H’ & ‘I’.
i. New gutters and downspouts to match existing size and shape.
ii. Materials to be 20 oz. copper.
e. Exterior masonry at Chimney over Roof ‘E’ to have 100% re-pointing and sealer.
f. Existing drain lines to be jet cleaned.
i. After cleaning, drain lines to be inspected via camera and any additional repairs to be completed via CO.
g. New drain lines to be installed at Conference Center grade to catch drainage from Areas ‘D’, ‘F’ & ‘H’ & tapped into existing yard drains.