Monticello Utility Comm – Water Line Utility Relocation – Reconstruction of KY 90 From Old Mills Spring Road to Bridge
Monticello Utility Comm – Water Line Utility Relocation – Reconstruction of KY 90 From Old Mills Spring Road to Bridge
The work to be bid is described as follows:
The relocation of existing 2-inch through 16-inch water line and accessories;
and installation of 2-inch through 16-inch PVC, ductile iron pipe, meter settings, steel
cover pipe, bores, and associated accessories.
City of Lawrenceburg – Downtown Sidewalk Replacement Project
City of Lawrenceburg – Downtown Sidewalk Replacement Project
This project is for replacing dilapidated sidewalks on the East and West side of 100 block of
South Main Street. This area is between Court Street and Woodford Street. The width of the
sidewalk varies between 7 and 24 feet. Project includes approximately 12,400 square feet of
sidewalk replacement, 400 feet of curb replacement, 21 ADA sidewalk ramps and
appurtenances.
GEOGRAPHIC COORDINATES LATITUDE 84:53:46.38 LONGITUDE 38:2:12.11
Eastern Kentucky University (EKU) hereby requests sealed bids for the materials, supplies,
equipment or services set forth herein, subject to all conditions outlined in this Bid Package
Provide new campus site lighting to include but not limited to new light fixtures installed with new poles and concrete foundations, replacement light fixtures retrofitted to existing poles, new light fixtures installed on exterior walls of existing buildings, underground directional boring and trenching, conduit and wiring and automatic lighting controls. Project also includes upgrade to existing the fire and alert system notification systems in multiple buildings to provide fire, weather and intruder alert notification appliances located on building exterior.
Louisville Water Company is requesting Bids for the furnish and installation of 1,460 +/- linear feet of 8-inch PVC DR 18 water
main, install 40 +/- linear feet of 8” DI PC350 water main, install two (2) fire hydrants, and appurtenances. Restore the site, all of the
above shall be made ready for use in accordance and compliance with the Contract Documents. All material will be supplied by the
Contractor.
The project includes repairs and recover of the roof at three buildings at Madisonville Community College: the Academic building and Mine Occupations building at 150 School Street, Madisonville, and the Learning Resource Center at 2000 College Drive, Madisonville.
At the Academic building, work includes: a new liquid-applied roof coating over existing modified bitumen roof, approximately 30,000 square feet, including removal and replacement of designated areas of wet insulation; removal of unused equipment and curbs, infill of deck and insulation; removal of existing built-up roof system from a concrete canopy deck, and installation of a liquid-applied roof system, approximately 2,500 square feet; remove existing roof hatch and replace with new.
At the Mine Occupations building, work includes: a new liquid-applied roof coating over existing built-up roof, approximately 10,100 square feet, including removal and replacement of designated areas of wet insulation; removal of unused equipment and support framing; install new roof access ladder with safety cage. The Owner will remove existing materials as required for installation of new roof ladder.
At the Learning Resource Center, work includes: a new modified bitumen roof re-cover of an existing modified bitumen roof, approximately 15,000 square feet, including removal and replacement of designated areas of wet insulation; remove existing roof hatch and replace with new.
The Scope of Work includes the following:
a. Remove existing electrical campground pedestals after new electrical pedestal is working correctly at Carr Creek Campground.
b. Mark all existing underground utilities before digging for new services for electrical pedestals.
c. Remove old electrical service panels that fed old campground electrical pedestals, after new ones have been installed and working correctly.
d. Contractor to furnish and install new electrical service to Campground Registration and Managers Offices with new a ground rod installed at each building location.
e. Contractor to provide and install new electrical pedestals and a new ground rod within 5 feet of existing electrical pedestals confirm final locations with David Richardson Park Manager.
f. Contractor to furnish and install new electrical service to Campground Entrance with new ground rods and electrical service meter. Contractor shall work and coordinate with utility company to ensure all electrical requirements are met.
g. Contractor to furnish and install new electrical service to Maintenance building with new ground rods and electrical service meter. Contractor shall work and coordinate with utility company to ensure all electrical requirements are met.
Hardin County Water District No. 1 – Water Street Storm Drainage Improvement
Hardin County Water District No. 1 – Water Street Storm Drainage Improvement
This contract consists of Water Street storm drainage improvements within Fort Knox. The
project includes the supply materials and construction of storm water improvements.
Replacement of guard tower glazing and repair / resurfacing of guard tower EIFS. Work includes but is not limited to selective demolition, glazing removal, metal frame repair / renovation, tempered insulating glazing, painting, exterior insulation finish system (EIFS) repair/resurfacing.
Provide a new campus wide public address and intercom system for nine existing buildings and one outdoor pavilion. The new intercom/paging system will run on a virtual local area network (VLAN) by utilizing the existing voice/data infrastructure rather than installing new cabling throughout the campus. The system will be a hybrid of an IP based and traditional analog system. One IP amp, or multiple IP amps, can be connected to the existing voice/data network located at each building to provide building paging. At the building level, IP speakers and amplifiers will be provided and connected to the building voice/data network. Most areas will be designed as one way paging with the exception of classrooms where a talk back feature will be included. The intent is to replace existing speakers with new speakers in the same locations. All new cabling will be provided. New outdoor speakers will be added to common areas as well as the outdoor pavilion. The system is to be capable of interfacing with existing Voice Over IP (VOIP) phone system to allow remote paging capabilities from any phone. The system is to be capable of broadcasting an announcement from any location to other buildings on campus that are connected to the intercom/paging network.
Future upgrades to other systems such as Access Control, Intrusion Detection and Video Surveillance can be integrated but are not part of this project. If there are plans to upgrade these systems, design should include provisions for cross system integration with the paging system provided in this project.
Cedar Creek WQTC – Influent Pump Station MCC Upgrades Project
Cedar Creek WQTC – Influent Pump Station MCC Upgrades Project
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 – Influent Pump Station MCC Upgrades Project Record No. 15852, Budget ID No. D16272, Sheet No. 1 to 11, will be received at the office of MSD until 10:00 am, Local Time, February 20, 2020, and will be publicly opened and read at that place and time.
Description and location of Project: This project is to provide Variable Frequency Drives (VFDs) to six existing 130 horsepower pumps at the Cedar Creek Water Quality Treatment Center (WQTC) Influent Pump Station. The existing Motor Control Center (MCC) in the Filter Building will be modified to house the new VFDs and the associated control equipment. The existing HVAC system in the MCC room will also be upgraded to meet the requirements of new equipment. Minor structural repairs will be required as a result of the new HVAC 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 a non-mandatory pre-bid meeting held for this project at the Cedar Creek WQTC Office building located at 8405 Cedar Creek Road, with site walk to follow at 1:00 pm Local Time, January 30, 2020.
The Engineer’s Construction Cost Estimate for this project is between $400,000.00 to $600,000.00.
The bid documents will be available on, January 13, 2020, on-line 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 on-line 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 E-mail: steven.leong@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, Angela Akridge, P.E.
IF THE ENGINEER’S CONSTRUCTION COST ESTIMATE IS $50,000 OR MORE, the Minority Business
Enterprise and Woman Business Enterprise (MBE/WBE) participation goals shall be applicable to all contracts and comply with MSD’s Interim Supplier Diversity Policy and Guidelines (Interim Policy). The Interim Policy is considered as one of the elements of responsiveness in a bid. Bidders must subcontract at least 15.0% of the total amount of the Contract Bid price to a certified MBE and 6.0% to a certified WBE, or if the Contractor is unable to meet the goals, must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the Interim Policy. – (see MSD Construction Related MBE/WBE Documents and Forms at http://www.msdlouky.org/insidemsd/diverse ). Each bidder is responsible for careful review of the Interim Policy requirements contained in the bid documents. Failure to comply with the Interim Policy may be grounds for rejection of the bid as non-responsive.
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Steven Leong
MSD Interim Supplier Diversity Policy and Guidelines for this project is as follows:
15% MBE and 6% WBE participation is required for this project.
LOCAL LABOR PREFERENCE: 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.
Please note: Addendum No. 1 has changed the Bid Opening Date
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of Trio Avenue Culvert Replacement Alternate No. 1 and Alternate No. 2 Project, Contract No. 2020-017 , Budget ID No. C20277, will be received at the office of MSD until 10:00 a.m., Local Time, January 30, 2020, and will be publicly opened and read at that place and time.
Description and location of Project: This unit base construction order for Bid Alternate No.1 for the steel beam, concrete abutment, and concrete deck installation, and for Bid Alternate No. 2 that includes a concrete footer, walls, and deck installation in Metro Council District 24. MSD will award the project on the lowest responsive / responsible bidder for the Alternate MSD elects to accept.
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 to $100,000.00.
The bid documents will be available on, January 13, 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 Kevin Schmidt at kevin.schmidt@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, Angela Akridge, P.E.
IF THE ENGINEER’S CONSTRUCTION COST ESTIMATE IS $50,000 OR MORE, the Minority Business Enterprise and Woman Business Enterprise (MBE/WBE) participation goals shall be applicable to all contracts and comply with MSD’s Interim Supplier Diversity Policy and Guidelines (Interim Policy). The Interim Policy is considered as one of the elements of responsiveness in a bid. Bidders must subcontract at least 15.0% of the total amount of the Contract Bid price to a certified MBE and 6.0% to a certified WBE, or if the Contractor is unable to meet the goals, must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the Interim Policy. See (MSD Construction-Related MBE/WBE Documents and Forms at http://www.msdlouky.org/insidemsd/diverse ). Each bidder is responsible for careful review of the Interim Policy requirements contained in the bid documents. Failure to comply with the Interim Policy may be grounds for rejection of the bid as non-responsive.
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer, Kevin Schmidt at kevin.schmidt@louisvillemsd.org.
MSD Interim Supplier Diversity Policy and Guidelines for this project is as follows:
15% MBE and 6 % WBE participation is required for this project
LOCAL LABOR PREFERENCE: NO
The Contract will be awarded on the basis of the lowest responsive, responsible bid, subject to the approval of the Board of MSD. MSD reserves the right to reject any or all bids or waive any informality in any bid.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
West Shelby Water District – Ardmore Crossing Phase 1 Waterline Extension
West Shelby Water District – Ardmore Crossing Phase 1 Waterline Extension
This contract consists of installing approximately 1,930 L.F. of 8” PVC, SDR-17
waterline, 850 L.F. of 6” PVC, SDR-17 waterline and all other necessary appurtenances. The engineer’s estimate is $145,000.
City of Hyden – Sewage Line Replacement – Kings Pharmacy
City of Hyden – Sewage Line Replacement – Kings Pharmacy
The Project includes but is not limited to the following:
Sewage Line Replacement – Kings Pharmacy
a.) 800 L.F. 8″ Gravity (0′- 8′)
b.) 200 L.F. 8″ Gravity (8′ – 15′)
c.) 200 L.F. 4″ Service Lateral
d.) 3 EA Manholes (w/frame & cover) 5′-12′ Depth, 5′ DIA
e.) 2 EA Manholes (w/frame & cover) 12’+ Depth, 5′ DIA
f.) 200 L.F. 16″ Bore & Jack Casing (8″ Gravity)
The work entails the remediation and selective replacement of the existing built-in millwork and solid surface countertops in kitchens and living rooms in all six (6) of the Bingham Gardens Group Homes.