Uncategorized

RFB-12-25 KSP-KEWS Tower Structural Modifications – W2/C1

RFB-12-25 KSP-KEWS Tower Structural Modifications – W2/C1

Estimate:
$683,000.00

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

This project involves the installation of tower structural modifications at selected locations across the Commonwealth. Refer to the construction drawings for site-specific modifications including additional bracing of tower members, member replacements, guy wire replacements and tensioning, removal of existing steel reinforcement, and foundation upgrades.

Project Location: Various

More Details

RFB-20-25 KCTCS – Chiller Replacement – Big Sandy CTC, Pikeville

RFB-20-25 KCTCS – Chiller Replacement – Big Sandy CTC, Pikeville

Estimate:
$807,200.00

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

Project is for the replacement of two chillers with roof mounted condensers, two boilers, four pumps and associated piping, controls, and electrical. New chillers will be air cooled and installed on ground level on top of engineered piers.

Project Location: Pikeville

More Details

RFB-21-25 DJJ – Campbell RJDC Lighting Upgrades

RFB-21-25 DJJ – Campbell RJDC Lighting Upgrades

Estimate:
$258,000.00

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

Project Description:
Replace existing light fixtures and light controls in the existing Campbell County Juvenile Detention Center.

Project Location: Newport

More Details

RFB-17-25 KSP-KEWS Tower Electrical Upgrades – W3-E1

RFB-17-25 KSP-KEWS Tower Electrical Upgrades – W3-E1

Estimate:
$628,622.00

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

This project involves site preparation, restoration, and equipment relocation at selected locations across the Commonwealth. Refer to the construction drawings for site-specific upgrades and modifications including site expansion, new generators, new propane tanks, and relocation of existing site components.

Project Location: Various

More Details

RFB-14-25 CJT – Campus Wide Asphalt Repairs

RFB-14-25 CJT – Campus Wide Asphalt Repairs

Estimate:
$449,195.00

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

Project Description:
The Project consists of the re-pavement of five parking lots on the Department of Criminal Justice Training Campus in Richmond, Kentucky. The project will include the milling of existing asphalt pavement, asphalt pavement overlay and restriping of the parking areas.

Project Location: Richmond

More Details

RFB-23-25 FSS – Bush Building Renovation and HVAC System Replacement

RFB-23-25 FSS – Bush Building Renovation and HVAC System Replacement

Estimate: $5,177,826.00

Estimated Length of Project: 335 (Substantial Completion) + 30 (Final Completion)

Project Description: The Bush Building is a 30,000 sqft office building owned by Finance Facilities & Support Services with primary building tenant being Finance & Administration Cabinet’s Office of Facility Development and Efficiency which includes the Division of Engineering and Contract Administration (DECA) and Division of Facility Efficiency (DFE).This project is the complete unoccupied renovation of the Bush Building and is divided into three distinct bid packages: HVAC Renovation (CAR4), Interiors & Lighting (CAW6), and Roofing (CAV9). Each of these projects are components of the overall project ‘FSS – Bush Building Renovation and HVAC System Replacement’

BID PACKAGE 1 (785-CAR4-BB06-00): HVAC RENOVATION
This building is early 1960s construction with three floors of office space where the HVAC renovation scope of work seeks to completely redesign the mechanical systems and replace the existing constant volume multi zone units (6) for a modern variable air volume system (VAV) with hot water terminal reheat. Additionally, the plant will change to a water-cooled chiller with a closed-loop cooling tower and the addition of a new gas hot water condensing boilers through a new-work natural gas utility connection. Plumbing revisions for under slab sanitary piping are to support the mechanical renovation scope.

BID PACKAGE 2 (785-CAW6-BB08-00): INTERIORS & LIGHTING
This project supports the FSS – Bush Building HVAC Replacement project (Acct. no. 785-CAR4-BB06-00.) The scope of work includes enclosing the second level of the mechanical tower at the south end of the building and creating a new screened roof area for a new chiller. Building envelope upgrades include window replacement throughout and replacement of entry doors at the north end of the building. The masonry water-table will be replaced with precast concrete and thru-wall flashing to correct a water intrusion issue on the first floor. On the interior, existing ceilings will be demolished and replaced with new to conceal the new HVAC ductwork. Interior mechanical room doors will be replaced with sound-control doors to minimize the sound of new HVAC equipment. New lighting and paint throughout the building is also included. The contractor will coordinate, and schedule owner furnished and installed new carpet and vinyl base.

BID PACKAGE 3 (785-CAV9-BB07-00): ROOFING REPLACEMENT
This project involves re-roof work at the Bush Building in Frankfort, KY. Approximately 12,000 SF of roofing material will be demolished and replaced. The existing shingle roof system will be removed down to the existing wood roof deck. Any compromised roof deck will be replaced as required. A new asphalt shingle roof system will be installed over a full coverage ice and water shield. Existing box gutters will be lined with PVC membrane, while standard gutters will be replaced with new work. All roof flashings, accessories, terminations, and downspouts will be replaced with new.

Project Location: Frankfort

More Details

RFB-16-25 KSP-KEWS Tower New Shelters C2-E1

RFB-16-25 KSP-KEWS Tower New Shelters C2-E1

Estimate:
$1,295,844.00

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

This project involves site preparation and restoration, shelter replacement, and equipment relocation at selected locations across the Commonwealth. At most sites, existing fiberglass shelters will be replaced with new concrete pre-cast Fibrebond shelters and all equipment moved from the old to the new shelter. Refer to the construction drawings for site-specific upgrades and modifications including site expansion, new generators, new propane tanks, and relocation of existing site components.

Project Location: Various

More Details

RFB-05-25 KCTCS – Fire Alarm System Upgrades – West Ky. And Hopkinsville Campuses

RFB-05-25 KCTCS – Fire Alarm System Upgrades – West Ky. And Hopkinsville Campuses

Estimate:
$558,325.00

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

Project includes upgrades and equipment replacement of the fire alarm systems at multiple buildings at the KCTCS Hopkinsville and Paducah campuses. Upgrades include fire alarm control panels and associated communication for system monitoring and reporting. Additional fire alarm devices are identified to expand the fire alarm systems. Associated power and network infrastructure is also identified to allow operation.

Project Location: Hopkinsville and Paducah

More Details

FW-001-25 Rebid of FW-007-24 – KDFWR – Veterans Memorial WMA Shooting Ranges

FW-001-25 Rebid of FW-007-24 – KDFWR – Veterans Memorial WMA Shooting Ranges

Estimate:
$3,330,068.00

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

This project includes a new building containing a large classroom, lobby, kitchen, men’s and women’s restrooms, four administrative offices, an exterior classroom and two new Shooting Ranges. While the building will be constructed by the General Contractor, the shooting ranges’ construction falls under the purview of a qualified Range Design Vendor as a subcontractor. The Range Design Vendor is expected to adhere to the provided range design & specifications while implementing a performance-based approach to achieve a ‘No Blue Sky’ range. This entails constructing the range as designed, contributing the necessary approved field modifications during construction, particularly regarding baffle and firing line elevations and orientation to meet the ‘No Blue Sky’ standard. The Range Design Vendor’s bid price assumes their acknowledgment or approval of the current design, demonstrating their commitment to meeting project requirements without additional costs. Their responsibilities encompass building the precast concrete ‘T’ wall, the two range canopies, concrete slabs, range area sidewalks, range baffles, target lines, targets, and other pertinent components essential for the successful establishment of the shooting ranges. The building is a single story, 3,645sf, wood framed structure, has prefabricated wood roof trusses, standing seam metal roof and is clad with fiber cement siding. The earthwork for the range berms will be completed by the earthwork subcontractor, not the Range Equipment Vendor.

Project Location: Sadieville

More Details

CMF Structural Repairs, Phase 1 Project

CMF Structural Repairs, Phase 1 Project

Please note the bid date and time has been changed to August 15, 2024, 11:00 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 CMF Structural Repairs, Phase 1 project Contract No. 17116, Budget ID No. G18154, Drawing Record No. / Sheet No. 1-20, until 11:00 a.m., Local Time, Thursday, August 15, 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: 737 977 7#.

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. Repair of concrete beams and overhead slab in Area E basement, including strengthening of the existing beams with CFRP
wrap.
2. Construct CMU containment wall and fill the west side of Area E basement with cellular fill.
3. Install vertical reinforcing in existing exterior CMU walls at Areas B, D, F, and G, which includes grouting the reinforced cells and dowelling into the existing wall foundations.
4. Install steel braces at top of existing exterior CMU walls at Areas B, D, F, and G and install adhesive anchors along the length of the steel braces.
5. Protection of stored materials from dust, debris, and weather.
6. Contractor and his/her subs shall comply with OSHA and MSD safety requirements (See Drawings) at all times any work is done at site.
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 Central Maintenance Facility, located at 3050 Commerce Center Place, Louisville, KY 40211, on Tuesday, July 9, 2024 at 1:00 pm. We will meet at the front of the building, adjacent to the parking lot. PPE is required in order to access parts of the project. Each bidder is required to provide their own PPE.

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-13-25 KYTC – Construct Boyle County Bridge Crew Facility

RFB-13-25 KYTC – Construct Boyle County Bridge Crew Facility

Estimate:
$1,126,500.00

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

Project Description:
The Work includes construction of a new Bridge Crew Building in Danville, KY. The building is a wood pole barn structure with reinforced concrete pier foundation and insulated floor slab. The building features a double height Service Bay with truss bearing at 15’-6” and heated with electric unit heaters. Finished spaces with gyp. bd. Ceilings at 8’-0” include an Office, Restrooms, Break Room, and Tool Storage, these spaces are heated and cooled. The building shell is insulated with closed-cell spray foam insulation. Floor finish in Service Bay is concrete slab with densifier draining to a catch basin to an oil-water separator, other finished areas to receive MMA floor coating.

Project Location: Danville

More Details

RFB-270-24 KYTC – Daviess County Section Engineer Office

RFB-270-24 KYTC – Daviess County Section Engineer Office

Estimate:
$514,400.00

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

The work consists of a new one story, 2000 square foot office facility with reception room, large work room, private offices, toilets, mechanical and custodial rooms. The building is slab-on-grade with wood framed walls. Materials include fiber-cement siding, asphalt shingles, double hung windows, hollow metal doors and frames, flush wood solid core doors, gypsum board, vinyl composition tile and acoustical lay-in ceiling panels. Mechanical and electrical work shall include plumbing, HVAC, lighting, and power. Site work shall include site grading and paving, and utility connections. An additive alternate will be taken for a range upgrade to the work space kitchenette.

Project Location: Owensboro

More Details

RFB-278-24 KSD – Argo Ph. 5

RFB-278-24 KSD – Argo Ph. 5

Estimate:
$516,185.90

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

Project Description:
This project includes the demolition of an existing exterior ramp serving the Art Room and Wood Shop and replacing it with a new ADA compliant ramp and railings. In the Wood Shop we will be adding a 40” CMU block partition wall and combining the existing Storage Closet and the adjacent Kiln Room. The Greenhouse will receive a new concrete floor slab with trench drains. The yard around the Greenhouse will be cleared of the existing walks and vegetation and will receive a new concrete walkway. The HVAC System will be replaced in the Art Room and Shop using new VRV heat pumps and fan coils. The Dust Collector will be replaced in the Shop Room as well as new ductwork and drops to the Shop Machines. Light fixture will be replaced with new LED style light fixtures as well as emergency exit signage and emergency lighting units. New Power will be provided for these rooms. In addition the Greenhouse will receive new floor drains and storm piping.

Project Location: Danville

More Details

RFB-277-24 Parks – Big Bone Lick Bison Viewing Animal Shelter

RFB-277-24 Parks – Big Bone Lick Bison Viewing Animal Shelter

Estimate: $544,375.00

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

Construct two buildings:
1. An open sided Bison Shelter, 80 feet X 44 feet.
2. A chevron shaped Observation Deck, +/- 12 feet X 48 feet.
All construction is of wood framing

Project Location: Union

More Details

RFB-06-25 FSS – HSB Restroom Upgrades

RFB-06-25 FSS – HSB Restroom Upgrades

Estimate:
$385,768.06

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

Upgrade Multiple bathrooms, including new toilet partitions, trough sinks, faucets, flush valves, toilet accessories, and ADA toilet compartment with new fixtures.

Project Location: Frankfort

More Details

CEDAR CREEK WQTC UV IMPROVEMENTS

CEDAR CREEK WQTC UV IMPROVEMENTS

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of CCWQTC UV Improvements Contract No. 17114, Budget ID No. D24015, Drawing Record No. / Sheet No. 17114, until 11:00 AM, Local Time, July 16, 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: 412 020 68#.

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 UV disinfection equipment at Cedar Creek WQTC will be removed and replaced. The UV channels will be structurally rehabilitated. The existing weighted level control gates in Channel Nos. 1 and 2 will be demolished and replaced with weir gates. All UV channel gate actuators will be demolished and replaced with Rotork actuators. The existing railing and grating will be modified and replaced to accommodate the new gates and UV equipment layout. All work shall be done in accordance to MSD’s Standard Specifications.

There will be a mandatory pre-bid meeting held for this project. The pre-bid meeting will take place at the Cedar Creek WQTC Operations Admin Building on June 24, 2024 at 10:00 AM local time, with site walk to follow.

The Engineer’s Construction Cost Estimate for this project is between $2,800,000.00 and $3,200,000.00.

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 Reese True. 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: 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: 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-02-25 DOC – KSP Waste Water Treatment Plant Upgrades/Replacement

RFB-02-25 DOC – KSP Waste Water Treatment Plant Upgrades/Replacement

Estimate:
$300,000.00

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

Project Description:
Removal of existing sludge collector system and components for two clarifiers and install new sludge collector system for two clarifiers.

Project Location: Eddyville

More Details

Catch Basin Watering Project

Catch Basin Watering Project

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Catch Basin Watering Project Contract No. 2024-037, Budget ID No. 7232113, Drawing Record No. / Sheet No., until 10:00AM, Local Time, Tuesday, June 25, 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: 689 866 744#.

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: Pouring water into existing catch basins within nine different areas of MSD’s service area. All work shall be done in accordance to MSD’s Standard Specifications.

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

The Engineer’s Construction Cost Estimate for this project is between $400,000.00 and $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 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: Not Applicable

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

Construction Services:
Construction-related Services: X

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-04-25 KCTCS – Renovate Technical Campus – Madisonville CC

RFB-04-25 KCTCS – Renovate Technical Campus – Madisonville CC

Estimate:
$2,696,510.00

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

Project Description:
This project is to upgrade mechanical systems, plumbing, lighting and electrical systems, window and door replacements, roofing repairs, and other similar building elements. Additionally, the finishes throughout the buildings are to be updated. The project shall include two additive alternates, one for the Technical School Wall Repairs and Removal of Radiator system and a second for Upgrade of the boiler at the Mining Operations Building. Base Bid work shall include Asbestos Abatement where noted and in connection with proposed renovation work scope.

Project Location: Madisonville

More Details

RFB-01-25 KCTCS – Renovate Main Campus Bldgs – SKYCTC – Asset Preservation

RFB-01-25 KCTCS – Renovate Main Campus Bldgs – SKYCTC – Asset Preservation

Estimate:
$9,369,229.00

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

The Project Scope consists of renovations and improvements to select Buildings on the campus of Southcentral Kentucky Community and Technical College in Bowling Green, Kentucky. The project scope includes work within Building A and Building D with select exterior building and site improvements.
Additionally, the project will complete an upgrade to central plant equipment located at Building C. This new equipment will now serve Buildings A, B & C.
Finally, the project will undertake electrical service upgrades to this end of the campus, which includes the six original buildings. Minimal interior work may be required to accommodate new electrical equipment in buildings not otherwise included in the above scope of work.

Project Location: Bowling Green

More Details

RFB-10-25 CJT- Thompson Hall Window Repair Phase II

RFB-10-25 CJT- Thompson Hall Window Repair Phase II

Estimate: $256,119.00

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

Project Description: The Schwendeman/Thompson complex has 103 failed glazing units within an aluminum ribbon window system and curtain wall, where the internal seal has failed that are in need of replacement.

Project Location: Richmond

More Details

MFWQTC Secondary Load Centers Replacement

MFWQTC Secondary Load Centers Replacement

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of MFWQTC Secondary Load Centers Replacement Contract No. 17122, Budget ID No. D24104, Drawing Record No. /Sheet No. 17122, until 10:00 AM, Local Time, July 16, 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: 574 130 659#.

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: Project includes replacement of two existing electrical load centers (unit substations) and construction of a third new load center within the Morris Forman Water Quality Treatment Center, located at 4522 Algonquin Parkway, Louisville, KY 40211. This project also includes the construction of appurtenant equipment, conduit, cabling, equipment pads, trench drain, and containment sump. All work shall be done in accordance to MSD’s Standard Specifications.

There will be a mandatory pre-bid meeting held for this project. The pre-bid meeting will take place at the Morris Forman WQTC, Admin Building located at 4522 Algonquin Parkway on June 25, 2024 at 10:00 AM local time, with site walk to follow.

The Engineer’s Construction Cost Estimate for this project is between $2,900,000.00 and $3,500,000.00.

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 Reese True. 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: 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: 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-07-25 EEC-AML-Colburn Combs Slide-BIL

RFB-07-25 EEC-AML-Colburn Combs Slide-BIL

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

Project Description:
AML proposes to construct a Gabion Retaining wall below the driveway to support the area (226 LF) and a Rail Steel Panel wall for drill bench (95 LF). The Gabion Retaining wall (226 LF. in length) below the driveway of Colburn Combs will include a sub drain behind the wall with a chain-link fence on top. The Rail Steel Panel wall (95 LF in length) will have backfill behind the rail steel wall and a chain-link fence on top. Driveway to be replaced 140LF by 14LF and 4inches in depth (0.33ft) divided by 27 = 24 CY of concrete for the driveway.

Project Location: Perry County

More Details

RFB-08-25 EEC-AML-23022AMLBAML-BIL

RFB-08-25 EEC-AML-23022AMLBAML-BIL

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

The project consists of a persistent medium-sized slide, extensive drainage issues around home, rocks falling off highwall behind home and four portals on the bench above home. The project site is located just above 1114 Upper Second Creek Road in the Hazard community, in Perry County. The slide continues to worsen and as a result, the structural stability of the home and pool have been compromised. In addition to this, the slide could potentially threaten oncoming traffic along an approximate 350 L.F. section of Upper Second Creek, a highly populated area.

Project Location: Perry County

More Details

RFB-271-24 DJJ – Breathitt JDC Creek Stabilization

RFB-271-24 DJJ – Breathitt JDC Creek Stabilization

Estimate:
$100,835.00

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

In July 2022 Breathitt County along with several other Southeast Kentucky counties experienced the most significant flooding in generations probably in the county’s recorded history. The Breathitt DJJ facility’s southern property line is located along the center of Griffith Branch. The floodwaters impacted the DJJ property along the stream with significant stream bank erosion and a large amount of floatable tree and vegetative debris deposited in the channel. The project scope is to stabilize the stream channel right bank with rip rap stone to stabilize and protect DJJ property, and facilities and remove the tree and vegetative debris to allow unobstructed channel flow. The project also proposes to add 3 drop-inlet structures, stormwater piping, and a discharge headwall on the east side of the detention center building for improved stormwater drainage.

Project Location: Breathitt County

More Details

Subscribe