Kentucky State Capitol Renovation – BP 101 – Exterior Dome Scaffolding & Masonry Probes
Kentucky State Capitol Renovation – BP 101 – Exterior Dome Scaffolding & Masonry Probes
The Renovation of the Kentucky State Capitol project is separated into two major areas of Interior and
Exterior work. The Interior work includes but is not limited to renovation and upgrade of: IT/Data
infrastructure, Mechanical, Electrical and Plumbing (MEP) systems. The Exterior work includes but is
not limited to renovation and upgrade of: Dome, Lantern, Roof and Windows. The Interior Design
team is KLH Engineers as prime consultant with K. Norman Berry as sub-consultant for architectural.
The Exterior Design team is EOP Architects as prime consultant with sub-consultant Preservation
Design Partnership (PDP).
Bid Package 101: Exterior – Dome Scaffolding and Masonry Probing:
The BP 101 scope includes the erection of scaffolding around the dome; and the removal/disassembly
of the lantern in its entirety and removal of the terracotta cladding on the dome. The scaffold will
remain in place until new cladding is in place (future bid package).
Trade Categories (TC) Bidding in Bid Package 101:
TC101A Scaffolding
TC101C Terracotta and Masonry Removal
This purpose of this project is to provide the design and installation of a new HVAC system to the University
Club at Arlington golf course pro shop/grill building. All existing HVAC systems and related components that
are unusable are to be removed and disposed of properly. The bidders are to provide demolition of old system,
and repairs to walls and ceilings where old system currently resides. The design of new system will be based on
the attached heat load calculations provided unless the designer/installer determine that there is a better
methodology after consultation and approval by the owner. The design should provide equipment locations,
equipment efficiency ratings, duct work sizes and locations, chase construction details and locations. It is
requested that all duct work be rigid when feasible and all duct work be externally insulated. The supply duct
will be ceiling distributed and the return air will be positioned on the lower walls. The condensing units will be
located under the deck surfaces and the air handlers will be located in the basement area. No roof top units will
be allowed. The existing make up air system is to be evaluated and a recommendation shall be given to the
University by the bidder noting whether the system is adequate and in proper working order and in good
condition or if it should be replaced. Filter sizes will need to be readily available in the marketplace. Installation
is to be included in the bid and warranty information approved by the owner. Installation will include any work
and/or materials (drywall, matching paint, finishes, etc.) for an acceptable aesthetic appearance once complete.
Nicholas County Board of Education – Nicholas County High School Renovation – BP3 Window Replacement
Nicholas County Board of Education – Nicholas County High School Renovation – BP3 Window Replacement
Sealed bids will be received by the Nicholas County Board of Education for the Nicholas County High School Window
3 Replacement (8 units – 1967 Addition)
The objectives of the Bradley Hall window replacement project includes, but is not necessarily limited to:
1. Replacing the exterior window framing,
2. Repairing of the interior window trim as required due to rot/breakage
on-site; including painting of trim to match existing trim,
3. Replacing the windows,
4. Clean stone under wooden sills,
5. Review the interior for replacement of the interior window stops,
6. Any additional work associated with the removal/disposal of the existing blinds
and patch/paint the trim where removed.
Be Advised that the Bid Opening Date has been changed to Thursday, January 27, 2022
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of Bells Lane WWTF & SWPS Site Security Re-Bid Contract No. 16783, Budget ID No. D20224, Drawing Record No. 16783, Sheet No. 1-25, will be received at the office of MSD until 10:00 A.M., Local Time, January 27, 2022, and will be publicly opened and read at that place and time.
Description and location of Project:
The Bells Lane WWTF & SWPS Site Security (“Project”) project includes: Installation of new ductbank with communications and electrical wiring; installation of cameras, card readers, callboxes and associated pedestals; and installation of equipment panels, equipment racks, equipment pads, and bollards in support of the site security equipment. The project is located at the Bells Lane WWTF at 4010 Bells Lane, Louisville, Kentucky 40211. All work shall be done in accordance to MSD’s Standard Specifications.
There will be Non-mandatory pre-bid meeting held for this project. At Bells Lane WWTF located at 4010 Bells Lane, with site walk to follow at 10:00 AM Local Time, January 4, 2022.
The Engineer’s Construction Cost Estimate for this project is between $700,000.00 and $1,200,000.00.
The bid documents will be available on December 1, 2021, 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 Steven Leong. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Steven Leong E-mail: steven.leong@louisvillemsd.org.
Questions received less than five 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.
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:
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, Steven Leong
MSD SUPPLIER DIVERSITY PROGRAM: No
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.
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
Magoffin County Board of Education – Magoffin County Herald Whitaker Middle School – Roof Recoat Project
Magoffin County Board of Education – Magoffin County Herald Whitaker Middle School – Roof Recoat Project
Project consists of furnishing of the specified labor, materials, supplies, tools, and or services, indicated for the:
Magoffin County Herald Whitaker Middle School Roof Recoat Project.
Louisville Water Company is requesting Bids for The referenced project consists of the supply and installation of 1,295 +/- linear feet of 8-inch Pressure Class 350 ductile iron water main and 6,025
+/- linear feet of 6-inch DR-18 C900 PVC water main. Also included with the project is the supply and installation of 7 fire hydrants, and the supply and transfer, renewal, relocation or
discontinue of 139 +/- 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 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, Renee Fromme, email at rfromme@lwcky.com.
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 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
Version 9/7/2021 Local Preference 6 the designated portal on Louisville Water’s electronic bidding site at
https://louisvillewater.bonfirehub.com/portal/.
Nicholas County Board of Education – Nicholas County High School Renovation – BP4 Mechanical Equipment
Nicholas County Board of Education – Nicholas County High School Renovation – BP4 Mechanical Equipment
Sealed bids will be received by the Nicholas County Board of Education for the purchase of mechanical equipment (material only – to be installed by later bid package) for the Nicholas County High School
The primary purpose of this project is to relocate existing thermostats, add a ductless split system, and add a domestic hot water alarm in each of the six Group Homes.
Union Fire Protection District – New Fire Station 72
Union Fire Protection District – New Fire Station 72
Project consists of the construction of a new single story, approximately 7,178 square foot Fire Station to be built on their Site located at 1976 New Haven School Road, Walton Kentucky.
Louisville Water Company is requesting Bids for Limits of the referenced project include sections of Bland Street, Milton Street (2 sections), Forrest Street E. Burnett Avenue, Morgan Street, and S. Hancock Street. See plans for locations. The referenced project consists of the supply and installation of 3,815 +/- linear feet of 6-inch Pressure Class 350 ductile iron water main, 835 +/- linear feet of 6-inch DR-18 C900 PVC, 45 +/- linear feet of 8-inch Pressure Class 350 ductile iron water main, 100 +/- linear feet of 4-inch
Pressure Class 350 ductile iron water main and 210 +/- linear feet of 4-inch DR-18 C900 PVC. Also included with the project is the supply and installation of 11 fire hydrants, and the supply and transfer, renewal, relocation or discontinue of 160 +/- 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 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, Renee Fromme, CPSM, email at rfromme@lwcky.com.
The Company’s Project Manager’s estimate for the Contract plus Company supplied materials for this Project is $1,000001 – $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 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/.
The Adair Youth Development Center padded security cell project primarily consists of the installation of new, seamless safety padding on walls, floor, bench/bed, doors and frames for improved safety and self-harm mitigation in Cells 608 & 609, located within Intake. Additional improvements include the replacement of the abuse-resistant gypsum board ceiling with an impact-resistant gypsum board ceiling, relocation of ceiling-mounted devices to reduce occupant tampering, as well as detention light fixture replacement.
The project consists of the replacement of an existing in-ground, steel package wastewater treatment plant with a new 6,500 gal/day pre-engineered, precast concrete, extended aeration package wastewater treatment plant.
In addition there are electrical improvements associated with the construction of the new plant, including a new standby electrical generator.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the 7606 Norbourne Ave Drainage Improvement Project Contract No. 2022-019, Budget ID No. C22108, will be received at the office of MSD until 10:00 a.m., Local Time, December 14, 2021, 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: This project is to provide a new 12-inch pipe system along the rear easement located behind 7606 Norbourne Ave. 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 $ 40,000.00 and $80,000.00.
The bid documents will be available on, November 24, 2021, online at www.msdbids.com. The charge for each set of bid documents is outlined on the above-referenced web site.
Persons wishing to view the bid documents may do so online at www.msdbids.com or at the following locations: Builders Exchange of Louisville, Inc., 2300 Meadow Drive; Associated Builders & Contractors of Kentuckiana, 1810 Taylor Avenue; and F. W. Dodge, 1812 Taylor Avenue; all located in Louisville, Kentucky; and the Associated General Contractors of Kentucky, 2321 Fortune Drive, Suite 112, Lexington, Kentucky.
The Project Manager for this Invitation to Bid is Joseph S Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer Barry Pickett at Barry.Pickett@louisvillemsd.org.. Questions received less than two days prior to the date for opening of bids will not be answered. Only answers by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, 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. 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 311733471#.
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
City of St. Matthews – Brown Park Improvements Project
City of St. Matthews – Brown Park Improvements Project
The project includes removing over 2000 SY of 6’-wide asphalt trails and replacement with 8’-wide
concrete trails on the existing alignment, also constructing over 2000 SY of concrete trails on new
alignment. The park has two existing pedestrian bridges – one is to be removed and replaced and the
other is to be painted. Contractor is also to furnish and install new park signage and wayfinding trail
markers and miscellaneous work as identified. The project provides for all labor, materials, and
equipment necessary to complete the project as presented.
Estimate:
$197,500.00
Estimated Length of Project:
April 15, 2022 (Substantial Completion) + May 3, 2022 (Final Completion)
The primary purpose of this project is to install new parking lot lighting in the (E) lot. This will consist of (4) 60 foot poles with five light fixture heads per pole. There will also be two fixtures installed on top of the Make Up Ring.
CCK-2593-22 Fit-Up & Other Improvements for UKHC at Vaughan Warehouse – 2556.0
CCK-2593-22 Fit-Up & Other Improvements for UKHC at Vaughan Warehouse – 2556.0
The bid package includes a new Warehouse & Storage Facility for UKHC at UK’s Vaughan
Campus located at 554 S Forbes Road. The new Medical Center Storage Facility includes an
office fit up located at the building entry. The bid package contains site work, including two
separate loading dock areas and a parking lot. The existing buildings formerly on the site have
been cleared by work of the previous Demolition Package, preparing the site for the
construction of the new facility.