The work consists of a new one story, 2000 square foot office facility with reception room, large work room, private offices, toilets, mechanical and custodial rooms. The building is slab-on-grade with wood framed walls. Materials include fiber-cement siding, asphalt shingles, double hung windows, hollow metal doors and frames, flush wood solid core doors, gypsum board, vinyl composition tile and acoustical lay-in ceiling panels. Mechanical and electrical work shall include plumbing, HVAC, lighting, and power. Site work shall include site grading and paving, and utility connections. An additive alternate will be taken for a range upgrade to the work space kitchenette.
Project Description:
This project includes the demolition of an existing exterior ramp serving the Art Room and Wood Shop and replacing it with a new ADA compliant ramp and railings. In the Wood Shop we will be adding a 40” CMU block partition wall and combining the existing Storage Closet and the adjacent Kiln Room. The Greenhouse will receive a new concrete floor slab with trench drains. The yard around the Greenhouse will be cleared of the existing walks and vegetation and will receive a new concrete walkway. The HVAC System will be replaced in the Art Room and Shop using new VRV heat pumps and fan coils. The Dust Collector will be replaced in the Shop Room as well as new ductwork and drops to the Shop Machines. Light fixture will be replaced with new LED style light fixtures as well as emergency exit signage and emergency lighting units. New Power will be provided for these rooms. In addition the Greenhouse will receive new floor drains and storm piping.
Construct two buildings:
1. An open sided Bison Shelter, 80 feet X 44 feet.
2. A chevron shaped Observation Deck, +/- 12 feet X 48 feet.
All construction is of wood framing
Upgrade Multiple bathrooms, including new toilet partitions, trough sinks, faucets, flush valves, toilet accessories, and ADA toilet compartment with new fixtures.
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of CCWQTC UV Improvements Contract No. 17114, Budget ID No. D24015, Drawing Record No. / Sheet No. 17114, until 11:00 AM, Local Time, July 16, 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: 412 020 68#.
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 UV disinfection equipment at Cedar Creek WQTC will be removed and replaced. The UV channels will be structurally rehabilitated. The existing weighted level control gates in Channel Nos. 1 and 2 will be demolished and replaced with weir gates. All UV channel gate actuators will be demolished and replaced with Rotork actuators. The existing railing and grating will be modified and replaced to accommodate the new gates and UV equipment layout. All work shall be done in accordance to MSD’s Standard Specifications.
There will be a mandatory pre-bid meeting held for this project. The pre-bid meeting will take place at the Cedar Creek WQTC Operations Admin Building on June 24, 2024 at 10:00 AM local time, with site walk to follow.
The Engineer’s Construction Cost Estimate for this project is between $2,800,000.00 and $3,200,000.00.
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 Reese True. 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:
Removal of existing sludge collector system and components for two clarifiers and install new sludge collector system for two clarifiers.
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Catch Basin Watering Project Contract No. 2024-037, Budget ID No. 7232113, Drawing Record No. / Sheet No., until 10:00AM, Local Time, Tuesday, June 25, 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: 689 866 744#.
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: Pouring water into existing catch basins within nine different areas of MSD’s service area. 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 $400,000.00 and $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:
Construction-related Services: X
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
Project Description:
This project is to upgrade mechanical systems, plumbing, lighting and electrical systems, window and door replacements, roofing repairs, and other similar building elements. Additionally, the finishes throughout the buildings are to be updated. The project shall include two additive alternates, one for the Technical School Wall Repairs and Removal of Radiator system and a second for Upgrade of the boiler at the Mining Operations Building. Base Bid work shall include Asbestos Abatement where noted and in connection with proposed renovation work scope.
The Project Scope consists of renovations and improvements to select Buildings on the campus of Southcentral Kentucky Community and Technical College in Bowling Green, Kentucky. The project scope includes work within Building A and Building D with select exterior building and site improvements.
Additionally, the project will complete an upgrade to central plant equipment located at Building C. This new equipment will now serve Buildings A, B & C.
Finally, the project will undertake electrical service upgrades to this end of the campus, which includes the six original buildings. Minimal interior work may be required to accommodate new electrical equipment in buildings not otherwise included in the above scope of work.
Project Description: The Schwendeman/Thompson complex has 103 failed glazing units within an aluminum ribbon window system and curtain wall, where the internal seal has failed that are in need of replacement.
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of MFWQTC Secondary Load Centers Replacement Contract No. 17122, Budget ID No. D24104, Drawing Record No. /Sheet No. 17122, until 10:00 AM, Local Time, July 16, 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: 574 130 659#.
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: Project includes replacement of two existing electrical load centers (unit substations) and construction of a third new load center within the Morris Forman Water Quality Treatment Center, located at 4522 Algonquin Parkway, Louisville, KY 40211. This project also includes the construction of appurtenant equipment, conduit, cabling, equipment pads, trench drain, and containment sump. All work shall be done in accordance to MSD’s Standard Specifications.
There will be a mandatory pre-bid meeting held for this project. The pre-bid meeting will take place at the Morris Forman WQTC, Admin Building located at 4522 Algonquin Parkway on June 25, 2024 at 10:00 AM local time, with site walk to follow.
The Engineer’s Construction Cost Estimate for this project is between $2,900,000.00 and $3,500,000.00.
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 Reese True. 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
Estimated Length of Project:
(Substantial Completion) + 180 Calendar Days (Final Completion)
Project Description:
AML proposes to construct a Gabion Retaining wall below the driveway to support the area (226 LF) and a Rail Steel Panel wall for drill bench (95 LF). The Gabion Retaining wall (226 LF. in length) below the driveway of Colburn Combs will include a sub drain behind the wall with a chain-link fence on top. The Rail Steel Panel wall (95 LF in length) will have backfill behind the rail steel wall and a chain-link fence on top. Driveway to be replaced 140LF by 14LF and 4inches in depth (0.33ft) divided by 27 = 24 CY of concrete for the driveway.
Estimated Length of Project:
(Substantial Completion) + 180 Calendar Days (Final Completion)
The project consists of a persistent medium-sized slide, extensive drainage issues around home, rocks falling off highwall behind home and four portals on the bench above home. The project site is located just above 1114 Upper Second Creek Road in the Hazard community, in Perry County. The slide continues to worsen and as a result, the structural stability of the home and pool have been compromised. In addition to this, the slide could potentially threaten oncoming traffic along an approximate 350 L.F. section of Upper Second Creek, a highly populated area.
In July 2022 Breathitt County along with several other Southeast Kentucky counties experienced the most significant flooding in generations probably in the county’s recorded history. The Breathitt DJJ facility’s southern property line is located along the center of Griffith Branch. The floodwaters impacted the DJJ property along the stream with significant stream bank erosion and a large amount of floatable tree and vegetative debris deposited in the channel. The project scope is to stabilize the stream channel right bank with rip rap stone to stabilize and protect DJJ property, and facilities and remove the tree and vegetative debris to allow unobstructed channel flow. The project also proposes to add 3 drop-inlet structures, stormwater piping, and a discharge headwall on the east side of the detention center building for improved stormwater drainage.
RFB-03-25 Re-Ad of RFB-253-24 EEC-AML-Hubert Spence Drainage-BIL
RFB-03-25 Re-Ad of RFB-253-24 EEC-AML-Hubert Spence Drainage-BIL
Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
The Hubert Spence residence is being impacted by drainage from an eligible mine immediately upslope. The Cubert Spence residence is immediately downslope of the Hubert Spence residence with a gabion wall between the residence and Big Lick Branch Road. This wall was recently addressed as part of the Cubert Spence Soil Nails project and this project will remediate issues left after completion of the previous soil nail project. Neighboring residences with drainage addressed under the Stepp-Webb AML Reclamation Project will require gradework to address settling issues after that project’s completion.
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Lantana Drive Pump Station No. 1 Elimination Contract No. 16945, Budget ID No. E22223, Drawing Record No. / Sheet No. 16945/1-15, until 10:00AM, Local Time, Thursday, June 20, 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: 320 376 497#.
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: This Contract provides for the installation of approximately 813 linear feet of 12-inch sanitary sewer pipe; approximately 3190 linear feet of 24-inch sanitary sewer pipe; approximately 210 linear feet of 36-inch jack and bore; eighteen (18) property service connections; 14 sanitary sewer manholes; decomissioning of one pump station (Lantana Drive No. 1) and associated forcemain and gravity sewer; pavement restoration; erosion prevention and sediment control; traffic control; and other appurtenant work. The project is generally located along McNeely Lake near Cooper Chapel Road in southeastern Jefferson County. All work shall be done in accordance to MSD’s Standard Specifications.
There will be a non-mandatory pre-bid meeting held for this project. The pre-bid meeting will be held on Tuesday, June 4, 2024 at 10:00 AM at the MSD Main Office, 700 W. Liberty Street, Louisville, KY 40203. A non-mandatory site visit will be held from 1:00-2:00 PM, beginning at 6900 Cooper Chapel Road. Please park in the McNeely Lake Boat Ramp parking lot. The site visit will begin promptly at 1:00 PM. Participants are responsible for bring their own PPE.
The Engineer’s Construction Cost Estimate for this project is between $1,700,000.00 and $1,900,000.00.
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 Chris Gregory. 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 ten 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
The project consists of an interior renovation of the existing car wash building. The renovation will include the demolition and reconstruction of new car wash equipment. A 8’x 11’ office with full height aluminum storefront with insulated glazing office with Insulated metal panel cap will be constructed. Improvements to building mechanical systems including plumbing for new car wash equipment. Renovations to building electrical systems including power to the car wash equipment, all new lighting and new panel boards.
Estimated Length of Project: phased(Substantial Completion) + phased (Final Completion)
Project Description: Complete HVAC replacement for buildings at the Kentucky School for the Blind including new geothermal well field. New work includes all necessary equipment, controls for a complete system. Work will need to be phased to maintain school schedule.
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of West Indian Trail Drainage Improvement Project Contract No. 2024-035, Budget ID No. H24118, until 10:00 a.m., Local Time, Thursday, June 27, 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: 307 911 804#.
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: Rear and roadside drainage improvements along West Indian 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 $1,700,000.00 and $2,000,000.00.
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 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 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: 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
Estimated Length of Project:
March 1, 2026 (Substantial Completion) + 30 (Final Completion)
The proposed work consists of the restoration of approximately 28,000 linear feet of stream along Blue Spring Creek and adjacent tributaries located within the Lake Barkley State Park and Golf Course in Trigg County, Kentucky. Approximately 10,000 linear feet of stream have had the grading and structure work complete, with approximately 18,000 linear feet left to complete. Work will include but is not limited to: excavation of proposed channels and floodplains; construction of in-stream structures and bank treatments; reshaping of existing channels; preparation of seedbeds; installation of erosion control blanket and mulch; installation of native seeds, trees, shrubs, and live stakes; and the relocation of golf cart tee boxes, cart paths, and associated irrigation. Work also includes planting the corridors of streams that were previously graded, re-seeding portions of the completed section, and the assembly and installation of Contech Elliptical culvert that has been delivered to the site.
The project proposes installing a new force main to relocate the discharge point from the existing cleanout, that has failures that causes sanitary sewer overflows, to an existing manhole located across 1399. This project will remove an issue that has caused the City of Hawesville to limit discharge from the KYTC garage lift station. The project will decommission the crossing and cap the existing tee along the main gravity sewer main.
The Old State Capitol Annex is a 33,000 sq ft historic office building on the Old Capitol Complex in Frankfort. The building is comprised of three floors plus basement. Due to ongoing leaking of the foundation, there will be excavations and installation of a new below grade waterproofing and French drain system. This will allow for repairs to occur for the basement interior walls. Masonry repairs will occur to the entire exterior including stone patching, tuckpointing, and brick repairs. Interior plaster will be patched and painted. The existing fire escape will have additional foundation and structural members added, along with repairs and painting, so that it may be disconnected from the building.
The building is having the interior renovated for new architectural space programming and finishes where revised restroom layouts, plumbing fixtures and plumbing systems will be renovated to support the architectural updates. In areas of renovation, existing plumbing fixtures and associated piping are to be demolished to allow for new work fixtures and piping with tie-ins to existing sanitary, vent and domestic water piping in the building.
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
Estimated Length of Project:
(Substantial Completion) + 240 Calendar Days (Final Completion)
The Davis Site will consist of a Reinforced Concrete Wall, which will stabilize the slope behind the Davis Residence(s). Rebar is setup for reinforcement in the concrete wall. Upon completion of the Reinforced Concrete Retaining wall and installation of subdrain Class II aggregate and filter fabric will be installed behind the wall to provide subsurface drainage and long term stability. Installation of sub surface drainage system (15” HDPE Pipe with Dropboxes) to collect drainage from the back of the homes, and daylight into a stream across the Chopping Branch Road.
The work includes site and building improvements to mitigate water infiltration and improve site drainage, installation of blast mitigating fenestration systems, restoration of historical steel windows, and installation of a sub-basement de-humidification system.