Replace aging latrine facilities at the Readiness Center in Springfield, Kentucky, along with a renovation to the existing space to create include a Lactation Room, to comply with UFC 4-171-05. Demo existing restroom facilities and associated architectural and MEP systems, and replace with new fixtures and systems as indicated in the contract documents.
Expansion of the current vault from approximately 240sf to 650 sf to accommodate new secure storage requirements. This includes reconfiguration of the Unit Storage, Locker Room, and Battalion Supply areas.
Administrative and common areas of the Readiness Center to receive new finishes. New LED lighting to be installed throughout the Readiness Center. New windows to be installed throughout.
PLEASE NOTE: Due to technical difficulties, Morehead-Contract 2 – Vol 3 is CURRENTLY UNPRINTABLE. The file is VIEWABLE in the download or by clicking the SPEC TAB above.
The primary scope of work includes construction of a new 12.0 MGD water treatment plant in a
location that will facilitate the connection to the existing system and the proposed raw water
transmission main. The new WTP will include: a flash mix system, a flocculation basin, a 12.0
MGD membrane pressure filtration system, a granular activated carbon adsorption system,
chemical storage and feed systems, a 2.6 MG clearwell, three washwater lagoons, operation and
laboratory facilities, and appurtenances on the water treatment plant site.
The Mike Winchester Site is a former retail petroleum facility located in Lexington, Kentucky. Releases of petroleum from this facility have resulted in soil and groundwater contamination at on-site and off-site locations. The Kentucky Division of Waste Management, Underground Storage Tank Branch is requesting a site investigation at this facility. Site investigation tasks include borehole geophysical logging, overburden and bedrock monitoring well installations, karst hydrogeologic inventory, dye tracer study, and groundwater monitoring. The required deliverables include Project Work Plans and Completion Submittals.
Phase 1: 3rd Floor – Work will include a change of layout on the East side of the 3rd floor. The scope of work on this floor will begin with the removal of existing cubicles, furniture, and power poles. Two new walls will be constructed in order to create a conference room and office area. Power and data will be installed to supply the new spaces. Furniture from the East side of the 11th floor will be moved to the new area on the 3rd floor and arranged to match the existing configuration on 11. Phase 2: 11th Floor – Demolish and renovate the sub-floors at Floor 11 of the building. Remaining existing interior cubicle walls, free-standing furniture, and equipment will be removed and stored in the building’s basement or storage pods. Existing wall base will be removed as part of the demolition. Doors will be removed and stored in the building’s basement or storage pods. The existing floor finishes, gypsum cement underlayment, sandwiched VCT, marble, and wood sub-floor will be removed down to the top of the existing wood sleepers / concrete cinders. This depth may vary depending on the location in the building. The sub-floor will then be built back to a consistent elevation using a combination of high-density rigid insulation and gypsum cement topping. New floor finishes will be provided, while existing doors and other items previously located will be built-back into the same configurations as prior to the construction.
This project is a HVAC ventilation upgrade to the Stone Building on the Department of Criminal Justice Training Campus. In the Stone Building, a new pad mounted energy recovery unit is being installed to provide 100% outside air and filtered HEPA exhaust. Relocation of existing heat pump and hydronic piping to facilitate new ductwork.
The project includes providing all construction supervision, labor, materials, tools, test
equipment necessary for the Southland Park Stormwater Improvements Project.
City of Nicholasville – Wastewater Treatment Plant Upgrade – Contract V
City of Nicholasville – Wastewater Treatment Plant Upgrade – Contract V
The construction of a wastewater treatment plant upgrade including, but not limited
to; a new 3.0 MGD Oxidation Ditch No. 2, modifications to existing Oxidation Ditch
No. 1, replacement of existing grit removal and UV disinfection equipment, new
Final Clarifier No. 4, new Clarifier Distribution Box No. 2, new Chemical Feed
Building No. 2, new Oxidation Ditches Splitter Box, new Aerobic Digester No. 2,
new Aerobic Digester blowers, new Drainage Pump Station No. 2, new conveyor
system, new SCADA system, new mechanical and electrical, new Belt Filter Press
No. 1, new solids feed pumps, and all related work.
Interior remodeling of approximately 2,100 square feet. Work includes demolition of concrete masonry
partitions and miscellaneous demolition of mechanical, electrical and plumbing items. New construction includes
aluminum storefront glass and glazing, finishes and minor mechanical and electrical work.
Grant County Sanitary Sewer District – 200,000 Gallon Equalization Basin
Grant County Sanitary Sewer District – 200,000 Gallon Equalization Basin
The construction of a 200,000 gallon equalization basin at the Grant County
Wastewater Treatment Plant, 605 Claiborne Drive, Dry Ridge, KY 41035 and all related work.
LFUCG – Town Branch Wastewater Treatment Plant Scum Facility Improvements
LFUCG – Town Branch Wastewater Treatment Plant Scum Facility Improvements
This project includes the following:
a. Renovate existing scum collection system including replacement chain and flight
system.
b. New Septage and hauled waste receiving system.
c. New duplex submersible pump station.
d. New odor control system.
e. Replace doors and roof.
f. HVAC and plumbing improvements.
g. Electrical and SCADA improvements.
h. Site improvements.
Wastewater Treatment Plant Improvements
WWTP #2 Carbon Filter System Pipe Gallery Painting and Valve Replacement consisting of
replacement of ten (10) pneumatically actuated butterfly valves, painting of process piping in the
carbon filter pipe gallery and all related work.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the 3709 E Indian Trail PSC Installation Contract No. 2022-007, will be received at the office of MSD until 10:00 a.m., Local Time, September 16, 2021, and will be publicly opened and read at that place and time. The public may attend the bid opening via Microsoft Teams Meeting.
Description and location of Project: This contract provides for the installation of a property service connection for 3709 E Indian Trail. The scope of work includes approximately 91 LF of 8” SDR-35 at 2% slope between MH 54546 and MH1 on Sheet C1.0 of the Newburg Area ES Plans (See attached). MH1 is has been installed and is approximately 8.75’ deep and has been cored and plugged. An internal drop will be allowed in MH 54546. A pump around may be required. The flow monitoring equipment in the manhole will be removed by MSD prior to the start of this work. Excavation is considered unclassified, but rock is shown on the attached as-built drawing. Backfill for the pipe in the road and under the sidewalk shall include #57 stone compacted in 1’ lifts. Sewer Marking Tape shall be placed 2’ above the pipe. Trench cut 4’x30’ with Standard Pavement Repair (8” concrete, 2” surface, 1’ cutbacks); Mill and Pave 38’x36’; Replace striping. Remove and replace concrete curb and 5’ wide concrete sidewalk disturbed due to construction. Concrete encase 20 LF of 8” sewer pipe across drainage ditch. Remove and reset existing guardrail as needed. Restore existing drainage ditch with seed and straw/coconut fiber blanket per MSD Standard Specification 9.2.9.3. Utility locates are the responsibility of the Contractor, but the proposed property service connection is expected to cross at least one water line and two gas lines. See General Notes and Special Provisions for additional project details. There will be schedule limitations for performing this work as shown in the Special Provisions. All traffic control and permits are the responsibility of the Contractor. Contractor must notify MSD at least 72 hours prior to start of work. Erosion Protection and Sediment Control shall be in accordance with MSD Standard Specifications and MSD Standard Drawings. Contractor must be compliant in MSD Safety Training Orientation and must provide a copy of their current Safety Plan prior to issuing a Notice to Proceed. All work shall be done in accordance to MSD’s Standard Specifications.
There will be non-mandatory pre-bid meeting held for this project. 3709 E Indian Trail on Wednesday, September 1, 2021 at 1:00 PM.
The Engineer’s Construction Cost Estimate for this project is between $ 40,000.00 and $70,000.00.
The bid documents will be available on, August 25, 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 Laura Davis. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager Laura Davis at laura.davis2@jacobs.com. Questions received less than ten 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 Project Manager, Laura Davis.
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
Magoffin County Water District – Industrial Park Infrastructure Water Project – Contract 1 – Waterline Extension
Magoffin County Water District – Industrial Park Infrastructure Water Project – Contract 1 – Waterline Extension
Contract 1 consists of installing approximately 14,000 L.F. of
6” PVC, SDR-17 waterline, 3,200 L.F. of 3” PVC, SDR-17 waterline, a booster
pump station and all necessary appurtenances. The engineer’s estimate is
$743,245.
Replace aging latrine facilities at the Hazard Readiness Center in Hazard, Kentucky. This is a complete interior renovation to a portion of the existing building interior to provide more contemporary latrine spaces. New program includes the creation of Lactation Room. Demo existing restroom facilities and associated architectural and MEP systems, and replace with new fixtures and systems as indicated in the contract documents.
The project includes providing all construction supervision, labor, materials, tools, test equipment
necessary for RIVER PARK PUMP STATION REPLACEMENT.
City of Goshen – Harmony Landing Drainage Improvement
City of Goshen – Harmony Landing Drainage Improvement
This Contract provides for 220 linear feet (LF) of 18-inch pipe, 440 LF of earthen ditch lined with Class II Channel Lining, miscellaneous fence removal/replacement, tree removal, driveway apron replacement, and final restoration.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the South Ewing Ave. Drainage Improvement Project Contract No. 2022-009 , Budget ID No. C22045, will be received at the office of MSD until 10:00 a.m., Local Time, September 9, 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 shall mitigate the flooding located at 129 S Ewing Ave. with a new pipe and drain, and concrete valley gutter installation. 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, August 23, 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 66704519#.
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
CCK-2572-22 PAV A AOB 500 Ultrasonic Cleaner – Rebid
CCK-2572-22 PAV A AOB 500 Ultrasonic Cleaner – Rebid
This project is for the removal of (2) ultrasonic cleaners in Central Sterile and installation of (2)
new ultrasonic cleaners including all related construction and required infection control
guidelines. This project was originally bid on August 04, 2021 under Invitation for
Bid #CCK-2562-22. No bids were received.
City of Booneville – Booneville I&I Replacement Project – Contract 2
City of Booneville – Booneville I&I Replacement Project – Contract 2
Project consists of nstallation of approx. 9,200 LF 8” gravity sewer line, manholes, and other appurtenances.
Installation of approx. 3,200 LF 8” & 10” cured-in-place pipe lining and post installation
televising.