The EEC – DWM Maxey Flats Equipment Building project is being undertaken to provide necessary equipment storage and general utility and maintenance space for Division of Waste Management Environmental and Energy Cabinet on Maxey Flats site in Hillsboro, Kentucky.
The Project is comprised of a 40’ x 80’ wood pole-barn building of Type 5 construction
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Bass-Shirley Drainage Improvement Project Contract No. 2025-003, Budget ID No. H24117, until 10:00 a.m., Local Time, Tuesday, July 30, 2024, and will be publicly opened and read at that time. The public may attend the bid opening via teleconference call at 502-654-8113 (Dial-in Number) Conference ID: 265 118 841#.
MSD is using a web-based portal for accepting and evaluating bid proposals digitally at http://louisvillemsd.bonfirehub.com/portal for this Invitation to Bid. Documents may be uploaded at any time during the open period indicated for each proposal.
Description and location of Project: Drainage improvements from Shirley Ave. to 6415 Bass 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 $1,000,000.00 and $1,500,000.00.
Persons wishing to view the bid documents may do so online at http://louisvillemsd.bonfirehub.com/portal 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 designated web portal at http://louisvillemsd.bonfirehub.com/portal. Questions received less than two days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda posted on MSD’s designated web portal 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 $200,000 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.
The MSE/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 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.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
RFB-33-25 23119 AMLBAL AML Project Clay County, Kentucky
RFB-33-25 23119 AMLBAL AML Project Clay County, Kentucky
Estimated Length of Project: (Substantial Completion) + 45 Calendar Days (Final Completion)
Project Description: The project consists of two areas totaling approximately 1 acre in size, which are composed of coarse and fine refuse mixed with soil. Recently, the refuse ignited causing the surrounding area to burn. U.S. Forestry Services was dispatched and extinguished the surrounding fire, but the refuse is still smoldering and causing issues for the community of Manchester.
Project Description:
Project consists of replacing the distribution equipment and associated feeder circuits within the Owensboro Community & Technical College downtown campus in Owensboro Kentucky, Davies County.
The project will include work by General, Mechanical, Plumbing, Fire Protection & Electrical contractor trades.
The project includes:
1. Replacement of all old existing distribution system equipment and feeder circuits (both normal power and emergency power distribution systems).
2. Providing a new electrical service to the building.
3. Creating new electrical rooms to house the new electrical distribution equipment.
4. Minimizing the time durations and quantity of power disruptions to the building and areas within the building.
5. Installing new equipment with adequate spare capacity and space for future expansion of the building electrical load.
6. Modifying HVAC, plumbing & fire protection systems as required to accommodate the new electrical rooms and the new electrical distribution system installation.
7. Integrating the new HVAC and electrical systems into the building management system and the Commonwealth Energy Management and Control System (CEMCS).
The minimization of disruptions and lengths of disruptions to the facility’s operations will be critical to the success of this project.
Project Description: Project is for the Partial Renovation of the existing DJJ Facility – Lyndon located at 8711 LaGrange Road in Louisville, Kentucky. Changing the occupancy from R to I-3 in the renovated areas.
Project Program:
Renovate the existing 700 & 800 dormitories into wet cells. This will include reconfiguration of the existing dormitory rooms and the addition of plumbing to accommodate a combo plumbing unit. Each Dormitory unit will contain seven (7) resident rooms, one (1) isolation room with anti-room a multi-purpose space/office and two (2) individual showers. The existing day room configuration will remain. New Detention Doors, frames, hardware and windows. New Finishes throughout. Upgrade to and addition of new Mechanical, Plumbing, Electric, Fire Protection, New Security Controls.
Renovation of the existing Lobby, multi-purpose room, and adjacent areas to create a New Control Room, Security Electronics Room, Visiting Area with four (4) individual rooms, new toilets and a new entry with security scanning equipment. Minor Renovation to adjacent spaces . Upgrade to and addition of new Mechanical, Electrical, Plumbing and Fire Protection Systems. New Security Controls.
The entire facility will be vacant during construction.
The scope of work includes complete construction of one (1) Access Control Facility and associate site improvements to replace the existing front entrance improvements at the Boone National Guard facility in Frankfort, Franklin Co., Kentucky.
Site improvements include site stripping, rough and finish grading, roadway improvements, bitumen paving, concrete walks and curbs, security specialties, water and sewer utilities. Electrical site improvements include cameras, data cabling and site lighting. Building construction includes construction of one (1) brick clad concrete masonry entry Gatehouse. Gatehouse will include standing seam roofing and metal roof framing, metal stud and gypsum interior partitions, ballistic rated exterior doors and windows, fluid applied flooring and associated architectural improvements. Plumbing and mechanical improvements include supply and waste piping for 2 toilet rooms, kitchen, water cooler and utility sink; installation of plumbing fixtures, installation of VFR Split System Heat Pump, exhaust, make-up air and associated ductwork. Electrical includes lighting, receptacles, and data cabling. Work also includes providing and installing a new bullet resistant guard booth to be located between entry lanes, and refurbishing and expanding the existing canopy over the site entry lanes. One Add Alternate is included for the provision and installation of one (1) emergency generator.
Project Description:
Project intent is to modify existing mechanical systems and building shell as to aid in the control of humidity and temperature within the building to help preserve museum artifacts. Work shall include the replacement of the existing modified bitumen roofing, addition of added glass-fiber insulation to the existing attic, addition of spray-foam insulation and vapor barrier to the existing crawl space, installation of four (4) new hollow metal doors/frames, as well as minor wall opening modifications for new mechanical ductwork and sealant at openings.
Project Description:
Work of the Project includes selective renovation of the existing 16,923 +/- GSF, two story Boone National Guard G1 building including reconfiguration of interior spaces with new metal stud and gypsum wallboard assemblies; removal of, storing and reinstallation of existing modular offices, cubicles and furniture; removal of and replacement of existing lock cores and select hardware; replacement of select doors and hardware; installation of new doors and hardware; interior renovation of all restrooms including replacement of all plumbing fixtures, demo of existing ceramic floor tile and wall tile, installation of new epoxy resinous flooring, new cast terrazzo shower bases, new wall tile, new lockers, new toilet partitions and toilet accessories. Additional interior finishes include carpet tile; LVT flooring; painting of walls, ceilings, exposed roof deck, structure, and other items exposed to view.
The work also includes renovation/replacement of selective portions of existing plumbing, HVAC and electrical systems including complete lighting replacement.
The project is to repair wind damage sustained by the Taylor County Maintenance Garage, Campbellsville, for the Kentucky Transportation Cabinet, District 4. The end walls of the main shop area were damaged by a state-wide wind event in early March, 2023. The project scope will include replacement of the end walls of the shop, including the main and secondary framing, insulation, interior and exterior wall panels, overhead sectional doors and pedestrian doors. Mechanical and Electrical work includes that related to maintaining/restoring components affected by the wall framing and panel replacement.
Related work includes replacement of the remaining exterior wall panels, insulation and base girts, the existing office entrance door, and existing windows. Replacement of existing bollards with 6’ h. bollards will be included. Mechanical and Electrical work includes that related to maintaining/restoring components affected by the wall framing and panel replacement.
The project is funded by two sources, constructed under a single prime contract. Special bidding and accounting procedures will be required. Refer to Advertisement, Instructions to Bidders and Special Conditions.
Project Description: The project is located in Falmouth, Kentucky at the District 6 Highway Department Maintenance Garage. Project consist of a new 2,000 square feet light wood frame construction office building with pre-engineered wood trusses on reinforced concrete slab on grade, CMU foundation walls, and reinforced concrete spread footings. Exterior work includes painted cementitious lap siding, fiberglass windows, hollow metal doors/frames, prefinished metal soffits/break metal trims, and fiberglass asphalt shingle roofing. Interior work includes painted gypsum board assemblies, acoustic tile ceilings, rubber base & epoxy flooring throughout. Plumbing works includes two toilets, custodial, and small kitchenette. Mechanical work includes new septic system, HVAC, and ventilation systems. Electrical work includes LED interior/exterior lighting, power, and communications systems. Site work and improvements includes grading, seed & straw, concrete sidewalks w/ guard, perimeter mow strip, and ADA van accessible parking space. New office building will replace the existing modular building and storage shed currently on site. Project intent is for staff to remain in existing office facilities while construction of the new office building commences. Once the new office building is finished, the staff will move into the new building and the existing modular building will be removed/demolished by the user agency (NIC). User Agency will provide site grading and millings at demolished modular footprints at a later date (NIC).
Project Description: Work of the Project includes a new single story district office building for the Kentucky Transportation Cabinet – District 11 in Clay County Kentucky. The property is underlain by mine/roadway spoils. Bearing walls and a 10″ structural slab are supported on grade beams framing to drilled pier foundations extending through the spoil fill to bear on bedrock. The new building consists of cold formed metal framing with cold formed metal roof trusses. The building has a mechanical mezzanine. Exterior walls have brick veneer with insulation. Interior partitions are metal studs with gypsum on both sides and batt insulation. The roof is standing seam metal roof. Interior finishes include carpet tile, ceramic tile, LVT flooring, gypsum, acoustical ceiling tile, and suspended linear ceiling. Plastic laminate casework is located throughout the building. HVAC systems consist of an outdoor fluid cooler, indoor gas-fired modulating condensing boilers, and pumps. Water-source heat pumps are located on a mechanical mezzanine. All lighting will be LED. The project will be LEED certified. Building standby emergency diesel generator to provide full building back-up will be provided by owner.
Project Description: The scope of this project is to repair and replace components of the front (South) entry plaza to the Kentucky Center for the Arts (KCA) building. Due to the deterioration and damage of structural steel and concrete paving, the plaza work includes:
• Removal and replacement of concrete topping slab and concrete structural slab (below the topping)
• New waterproofing within the slab assembly and locations where the slab meets the building.
• Removal and replacement of structural steel.
• New waterproofing, concrete curbs and walls are being constructed at various areas where the plaza meets the building.
The programming of spaces below the entry plaza does not change- these will still function as storage, mechanical room, and kitchen to serve the restaurant above.
Project Requirements are safety-oriented and focused on repair and replacement of plaza steel framing and concrete slabs.
Morris Forman Water Quality Treatment Center – Hydrogen Sulfide Removal System Project
Morris Forman Water Quality Treatment Center – Hydrogen Sulfide Removal System Project
Please note the bid date and time has been changed to August 20, 2024, 10:00 A.M. Local Time.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of Morris Forman Water Quality Treatment Center Hydrogen Sulfide Removal System Project Contract No. 17110, Budget ID No. D24149, Drawing
Record No. / Sheet No. 17110/1-51, will be received at the office of MSD until 10:00 AM, Local Time, Thursday August 1, 2024, and will be publicly opened and read at that place and time. The public may attend the bid opening via In Person at the Main Office of MSD located at 700 W Liberty Street, Louisville,
KY 40203.
Description and location of Project:
The Morris Forman Water Quality Treatment Center Hydrogen Sulfide Removal System
Project (“Project”) includes: The construction, installation, and commissioning of a hydrogen sulfide removal system which
includes scrubber vessels with media, a digester gas booster blower skid, hydrogen sulfide monitoring equipment, digester gas
piping and valving, pipe supports, a prefabricated building, electrical equipment, and the commissioning of a digester gas
waste flare. The project is located at 4522 Algonquin Parkway, Louisville, Kentucky 40211. 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 non-mandatory pre-bid meeting will be held
at the Administration Building – Conference Room A, Morris Forman Water Quality Treatment Center, 4522
Algonquin Parkway, Louisville, Kentucky at 10:00 AM Local Time, July 16, 2024. As site visit will be held immediately
following the pre-bid meeting, so attendance is encouraged by all interested parties.
The Engineer’s Construction Cost Estimate for this project is between $ 5,000,000.00 and $ 10,000,000.00 .
The bid documents will be available on July 3, 2024, 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% 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
If selected as “Applicable, Partial Waiver” below, the Contractor must subcontract a percentage of the total amount of the Contract Bid price to certified African American minority-owned businesses, Asian-Indian American minority-owned businesses, and Caucasian Female business as specified in the partial waiver attached hereto and as set forth in the “MSD SUPPLIER DIVERSITY PROGRAM” section below.
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: Not Applicable
The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual
(MBE/WBE Program) is effective July 1, 2023. If selected as “Applicable” or “Applicable, Partial Waiver” above, the goals are as
follows:
0.00 MBE African American participation 0.00 MBE Asian-Indian American participation 0.00 WBE Caucasian Female participation
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: YES
COMMUNITY BENEFITS PROGRAM : YES
The contract will be awarded on an evaluated basis, 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.
Project Description:
Project involves the construction of an 8,000 sf Maintenance Garage for the Kentucky Transportation Cabinet. The Garage features a 1,445 sf Business occupancy area and 6,555 sf Storage occupancy area for vehicle maintenance. Construction of the garage is a metal building system with concrete foundations. The project will require one phase of demolition where three buildings are removed for new construction in the first phase. Upon completion of the new Maintenance Garage, a second phase of work will be necessary for structural upgrade of the existing Maintenance Building per contract allowance.
This project involves the installation of tower structural modifications at selected locations across the Commonwealth. Refer to the construction drawings for site-specific modifications including additional bracing of tower members, member replacements, guy wire replacements and tensioning, removal of existing steel reinforcement, and foundation upgrades.
Project is for the replacement of two chillers with roof mounted condensers, two boilers, four pumps and associated piping, controls, and electrical. New chillers will be air cooled and installed on ground level on top of engineered piers.
This project involves site preparation, restoration, and equipment relocation at selected locations across the Commonwealth. Refer to the construction drawings for site-specific upgrades and modifications including site expansion, new generators, new propane tanks, and relocation of existing site components.
Project Description:
The Project consists of the re-pavement of five parking lots on the Department of Criminal Justice Training Campus in Richmond, Kentucky. The project will include the milling of existing asphalt pavement, asphalt pavement overlay and restriping of the parking areas.
Project Description: The Bush Building is a 30,000 sqft office building owned by Finance Facilities & Support Services with primary building tenant being Finance & Administration Cabinet’s Office of Facility Development and Efficiency which includes the Division of Engineering and Contract Administration (DECA) and Division of Facility Efficiency (DFE).This project is the complete unoccupied renovation of the Bush Building and is divided into three distinct bid packages: HVAC Renovation (CAR4), Interiors & Lighting (CAW6), and Roofing (CAV9). Each of these projects are components of the overall project ‘FSS – Bush Building Renovation and HVAC System Replacement’
BID PACKAGE 1 (785-CAR4-BB06-00): HVAC RENOVATION
This building is early 1960s construction with three floors of office space where the HVAC renovation scope of work seeks to completely redesign the mechanical systems and replace the existing constant volume multi zone units (6) for a modern variable air volume system (VAV) with hot water terminal reheat. Additionally, the plant will change to a water-cooled chiller with a closed-loop cooling tower and the addition of a new gas hot water condensing boilers through a new-work natural gas utility connection. Plumbing revisions for under slab sanitary piping are to support the mechanical renovation scope.
BID PACKAGE 2 (785-CAW6-BB08-00): INTERIORS & LIGHTING
This project supports the FSS – Bush Building HVAC Replacement project (Acct. no. 785-CAR4-BB06-00.) The scope of work includes enclosing the second level of the mechanical tower at the south end of the building and creating a new screened roof area for a new chiller. Building envelope upgrades include window replacement throughout and replacement of entry doors at the north end of the building. The masonry water-table will be replaced with precast concrete and thru-wall flashing to correct a water intrusion issue on the first floor. On the interior, existing ceilings will be demolished and replaced with new to conceal the new HVAC ductwork. Interior mechanical room doors will be replaced with sound-control doors to minimize the sound of new HVAC equipment. New lighting and paint throughout the building is also included. The contractor will coordinate, and schedule owner furnished and installed new carpet and vinyl base.
BID PACKAGE 3 (785-CAV9-BB07-00): ROOFING REPLACEMENT
This project involves re-roof work at the Bush Building in Frankfort, KY. Approximately 12,000 SF of roofing material will be demolished and replaced. The existing shingle roof system will be removed down to the existing wood roof deck. Any compromised roof deck will be replaced as required. A new asphalt shingle roof system will be installed over a full coverage ice and water shield. Existing box gutters will be lined with PVC membrane, while standard gutters will be replaced with new work. All roof flashings, accessories, terminations, and downspouts will be replaced with new.
This project involves site preparation and restoration, shelter replacement, and equipment relocation at selected locations across the Commonwealth. At most sites, existing fiberglass shelters will be replaced with new concrete pre-cast Fibrebond shelters and all equipment moved from the old to the new shelter. Refer to the construction drawings for site-specific upgrades and modifications including site expansion, new generators, new propane tanks, and relocation of existing site components.
Project includes upgrades and equipment replacement of the fire alarm systems at multiple buildings at the KCTCS Hopkinsville and Paducah campuses. Upgrades include fire alarm control panels and associated communication for system monitoring and reporting. Additional fire alarm devices are identified to expand the fire alarm systems. Associated power and network infrastructure is also identified to allow operation.
This project includes a new building containing a large classroom, lobby, kitchen, men’s and women’s restrooms, four administrative offices, an exterior classroom and two new Shooting Ranges. While the building will be constructed by the General Contractor, the shooting ranges’ construction falls under the purview of a qualified Range Design Vendor as a subcontractor. The Range Design Vendor is expected to adhere to the provided range design & specifications while implementing a performance-based approach to achieve a ‘No Blue Sky’ range. This entails constructing the range as designed, contributing the necessary approved field modifications during construction, particularly regarding baffle and firing line elevations and orientation to meet the ‘No Blue Sky’ standard. The Range Design Vendor’s bid price assumes their acknowledgment or approval of the current design, demonstrating their commitment to meeting project requirements without additional costs. Their responsibilities encompass building the precast concrete ‘T’ wall, the two range canopies, concrete slabs, range area sidewalks, range baffles, target lines, targets, and other pertinent components essential for the successful establishment of the shooting ranges. The building is a single story, 3,645sf, wood framed structure, has prefabricated wood roof trusses, standing seam metal roof and is clad with fiber cement siding. The earthwork for the range berms will be completed by the earthwork subcontractor, not the Range Equipment Vendor.
Please note the bid date and time has been changed to August 15, 2024, 11:00 A.M. Local Time.
INVITATION TO BID
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of CMF Structural Repairs, Phase 1 project Contract No. 17116, Budget ID No. G18154, Drawing Record No. / Sheet No. 1-20, until 11:00 a.m., Local Time, Thursday, August 15, 2024, and will be publicly opened and read at that time. The public may attend the bid opening via teleconference call at 502-654-8113 (Dial-in Number) Conference ID: 737 977 7#.
MSD is using a web-based portal for accepting and evaluating bid proposals digitally at http://louisvillemsd.bonfirehub.com/portal for this Invitation to Bid. Documents may be uploaded at any time during the open period indicated for each proposal.
Description and location of Project: The principal features of the Work to be performed under this Contract include, but are not limited to the following:
1. Repair of concrete beams and overhead slab in Area E basement, including strengthening of the existing beams with CFRP
wrap.
2. Construct CMU containment wall and fill the west side of Area E basement with cellular fill.
3. Install vertical reinforcing in existing exterior CMU walls at Areas B, D, F, and G, which includes grouting the reinforced cells and dowelling into the existing wall foundations.
4. Install steel braces at top of existing exterior CMU walls at Areas B, D, F, and G and install adhesive anchors along the length of the steel braces.
5. Protection of stored materials from dust, debris, and weather.
6. Contractor and his/her subs shall comply with OSHA and MSD safety requirements (See Drawings) at all times any work is done at site.
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 meeting will take place at the Central Maintenance Facility, located at 3050 Commerce Center Place, Louisville, KY 40211, on Tuesday, July 9, 2024 at 1:00 pm. We will meet at the front of the building, adjacent to the parking lot. PPE is required in order to access parts of the project. Each bidder is required to provide their own PPE.
The Engineer’s Construction Cost Estimate for this project is between $2,000,000.00 and $5,000,000.00.
Persons wishing to view the bid documents may do so online at http://louisvillemsd.bonfirehub.com/portal 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 Julie Potempa. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal. Questions received less than five days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda posted on MSD’s designated web portal 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 $200,000 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.
The MSE/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 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.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
Project Description:
The Work includes construction of a new Bridge Crew Building in Danville, KY. The building is a wood pole barn structure with reinforced concrete pier foundation and insulated floor slab. The building features a double height Service Bay with truss bearing at 15’-6” and heated with electric unit heaters. Finished spaces with gyp. bd. Ceilings at 8’-0” include an Office, Restrooms, Break Room, and Tool Storage, these spaces are heated and cooled. The building shell is insulated with closed-cell spray foam insulation. Floor finish in Service Bay is concrete slab with densifier draining to a catch basin to an oil-water separator, other finished areas to receive MMA floor coating.