Community Ventures – McIntyre Hall Adaptive Reuse Project
Community Ventures – McIntyre Hall Adaptive Reuse Project
Project consists of an Adaptive Reuse of an early to mid 1900’s
“Dormitory / classroom ” building consisting of two floors and a basement. The
Adaptive Reuse includes complete interior refinishing and fit up, new climate control,
plumbing and electrical overhaul, and fire suppression. Reconditioning and
replacement of interior finishes throughout. The building exterior includes a small
addition to the east side of the building. The immediate site work includes a reworking
of existing site amenities and utilities on the east side of the building and new curbed
and paved drives on the west side of the building.
The project is to be a new maintenance garage and support facilities for the Kentucky Transportation Cabinet, District 9. The garage building will be an 8,000 square feet pre-engineered metal building with metal wall and roof panels and a thermal insulation/liner system. The structural system consists of a pre-engineered steel frame skeleton with conventional poured in place concrete shallow foundations, piers, grade beams and concrete floor slabs. The building layout consists of a 6,000 sf vehicle area with two vehicle bays, and a 2,000 sf support area containing offices, toilets, shower, break room and storage. Interior partitions will be light gauge steel framing with gypsum board surface and sound batt insulation. Occupied support spaces will have exposed concrete flooring and acoustic panel ceilings. Pedestrian doors will be hollow metal, windows will be aluminum framed with insulating glass. Vehicle doors will be by Owner. Site work consists of excavation and engineered fill for the building pad, minimal sidewalks, and parking and asphalt paving. Site furnishings include signage and flagpole. Water service shall be from municipal system, sanitary will gravity flow to municipal system. The building will utilize natural gas for heat. HVAC for occupied support spaces will be a packaged horizontal HVAC unit. Vehicle bays will be heated with gas unit heaters and ventilated with exhaust fans. Electrical work includes a 120/240V power distribution system and LED lighting. Communications systems will include telephone and data wiring and devices.
The equipment storage shed will be a 2,160 square feet wood framed building, open on one side, with metal wall and roof panels. The structural system consists of concrete pier foundations, wood posts/columns with wood secondary framing and wood truss roof structure.
The salt storage structure, to be bid as an Alternate, will be a 3,600 square feet cast-in-place concrete structure with a pre-engineered, membrane covered roof structure. The membrane covered roof structure will be provided and installed by Owner.
Casey County Judicial Center- Chiller Replacement and Controls Upgrade
Casey County Judicial Center- Chiller Replacement and Controls Upgrade
This project will consist of replacement of the existing HVAC Chiller and upgrade of the existing Direct
Digital Controls System at the Casey County Judicial Center. Generally, the replacement/upgrade
consists of work related to mechanical, testing and balancing, temperature controls and electrical.
The existing tower was built in 1989-90. It is approximately 50’-0″ tall with a single, occupied floor at 30’-0″ above grade. The tower is accessed through a single hollow-metal door on the Northwest side that leads to a 30’-0″ tall spiral stair. At the top of the spiral stair is a single space on a 5″ concrete slab, surrounded by aluminum storefront windows and a 3’-0″ wide exterior walkway. The roof is a hipped, shingle roof with a lightning protection spire at the ridge. Roof access is via a small platform with an extension-ladder affixed to a strut anchored to the roof framing. The exterior envelope of the tower is an Exterior Insulating and Finish System (EIFS) on metal studs. The EIFS material covers the underside and facia of the concrete slab as well. There is a toilet and sink in the occupied, booth space. HVAC is provided by a forced-air unit on the ground floor and ducted up to several floor registers in the slab. There are a considerable number of conduit penetrations for electrical and data in the envelope. The primary area of concern is the exterior concrete walkway of the booth level. The edges of the slab have cracked between the posts of the guardrails and are becoming detached. There is a danger of concrete chunks falling from the slab as well as subsequent water penetration that will further deteriorate the steel structure. The cause of this deterioration of the slab is partly due to the fact that the guard rail balusters are welded to the steel structure below the slab and have caused cracking due to differential movement. Additionally, prolonged exposure to the elements has deepened the cracks and contributed to the deterioration of the slab. The current project removes the existing edges of the concrete slab, the guardrails and the soffits under the slab. A new concrete edge will be poured, new guardrails (provided by Using Agency and installed by GC) at the exterior edge of the walkway slab, and the enclosing soffits and fascias rebuilt to properly protect the structural steel supporting the slab. A new slip-resistant sealer will be provided over all exposed exterior concrete at the booth level.
Louisville Water Company is requesting Bids for the furnishing of all labor, materials, tools, equipment and incidentals and performing all work required to construct complete in place and ready to operate the Crescent Hill WTP North/South Filter Building Renovation.
A pre-bid meeting to discuss the Project and to tour the work site will be held on Tuesday, January 5, 2021 at 10:00 a.m. EST/EDT at CHWTP, 201 Stilz Ave., Louisville, KY 40206. Check-in with the Guard. Attendees shall meet at the elevated backwash tank located at the rear of the plant. Any state and company mandate rules for protection against COVID-19 will be enforced. Attendance at this meeting is strongly recommended. Additional site visits/walk throughs will be held on January 6, 2021 and January 7, 2021 at 10:00 a.m. EST/EDT at the location listed above.
Questions or inquiries relating to this project must be submitted in writing via email at least seven (7) calendar days prior to the bid opening date. All questions and inquiries must be sent to the Buyer, Terri Young, email at tyoung@lwcky.com.
The Company’s Project Manager’s estimate for the Contract plus Company supplied materials for this Project is $10,000,001 – $25,000,000. If the Company’s Project Manager’s estimate for the Contract plus Company supplied materials exceeds $250,000: a Bid Bond is required. For this Contract, a Bid Bond is required.
Bids will only be accepted from Bidders who have been pre-qualified by the Company in the pre-qualification category or categories that apply to this Bid. This Bid requires prequalification in the Heavy Construction – Plant Work Category with a prequalification
limit equal to or greater than $3,000,000.00. Contractors/Subcontractors performing specialty items of work such as electrical work must be prequalified in the Electrical Category. For information about pre-qualification, contact the Buyer listed above.
Bid Documents may be obtained from Lynn Imaging located at 11460 Bluegrass Pkwy, Louisville, KY 40299, (502) 499-8400 and www.lwckyplanroom.com. One copy of the Bid Documents (includes technical specifications and a full set of plans) will be available
at no charge (not including shipping/delivery charges) to Contractors that are prequalified with Louisville Water Company in the category(ies) specified for this bid. For details regarding the charges that apply to non-prequalified contractors, go to
www.lwckyplanroom.com
ECWD #1 – Water System Improvements Ph 11 – Zone Meter & River Crossing Installation
ECWD #1 – Water System Improvements Ph 11 – Zone Meter & River Crossing Installation
The work to be bid is described as follows:
CONTRACT 371-20-01
Water System Improvements, Phase 11—Installation of 17 zone meters on
existing lines, telemetry upgrades and replacement of 4 stream crossings via
directional drilling.
The project consists of removal of existing insulated wall panels, soffits and copings and installation of new insulated wall panels, soffits and copings, installation of subpurlins, insulation, standing seam metal roof & copings, removal of existing metal soffit panels and installation of new flush mount metal soffit panels. A complete project description is in the Special Conditions.
MFWQTC Elevator Repair Rebid – Contract #16226 has been cancelled and will be rebid at a later date.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the MFWQTC Elevator Repair project Contract No. 16226, Budget ID No. G20028, Drawing Record No. 16226, Sheet No. 1-38, will be received at the office of MSD until 11:00 a.m., Local Time, Thursday, January 7, 2021, 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 364838188#. This info will also be posted at the bid box on the day of the bid opening.
Description and location of Project:
A. The Project will include modernization and related improvements for the following elevators
1. Morris Forman Mechanical Equipment Building West Freight
2. Morris Forman Mechanical Equipment Building East Freight
3. Morris Forman Administration Building Passenger
4. Morris Forman Mechanical Equipment Building Passenger
B. The principal features of the Work to be performed under this Contract include, but are not
limited to the following:
1. Elevator modernization, repair, and/or replacement
2. Electrical modifications
3. Installation of related HVAC components or systems
4. Stabilizing existing lead paint, cleaning and painting wall surfaces
5. Removal and disposal of existing equipment
6. Structural modifications of elevator shafts, pits, and machine rooms
7. Installation of communication and fire safety equipment All work shall be done in accordance to MSD’s Standard
Specifications.
There will be pre-bid meeting held for this project. The Pre-Bid Meeting will be held at the Morris Forman Water
Quality Treatment Center Administration Building on Friday, December 17, 2020 at 1:00 p.m. The address is 4522
Algonquin Parkway. All visitors will be required to furnish their own PPE (hard hat, safety vest, steel-toed shoes) to
visit the site. Face masks must also be worn during the site visit. We will meet at the covered picnic tables at the top of the hill and then tour the elevators at completion of the meeting.
The Engineer’s Construction Cost Estimate for this project is between $ 900,000.00 and $ 2,000,000.00.
The bid documents will be available on December 10, 2020, 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 E-mail: 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
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 replaces the existing sanitary sewage collection facilities at the KYTC Harlan County Maintenance Garage. The existing facilities consist of two small lift stations which pump to a 3,000 gallon holding tank that, when full, is emptied by a local Contractor.
The new facilities will consist of 6″ gravity collection lines and manholes which will deliver the untreated sewage to an existing manhole near a lift station operated by the City of Harlan, Kentucky on property adjacent to the KYTC property. The existing lift stations will be removed by this project along with an existing 1,000 gallon septic tank while also refilling one existing 3,000 gallon tank with crushed stone after this tank is pumped out by the KYTC. All areas of the site will be repaved or reseeded and returned to, as much as practical, original condition.
Interior renovation of existing 2,000 s.f. classroom spaces into instructional space to serve as a component of the Southeast Kentucky Recovery Training Center (SKERT). Scope of work includes, but not limited to; HVAC, Electrical, Lighting, Plumbing, Selective Demolition, Masonry, Doors, Paint and Interior Finishes. Project Also includes the coordination of Owner provided educational equipment.
The intent of this project is to add 8 new welding booths, new lighting, and a new exhaust system to the existing welding shop. To achieve this, an adjacent corridor will be absorbed into the shop by demolishing a demising CMU wall and renovating said corridor to match the existing shop conditions. This renovation will include removing existing tile and sealing the existing concrete slab, removing the drop ceiling to expose structure, infilling openings to like conditions, and painting. The primary building material will be 8″x16″ (standard) CMU. The existing exhaust system will be removed, and replaced, with a new filtration unit that will serve the existing 16 booths and additional 8 booths for entire shop. Additional modifications to shop electrical systems are also included.
MFWQTC Administration Building Roof Replacement Project
MFWQTC Administration 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 Administration Building Roof Replacement Project Contract No. 16475 , Budget ID No. G18417, Drawing Record No. 16475, Sheet No. 1-7, will be received at the office of MSD until 11:00 a.m., Local Time,Tuesday, January 5, 2021, 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 472224164#.
This info will also be posted at 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:
1. Demolition of existing polyurethane foam roofing system currently installed on the Morris Forman Administration Building.
2. Selective demolition of existing out-of-service mechanical and communications equipment, as shown in the Drawings.
3. Concrete roof deck repairs, as itemized in the Bid Form and shown in the Drawings.
4. Installation of new polyvinyl chloride membrane roofing system.
5. Installation of new roof perimeter parapet-mounted guardrail.
All work shall be done in accordance to MSD’s Standard Specifications.
There will be a pre-bid meeting held for this project. The non-mandatory Pre-Bid Meeting will be held at the Morris Forman Water Quality Treatment Center Administration Building on Thursday, December 17, 2020 at 2:00 p.m. The address is 4522 Algonquin Parkway. We will meet at the picnic tables at the top of the hill. All visitors will be required to furnish their own PPE to visit the site. Face masks must also be worn during the site visit.
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 December 9, 2020, 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 E-mail: 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
CCK-2519-21 UKGS Elevator K & Loading Dock Refurbishment
CCK-2519-21 UKGS Elevator K & Loading Dock Refurbishment
This project includes the refurbishment of Elevator K and Elevator J (Loading Dock) at UK
Good Samaritan Hospital located at 310 S. Limestone, Lexington, KY 40508. Scope will
include the furnishing of all labor, equipment, tools, supervision, materials, technical design
services, shop drawings, and related items as required.
The primary scope of work includes construction of a new 1.5 MGD wastewater treatment plant
including an influent pump station, screening and grit removal building, one oxidation ditch,
three clarifiers, a post aeration contact chamber, a cascade aeration channel, solids processing
and administration building, blower / electrical building, and various pump stations and
appurtenances on the wastewater treatment plant site.
CCK-2518-21 Eastern State Hospital 2C29 Admissions Waiting Area
CCK-2518-21 Eastern State Hospital 2C29 Admissions Waiting Area
This project will include the renovation of the Admissions Waiting Area on the second floor of
Eastern State Hospital, 1350 Bull Lea Road, Lexington KY 40511.
City of Jeffersonville – Ewing Lane Sanitary Sewer Phase 2
City of Jeffersonville – Ewing Lane Sanitary Sewer Phase 2
This project consists of the furnishing and installing of approximately 1,800′ of 18″ diameter gravity sewer, approximately 685′ of 8″ diameter gravity sewer, manholes, approximately 1,950′ of 10″ diameter force main, approximately 2,830′ o f 6″ diameter force main, property service connections, asphalt paving and all other items shown on the plans and mentioned in the specifications for a complete project.
This project is to provide a variable refrigerant flow heatpump cooling system and water source heat pump installation for the Server/Telecom/Electrical rooms located in the Schwendeman Building on the Department of Criminal Justice Training Campus
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of Gorham Way Pump Station Elimination Contract No. 235873 , Budget ID No. A14129, Drawing Record No. 235873, Sheet No. 1-1, will be received at the office of MSD until 10:00 AM, Local Time, Tuesday December 22, 2020, and will be publicly opened and read at that place and time. The public may attend the bid opening via Microsoft Teams web-call (Call-in Number: 502-654-8113, Conference ID: 277 565 891#).
Description and location of Project: This Contract provides for the installation of approximately 750 linear feet of 10-inch sewer; 4 sanitary manholes; pavement restoration; erosion prevention and sediment control; decommissioning of one pump station (Gorham Way); and appurtenant work. The project is generally located along Gorham Way, between Artis Way and Timberline Way. 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 via Microsoft Teams (Call-in Number: 502-654-8113, Conference ID: 115 591 181#) at 10:00 A.M. Local Time, Tuesday, December 8, 2020. Bidders are encouraged to make a site visit immediately following the pre-bid meeting.
The Engineer’s Construction Cost Estimate for this project is between $225,000.00 and $350,000.00.
The bid documents will be available on December 3, 2020, 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 Jacob L. Mathis, P.E.. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Jacob L. Mathis E-mail: Jacob.mathis@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 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, Jacob L. Mathis, P.E.
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: 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
Morgan County Water District – Waterline Replacement Phase 1
Morgan County Water District – Waterline Replacement Phase 1
Work is to include installation of approximately 12,725 LF of 6-inch waterline and other appurtenances, 1,300 LF of 2-inch waterline and other appurtenances, 352 replacement service meters with telemetry, refurbishment of a pump station and equipment, a water meter test bench, a flow meter, flow monitoring and leak detection systems and vaults, and other replacement
equipment as shown.
Estimate:
$ 61,654.25
Estimated Length of Project:
(Substantial Completion) + March 31, 2021 (Final Completion)
The Division of Abandoned Mine Lands wishes to receive bids to perform reclamation work on approximately 5.95 acres of mine land in Knox County, Kentucky. The work will consist of earthwork, gradework, structure removal and revegetation of 1 bond forfeiture permit.