Uncategorized

RFB-243-24 DJJ-Northern YDC Chiller Replacement

RFB-243-24 DJJ-Northern YDC Chiller Replacement

Estimate:
$398,188.00

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. The Chiller and Chilled Water System of the Northern YDC Facility will be removed and replaced per the International Mechanical Code, ASHRAE, Kentucky Building Code with Current Revisions, Americans with Disabilities Act, International Building Code, and National Electrical Code.
The Contractor shall remove and take ownership of the existing chiller. The contractor shall disconnect the existing chiller from power and control and, disconnect the existing chiller from piping and mounting. Remove the existing chiller from its installed location and make the location ready for the new chiller described in the following. Make legal and lawful disposal of the chiller, which involves recycling of the unit beginning with refrigerant recovery and dismantling of the assembly for recycling or other appropriate disposition.
The Contractor shall provide a temporary Chiller while the existing Chiller is removed and a new Chiller including the Microprocessor controlled, multiple-scroll compressor, air-cooled, chiller of the scheduled capacities as shown and indicated on the Drawings, including but not limited to: chiller package, electrical power and control connections, and chilled water connections.
The Owner’s preferred daily work schedule shall be Monday-Friday 8 hour/day. There are no Contractor working days on Saturday-Sunday. A 48 hour notification is required for any outage of any existing utility including the Chilled Water and Heating Water Systems. Any damaged utility by the Contractor must be put back into service immediately.

Project Location: Crittenden

More Details

RFB-59-25 KCTCS – Renov and/or Construct Transportation Training – Ashland CTC

RFB-59-25 KCTCS – Renov and/or Construct Transportation Training – Ashland CTC

Estimate:
$7,919,165.00

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

The project consists of renovation of an existing factory building to house technical education programs. The work includes renovation of all areas of the building. The existing factory space will be converted as required to house Automotive Technology and Diesel Technology programs including related classrooms and storage spaces. A CDL program will operate on the site with classroom space inside the building as well. Remaining space in the factory area will be designated for future use by Industrial Training programs. Existing office space adjacent to the factory area will be fully renovated to accommodate the needs of the college at this location.
Structural modifications are to be made to an existing pre-engineered metal building as needed for new programs.
Sitework will consist of new asphalt and concrete pavements, and new sidewalks. Grading and drainage will be altered as needed for new site features. All electrical systems are to be replaced and/or upgraded including a new electrical service entrance. Existing HVAC systems will be upgrade and new systems will be added as needed for new program spaces. HVAC work will include new controls systems. All plumbing fixtures will be replaced and/or upgraded throughout the building.

Project Location: Boyd County

More Details

RFB-58-25 KHS – ECU Replacement

RFB-58-25 KHS – ECU Replacement

Estimate:
$370,000.00

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

Project Description:
The History Center Environmental Control Units (ECU) provide temperature and humidity conditions within a stable range in the Archival Storage Area of the History Center.
This project consists of the installation of two ECUs and associated roof mounted air-cooled condensers, power & control wiring, refrigerant, water and drainage piping to replace the one existing unit and provide redundancy with a second unit. Additionally, the project includes replacing sections of the existing ductwork and the replacement of existing diffusers. The system will be interfaced with the ALC’s ‘WebCTRL’ system to provide temperature averaging, scheduling, monitoring, and reporting of data to CEMCS. The allowance for the controls work is to be included in the contractors bid at the pre-determined allowance listed in the bid documents.
Roof curbs for the remote air-cooled condensers have been included in a roof replacement project separate from this ECU replacement project. The contractor is responsible for coordinating the installation with the roof replacement contractor and is responsible for setting the condensers and running refrigerant piping, electrical and control wiring between the system components.

Project Location: Frankfort

More Details

RFB-50-25 DMA – RAVENNA RC RESTROOM MODERNIZATION

RFB-50-25 DMA – RAVENNA RC RESTROOM MODERNIZATION

Estimate:
$538,312.00

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

Replace aging latrine facilities at the Readiness Center in Ravenna, Kentucky, along with a renovation to the existing space to include a Lactation Room, to comply with UFC 4-171-05 and relocate janitor’s closet to existing mechanical room. Demo existing restroom facilities and associated architectural and MEP systems, and replace them with new fixtures, finishes and systems as indicated in the contract documents. Add ¼” steel plate to top of existing vault as well as on the vault existing floor slab to meet with current codes and requirements. Existing corridor, classroom 124, administration room and kitchen area of the Readiness Center to receive new floor finishes; corridor to receive new base and corridor walls to be painted. Demo all existing drop ceiling and existing light fixtures in areas indicated on the plans and replace with new acoustical lay in celling grid and tile. Plumbing upgrades include new plumbing fixtures in renovated shower/locker rooms, new water heaters and recirculating hot water system, and replacement of all below slab cast iron sanitary piping as indicated on drawings. Mechanical upgrades include relocating existing VRF indoor units and reworking existing exhaust/supply air systems to accommodate the new floor plan. Electrical upgrades include new LED light fixtures with occupancy sensor lighting controls throughout the project area. Communications work will include relocating the existing data rack and networking equipment and replacing existing data cabling. HVAC controls modifications will be provided via an allowance by Emcor, the facilities incumbent controls provider. Text is intended to give an overview of work and not be all inclusive of all details. See drawings for all details of contract.

Project Location: Estill County

More Details

RFB-60-25 EEC – FOR – MP Bert T Combs Roof Replacement

RFB-60-25 EEC – FOR – MP Bert T Combs Roof Replacement

Estimate:
$191,498.00

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

Project Description:
The objective is to replace existing roof materials and provide new roof cover, as the existing roof has reached its service life. Water is infiltrating to the interior in some areas.
Demo existing roof material down to the existing deck. Provide new roof cover board and memebrane over existing lightweight concrete as base bid.
Replace existing turbine roof vents and one existing aluminum power vent.
The new membrane will be a 60 mil PVC over the new cover board.
The new metal and will be prefinished steel.
A layer of new polyisocyanurate insulation board will be priced as and alternate.

Project Location: Bell County

More Details

RFB-61-25 DJJ-Warren HVAC Controls Upgrades

RFB-61-25 DJJ-Warren HVAC Controls Upgrades

Estimate:
$155,000.00

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

Project Description:
Existing air terminal units are in need of new controllers as well as programming and associated work. Contractor to provide and install a new JACE 8000 equipment running Tridium’s Niagara 4 framework. New JACE to be located in mechanical room in the location of the existing controller. Provide Tridium licenses and Service Maintenance Agreement as necessary for JACE installation. Replace equipment controllers as indicated on the floorplans with BACNET-MSTP protocol control devices. Provide any necessary networking and communication cabling, power transformers and accessories as necessary to physically connect existing equipment controllers with JACE controller.

As part of this project, histories are intended to be compatible with Commonwealth Energy Management and Control System policies, configuration and naming convention. It is required to ship data to Tridium Niagara Supervisor for CEMCS export under this scope of work. Mechanical equipment has been identified through the record drawings provided and an anticipated points list has been generated based on this equipment. The contractor shall use this points list as a guideline and as a demonstration of CEMCS standard naming convention. Discover all existing points within the existing BACnet network and other communication networks existing. Estimate of controls points currently available is 260.Provide all controls programming to implement the sequence of operation by the engineer.

Project Location: Bowling Green

More Details

RFB-57-25 KSP – HQ Roof Replacement

RFB-57-25 KSP – HQ Roof Replacement

Estimate:
$750,000.00

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

Remove existing shingle roofing on main facility and existing storage shed and install new standing seam metal roof. All existing gutters and downspouts to remain. Install new wood framing roof at two existing canopies and install new standing metal roof. Total approximate area: 28,750 S.F.

Project Location: Frankfort

More Details

RFB-49-25 CHFS-OUT – Renovate Cottages 101-105, Phase I

RFB-49-25 CHFS-OUT – Renovate Cottages 101-105, Phase I

Estimate:
$1,785,360.00

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

Project Description:
Projects are split into two volumes. Volume One: Interior restroom renovation in four (4) of five (5) total cottages, specifically, Ash, Birch, Maple and Oak Cottages, and new handrails in RLC (Resident Life Center) and bedroom corridors of four cottages. Volume Two: Replacement of cottage air handlers (all cottages) and chiller replacement at RLC.

Project Location: Dawson Springs

More Details

RFB-54-25 EEC-AML-Landslide-BIL

RFB-54-25 EEC-AML-Landslide-BIL

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

The site involves a large landslide that broke from a pre-law bench (push over
material) above the Radford Ratliff house seat. The slide material (mud flow)
traveled down the drain approximately 650 feet and deposited a significant amount
of mud and debris into the yard and driveway. The landslide damaged a drilled
water well, out building, and sawmill. The slide did not strike the home. The
landslide deposited material in two (2) more locations below Radford Ratliff’s
house seat. All these sites will be reclaimed.

Project Location: Pike County

More Details

25-0822 – CMF Materials Sorting Facility Stormwater Improvements – Phase I

25-0822 – CMF Materials Sorting Facility Stormwater Improvements – Phase I

INVITATION TO BID

Sealed Bids will be received electronically only by Louisville and Jefferson County Metropolitan Sewer District, for the construction of CMF Materials Sorting Facility Stormwater Improvements – Phase I, Contract No. 25-0822, Budget ID No. H25061, Drawing Record No. / Sheet No. G-0, until 10:00 a.m., Local Time, Thursday, August 22, 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: 186 523 187#.

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

Description and location of Project: Construct a new concrete basin and outlet associated with the green infrastructure that treats stormwater associated with the Louisville MSD Central Maintenance Facility Material Sorting Facility located at 3050 Commerce Center Place, Louisville, KY 40211. All work shall be done in accordance to MSD’s Standard Specifications.

There will be a non-mandatory pre-bid meeting held for this project. August 13, 2024, at 10:00 am at 3050 Commerce Center Place, Louisville, KY 40211.

The Engineer’s Construction Cost Estimate for this project is between $225,000.00 and $245,000.00.

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 Colette Easter. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal. Questions received less than 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 2.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 0.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 12.0% 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:

2.0% MBE – African American, 0.0% MBE – Asian-Indian American and

12.0% 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-55-25 DMA-ACA Harlan-HVAC and Latrine Upgrades

RFB-55-25 DMA-ACA Harlan-HVAC and Latrine Upgrades

Estimate:
$1,036,093.00

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

Project Description:
Renovate all latrine areas (cadet and public) in the building that were not previously renovated. In addition to all associated mechanical and plumbing components, replace all interior architectural finishes for these areas with durable low maintenance materials. The work will include relocating some interior non-loadbearing walls and partitions in the latrine areas to achieve better sightlines and, to the extent it is possible, accommodate persons with disabilities. Plumbing upgrades include replacing all cast iron plumbing in restrooms. Electrical upgrades include replacing all lighting. Mechanical upgrades include updating systems in restrooms and surrounding areas. Text is intended to give overview of work and not be all inclusive of all details. See drawings for all details of contract.

Project Location: Grays Knob

More Details

RFB-52-25 DOC – GRCC – PA System Replacement

RFB-52-25 DOC – GRCC – PA System Replacement

Estimate:
$247,500.00

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

The purpose of the Project is to replace the existing public address system serving the secure portion of the complex including the inmate yard, cell houses, gymnasium, and dining hall. A new system comprised of an IP head end and distribution in each designated building along with new exterior and interior speakers shall be installed throughout the facility at locations indicated on the drawings. The new head end shall be rack mounted in the existing data rack in building C. The existing public address system and all preceding equipment, cabling, and supports are to be removed complete.

Project Location: Central City

More Details

RFB-53-25 DMA -CYPRESS CREEK RESTORATION PHASE II

RFB-53-25 DMA -CYPRESS CREEK RESTORATION PHASE II

Estimate:
$1,807,751.00

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

The Wendell H. Ford Regional Training Center (WHFRTC) is on reclaimed strip-mine land. Cypress Creek is channelized and flows in a straight pattern through broad floodplains within the WHFRTC, resulting in the loss of diverse aquatic habitat complexes. The project will involve the relocation and restoration of +/- 49,770 linear feet of Cypress Creek and its tributaries using natural channel design principles. The objective of this project is to establish a stable, natural stream pattern and dimension to restore the existing degraded habitat, altered primary physical processes, and destabilized in-stream conditions.

Project Location: Muhlenberg

More Details

RFB-48-25 EDU – Ashland Career Center Interior & Exterior Upgrades

RFB-48-25 EDU – Ashland Career Center Interior & Exterior Upgrades

Estimate:
$515,728.00

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

Project Description:
Replace aging restroom finishes and fixtures at the Career Center in Ashland, Kentucky, along with a renovation to the existing space to include new floor and wall finishes and new lighting. Demo existing restroom facilities and associated architectural and MEP systems, and replace them with new fixtures, finishes and systems as indicated in the contract documents. Demolish front deteriorating concrete stair. Install new concrete stairs and handrails at front entrance.
Plumbing upgrades include replacing all plumbing in stacked restrooms. Electrical upgrades include replacing all lighting. Mechanical upgrades include updating ventilation to restrooms.
Text is intended to give overview of work and not be all inclusive of all details. See drawings for all details of contract.

Project Location: Ashland

More Details

RFB-51-25 DOC – KCIW – Fire Doors and Fire Escapes Repair/Replace Phase 2

RFB-51-25 DOC – KCIW – Fire Doors and Fire Escapes Repair/Replace Phase 2

Estimate:
$221,160.00

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

Project Description:
1 The work of this project consists of:
a. Removal of existing detention hollow metal doors and frames.
b. Provide and install new detention hollow metal doors, frames, and hardware. Removal ofexisting door/frame and installation of new door/frame shall occur within the same workingday.
c. Demolish and provide new exterior stair on the west side of building as shown in thedrawings.

Project Location: Pewee Valley

More Details

RFB-45-25 DOC – Various – Water Tower Painting/Repairs

RFB-45-25 DOC – Various – Water Tower Painting/Repairs

Estimate:
$1,410,000.00

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

Project Description:
The Kentucky State Penitentiary 300,000 Gallon Elevated Water Storage Tank Repaint shall be blast cleaned in accordance with SSPC SP 10 on the tank interior and exterior. The existing coating does contain lead. An SSPC Guide 6 Class 3 full containment system shall be used. Various repairs shall be made to the tank, then repainted per the required scope of work as specified.

Due to the safety & security requirements of the site, additional site work including security fencing, sidewalks, and relocation of utility poles as well as installation of temporary ground storage and emergency pumps are also required.

Project Location: Eddyville

More Details

Belle of Louisville Force Main Replacement

Belle of Louisville Force Main Replacement

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of Belle of Louisville Force Main Replacement Contract No. , Budget ID No. G25004, Drawing Record No. / Sheet No. , until 10:00AM, Local Time, Tuesday, August 20, 2024, and will be publicly opened and read at that place and time. The public may attend the bid opening via in-person attendance at MSD’s Main Office (700 West Liberty Street) in the LOJIC Training Room.

Description and location of Project: The project provides for the replacement of all existing exposed piping and connections, with new stainless steel piping, fitting, valves, brackets and associated hardware at the Belle of Louisville. 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 Belle of Louisville, 401 W River Road, Louisville, KY 40202, at 10:30 A.M. Local Time, Thursday,
August 8, 2024
.

The Engineer’s Construction Cost Estimate for this project is between $40,000.00 and $60,000.00.

The bid documents will be available on Thursday, August 1, 2024, 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 Taylor Friesz. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Taylor Friesz at Taylor.Friesz@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 $200,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation, as revised, effective July 1, 2023, MSD has adopted and implemented the 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 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.

If selected as “Applicable, Partial Waiver” below, the Contractor must subcontract a percentage of the total amount of the Contract Bid price to certified African American minority-owned businesses, Asian-Indian American minority owned businesses, and Caucasian Female business as specified in the partial waiver attached hereto and as set forth in the “MSD SUPPLIER DIVERSITY PROGRAM” section below.

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

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 July 1, 2023. If selected as “Applicable” or “Applicable, Partial Waiver” above, the goals are as follows:

18.0% MBE – African American participation


2.0% MBE – Asian-Indian American participation

15.0% WBE – Caucasian Female participation

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-39-25 Education – FFA LTC Classroom and Activity Center

RFB-39-25 Education – FFA LTC Classroom and Activity Center

Estimate:
$5,006,910.00

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

Project Description:
Project consists of demolition of an existing camp building and construction of a new building at the same location which is a single-story building of 13,200 sf providing a welcoming lobby, break out spaces, a classroom and a large activity space. Exterior spaces include covered porches and gathering areas. Site work includes construction of site grading, and new landscaping is included. HVAC System utilizes water source heat pumps and a dedicated outside air unit. This is a LEED v 4 project.

Project Location: Hardinsburg

More Details

RFB-43-25 CHFS-ESH – Replace Man/Down Personal Alarm System

RFB-43-25 CHFS-ESH – Replace Man/Down Personal Alarm System

Estimate:
$241,420.00

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

The purpose of the Project is to replace the existing “Mandown” personal alarm system serving the hospital and remote PCH buildings. A new system comprised of wireless fobs and ceiling mounted receivers shall be installed throughout the hospital and PCH buildings. The new head end shall be a computer and monitor located in the security room at the main entrance. The existing mandown system and all preceding equipment, cabling, and supports are to be removed complete. The new system will be implemented in phases to accommodate the hospital operation.

Project Location: Lexington

More Details

RFB-47-25 EEC-AML-23018AMLBAML-BIL

RFB-47-25 EEC-AML-23018AMLBAML-BIL

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

This project consists of a slide behind a house at 1296 Highway 3410 in Letcher County residence house is in danger of embankment failure behind his residence.

Project Location: Hazard, Kentucky

More Details

RFB-44-25 CHFS – ESH – Upgrade Security System

RFB-44-25 CHFS – ESH – Upgrade Security System

Estimate:
$434,922.00

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

Project Description:
This project provides for the upgrade of the existing video management system (VMS) in place at Eastern State Hospital and the addition of seventy-seven new cameras to the system.

The work scope will involve the following features:
• Provide and install new CCTV cameras in and around the main hospital building.
• Provide and install new CCTV headend servers and NVR with new servers and NVR in the existing communications room.
• Upgrade the existing Ocularis video management system to the latest version of the Ocularis video management software.
• The new system hardware and cameras much be installed and made operational while the existing system maintains operation and is removed only after the existing system is installed and fully operational.

Project Location: Lexington

More Details

RFB-46-25 EEC-AML-24005AMLBAML-BIL

RFB-46-25 EEC-AML-24005AMLBAML-BIL

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

This Site will consist of the replacement of a 100 LF of 36” HDPE pipe and 1 each standard headwall. The construction of 70 LF of Class II ditch at the entrance of pipe, also 150 LF of Class II ditch on the outlet of pipe to the entrance of an existing 48” HDPE pipe with the construction of 1 each standard headwall on existing pipe. The replacement of 280 LF of 48” HDPE pipe and Construction of 2 Drop Box Type 1 at the existing location of pipe. The construction of 250 LF of Concrete Ditch-trapezoidal ditch 2’ flat bottom behind the residence. With 100 LF of Class II ditch on the outlet of Concrete ditch. The construction of 150 LF of Class II ditch to divert water into main channel to promote positive drainage. Silt Fence will be installed as needed by Scientist on site at appropriate locations.

Project Location: Letcher County

More Details

Lantana Drive Pump Station No. 1 Elimination – Re-Bid

Lantana Drive Pump Station No. 1 Elimination – Re-Bid

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Lantana Drive Pump Station No. 1 Elimination Contract No. 16945, Budget ID No. E22223, Drawing Record No. / Sheet No. 16945/1-15, until 11:00AM, Local Time, Tuesday, August 20, 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: 895 838 340#.

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 813 linear feet of 12-inch sanitary sewer pipe; approximately 3190 linear feet of 24-inch sanitary sewer pipe; approximately 210 linear feet of 36-inch jack and bore; eighteen (18) property service connections; 14 sanitary sewer manholes; decomissioning of one pump station (Lantana Drive No. 1) and associated forcemain and gravity sewer; pavement restoration; manhole epoxy, erosion prevention and sediment control; traffic control; and other appurtenant work. The project is generally located along McNeely Lake near Cooper Chapel Road in southeastern 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 Wednesday, August 7, 2024 at 2:30 PM at the MSD Main Office, 700 W. Liberty Street, Louisville, KY 40203.

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 Chris Gregory. 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

RFB-41-25 KSP-KEWS New Towers Pre-Purchase – W2 (Barren River/Dale Hollow)

RFB-41-25 KSP-KEWS New Towers Pre-Purchase – W2 (Barren River/Dale Hollow)

Estimate:
$230,000.00

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

The Kentucky State Police is proposing to erect two (2) new communication towers. The site names are 0312 Barren River and 1505 Dale Hollow. The new structures at 0312 Barren River and 1505 Dale Hollow will be 250’ tall latticed steel self-supporting towers designed to accommodate future 50’ extensions. All towers will be designed to support equipment that will improve the Kentucky State Police communications system. This project is to procure the tower steel, hardware, and anchorage materials required to erect the structures and to store the material for up to six (6) months after fabrication.

Project Location: Various

More Details

FY25 Linear Infrastructure Rehabilitation

FY25 Linear Infrastructure Rehabilitation

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of FY25 Linear Infrastructure Rehabilitation Contract No. 17222, Budget ID No. E21029, Drawing Record No. / Sheet No. 17222/1-34, until 11:00AM, Local Time, Tuesday, August 27, 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: 988 853 89#.

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 CCTV inspection and cleaning of approximately 21,000 linear feet of sanitary sewer mains, ranging in diameter from 8 to 18 inches, installation of approximately 11,000 linear feet of cured-in-place pipe in sanitary mains, approximately 45 associated laterals to be lined using cured-in-place pipe for approximately 1,200 linear feet, and approximately 10 open-cut point repairs. This project also includes inspection of approximately 170 sanitary manholes with potential for subsequent rehabilitation including replacement of manhole castings and chimney seals, as well as manhole epoxy lining. The project includes all erosion control, ground restoration and
appurtenant work as described in the plans and bid proposal. The project sites are inclusive of Jefferson Co., Oldham Co., and Bullitt Co. See FY25 Linear Infrastructure Rehabilitation Map Series for locations in Jefferson Co. 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, August 6, 2024 at 10:00 AM at the MSD Main Office, 700 W. Liberty Street, Louisville, KY 40203 .

The Engineer’s Construction Cost Estimate for this project is between $2,500,000.00 and $3,000,000.00.

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 Chris Gregory. 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

Subscribe