A. Bluegrass-Oakwood is an Intermediate Care Facility supporting individuals with intellectual and developmental disabilities. Construction at this site must be performed in a manner that protects the existing staff and clients from risks that are inherent to construction operations.
B. Work of the Project includes:
1. Full tear off and legal disposal of existing asphalt shingles, plywood and insulation at Cottages 102,103,105 and 118
2. Installation of new nailable base, vented roof insulation panels, asphalt shingles and associated sheet metal flashing and trim.
3. The work also includes raising the height of existing plumbing stacks to conform to the Kentucky Plumbing Code.
4. All other work shown on the Contract Drawings and/or included in the Project Manual.
The building will be approximately 2,600 square feet
• Site work required
• Typical Construction
• The building shall have one drive thru bay
• Living quarters
• Two bedrooms with full bathrooms
• Kitchen
• Supply room
• Laundry room
• Mechanical room
• Brick exterior with a typical gable shingle roof
• Trane HVAC Equipment
• Contractor must be bonded and insured
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the 34th Street Sanitary Pump Replacement Project Contract No. 2022-027, Budget ID No. K18266, will be received at the office of MSD until 10:30 a.m., Local Time, Tuesday, March 29, 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: This project is to replace two (2) new sanitary pumps that MSD has purchased, located at MSD’s 34th Street Pump Station. All work shall be done in accordance to MSD’s Standard Specifications.
There will be a mandatory pre-bid meeting held for this project. Tuesday, March 22, 2022, 10:00 a.m. at 816 N 34th Street. All potential proposers will be required to sign in to verify attendance. MSD will reject Proposals from anyone failing to sign in at the mandatory pre-bid meeting and site visit. Personnel Protective Equipment (PPE) is required for this site visit. You will not be allowed to visit the site without PPE (steel toes shoes and hard hat).
The Engineer’s Construction Cost Estimate for this project is between $50,000.00 and $100,000.00.
The bid documents will be available on Tuesday, March 15, 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 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 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 22257880#.
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 Radcliff – Happy Valley Walking Trail Tunnel
City of Radcliff – Happy Valley Walking Trail Tunnel
The scope of the work is to construct a pedestrian tunnel under US 31W (Dixie Highway) just
north of Centennial Avenue. Work to be performed will include reconstruction of
approximately 100 feet of US31W and maintaining traffic during construction.
CCK-2617-22 Seaton Building Room 123 Classroom Renovation
CCK-2617-22 Seaton Building Room 123 Classroom Renovation
This project is a renovation of classroom 123. Work includes removal of an existing wing wall, new acoustical ceiling with new LED lights, HVAC modifications, new flooring, new whiteboard, and new paint.
System Balancing and Certification required:
A preliminary air balance of each affected/project space (hereafter referred to as the ‘space’) is required PRIOR TO BEGINNING OF CONSTRUCTION. Tab contractor is to perform airflow measurements of all supply diffusers, air supply valves and return grilles. Airflow this each space shall be measured at maximum and minimum conditions. Each supply, return, and exhaust GRD shall be measured at both minimum and maximum positions and the airflow values recorded. Testing shall be performed by an independent NEBB or AABC-certified TAB contractor. The initial certified report shall be provided to the owner prior to startup of the new air valves and control system. As room airflow conditions may have changed since the original installation, re-balancing of each space required.
Provide a final, certified air & water test and balance of the hot water coil(s) and a repeat of the initial test, with all valves, supply diffusers, exhausts, and return grilles measured at both the minimum and maximum operating conditions.
Trade Packages 1 through 9 consist of the renovation of the former Chase Bank Building located
116 West Main Street, Richmond, Kentucky. The renovation will allow for the Madison County
Circuit Court to temporarily relocate into the facility for a period of time and allow for the
renovation and upgrades to the existing Madison County Courthouse to proceed.
Trade Package 1 thru 9 consist of the following scopes of work, but not limited to, rough
carpentry, architectural mill work, roof flashing and miscellaneous patching, firestopping and
sealants, interior doors and frames, glazing, door hardware, light gage framing, gypsum board
and ceilings, ceramic tile and carpet flooring, painting and floor coatings, signage, toilet
compartments and accessories, bullet resistant panels, fire extinguishers, window treatments, fire
suppression, plumbing, HVAC, electrical systems, communication systems, audio visual
systems, fire alarm and security systems.
City of New Albany – 2022 Annual Curb & Sidewalk Improvement Project
City of New Albany – 2022 Annual Curb & Sidewalk Improvement Project
The project consists of curb, curb ramp, sidewalk and driveway
replacement, and other appurtenant work associated with these improvements to various streets
throughout the city.
Glasgow Independent Board of Education – Existing South Green Elementary School – HVAC, Lighting & Roof Replacement
Glasgow Independent Board of Education – Existing South Green Elementary School – HVAC, Lighting & Roof Replacement
The Glasgow Independent Schools Board of Education will receive sealed bids for the bid package listed for the
EXISTING SOUTH GREEN ELEMENTARY SCHOOL HVAC, LIGHTING AND ROOF REPLACEMENT.
This project is to replace boiler B-1 at the Campbell County Regional Juvenile Detention Center. The project will replace boiler B-1 with a condensing type boiler and associated pumps and piping specialties with modifications to the natural gas supply and exhaust gas flues as specified. The project also includes limited reconfiguration of the hot water distribution piping within the mechanical room. The project includes a field controller to control both the new boiler and the existing boiler B-2 that will remain with integrating to the existing Tridium-Jace Control System.
CCK-2615-22 PAV A 12th Floor Fit-Out Phase 2 Demolition #2402.16
CCK-2615-22 PAV A 12th Floor Fit-Out Phase 2 Demolition #2402.16
The UK 12th Floor Fit-Out Enabling Phase 2 package includes the set up work for construction on the 12th floor of Pavilion A. This work includes the demolition of the existing offices on the 12th floor, the demolition of the existing MEPs on the 12th floor, the rework of the existing restrooms on the 12th floor, and the set up for construction to start on the 12th floor.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of Lakewood WWTP Bank Repair Project Contract No. 2022-025, Budget ID No. W22176, will be received at the office of MSD until 10:00 a.m., Local Time, Thursday, March 24, 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 repair the erosion along the open channel behind Lakewood WWTP with a new modular wall 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 $80,000.00 and $120,000.00.
The bid documents will be available on, Thursday, March 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 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 798 296 222#.
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
Upper Mill Creek Flood Pumping Station (FPS) Pavement Improvement Project
Upper Mill Creek Flood Pumping Station (FPS) Pavement Improvement Project
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the Upper Mill Creek Flood Pumping Station (FPS) Pavement Improvement Project Contract No. 2022-026, Budget ID No. F22123, Sheet No. 1-3, will be received at the office of MSD until 10:00 a.m., Local Time, March 29, 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: This project is to improve the existing asphalt pavement surface to MSD Upper Mill Creek Flood Pump Station. 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 $275,000.00 and $325,000.00.
The bid documents will be available on Thursday, March 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 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 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 114 365 490#.
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: 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
Rowan County Board of Education – Rowan County Senior High School Roof Replacement
Rowan County Board of Education – Rowan County Senior High School Roof Replacement
This project scope includes the replacement of 127,600 square feet of roofing
system with polyisocyanurate board insulation and PVC membrane. The scope also includes
replacement of existing roof drain flashing and existing edge metals.
There are 5 sets of bleachers at the WKU soccer field.
• The center section: seating to be removed and replaced with new stadium seats
• Two side sections: remove and relocate to the track facility within one mile of current location
• End sections: remove and dispose of
Scope to include:
The final product should be 3 sections of bleachers with stadium seating, totaling 400 chair back
seating. WKU would like all items completed 10 weeks after purchase order.
Contractor shall:
Remove existing chairs in center section and dispose
Add section of bleachers on each side to accommodate additional seating needs. Bleachers shall
be like material of existing center section.
Left grandstand should accommodate accessible seating. Grandstand should include a ramp.
Seating should be no smaller than 20 inches in width.
Contractor shall use existing holes in center grandstand if applicable.
Provide concrete pad to accommodate new side grandstands.
The Libraries and Archives building is a 150,000 square foot facility that stores and archives historically and culturally critical documents for the Commonwealth of Kentucky. Due to the critical nature of the documents stored, temperature and humidity control is critical. Originally built in the late 1970s, the scope of the HVAC replacement is to upgrade, modify and otherwise modernize the current HVAC system and temperature controls. The building will remain in operation for the duration of the construction contract where the contractor is expected to phase construction activities and closely coordinate with the facility owners and operations staff.
Metcalfe Fiscal Court – Speculative Building Fit-Up for Pennington Stave – REBID
Metcalfe Fiscal Court – Speculative Building Fit-Up for Pennington Stave – REBID
Sealed bids for the construction of the Speculative Building Fit-up for Pennington Stave will be received by Harold Stilts, Judge Executive, at the Metcalfe County
Courthouse.
City of Bloomfield – Bailey Ridge Water Line Extension
City of Bloomfield – Bailey Ridge Water Line Extension
The Project consists of installation of approximately
1,285 linear feet of 4 inch water line for the Bailey Ridge Water Line Extension, as well as reconnecting 2
services and installing a blowoff valve.
Project involves renovation of Med Plaza Starbucks lease space to expand the Starbuck work room and service counter. New lighting and finishes are also included.
. Roofing System Description Over Grand Lobby & North Lobby Areas:
a. Remove existing coping caps & parapet flashings; existing roof system to remain.
b. Install new wood nailers as required by manufacturer.
c. Mechanically attach new cover board through existing roof system into existing steel deck
d. Install roof drain inserts.
e. Torch apply new modified base and cap sheets.
f. Install new sheet metal components as indicated on drawings.
2. Install new roof access ladder at East Hall to South Wing ‘A’, as indicated on drawings.
New Vista Restroom Renovation – 201 Mechanic Street
New Vista Restroom Renovation – 201 Mechanic Street
THE CURRENT RENOVATION PROJECT INCLUDES THE REMOVAL OF (2) MULTI-PERSON TOILET ROOMS ON THE SECOND FLOOR AND THE CREATION OF (4) ADA ACCESSIBLE TOILET ROOMS, A SHOWER ROOM, A UNISEX TOILET AND A STORAGE ROOM. ADDITIONALLY, AN OFFICE IN A SEPARATE AREA OF THE SECOND FLOOR WILL BE
CONVERTED INTO AN EXAMINATION ROOM.