Uncategorized

RFB-82-24 CHFS – OAK – Replace Walk-ins/Freezers

RFB-82-24 CHFS – OAK – Replace Walk-ins/Freezers

Estimate:
$272,470.00

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

Project Description:
Project shall include replacement of the indoor and outdoor units associated with the coolers and freezer. Outdoor units shall be located at grade. New wall, door and ceiling work shall be included.

Project Location: Somerset

More Details

RFB-67-24 DOC – Blackburn Correctional Complex – New Gymnasium Building

RFB-67-24 DOC – Blackburn Correctional Complex – New Gymnasium Building

Estimate:
$2,198,176.00

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

The project includes all components of site, structural, MEP and architectural as required for the construction of a new 6,420 gsf Pre-Engineered Metal building with a concrete slab (half on grade, half elevated over a cast-in place mechanical area/walkout basement). The facility will have a half-court basketball court with liner panel, sports pads and a ceiling hung basketball backstop and goal. An additive alternate is included for a sports floor system. Also included are metal stud and gypsum offices and special activity areas with HM steel doors, frames and windows. Aluminum exterior windows and storefront entry vestibule is also included. All surfaces to be paint finish including suspended gypsum ceiling system

Project Location: Lexington

More Details

RFB-79-24 Re-Ad of RFB-44-24 DMA – WHFRTC Cypress Creek Restoration Project

RFB-79-24 Re-Ad of RFB-44-24 DMA – WHFRTC Cypress Creek Restoration Project

Estimate:
$1,234,765.00

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

Project Description:
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.
Because of the size and scope of the project, construction will be accomplished in eight (8) phases following a logical sequence of work (see Exhibit 1, Page 2). This bid package is for Phase 1 of the project involving the restoration of ~6,780 linear feet of stream. The bid will include a main bid and two additive alternates. The main bid consists of 5,280 linear feet of stream restoration on Cypress Creek (STA 0+00 – 52+80). Work will include, but is not limited to, excavation of proposed channels and floodplains; construction of in-stream structures and bank treatments; reshaping of existing channels; preparation of seedbeds; installation of erosion control blanket and mulch; and installation of native seeds, trees, shrubs, and live stakes. Grading and shaping may also occur within the floodplains adjacent to project streams to facilitate the storage and/or transport of floodwaters.
Additive alternate #1 will include ~667 linear feet of stream restoration on Cypress Creek (STA 52+05 – 58+72). Work will include, but is not limited to, excavation of proposed channels and floodplains; construction of in-stream structures and bank treatments; reshaping of existing channels; preparation of seedbeds; installation of erosion control blanket and mulch; culvert replacement; and installation of native seeds, trees, shrubs, and live stakes. Grading and shaping may also occur within the floodplains adjacent to project streams to facilitate the storage and/or transport of floodwaters. Minor tie-in of existing tributaries 1-8 and 1-9 will be required if Add
Alternate 2 is not performed.
Additive alternate #2 will include ~830 linear feet of stream restoration on tributaries to Cypress Creek (Tributaries 1-8 and 1-9). Work will include, but is not limited to, excavation of proposed channels and floodplains; construction of in-stream structures and bank treatments; reshaping of existing channels; preparation of seedbeds; installation of erosion control blanket and mulch; culvert replacement; and installation of native seeds, trees, shrubs, and live stakes. Grading and shaping may also occur within the floodplains adjacent to project streams to facilitate the storage and/or transport of floodwaters.

Project Location: Mulhenberg County, KY

More Details

RFB-57-24 Re-Ad of RFB-197-23 CHFS – ESH – Empath Unit Development

RFB-57-24 Re-Ad of RFB-197-23 CHFS – ESH – Empath Unit Development

Estimate:
$156,450.00

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

Project Description:
This project provides for the renovation of the existing Allen Wing of the Eastern State Hospital in Lexington, KY in order to convert the wing for use as an EmPATH (Emergency Psychiatric Assessment, Treatment and Healing) Unit.
The work scope will involve the following features:
-Renovation of two existing patient rooms for use as Quiet/Restraint Rooms.
-Installation of a new building entry at the end of the east corridor of the wing. New entry to include new landing and ramp.
-Installation of three new aluminum frame partitions with tinted plexiglass across corridors in order to define the EmPATH operational space.
-Develop a new IDF space to be used by UKIT for network equipment to serve the EmPATH function.
– New CCTV cameras in corridors, storage room and new entry point, connected to the existing Eastern State Hospital CCTV system.
-Access control implemented on three new corridor partitions, new entry door, three existing doors.
– Installation of a new HVAC system to condition the new IDF room.
-Conversion of existing hardware on patient room doors to lockable, anti-ligature hardware for use of rooms as private offices, six doors and for two Quiet Rooms.

Project Location: Lexington, KY

More Details

RFB-71-24 KSB – Hartford Building Upgrades

RFB-71-24 KSB – Hartford Building Upgrades

Estimate:
$220,710.00

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

Project Description:
KSB Hartford Building for the new IT room:
Architectural work: 10’x20’ IT room in the existing storage room with HM double doors & frame; pnted gypbd walls to the roof deck with vinyl base; remove existing ceiling and open to the joist. ESD on the existing concrete floor.
MEPF: Clean agent fire suppression system; HVAC stand-alone CRAC units; new lighting; relocate low voltage systems from the basement to the new IT room.

Project Location: Louisville, KY

More Details

RFB-76-24 Re-Ad of RFB-07-24 Parks – KY Dam Village-Village Green Lodge-Wind Damage Repairs

RFB-76-24 Re-Ad of RFB-07-24 Parks – KY Dam Village-Village Green Lodge-Wind Damage Repairs

Estimate:
$286,329.00

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

Project Description:
Scope 1, also referred to in the drawings as Phase A, is the interior renovations covered by insurance from wind and water damage. Scope 1 is 2,562 SQ. FT. It will include the Lobby, all corridors, four guestrooms (including restrooms) (171, 172, 173, 174), a linen closet, and a single restroom. Guest room 173 will require the most extensive repairs, including new gypsum board on the floor and ceiling, and a complete bathroom renovation that requires new casework and plumbing fixtures excluding the existing bathtub. The overall phase A scope partially includes gypsum board, demolition of remaining particle board, new subfloor, LVT and carpet flooring, partial floor and wall tilling, and painting walls, ceilings, and new wood trim.
Scope 2, also referred to in the drawings as Phase B, is the additional interior renovations not covered by
insurance. Renovations include removal of carpet, installing new LVT, and painting walls ceilings and wood trim.
Scope 2 is 3,237 SQ FT. It will include rooms 175, 176, 177, 178, 179, 180, 181, 182, 183, and 184 (including restrooms). It will also include a single restroom. The scope includes removing any existing carpet and replacing it with LVT. It also includes painting all walls, ceilings, and trim.
This project will generally consist of the replacement of the existing primary and secondary electrical service equipment to the building and replacement of the existing electric water heaters. Trades involved include but are not limited to: demolition, mechanical, and electrical

Project Location: Gilbertsville

More Details

RFB-58-24 KCTCS – Upgrade Life and Fire Safety – Owensboro CTC

RFB-58-24 KCTCS – Upgrade Life and Fire Safety – Owensboro CTC

Estimate:
$1,720,000.00

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

Project Description:
This project consists of Upgrading the fire alarm systems within the buildings located on the three OCTC campuses in Owensboro Kentucky. This project also includes adding a fire protection system within the OCTC Southeastern campus building as an add alternate. The installation of a fire alarm system fiber network loop on the main campus and installation of the fire protection system at the Southeastern campus will include trenching, boring, patching, and repairing asphalted & concrete roadways, parking lots, sidewalks and planted areas.

Project Location: Owensboro

More Details

RFB-72-24 DMA – Wellman Armory Roof Repair

RFB-72-24 DMA – Wellman Armory Roof Repair

Estimate:
$803,975.00

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

Project Description:
The project involves re-cover roof work at the DMA – Wellman Armory in Frankfort, Kentucky. The existing approximately 37,600 square foot low-slope roof to be re-covered is a two-ply modified bitumen roof on rigid insulation over metal deck. The new roof system is a Two-Ply SBS Modified Bitumen in cold adhesive over new cover board. The coverboard will be set in two part foam adhesive. The existing metal coping will be removed and replaced with a new pre-finished sheet metal coping. Existing counter flashings to be removed and replaced with new counter-flashings. Existing roof gutters and downspouts to be removed and replaced with new pre-finished metal gutters and downspouts

Project Location: Frankfort, KY

More Details

RFB-75-24 DJJ Fayette Paving Campus Wide

RFB-75-24 DJJ Fayette Paving Campus Wide

Estimate:
$456,591.00

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

Project Description:
The project includes asphalt pavement improvements at the DJJ Fayette County Campus off Spurr Road. The existing asphalt pavement requires remediation at existing drives and parking areas. Remediation varies by location, but scope includes milling asphalt surface, addressing existing pavement cracks with installation of geotextile paving fabric, new asphalt surface, sealcoating, pavement striping and limited concrete.

Project Location: Lexington

More Details

RFB-73-24 DMA – Fleming Armory Roof Repair

RFB-73-24 DMA – Fleming Armory Roof Repair

Estimate:
$362,760.00

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

Project Description:
The project involves re-cover roof work at the DMA – Fleming Armory in Frankfort, Kentucky. The existing approximately 16,160 square foot low-slope roof to be re-covered is a two-ply modified bitumen roof on lightweight concrete over metal deck. The new roof system is a Two-Ply SBS Modified Bitumen in cold adhesive over new cover board. The coverboard will be set in two part foam adhesive. The existing metal coping will be removed and replaced with a new pre-finished sheet metal coping. Existing counter flashings to be removed and replaced with new counter-flashings. Existing roof gutters and downspouts to be removed and replaced with new pre-finished metal gutters and downspouts. There is an existing high-bay metal roof and a low, isolated, 2-ply roof with roof drains which will have no work.

Project Location: Frankfort

More Details

RFB-70-24 DMA – Central City Armory Roof Repair

RFB-70-24 DMA – Central City Armory Roof Repair

Estimate:
$119,970.00

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

The project will be roof repairs and renovations to the National Guard Armory in Central City, Kentucky. The existing roof is standing seam metal roof panels, over an area of approximately 14,420 square feet. The are approximately 650 square feet of metal wall/fascia panels. The scope of the work will include installing new roof curbs and flashings at existing rooftop exhaust fans, repairs to flashing, and painting the existing roof and wall panels.
Materials will match existing. Existing roof curb heights are not sufficient for proper flashing. Equipment will be lifted, curbs and flashing will be replaced, and equipment will be re-installed. Rooftop equipment/curbs that have been decommissioned may be removed and filled. Loose, deteriorated and missing fasteners will be replaced. Existing roof panels, wall panels and trim will be prepped and painted.

Project Location: Central City

More Details

RFB-69-24 DMA – WHFRTC DFAC Improvements

RFB-69-24 DMA – WHFRTC DFAC Improvements

Estimate:
$407,700.00

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

The project is interior renovations to the central dining facility (DFAC) at Wendell H Ford Regional Training Center. The scope of the work will include providing an interior queuing area for patrons, renovations to the serving area, and replacement of floors, ceilings, lights and other finishes to update the facility. Materials will match existing. There will be minor cmu work, mostly patching of existing at demolished areas. New work will include gypboard on steel stud framing, vct flooring and suspended acoustic ceilings. A new entrance vestibule will be provided for the queuing area, enclosed with aluminum storefront and glazing. Exterior concrete walk will be removed/replaced as necessary for the new vestibule entrance.
Plumbing scope includes removal of a mop basin and associated water, waste and vent lines, removal of floor drains as required and capping the waste below slab. New plumbing will include installation of a new mop sink and providing water/waste lines as required for beverage dispensers. The HVAC scope will consist of replacement of all ceiling supply diffusers and return grilles in the dining room spaces. Demolition will include removal of an exhaust fan/grille in the existing janitor’s closet. Thermostats and sensors shall be relocated as required due to demolition of walls. The renovation area will receive replacement lighting to comply with the 2012 International Energy Code. New lighting will be LED. The renovation area will reuse the existing 120/208V, 3-phase, 4-wire power distribution system. Most circuits with be relocated with the load they serve. Category 6 UTP cable will be used for each new / altered voice and data drop. All cable will originate from patch panel terminations and extend via cable tray or j-hooks, and conduit to a termination at a face plate.

Project Location: Muhlenberg County

More Details

RFB-33-24 DOC KSP Cell House 5 Transformer Replacement

RFB-33-24 DOC KSP Cell House 5 Transformer Replacement

Estimate:
$760,000.00

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

The Project involves: removal of ground mounted, open wire, oil filled, distribution transformers serving Cell Houses #5, #4, and Distribution Panel MDP; Installation of a dead front, oil filled, 15 kV rated pad mounted transformer; 600 V Service Entrance Automatic Transfer Switch, and extension of 15kV and 600V rated circuits. Associated work of the Project includes, but is not limited to, trenching and backfill for installation of conduits, termination of circuits, removal of existing switchgear enclosure and modification of existing concrete pad to allow installation of pad mounted transformer and transfer switch. All work must be performed in a sequenced effort coordinated with the KSP. The work of the Project is outside the KSP security boundary.

Project Location: Eddyville

More Details

HCWQTC Aeration Blower Building Roof Replacement Project

HCWQTC Aeration Blower Building Roof Replacement Project

Be Advised: Bid Date has been extended to October 3, 2023

Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of HCWQTC Aeration Blower Building Roof Replacement Project Contract No.
17014 , Budget ID No. D23165, Drawing Record No. / Sheet No. 1-3, will be received at the office of MSD until 10:00 a.m.
Local Time, Tuesday, October 3rd, 2023
, and will be publicly opened and read at that place and time. The public may attend the bid opening via In person Only at the Main Office of Louisville MSD, 700 W Liberty St., Louisville, KY 40203. The public may attend
the bid opening via Microsoft Teams Meeting. The phone number is (502) 654-8113 and the Conference ID is 623436199#.
This info will also be posted on the bid box on the day of the bid opening.

Description and location of Project:

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

1. Removal of existing roofing systems.
2. Installation of new roofing system.

All work shall be done in accordance to MSD’s Standard Specifications.

There will be a mandatory pre-bid meeting held for this project. Tuesday, September 12, 2023 at 2:00 p.m. The Pre-Bid
Meeting with be held at the Hite Creek Water Quality Treatment Center (HCWQTC) located at 5512 Hitt Lane,
Louisville, KY 40241 We will meet in the Administration Building. Upon completion of the meeting, the bidders will be
taken to the Aeration Blower Building to evaluate the roof. All visitors will be required to furnish their own PPE to
visit the site.

The Engineer’s Construction Cost Estimate for this project is between $ 80,000.00 and $ 150,000.00

The bid documents will be available on Tuesday, September 5, 2023, online at www.msdbids.com. The charge for each set of bid documents is outlined on the above-referenced web site.

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

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

MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:

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

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

MSD SUPPLIER DIVERSITY PROGRAM: Not Applicable

The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If selected as applicable above, the goals are as follows:

18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.

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

MSD BID DISCOUNT: Applicable

This MSD construction project is bid and advertised as:

Construction Services: YES     Construction-related Services: NO

LOCAL LABOR COMMITMENT PREFERENCE: NO

COMMUNITY BENEFITS PROGRAM : NO

The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board.

MSD reserves the right to reject any or all bids or waive any informality in any bid.

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, Kentucky

More Details

DRGWQTC Secondary Clarifiers Nos. 4-6 Mechanism Replacement

DRGWQTC Secondary Clarifiers Nos. 4-6 Mechanism Replacement

Be Advised: Bid Date has been extended to October 12.

Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of DRGWQTC Secondary Clarifiers Nos. 4-6 Mechanism Replacement Contract No. 17042, Budget ID No. D22080, Drawing Record No. / Sheet No. 1-17, will be received at the office of MSD until 10:00 am, Local Time,Thursday October 5, 2023, and will be publicly opened and read at that place and time. The public may attend the bid opening via In person Only at the Main Office of Louisville MSD, 700 W Liberty St., Louisville, KY 40203.

Description and location of Project:

Replacement of mechanisms within secondary Clarifiers 4, 5, and 6 and installation of
drain piping in the Derek R. Guthrie WQTC located at 11601 Lower River Road, Louisville, KY 40272.

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. Thursday September 14, 2023 at 10:00 am local
time at the DRGWQTC Operations Administration Building located at 11601 Lower River Road, Louisville, Kentucky
40272 .

The Engineer’s Construction Cost Estimate for this project is between $ 5,000,000.00 and $ 10,000,000.00

The bid documents will be available on September 1, 2023, online at www.msdbids.com. The charge for each set of bid documents is outlined on the above-referenced web site.

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

The Project Manager for this Invitation to Bid is Steven Leong. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Steven Leong. at steven.leong@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.
Effective July 1, 2023, MSD revised MSD Supplier Diversity Minority and Woman Business Enterprise
Program Policy and Procedures Manual (MBE/WBE Program), modifying the MBE and WBE
participation goals on construction services and construction-related services, in accordance with the 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 11.25 % of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 1.25% of the total amount of the Contract Bid price to certified Asian-Indian American minority-owned businesses, and at least 9.4% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at https://louisvillemsd.org/SupplierDiversity/forms

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,
Steven Leong.

MSD SUPPLIER DIVERSITY PROGRAM: Applicable, Partial Waiver

The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If selected as applicable above, the goals are as follows:

11.25% MBE African American participation
1.25% MBE Asian-Indian American participation
9.40% WBE Caucasian Female participation

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

MSD BID DISCOUNT: Not Applicable

This MSD construction project is bid and advertised as:

Construction Services: YES     Construction-related Services: NO

LOCAL LABOR COMMITMENT PREFERENCE: YES

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, Kentucky

More Details

RFB-68-24 KCTCS – Construct Taxiway – Jefferson CTC, Southwest

RFB-68-24 KCTCS – Construct Taxiway – Jefferson CTC, Southwest

Estimate:
$410,000.00

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

The Southwest Campus of Jefferson Community & Technical College located at 1000 Community College Drive in Louisville (Jefferson County) seeks to expand the taxiway and apron area for the Aviation Maintenance program. This concrete expansion will provide students with a realistic simulation of a working aircraft taxiing area.

Project Location: Louisville

More Details

Park DuVall Trap Catch Basin Replacement Phase 2 Project

Park DuVall Trap Catch Basin Replacement Phase 2 Project

INVITATION TO BID

Sealed Bids will be received electronically only by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Park DuVall Trap Catch Basin Replacement Phase 2 Project Contract No. 2024-012, Budget ID No. C24014, until 10:00 AM, Local Time, Thursday, September 21, 2023, 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: 164 940 078#.

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 trap catch basin and vented manhole replacement in the Park DuVall neighborhood. 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 $160,000.00 and $210,000.00.

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 will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.

MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:

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

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

MSD SUPPLIER DIVERSITY PROGRAM: Applicable

The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If applicable, the goals are as follows:

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

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

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

MSD BID DISCOUNT: Applicable

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

Construction Services: X
Construction-related Services:

LOCAL LABOR COMMITMENT PREFERENCE: No

COMMUNITY BENEFITS PROGRAM: No

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

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, KY

More Details

RFB-65-24 DMA – Jackson Armory Roof Repair

RFB-65-24 DMA – Jackson Armory Roof Repair

Estimate:
$495,575.00

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

The project involves re-roof work at the DMA – Jackson Armory in Jackson, Kentucky. The existing approximately 18,500 square foot roof to be removed is a two-ply modified bitumen roof on metal deck. The new roof system is a Two-Ply SBS Modified Bitumen in cold adhesive over cover board over rigid board insulation system. The first layer of insulation will be mechanically fastened. Additional layers and coverboard will be set in two part foam adhesive. The existing metal coping will be removed and replaced with a new pre-finished sheet metal coping. Existing counter flashings to be removed and replaced with new counter-flashings. Existing roof gutters and downspouts to be removed and replaced with new pre-finished metal gutters and downspouts.

Project Location: Jackson

More Details

RFB-63-24 KYTC – Roofs Christian, Hopkins, & Grayson County

RFB-63-24 KYTC – Roofs Christian, Hopkins, & Grayson County

Estimate: $350,700.00

Estimated Length of Project: 120 (Substantial Completion) + 15 (Final Completion)

Project Description: The project involves re-roof work at three (3) KYTC buildings in western Kentucky.
The goal of this project is to install new insulation, new cover board, and a new PVC
membrane over the existing original metal roofs. Replace all gutters and downspouts
and take the downspouts down to splash blocks.

Project Location: Christian, Hopkins & Grayson County

More Details

RFB-64-24 KYTC – Roofs Scott, Montgomery & Clay 22’-24’

RFB-64-24 KYTC – Roofs Scott, Montgomery & Clay 22’-24’

Estimate:
$333,005.00

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

The project involves re-roof work at three (3) KYTC buildings in eastern Kentucky. The goal of this project is to install new insulation, new cover board, and a new PVC membrane over the existing original metal roofs. Replace all gutters and downspouts, and take the downspouts down to splash blocks.

Project Location: Clay, Scott, & Montgomery Counties

More Details

RFB-62-24 FSS – Jones Building Roof Replacement

RFB-62-24 FSS – Jones Building Roof Replacement

Estimate:
$514,800.00

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

Project Description:
Project consists of providing a new roof (tear off and replacement) of two “lower” roofs on the rear of the building with New SBS Modified Bitumen Roofing. Clean and replace new cap sheet on the Main Roof and Front Porch. New Flashing, selected areas of Masonry to be cleaned and tuck pointed, re-caulking of limestone parapet caps, new gutters, and downspouts in the rear of the building and selected areas for painting.

Project Location: Frankfort

More Details

RFB-61-24 KYTC – Elk Mountain Regional Salt Storage

RFB-61-24 KYTC – Elk Mountain Regional Salt Storage

Estimate:
$347,600.00

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

Project Description:
The project is located in Elk Mountain, Kentucky along Elk Mountain Road/Clay-Leslie Park Road. Project consists of a new 12,300 square feet oval shaped reinforced concrete shell intended to support a pre-engineered fabricated hoop structure and to be used as salt storage.
The epoxy coated reinforced concrete walls are designed to resist the tension induced from the light framed roof and the salt via the steel reinforcement around the radius and the concrete buttresses along the sides. The concrete buttresses are built with an angled concrete wall supported by large foundations which prevent sliding. One thing of note is that this structure does not have a typical footing to support the continuous concrete walls. The walls are placed directly on the asphalt pavement creating an empirically designed intersection that prevents salt seepage that is cost effective. There is no frost depth necessary due to the presence of salts which would prevent ice formation and the reduced concern of heaving due to the nature of the building. User Agency will provide site grading, asphalt subbase, and pre-engineered hoop structure (NIC).

Project Location: Clay County

More Details

RFB-60-24 KCTCS – Replace Doors and Windows Admin Bldg – Henderson CC

RFB-60-24 KCTCS – Replace Doors and Windows Admin Bldg – Henderson CC

Estimate:
$784,740.00

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

Replace all existing windows in the Administration building with energy efficient aluminum sash. At each exterior building entry, refurbish doors and wood surround. Replace existing builders’ hardware with new. A room darkening roller shade will be installed at each window.
At the east building entrance, construct a cast in place concrete ADA ramp from grade to the entry at the first floor. Restore the site and lawn.

Project Location: Henderson

More Details

Sandness Court Drainage Improvement Project

Sandness Court Drainage Improvement Project

INVITATION TO BID

Sealed Bids will be received electronically only by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Sandness Court Drainage Improvement Project Contract No. 2024-011 , Budget ID No. C24029, until 10:00 AM, Local Time, Tuesday, September 19, 2023, 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: 622097404#.

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 a new 12-inch pipe installation, catch basin installation, 2-foot
18-inch and 12-inch flat bottom paved ditch installation within the open space located behind Sandness Court. All work shall be done in accordance to MSD’s Standard Specifications.

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

The Engineer’s Construction Cost Estimate for this project is between $90,000.00 and $140,000.00.

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 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 W. Johnson, P.E.

MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:

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

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

MSD SUPPLIER DIVERSITY PROGRAM: Not Applicable

The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If applicable, the goals are as follows:

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

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

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

MSD BID DISCOUNT: Applicable

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

Construction Services: X
Construction-related Services:

LOCAL LABOR COMMITMENT PREFERENCE: No

COMMUNITY BENEFITS PROGRAM: No

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

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, KY

More Details

RFB-56-24 DJJ – Adair YDC HVAC Upgrades

RFB-56-24 DJJ – Adair YDC HVAC Upgrades

Estimate:
$479,250.00

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

Project Description:
The purpose of the project is to replace one of the existing boilers and both domestic water heaters with new equipment. The associated pumps, expansion tanks and air separators shall be replaced per the documents. Provide all new piping and valving as required.

Project Location: Columbia, KY

More Details

Subscribe