Project Description:
1. Roofing System Description Over Roof Areas A & B:
a. Remove existing roof system down to wood roof deck.
b. Replace any damaged roof deck.
c. Install new underlayment throughout, ice & water shield @ perimeters.
d. Install new copper flashings, gutters, gutter liners & downspouts.
e. Clean, repoint, & seal chimneys above roof.
f. Install new natural slate roofing.
Project Description:
Demolition of an existing park building and construction of a new building at the same location. The proposed structure will provide a meeting room for 30, new restrooms and storage. The area of the proposed structure is 1,585 square feet.
Site work includes demolition of asphalt paved areas, minor site grading, and new paved areas or new wearing surface at existing paved areas. Minimal landscaping is included.
Utility upgrade applies to installation of a new package sewage treatment plant to replace the existing.
Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
The Josh Huff site is located at 201 Zion Church Road, Hindman, KY, 41822. The site is located at coordinates Lat 37°18 ‘ 6.7392″, Long 82° 58’ 17.6268″. On July 29, 2022, a plugged principle spillway in a coal mine sediment impoundment immediately above Mr. Huff’s property and residence caused runoff to discharge through the emergency spillway. The diverted runoff caused severe erosion of the creek bank. This erosion extended to Mr. Huff’s residence. Material eroded from under a corner of the concrete slab foundation. This has created a hazardous situation and will be addressed by AML.
AML proposes to construct a concrete wall above the normal stream channel and below the concrete slab foundation of the house. This will be accomplished by excavating a ramp to the stream elevation from the west side of the residence. The landowner assures AML there are no buried utilities in this area. 6 (six) Helical Piles will be driven under the residence which will stabilize the house prior to excavating for the concrete wall. AML will construct a 100 Ft reinforced concrete wall with a 15 ft. tall stem with a subdrain behind the wall. This portion of the stream bank is above normal pool. Class II stone will be used to backfill between the wall and the residence. Smaller stone will be placed on top of the backfill near and beneath the concrete
slab. Concrete will be placed under the exposed corner of the residence for additional support. Fallen trees and debris will be removed from the stream and transported to the designated waste area which is the old pond upstream of Josh Huff’s property. The pond area is the property of Elkhorn Hazard Coal Company. The old principle spillway pipe will be removed or plugged. Material excavated for the wall and material removed from the creek will be deposited and graded in the old mine pond near the plugged principle spillway. The deposited material is not expected to be enough to make the entire pond non-impounding. The emergency spillway will become the
normal drainage path and will be lowered approximately 4 feet. Woody material may be burned, but will not be buried. Sediment control will consist of silt checks downstream of the disturbance. The cost estimate for this work includes a lump sum quantity for the earthwork and additional items for site prep, revegetation, and the wall. In total, the project area encompasses approximately 0.5 acre. The waste area is 0.4 acre. Total area is 0.9 acre.
This project will not directly disturb the stream, other than to remove debris and sediment from the creek and to stabilize the creek bank. This project will not address underground mine openings. No Trees will be removed outside of the disturbed area and waste area. All areas disturbed by this project will be revegetated by means of the Standard AML Reclamation Seed Mixture. Revegetation of the project area waste area is included. Cover crop is also provided in order to provide quick vegetative cover on any disturbed areas that will go undisturbed for at least two weeks, but not be ready for application of permanent revegetation. Sediment control will be
provided by rock check dams, silt fences or straw bales along the Creek bank and other areas as needed.
Project Description: The project scope includes removing the existing barns 8 through 12 in their entirety. Any existing concrete that is above grade is to be cut down 6 inches below grade. Existing slabs on grade to remain. New fill is to be installed at these areas and patched back with 3 inches of compacted DGA and 3 inches of base course asphalt where located within asphalt, and patched back with 2 inches of compacted DGA and 4 inches of concrete where located within existing concrete. Concrete or asphalt patch to be adjacent with existing grade. All MEP systems and components are to be demolished except for the plumbing service stub ups and electrical service stub ups. Both electric and plumbing services have been disconnected from the building. Existing conduits or piping below-grade shall remain in-place, and left protruding through the ground to the existing height of the closest fitting. Each barn has below-grade water service serving it, but barn 8 has two, 2″ PVC water pipes that extend above ground at each end of barn and are to remain in place as referenced on the drawings.
The Scope of this Project shall include all labor, materials, tools, equipment, and services required to construct and install the complete and operational systems described herein and on the Drawings. The Project includes clearing, demolition, and disposal of all debris from the removal of the indicated concrete & gravel areas. All earthwork and grading necessary to construct the new concrete paving and drainage improvements according to the project plans and specifications. Subgrade preparation, rock base/surface, concrete reinforcement installation, and concrete placement for the new pavement according to the project plan and specifications is to be included. Contractor is responsible for all general and special conditions associated with this project as described in the project plans and specifications.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of West Manslick Road Drainage Improvement Project Contract No. 2023-021, Budget ID No. C23138, will be received at the office of MSD until 10:00 a.m., Local Time, Thursday, February 9, 2023, and will be publicly opened and read at that place and time. The public may attend the bid opening via teleconference call.
Description and location of Project: To perform the drainage improvements along West Manslick Road. All work shall be done in accordance to MSD’s Standard Specifications.
There will be no pre-bid meeting held for this project.
The Engineer’s Construction Cost Estimate for this project is between $90,000.00 and $120,000.00.
The bid documents will be available on, January 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 Joseph Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer Beth A. Tanner at beth.tanner@louisvillemsd.org. Questions received less than two days prior to the date for opening of bids 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 Procurement Buyer, Beth A. Tanner at beth.tanner@louisvillemsd.org. Due to the current Coronavirus (COVID-19) pandemic measures, MSD will be hosting a Teleconference call in the place of a face-to-face public opening. MSD will also post the As-Read Bid Summary as soon as available. To take part in the Bid Opening Teleconference Call, please call 502-654-8113 and enter code 757 830 548#
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 includes site improvements at an existing greenfield site on the GCTC Boone County Campus. Scope will include bringing electrical to the site, minor clearing, erosion control, grading and installation of compacted gravel surfacing access drive.
The work located at 106/108 East Broadway in Downtown Louisville, KY consists of final grading and compaction of the subgrade as previously prepared by the Demolition contractor. The work further consists of placement of geotextile fabric, compacted DGA and asphalt pavement including pavement markings, wheel stops, drainage inlets and piping, and sidewalk construction
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the City of Lynnview Catch Basin Replacement Project Contract No. 2023-019, Budget ID No. C23137, will be received at the office of MSD until 10:00 a.m., Local Time, Thursday, February 2, 2023, and will be publicly opened and read at that place and time. The public may attend the bid opening via teleconference call.
Description and location of Project: To perform the catch basin replacements within the City of Lynnview. 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 $200,000.00 and $250,000.00.
The bid documents will be available on January 12, 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 Joseph Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer Barry Pickett at Barry.Pickett@louisvillemsd.org. 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 Procurement Buyer, Barry Pickett at Barry.Pickett@louisvillemsd.org. For this Bid Opening, MSD will be hosting a Teleconference call in place of a face-to-face public opening. MSD will also post the As-Read Bid Summary as soon as available. To take part in the Bid Opening Teleconference Call, please call 502-654-8113 and enter code 314 228 35#.
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.
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 scope includes demolition of existing concrete sidewalks and curbs. Cleaning out and reinstalling new expansion joints. Applying thermoplastic parking stripes and ADA logos. Installing new concrete sidewalks and ADA truncated dome inserts. Concrete lifting and small drain piping with landscape edging and landscape stone infill. Some topsoil remediation with seeding and maintenance. Remove and install new concrete wheel stops.
The project is the overlay of the existing Medical Clinic building with metal wall and roof panels. The membrane roof system to be overlaid with steel trusses and metal roofing panels. Alternate pricing to be accepted for substituting plywood sheathing with metal decking at expanded truss spacing.
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 Computer Room Upgrades Contract No. 16930, Budget ID No. D22186, Drawing Record No. / Sheet No. 1-37, will be received at the office of MSD until 11:00 AM, Local Time, Thursday, January 26, 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 969719565#. 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:
The Contractor shall provide the full scope of services outlined in the specifications
and drawings for the MSD Morris Forman Computer Room Upgrades project.
The services shall include the following:
1. Demolition
2. Temporary Conditions
3. Workstations and Furnishings
4. Finishes
5. Electrical and Telecom Utility
6. Generator and ATS System
7. Lighting and Controls Systems
8. HVAC and Controls Systems All work shall be done in accordance to MSD’s Standard Specifications.
There will be a NON-MANDATORY pre-bid meeting held for this project. The Non-Mandatory Pre-Bid Meeting will be
held at the Morris Forman Water Quality Treatment Center on Thursday, January 12, 2023 at 11:00 a.m. The address
is 4522 Algonquin Parkway. All visitors will be required to furnish their own PPE to visit the site. A face mask must
also be worn during the site visit. We will meet at the gazebo at the top of the hill to the left of the Administration
Building.
The Engineer’s Construction Cost Estimate for this project is between $800,000.00 and $1,500,000.00.
The bid documents will be available on Thursday, January 5, 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: 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: Not 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.
Project Description:
The project includes installation of approximately 36,465 linear feet of new PVC water main and reconnection of existing water services within the park property. Existing asbestos-cement water pipe will be abandoned in place.
The project includes the following:
1. Approximately 11,600 linear feet of new 4″ PVC wastewater force main
2. One duplex submersible wastewater pumping station
3. Approximately 7,800 linear feet of 2″, 2.5″ and 3″ low pressure wastewater collection system piping
4. Four duplex grinder pump stations for low pressure collection system
5. 2200 linear feet of cured-in-Place pipe lining.
6. Miscellaneous electrical improvements.
Project Description:
1. Remove existing roofing membrane and metal flashing.
2. Remove existing abandoned curbs.
3. Fill in existing opening in deck where abandoned curbs have been removed with new plywood roof sheathing.
4. Install 2-plys of SBS-modified bituminous membrane roofing.
a. Mechanically attach sheathing paper and fiberglass mat base sheet to existing plywood deck
b. Adhere 1 layer of ¼” tapered insulation in low-rise, urethane adhesive.
c. Apply one layer of SBS-modified bitumen fiberglass mat base sheet in cold asphaltic adhesive.
d. Install one ply of granule surfaced SBS modified bitumen cap sheet in cold asphaltic adhesive.
5. Install new metal flashing around perimeter of flat roof area.
Project Description:
The project consists of the removal and replacement of the sanitary sewage comminutor serving the sanitary system of two dormitories and a guard tower. Contractor shall provide a hard-piped bypass and separate overflow of the comminutor to provide ease of maintenance on the comminutor. Bypass shall consist of multiple gate valves. Overflow shall consist of open pipe with removable trash guard. Existing incoming sanitary sewer shall be intercepted and reworked to accommodate installation of new manholes and comminutor. Provide new control panel, alarms, and level monitoring for comminutor. Existing water main to be relocated to accommodate new sanitary work. Contractor to verify size, location, and inverts of all utilities. All work will be performed inside the Security Boundary.
RFB-178-23 DJJ- Padded Security Cell Various Locations
RFB-178-23 DJJ- Padded Security Cell Various Locations
Estimate: $515,625.00
Estimated Length of Project:
See Phases in Specs (Substantial Completion) + 30 (Final Completion)
Project Description:
The Work includes selective demolition and renovation of one cell at each site listed. The renovation includes the conversion and upgrade to isolation cells with protective padding systems. See drawings and specifications for additional information.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the Shepherds Crossing Drainage Improvement Project Phase 2 Contract No. 2023-018, Budget ID No. C23121, will be received at the office of MSD until 10:00 a.m., Local Time, Tuesday, January 10, 2023, and will be publicly opened and read at that place and time. The public may attend the bid opening via teleconference call.
Description and location of Project: To perform the drainage improvements within Shepherd Crossing. 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 $50,000.00 and $90,000.00.
The bid documents will be available on Wednesday, December 21, 2022, online at www.msdbids.com. The charge for each set of bid documents is outlined on the above-referenced web site.
Persons wishing to view the bid documents may do so online at www.msdbids.com or at the following locations: Builders Exchange of Louisville, Inc., 2300 Meadow Drive; Associated Builders & Contractors of Kentuckiana, 1810 Taylor Avenue; and F. W. Dodge, 1812 Taylor Avenue; all located in Louisville, Kentucky; and the Associated General Contractors of Kentucky, 2321 Fortune Drive, Suite 112, Lexington, Kentucky.
The Project Manager for this Invitation to Bid is Joseph Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer Barry Pickett at Barry.Pickett@louisvillemsd.org. 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 Procurement Buyer, Barry Pickett at Barry.Pickett@louisvillemsd.org. For this Bid Opening, MSD will be hosting a Teleconference call in place of a face-to-face public opening. MSD will also post the As-Read Bid Summary as soon as available. To take part in the Bid Opening Teleconference Call, please call 502-654-8113 and enter code 414 248 835#.
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
The project consists of roof replacement of Low Sloped Roofs & Metal Roof PVC flute fill and overlay.
1. Low Slope: Remove existing roof system, down to existing roof deck. Install 2-Ply SBS Modified Bituminous Membrane Roofing system over ridged layer insulation, and cover board insulation. Provide crickets where indicated.
2. Metal Roof: Remove existing gutters. Install new flute fill insulation and cover board, Install PVC Membrane roof system with mechanical heat induction attachment & new gutters and downspouts.
3. Masonry: Repointing (150SF) and seal (1,200 SF) at parapet walls.
Oldham County Board of Education – Oldham County Athletics Bid Package B
Oldham County Board of Education – Oldham County Athletics Bid Package B
Work is divided between South Oldham High School (SOHS) and Oldham
County High School (OCHS). The work at SOHS includes the development of a new entry plaza with Ticket Booth and entry gates, a new scoreboard/videoboard, the resurfacing of the existing 6-lane running track and D-zones, construction of new sidewalks and plazas to support a new ticket booth and modified home bleachers and the replacement of the visitor bleachers and associated pavements. The new Concessions building consists of a concessions room, public restrooms, and a locker room.
It will be a masonry load bearing structure with metal beams and deck with a single-ply membrane roof, and brick veneer. Major systems include Mechanical, Plumbing, Electrical, and Voice/Data.
The work at OCHS includes the development of a new entry plaza with Ticket Booth and entry gates, the addition of sidewalks connecting the facility entrance to the home and visitor bleachers, the resurfacing of the 6-lane running track and D-zones, the construction of new shot put and discus events, and the redevelopment of the existing victory bell plaza. A new cushion running surface is being installed on the tracks at both facilities.
Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
The project will construct a gabion retaining wall 72 linear feet long, 12 feet high with two 15 foot wing walls to stabilize the hillside behind the Claxton residence along with rock core drains and combination rock ditch drains to alleviate water issues associated with the slide. Proper silt control will be installed. All area will be revegetated at end of project.
No trees 3″ dia or greater will be removed outside of slide area.
Project consists of a phased removal and replacement of the combined Access Control & Security Camera system in the facility. The existing Access Control & Security Camera system shall remain operational while upgrades occur. Contractors will be required to coordinate daily with the facility during the upgrade process. System shall be replaced with separate, but integrated, systems.
The Kentucky State Fair Board – Kentucky Exposition Center is upgrading the security at the KEC Gate 1 Entrance. The improvements will include the installation of two new cantilevered box frame gate systems, operators and accessories in addition to vehicular and pedestrian access, swing gates. The project will also include the installation of vinyl coated chain link fence and aluminum picket fencing. Minimal earthwork and storm sewer pipe extension is included in the project to accommodate the installation of portions of the fencing. Electrical work will include provisions for electrical service for the operation of the gate operators and accessories including communication wiring for remote operation and monitoring.
This project is to replace an existing three-section, floor-mounted, 2500A electrical switchgear with two new 1200A switchboards. All existing feeders to be re-connected to one of new switchboards. New exterior service from existing pad-mount transformer to existing exterior chiller. Work will be conducted at an occupied facility requiring close coordinate with facility personnel for scheduling downtimes.
This project consists of the removal of an existing indoor generator system and installation of outdoor generator set for the Outwood Resident Life Center in Dawson Springs, Kentucky. The work generally consists of the following improvements: perform limited corrections of electrical code violations, relocation of load connections, installation of transfer switches, and installation of Owner furnished LP generator set.
The work includes all labor and material for complete and operational systems.