Replace Medical VAC system at Good Samaritan Hospital, including controls BACNET over
IP. To include purchasing and delivery of pump skid and all related work necessary for a
complete installation.
1. The project consists of roof replacements at Glema Mahr Center for the Arts.
2. Roof Replacements:
a. Tear off existing roof assembly, sheet metal, metal counter flashings, and roof components as indicated. Install new rigid insulation, tapered insulation, metal components and 2-Ply SBS-Modified Bituminous Membrane system as indicated on the drawings.
b. Install new roof hatches.
c. Install new roof access ladders.
d. Clean & reseal masonry wall control joints as indicated
Rowan County Board of Education – Baseball & Tennis Complex
Rowan County Board of Education – Baseball & Tennis Complex
This project includes a new baseball complex and tennis courts. The baseball
complex includes a new seeded infield and outfield with irrigation, dugouts, bullpens, bleachers, a
concessions and press box building with restrooms, and new site elements. The tennis courts will
include fencing, lighting, and site elements. Major systems include mechanical, plumbing, and
electrical.
RFB-18-23 WD – McDowell Center Moisture Remediation
RFB-18-23 WD – McDowell Center Moisture Remediation
Estimate:
$307,889.00
Estimated Length of Project:
December 15,2022 (Substantial Completion) + January 30, 2023 (Final Completion)
The Charles McDowell Center for the Blind was constructed in the early 1990s and has minimal upgrades to the building over the past 30 years. The First Floor of the East Wing contains 15 Dorm Rooms, support areas including Arts/Crafts, Study, Laundry, Nurse’s Station, Fitness Room, Offices, Lounge, Kitchen, and Cafeteria. During the spring of 2020, there was a mechanical failure within the building, resulting in the creation of an environment suitable for moisture retention and mold growth. The portion of the building where this occurred is an area of approximately 14,000 SF, in the residential portion (East Wing) of the building. The project scope covers mechanical, plumbing, and architectural rework to remedy existing issues and open the area back for occupancy again.
McCreary County Water District – Contract 37 – Fibrotex Sanitary Sewer Pump Station and Force Main
McCreary County Water District – Contract 37 – Fibrotex Sanitary Sewer Pump Station and Force Main
The project will include the installation of 6,375 LF of 8-inch PVC force
main, 180 LF of 8-inch PVC gravity sewer, 240 LF of 16-inch steel casing Pipe (directional bore), 3 sanitary
sewer manholes, one pump station and valve vault, one mag meter vault, demolition and installation of
a new screening system, and related appurtenances
Existing Equipment Garage Demolish and remove existing vinyl siding, metal trim and shingle roofing off of existing structure. Modify existing stud framing and sheathing, as required for new 12′-0″ x 7′-0″ overhead door and for (3) new 3′-0″ x 7′-0″ door openings as indicated on plans. Pour new footing, lay foundation and pour new floor slab for connector to adjoining Maintenance Shop. Top of floor slab to match Equipment Garage. Connector to be constructed of 2×4 wood stud framing with 5/8″ “zip board” sheathing and roof decking. Connector roof shall tie into gable end wall condition of new maintenance shop and be overbuilt on the existing Equipment Garage roof. Finish exterior of structure with new vinyl siding, metal fascia trim and shingle roof to match Maintenance Shop. Install new gutters and down spouts.
Maintenance Garage – Demolish and remove existing 4″ CMU starter/base block and anchor bolts around perimeter of existing 24′-0″ x 30′-0″ concrete floor slab. Existing floor slab to remain. Pour new footing, foundation and floor slab along east edge of slab for new 12′-0″ x 30′-0″ addition. New concrete slab finished elevation to match existing. Lay new 6″ CMU sill block around perimeter of original slab and epoxy in new wall anchors. New Shop to be constructed of 2×6 wood stud framing with 5/8″ “zip board” sheathing and pre-engineered wood trusses at 24″o.c. covered with 5/8″ “zip board” decking. Finish exterior of structure with new vinyl siding, metal fascia trim and shingle to roofing to match Maintenance Shop. Install new gutter and down spouts. Modify existing concrete sidewalk so as to allow accessibility per Building Code.
Lawn & Garden Storage – Demolish and remove all components of existing 24′-0″ x 32′-0″ Equipment Shed in their entirety. (Siding, framing, concrete slab, etc.) Pour concrete pier footings and floor slab for new 24′-0″ x 32′-0″ Pole Barn framed structure. Equipment Shed to be 20′-0″ x 24′-0″ and tool storage to be 12′-0″ x 24′-0″. Each area to be accessible with a 10′-0″ x 10′-0″ overhead door located on gable ends of structure as well as a 3′-0″ x 7′-0″ man door located along the southern wall. Finish exterior of structure with exposed fastener metal siding and roofing.
Whitley County Board of Education – Whitley County High School Physical Education Addition & Renovation
Whitley County Board of Education – Whitley County High School Physical Education Addition & Renovation
The addition consists of an expansion to the Whitley County High School
Weight Lifting Room and renovations to the existing Weight Lifting Room and a new Training Room.
Work will include selective demolition of existing exterior wall and windows, finishes, mechanical
and electrical systems. The addition will be a masonry load bearing structure with metal beams and
deck, lightweight insulated concrete roof with a single-ply roof membrane, brick veneer, metal wall
panels, aluminum storefront systems and new site elements. Major systems include Mechanical,
Plumbing, Fire Protection, Electrical and Voice/Data.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of Hite Creek Pole Barn Project Contract No. 2022-031, Budget ID No. D22175, will be received at the office of MSD until 10:00 a.m., Local Time, Thursday, July 21, 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 the new pole barn, foundation, and slab located at Hite Creek Water Quality Treatment Center. 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, Thursday, July 7, 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 Beth A. Tanner at beth.tanner@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, Beth A. Tanner at beth.tanner@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 752 015 86#.
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
Hardin County Water District No 1 – Pirtle Spring WTP, Gray Lane Pump Station, and Brizendine Booster Station Improvements
Hardin County Water District No 1 – Pirtle Spring WTP, Gray Lane Pump Station, and Brizendine Booster Station Improvements
Sealed bids will be received by the Hardin County Water District No. 1 for the project named Pirtle Spring Water Treatment Plant, Gray Lane Pump Station, and Brizendine Booster Station Improvements in Hardin County, KY
Montgomery County Schools – Montgomery County High School – Secure Entrance
Montgomery County Schools – Montgomery County High School – Secure Entrance
The Work consists of construction of a new egress corridor requiring
minor renovations to the ceiling, flooring, doors, and painting at Montgomery County High School; and construction of a new secure entrance with minor renovations of flooring, ceilings, aluminum storefront and doors.
The Work includes, but is not limited to selective demolition, cast-in-place concrete, unit masonry, metal fabrications, joint sealants, aluminum framed entrances and storefronts, glazing, resilient flooring, painting, signs, protective covers and clean-up and removal of construction debris.
Montgomery County Schools – New Chenault Ag Facility
Montgomery County Schools – New Chenault Ag Facility
The Work consists of constructing a new 19,390 sq ft pole barn structure
to replace the building damaged by wind.
The Work includes, but is not limited to selective demolition, site clearing, termite control, subdrainage, fabrications, architectural woodwork, metal building insulation, soffits, joint sealants, metal doors, overhead coiling doors, aluminum windows, door hardware, glazing, gypsum board assemblies, acoustical panel ceilings, resilient wall base and accessories, painting, high-performance coatings, visual display boards, toilet compartments, signs, fire protection specialties, toilet and bath accessories, metal building systems, pre-engineered wood building system plumbing, HVAC, electrical (power, communication, and lighting) systems, electronic
safety and security, and complete clean-up and removal of construction debris.
This project will provide needed structural repairs to the steam vault behind the Nursing
Building. This includes installation of steel supports and repairs of deteriorated concrete.
The contractor is responsible for providing the required inspections and reports through an
independent testing laboratory.
Construction of a new Captain’s office to replace the existing captain’s office in the secured yard of
the Kentucky Correctional Psychiatric Center in LaGrange Kentucky.
The structure is cast in place concrete with security window glazing in Hollow Metal Frames and SBS Bitumen
roofing. The interior often facility; insulated stud walls with a rigid vinyl covering, custom casework, acoustical ceilings, resinous epoxy flooring and base, HVAC cassette unit, 2 x 2 lighting and office furnishings.
Demolition of the existing building
Site work includes minor grading, building infill after demolition and new sidewalk around the new facility and
where the existing building is demolished.
Breathitt County Board of Education – Training Facility
Breathitt County Board of Education – Training Facility
Work of the Project consists of all aspects of construction of 5,000 sf pre-engineered metal building with
attendant site work and basic mechanical, electrical and plumbing items. Also included are several
alternates including those for sports equipment (batting cages, flooring), an HVAC upgrade to the
proposed basic system and buildout of single occupant restrooms, janitor closet and sewer extension.
Cumberland Falls Highway Water District – Whitley County High School Waterline Extension
Cumberland Falls Highway Water District – Whitley County High School Waterline Extension
This contract consists of installing approximately 2,700 L.F. of
6” PVC, SDR-21 waterline and all other necessary appurtenances. The
engineer’s estimate is $122,300.
Cumberland Falls Highway Water District – US 25 West Major Widening Waterline Relocation
Cumberland Falls Highway Water District – US 25 West Major Widening Waterline Relocation
This contract consists of relocating 750 L.F. of 8” waterline, an
underground pump station, and all necessary appurtenances. The engineer’s
estimate is $93,500.
WKU-10332 Softball Soccer Indoor Training Facility
WKU-10332 Softball Soccer Indoor Training Facility
This project is a new softball and soccer indoor training facility. This 11,000 square foot building will sit
on the existing asphalt parking lot and adjacent lawn immediately south of the soccer field. The
building consists of a training space and locker room/office space. The training portion will consist of
a pre-engineered metal building type, while the locker room/office space is constructed with load
load-bearing masonry exterior.
Russell Independent Board of Education – Russell High School Restrooms
Russell Independent Board of Education – Russell High School Restrooms
Project consists of furnishing the specified labor, materials, supplies, tools, and or services, indicated for the:
Russell Independent High School Restrooms.
Be Advised that the Bid Opening Date has been changed to Tuesday, August 23, 2022
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of DRGWQTC RAS Pump Nos. 2 and 3 Replacement Contract No. 16901, Budget ID No. 021230, Drawing Record No. I Sheet No. 1-22, will be received at the office of MSD until 10:00 AM, Local Time, Tuesday, August 23, 2022, and will be publicly opened and read at that place and time. The public may attend the bid opening via In Person Only.
Description and location of Project: The DRGWQTC RAS Pump Nos. 2 and 3 Replacement project includes: Removal and replacement of the existing RAS Pump Nos. 2 and 3 and the associated piping, valves, drains, motors with concrete pad, electrical and controls, and concrete pump pedestals. Also, repair of a concrete support beam and MCC replacement are included in the project. The project is located at the Derek R. Guthrie Water Quality Treatment Center (DRGWQTC) at 11601 Lower River Road, Louisville, Kentucky 40272. 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 at the DRGWQTC Administration Building on Thursday, July 21, 2022 at 9:00 AM local time. The address is 11601 Lower River Road. All visitors will be required to furnish their own PPE to visit the site. A face mask must also be worn when inside buildings or if 6 feet separation cannot be maintained when outside during the site visit.
The Engineer’s Construction Cost Estimate for this project is between $4,000,000.00 and $5,000,000.00 .
The bid documents will be available on July 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 , 232 1 Fortune Drive, Suite 1 12, 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. at steven.leong@louisvillemsd.org. Questions received less than five days prior to the date for opening of bid s 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 CMBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER for Minority Business Enterprise CMBE) 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 MBEIWBE 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: 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: Not 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: Yes
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
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the Pennacook Road Bank Repair Project Contract No. 2023-001, Budget ID No. C21065, Sheet No. 1-3, will be received at the office of MSD until 10:00 a.m., Local Time, Thursday, July 14, 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: Installation of a concrete wall / footing along the open chennel behind 2106 Pennacook Road. 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 $525,000.00 and $575,000.00.
The bid documents will be available on Friday, July 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 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. 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 865 874 239#.
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 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: Not 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 Morehead First Street Streetscape Renovation, Phase II
City of Morehead First Street Streetscape Renovation, Phase II
Project will consist of removing existing conditions and constructing concrete sidewalks, curbs and
driveways, bituminous areas, storm drainage, site lighting, earthwork, erosion
control, signage, a pedestrian bridge and other miscellaneous items.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of Bigwoods Pump Station Elimination Contract No. 16912, Budget ID No. Y22139, Drawing Record No. / Sheet No. 16912/1-5, will be received at the office of MSD until 10:00 AM/PM, Local Time, July 26, 2022, and will be publicly opened and read at that place and time. The public may attend the bid opening via in person meeting at MSD Main Office (700 W. Liberty Street).
Description and location of Project: The project provides for the construction of installation of approximately 245 linear feet of 24-inch sewer; 80 linear feet of 10-inch sewer; 25 linear feet of 8-inch sewer; 15 linear feet of 6-inch force main; 1 sanitary manholes; erosion prevention and sediment control; decommissioning of one pump station (Bigwood); and appurtenant work.
All work shall be done in accordance to MSD’s Standard Specifications.
There will be non-mandatory pre-bid meeting held for this project. The non-mandatory pre-bid meeting will be held via at 10:00 A.M. Local Time, Tuesday, July 12, 2022 at the MSD Main Office (700 W. Liberty Street). Bidders are encouraged to make a site visit immediately following the pre-bid meeting at the Bigwood Pump Station (Access Road adjacent to 145 Bigwood Court, Louisville, Kentucky 40229).
The Engineer’s Construction Cost Estimate for this project is between $300,000.00 and $700,000.00.
The bid documents will be available on July 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 William J. Ashby. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, William J. Ashby at Joey.Ashby@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.
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, Joey Ashby
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: Applicable
This MSD construction project is bid and advertised as:
Construction Services: YES Construction-related Services: NO
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
Chief Engineer One Water Chief Procurement Officer
Graves County Fiscal Court – Graves County Demolition (Multiple Sites)
Graves County Fiscal Court – Graves County Demolition (Multiple Sites)
Project consists of furnishing all labor and materials to complete the
Demolition of Graves County Courthouse, Graves County Jail, and American Legion Building, and Storm Debris Removal located in Mayfield, Kentucky.
Sites are located as follows:
Graves County Courthouse, 100 E. Broadway, Mayfield, KY 42066
Graves County Jail, 101 E. South Street, Mayfield, KY 42066
American Legion, 211 S. 7th Street, Mayfield, KY 42066