This project is for the construction of a new 120’-3″ long x 80-0″ wide x 10’ high concrete structure with an interior concrete pad and entrance apron for the purpose of bulk storage of roadway, deicing salt.
Class “A” concrete shall be reinforced with epoxy coated rebar & fiber, which shall be used throughout the shallow, spread footing and walls. The Contractor shall be required to perform all excavation, filling, grading, & compaction of sub-grade necessary for the construction of footing, interior pad, and entrance apron.
Concrete walls will be ten (10) feet high, will be twelve (12) inches thick, will be constructed on the concrete footing, and will support a pre-engineered, membrane covered (roof) structure (PMCS). The roof structure is to be furnished and installed separately by Bulk Storage, Inc., per their current Master Agreement upon completion of the footing and walls under this contract. The (PMCS) is not a part of this Scope of Work.
Nine (9) inch thick, Class “AA” concrete modified with fiber & epoxy coated rebar, concrete slabs shall be placed inside the footing and at the entrance on the exterior of the structure.
Project consists of furnishing all labor, materials and equipment and performing all work
necessary for Glide Slope Project at the Elizabethtown Regional Airport
The Contractor shall provide all of the materials and perform all the work described in the Specifications and/or shown on the Drawings. The existing Overhead Electric Facilities at the Boone National Guard Center, 100 Minuteman Parkway, located in Franklin County, Frankfort, Kentucky shall be removed by the Local Power Company. The Contractor shall install all necessary excavations, rock removal, trenching, backfilling, and asphalt/concrete surface repairs as required. The Contractor shall provide all conduits, concrete pads, CT cabinets, meter bases, unistrut stands, service conductors, Electrical Inspections, inspection fees, etc. for a complete and working system. The Contractor will be responsible for all utility locates and repairs if damaged. The Contractor will assist in the coordination of transitioning the normal power services from Overhead to Underground Services.
Clarify that the work is to be conducted on the site of an occupied, Military Affairs Facility, and will remain occupied during the entire contract period. Downtime of the Power System during transition from Overhead to Underground is to be kept to an absolute minimum. In no case shall any individual Building’s Power System be down for more than a 24-hour maximum downtime period during the replacement process. The contractor shall provide all labor, planning, materials, and work to meet this expectation. Work to be performed within the facility is to be coordinated with the Owner’s Representative (Superintendent or Maintenance Supervisor) on a daily basis. The Owner will survey the primary conduit, once installed in the primary ditch, before the Contractor covers up and backfills the open trench. The Frankfort Plant Board will inspect all trenches before Contractor covers up and backfills the trenches.
This work includes the repair of building elements due to deterioration of those elements. The existing exposed concrete structural frame is showing signs of deterioration, there are areas of the concrete that require patching due to the steel reinforcement in the concrete being exposed in a few locations. These areas will need to be patched and repaired, primed and painted.
Louisville Water Company is requesting Bids for the installation of 515 +/- LF of six (6) inch PVC C900 water main, 40 +/- LF of six
(6) inch DPW PC350 water main, 370 +/- LF of four (4) inch PVC C900 water main and appurtenances along Dogwood Boulevard.
All of the above made ready for use in accordance and compliance with the Contract Documents. All materials to be supplied by the
Contractor.
A pre-bid meeting to discuss the Project and to tour the work site will be held on July 25, 2019 at 8:30 a.m. EST/EDT. at the John
Huber Building, 550 South 3rd Street, Louisville, KY 40202. Attendance at this meeting is strongly recommended.
Questions or inquiries relating to this project must be submitted in writing via email at least seven (7) calendar days prior to the bid
opening date. All questions and inquiries must be sent to the Buyer, Terri Conner, email at tconner@lwcky.com.
The Company’s Project Manager’s estimate for the Contract plus Company supplied materials for this Project is $25,001 – $50,000.
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 have been pre-qualified by the Company in the pre-qualification category or categories
that apply to this Bid. This Bid requires prequalification in the 4” – 16” PVC Water Mains Category. For information about prequalification,
contact the Buyer listed above.
Bid Documents may be obtained from Lynn Imaging located at 11460 Bluegrass Pkwy, Louisville, KY 40299, (502) 499-8400 and
www.lwckyplanroom.com. One copy of the Bid Documents (includes technical specifications and a full set of plans) will be available
at no charge (not including shipping/delivery charges) to Contractors that are prequalified with Louisville Water Company in the
category(ies) specified for this bid. For details regarding the charges that apply to non-prequalified contractors, go to
www.lwckyplanroom.com.
Louisville Water Company is requesting Bids for the furnish and installation of 4,350 +/- LF of 16-inch DPW and appurtenances
along the Greenbelt Highway and Bethany Lane. Jack and bore 120 +/- LF of 30-inch casing pipe under the Greenbelt Highway.
Furnish and install new 12-inch check valve and 100 +/- LF of 12-inch DPW, and appurtenances along Stonestreet Road at Blevins
Gap. All the above shall be made ready for use in accordance and compliance with the Contract Documents. All materials to be
supplied by the Contractor.
A pre-bid meeting to discuss the Project will be held on Thursday, July 25, 2019 at 8:00 A.M. EST/EDT. at Louisville Water
Company, 550 South Third Street, Louisville, KY 40202. Attendance at this meeting is strongly recommended.
Questions or inquiries relating to this project must be submitted in writing via email at least seven (7) calendar days prior to the bid
opening date. All questions and inquiries must be sent to the Buyer, Robin Heitz, email at rheitz@lwcky.com.
The Company’s Project Manager’s estimate for the Contract plus Company supplied materials for this Project is $500,001 –
$1,000,000. If the Company’s Project Manager’s estimate for the Contract plus Company supplied materials exceeds $250,000: a Bid
Bond is required. For this Contract, a Bid Bond is required.
Bids will only be accepted from Bidders who have been pre-qualified by the Company in the pre-qualification category or categories
that apply to this Bid. This Bid requires prequalification in the 4” – 16” Ductile Iron Water Mains prequalification category. For
information about pre-qualification, contact the Buyer listed above.
Bid Documents may be obtained from Lynn Imaging located at 11460 Bluegrass Pkwy, Louisville, KY 40299, (502) 499-8400 and
www.lwckyplanroom.com. One copy of the Bid Documents (includes technical specifications and a full set of plans) will be available
at no charge (not including shipping/delivery charges) to Contractors that are prequalified with Louisville Water Company in the
category specified for this bid. For details regarding the charges that apply to non-prequalified contractors, go to
www.lwckyplanroom.com.
Please note: Post Addendum 03 has changed the bid date and the scope of work.
This project will relocate the new septic system to the front of the building’s turn around slab. This extends the waste and drain plumbing line further by the Contractor. The septic system is will still be the responsibility of the Owner for cost and coordination. Site grading shall include grading 10 foot around the building to drain water away from building. Metal Wall liner panels shall be installed in the Garage.
The project will include removing the existing equipment from Clarifier No. 1, removing the
damaged concrete bottom and installing new concrete, then assess and reset the equipment that
was removed. Equipment will be replaced as needed.
Housing Authority of Richmond – Sewer Line Replacement
Housing Authority of Richmond – Sewer Line Replacement
Please note: Addendum 01 has changed the bid date.
The work to be performed consists of:
Robinson Terrace (18 units):
A. Sewer Replacement
1. Vinyl Plank
2. Tub / Surround Replacement
3. Paint Entire Unit
4. Plumbing Fixture Reinstallation
5. Counter Tops / Vanity Top Replacement
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.
This project involves the replacement of all three existing boilers and the addition of one new feed water deaerator at the Central Utility Plant serving the Centralized Laboratory Facility, Frankfort KY. The new boilers will be dual–fuel, 150 psi steam, scotch marine type, two 600 BHP and one 300 BHP, replacing units of similar sizes to be demolished. The new deaerator and feed system will be sized to accommodate all three boilers and an existing deaerator will be relocated for continuing service. All required new and reconnected piping, stack work, electrical service and controls for a complete working system must be provided. The project includes demolition of an existing free-standing office area inside the boiler room, existing pads and some remaining coal-handling equipment, as well as considerable new concrete work for pads and the infill of abandoned coal storage and basement machinery spaces. The boilers will be replaced sequentially, to avoid significant interruption of steam service to the Central Lab. Also included is an additive Bid Alternate for stack economizers on the larger boilers.
19-74 / Mermaid Lane (Ford Truck Plant) Water Main Replacement
19-74 / Mermaid Lane (Ford Truck Plant) Water Main Replacement
Louisville Water Company is requesting Bids for supply and install 1400+/- linear feet of 16 – inch Pressure Class 350 ductile iron water main (using traditional trench installation techniques), Also included with the project is supply and install 1 Fire Hydrant, 1 ~ 12” cut and plug (coordinated w/ Ford), 1 ~ 8” Tie-In, 1 ~ 16” Tie-In, supply and install 1 concrete large meter vault with 2 aluminum 30”x36” H-20 Access hatches and associated 8” piping with 2 ~ 8” meter batteries (meter batteries supplied by LWC), 1 ~ 12” fire service, mill and pave Mermaid Lane (full width/full length), restoration on and along Project Limits. All work shall be completed, chlorinated, tested, sampled and ready for service by Dec. 20, 2019, before the beginning of Ford’s Christmas Holiday Plant shutdown, in order for Ford’s contractor to transfer their service during this break.
Alternate Proposal: Supply and install 330+/- linear feet of 8 – inch Pressure Class 350 ductile iron water main (using traditional trench installation techniques) in Easement extension of Winchester Acres Blvd, 3 ~ 8″ bends, 8″ Tie-In, remove +/-40 LF of 8″ PVC and restore trench and all disturbed area along this route.
Paris Independent Schools Board of Education – Paris High School & Middle School Security Upgrade
Paris Independent Schools Board of Education – Paris High School & Middle School Security Upgrade
Sealed bids will be received by the Paris Independent Schools Board of Education for the Paris High School and Middle School Security Upgrade in Paris, Kentucky
There is a 5KV primary transformer that feeds the horse barns. It is currently located near the demolished UofL building. Since the building has been demolished, this transformer will need to be moved from the parking lot to area near the barns. The primary feed will be brought from a manhole near North Wing and the barn feed is to be reworked.
Nightingale Inflow and Infiltration Rehabilitation Project
Nightingale Inflow and Infiltration Rehabilitation Project
Please note: Addendum 02 has changed the Bid Date! Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of Nightingale Inflow and Infiltration Rehabilitation Project, Contract No. 16155, Budget ID No. H16074, Drawing Record No. 16155, Sheets No. 1 through 20, will be received at the office of MSD until 10:00AM, Tuesday, August 13, 2019, and will be publicly opened and read at that place and time.
Description and location of Project: The scope of the project is as follows:
This Contract provides for the installation of approximately 21,000 linear feet of cured-in-place pipe in sanitary mains, ranging in diameter from 8 to 18 inches, as well as approximately 450 associated laterals to be lined from the main to the property line using cured-in-place pipe. This project also includes replacement of approximately 530 sanitary manhole castings including chimney seals, approximately 20 manhole frame realigns, and approximately 100 manhole casting raises, as well as approximately 900 vertical feet of epoxy lining. The project includes all erosion control, ground restoration and appurtenant work as described in the bid proposal. The project site is located in central Jefferson County, approximately bounded on the north and south by I-264 and Buechel Branch, and approximately bounded on the west and east by Bardstown Road and Breckinridge Lane.
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. The pre-bid meeting will be held on Tuesday, July 30, 2019 at 10:00AM at the MSD main office, 700 West Liberty, Louisville, KY 40203.
The Engineer’s Construction Cost Estimate for this project is between $4,000,000 and $5,000,000.
The bid documents will be available on Friday, June 28, 2019, 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 Chris Gregory. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Chris Gregory E-mail: chris.gregory@louisvillemsd.org. Questions received less than 10 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.
All bidders shall submit with their bid an acceptable bid bond or a certified check in the amount of seven and a half percent (7.5%) of the bidder’s maximum bid price, payable to the Owner.
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, Chris Gregory.
MSD Interim Supplier Diversity Policy and Guidelines for this project is as follows: 15% MBE and 6% WBE participation is required for this project.
This project is funded in part by the Kentucky Clean Water State Revolving Fund (SRF) with federal funds provided by the Environmental Protection Agency. SRF requirements (including American Iron and Steel and Federal Davis-Bacon Wage Rates) and provisions must be met by the Bidder and all subcontractors. State and Federal Prevailing Wage Rates apply.
Bidders shall comply with 40 CFR 31.36 which includes but is not limited to the following: (1) the President’s Executive Order 11246 (Equal Employment Opportunity) as amended, which prohibits discrimination in employment regarding race, creed, color, sex, or national origin, (2) Title VI of the Civil Rights Act of 1964, (3) the Anti-Kickback Act, and (4) the Contract Work Hours Standards Act.
Contractor and its Subcontractors shall comply with 41 CFR 60-4, in regard to affirmative action, to ensure equal opportunity to females and minorities and will apply the timetables and goals set forth in 41 CFR 60-4, if applicable to the area of the Project. Bidder shall make positive efforts to use small, minority, women-owned, and disadvantaged businesses.
All bids shall remain subject to acceptance for 90 days after the time set for receiving bids.
The Bidder awarded the contract shall complete this project within 730 calendar days.
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.
Small and Disadvantaged Business Enterprises are encouraged to bid on this project. MSD is an Equal Opportunity Employer.