RFB-290-23 Re-Ad of RFB-263-23 KEWS Tower Structural Modification W1 Emergency Radio System Replace Phase 3
RFB-290-23 Re-Ad of RFB-263-23 KEWS Tower Structural Modification W1 Emergency Radio System Replace Phase 3
Estimate: $103,000.00
Estimated Length of Project: see schedule (Substantial Completion) + (Final Completion)
Project Description:
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, and foundation upgrades.
Estimated Length of Project:
(Substantial Completion) + 240 Calendar Days (Final Completion)
In this phase the intent is to begin reclamation of the Lovely Branch impoundment by establishing an open channel spillway at the location of the existing principal spillway pipe. The construction of the channel will begin near the inlet of the existing pipe and proceed towards the embankment. As the excavation proceeds we will evaluate the feasibility of constructing a temporary inlet on the principal spillway if the crushed sections can be removed and the remaining pipe is suitable. The crushed section
should be approximately within 500 ft of the inlet. Materials removed may be placed on the northern side of the beach area and crowded into the pool area. Best management practices are to be employed to reduce sedimentation. Yardage will be verified by comparing pre-project baseline survey to the then “current” conditions.
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 Activated Sludge Building Roof Replacement project,, Contract No.
17015 , Budget ID No. D23166, Drawing Record No. / Sheet No. 1-4, will be received at the office of MSD until 11:00 a.m.,
Local Time, Thursday, July 6, 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 13694742#. 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 Activated Sludge Building roof system.
All work shall be done in accordance to MSD’s Standard Specifications.
There will be mandatory pre-bid meeting held for this project. Wednesday, June 21, 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 Activated Sluge 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 $ 300,000.00.
The bid documents will be available on Friday, June 16, 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
Sealed Bids will be received electronically only by Louisville and Jefferson County Metropolitan Sewer District, for the construction of 4112 Hickoryview Drive Drainage Improvement Project Contract No. 2024-004, Budget ID No. C24006, until 10:00 a.m., Local Time, Thursday, June 29, 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: 602 258 654#.
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 a paved ditch system along the rear easement between Hickoryview Drive and Mimosa View Drive. 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 $140,000.00.
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 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.
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 Description:
The Work includes renovations to the Olympic, Diving and Wading Pools, including new regenerative media filters for the Olympic and Diving Pools and new pumps for all three pools. All three pools will receive shell repairs and new PVC Membrane Liners. New ADA battery lift chair and new diving boards are included as separate additive alternates. All piping & valves in the Equipment Room will be replaced, minor electrical work in included, and a new second surge tank will be created while reusing an existing D.E. filter tank as a second surge tank. See drawings and specifications for additional information.
The HCTC Library Commons renovation project primarily consists of the approximately 1,700 square feet selective demolition and renovation of the existing Circulation, Work Area and Tutoring Lab and conversion into a Success Work Zone, Library Reservations, subdividing the existing Tutoring Lab into a Secure Area and Flex Office Space, as well as the relocation and reconfiguration of existing modular glass walls for a new Success Coach and Tutoring Offices on the second floor of the J. Marvin Jolly Classroom Center in Hazard, Kentucky. A new circulation desk has already been installed recently and should be protected. Finishes and door hardware are to match all existing finishes and facility standards. Finishes include painted gypsum board, acoustic ceiling tile with grid, vinyl composite tile, rubber base and two (2) new solid core wood veneer doors within hollow metal frames (with sidelites). New and relocated existing diffusers to tie into existing ductwork. New lighting, relocated existing lighting, and power to room fit up. Relocated sprinkler heads to tie into existing lines.
Sealed Bids will be received electronically only by Louisville and Jefferson County Metropolitan Sewer District, for the construction of City of Hurstbourne Drainage Project Contract No. 2024-003, Budget ID No. C23210, until 10:00 a.m., Local Time, June 27, 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: 952 490 861#.
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 a new archway culvert structure system under Nottingham Parkway with the City of Hurstbourne. 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 $800,000.00 and $1,400,000.00.
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 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.
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 Description:
At KCIW’s MSU dorm building, remove existing steam boiler and steam radiator system complete. Provide new packaged gas-electric rooftop units on grade with new supply and return ductwork to heat/cool the building. Provide new smoke control system for the building including exhaust fan, control dampers, smoke detectors, firefighter control station, and integration with building’s existing central fire alarm system. Upgrade building’s normal power electrical service to accommodate the new HVAC equipment.
At the dayroom trailer, adjacent to MSU dorm building, remove two Bard window a/c units, and baseboard heaters. Provide new packaged gas-electric unit on grade and reconnect to existing supply and return ductwork.
Although MSU Dorm & Dayroom are outside KCIW’s main perimeter security fence, contractor is still subject to all of DOC/KCIW’s contractor rules as outlined in the Special Conditions.
The project is the overlay of the existing Medical Clinic building with metal wall panels. The existing vertical windows are to be infilled with painted concrete masonry. New window units are to be cut and installed with security hollow metal windows. The exterior walls to be overlaid with spray insulation, metal furring and wall panels.
CMF Materials Sorting Facility Stormwater Improvements – Phase I
CMF Materials Sorting Facility Stormwater Improvements – Phase I
INVITATION TO BID
Sealed Bids will be received electronically only by Louisville and Jefferson County Metropolitan Sewer District, for the construction of CMF Materials Sorting Facility Stormwater Improvements – Phase I Contract No. 23-0620, Budget ID No. A23140, until 2:00 p.m., Local Time, June 20, 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: 162 676 451#.
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: Construct a new concrete forebay for the downstream bioretention area at the Louisville MSD Central Maintenance Facility Material Sorting Facility located at 3050 Commerce Center Place, Louisville, KY 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. June 15, 2023 at 1:00 pm at Central Maintenance Facility(address above). Meet at the guard shack for check in.
The Engineer’s Construction Cost Estimate for this project is between $200,000.00 and $225,000.00.
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 Colette Easter. 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.
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
The project consists of minor selective demolition and construction of new exterior stairs on shallow footings. The stairs will be of galvanized structural steel with grating. Guardrails and handrails are included for the stair assembly.
RFB-279-23 RE-AD of RFB-218-23 EEC-AML-BOBBY REID DRAINAGE-BIL
RFB-279-23 RE-AD of RFB-218-23 EEC-AML-BOBBY REID DRAINAGE-BIL
Estimated Length of Project:
(Substantial Completion) + 240 Calendar Days (Final Completion)
The project area is 8 acres and the waste area is 1 acre. It consists of drainage control and portal closures around approximately 12 residences. The total watershed area flowing into the subdivision is approximately 150 acres. Concrete ditches will be constructed behind many of the homes, as well as HDPE pipes in several places across the road and through yards, including 14 drop boxes. These will
replace and enhance existing draining that is undersized or inadequate. The project also consists of three portal closures.
Sealed Bids will be received electronically only by Louisville and Jefferson County Metropolitan Sewer District, for the construction of 7251 Fox Harbor Road Drainage Improvement Project Contract No. 2024-002, Budget ID No. C24005, until 10:00 a.m., Local Time, June 20, 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: 269 403 944#.
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 provides for a 12-inch, 15-inch, and 18-inch pipe system along the side of 7251 Fox Harbor Road in the City of Prospect. 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 $60,000.00 and $100,000.00.
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 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.
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
Estimate: $347,270.00 br>Estimated Length of Project: 240 (Substantial Completion) + 30 (Final Completion) br>
Project Description: Selective window replacement at existing buildings to update older, failing windows.
Areas of work include window replacement at Buildings 59, 62 & 63 of a larger campus
of buildings and locations as indicated in construction drawings.
Sealed Bids will be received electronically only by Louisville and Jefferson County Metropolitan Sewer District, for the construction of 8804 High Point Circle Bank Repair Project Contract No. 2024-001, Budget ID No. C24007, until 10:00 a.m., Local Time, Thursday, June 15, 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: 264 677 369#.
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 gravity wall installation along the open channel along the rear of High Point Circle. All work shall be done in accordance to MSD’s Standard Specifications.
There will be no pre-bid meeting held for this project.
The Engineer’s Construction Cost Estimate for this project is between $150,000.00 and $200,000.00.
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.
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
This project involves the cleaning and repair of an exterior brick masonry chimney that serves the existing boiler house at the Kentucky School for the Blind, located on Frankfort Avenue in Louisville, Kentucky. Generally, the work shall include cleaning of the exterior surfaces of the masonry chimney and tuckpointing repairs. Upon completion and repair of the masonry, the exterior surface will be treated with a water repellant sealer. Steel reinforcement bands around the chimney shall be replaced with new steel bands. Metals at breech way duct work and access door shall be cleaned to remove corrosion and painted. The chimney repair company shall perform a complete inspection of the interior gunite liner of the chimney and report all findings to the Engineer and Owner along with any recommendations. The work shall include localized repairs to the gunite liner surface.
This renovation project is for the McCreary Center – Roof Replacement located at 141 College St., Whitley City, Kentucky 42653. The architectural scope of work for this project includes the following:
-Remove existing shingle roof, repair and replace damaged substrate (where / if applicable). Install new asphalt dimensional shingles on the main building and the adjacent pavilion. Approximately 24,348 sq. ft. shingle roof area
-Remove low slope area of asphalt shingle and install new standing seam metal roof as indicated on plans. Approximately 621 sq. ft. standing metal seam roof area
-Install new ridge vents and shingle intake vents as indicated on the drawings.
-Add-alternate: remove existing shingle roof on pavilion and install new asphalt dimensional shingle roof. Install new fascia and 2×6 perimeter framing. Approximately 1,670 sq. ft. of Pavilion roof area.
60 working days are provided from the execution of the construction contract to substantial completion. 15 working days are provided from substantial completion to final completion. The contractor will be responsible for coordinating areas of construction and the “shut down” of those areas per the project schedule as described in the Bid Documents. The contractor will be required to communicate and work closely with the McCreary Center Manager of Operations for project logistics, including shut downs, construction sequencing, and general construction activities.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of FY24 CMOM Infrastructure Rehabilitation Project Contract No. 17036 , Budget ID
No. H20053, Drawing Record No. / Sheet No. 1-9, will be received at the office of MSD until10:00 AM, Local Time, June
27, 2023, and will be publicly opened and read at that place and time. The public may attend the bid opening viathe office of
MSD, 700 W Liberty St, Louisville, KY 40203.
Description and location of Project: This Contract provides for the CCTV inspection and cleaning of approximately 8,420
linear feet of sanitary sewer mains, ranging in diameter from 8 to 15 inches, installation of approximately 8,370 linear feet of
cured-in-place pipe in sanitary mains, approximately 180 associated laterals to be lined using cured-in-place pipe for
approximately 2,940 linear feet, and approximately 8 open-cut point repairs. This project also includes inspection of
approximately 60 sanitary manholes with potential for subsequent rehabilitation including replacement of manhole castings
and chimney seals. The project includes all erosion control, ground restoration and appurtenant work as described in the plans
and bid proposal. The project sites are concentrated in two regions; the Central Business District and Fern Creek
neighborhoods of Jefferson County, see FY24 CMOM Infrastructure Rehabilitation Map Series for locations. All work shall
be done in accordance to MSD’s Standard Specifications.
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 will be held on Tuesday, June 6, 2023
at 10:00AM .
The Engineer’s Construction Cost Estimate for this project is between $1,500,000.00 and $2,000,000.00.
The bid documents will be available on, Monday, May 22, 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 Ashley Uptain. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer Ashley Uptain at ashley.uptain@jacobs.com. Questions received less than two days prior to the date for opening of bids will not be answered. Only answers by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms).
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager,
Ashley Uptain. at ashley.uptain@jacobs.com.
MSD SUPPLIER DIVERSITY PROGRAM: Applicable
The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If applicable, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.
MSD BID DISCOUNT: 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.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the FPS Roof Repairs project Contract No. 17013, Budget ID No. D23164, will be received at the office of MSD until 9:00 a.m., Local Time, Thursday, June 8, 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 598178752#. 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:
Flood Pump Station (FPS) Roof Thermal Imaging Scans and Roof Repairs for the following facilities:
a. Pond Creek FPS (SPF Roof)
b. Lower Mill Creek FPS (EPDM Roof)
c. Riverport FPS (SPF Roof)
All work shall be done in accordance to MSD’s Standard Specifications.
There will be mandatory pre-bid meeting held for this project. Thursday, May 25, 2023 at 1:00 p.m. We will start the Pre-Bid Meeting at the Lower Mill Creek FPS, 7600 Watson Lane, Louisville, KY 40272. We will then visit two other FPS – Riverport FPS and Pond Creek FPS. Bidders will be able to access all roofs at that time. All bidders should bring a ladder to access buildings that don’t have ladders attached. 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 $400,000.00.
The bid documents will be available on, Thursday, May 18, 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 Procurement Buyer Julie Potempa at julie.potempa@louisvillemsd.org.. Questions received less than two days prior to the date for opening of bids will not be answered. Only answers by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms).
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer, Julie Potempa at julie.potempa@louisvillemsd.org.
MSD SUPPLIER DIVERSITY PROGRAM: Not Applicable
The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If applicable, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.
MSD BID DISCOUNT: Applicable
This MSD construction project is bid and advertised as: check applicable below
Construction Services: X
Construction-related Services:
LOCAL LABOR COMMITMENT PREFERENCE: No
COMMUNITY BENEFITS PROGRAM: No
The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
The project consists of the removal of existing asphalt shingle roofing, sheet metal and existing SBS modified bitumen roofing membrane systems and the installation of new asphalt shingle roofing, sheet metal and new SBS modified bitumen roofing membrane systems. Masonry cleaning and sealing to occur at parapet walls. New roof hatch and roof hatch access ladder to also be installed.
The BASE BID Work shall include demolition of the existing Upper Guide Walls at both Kentucky River Locks 2 and 3 and the construction of new Upper Guide Walls consisting of sheet pile walls with tie-back anchors. These sheet
pile retaining walls will be constructed along the same baseline as the current guide walls upstream from the lock chambers as shown on the Drawings. The BASE BID Work will also consist of site preparation, erosion and
sedimentation control with fluctuating river levels, construction access, selective demolition, dredging, earthwork, constructing tie-ins to existing lock features, slope construction and protection, temporary shoring, drainage improvements, and site grading and restoration work. Demolition work at Lock 2 shall include the Upper Guide Wall and Upper Guide Wall Extension. The replacement Upper Guide Wall at Lock 2 will feature a tie-back anchor system to stabilize the new Upper Guide Wall and the
adjacent slope up to state route KY-389. This anchor system will include an earth-retaining sheet pile wall at the base of the slope with tie-backs anchored into the bedrock. A Contractor designed temporary bracing and/or monitoring system is required. The construction will also include a concrete sidewalk with mooring pins along the edge of the newly constructed guide wall, earthwork and slope regrading, and stone slope protection. Demolition work at Lock 3 shall include the Upper Guide Wall. The replacement Upper Guide Wall at Lock 3 will feature a tie-back anchor system to stabilize the new Upper Guide Wall. This anchor system will include an earthretaining sheet pile wall at the base of the slope with tie-backs anchored into a sheet pile anchor wall. The construction will also include a concrete sidewalk with mooring pins along the edge of the newly constructed guide wall, earthwork and slope regrading, and drainage improvements.
The Kentucky Veterans Affairs Cemetery West Burial Area Expansion is located at the existing State Veterans Affairs Cemetery in Hopkinsville, Kentucky at 5817 Ft. Campbell Blvd. The work shall consist of the installation of approximately 2000 precast concrete double depth burial crypts in Section 3 of the existing Cemetery. Installation of the precast, manufactured burial crypts will include all necessary earthwork and excavation, associated drainage improvements and turf restoration for the disturbed areas of the existing Cemetery.
The Long Rifle Road Extension project is located within the Boone National Guard Center in Frankfort. The new roadway is just over 185 feet. Milling and resurfacing of the existing pavements at each end is required. The new roadway will be 22-10 ft. lanes with 2 ft. graded shoulders. The new pavement dept is 12.5 inches.
This project will generally consist of heating hot water system replacement and HVAC controls replacement. Work shall include installation of natural gas fired boilers, hydronic piping, pumps, hydraulic separators, valves, and electrical power connections. Trades involved shall include but are not limited to: demolition, mechanical, controls, and electrical.