The Town of Sellersburg has developed plans for the development of Bill Mosely
Park at Mosely Park Rd, Sellersburg, IN 47172. The project limits span a 1.6-acre area surrounding the Sellersburg Town Pool. Land and Water Conservation Fund monies will be used to assist in the park development; all relevant requirements will apply.
Town of Sellersburg – Sellersburg Water System Connection to Indiana American Water
Town of Sellersburg – Sellersburg Water System Connection to Indiana American Water
The Project includes the following Work:
This project consists of the installation of approximately 590 LF of 10” and 6” water main,
appurtenances, and a concrete vault for flow control and flow metering.
The project includes providing all construction supervision, labor, materials, tools, test equipment
necessary for the Hartland 2 Pump Station Upgrades, to include emergency pump bypass
connections, replacement of all operating valves, upgrade of electrical controls and conduit, and
replacement of pumps and associated equipment.
Morgan County Water District – Waterline Replacement Phase 2
Morgan County Water District – Waterline Replacement Phase 2
Work is to include installation of approximately 50,000 LF of 8-inch waterline, 7,700 LF of 6-inch
waterline, 31,700 LF of 4-inch waterline, and 2,520 LF of 3-inch waterline and other appurtenances,
replacement service meters with telemetry and other replacement equipment as shown.
This project includes renovation of the Curris Center on all existing floors including the following: Restrooms, Lobbies, Welcome Center, Student Involvement Offices,
Conference Rooms, and Esports spaces. Seven Alternates are also included as follows:
Alternate 1 – Additional Painting as shown on documents
Alternate 2 – Provide Fire Alarm per specification
Alternate 3 – HVAC Controls per specification
Alternate 4 – Flush Valves by Sloan Flush Valves
Alternate 5 – Conference rooms 310A and 310B
Alternate 6 – Commonwealth Suite, Rooms 300E, 308 and 309
Alternate 7 – Provide Delaney Ball Valves
Mercer County Library – History / Heritage Research Center
Mercer County Library – History / Heritage Research Center
Building Renovation and Addition of approx. 3300 SQ.FT.
Demolition and Selective Demolition of existing 2 story frame
structure and selective portions of the existing historic
masonry section of the house. This includes the removal of
all foundation materials that conflict with new work of the
addition, with proper removal from site all associated
material of the demolition.
The addition is typical 2×6 wood frame brick veneer, and or
cement fiber siding construction, with a masonry wall and
steel and metal deck concrete roofed “rated construction”
records room. Other miscellaneous steel material and
fabrications. Concrete foundations and slab on grade floors
for the addition. Includes, Foundation and utility service
excavation, foundation insulations, drain system, fill and
backfill. Dimensional Shingle roofing over proper
underlayment and plywood roof deck. gutters and Down spouts.
Exposed truss fabrications and stick framed roofing with
plywood deck. Exposed wood plank interior ceiling area.
Cabinetry and Finish carpentry – Casework and wood trims,
wood interior doors and wood/alum entry door and frame,
aluminum clad replacement windows in the historic sections
and similar units for the new addition. Composite fiber board
and vinyl soffit and eave trims. Drywall systems, plaster
repair, acoustic ceiling systems, painting, stain concrete
and (wood floor refinishing- historic section), ceramic tile,
and vinyl floor coverings in the addition. All envelope
insulations for walls and attics (fiberglass/ spray foam)
inclusive of sound insulations. All Mechanical/ Electrical /
Plumbing systems. Provide for new connections to all utility
service taps. Mini split H.V.A.C. systems (elec), Plumbing
and plumbing system fixtures. Electrical service panel/ meter
relocation. Lighting equipment and fixtures, and data
service. All Site preparation and coordination for all
utility services connections, excavation. Site concrete and
paving, and minor landscaping and pavilion structure.
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 $775,000.
Buildings and Roof Areas: 1 & 2
a. Remove:
i. Existing membrane roofing system, including insulation, down to existing, sloped concrete decks.
ii. Existing razor wire and brackets
iii. Existing sealant from tilt-up wall panels exterior joints
b. Install:
i. New 2-layers of 2.2″ insulation and 1/2″ cover board to produce an R-25 roofing system.
ii. New crickets at drainage with 1/2″ per foot slope.
iii. New 2-ply SBS roofing membrane with foil faced flashings.
iv. New 24 gage prefinished metal copings, metal counter flashings and edge metals.
v. New roof drain inserts.
vi. New razor wire and brackets
vii. New preformed joint seals in tilt-up wall panel exterior joints.
A new drive and parking area have been designed to facilitate service access to the ECTC Student Center. Work includes earthwork and storm drainage, installation of a new asphalt drive and sidewalks to connect with existing loop road. Project provides new site lighting, dumpster pad, screen fence and plantings.
CCK-2642-23 UK Indoor Track Facility Demolition #2584
CCK-2642-23 UK Indoor Track Facility Demolition #2584
The Demolition Package of this project includes demolition of the existing Cliff Hagan
Stadium and accessory structures, as well as site and site utility demolition. The demolition of
this bid package will ready the site for the new indoor track facility construction, to be issued
in subsequent bid packages.
The project consists of pavement resurfacing and rehabilitation, widening, concrete curb and gutter
installation, and various drainage improvements associated with the 2022 Community Crossings
Matching Grant program and award.
Project consists of fitting up the east area of the existing Public Works
Building with staff offices and related support spaces. The total square footage is approximately 3,920.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the 8108 Ardenia Lane Drainage Improvement Project Contract No. 2022-035, Budget ID No. C22087, will be received at the office of MSD until 10:00 a.m., Local Time, Thursday, June 30, 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 perform drainage improvements along the 8100 block of Ardenia Lane. 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 Friday, June 10, 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 610 435 387#.
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
Installation of approx. 6,500 LF 8” gravity sewer line, manholes, and other
appurtenances. Installation of approx. 1,600 LF 4” force main sewer line.
Installation of two sewer pump stations.
City of Georgetown – KY 32 & Cardinal Drive Improvements
City of Georgetown – KY 32 & Cardinal Drive Improvements
The scope of work includes widening of Cardinal Drive to accommodate left and right turn lanes into Scott County High School and conversion to a two-way roadway for all hours of the day, including reconfiguration of the eastbound Cardinal Drive approach at US 25. Cardinal Drive will be repaved for the entire length. The
project also includes water main relocation.
Cedar Creek WQTC – Sludge Storage Tank Improvements
Cedar Creek WQTC – Sludge Storage Tank Improvements
Be Advised that the Bid Opening Date has been changed to Tuesday, July 26, 2022
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of Cedar Creek WQTC – Sludge Storage Tank Improvements Contract No. 16889, Budget ID No. H22018, Drawing Record No. / Sheet No. 1-31, will be received at the office of MSD until 10:00 AM, 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 Only.
Description and location of Project: This project includes providing decanters in the two existing sludge storage tanks and providing odor control equipment to treat foul air from the influent pump station and from the existing sludge storage tanks. Aluminum covers will be provided over the existing sludge storage tanks for collecting foul air for odor control. New process control instrumentation will be provided with the new odor control equipment. The project is located at the Cedar Creek WQTC at 8405 Cedar Creek Road, Louisville, Kentucky 40291 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 Cedar Creek WQTC Office building located at 8405 Cedar Creek Road, with site walk to follow at 1:00 pm Local Time, June 30, 2022.
The Engineer’s Construction Cost Estimate for this project is between $ 2,600,000.00 and $ 3,500,000.00.
The bid documents will be available on June 10, 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 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 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%</b of the total amount of the Contract Bid price to certified African 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: 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, 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: Not 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 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.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
City of Winchester – Town Branch Building Demolition (12-18 East Broadway)
City of Winchester – Town Branch Building Demolition (12-18 East Broadway)
The project scope includes demolition of the existing Building, located at 12 – 18 E. Broadway Street, and construction of
a poured retaining wall to support surrounding fill once building is removed.
Shelby County Fiscal Court – Shelby County Courthouse – Exterior Improvements
Shelby County Fiscal Court – Shelby County Courthouse – Exterior Improvements
Shelby County Fiscal Court will receive sealed bids for furnishing all labor, materials and the performance
of all work required for the Shelby County Courthouse Exterior Improvements project.
The scope of work includes the installation of approximately 1,218 LF of 8-inch DI waterline, 76
LF of 16-inch casing pipe (bore and jack), 1 fire hydrant assembly, and related appurtenances.