Estimated Length of Project:
March 1, 2026 (Substantial Completion) + 30 (Final Completion)
This project is stream restoration within private property and is financed by the Kentucky Fees-In-Lieu-Of (FILO) program. Stream restoration includes grading and earthwork to create new stream channels, as well as to stabilize existing stream channels. Grading and shaping may also occur within the floodplains adjacent to project streams to facilitate the storage and/or transport of floodwaters. The proposed stream restoration design for Whites Creek includes earthwork to create a stable channel of appropriate dimensions, with some adjustment of channel pattern. The design will create a channel profile with a diversity of habitat types (i.e., riffle, runs, pools, and glides). Additionally, in-stream structures such as rock riffles, rock and wood riffles, rock toe, toe wood, in-stream woody habitat, and boulder clusters will be installed throughout the project reach to stabilize the constructed pattern and profile, protect stream banks, and create diverse in-stream habitat. Similarly, the project tributaries of Whites Creek will be restored through excavation of more stable channels and floodplain and installation of in-stream structures such as rock riffles, rock and wood riffles, rock steps, log steps, and rock and log A-vanes. The work consists of the restoration of approximately 9,348 linear feet of stream.
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Belmar Basin Green Retrofit, Contract No. 25-1218, Budget ID No. H25058, Drawing Record No. / Sheet No. , until December 18, 2024, Local Time, 2:00 pm, 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: 260 758 207#.
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 scope of work will include, but is not limited to, all labor, equipment, tools and services required for enhancing the stability of the Belmar Basin channel by replacing the existing vegetation with native soils provided on plans. The work will involve but not limited to: Clearing existing vegetation; Removal of concrete sections; Reseeding with native grasses. Project site is located adjacent to 1573 Belmar Dr, Louisville, KY 40213. 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 1573 Belmar Dr., Louisville, Kentucky 40213, on Wednesday, December 4, 2024 at 2:00 pm.
The Engineer’s Construction Cost Estimate for this project is between $45,000.00 and $50,000.00.
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 Venkata Gullapalli. 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.
The MSE/WBE Program is effective June 1, 2020. If selected as applicable above, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: Applicable
This MSD construction project is bid and advertised as: check applicable below
Construction Services: x
Construction-related Services:
LOCAL LABOR COMMITMENT PREFERENCE: No
COMMUNITY BENEFITS PROGRAM: No
The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
The project consists of miscellaneous structural repairs to the Pine Mountain State Resort Lodge. The rear wall facades of the (3) stairways between guest room buildings have displaced and cracked over time and will be removed and replaced. The rear split face masonry facades will have cement fiber siding reinstalled in place of the masonry. The stairs and corresponding stair landings between Units A&B and Units B&C will be replaced as moisture has rusted the load bearing landing between the lower level and upper level of these units. The replacement stairs and landings will be steel structure with concrete pan treads. The interior masonry façade in these two units will also be removed and replaced with cement fiber board.
The project also consists of removing and replacing the front patio flagstone slab, following some subgrade remediation. Similar construction will occur on the walkway to the meeting room and the Unit C housekeeping slab on grade. Finally, several rusted lintels will be replaced along the rear exterior Unit C masonry wall and several handrail curbs will be repaired.
Oldham County Schools – District Wide – Landscape & Site Improvements – Bid Package 1 – Centerfield Elementary School Site Improvements
Oldham County Schools – District Wide – Landscape & Site Improvements – Bid Package 1 – Centerfield Elementary School Site Improvements
The project, located at Centerfield Elementary in Oldham County, consists of various site improvements throughout the site. Improvements include new asphalt and concrete walks, new entrance and informational signs, electrical and communications work associated with new signs, new banners attached to existing light poles, new site amenities, and related repairs associated with the above mentioned work.
This project will be renovating the existing Kenlake State Park Campground, also referred to as KL. Work will consist of a full renovation of the existing campground. Much of the existing site will be demolished and cleared, the existing bathhouse will be demolished and the majority of the utilities will be removed or abandoned. New work will consist of a roughly 2,000 sq foot bathhouse, two smaller 179 sq foot restroom buildings, six cabins, new asphalt drives, camping spurs, living areas and all new utilities throughout. New utilities will include new water, sanitary and electrical hookups, new lift stations and sewer force mains. Many of the existing features will remain in place such as the existing control building, portions of the existing drives, the playground and many of the trees.
Project Description:
BID PACKAGE #1-Construction of a new building at the same location of an existing Park Building to be demolished by others. The proposed structure will provide two classrooms, an exhibit space, a humidity-controlled archives room and workroom, and ancillary spaces supporting the building’s mission. The area of the proposed structure is 6,600 square feet.
BID PACKAGE #2-Condtriction of a force main to convey sewage from the new building to the parks sewage treatment plant.
Fit out of the exhibit area will be completed under a separate contract.
RFB-150-25 KSD – Middleton Hall Dormitory Renovation
RFB-150-25 KSD – Middleton Hall Dormitory Renovation
Estimate:
$11,669,700.00
Estimated Length of Project:
August 2, 2026 (Substantial Completion) + September 1, 2026 (Final Completion)
Project Description:
The Kentucky School for the Deaf Dorm Renovation project includes renovations to all three levels of the building. Middleton Hall was originally constructed in 1977 and has not been renovated. This project is funded by multiple federal sources. Contractor will be required to use Davis Bacon wage rates and comply with all federal wage rate rules.
Due to the multiple federal funding sources, the project is being bid as two separate bid packages. All contractors must submit prices for both bid packages and the successful bidder will be the lowest and best bid for the combined price. See below for directions on providing prices for the separated bid packages:
Bid Package #2: MEP System replacement and modification- Fund CBCD
This work includes the upgrade of all HVAC systems including the installation of a new geothermal well-field. All work associated with the demolition of the existing system and construction of the new systems should be included in this price. All work for the following specification sections is to be included in this price.
The project is to renovate (5) existing cottages (#’s 18 thru 22) as well as the Canteen at the FFA Leadership Training Camp in Hardinsburg, KY. The existing cabins are 20’-0” x 33’-4” single-room buildings to house 10 bunk beds for campers. The existing buildings are constructed of wood framed walls, ceiling, & roof on 8” CMU knee wall with concrete slab, VCT flooring, wood windows, vinyl siding, and asphalt-shingled roofs. Existing cabins #’s 20, 21, & 22 have an interior vestibule that will be removed. New work includes the following: VCT floors will be removed & prepared for new epoxy coating. Interior walls will be finished with painted plywood panels (full hgt.). Ceiling and beams will be painted. All wall cavities and attic will be insulated with fiberglass batts. New insulated outward swinging front door w/ panic hardware and closer. Four of the (10) existing windows will receive replacements in fiberglass awning units. The remaining (6) will be removed, framed in, sheathed, and insulated. Existing exterior vinyl siding will be removed and replaced w/ prefinished Board & Batten style metal wall panels (2 colors) on metal zee furring w/ rigid poly-iso insulation at lower portion CMU wall to 4” below floor level. The remaining exposed foundation wall will be painted. 18”w concrete mow strip will be placed around full perimeter of each cabin. Existing window AC units will be removed, and new HVAC will be ductless split system with one ceiling cassette. Existing lighting will be removed, and new lighting will be LED panel type lights. Existing electric service panel in corner will be removed and new electric panel located at center of back wall with new wall switches and power provided to each bunk bed. New exterior light fixture, exist sign emergency lighting w/ remote head. The existing Canteen only receives exterior work. All existing doors and windows to remain but shall be painted. Existing exterior vinyl siding will be removed and replaced w/ prefinished Board & Batten style metal wall panels (2 colors) on metal zee furring w/ rigid poly-iso insulation at lower portion CMU wall to surrounding grade level. Remove existing gutters and downspouts and replace them with new. No MEP work at the Canteen. All existing outlets and light fixture junction boxes shall be extended to the new surface.
L&N Building Facade Repair includes repointing, repair and reconstruction of Brick Masonry and replacement of selective steel shelf angles. Limestone Masonry work includes repointing, crack and spall repairs. Terracotta coating and crack repair. Installation of additional roof anchorage points for equipment. Add alternates include copper coping cap and supporting sub-structure replacement, along with facade cleaning.
Project Description:
The project consists of an RV campground renovation of the existing park campground. The renovation will include the demolition and reconstruction of new 3500 sq. ft camp store and bath house. The Building will be constructed of Insulated Concrete Forms, a concrete roof (for inclement weather protection) wood trusses and a standing seam metal roof. Exterior building finishes will be a 4’ high cut limestone wainscot with a cut stone sill and composite wood siding. All new plumbing and HVAC are part of the project. Renovations to the campground include new waterlines and frost free spigots, new electrical lines and pedestal to each campsite. Select sites will also review new sewer hookups.
Project Description:
The project scope includes targeted structural repairs and replacements focused on restoring load-bearing components and enhancing material integrity. Rusted railings will be replaced in-kind, and concrete slabs with differential settlement will be leveled. Structural steel components, including edge beams and bar joists, will be reinforced, cleaned of corrosion, and repainted. Concrete surfaces will be repaired, with cracks sealed, and embedded steel patched and treated. Further work includes tuck-pointing of CMU joints and replacement of soil retaining barriers.
Additional tasks include removal and in-kind replacement of the wood flooring, railing, edge beam, and steel connections on the exterior cantilever walkway. The roof will also be replaced in-kind. Flagstone walkway work involves removing, cleaning, replacing, and regrouting stones, while the flagstone wall will have cracked grout joints replaced and tuck-pointed. The flagstone wall north of the stairs will be demolished carefully to preserve stones, then rebuilt to match the existing wall.
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of MSD Water Quality Monitoring Site Safety Upgrades, Contract No. 25-1205, Budget ID No. A24042, Drawing Record No. / Sheet No. , until 11:00 a.m., Local Time, Thursday, December 5, 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:
207 114 210#.
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: Installation of guardrails, stairways, platforms, and associated safety elements across eight (8) different MSD stream monitoring sites. Improvements are designed to meet OSHA requirements for safe working spaces. Drawings are provided for improvements at each location, and applicable OSHA standards are listed. All work shall be done in accordance with MSD’s Standard Specifications. 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 $74,600.00 and $91,200.00.
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 Trent Winlock. 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.
The MSE/WBE Program is effective June 1, 2020. If selected as applicable above, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: Applicable
This MSD construction project is bid and advertised as: check applicable below
Construction Services: x
Construction-related Services:
LOCAL LABOR COMMITMENT PREFERENCE: No
COMMUNITY BENEFITS PROGRAM: No
The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
The home and 2 acre area it sits upon is threatened by slide potential from the pre-law related highwall located on the property and will need to be contained by retaining walls and serviced by new drainage infrastructure. The plan calls for constructing a concrete block wall next to the house structure to secure the loose dirt and rock in that area. Further, down the property there is an exposed rock face that needs to be contained with highwall restoration netting and shotcrete application. Unstable trees (some greater than 3”), loose dirt, and rock will need to be removed as they pose a danger of sliding off the sheer face. There will be a subdrain installed along the length of the walls and it will be piped out of an existing drainage path. This drainage path will be upgraded with a new under road pipe and new rock ditch that discharges the water into an area that will be armored with erosion discharge material. Utility lines and structures may need to be relocated and this will be done in accordance with AML and utility company specifications.
Project Description:
The project consists of miscellaneous structural repairs to the Cumberland Falls State Resort Lodge and State Park Overlooks. The lodge repairs consist of installation of screw jacks to support wood floor beams that are improperly supported. Repairs also include concrete spall repair of several concrete columns, as well as repairs of one damaged floor joist and one CMU wall crack.
The repairs at the falls overlooks consist primarily of repairing (11) stone pilasters, infilling the pilasters with CMU pilasters and then reinstalling the stone. Some of these pilasters will be relocated slightly to avoid field conflicts with cliff edges and tree roots. Additionally, one lower overlook of the falls has been closed indefinitely for fire damage. This concrete overlook will be replaced with a new cast-in-place concrete structure. Finally, several handrails and curbs will be repaired. At the Visitor’s Center, all wood post bases will be repaired with a concrete pier to protect the post bases.
Project Description:
Project intent is to replace finishes previously demolished and left in place following a sprinkler line burst. Scope of work also includes replacement of HVAC system, electrical system, fire alarm modifications, data cable and IT closet addition, finishes, lighting, insulation, and structural support for the cantilevered portion of the building.
Project Description:
This project is a procurement of the generator, automatic transfer switch, and primary building switchgear for the Middleton Hall renovation at Kentucky School for the Deaf in Danville, KY. Contractor to furnish switchboard, generator, generator connection cabinet and automatic transfer switches per plans and specifications.. Coordinate delivery location, date and time with installing contractor under separate bid.
Project Description:
Existing theatrical and house lighting shall be demolished. The existing dimming banks and patch panel are to be demolished. The existing controls and entry button stations shall be demolished. Phase dim control interfaces shall be demolished.
New LED lighting will be provided throughout the auditorium for the house and stage areas. This includes various theatrical production lighting fixtures and suspended downlights. House downlights will be 0-10v dimmable, providing wires to the signal processing enclosure. A new DMX distribution controls infrastructure shall be provided for each lighting position. New control stations shall be provided for house lighting, with locations at the auditorium entry points. There also will be a touchscreen control station on stage to recall stage presets and manually adjust house lighting. A new lighting control console will also be provided at the new control booth.
RFB-128-25 EDU – KSB McDaniel Scoggin HVAC Project
RFB-128-25 EDU – KSB McDaniel Scoggin HVAC Project
Estimate: $6,632,360.00
Estimated Length of Project: (Substantial Completion) + (Final Completion)
Project Description: The following Project Narrative describes Mechanical, Electrical, and Architectural work associated with the HVAC renovation of Scoggan and McDaniel classroom buildings on Kentucky School for the Blind Campus. This project is expected to be a phased deliverable refer to time of completion section for further information on phasing. Project is to be bid using two funds. Contractor to break out bid per fund as detailed on drawings.
Estimated Length of Project:
(Substantial Completion) + November 26, 2026 (Final Completion)
Project Description:
The following Project Narrative describes Mechanical, Electrical, and Architectural work associated with the HVAC renovation of Brady Hall on Kentucky School for the Deaf Campus.
Mechanical:
All existing heat pumps and their associated piping runouts/valves will be replaced. Two new Dedicated Outdoor Air units will be installed on the roof to both ensure all spaces receive quality outdoor air and that a proper relative humidity and positive building pressure are maintained. The existing hydronics pumps as well as their associated air separator and expansion tank will be replaced. The existing domestic water heater will also be replaced. Existing ductwork and piping will be mostly reused. A new, web-based front-end control system will be provided. The existing kitchen exhaust system including hoods, make-up air unit, and exhaust fan will be replaced.
Electrical:
Existing second floor lighting to be replaced with new LED lighting. Lighting controls will be replaced throughout the building and be brought up to code.
The existing fire alarm system to be replaced with a new mass notification fire alarm system. All devices and cabling to be replaced with new.
Summer of 2025 – Replace all of the existing panelboards with new. Existing switchboard to remain.
Summer of 2026 – The existing switchboard, secondary service lateral and panelboard feeders to be replaced with new. Electrical shutdown to be coordinated between the school and the utility company. Contractor to minimize downtime.
Architectural:
The Architect will be providing support as required to all for the installation of the mechanical system. Acoustical tile and grid ceilings will be replaced in all areas of major above-ceiling work, including all major corridors. Areas where less intrusive above-ceiling work is required will be indicated to have only partial replacement. Restrooms with drywall ceilings will have their ceilings removed so that mechanical work can be performed above and then the ceilings will be replaced.
Louvers at the soffits over perimeter windows will be removed and the soffit plaster repaired. New chases for mechanical routing will be constructed in a few discrete places on the upper floor.
Roof penetrations required for the mechanical renovation will be reused, patched, capped, or otherwise repaired. Roof-installed ductwork will be appropriately supported with attachment to building structure.
Estimated Length of Project:
September 1, 2025 (Substantial Completion) + October 1, 2025 (Final Completion)
The project will re-establish a stable and self-sustaining complex of intermittent streams and forested wetland within the project site. Two degraded intermittent streams, totaling approximately 3,715 linear feet in length, will be re-established with standard construction techniques to build streams that exhibit streambank and bed stability, increased habitat for aquatic organisms, and minimal floodplain erosion. The re-established streams will be constructed with appropriate meandering pattern, channel dimensions, and in-stream structures, and will increase hydrology in the adjacent wetland complex. Re-established Intermittent Stream 1 requires installation of an arch-shaped CMP culvert for crossing by the proposed 2,675 linear feet of gravel access roadway, also to be constructed by the project. A concrete low water crossing and dilapidated bridge deck are present on existing Intermittent Stream 2 and will be removed by the project. Approximately 1,550 linear feet of stone bank protection will be constructed on the adjacent perennial stream that receives the drainage from Intermittent Streams 1 and 2 via an existing concrete box culvert.
Earthwork to modify site topography will promote re-establishment of 40.6 acres of wetland. Grading will be used to undo the anthropogenic drainage modifications made to the site for agriculture, including eliminating or minimizing existing incised ephemeral and intermittent streams, surface drainage furrows, and subsurface drainage tiles. Culvert pipes with risers will be installed in the gravel access roadway to allow surface drainage to enter the re-established wetland. Specific subsurface areas will require installation of clay/clayey soils in compacted lifts to slow subsurface drainage; any encountered drainage tiles will be made ineffective.
Coir erosion control blanket will be installed along re-established intermittent streambanks and areas of stone bank protection construction. A seed mix will be installed throughout the riparian corridor and other non-wetland areas of disturbance and mulched with straw. A second wetland groundcover seed mix will be installed in the disturbed wetland re-establishment areas and mulched with straw. Ground preparation will be performed to support additional seeding, live staking, and tree planting by Others under a separate Contract.
West Main Street Trap Catch Basin Replacement Project
West Main Street Trap Catch Basin Replacement Project
INVITATION TO BID
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of West Main Street Trap Catch Basin Replacement Project, Contract No. 2025-015, Budget ID No. H25241, Drawing
Record No. / Sheet No. , until 10:00 a.m., Local Time, Thursday, December 5, 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:
439 603 553#.
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: Existing Trap Catch Basin Replacements along West Main Street. 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 $150,000.00 and $190,000.00.
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.
The MSE/WBE Program is effective June 1, 2020. If selected as applicable above, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: Applicable
This MSD construction project is bid and advertised as: check applicable below
Construction Services: x
Construction-related Services:
LOCAL LABOR COMMITMENT PREFERENCE: No
COMMUNITY BENEFITS PROGRAM: No
The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
FW-003-25 – FILO – Rolling Fork WMA Stream & Wetland
FW-003-25 – FILO – Rolling Fork WMA Stream & Wetland
Estimate:
$11,331,800.00
Estimated Length of Project:
February 1, 2028 (Substantial Completion) + March 30, 2028 (Final Completion)
Extended Project Description:
This project, Stillwell Branch Stream Restoration Project, located within the Rolling Fork Wildlife Management Area off Scott Road in Larue County, Kentucky, shall generally consist of the re-establishment, rehabilitation, and enhancement of approximately 44,544 linear feet of perennial, intermittent, and ephemeral streams tributary to the Rolling Fork River. Tasks to be performed in order to achieve project goals include reshaping of existing channels; re-establishment of new channels with stable dimensions; construction of in-stream structures; preparation of soil for seeding; native planting and seeding; installation of erosion control fabric and mulch; and harvesting, transporting, installation, and maintaining live stake and vegetative materials. The restoration project involves re-establishment of ~19,809 feet of channel, rehabilitation of ~12,947 feet of channel, and enhancement of 289 feet of channel with equipment. The restoration project also involves rehabilitation of ~10,868 feet of channel and enhancement of 630 feet of channel by handwork. Restoration will include in-stream structures such as armored riffle crossings, rock/log riffles, rock riffles, buried rock grade control, log vanes, half log vanes, staggered log chutes, log chutes, root wad bank armoring, brush bed, channel-spanning log jam, bio-engineered armoring, bio-engineered bank armoring, slab and boulder clusters, rock/log toe, class A rock cascade, rock/log channel, floodplain swales, special trail armoring, and floodplain brush vanes as well as vegetation of the stream banks and establishment of a forested riparian corridor along the streams.
The following Project Narrative describes Mechanical, Electrical, and Architectural work associated with the HVAC renovation of the Recreation Hall on the Future Farmers of America campus.
Mechanical:
All existing window air conditioning units and floor finned tube radiators are to be removed. The new mechanical system is a variable refrigerant flow (VRF) system that will utilize refrigerant as the method of cooling/heating. Each classroom will have two (2) wall-mounted indoor units to adequately cool or heat the classroom. The recreation hall will have three (3) fan coil units installed for cooling or heating the space. Condensing units will be installed exterior to the building in two separate locations to decrease the distance of piping installation. A VRF monitoring system will be installed in the recreation hall and can be utilized to control the individual units that are installed. The VRF system will also connect to the campus BAS enabling users to log-in online to view system performance and set any parameters needed.
Electrical:
The existing panelboard will be replaced with a new panelboard to ensure the safety and reliability of electrical systems when the building is utilized.
Existing lighting will be upgraded from fluorescent to LED improving not only the aesthetic of the spaces but has increased lower occupant stimulation levels and provides opportunity to lower operational cost. New exterior lighting will replace the existing exterior lighting. Lighting controls will be upgraded to meet current code requirements.
The existing fire alarm system is not compliant with current code requirements. There will be a new voice evacuation fire alarm system and devices for the safety of occupants within the building.
Architectural:
The existing windows and doors will be replaced with new windows and doors which will improve thermal comfort and building energy efficiency. The exterior and interior finishes are remaining to keep the initial aesthetic of the building.
This project shall generally consist of power and roofing modifications for the installation of a salt conveyor system. Work shall include installation of a roof dormer, installation of a free air pavilion, installation of electrical panels, transfer switches, and power connections to the conveyor system. Trades involved include but are not limited to: roofing and electrical.
Project Description: Freedom Hall is an arena structure at approximately 121,000 square feet. The structure is comprised of an upper and lower arena bowl structure with concrete rows and risers with permanent seating and a retractable seating platform. The project being undertaken is to replace the existing permanent fold-up seating in the lower bowl portion of the arena, replace the existing portable folding seats in the lower bowl area, and replace the retractable seating platform and seating at the arena floor. The nosings of the lower bowl rows / risers is protected with a steel angle which shall be evaluated and replaced as required. The entire lower bowl floor & risers inside of the arena area is to be cleaned at low pressure with a light duty cleaning solution. The retractable seating platform shall carry a five-year warranty with no dollar limit.