Author Archive

RFB-20-24 DJJ – Breathitt Day Treatment Roof Replacement

RFB-20-24 DJJ – Breathitt Day Treatment Roof Replacement

Estimate:
$125,835.00

Estimated Length of Project:
120 (Substantial Completion) + 15 (Final Completion)

Project Description:
The Department of Juvenile Justice – Breathitt Day Treatment Roof Replacement project is being undertaken to extend the usable life of the buildings and to maintain the weather resistance. The existing roof is EPDM with expansion joints due to the modular construction of the building. The building is single sloped to metal gutters and downspouts. The roof with be replaced with a new PVC roof assembly, with insulation and cover board to span modular joints, and will receive new gutters, downspouts and accessories.

Free downloads are available by clicking “Order/Download” above. All downloads are typically available immediately
in “My Downloads”. Download to your computer and print at any time. Full size hard copy sets are also available for a
purchase and can be paid for by using a credit card online or your established Lynn account. Shipping, if required is
additional based on the method selected.

Existing plan holders will be notified by email upon the release of any addenda and links will be available
below for downloading/viewing.  Failure to order bid sets through Lynn Imaging and not being on the plan
holders list will prevent you from receiving the notification and being able to view the addenda.

Project Location: Jackson, KY

More Details

RFB-23-24 KSP-KET Tower Site Electrical Upgrades – W1

RFB-23-24 KSP-KET Tower Site Electrical Upgrades – W1

Estimate:
$125,000.00

Estimated Length of Project:
120 (Substantial Completion) + 30 (Final Completion)

Project Description:
This project includes modifications to existing electrical systems serving Kentucky State Police facilities located at three existing KET sites. Electrical renovations at each site generally include:
1. New 50 kVA transformer.
2. New 200 amp panelboard(s).
3. New 200 amp manual transfer switch.
4. New surge protection panel.
5. Miscellaneous emergency power receptacles, circuit breakers, conduit and conductors.
6. Demolition and removal of equipment and materials as noted on the drawings and specified.

Project Location:

More Details

RFB-21-24 KCTCS – Upgrade Life Safety – Somerset CC

RFB-21-24 KCTCS – Upgrade Life Safety – Somerset CC

Estimate:
$898,300.00

Estimated Length of Project:
120 (Substantial Completion) + 30 (Final Completion)

Project Description:
Note : This project does not have a “Parent” for HBC review. The contractor is responsible for submitting and providing all associated review fees for this project for the work described below.
KFI Engineers (KFI) will be providing design and engineering services to upgrade the life safety systems in various buildings on multiple campuses of the Somerset Community and Technical College (SCTC). Included in the scope of work will be retrofits of fire sprinkler systems in multiple buildings and fire alarm/detection system upgrades.

Comprehensive fire alarm system replacement for all buildings on Somerset Community College South Campus (Buildings 1, 4, and 5) and one building on the Somerset Community College North Campus (Stoner Hall). New sprinkler systems at two (2) buildings on Somerset Community College South Campus (Building 1) and (Building 5) and on the Somerset Community College North Campus (Stoner Hall).

Project Location: Somerset

More Details

RFB-24-24 KSP – Dorm Domestic Hot Water Boiler Replacement

RFB-24-24 KSP – Dorm Domestic Hot Water Boiler Replacement

Estimate:
$140,000.00

Estimated Length of Project:
90 (Substantial Completion) + 30 (Final Completion)

Project Description:
The project consists of the removal and replacement of the domestic hot water boilers in the penthouse serving the dorm plumbing fixtures at the Kentucky State Police Academy. Contractor shall remove two gas fired domestic boilers and all associated piping, circulating pumps, and accessories located in the penthouse. Contractor shall provide seven new domestic hot water heaters, a new hot water circulating pump, a new thermostatic mixing valve, and all new domestic water piping in the penthouse. Remove, modify, and extend concrete housekeeping pads to accommodate new water heaters and expansion tank. Provide new breakers in existing panelboards in penthouse and extend circuits to new equipment. All work shall be coordinated with the Kentucky State Police Academy.

Project Location: Frankfort

More Details

Beargrass Creek Flood Pumping Station Masonry Repair

Beargrass Creek Flood Pumping Station Masonry Repair

INVITATION TO BID

Sealed Bids will be received electronically only by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Beargrass Creek Flood Pumping Station Masonry Repair Contract No. 17033, Budget ID No. F23177, Drawing Record No. / Sheet No. N/A, until 10:00 AM, Local Time, Thursday, August 3, 2023, 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: 107 430 332#.

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 project includes cleaning the full exterior face of the building, full exploration of masonry condition and recommendations for any additional work not specified in this project, repointing and rebuilding masonry. The project is located at the Beargrass Creek Flood Pumping Station located at 1731 Brownsboro Road, Louisville, Kentucky 40206. 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. At Beargrass Creek Flood Pumping Station, located at 1731 Brownsboro Road, Louisville, Kentucky 40206 with a site walk to follow at 10:00 AM Local Time, Wednesday, July 19, 2023

The Engineer’s Construction Cost Estimate for this project is between $100,000.00 and $150,000.00.

Proposal forms, including Specifications and Instructions for Bidders, may be obtained from MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal.

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 Josh Dickerson. 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 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 designated web portal at http://louisvillemsd.bonfirehub.com/portal.

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.

MBE and WBE businesses are encouraged to bid on this project as a prime contractor.

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.

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, KY

More Details

RFB-15-24 Ronald Butcher Slide AML Project

RFB-15-24 Ronald Butcher Slide AML Project

Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)

Project Description:
The project area is 3 acres. A slide below the home is threatening the home and other structures, including a pool, deck, and the septic tank. Remediation consists of a 180LF 6’ high pile and lagging wall at the house level utilizing W8x40 steel beams and guardrail lagging. Drilling has been performed at the site to assess depth to competent rock for construction of this wall. Unstable material below this wall will be excavated and removed until the slope is stabilized. The design includes a gabion wall 100LF in length and 9’ high at the toe of the slide area to prevent further erosion of stable material.

Project Location: Johnson County

More Details

RFB-14-24 CJT – Stone Building New Exterior Drainage

RFB-14-24 CJT – Stone Building New Exterior Drainage

Estimate:
$118,191.16

Estimated Length of Project:
60 (Substantial Completion) + 30 (Final Completion)

Project Description:
The project is intended to primarily address storm runoff drainage around the Stone Building, along with various other site improvemements. Installation of new storm drainage piping, drain inlets and a trench drain will collect runoff at the front of the Stone Building and convey it around to the rear. Areas of gravel in front of the building will be paved with concrete, along with replacement of some concrete to accommodate the drainage improvements. Two bollards will be installed to protect the HVAC equipment from vehicles. A segmental retaining wall will be constructed to hold a 24” tall slope adjacent to some mechanical equipment installed last year. Disturbed lawns and areas with substandard lawns adjacent to the retaining wall will be topsoiled and sodded.

Project Location: Richmond, KY

More Details

RFB-16-24 EEC-AML-Joseph Jones-BIL

RFB-16-24 EEC-AML-Joseph Jones-BIL

Estimated Length of Project:
(Substantial Completion) + 90 Calendar Days (Final Completion)

Resident has complained about water standing in the backyard area between their
house and the highwall. At the closest point the highwall is only about 8’ from the
house. There are a few areas where rocks have fallen out of the highwall and
down to the yard area below. There is one portal located directly behind the
residence and two other portals located about 200 feet to the west of the residence
at nearly the same elevation and slightly above the gravel driveway that leads to
the home. These will be closed with Wildlife Accessible Portal Closures.
A 220 L.F. subdrain will be constructed at the base of the highwall and daylight to
the driveway ditch line. Another section of subdrain 50 L.F. will be constructed
below the two portals and drain to a newly constructed Rock lined ditch 25 feet in
length discharging to an existing 15” HDPE pipe that flows under the gravel
driveway.
The highwall has several areas with overhanging rock. Approximately 100 L.F. will
be backfilled with Class II rock in an attempt to prevent young children from getting
under these areas.
Removal of a few trees of 3” diameter or greater will be necessary in order to
access the two portals and allow construction of the subdrain below these portals.
No permits will be required for this project. The project area totals about 1.7 acres.
Waste material generated by construction of the sub drains will be dispersed on
site.
No state/local floodplain permit is required and
No 401/404 approval is necessary

Project Location: Perry County

More Details

RFB-08-24 Boiler #1 and Stack Demolition Northpoint Training Center

RFB-08-24 Boiler #1 and Stack Demolition Northpoint Training Center

Estimate:
$248,856.00

Estimated Length of Project:
120 (Substantial Completion) + 15 (Final Completion)

Project Description:
This Project involves the complete demolition, removal, and disposal of the existing Boiler No. 1 and the exterior masonry stack and breech way at the boiler house structure at the Northpoint Training Center.

Demolition/General Project Tasks include, but are not limited to, the following:
– Demolish and dispose of the masonry stack and its foundation.
– Demolish stack breech way connection to the existing boiler house structure. Provide for a “closure” of the remaining wall penetration into the boiler house.
– Demolish Boiler No. 1 and legally dispose of all hazardous materials.
– Disconnect/Terminate/Cap off any utilities as indicated.
– Disconnect/Remove/Partially demolish any piping, conduits, platforms, access, or other materials which connect to Boiler No. 1. Remove and terminate in a safe manner such that remaining structures, piping, etc. is left in a stable (not unsafe) condition.
– Remove/Move/Shift any and all other equipment/pads/etc. which may impede the removal of Boiler No. 1 materials. Items that are removed from the building shall be disposed of in a legal manner. Items to remain in the boiler house shall be left in a stable (safe) condition.
– Provide for disposal of “uncontaminated” materials on the Northpoint Training Center site in specified location. All other materials to be legally disposed of offsite.

The building does contain hazardous materials which are identified in the Contract Documents. Qualified abatement personnel shall be included on the Contractor’s team to properly remove, handle, and dispose of such material in a safe and legal manner.

Utilities connected to the structure shall be disconnected as indicated on the drawings by appropriate subcontractors who are licensed in each discipline of work including, but not limited to, Electrical, Plumbing, Gas, and any other utilities noted.

Work includes site restoration and site improvements.

Project Location: Danville

More Details

RFB-01-24 Re-Ad of RFB-224-23 C-1 Garage Floor

RFB-01-24 Re-Ad of RFB-224-23 C-1 Garage Floor

Estimate: $222,000.00

Estimated Length of Project:
90 (Substantial Completion) + 15 (Final Completion)

Project Description:
Remove top coating of existing garage floor system as specified. Prepare existing garage flooring as specified to prepare for new top coating systems. Install new resinous floor coatings on existing garage flooring as specified.

Project Location: Frankfort

More Details

MFWQTC Dechlorination Building Roof Replacement Project

MFWQTC Dechlorination Building Roof Replacement Project

Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of the MFWQTC Dechlorination Building Roof Replacement Project Contract No.
17016 , Budget ID No. D23167, Drawing Record No. / Sheet No. 1-4, will be received at the office of MSD until 10:00 a.m.,
Local Time, Tuesday, August 1, 2023
, and will be publicly opened and read at that place and time. The public may attend the
bid opening via Microsoft Teams Meeting. The phone number is (502) 654-8113 and the Conference ID is 871245984#.
This info will also be posted on the bid box on the day of the bid opening.

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:

Removal and replacement of the Dechlorination Building roof system.

All work shall be done in accordance to MSD’s Standard Specifications.

There will be a mandatory pre-bid meeting held for this project. Thursday, July 13, 2023 at 11:00 a.m. The Pre-Bid
Meeting with be held at the Morris Forman Water Quality Treatment Center (MFWQTC) located at 4522 Algonquin
Parkway. We will meet at the gazebo adjacent to the Administration Building. Upon completion of the meeting, the
bidders will be taken to the Dechlorination Building to evaluate the roof. All visitors will be required to furnish their
own PPE to visit the site.

The Engineer’s Construction Cost Estimate for this project is between $100,000.00 and $ 250,000.00.

The bid documents will be available on Thursday, July 6, 2023, 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 Julie Potempa.. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Julie Potempa. at julie.potempa@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

All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Julie
Potempa.

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 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: Applicable

This MSD construction project is bid and advertised as:

Construction Services: YES       Construction-related Services: NO

LOCAL LABOR COMMITMENT PREFERENCE: NO

COMMUNITY BENEFITS PROGRAM : 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 Location: Louisville, Kentucky

More Details

509 Blankenbaker Lane Drainage Improvement Project Redesign

509 Blankenbaker Lane Drainage Improvement Project Redesign

INVITATION TO BID

Sealed Bids will be received electronically only by Louisville and Jefferson County Metropolitan Sewer District, for the construction of 509 Blankenbaker Lane Drainage Improvement Project Redesign Contract No. 2024-007, Budget ID No. C24003, until 10:00 a.m., Local Time, Tuesday, July 18, 2023, 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: 341 038 132#.

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 new drainage improvements along Blankenbaker Lane. All work shall be done in accordance to MSD’s Standard Specifications.

There will be no pre-bid meeting held for this project.

The Engineer’s Construction Cost Estimate for this project is between $100,000.00 and $150,000.00.

Proposal forms, including Specifications and Instructions for Bidders, may be obtained from MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal.

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 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 designated web portal at http://louisvillemsd.bonfirehub.com/portal.

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.

MBE and WBE businesses are encouraged to bid on this project as a prime contractor.

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.

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, KY

More Details

RFB-287-23 Roof Replacement Kentucky Public Service Commission

RFB-287-23 Roof Replacement Kentucky Public Service Commission

Estimate:
$516,575.00

Estimated Length of Project:
120 (Substantial Completion) + 15 (Final Completion)

The FSS – PSC Building Roof Replacement project is being undertaken to repair and re-cover the roof, which is in poor condition due to the age of the current roof. The existing roof is of 3-ply modified bitumen construction with several penetrations in the roof. There is a lower roof (17,616 square feet) that accounts for the majority of the total roof surface area and an upper roof (3,016 square feet). The total roof area is 20,663 square feet. The low roof is 28’ above exterior grade, and the upper roof is 14’ above the lower roof.
The existing damaged roof insulation and areas of anomaly are to be removed per the “Infrared Roof Inspection Report”.

The new roofs will consist of polyisocyanurate insulation where required for damaged insulation replacement with a reinforced glass mat gypsum coverboard and SBS modified bitumen roof covering. Roof is to be fully adhered. New roof specialties, as well as miscellaneous finishing items such as roof edge, prefabricated copings, flashings, expansion joints, and walk treads will be installed. The existing drains are to be raised to accommodate new roofing, inspected for damage, repaired and re-used if possible, or replaced if not possible. All metal fabrications will be 24 gauge metal, as applicable per documents.

Roof Area Summary:
Lower Roof 17,647 GSF
High Roof 3,016 GSF
Total Roof: 20,663 GSF

Project Location: Frankfort

More Details

RFB-13-24 RE-AD of RFB-231-23 FSS – New Fencing for L&N Building

RFB-13-24 RE-AD of RFB-231-23 FSS – New Fencing for L&N Building

Estimate:
$367,113.00

Estimated Length of Project:
135 (Substantial Completion) + 30 (Final Completion)

The fencing and gates securing the L&N Building have fallen into disrepair and disuse. This project will enhance the safety of the L&N campus by fully securing the site perimeter and will include perimeter fencing, vehicular gates, and pedestrian gates. Any gates that are not currently used by the facility will be removed. New 8’-0” fencing will replace the dilapidated chain link and will also be installed to span the TARC connector drive from the 9th street entry to the bus gate. This will allow the North portion of the parking lot to be fully secured after hours and on weekends. One (1) vehicular gate will be automated to allow afterhours access to the facility. Access will be granted by card reader. All new pedestrian gates will conform to ADA standards and signage will be provided for both pedestrian and vehicular traffic.

Project Location: Louisville

More Details

RFB-09-24 KCTCS – Roof Replacements – Southeast KY CTC

RFB-09-24 KCTCS – Roof Replacements – Southeast KY CTC

Estimate:
$2,084,000.00

Estimated Length of Project:
150 (Substantial Completion) + 30 (Final Completion)

1) The project consists of roof replacements at Cumberland and Middlesboro Campuses.
a) Cumberland Campus
i) Chrisman Hall
b) Middlesboro Campus
i) Administration Bldg.
ii) Classroom Bldg.
2) Roof Replacements:
3) Tear off existing roof membrane, sheet metal, metal counter flashings, and roof components as indicated. Install new rigid insulation, tapered insulation, metal components and 2-Ply SBS-Modified Bituminous Membrane system as indicated on the drawings.
4) Install new shingles at Administration and Classroom Buildings
5) Infill masonry wall openings in attic space at Administration and Classroom Buildings.

Project Location: Cumberland & Middlesboro

More Details

RFB-12-24 KSB – Hartford Building Flooring Upgrades

RFB-12-24 KSB – Hartford Building Flooring Upgrades

Estimate: $146,378.00

Estimated Length of Project: 14 (Substantial Completion) + 7 (Final Completion)

Remove existing vinyl sheets & vinyl base including adhesive. Clean concrete and if need, level the floor. Install new flooring & base per specifications in Vestibule A, B, C, D & Dining Hall.

Project Location: Louisville

More Details

RFB-07-24 Parks – KY Dam Village-Village Green Lodge-Wind Damage Repairs

RFB-07-24 Parks – KY Dam Village-Village Green Lodge-Wind Damage Repairs

Estimate: $107,340.00

Estimated Length of Project: 90 (Substantial Completion) + 30 (Final Completion)

This project will generally consist of the replacement of the existing primary and secondary electrical service equipment to the building and replacement of the existing electric water heaters. Trades involved include but are not limited to: demolition,
mechanical, and electrical.

Project Location: Gilbertsville

More Details

RFB-04-24 EEC-AML-Meadow Fork Mining

RFB-04-24 EEC-AML-Meadow Fork Mining

Estimated Length of Project:
(Substantial Completion) + 180 Calendar Days (Final Completion)

The Meadow Fork Mining Inc. Bond Forfeiture Project Group in Lawrence County consists of one site/permit broken into 5 increments (5, 6, 7, 13 and LTT). All other increments associated with this permit have been granted phase III or administrative bond release. Access to this permit/project is located at 38° 3’ 3.41”N, 82° 42’ 49.66”W.
Reclamation will consist of removal of 4 temporary ponds, one of which was proposed for Long Term Treatment (LTT), construction and maintenance of ditches (Class II/III and ECB), excavation and grading of a slide area (including off site impacts) and revegetation of all disturbed areas. The primary access is proposed along established permanent roads created during mining. These roads will be maintained and drainage features installed to promote access to the work areas. All areas disturbed by this project not listed as permanent road will be revegetated with standard AML Acidic Conditions mix and necessary soil amendments. Material generated during construction of drainage features will be placed and graded within the permit boundaries. An allowance for removing and replacing existing fence structures has been included. Gradework for increments 5, 6 and LTT is included for repair of access to work areas and areas exhibiting erosion and poor vegetation.

Project Location: Lawrence

More Details

Westeria Landing Drainage Improvement Project

Westeria Landing Drainage Improvement Project

Please note the bid date and time has been changed to July 18, 2023, 10:00 A.M. Local Time.

INVITATION TO BID

Sealed Bids will be received electronically only by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Westeria Landing Drainage Improvement Project Contract No. 2024-006, Budget ID No. C24008, until 10:00 a.m., Local Time, Tuesday, July 18, 2023, 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: 240 051 988#.

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 a new pipe, drain, and paved ditch system within Westeria Landing. All work shall be done in accordance to MSD’s Standard Specifications.

There will be no pre-bid meeting held for this project.

The Engineer’s Construction Cost Estimate for this project is between $80,000.00 and $130,000.00.

Proposal forms, including Specifications and Instructions for Bidders, may be obtained from MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal.

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 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 designated web portal at http://louisvillemsd.bonfirehub.com/portal.

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.

MBE and WBE businesses are encouraged to bid on this project as a prime contractor.

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.

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, KY

More Details

RFB-03-24 RE-AD of RFB-258-23 Parks – GB-Lodge Pool Repairs

RFB-03-24 RE-AD of RFB-258-23 Parks – GB-Lodge Pool Repairs

Estimate:
$176,250.00

Estimated Length of Project:
120 (Substantial Completion) + 30 (Final Completion)

The Work includes removing and replacing existing PVC pool liner at Lodge Pool and Wading Pool at General Butler State Resort Park. Existing pool lights will be deleted prior to new PVC membrane installation. Miscellaneous repairs in the Equipment Room are also included in the scope.

Project Location: Carrollton

More Details

RFB-02-24 KCTCS – Roof Replacements – Maysville CTC

RFB-02-24 KCTCS – Roof Replacements – Maysville CTC

Estimate:
$1,755,000.00

Estimated Length of Project:
120 (Substantial Completion) + 30 (Final Completion)

Project Description:
1) The project consists of roof replacement of two (2) buildings at MCTC.
i) Administration Building
ii) Denham Building
2) Roof Replacements:
a) Tear off existing roof membrane, sheet metal, metal counter flashings, and roof components as indicated. Install new rigid insulation, tapered insulation (Administration Bldg. only), metal components and 2-Ply SBS-Modified Bituminous Membrane system as indicated in the drawings.
b) Paint all ductwork

Project Location: Maysville, KY

More Details

RFB-06-24 EEC-AML- Fleming-Neon City Park-BIL

RFB-06-24 EEC-AML- Fleming-Neon City Park-BIL

Estimated Length of Project:
(Substantial Completion) + 550 Calendar Days (Final Completion)

The proposed project (approximately 6.8 acres) consists primarily of constructing several concrete retaining walls and gabion retaining walls to stabilize the hillside above the FlemingNeon City Park, which includes access to many residences.

Project Location: Letcher County

More Details

CSO 140 Outfall Line

CSO 140 Outfall Line

INVITATION TO BID

Sealed Bids will be received electronically only by Louisville and Jefferson County Metropolitan Sewer District, for the construction of CSO 140 Outfall Line Contract No. 15690, Budget ID No. H23179, Drawing Record No. / Sheet No. 15690/1-5, until Thursday, July 13, 2023, Local Time, 10:00 AM, 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: 184 468 343#.

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: Demolition and removal of existing outfall and floodgate; install of approximately 15 LF of 42-inch RCP, 42-inch headwall and flapgate and other associated work. 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 $100,000.00 and $150,000.00.

Proposal forms, including Specifications and Instructions for Bidders, may be obtained from MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal.

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 Joshua Dickerson. 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 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 designated web portal at http://louisvillemsd.bonfirehub.com/portal.

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.

MBE and WBE businesses are encouraged to bid on this project as a prime contractor.

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.

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, KY

More Details

RFB-05-24 Upgrade HVAC South Campus – Somerset CC

RFB-05-24 Upgrade HVAC South Campus – Somerset CC

Estimate:
$1,675,400.00

Estimated Length of Project:
453 (Substantial Completion) + 30 (Final Completion)

Project Description:
This project includes HVAC renovations in buildings #2 and #3 at the south campus of Somerset Community College.
Building #2 consists of new VAV System including Rooftop Units, VAV Boxes, ductwork and piping, boilers, and pumps. The existing exhaust fans will be replaced. Also, included is a new building automation system that shall integrate with Tridium Niagara platform. Existing LED lighting shall be protected and reinstalled. New electrical circuits and miscellaneous fire alarm modifications shall be provided to new HVAC equipment. The existing electrical main switchboard, transformer, and distribution switchboard shall be replaced. Further, building #2 includes new acoustical ceilings, structural support for equipment, roof modifications, and miscellaneous architectural improvements.
Building #3 consists of new VRF System and make-up air unit. The existing exhaust fans will be replaced. Also, included is a new building automation system that shall integrate with Tridium Niagara platform. Existing LED lighting shall be protected and reinstalled. New electrical circuits and miscellaneous fire alarm modifications shall be provided to new HVAC equipment. The existing electrical main panel shall be replaced. Further, building #2 includes new acoustical ceilings and miscellaneous architectural improvements.

Project Location: Somerset, KY

More Details

RFB-286-23 Ft. Boonesborough Beach Building Demolition

RFB-286-23 Ft. Boonesborough Beach Building Demolition

Estimate:
$235,000.00

Estimated Length of Project:
120 (Substantial Completion) + 30 (Final Completion)

Project Description:
The intent of this project is to demolish the existing Beach Building at Fort Boonesborough State Park in Richmond, Kentucky. The building has been surveyed for and remediated of all known hazardous materials. The demolition is to include removal of the entire building including foundations and associated utility connections. All site interventions, other than one monument noted on drawings, from the parking lot to the beach are to be removed. This includes sidewalks, steps and railings. After demolition of the building is complete, the site shall be returned to a natural appearing, mow-able condition. Construction drawings for the Beach Building are included for reference only.

Project Location:

More Details

Subscribe