Author Archive

4034 St. Germaine Court Drainage Improvement Project

4034 St. Germaine Court Drainage Improvement Project

Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of 4034 St. Germaine Court Drainage Improvement Project Contract No. 2023-007, Budget ID No. C23068, will be received at the office of MSD until 10:00 a.m., Local Time, Thursday, August 25, 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 roadside drainage repairs along St. Germaine Court. 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 $60,000.00 and $100,000.00.

The bid documents will be available on, August 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 929 586 757#.

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

Project Location: Louisville, KY

More Details

RFB-59-23 DMA – WHFRTC Electrical Expansion to Ranges Project Location

RFB-59-23 DMA – WHFRTC Electrical Expansion to Ranges Project Location

Estimate: $244,000.00

Estimated Length of Project: 180 (Substantial Completion) + 30 (Final Completion)

Base Bid:
Install PVC coil conduit using directional boring for a KU installed primary circuit extension to serve the existing 10/25, and M203 Ranges. Include in Base Bid the cost to install fourteen, (14) pull boxes complete including clearing as specified. Install KU furnished pull boxes at locations determined by the utility. Revise the electric service entrance at the Ranges to provide a KU metered service in lieu of the existing service furnished by a portable generator.

Add Alternate No One:
Install PVC coil conduit using directional boring for a KU installed primary circuit extension from the existing M203 Range to serve the existing Grenade Range. Install KU furnished pull boxes at locations determined by the utility. Include in Add Alternate No. One bid the cost to install seven, (7) pull boxes complete including clearing as specified. Revise the electric service entrance at the Grenade Range to provide a KU metered service in lieu of the existing service furnished by a portable generator.

Project Location: Greenville

More Details

4328 N. Foeburn Lane Bank Repair Project

4328 N. Foeburn Lane Bank Repair Project

Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the 4328 N. Foeburn Lane Bank Repair Project Contract No. 2023-005, Budget ID No. C23065, will be received at the office of MSD until 10:00 a.m., Local Time, Thursday, August 18, 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 repair the banks along the open channel next to 4328 N. Foeburn 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 $125,000.00 and $175,000.00.

The bid documents will be available on Tuesday, August 9, 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. For this Bid Opening, MSD will be hosting a Teleconference call in 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 640 401 730#.

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 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.

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: 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.

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, KY

More Details

2314 Fallsview Road Bank Repair Project

2314 Fallsview Road Bank Repair Project

Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the 2314 Fallsview Road Bank Repair Project Contract No. 2023-004, Budget ID No. C23063, will be received at the office of MSD until 10:00 a.m., Local Time, Thursday, August 25, 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 the bank stabilization project along the open channel located at the rear of 2314 Fallsview Road. 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 $125,000.00 and $150,000.00.

The bid documents will be available on Tuesday, August 9, 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. For this Bid Opening, MSD will be hosting a Teleconference call in 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 877 216 359#.

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.

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: 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.

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, KY

More Details

Woodford County Fiscal Court – Courthouse Annex Pedway Permanent Shoring

Woodford County Fiscal Court – Courthouse Annex Pedway Permanent Shoring

Project consists of furnishing all labor, materials, supplies, tools,
services, etc., necessary for:
WOODFORD COUNTY COURTHOUSE ANNEX
PEDWAY PERMANENT SHORING

Project Location: Versailles, Kentucky

More Details

Housing Authorirty of Russellville – Bathroom Upgrades

Housing Authorirty of Russellville – Bathroom Upgrades

Project consists of:

Bathroom Upgrades

Project Location: Russellville, Kentucky

More Details

Housing Authority of Liberty – Site Water Distribution Piping

Housing Authority of Liberty – Site Water Distribution Piping

The project consists of:

Site Water Distribution Piping

Project Location: Liberty, Kentucky

More Details

RFB-52-23 KYTC – Kenton County District Office Building

RFB-52-23 KYTC – Kenton County District Office Building

Estimate: $9,907,317.00

Estimated Length of Project: 510 (Substantial Completion) + 540 (Final Completion)

Project Description: The project consists of new construction for a District 6 Office building of approximately 22,000 S.F. on ground floor plus approximately 3,500 S.F. of mechanical mezzanine, located at 421 Buttermilk Pike, Covington, Kentucky (Kenton County). The new building will be located just South of the existing, three story, 30,000 S. F. District 6 office building; and adjacent to, and just Southeast of the existing, Materials Testing Lab Building. The existing office building will remain in operation throughout construction of the new facility. The adjacent, single story, 2,500 S. F. Materials Testing Lab Building shall be demolished prior to construction of the new office building. The new office building will be a single-story structure with a mechanical mezzanine. The structure will consist of structural steel, metal stud load bearing walls with a masonry brick veneer and metal wall panels, energy efficient aluminum doors and storefront window openings. The roof will be constructed with light gauge metal trusses, 1 ½” metal roof deck, rigid insulation and standing seam metal roofing. The HVAC system will be a water source heat pump system with energy recovery and the lighting will be LED. This project shall be constructed as LEED Certified, under LEEDv4 NC: BD+C green building rating system.

Project Location: Covington

More Details

Housing Authority of Dawson Springs – Kitchen Upgrades & Smoke/CO2 Detectors

Housing Authority of Dawson Springs – Kitchen Upgrades & Smoke/CO2 Detectors

Project consists of: Kitchen Upgrades & Smoke/CO2 Detectors

Project Location: Dawson Springs, Kentucky

More Details

Danville-Boyle County Airport Board – Stuart Powell Field Airport – T-Hangar and Apron Replacement Project

Danville-Boyle County Airport Board – Stuart Powell Field Airport – T-Hangar and Apron Replacement Project

Project consists of furnishing all labor, materials and equipment and performing all work necessary for T-Hangar and Apron Replacement Project at the Stuart Powell Field Airport

Project Location: Danville, Kentucky

More Details

Kentucky State Capitol Annex – BP EX01 – Exterior Repairs

Kentucky State Capitol Annex – BP EX01 – Exterior Repairs

Level 4 roof balcony masonry repairs, other exterior repairs and site lighting improvements

Project Location: Frankfort, Kentucky

More Details

Dingle Dell Road Drainage Improvement Project

Dingle Dell Road Drainage Improvement Project

Please be advised by this notification that this project, which was scheduled to open on Tuesday, August 23, 2022 at 10:00 a.m. has been cancelled. The bid will be rebid at a later date.

Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the Dingle Dell Road Drainage Improvement Project Contract No. 2023-006, Budget ID No. C23066, will be received at the office of MSD until 10:00 a.m., Local Time, Tuesday, August 23, 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 Dingle Dell Road. 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 $175,000.00 and $225,000.00.

The bid documents will be available on Monday, August 8, 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. For this Bid Opening, MSD will be hosting a Teleconference call in 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 900 799 303#.

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 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.

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: 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.

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, KY

More Details

Housing Authority of Elizabethtown – Roofing & Guttering

Housing Authority of Elizabethtown – Roofing & Guttering

The Project consists of: Roofing & Guttering

Project Location: Elizabethtown, Kentucky

More Details

Kentucky State Capitol Annex – BP01 & BP03 – Print Shop Relocation Enabling Work & 2nd Floor Offices

Kentucky State Capitol Annex – BP01 & BP03 – Print Shop Relocation Enabling Work & 2nd Floor Offices

The Kentucky State Capitol ANNEX project Bid Package 01 and 03 consists of interior renovations of
the Capitol Annex.

Project Location: Frankfort, Kentucky

More Details

CCK-2651-23 W.T. Young – Elevator Modernization

CCK-2651-23 W.T. Young – Elevator Modernization

The project is to modernize the remaining four (4) elevators in the W. T. Young Library
Building. The project includes upgrading to current codes and providing emergency power to
the elevators.

Project Location: Lexington, Kentucky

More Details

RFB-58-23 KSU – Roof Repairs and Replacements – Carver Hall

RFB-58-23 KSU – Roof Repairs and Replacements – Carver Hall

Estimate:
$732,000.00

Estimated Length of Project:
180 (Substantial Completion) + 30 (Final Completion)

The project consists of roof replacements at Carver Hall.
Roof Replacements:
a. Tear off existing built up roof membrane, sheet metal, metal counter flashings, and roof components as indicated. Install new rigid insulation, tapered insulation, metal components and 2-Ply SBS-Modified Bituminous Membrane system as indicated on the drawings.
b. Install new roof hatches
c. Install new skylights

Project Location: Frankfort

More Details

RFB-54-23 DOC – RCC Kitchen Drain Line Repair/Replacement

RFB-54-23 DOC – RCC Kitchen Drain Line Repair/Replacement

Estimate:
$1,655,000.00

Estimated Length of Project:
210 (Substantial Completion) + 30 (Final Completion)

The project consists of the removal and replacement of the sanitary piping system serving the kitchen and laundry areas. All piping and floor drains in the kitchen shall be removed and replaced with schedule 80 piping. The existing sanitary lift station will be removed, and a new lift station shall be provided in a new location. A new grease interceptor will be provided to serve the kitchen. A new concrete slab and epoxy non-slip floor shall be provided in the kitchen. All existing kitchen equipment shall be removed and re-installed to accommodate the piping and floor replacement inside the kitchen. Temporary trailers and storage containers shall be provided to serve as a temporary kitchen while the permanent kitchen is shutdown. Trenching and backfilling will be required for installation of utilities to serve the sanitary system and temporary kitchen. All work will be performed inside the Security Boundary.

Project Location: La Grange

More Details

Floyd County Board of Education – Floyd County Schools Security Upgrades

Floyd County Board of Education – Floyd County Schools Security Upgrades

This project consists of providing door hardware, an access controls system and
associated upgrades at exterior doors at the following schools:

• James D. Adams Middle School
• Allen Elementary School
• Betsy Layne Elementary School
• Duff-Allen Central Elementary School
• John M. Stumbo Elementary School
• May Valley Elementary School
• Prestonsburg Elementary School
• Renaissance Learning Center
• South Floyd Elementary School.

Project Location: Floyd County, Kentucky

More Details

22-51 / Fairdale Road Area Water Main Replacement

22-51 / Fairdale Road Area Water Main Replacement

Questions: Renee Fromme

Louisville Water Company is requesting Bids for the referenced project consisting of the supply and install of a total of 6,285 LF of water main, including supply and install of 990+/- linear feet of 16-inch Pressure Class 350 ductile iron water main, 210+/- linear feet of 12-inch Pressure Class 350 ductile iron water main, 2,575+/- linear feet of 12-inch DR-18 C900 PVC water main water main, 60+/- linear feet of 8-inch Pressure Class 350 ductile iron water main, 750+/- linear feet of 8-inch DR-18 C900 PVC water main, 770+/- linear feet of 6-inch Pressure Class 350 ductile iron water main and 930+/- linear feet of 6-inch DR-18 C900 PVC water main using traditional trench installation techniques and the abandonment of 65+/- linear feet of 6-inch Asbestos-Cement water main. Also included with the project is the supply and installation of 9 fire hydrants, and the supply and transfer, renewal, relocation, or discontinue of 106+/- 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 $1,000,001 – $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 ALL of the following prequalification categories: 4” – 16” Ductile Iron Water Main, 4”-16” PVC Water Main, and 1” & Smaller Services. 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. 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/.

Click Here for the List of Prequalified Bidders

Project Location: Louisville, Kentucky

More Details

City of Jamestown – C Wooldridge Road Waterline Extension

City of Jamestown – C Wooldridge Road Waterline Extension

This contract consists of installing approximately 3,600 L.F. of
3” PVC, SDR-17 waterline along C. Wooldridge Road as well as all necessary
appurtenances. The engineer’s estimate is $90,000.

Project Location: Jamestown, Kentucky

More Details

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 $800,000.

Project Location: Liberty, Kentucky

More Details

RFB-40-23 KCTCS – Structural Evaluation & Remediation Admin Hopkinsville CC

RFB-40-23 KCTCS – Structural Evaluation & Remediation Admin Hopkinsville CC

Estimate:
$320,783.00

Estimated Length of Project:
60 (Substantial Completion) + 30 (Final Completion)

This scope is to include the following items and necessary associated work:
1. Pressure wash all exposed exterior concrete flat vertical and horizontal surfaces. The intent is to loosen any concrete popouts and prepare for surface repairs.
2. Expose and repair rusted reinforcement. This is generally on the undersides of flat concrete surfaces. This will involve removing the concrete all around the exposed bars and beyond them to sound rebar, cleaning off the rusted reinforcement, lap splicing new reinforcement to the old, and repairing the concrete with an epoxy or polymer modified mortar suitable for vertical and overhead applications.
3. Remove the grout cover over the exterior fin attachments. Clean off any rust and repair any rusted welds. After reconditioning the welds, re-grout the pockets to a flush condition.
4. Cut a new drip notch in the underside of exterior flat concrete surfaces that are over 1’ wide where a notch in not already present.
5. Clean out and re-caulk all existing caulked joints at fins, windows, entrance frames, and miscellaneous openings where in contact with exposed exterior concrete.
6. Apply crystalline waterproofing to exposed exterior concrete surfaces.
7. Repair the settled concrete slab in the first floor men’s restroom. This will involve removing the slab and cracked cmu walls, placing new subgrade and slab, and rebuilding the cmu walls. Repair or replace the plumbing fixture supports in this area and re-install the existing plumbing fixtures.
8. The cmu wall and slab will have exposed concrete finishes to allow future tile installation.
9. The add alternate for stain will require the application of a uniform color stained finish to all exterior exposed concrete to be selected from a manufacturer’s palette of standard colors.

Project Location: Hopkinsville

More Details

RFB-41-23 DOC – RCC Range House

RFB-41-23 DOC – RCC Range House

Estimate:
$666,763.00

Estimated Length of Project:
180 (Substantial Completion) + 30 (Final Completion)

The Roederer Correctional Complex Range House will be a new 1,950 gross square foot facility, which will replace an outdated existing range house, which is to be demolished as part of this project. The new facility will house an instructional classroom, bathroom facilities, office, weapons cleaning area and provide shelter during inclement weather. An Add alternate to include a wood shooting tower to be constructed on the East firing range to replace an existing shooting platform.

Project Location: La Grange

More Details

Meade County Fiscal Court – Meade Olin Park Maintenance Building

Meade County Fiscal Court – Meade Olin Park Maintenance Building

50’ x 75’ x 12’ Maintenance Building Scope Letter:

• 50’ x 75’ x 12’ Maintenance Building constructed as a post frame building with 5” concrete floor slab on grade to
include bay area, office area, restrooms, mechanical room, and kitchen/storm shelter area.
• All posts shall be installed with rebar cages and rebar through posts.
• Posts shall be treated 6×6 posts.
• 5” concrete floor w/ w.w.f. and 10 mil vapor barrier and under-slab insulation.
• Concrete safe room storm shelter with rebar reinforcement shall be installed.
• Install drywall ceiling to concrete ceiling with nailers as required in safe room.
• Provide 3’x7’ man door at safe room with 3 each deadbolts and doorknob.
• Trusses shall be installed 4’-0” o.c. with hurricane clips.
• Roof pitch-4:12
• Insulation -R-20
• 29 ga / 45 year building metal is required for all building exterior and interior.
• 9’ Ht. ceilings with drywall in all restroom locations.
• All metal, trim, and gutters as shown and as required.
• Central heating and air for kitchen, restrooms, and office spaces.
• 2 each gas shop heaters for bay area. (Bay area heated only, No cooling)
• Large ceiling Fan in bay area
• 12×10 overhead doors with electric openers and man doors.
• All interior and exterior lighting shall be LED
• All electric installed as shown and as required.
• Center floor drain
• Concrete bollards at overhead doors
• Contractor shall be bonded and insured
• Contractor shall be responsible for all construction debris and clean-up.
• Work area is confined so area must be kept neat and orderly.

Site and Site Utilities

• Demo and remove existing asphalt as required for new building pad preparation.
• Install site utilities as shown on Site Plan.
• Water access will come from existing adjacent building at existing frost proof location.
• Electric hookup location will be at existing power pole located Southwest of existing adjacent building.
• Sanitary sewer will require 8” service from building to run to existing pump station and install approximately 750’ of
sewer main to run south to tie into existing manhole located in the proximity of the intersection of Moremen Road
and E. Broadway. (Contractor shall exclude rock excavation at this time. Provide a unit price per cubic yard for
trench rock excavation and removal if encountered.)

Project Location: Brandenburg, Kentucky

More Details

RFB-36-23 DOC – KSP Hospital Reroof and Window Replacement

RFB-36-23 DOC – KSP Hospital Reroof and Window Replacement

Estimate:
$959,400.00

Estimated Length of Project:
180 (Substantial Completion) + 30 (Final Completion)

The project is the overlay of the existing Medical Clinic building with metal wall and roof panels. The existing vertical windows are to be infilled with painted concrete masonry. New window units are to be cut and installed with security hollow metal windows. The exterior walls to be overlaid with spray insulation, metal furring and wall panels. The membrane roof system to be overlaid with steel trusses and metal roofing panels. Alternate pricing to be accepted for substituting plywood sheathing with metal decking at expanded truss spacing.

Project Location: Eddyville

More Details

Subscribe