Uncategorized

Main Office Parking Lot and Fence Project

Main Office Parking Lot and Fence Project

Please note the bid date and time has been changed to November 5th, 2024, 2:00 P.M. Local Time.

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of the Main Office Parking Lot and Fence Project, Contract No. 17228, Budget ID No. G25069, Drawing Record No. / Sheet No. 1-18, until 2:00 PM, Local Time, November 5th, 2024, and will be publicly opened and read at that time. The public may attend the bid opening via teleconference call at 502-654-8113 (Dial-in Number) Conference ID: 473 401 945#.

MSD is using a web-based portal for accepting and evaluating bid proposals digitally at http://louisvillemsd.bonfirehub.com/portal for this Invitation to Bid. Documents may be uploaded at any time during the open period indicated for each proposal.

Description and location of Project: The principal features of the Work to be performed under this Contract include, but are not limited to the following:

1. Demolition of existing fencing

2. Installation of anticlimb fencing

3. Installation of chain link fencing

4. Installation of temporary security fencing

5. Resealing existing asphalt pavement

6. Restriping existing asphalt pavement

7. Site grading, preparation, and spoils disposal Storm water system installation

8. Paving including curbs, gutters, tire stops, striping

9. Electrical including lighting

10. Infiltration basin, bioretention swales, and landscaping.

11. Site restoration

12. Tree removal and protection

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 meeting will take place at the New MSD Main Office Building located at 16th and Hill Streets, Louisville, KY 40210, on Tuesday, September 24, 2024 at 11:00 am. We will meet at the front of the building.

The Engineer’s Construction Cost Estimate for this project is between $2,000,000.00 and $5,000,000.00.

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

Persons wishing to view the bid documents may do so online at http://louisvillemsd.bonfirehub.com/portal or at the following locations: Builders Exchange of Louisville, Inc., 2300 Meadow Drive; Associated Builders & Contractors of Kentuckiana, 1810 Taylor Avenue; and F. W. Dodge, 1812 Taylor Avenue; all located in Louisville, Kentucky; and the Associated General Contractors of Kentucky, 2321 Fortune Drive, Suite 112, Lexington, Kentucky.

The Project Manager for this Invitation to Bid is Julie Potempa. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal. Questions received less than five days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda posted on MSD’s designated web portal will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.

MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $200,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:

If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms.

All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal.

MSD SUPPLIER DIVERSITY PROGRAM: Applicable

The MSE/WBE Program is effective June 1, 2020. If selected as applicable above, the goals are as follows:

18.0% MBE – African American, 2.0% MBE – Asian-Indian American and

15.0% WBE – Caucasian Female participation respectively required for this project.

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

MSD BID DISCOUNT: Not Applicable

This MSD construction project is bid and advertised as: check applicable below

Construction Services: x
Construction-related Services:

LOCAL LABOR COMMITMENT PREFERENCE: No

COMMUNITY BENEFITS PROGRAM: Yes

The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, KY

More Details

RFB-84-25 EEC-AML-23029AMLBAML-BIL

RFB-84-25 EEC-AML-23029AMLBAML-BIL

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

Project Description:
Pre-law mining activity has contributed to a landslide on the property which has caused a danger to people, structures, and access to the road due to the severity. Structures have been destroyed by the slide and access to an adjacent property has been previously blocked due to unstable material sliding into the drive. This project is intended to combat the effects of pre-law mining and landslides by excavating unstable ground on the hillside and installing a cut rock ditch drainage system to prevent further erosion. There will also be drainage installed along the driveways of properties at the site to prevent roadway erosion from becoming an issue. These drainage systems will be piped into an existing creek that they already naturally drain into but there will be pipes and headwalls installed to facilitate better flow. Broken piping underneath the roadway will be replaced to maintain vehicle access for essential services and to drain the newly routed water. The project area is approximately 6.4 acres with an expected disturbance of 3.4 acres.

Project Location: Pike County

More Details

RFB-75-25 DOC – LLCC – Perimeter Fence Improvements

RFB-75-25 DOC – LLCC – Perimeter Fence Improvements

Estimate:
$2,275,161.00

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

Electrical work includes power and control wiring for new entry and exit sliding gates at Security #1, along with a wireless intercom system to Central Control for both gates. New high security gates 30A and 32A at the existing vehicular sallyport near control tower 12 shall also be wired for power, control and accessories as shown in the drawings. Existing Gate 30 shall have the operator replaced. Sallyport gates shall be interlocked with existing Gate 3 to the main secure compound.
Site work includes approximately 2,254 lf of new fencing is to be installed around the western portion of the secure perimeter. The new fencing will be parallel to the existing outer perimeter fence. The new fence will be 10’ tall with eight coils of razor wire. The new perimeter fence will also provide for two pedestrian gates to access the “no mans land” between the fences. The “no mans land” space between the fences will be receive 6-inches of KYTC crushed stone.
At the main vehicular entrance to the secure perimeter two new 20’ wide by 15’ tall vehicular slides gates will be installed with slide drivers controlled from tower 12.
At “the box” security checkpoint on to the grounds of the facility two new 5’ tall by 18’ wide slide gates and slide drives will be installed.

Project Location: LaGrange

More Details

RFB-74-25 KSFB – Freedom Hall Acoustics

RFB-74-25 KSFB – Freedom Hall Acoustics

Estimate:
$1,696,150.00

Estimated Length of Project:
90 (Substantial Completion) + 21 (Final Completion)

The building is an arena structure at approximately 121,000 square feet. The structure is comprised of an upper and lower arena bowl structure with rows, risers and permanent seating. The construction is steel and concrete with a faceted barrel vaulted roof supported by large free-span trusses with infill beams and open web trusses at varying heights above the arena floor and upper / lower bowl areas. The overall building height is approximately 100’ tall, with the bottom of structure between 60’-70’ above the arena floor. There is approximately 99,000 sf of sloped 4×4 ceiling grid to be installed, including some hold-down accessories and bracing at noted locations. Exposed existing mechanical diffusers are to be cleaned, primed & painted.

Project Location: Louisville

More Details

RFB-83-25 KCTCS – Renovate Main Building Phase 2 – Ashland CTC

RFB-83-25 KCTCS – Renovate Main Building Phase 2 – Ashland CTC

Estimate: $8,477,801.00

Estimated Length of Project: 330 (Substantial Completion) + 30 (Final Completion)

This project involves the comprehensive renovation of both the theater/auditorium and science labs, as well as renovation of an existing elevator and construction of a new elevator. The objective is to create modern, functional, and safe spaces that meet the educational and performance needs of the institution.

Project Location: Ashland

More Details

Leven Pump Station Elimination

Leven Pump Station Elimination

Please note the bid date and time has been changed to October 8, 2024, 10:00 A.M. Local Time.

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Leven Pump Station Elimination, Contract No. 16904, Budget ID No. H09196, Drawing Record No. / Sheet No. 16904/1-12, until 10:00 AM, Local Time, Tuesday, October 8th, 2024, and will be publicly opened and read at that time. The public may attend the bid opening via teleconference call at 502-654-8113 (Dial-in Number) Conference ID: 231 635 728#.

MSD is using a web-based portal for accepting and evaluating bid proposals digitally at http://louisvillemsd.bonfirehub.com/portal for this Invitation to Bid. Documents may be uploaded at any time during the open period indicated for each proposal.

Description and location of Project: This Contract provides for the installation of approximately 2337 linear feet of 10-inch sewer; 12 sanitary manholes; tie to two existing sanitary manholes; pavement restoration; erosion prevention and sediment control; decommissioning of one pump station (Leven); and appurtenant work. The project is generally located between Leven Boulevard and Washington Green Road, north of Mt. Washington Road. 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 over Microsoft Teams at 10:00 A.M. Local Time, Monday, September 9, 2024. Microsoft Teams meeting Link: https://teams.microsoft.com/l/meetup-join/19%3ameeting_MDdkMzExMzEtNTA4Zi00ODkzLWE1MzQtYzk3M2RkN2U5ZjY4%40thread.v2/0?co ntext=%7b%22Tid%22%3a%221d96fa6e-38c4-4eff-a0b0-72c01218a89c%22%2c%22Oid%22%3a%2289f31444-77ba-4459-b345-8c70209dd9c9%22%7d

The Engineer’s Construction Cost Estimate for this project is between $2,000,000.00 and $2,500,000.00.

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

Persons wishing to view the bid documents may do so online at http://louisvillemsd.bonfirehub.com/portal or at the following locations: Builders Exchange of Louisville, Inc., 2300 Meadow Drive; Associated Builders & Contractors of Kentuckiana, 1810 Taylor Avenue; and F. W. Dodge, 1812 Taylor Avenue; all located in Louisville, Kentucky; and the Associated General Contractors of Kentucky, 2321 Fortune Drive, Suite 112, Lexington, Kentucky.

The Project Manager for this Invitation to Bid is Quinn Corcoran. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal. Questions received less than ten days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda posted on MSD’s designated web portal will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.

MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $200,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:

If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms.

All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal.

MSD SUPPLIER DIVERSITY PROGRAM: Applicable

The MSE/WBE Program is effective June 1, 2020. If selected as applicable above, the goals are as follows:

18.0% MBE – African American, 2.0% MBE – Asian-Indian American and

15.0% WBE – Caucasian Female participation respectively required for this project.

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

MSD BID DISCOUNT: Not Applicable

This MSD construction project is bid and advertised as: check applicable below

Construction Services:
Construction-related Services:

LOCAL LABOR COMMITMENT PREFERENCE: No

COMMUNITY BENEFITS PROGRAM: Yes

The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, KY

More Details

South Shelby Street Sanitary Sewer Improvements

South Shelby Street Sanitary Sewer Improvements

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of South Shelby Street Sanitary Sewer Improvements, Contract No. 16968, Budget ID No. E22116, Drawing Record No. / Sheet No. 16968/1-3, until 10:00 AM, Local Time, Tuesday, September 24, 2024, and will be publicly opened and read at that time. The public may attend the bid opening via teleconference call at 502-654-8113 (Dial-in Number) Conference ID: 313 012 726#.

MSD is using a web-based portal for accepting and evaluating bid proposals digitally at http://louisvillemsd.bonfirehub.com/portal for this Invitation to Bid. Documents may be uploaded at any time during the open period indicated for each proposal.

Description and location of Project: This Contract provides for the installation of approximately 191 linear feet of 8-inch sanitary sewer pipe; six (6) property service connections and associated private plumbing; 2 sanitary sewer manholes; pavement and ground restoration; erosion prevention and sediment control; traffic control; and other appurtenant work. The project is generally located along South Shelby Street in the Merriwether neighborhood in western Jefferson County. All work shall be done in accordance to MSD’s Standard Specifications.

There will be a non-mandatory pre-bid meeting held for this project. The pre-bid meeting will be held on Tuesday, September 10, 2024 at 10:00 AM at the MSD Main Office, 700 W. Liberty Street, Louisville, KY 40203. A nonmandatory site visit will be held from 10:30-11:00 AM, beginning at 1467 South Shelby Street. The site visit will begin promptly at 10:30 AM. Participants are responsible for bring their own PPE.

The Engineer’s Construction Cost Estimate for this project is between $150,000.00 and $200,000.00.

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

Persons wishing to view the bid documents may do so online at http://louisvillemsd.bonfirehub.com/portal or at the following locations: Builders Exchange of Louisville, Inc., 2300 Meadow Drive; Associated Builders & Contractors of Kentuckiana, 1810 Taylor Avenue; and F. W. Dodge, 1812 Taylor Avenue; all located in Louisville, Kentucky; and the Associated General Contractors of Kentucky, 2321 Fortune Drive, Suite 112, Lexington, Kentucky.

The Project Manager for this Invitation to Bid is Jacob L. Mathis, P.E. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal. Questions received less than ten days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda posted on MSD’s designated web portal will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.

MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $200,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:

If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms.

All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal.

MSD SUPPLIER DIVERSITY PROGRAM: Applicable

The MSE/WBE Program is effective June 1, 2020. If selected as applicable above, the goals are as follows:

18.0% MBE – African American, 2.0% MBE – Asian-Indian American and

15.0% WBE – Caucasian Female participation respectively required for this project.

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

MSD BID DISCOUNT: Applicable

This MSD construction project is bid and advertised as: check applicable below

Construction Services: x
Construction-related Services:

LOCAL LABOR COMMITMENT PREFERENCE: No

COMMUNITY BENEFITS PROGRAM: No

The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, KY

More Details

RFB-80-25 DMA – AASF LIGHTING UPGRADE

RFB-80-25 DMA – AASF LIGHTING UPGRADE

Estimate: $1,405,250.00

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

Project Description: The Contractor shall provide all of the materials and perform all the work described in the Specifications and/or shown on the Drawings. Remove and replace the Interior and Exterior Lighting System at the AASF BUILDING, located at the Boone National Guard Center, which is located at 100 Minuteman Parkway in Frankfort, KY. The contractor shall be responsible for all required demolition and removal of the existing controls. All systems shall be installed per Kentucky Building Code with Current Revisions, Americans with Disabilities Act, International Building Code, and National Electrical Code.

The Owner’s preferred daily work schedule shall be Monday-Friday 8 hour/day. There are no Contractor working days on Saturday or Sunday. A 48 hour notification is required for any outage of the existing Power System. Any damaged utility by the Contractor must be put back into service immediately.

Project Location: Frankfort

More Details

RFB-79-25 EEC-AML-23104AMLBAML-BIL

RFB-79-25 EEC-AML-23104AMLBAML-BIL

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

Project Description:
The Becca Baker Site will consist of the construction of one Concrete Junction Box to rejoin 24″ HDPE pipe, and replace in kind Concrete Block wall with Non-Reinforced Block Wall Type I near the placement of Junction Box.
The James Whitaker Site with consist of the re-construction of an 80’ LF of 2’ flat bottom Gabion Ditch and re-construct 36 LF of 3’ high Gabion Ditch, clean out existing Gabion weir and back fill with Class II/II rock.
Mobilization is setup to provide for construction equipment to be delivered to the site.
Earthwork work bid item is included to excavate material to construct junction box and gabion ditch at other areas as directed by the ENGINEER. Material will be transported to an off-site waste area. Utility Relocation, Structure Removal/Replacement and Landscape Allowance are setup to address these features that may require location / replacement to facilitate normal reclamation activities. Site Prep is included, at both the sites and waste area to prep the areas for reclamation and material storage. Residential Seeding are included for all reveg efforts within the site and waste area. Roadway Stone is included to provide for access during normal reclamation. Bituminous Repair is included to repair “in kind” all asphalt surfaces damage due to normal reclamation activities.

Project Location: Perry County

More Details

RFB-78-25 KYTC – Whitley Co Foundation Salt Storage

RFB-78-25 KYTC – Whitley Co Foundation Salt Storage

Estimate:
$170,000.00

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

This project will serve as the new District 11 Highway Department Maintenance Facility replacing an existing salt structure located at another site in Whitley County. This project consists of a new 3,000-ton capacity salt storage building with a 10’-0″ tall reinforced concrete walls bearing on an asphalt slab, with pockets of these walls extending into the subgrade to prevent sliding. Concrete buttresses will be placed along the straight run of wall to resist lateral forces imposed on the structure. On top of the concrete will be a pre-fabricated metal truss structure sheathed with a fabric cover, of which the design and installation is outside the scope of this project (NIC by Owner). The new salt structure is a component of another larger project that includes three structures at the upper site at this same location along with complete site civil and site utility work. These five components of this project are the following: C – Civil, SU – Site Utilities, ESS – Equipment Storage Shed, MF – Maintenance Facility, & SEO – Section Engineer Office. A second existing salt structure will be moved to the lower site next to the new salt structure from another site later by the user agency (NIC).
The following items will be Owner provided Owner installed (Not-in-Contract):
1. ASPHALT PAD – Will be installed by Owner for the new Salt Structure at the Lower Site location (NIC) – Pad will be in place before start of project.
2. PMCS ROOF STRUCTURE – Owner will provide and install PMCS Roof Structure on top of New Salt Structure.

Project Location: Whitley County

More Details

RFB-77-25 DMA – London Exterior Repairs

RFB-77-25 DMA – London Exterior Repairs

Estimate:
$857,000.00

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

Project Description:
THE INTENT IS TO ELIMINATE WATER INFILTRATION AT VARIOUS POINTS OF THE BUILDING ENVELOPE, REPAIR EXISTING FACADE DAMAGE, AND REPAIR EXISTING STRUCTURAL WALL COMPONENTS.
THIS CONTRACT AND SCOPE ARE INTENDED TO BE LIMITED TO EXTERIOR WORK.
SCOPE, AS NOTED BY OWNER, INCLUDES BUT IS NOT LIMITED TO:
1. TUCKPOINT SELECT AREAS OF EXISTING MORTAR JOINTS, SPECIFICALLY THE ENTIRE UPPER SECOND FLOOR EXTERIOR SOUTHEAST WALL OF DRILL HALL.
2. REMOVE RUST STAINS ON THE EXTERIOR SURFACES.
3. REMOVE MOLD/ALGAE/DARK MICROBIALS FROM THE FACADE WITH APPROPRIATE CLEANERS.
4. PRESSURE WASH ALL EXTERIOR SURFACES.
5. REPLACE AND THEN PAINT SELECT EXTERIOR HOLLOW METAL DOORS AND FRAMES AND ASSOCIATED HARDWARE.
6. PROVIDE NEW BACKER ROD AND SEALANT TO ALL EXISTING EXTERIOR BRICK VENEER CONTROL JOINTS.
7. CLEAN AND PAINT SELECT EXISTING EXTERIOR LINTELS.
8. REPLACE SELECT, EXISTING EXTERIOR STEEL LINTELS WITH NEW LINTELS.
9. REINFORCE EXISTING MASONRY WALLS

Project Location: London

More Details

RFB-67-25 DOC – EKCC Soil Erosion Control

RFB-67-25 DOC – EKCC Soil Erosion Control

Estimate:
$910,500.00

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

This purpose of this project is to repair eroding ditches adjacent to the existing shooting range of Eastern Kentucky Correctional Complex to prevent damage to structures on site. The design solution consists of regrading 2 ditches on site resulting in a total of approximately 1,545 LF of ditch repaired. In addition to repairing the ditch a storm sewer system is proposed along both ditches to reduce the surface flow leading to erosion. In total this system consists of 926 LF of 36″ RCP storm pipe, 586 LF of 24″ RCP storm pipe, 7 KYTC Type 1 inlets, 9 KYTC Type 2 inlets, 4 Headwalls, and one 4’ Manhole.

Project Location: Morgan County

More Details

RFB-76-25 DMA – WHFRTC CHP Drainage Repair

RFB-76-25 DMA – WHFRTC CHP Drainage Repair

Estimate:
$558,735.00

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

Project Description:
The WHFRTC CHP Drainage Repairs Project includes the following major work items:
1.) Demolition
a. Removal of existing downspout boots on five metal buildings.
b. Removal of all existing underground HDPE pipe that interferes with new construction.
2.) Stormwater Improvements
a. Provide new downspout boots for five metal buildings.
b. Provide new stormwater collection and french drain system in between buildings to improve the overall drainage of the site.
c. Provide KYTC Class II channel lining to all perimeter ditches at the project site.

Project Location: Muhlenberg County

More Details

RFB-68-25 EEC-AML-23103AMLBAML-BIL

RFB-68-25 EEC-AML-23103AMLBAML-BIL

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

This Reclamation Project is located near Dorton in Pike County at 1679 HWY 611, Pikeville, KY 41501. GPS coordinates are 37.3160°N, 82.5204°W. The waste area is located adjacent to US-23 at GPS coordinates 37.2704°N, 82.5974°W.
A slide has occurred immediately upslope of and impacting the residence. To abate this problem, the slide material will be removed and a non-reinforced block wall (Type II) will be installed behind the residence. Subdrain will collect drainage from the yard and wall area and conduct the drainage to the natural creek via installed pipes/features. The access from KY-611 will be replaced for access to the work site. The disturbance at the project site is expected to encompass approximately 0.5 acres. Waste generated by construction activities will be transported to an approved waste area approximately 6.9 miles from the project site.
The project site has previously been disturbed by coal mining operations and residential development. The waste site has been previously disturbed by coal mining, landowner development and AML waste placement activities. Construction disturbances will be kept to a minimum utilizing the approved Best Management practices prior to beginning any major earth disturbance (excluding initial site preparation for access only) until all silt control measures will be installed. These include but are not limited to silt barriers (bales & silt fence). No trees
greater than 3” diameter at breast height will be cut as part of this project. All disturbed areas (including waste areas) will be promptly revegetated at the end of construction. 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. This project does not disturb natural streams, and sediment control will be provided using silt bales and fence.

Project Location: Pike County

More Details

RFB-71-25 EEC-AML-22025AMLBAML-BIL

RFB-71-25 EEC-AML-22025AMLBAML-BIL

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

Project Description:
This Reclamation Project consists of constructing diversion ditches and subdrains to remediate standing water behind the Justice residence. The site is located near Mouthcard on Big Card Creek in Pike County. The project location is at 37° 22′ 25.304″ N latitude and 82° 15′ 33.1″ W longitude. The 911 address of the Justice home is 711 Big Card Road, Mouthcard, KY.
Subdrain will be installed in front of the 3 openings on the hill behind the residence. One of the three openings will be closed with a wildlife closure, the other two openings have been previously and sufficiently closed. This subdrain will outlet into a new circular bottom ditch from the portal level to the yard level and picked up by a drop box to be installed at that level.
Subdrain will be installed behind the residence and along the yard bench to outlet into the natural drains north and south of the residence. The existing diversion ditch from the portal elevation to the yard level will be replaced with a 2-foot bottom width Class II ditch. Waste generated by construction activities will be transported to an approved waste area.
The project site has previously been disturbed by coal mining operations. Construction disturbances will be kept to a minimum utilizing the approved Best Management practices prior to beginning any major earth disturbance (excluding initial site preparation for access only) until all silt control measures will be installed. These include but are not limited to silt barrier bales & silt fence. Trees greater than 3” diameter at breast height will be cut as needed for construction of the subdrain/ diversion ditches. All disturbed areas will be promptly revegetated at the end of construction.
Access to the site will be via state roads and Big Card Creek County Road. A temporary low water crossing is proposed for construction access to the site. Use of the existing concrete bridge will not be allowed by construction equipment. Bituminous repair is included in the project for repair of the driveway and Big Card Road if necessary.

Project Location: Pike County

More Details

RFB-65-25 DMA – BNGC – Facilities Building 162 Upgrades

RFB-65-25 DMA – BNGC – Facilities Building 162 Upgrades

Estimate: $633,030.00

Estimated Length of Project: 180 (Substantial Completion) + 30 (Final Completion)

Updates to restrooms include replacing plumbing fixtures, lighting, floor and ceiling, and wall finishes throughout the interior of the existing Facilities Building 162 at the Boone National Guard Center in Frankfort, Ky. The overall upgrades also include a new breakroom layout with new plumbing fixtures, cabinets, countertops, and appliances. Select offices and a conference room will receive new carpet tile, and all corridors will receive new MMA flooring. A new connector with a building entrance will be constructed to connect to separate building corridors, enclosing an existing outside walkway. The new connector will be masonry wall construction with light gauge framing and a new SBS membrane roof. A new corridor will be constructed to improve interior circulation. New concrete masonry will be installed on the exterior of the building along with new foundation drain tile. Site work is required to remove a building adjacent earth-berm and excavation for new foundation drain provisions. HVAC work includes replacing electric wall heaters. Electrical upgrades include new LED light fixtures with occupancy sensor lighting controls throughout the project area.

Project Location: Frankfort

More Details

East Market Street Catch Basin Replacement Project

East Market Street Catch Basin Replacement Project

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of East Market Street Catch Basin Replacement Project, Contract No. 2025-009, Budget ID No. H25227, Drawing Record No. / Sheet No. , until 10:00 a.m., Local Time, Thursday, September 19, 2024, and will be publicly opened and read at that time. The public may attend the bid opening via teleconference call at 502-654-8113 (Dial-in Number) Conference ID: 326 815 323#.

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: Catch basin replacement along East Market Street between South Preston Street and Baxter Avenue. All work shall be done in accordance to MSD’s Standard Specifications.

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

The Engineer’s Construction Cost Estimate for this project is between $350,000.00 and $450,000.00.

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

Persons wishing to view the bid documents may do so online at http://louisvillemsd.bonfirehub.com/portal or at the following locations: Builders Exchange of Louisville, Inc., 2300 Meadow Drive; Associated Builders & Contractors of Kentuckiana, 1810 Taylor Avenue; and F. W. Dodge, 1812 Taylor Avenue; all located in Louisville, Kentucky; and the Associated General Contractors of Kentucky, 2321 Fortune Drive, Suite 112, Lexington, Kentucky.

The Project Manager for this Invitation to Bid is Joseph Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal. Questions received less than two days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda posted on MSD’s designated web portal will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.

MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $200,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:

If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms.

All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal.

MSD SUPPLIER DIVERSITY PROGRAM: Not Applicable

The MSE/WBE Program is effective June 1, 2020. If selected as applicable above, the goals are as follows:

18.0% MBE – African American, 2.0% MBE – Asian-Indian American and

15.0% WBE – Caucasian Female participation respectively required for this project.

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

MSD BID DISCOUNT: Applicable

This MSD construction project is bid and advertised as: check applicable below

Construction Services: x
Construction-related Services:

LOCAL LABOR COMMITMENT PREFERENCE: No

COMMUNITY BENEFITS PROGRAM: No

The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, KY

More Details

City of Shepherdsville – Shepherdsville City Park

City of Shepherdsville – Shepherdsville City Park

The purpose of this bid invitation is to solicit proposals for the reconstruction of the Shepherdsville City
Park.

Shepherdsville City Park Q&A Log

Shepherdsville City Park Q&A Log V2

Project Location: Shepherdsville, Kentucky

More Details

RFB-69-25 CHFS – WSH Electrical Upgrade Phase III

RFB-69-25 CHFS – WSH Electrical Upgrade Phase III

Estimate:
$2,661,633.00

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

Project Description:
Project involves upgrading the electrical distribution equipment and feeders within Buildings 59 – 63 of the main building. New distribution will be provided from building 58 and 62 to serve Buildings 59–63. Existing panelboards will be removed, and the existing branch circuits will be extended to the new panels. The rewiring of branch circuits within patient wards 55-B, 56-B, 56-G, 56-2, 57-2, 58-2, 58-3, 60-2, 60-3, and 61-2 are included.

Project Location: Hopkinsville

More Details

RFB-70-25 DMA – BUECHEL FIELD MAINTENANCE SHOP DEMOLITION

RFB-70-25 DMA – BUECHEL FIELD MAINTENANCE SHOP DEMOLITION

Estimate: $110,938.00

Estimated Length of Project: 60 (Substantial Completion) + 7 (Final Completion)

Project Description: Demolition of an existing Maintenance shop building and foundation. Demolish existing concrete wash bay and oil/water separator. Removal and capping of site utilities, removal of fencing behind the building, regrading of the site to prepare for new construction.

Project Location: Louisville

More Details

RFB-09-25 ELC-McDowell Ctr Complete Building Renovation Phase 2

RFB-09-25 ELC-McDowell Ctr Complete Building Renovation Phase 2

Estimate:
$4,256,603.00

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

Project Description:
The Charles McDowell Center for the Blind was constructed in the early 1990s and has minimal upgrades to the building over the past 30 years. The First Floor of the East Wing contains 15 Dorm Rooms, support areas including Arts/Crafts, Study, Laundry, Nurse’s Station, Fitness Room, Offices, Lounge, Kitchen, and Cafeteria. The First Floor of the West Wing and Second Floor consists of administrative and teaching spaces.
This project consists of interior finish renovations throughout, select locations for training area reconfigurations, as well as mechanical, electrical, and plumbing renovations throughout.
The project will be constructed utilizing four (4) Phases in order to keep the majority of the building operating throughout construction. The areas under construction will be unoccupied at the time of construction, while adjacent spaces will be occupied.

Project Location: Louisville

More Details

RFB-63-25 DMA Construct Burlington Field Maintenance Shop (FMS)

RFB-63-25 DMA Construct Burlington Field Maintenance Shop (FMS)

Estimate: $14,641,061.00

Estimated Length of Project: 540 (Substantial Completion) + 30 (Final Completion)

The Burlington Field Maintenance Shop (FMS) will be a 24,062 square feet structure located at the Burlington National Guard Center in Burlington, Kentucky. The new facility will be developed on an undeveloped site and includes associated parking, roads, and utilities. The new facility will be primarily a load bearing masonry structure. It will include a maintenance shop consisting of four workbays and an overhead 15-ton bridge crane continuous across all four of the maintenance bays. The project includes a 60kW photovoltaic array and a geothermal system.

Project Location: Burlington

More Details

RFB-66-25 Re-Ad of RFB-19-25 DMA – Arsenal HVAC Envelope

RFB-66-25 Re-Ad of RFB-19-25 DMA – Arsenal HVAC Envelope

Estimate:
$434,740.00

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

Project intent is to modify existing mechanical systems and building shell as to aid in the control of humidity and temperature within the building to help preserve museum artifacts. Work shall include the replacement of the existing modified bitumen roofing, addition of added glass-fiber insulation to the existing attic, addition of spray-foam insulation and vapor barrier to the existing crawl space, installation of four (4) new hollow metal doors/frames, as well as minor wall opening modifications for new mechanical ductwork and sealant at openings

Project Location: Frankfort

More Details

RFB-64-25 DMA Monticello RC Interior Restoration

RFB-64-25 DMA Monticello RC Interior Restoration

Estimate:
$2,718,964.00

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

Replace aging latrine facilities at the Readiness Center in Monticello, Kentucky, along with a renovation to the existing space to create include a Lactation Room, to comply with UFC 4-171-05. Demo existing restroom facilities and associated architectural and MEP systems, and replace with new fixtures and systems as indicated in the contract documents. Demo and new vault addition to meet with current codes and requirements. Administrative and common areas of the Readiness Center to receive new finishes. New LED lighting to be installed throughout the Readiness Center. New windows to be installed throughout.
Plumbing upgrades include a new site sanitary lift station, new plumbing fixtures in renovated shower rooms, new water heaters and recirculating hot water system, and replacement of all below slab cast iron sanitary piping. Mechanical upgrades include a new VRF HVAC system with new dedicated outdoor air units, and a new Automated Logic Corp building automation system provided via allowance provided by Emcor. Electrical upgrades include new LED light fixtures with occupancy sensor lighting controls throughout the building, replacement of Federal Pacific power panels, and new data cabling & cable tray.

Project Location: Wayne County

More Details

RFB-56-25 PARKS LB-Lodge-Structural Repairs Phase 2

RFB-56-25 PARKS LB-Lodge-Structural Repairs Phase 2

Estimate: $1,050,000.00

Estimated Length of Project: 160 (Substantial Completion) + 30 (Final Completion)

Project Description: This project consists of miscellaneous structural repairs and restoration including selective demolition and replacement of beams and columns, selective demolition and replacement of stairs and guards, installation of timber beams, and mass shoring and resupport of deteriorated timber columns on new concrete piers. Carpentry and concrete work shall be considered architectural and highly skilled in craftsmanship. Shoring is to be installed in a planned methodical sequence under the supervision of a Professional Engineer.

Project Location: Cadiz

More Details

Subscribe