This project will remove flood sediment and flood debris from approximately 11 acres at Fort Boonesborough State Park in Madison County KY. Approximately 15,608 cubic yards of flood sediment are designated to be removed from 7 different locations in Fort Boonesborough State Park. The flood sediment shall be transported off-site to a local landfill or to an offsite property to be secured by the contractor. The contractor will be responsible for all costs and fees associated with taking the material to a landfill. If the contractor chooses to take the material to an offsite property, the site must be out of the 100-year flood plain as determined by the KY Division of Water flood plain guidelines. The contractor must provide legal documents for ownership or consent to utilize the property for deposition of sediment. The sediment shall be placed in uniform layers and graded to a smooth final configuration with positive drainage. The material cannot be placed in a stream or in jurisdictional waters as determined by the U.S Army Corps of Engineers.
Floyd County Board of Education – Allen Elementary Roof and HVAC Replacement
Floyd County Board of Education – Allen Elementary Roof and HVAC Replacement
The project site is located at 112 Eagle Ln, Allen City KY, 41601. The bid is to furnish all
necessary labor, materials, tools, machinery, warranties, and all other items required to meet
the renovations per plans and specifications. Work to include installation of new standing
seam metal roof over existing metal roof system and replacement of existing HVAC units,
ductwork, associated plumbing and electrical.
Demolition of the existing fire alarm system serving the Main Lodge & five Cottages adjacent. Project shall provide a fire alarm system with mass notification complete. Cottages shall be provided with independent fire alarm systems which remote / monitored at Main Lodge desk. Main Lodge panel & the panels it monitors shall be monitored by a 24/7 365 monitoring service. Provide painting and patching of existing surfaces.
The scope of work includes complete construction of one (1) Access Control Facility and associate site improvements at the rear entrance to the Boone National Guard facility in Frankfort, Franklin Co., Kentucky.
Site improvements include site stripping, rough and finish grading, roadway improvements, bitumen paving, concrete walks and curbs, security specialties, water, sewer and gas utilities. Electrical site improvements include cameras, data cabling and site lighting. Building construction includes construction of one (1) brick clad concrete masonry entry Gatehouse. Gatehouse will include standing seam roofing and metal roof framing, metal stud and gypsum interior partitions, ballistic rated exterior doors and windows and associated architectural improvements. Mechanical and plumbing improvements include supply and waste piping for 2 toilet rooms, kitchen and water cooler, installation of plumbing fixtures, forced air gas heating, ductwork and heat pump cooling. Electrical includes lighting and receptacles, data cabling and connections and the installation of one emergency generator. A stand-alone canopy to cover site entry lanes adjacent to the Gatehouse is also part of the work. One Add Alternate is included for the provision and installation of one (1) Security Guard Booth to be located between driving lanes at the site entrance.
The Scope of this Project shall include all labor, materials, tools, equipment, and services required to construct and install the complete and operational systems described herein and on the Drawings. The Project includes clearing, demolition, and disposal of all debris from the removal of the indicated concrete & gravel areas. All earthwork and grading necessary to construct the new concrete paving and drainage improvements according to the project plans and specifications. Subgrade preparation, rock base/surface, concrete reinforcement installation, and concrete placement for the new pavement according to the project plan and specifications is to be included. Contractor is responsible for all general and special conditions associated with this project as described in the project plans and specifications.
Louisville Water Company is requesting Bids for Limits of the referenced project include sections of three (3) neighborhood streets located in northeastern Louisville in the N. Hubbards Lane area; Brownsboro Hill Road, N. Hubbards Lane, and Twinbrook Road. The referenced project consists of the supply and install a total of 4,715 LF of water main, including supply and install of 220+/- linear feet of 4-inch DR-18 C900 PVC, 135+/- linear feet of 6-inch DR-18 C900 PVC, 3,425+/- linear feet of 8-inch DR-18 C900 PVC, 55+/- linear feet of 4-inch Pressure Class 350 ductile iron water main, 415+/- linear feet of 6-inch Pressure Class 350 ductile iron water main, 340+/- linear feet of 8-inch Pressure Class 350 ductile iron water main, and 125+/- linear feet of 8” HDPE DIPS SDR-11, using traditional trench installation techniques. Also included with the project is the supply and installation of 6 fire hydrants, and the supply and transfer, renewal, relocation, or discontinue of 50+/- 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 $1,500,001 – $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 Prime Contractor to be prequalification in ALL of the following prequalification categories: 4” – 16” PVC Water Mains, 4”-16” PVC Water mains, 1” & Smaller Water Services, and 1.5” & Larger Water & Fire Services. Specialty work must be performed by contractor prequalified in category of 4”-12” HDPE Water Mains. 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/.
Harrison County Board of Education – Harrison County High School – Phase 1 Site Development
Harrison County Board of Education – Harrison County High School – Phase 1 Site Development
The
bid is to furnish all necessary labor, materials, tools, machinery, warranties, and all other items required
to meet the new work per plans and specifications. Work to include, but not limited to: Earthwork,
Erosion Controls, Storm Drainage, and Aggregate Paving.
Blue Grass Airport – Passenger Boarding Bridges Design-Build
Blue Grass Airport – Passenger Boarding Bridges Design-Build
The Lexington Blue Grass Airport seeks to hire a design-build
firm to assist with the replacement of eight passenger boarding bridges. Many of
the existing bridges have exceeded their useful life and some will reach the end
of their useful life during the project period. Changing airline fleets must be
planned for and accommodated for the foreseeable future.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the Dixie Highway Flood Vault Foundation Project Contract No. 16920, Budget ID No. F23062, Sheet No. 1-5, will be received at the office of MSD until 10:00 a.m., Local Time, Thursday, August 11, 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 install a new metal building and foundation located on a MSD property next to Depot Lane and Dixie Highway. 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 Tuesday, July 26, 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 355 114 081#.
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
The project includes the following:
1. Improvements to three existing duplex submersible wastewater pumping stations
2. Approximately 7,1250 linear feet of 1.5″, 2″, 2.5″ and 3″ low pressure wastewater collection system piping
3. Five duplex grinder pump stations for low pressure collection system
4. Three simplex grinder pump stations for low pressure collection system
5. Approximately 7,700 linear feet of cured-in-Place pipe lining.
6. Miscellaneous excavation sewer repairs.
7. Miscellaneous electrical improvements.
8. Manhole rehabilitation.
a. Roofing replacement
b. Underlayment replacement
c. Drip-edge replacement
Work includes providing all items, articles, materials, operations or methods including all labor, materials, equipment, services and
incidentals as necessary for their completion.
Louisville Water Company is requesting Bids for supply and installation of 230+/- linear feet of 12-inch Pressure Class 350 ductile iron water main (restrained and non-restrained) and the bore, supply and installation of 100+/- linear feet of 24-inch steel casing pipe and appurtenances.
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 $ 100,001.00 – $ 200,000.00. 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 not 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 Prime Contractor to be prequalified in the category of 12”-36” Boring OR 4”-16” Ductile Iron water Mains. Subcontractors for Boring work must be prequalified in category of 12” – 36” Boring. For information about the Louisville Water SBE Program or pre-qualification, contact the Company through the designated bid portal.
The Company will award the Contract to the Bidder presenting a Bid that is responsive to the Specifications, is in substantial compliance with the Contract requirements, and presents the lowest and best price for performing the Work making up the base bid and or Bid that Company determines is in the Company’s best interest, which may not necessarily be the least expensive Bid.
Bid Documents except the Bid Table may be obtained from Lynn Imaging located at 11460 Bluegrass Pkwy, Louisville, KY 40299, (502) 499-8400 and www.lwckyplanroom.com. One copy of the Bid Documents (includes technical specifications and a full set of plans) will be available at no charge (not including shipping/delivery charges) to Contractors that are prequalified with Louisville Water Company in the category(ies) specified for this bid. For details regarding the charges that apply to non-prequalified contractors, go to www.lwckyplanroom.com. The Bid Table is available in Microsoft Excel via download from the designated portal on Louisville Water’s electronic bidding site at https://louisvillewater.bonfirehub.com/portal/.
Western Kentucky University is soliciting responses for the purpose of selecting a construction
management firm to manage the new College of Business building on the main campus at
Western Kentucky University.
Louisville Water Company is requesting Bids for Furnish and install of 9,600+/- LF of 4-inch AWWA C900 DR18 PVC water main, 2,500 +/- LF of 6″ PC350 ductile iron water main, 340+/- LF of 8” PC350 ductile iron water main, a booster pump station, one (1) fire hydrant, and appurtenances, to provide potable water to 37 unserved residences on Roe Hill Road, Kerr Lane, Poole Lane and Perkins Court in Bullitt County, Kentucky All of the above made ready for use in accordance and compliance with the Contract Documents. Louisville Water to provide 8,500 LF of 4″ PVC water pipe. All other materials to be supplied by the Contractor.
A pre-bid meeting to discuss the Project will be held on a TEAMS meeting at 11:00 a.m. on August 2, 2022. Access to the TEAMS meeting by dial: +1 502-709-7361. Password: 175127757#. Attendance at this meeting is strongly recommended.
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 $1,000,000 – $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. For this Contract, Federal funding is applicable and Federal Prevailing Wages (Davis-Bacon Act) apply.
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: Heavy Construction – UG Vault / PRV, 4” to 16” Ductile Iron Pipe, and 4” to 16” PVC Pipe. For information about pre-qualification, contact the Buyer listed above, or reference the website https://louisvillewater.bonfirehub.com/portal for instructions and to apply.
The Company will award the Contract to the Bidder presenting a Bid that is responsive to the Specifications, is in substantial compliance with the Contract requirements, and presents the lowest and best price for performing the Work making up the base bid and or Bid that Company determines is in the Company’s best interest, which may not necessarily be the least expensive Bid.
Bid Documents except the Bid Table may be obtained from Lynn Imaging located at 11460 Bluegrass Pkwy, Louisville, KY 40299, (502) 499-8400 and www.lwckyplanroom.com. One copy of the Bid Documents (includes technical specifications and a full set of plans) will be available at no charge (not including shipping/delivery charges) to Contractors that are prequalified with Louisville Water Company in the category(ies) specified for this bid. For details regarding the charges that apply to non-prequalified contractors, go to www.lwckyplanroom.com. The Bid Table is available in Microsoft Excel via download from the designated portal on Louisville Water’s electronic bidding site at https://louisvillewater.bonfirehub.com/portal/.
Jefferson County Public Schools – Field Elementary School – Lift Replacement
Jefferson County Public Schools – Field Elementary School – Lift Replacement
This project consists of the replacement of a LULA lift in an existing hoistway at
Field Elementary School, 120 Sacred Heart Lane, Louisville, KY 40206
This project replaces the existing air-cooled condensing unit system with a new air-cooled chiller. New chilled water pumps and new chilled water piping will be installed. The new chiller will be reinstalled at the former outside condensing unit location.
Lawrence County Board of Education – Lawrence County High School Softball Field House & Upgrades – REBID
Lawrence County Board of Education – Lawrence County High School Softball Field House & Upgrades – REBID
The base bid portion of this project consists of a Pre-Engineered Metal Building
with full building pad prep work, grading and fill materials, additional site concrete, storm drainage,
and site utilities. Interior finishes, mechanical equipment, domestic water and plumbing, electrical
equipment and site pavements will be bid as alternates for this project.
The project is for the development of the former Woods Hall site to be developed into a large park. The project includes re-grading the site to create usable space on the south and east sides of the site for tenting events, to create a terraced amphitheater with a stage shelter, leveled area for a new plaza behind the Ordway Hall facade.
new sidewalks & lighting, a pet watering fountain, masonry seat-walls and a new Woods Hall monument on the corner of 14th Street and Olive. Wifi coverage of the area will be included and storm water drainage structures will be provided. A future phase to add a pavilion structure near the University Club has been designed in the project, but is not included in the base bid or alternates at this time.
Alternate 1 (Yellow):
1. New 6’ concrete sidewalk connecting amphitheater sidewalks (Base Bid) to Olive Blvd. and west to existing sidewalk extending south from Ordway porch,
2. 4’ Concrete walk extending from north parking lot to new (Add. Alt. #1) walk between the top 2 tiers of amphitheater,
3. Addition of sidewalk to run to Waterfield Library mechanical room, parallel to existing building ramp,
4. Removal of existing drainage structures and Addition of 2 new trench drains around library mechanical room stairs. Includes new 6” stormwater piping, cleanouts, and connect to existing catch basin.
Alternate 2 (Red):
1. New 6’ concrete sidewalk running parallel to N 14th Street and turning west parallel to Olive Blvd. – walk ties into new Add. Alt #1 sidewalk,
2. New drinking fountain and related water line, shut-off, meter, and other required elements.,
3. Installation of new dry-well for drinking fountain drain line
Alternate 3 (Orange):
1. New 6’ concrete sidewalks extending from new paver plaza space at corner of 14th and Olive Blvd.,
2. New brick veneer seat walls with cast-stone caps,
3. Decorative unit paver plaza on concrete base,
4. New Woods Hall monument – custom cast-stone monument utilizing historic glass block from former Woods Hall building
Alternate 4 (Green):
1. Installation of fieldstone pavers on stone base at all locations within Woods Park site (5 locations)
Alternate 5 (Purple):
1. Demolish existing Ordway Hall concrete porch,
2. Backfill under new porch paving with stone & install new cast-in-place concrete porch decking,
3. New concrete plaza paving on north side of existing Ordway façade.
Construct a temporary construction entrance. Drain the pond by pumping water into the reservoir downstream of the spillway. Continue to pump water, as needed, for the duration of the project. Remove the rock from the perimeter of the pond. Some portion of existing rock may be considered for reuse if well graded, clean, and satisfactorily similar to new rock. Remove the existing liner. Install/construct temporary concrete spillway inlet protection. Repair or construct built up soil curb around the perimeter of the pond in approximately the same location as the existing. Excavate the anchor shelf and anchor trench. Install 10 OZ. Non-woven geotextile liner. Install 40 mil HDPE geomembrane liner. Install No. 2 stone from the anchor trench to the built up curb around the entire perimeter of the pond. Install low mobility grout at the base of intake pipe support. Ensure seal of existing intake by installing HDPE pipe boot. Remove the spillway inlet protection. Stabilize all disturbed areas around the pond. Remove the construction entrance and stabilize the area.
Louisville Water Company is requesting Bids for the supply and installation of 1,080 +/- linear feet of six (6)-inch DR-18 C900 PVC water main and 450 +/- linear feet of four (4)-inch DR-18 C900 PVC water main. Also included with the project is the supply and installation of two (2) fire hydrants, and the supply and transfer, renewal, relocation or discontinue of 0 +/- customer services. Contractor shall supply and install all materials required for the completion of this project.
Questions or inquiries relating to this project must be submitted through the Louisville Water Company web-based portal by the date and time indicated for this bid.
The Company’s Project Manager’s estimate for the Contract plus Company supplied materials for this Project is $100,001 – $250,000. 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 not 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 4″ – 16″ PVC Water Mains Category.For information about the Louisville Water SBE Program or pre-qualification, contact the Company through the designated bid portal.
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/.
Mt. Sterling Water & Sewer System – Hinkston Creek WWTP Upgrade
Mt. Sterling Water & Sewer System – Hinkston Creek WWTP Upgrade
The work to be bid is described as follows:
CONTRACT 254-17-04
Hinkston Creek Wastewater Treatment Plant Upgrade—Perform work at the
Hinkston Creek Wastewater Treatment Plant site to increase capacity.
This project replaces the existing air-cooled condensing unit system with a new air-cooled chiller. New chilled water pumps and new chilled water piping will be installed. The chiller and existing generator will be moved and a new enclosure constructed at the new location.