Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the 5234 Moccasin Trail Pipe Replacement Project Contract No. 2022-015 , Budget ID No. C22095, will be received at the office of MSD until 10:00 a.m., Local Time, November 4, 2021, and will be publicly opened and read at that place and time. The public may attend the bid opening via teleconference call.
Description and location of Project: This project is to remove and replace the failed pipe next to 5234 Moccasin Trail. 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 $30,000.00 and $60,000.00.
The bid documents will be available on, October 20, 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 Beth A. Tanner at beth.tanner@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, 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 842 301 414#.
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
Construction of an elevated walkway connecting two buildings on the campus of Hopkinsville Community College.
New construction includes minor demolition od existing curtain wall at connection points at the Technology and Emerging Technologies Buildings. Primary work consists of fabrication and erection of a structural steel bridge including an elevated poured in place concrete slab, membrane roof and steel railings. All steel surfaces will be painted. Interior ceiling of the bridge and the bottom of the bridge will be lighted.
Estimated Length of Project:
(Substantial Completion) + 90 Calendar Days (Final Completion)
The site is located off of KY-160 on to Red Fox Road in KNOTT County (Lat: 37°, 13’, 00.42″, Long: 82°, 57’, 20.70″).
Drainage issues have developed on the Christon’s property from mining above the property. The project will consist of construction of a gabion weir at the bottom of the steep section of the natural drain with a sediment trap located behind the weir, to direct the runoff away from the property, into an existing ditch (constructed by property owner). This will direct the drainage to an existing ditch along Red Fox Road, excavating another sediment trap in front of the pipe (this pipe will be replaced by a 24″pipe and include a concrete headwall), going under the Red Fox County Road into the creek. Clean out of all existing ditches along Red Fox Road associated with the construction area.
Excess excavated material from construction of the gabion weir and sediment traps will be placed in the Waste Area as shown on the plan view. Bond Forfeiture, Carr Fork Development 860-0409.
Land owner Ms. Hagans’ address is 309 Cornell Ave. Hazard, KY
Site Preparation includes clearing and grubbing of vegetation. The construction area at the site will be revegetated using residential seeding. Hay bales shall be installed for silt and erosion control. A hoe ram bid item is included for excavation work needed for the gabion weir and sediment traps.
Construction disturbances will be kept to a minimum with a stringently formulated sediment and erosion control program that includes straw bales and silt fence. Prior to beginning any major earth disturbance, all silt control measures will be installed. All areas disturbed by construction activities are to be revegetated in accordance with regional, regulatory, and project standards, using agricultural limestone, fertilizer, seed and mulch, as needed. Prompt re-vegetation will be implemented by using agricultural limestone, fertilizer, seed, netting and/or mulch, as needed, for the areas disturbed by the project, in accordance with standard AML design specifications.
Access to the site is via state and county roads, and residentially maintained driveways and yards. This project will include pre- and/or post- project maintenance and repair of existing previously constructed public county roads utilized during the construction of this project, which are administered by the county or local road authority. This construction activity will be conducted under the authority and supervision of the local public road authority and will consist of standard road construction practices appropriate to mitigate impacts to the local community from potential degraded road conditions in order to maintain public traffic safety.
The goal of this project is to provide an area and fulfill the requirements for the install of large commercial washing and drying equipment. The scope of work includes removing several existing concrete pads and areas, installing new concrete pads fitting the requirements of the machines, installing an access door, and repairing the exposed walls in the abandoned electrical room to adapt the space for installation of dryers. The washer install will require a trench drain and the dryers require individual thru wall penetrations for exhaust.
Winchester Clark County Industrial Authority – 35 North Main Renovations Project
Winchester Clark County Industrial Authority – 35 North Main Renovations Project
The project scope includes the construction of various office space in 4089 square feet on the first floor of the
building located at 34 North Main Steet Winchester, KY for the WCCIDA, Tourism Commission and Chamber of
Commerce to include a reception area, 5 private offices, a conference room, two ADA bathrooms, one half bath,
a kitchen and break space as well as other office related improvements to include all wiring, plumbing and
electrical 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 Selma Ave. Drainage Improvement Project Contract No. 2022-014, Budget ID No. C22094, will be received at the office of MSD until 10:00 a.m., Local Time, November 2, 2021, and will be publicly opened and read at that place and time. The public may attend the bid opening via teleconference call.
Description and location of Project: This project is to provide a new 18-inch pipe system along both sides of Selma Ave. All work shall be done in accordance to MSD’s Standard Specifications.
There will be no pre-bid meeting held for this project.
The Engineer’s Construction Cost Estimate for this project is between $150,000.00 and $200,000.00.
The bid documents will be available on, October 18, 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 Beth A. Tanner at beth.tanner@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, 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 505 897 947#.
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
This project includes providing a standby rated generator system to support the entire electrical distribution system of the Oakwood campus. Also, to satisfy life safety code requirements, emergency battery back-up lighting fixtures will be added to facilities that currently do not have them.
The standby generator system will consist of three 500KW natural gas fired generators, a transformer, and automatic transfer switch (ATS) connected in line with the main electrical service entrance. The generator plant will be located outside on concrete pads adjacent to Building 600. Existing generators that are located throughout the campus in individual buildings shall be disconnected and abandoned for future demolition. Generators at buildings 501 and 600 shall remain and the associated automatic transfer switches will be modified to become manual transfer switches. Also, the existing “load shed” control of one chiller at building 501 will be removed such that both will operate during an outage.
The generator system shall be capable of producing 1,500KW (1,875 KVA) – 2,255A at 480V, 3-phase. The new generator plant area and equipment will be designed to accommodate future additions of generators to increase capacity if needed.
Wayne County Hospital – PT & Clinic Addition & Renovation
Wayne County Hospital – PT & Clinic Addition & Renovation
The Project consists of the construction of an addition and renovation to the existing facility, to contain
new clinic and physical therapy operations. Interior partitions will be gypsum board on metal studs.
Interior doors will be factory-finished solid core wood in both aluminum and hollow metal frames.
Construction and installation of casework is included as part of this contract. Finishes include, but are not
limited to, luxury vinyl tile, carpeting, paint over gypsum board, and suspended acoustic panel ceilings.
Marion County Board of Education – Marion County High School Renovation & Addition
Marion County Board of Education – Marion County High School Renovation & Addition
The renovation of the existing Marion County High School will be a multi-phased
project renovating the majority of the school. Work will include selective demolition of existing
partitions, finishes, mechanical and electrical systems, portions of the exterior wall and a re-roof of the
school except for the gymnasium. New construction consists of new partitions, finishes, elevator and
new mechanical and electrical systems. An expanded main entrance and add-alternate for a CTE
classroom are the additions as part of this project. Site work involves new outdoor Ag Yard,
mechanical yard, new visitor drive with parking lot, and paving at both main entrances.
Estimated Length of Project:
(Substantial Completion) + 90 Calendar Days (Final Completion)
The proposed Kathleen Godsey Slide HP AML Reclamation Project, approximately 1.75 acres total, consists of a landslide that is affecting the Messer Family Cemetery. The slide is just southeast of the residence and is approximately 60 feet wide and 250 feet long. The scarp line begins at the pre-law contour cut bench and the slide extends through a portion of the cemetery and continues downhill toward Combs Branch. Further movement of the slide poses a high risk of damage to the 7 graves, headstones, and chain link fence in the cemetery. The project is at the end of Fred Messer Cemetery Road in the upper reaches of Combs Branch, just off Kentucky Route 476 in Perry County. The site is located in the Hazard North Quadrangle. The slide may be located within the cemetery at 37° 19 ‘ 32.26″ N, 83 ° 08 ‘ 57. 90″ W.
To reach the site from the intersection of KY Route 476/ KY Route 550 Travel west on KY Rt. 476 for 1.6 miles toward Hazard, turn right onto Fred Messer Cemetery Road and travel 950 feet to the end of the road. The slide and cemetery will be to your right.
Reclamation will entail the removal approximately 5,000 cubic yards of slide material above the cemetery. This unstable material will be moved to a fill area adjacent and downhill of the cemetery to prevent further slide movement in the area. This will also bisect the existing slide and will direct any drainage away from the cemetery. The removal of this material will eliminate existing access to the mine bench. An existing road will be opened up to provide landowner access. Sediment will be controlled by installation of silt fence and or hay bale checks. All areas will be graded, drainage controls installed, fertilized, seeded, and mulched.
The project site has previously been disturbed by landslide movement, coal mining operations, house seat development, utility installation, road construction, and landowner activities. These disturbances consist of significant upheaval, mixing, and removal of earthen material from deep excavation, grading, sub-surface drilling, fill material placement, and erosion. There should be no undisturbed earthen material to a depth of several feet at the areas slated for significant project-related construction activities.
Construction disturbances will be kept to a minimum with a sediment and erosion control program. Prior to beginning any major earth disturbance, all silt control measures will be installed. These include silt traps and silt barriers (bales & silt fence) at the project site and the waste area. All trees to be removed are in the impacted unstable area. All disturbed areas will be promptly revegetated at the end of construction using lime, fertilizer, residential or wildlife seed, and mulch, as necessary. Standard measures will be used for dust control and work hours will occur during AML’s standard time frame of 7 am to 7 pm Monday-Friday with shorter hours for (critical) work items.
Access to the site is via county roads, residential driveways and yards, and an existing access road. This project will include maintenance and repair of existing previously constructed public county roads utilized during the construction of this project, which are administered by the county or local road authority. This construction activity will be conducted under the authority and supervision of the local public road authority and will consist of standard road construction practices appropriate to mitigate impacts to the local community.
This project will include improvement to the site that was previously the WKU Foundation building. Upgrades
will include landscape walls, paving, concrete stairs, landscape plants, site lighting, and power.
The entire site shall be considered to be unclassified with regard to excavation.
Storm water management compliance shall be the responsibility of the contractor including NOI, inspections,
and reports. The main campus of WKU is an MS-4 permitted storm water entity.
Silt fencing placement and maintenance is the responsibility of the contractor.
Due care shall also be taken and to minimize any dirt/mud/debris from being introduced to the adjacent public
roadways and the contractor shall be fully responsible for the cleanliness of the surrounding sidewalks,
roadways, and surrounding property.
The site shall be kept clean and landscaped.
There may be events in the chapel that will require the contractor to clean up around the site in addition to every
day job clean up.
The surrounding site shall be protected during construction. The adjacent buildings (CAC, WAB, and the
Chapel) will be in operation during the duration of the project. Fencing and other methods needed to protect
these structure and the safety of pedestrians shall be provided by the contractor.
City of Mt. Washington – Contract 7 – Whitledge Lane Water Main Extension
City of Mt. Washington – Contract 7 – Whitledge Lane Water Main Extension
The program of work for which bids are to be submitted consists of approximately 4,050 L.F of 8-inch water main
and 250 LF of 10-inch HDPE water main including all related appurtenances and as shown on the Drawings and
described in the Specifications for the Contract No. 7 – Whitledge Lane Water Main Extension for the City of Mt.
Washington Kentucky.
CCK-2585-22 UKHC PAV H – Replace AHU S1 & S1A BP-02 TRADES – Trade Package 5 – Fire Suppression – REBID – 2554.0
CCK-2585-22 UKHC PAV H – Replace AHU S1 & S1A BP-02 TRADES – Trade Package 5 – Fire Suppression – REBID – 2554.0
The University of Kentucky received bids for Invitation for Bid CCK-2564-22 on August 19,
2021. There were no bids submitted for Trade Package 5 – Fire Suppression, so the project
team has decided to rebid this package to get bid coverage for this scope of work
Mountain Water District – Huddy Site #7 Waterline Relocation Project
Mountain Water District – Huddy Site #7 Waterline Relocation Project
The Project
consists of construction services for the Mountain Water District proposed Huddy Site #7 Waterline
Relocation Project which will consist of relocating and installing a portion of 8” waterline along KY
199 near Stone in Pike County, Kentucky.