Uncategorized

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

Lexington Housing Authority – BGA Security Upgrades

Lexington Housing Authority – BGA Security Upgrades

Project consists of BGA Security Upgrades in Lexington, Kentucky

Project Location: Lexington, Kentucky

More Details

RFB-27-23 CHFS – Hazelwood HVAC System Phase II Meyers Wing

RFB-27-23 CHFS – Hazelwood HVAC System Phase II Meyers Wing

Estimate:
$692,500.00

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

The Hazelwood Center is an extended intermediate care facility. The purpose of the project is to replace existing chiller, rooftops units, and pool dehumidification unit. The scope of the project includes replacing the existing chiller and three rooftop units with new units. The existing pool unit will be removed and replaced with new and minor revisions to ductwork. The existing ceiling in the pool room will be removed and replaced with new.

Project Location: Louisville

More Details

Shelby County Board of Education – Milestone Academies at Shelby Campus – Boiler Replacement

Shelby County Board of Education – Milestone Academies at Shelby Campus – Boiler Replacement

The Shelby County Board of Education will receive sealed bids for the furnishing of all labor, materials and
equipment for the performance of all work required for the Milestone Academies – Boiler Project

Project Location: Shelbyville, Kentucky

More Details

Ash Avenue Interceptor Project

Ash Avenue Interceptor Project

Click Here for Ash Avenue Interceptor Project Bid Proposal

Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of the Ash Avenue Interceptor Project, Contract No. 16489, Budget ID No. W21006, Drawing Record No. / Sheet No. 16489 / 1-25, will be received at the office of MSD until 10:00 AM, Local Time, Thursday, September 1, 2022, and will be publicly opened and read at that place and time. The public may attend the bid opening via inperson attendance at MSD’s Main Office (700 West Liberty Street) in the Board Room.

Description and location of Project: Construction of approximately 6,486 lf of 30-inch, 15-inch and 8-inch sanitary sewers, decommissioning of the Ash Avenue WWTP and the Fox Run PS, and all other Work necessary in accordance with the Contract. The project is located in Eastern Jefferson County along Ash Avenue and along Floyds Fork Creek. 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 non-mandatory pre-bid meeting will be held at the MSD Main Office Building, 700 West Liberty Street at 1:00 PM, Local Time, Tuesday, August 9, 2022. Face coverings are required to be worn at the non-mandatory pre-bid meeting. A non-mandatory site visit will be held immediately following the non-mandatory pre-bid meeting from 2:30-3:30 PM at the Ash Avenue WWTP at 9222 Hawley Gibson Road Pewee Valley, KY 40056. Anyone attending the non-mandatory site visit will be required to bring and wear their own PPE since the site is an active facility.

The Engineer’s Construction Cost Estimate for this project is between $5,800,000.00 and $6,300,000.00.

The bid documents will be available on Monday, August 1, 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 Brandon Flaherty. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Brandon Flaherty at brandon.flaherty@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, David Johnson, P.E.

This project is funded with funds provided 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. This procurement will be subject to Kentucky Division of Water Procurement Guidance.

Per Kentucky Division of Water Procurement Guidance documents, bidders shall comply with applicable 40 CFR 31.36 requirements referenced in such documents and 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 Part 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 Part 60-4, if applicable to the area of the Project. Bidder shall make positive efforts to use small, minority, women-owned, and disadvantaged businesses.

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 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 https://louisvillemsd.org/SupplierDiversity/forms

All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Brandon Flaherty.

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 selected as applicable above, 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 is an Equal Opportunity Employer.

MSD BID DISCOUNT: Not Applicable

This MSD construction project is bid and advertised as:

Construction Services: YES       Construction-related Services: NO

LOCAL LABOR COMMITMENT PREFERENCE: Yes

COMMUNITY BENEFITS PROGRAM Yes

The contract will be awarded on an evaluated basis, 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
Chief Engineer One Water Chief Procurement Officer

Project Location: Louisville, Kentucky

More Details

22-62 / Mitchell Hill Road Area Water Main Replacement

22-62 / Mitchell Hill Road Area Water Main Replacement

Questions: DeLisa Crone

Louisville Water Company is requesting Bids for the supply and installation of a total of 2,875 LF of water main, including supply and install of five (5)+/- linear feet of six (6)-inch DR-18 C900 PVC water main, 165+/- linear feet of six (6)-inch Pressure Class 350 ductile iron water main, 1,035+/- linear feet of eight (8)-inch Pressure Class 350 ductile iron water main, and 1,110+/- linear feet of 12-inch Pressure Class 350 ductile iron water main using traditional trench installation techniques. Limits of the referenced project include sections of eight (8) neighborhood streets located in southern Louisville in the Mitchell Hill Road area; Mitchell Hill Road, Keys Ferry Road, Jefferson Hill Road, Carter Lane, Hillview Drive, Old Mitchell Hill Road, Holsclaw Hill Road, and Rayhill Road. Also included with the project is the abandonment of 2,595+/- linear feet of six (6)-inch Asbestos Cement water main, the supply and installation of two (2)-six (6)-inch check valve vault installations, the supply and installation of three (3) fire hydrants, the supply and transfer, renewal, relocation, or discontinue of 41+/- customer services, and the supply of individual service PRV’s for the installation on or modification of 242+/- 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 4”-16” Ductile Iron Water Mains, 1″ & Smaller Water Services, 1.5” & Larger Water & Fire 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

RFB-51-23 Ft. Boonesborough FEMA Site Cleanup

RFB-51-23 Ft. Boonesborough FEMA Site Cleanup

Estimate: $522,250.00

Estimated Length of Project: 10/12/22 (Substantial Completion) + 10/19/22 (Final Completion)

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.

Project Location: Madison County

More Details

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.

Project Location: Allen City, Kentucky

More Details

CCK-2650-23 UKGS – 7th Floor B-Wing Replace T-Stats

CCK-2650-23 UKGS – 7th Floor B-Wing Replace T-Stats

Removal of all wireless t-stats on the 7th floor and replacing with wired stats that are compatible with Tridium Software, on the fan coils.

Project Location: Lexington, Kentucky

More Details

RFB-34-23 Parks – RR Lodge Complex Life Safety Upgrades

RFB-34-23 Parks – RR Lodge Complex Life Safety Upgrades

Estimate:
$213,000.00

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

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.

Project Location: Falls of Rough

More Details

RFB-24-23 RE-AD of RFB-205-22 DMA – BNGC Rear ACP

RFB-24-23 RE-AD of RFB-205-22 DMA – BNGC Rear ACP

Estimate: $1,697,286.00

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

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.

Project Location: Frankfort, KY

More Details

RFB-13-23 KCTCS – Concrete Paving – Hopkinsville CC

RFB-13-23 KCTCS – Concrete Paving – Hopkinsville CC

Estimate:
$ 73,325.00

Estimated Length of Project:
45 (Substantial Completion) + 15 (Final Completion)

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.

Project Location: Hopkinsville

More Details

22-63 / N. Hubbards Lane Area Water Main Replacement Project

22-63 / N. Hubbards Lane Area Water Main Replacement Project

Questions: Renee Fromme

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/.

Click Here for the List of Prequalified Bidders

Project Location: Louisville, Kentucky

More Details

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.

Project Location: Cynthiana, Kentucky

More Details

Jessamine County Judicial Center – Site Demolition Package

Jessamine County Judicial Center – Site Demolition Package

Project consists of site demolition portion of the project.

Project Location: Nicholasville, Kentucky

More Details

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.

Project Location: Lexington, Kentucky

More Details

Dixie Highway Flood Vault Foundation Project

Dixie Highway Flood Vault Foundation 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 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

Project Location: Louisville, KY

More Details

RFB-38-23 Parks – KDV Waste Water Infrastructure Upgrade Ph1

RFB-38-23 Parks – KDV Waste Water Infrastructure Upgrade Ph1

Estimate:
$2,100,000.00

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

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.

Project Location: Gilbertsville

More Details

Housing Authority of Cynthiana

Housing Authority of Cynthiana

The work to be performed consists of:

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.

Project Location: Cynthiana, Kentucky

More Details

Subscribe