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.
Project Description:
HVAC Controls: Provide a new DDC building automation system to integrate existing HVAC equipment with DMA’s existing Automated Logic front-end. HVAC controls work will be provided via allowance by the facility’s incumbent controls provider, EMCOR (Automated Logic brand controls).
Lighting: Replace fluorescent fixtures with new LED lights. Provide emergency lighting and exit lights with battery backup. Provide room by room occupancy sensors controls (local only, no integration to BAS). As an add alternate, provide new pole lights in front yard.
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Rustic Way Pipe Replacement Project, Contract No. 2025-012, Budget ID No. C25234, Drawing Record No. / Sheet No. , until 2:00 p.m., Local Time, Tuesday, December 3, 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:
474 049 052#.
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 project provides for a pipe replacement along Rangeland Road and Rustic Way. 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 $225,000.00 and $275,000.00.
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
Ohio River Service Area Lift Station Rehabilitation
Ohio River Service Area Lift Station Rehabilitation
Please note the bid date and time has been changed to January 14, 2025, 10:00 A.M. Local Time.
INVITATION TO BID
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Ohio River Service Area Lift Station Rehabilitation, Contract No. 16611, Budget ID No. W21126, Drawing Record No. / Sheet No. 16611/1-16, until 10:00AM, Local Time, Tuesday, January 14, 2025, 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:
927 794 389#.
MSD is using a web-based portal for accepting and evaluating bid proposals digitally at http://louisvillemsd.bonfirehub.com/portal for this Invitation to Bid. Documents may be uploaded at any time during the open period indicated for each proposal.
Description and location of Project: This contract provides for the demolition and disposal of three existing sewer lift stations, construction of two submersible sanitary sewer lift stations and all associated appurtenances; installation of approximately 2068 linear feet of 8 inch sewer pipe; installation of approximately 49 linear feet of 10 inch sewer pipe; installation of approximately 104 linear feet of 4 inch sewer pipe; installation of approximately 19 sanitary manholes, and restoration of all ground disturbance required to install items listed above. All work shall be done in accordance to MSD’s Standard Specifications. The project is generally located at Club Drive, Cliffwood Drive, and Cardinal Harbour Road in northwestern Oldham County. All work shall be done in accordance to MSD’s Standard Specifications.
There will be a non-mandatory pre-bid meeting held for this project. The pre-bid meeting will be held on Tuesday, November 19, 2024 at 11:00 AM at the MSD Main Office, 700 W. Liberty Street, Louisville, KY 40203. A nonmandatory site visit will be held from 1:00-2:00 PM, beginning at 1010 Club Drive, Goshen, KY 40026. The site visit will begin promptly at 1:00 PM. Participants are responsible for bringing their own PPE.
The Engineer’s Construction Cost Estimate for this project is between $1,500,000.00 and $1,900,000.00.
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 Chris Gregory. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal. Questions received less than ten days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda posted on MSD’s designated web portal will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $200,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms.
The MSE/WBE Program is effective June 1, 2020. If selected as applicable above, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: Not Applicable
This MSD construction project is bid and advertised as: check applicable below
Construction Services:
Construction-related Services:
LOCAL LABOR COMMITMENT PREFERENCE: No
COMMUNITY BENEFITS PROGRAM: 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
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Lynnview Stormwater Improvements, Contract No. 2025-014, Budget ID No. H24119, Drawing Record No. / Sheet No. , until 10:00 a.m., Local Time, Tuesday, November 26th, 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:
762 432 920#.
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: Drainage and catch basin improvements throughout the City of Lynnview. 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 $375,000.00 and $425,000.00.
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
The project consists of the relocation, by owner, of two License Plate Production Lines from Kentucky State Reformatory to the Kentucky Correctional Institution for Women Industries building. Electric, compressed air, and a new HVAC system will be provided to serve the relocated/new production equipment. The owner shall furnish all production equipment and two air compressors. Final connections to equipment shall be made by the owner.
Contractors shall provide electric utilities to the equipment consisting of new transformer(s), panelboards, and disconnects that will utilize the existing electrical distribution in the building. Compressed air piping, valving, and filters shall be provided to connect the air compressors and the production equipment. A new DX Air Handling Unit on grade, a new exhaust fan on the roof, and all associated ductwork shall be provided to fully serve one of the production rooms to maintain stringent temperature and humidity requirements. A lay-in ceiling grid shall be installed in one of the production rooms. The existing automatic sprinkler system shall be modified to provide new sprinklers in the lay-in ceiling. All work will be performed inside the facility perimeter security fence
The project involves re-roof work at four (4) 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.
CCK-2617.0-10-25 Ag Research Facility 1 -BP05 Teaching Greenhouse
CCK-2617.0-10-25 Ag Research Facility 1 -BP05 Teaching Greenhouse
Phase 1: Scope of this work to be determined through design. Planned start of construction
June 20, 2024, with a target substantial completion March 2, 2026.
Phase II: Scope of this work to be determined through design. Planned start of construction
June 20, 2024, with a target substantial completion December 14, 2026.
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.
The interior fitup of two classrooms spaces to represent a Court Room setting. Scope of work includes built in casework, carpet, ceiling modifications, window treatments, portable visual display and FF&E.
Please be advised by this notification that this project, which was scheduled to open on Tuesday, December 3, 2024 at 11:00 a.m. has been cancelled.
INVITATION TO BID
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Cedar Creek Main Interceptor Rehabilitation, Contract No. 16971, Budget ID No. H23018, Drawing Record No. / Sheet No. 16971/1-14, until 11:00AM, Local Time, Tuesday, December 3, 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:
669 172 564#.
MSD is using a web-based portal for accepting and evaluating bid proposals digitally at http://louisvillemsd.bonfirehub.com/portal for this Invitation to Bid. Documents may be uploaded at any time during the open period indicated for each proposal.
Description and location of Project: This Contract provides for the CCTV inspection and cleaning of approximately 27,000 linear feet of sanitary sewer mains, ranging in diameter from 8 to 36 inches, installation of approximately 6,600 linear feet of cured-in-place pipe in sanitary mains, ranging in diameter from 8 to 36 inches, approximately 30 associated laterals to be lined using cured-in-place pipe for approximately 520 linear feet, clearing, and bypass pumping, This project also includes inspection of approximately 120 sanitary manholes with potential for subsequent rehabilitation including replacement of manhole castings and chimney seals, as well as manhole epoxy lining. The project includes all erosion control, ground
restoration and appurtenant work as described in the plans and bid proposal. This project is located in the Fern Creek area of Jefferson County, along Cedar Creek near Bardstown Road and Gene Snyder Freeway (I-265). All work shall be done in accordance to MSD’s Standard Specifications.
There will be a non-mandatory pre-bid meeting held for this project. The pre-bid meeting will be held on Tuesday, November 12, 2024, at 11:00 AM at the MSD Main Office, 700 W. Liberty Street, Louisville, KY 40203.
The Engineer’s Construction Cost Estimate for this project is between $4,500,000.00 and $4,900,000.00.
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 Chris Gregory. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal. Questions received less than ten days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda posted on MSD’s designated web portal will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $200,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms.
The MSE/WBE Program is effective June 1, 2020. If selected as applicable above, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: Not Applicable
This MSD construction project is bid and advertised as: check applicable below
Construction Services:
Construction-related Services:
LOCAL LABOR COMMITMENT PREFERENCE: No
COMMUNITY BENEFITS PROGRAM: Yes
The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Cypress Springs Pump Station Elimination, Contract No. 17111, Budget ID No. E24017, Drawing Record No. / Sheet No. 17111/1-3, until 10:00AM, Local Time, Tuesday, December 3, 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:
119 978 075#.
MSD is using a web-based portal for accepting and evaluating bid proposals digitally at http://louisvillemsd.bonfirehub.com/portal for this Invitation to Bid. Documents may be uploaded at any time during the open period indicated for each proposal.
Description and location of Project: This Contract provides for the installation of approximately 21 linear feet of 24-inch sanitary sewer pipe; elimination of the Cypress Springs Pump Station and force main, associated work including the removal of the building, tie into/remodel of two existing manholes, and bypass pumping; ground restoration; erosion prevention and sediment control; and other appurtenant work. The pump station entrance is located at 3701 Cypress Springs Place near the Bellingham Park Phase 4 Subdivsion in northeastern Jefferson County. All work shall be done in accordance to MSD’s Standard Specifications.
There will be a non-mandatory pre-bid meeting held for this project. The pre-bid meeting will be held on Tuesday, November 19, 2024 at 10:00 AM at the MSD Main Office, 700 W. Liberty Street, Louisville, KY 40203.
The Engineer’s Construction Cost Estimate for this project is between $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 Chris Gregory, EIT. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal. Questions received less than ten days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda posted on MSD’s designated web portal will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $200,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms.
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
Please note the bid date and time has been changed to December 17, 2024, 2:30 P.M. Local Time.
INVITATION TO BID
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Lower Mud Lane Interceptor Project, Contract No. 17019, Budget ID No. Y24090, Drawing Record No. / Sheet No. 17019/1-11, until 2:30 PM, Local Time, Tuesday, December 17, 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:
669 108 136#.
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 project provides for the construction of a 24 inch gravity sewer line interceptor that connects 8 inch West Triangle Force Main and 24 inch Gravity Main at the end of Bigwood Court in Hillview, Kentucky. 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. 1:00 PM, Tuesday, November 19, 2024.
The Engineer’s Construction Cost Estimate for this project is between $3,000,000.00 and $4,000,000.00.
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 Taylor Friesz. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal. Questions received less than ten days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda posted on MSD’s designated web portal will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $200,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms.
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
The project consists of roof replacement, replacement of rooftop mechanical equipment, and renovation of mechanical systems inside the building.
Roof replacement includes approximately 13,800 square feet of area to be torn off completely to deck and replaced with new insulation and modified bitumen roofing as well as approximately 41,400 square feet of area to be recovered with wood fiber and a new modified bitumen roofing system. All roof areas will receive new metal coping and/or trim. A new clerestory window system with roof above will be installed in place of an existing skylight that is to be demolished.
Sixth Street Floodwall Closure Sidewalk Trays Replacement Project
Sixth Street Floodwall Closure Sidewalk Trays Replacement Project
Please note the bid date and time has been changed to December 10, 2024, 1:00 P.M. Local Time.
INVITATION TO BID
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Sixth Street Floodwall Closure Sidewalk Trays Replacement Project, Contract No. 17019 , Budget ID No. F21037, Drawing Record No. / Sheet No. 17109/1-4, until 1:00 PM, Local Time, December 10, 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:
687 786 974#.
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: Removal of existing paver sidewalk and sidewalk trays and replace with stamped and tinted concrete sidewalk and sidewalk trays and other appurtenant work as depicted on the drawings. All work shall be done in accordance to MSD’s Standard Specifications.
There will be non-mandatory pre-bid meeting held for this project. November 5, 2024 @ 10:00 AM on site.
The Engineer’s Construction Cost Estimate for this project is between $25,000.00 and $75,000.00.
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 JP Carsone. 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 Big Sandy Community and Technical College Pikeville Campus Allied Health Renovation project includes renovations to the south portion of the second floor of the N. Clayton Little Building. The N. Clayton Little Building was originally constructed in 1999 and has not been renovated prior.
This project is funded by a federal grant. Contractor will be required to meet the grant requirements for documentations and use the Davis Bacon wage rates.
This project includes renovations to the existing lab and classroom spaces to provide new nursing skills labs, a nursing simulation lab, an EMS simulation lab, and an updated nursing aide lab. The renovation will include the replacement of the existing floors in the renovated space and connecting corridor with luxury vinyl tile flooring. The doors and frames for each of the renovated rooms will be enlarged to accommodate the movement of hospital beds between the renovated spaces. New casework consisting of laminate faced wood with solid surface counters will be provided to meet the storage needs in each of the classrooms. New acoustical ceiling tile systems will be provided in each of the renovated labs as well as the connecting corridor. New walls will be a gypsum metal stud system and miscellaneous CMU work will be provided as needed for the modification of doorways and miscellaneous masonry repairs. All new and existing walls within the renovated spaces and connecting corridor will receive a new paint finish.
Mechanical, electrical, and plumbing systems will be reworked to accommodate the new layout. New lighting will be provided throughout the space.
Estimated Length of Project:
(Substantial Completion) + 270 Calendar Days (Final Completion)
This project consists of a slide in front of Joy Howard’s house at 95 Copper Ridge Hazard, Ky in Perry County which has caused damage to a garage, patio and access road and a slide behind Kathy Teague’s house at 6525 N Hwy 15 Hazard, Ky in Perry County which has caused damage behind her house and shed and she is having mold issues inside her house. These properties are adjacent to each other. These 2 projects have a shared water issue from mine works behind their homes.
Project Description:
North Erosion Area: Excavation & Disposal Of Unsuitable Materials At Existing Erosion Area, Placement Of New Engineered Fill, And
Installation Of Stormwater Improvements. Work To Include Site Clearing, Selective Demolition, Earthwork, Storm Sewer Installation, and
Riprap Rock Placement.
East Erosion Area: Excavation & Disposal Of Unsuitable Materials At Existing Erosion Area, Placement Of New Engineered Fill, And Installation Of Stormwater Improvements. Work To Include Site Clearing, Selective Demolition, Earthwork, and Riprap Rock Placement.
West Erosion Area: Excavation & Disposal Of Unsuitable Materials At Existing Erosion Area, Placement Of New Engineered Fill, And Installation Of Stormwater Improvements. Work To Include Site Clearing, Selective Demolition, Earthwork, and Riprap Rock Placement.
Estimated Length of Project:
(Substantial Completion) + 270 Calendar Days (Final Completion)
Project Description:
The project consists of reclaiming a 5-acre landslide and eliminating approximately 2.5 acres of poor water quality mining pits. The pits will be backfilled with slide material and on-site mine spoil material to create positive drainage with transitions as required. Blasting will not be permitted. The water in the pits will be treated and raised to a pH of 6 or greater prior to release and backfilling of the pit in accordance with KYDAML Technical Specifications. Work for this project will involve the removal of trees measuring over 3″-inches in diameter at breast height (DBH) at the project
location outside of exempt unstable areas and this cutting shall occur from October 15th-March 31st, when the imperiled forest-dwelling bats are either within or in the immediate vicinity of their winter hibernacula. The clearing of trees over 5″ DBH, which also display characteristics such as shaggy, exfoliating bark, or crevices and hollowed-out cavities within their trunks and larger limbs is also required outside of the exempt unstable areas, and consultation with United States Fish and Wildlife Service (USFWS) has taken place.
Project Description:
The Charles McDowell Center for the Blind was constructed in the early 1990s and has minimal upgrades to the building over the past 30 years. The First Floor of the East Wing contains 15 Dorm Rooms, support areas including Arts/Crafts, Study, Laundry, Nurse’s Station, Fitness Room, Offices, Lounge, Kitchen, and Cafeteria. The First Floor of the West Wing and Second Floor consists of administrative and teaching spaces.
This project consists of interior finish renovations throughout, select locations for training area reconfigurations, as well as mechanical, electrical, and plumbing renovations throughout.
The project will be constructed utilizing four (4) Phases in order to keep the majority of the building operating throughout construction. The areas under construction will be unoccupied at the time of construction, while adjacent spaces will be occupied.
This project involves two buildings and site / utility work within the Boonesborough Firing Range complex.
The Work of Project is defined by the Contract Documents and includes, but is not limited to, the following:
Site: Provide new water line from the top of the hill to existing Restroom to supply fixtures then continue to the Live Fire facility to serve a new yard hydrant and frost-free water fountain/bottle refill station. Firing range to have new lighting and sound system. A new traffic signal system to be provided at the top and bottom of the hill and other Work indicated in the Contract Documents.
Restroom: The existing facility will be completely gutted including exterior siding and roof. Interior layout will be slightly re-configured including masonry CMU work, new doors, new plumbing fixtures, new electrical and new mechanical. Exterior to receive new insulation, siding and roof and other Work indicated in the Contract Documents.
Classroom / Live Fire building: At exterior remove existing siding and portion of stair, skylights and roof, patch and prep for new insulation, siding and roof. Cut in and install two new windows at upper level overlooking range. Provide new gyp ceiling at upper level with batt insulation to enclose for new HVAC at both levels and other Work indicated in the Contract Documents.
Project Description:
The scope is to remove the existing wood sliding exterior doors and all associated hardware in its entirety and to remove the existing expanded metal doors and all associated hardware in their entirety. New exterior swinging painted steel dutch doors and all associated hardware is to be provided. New swinging steel gate yoke doors and all associated hardware is to be provided. There is some removal of existing wood trim, to be replaced and painted to match existing, and painting of existing wood trim at each opening, and base between the openings.
This project involves removal of the existing potable water treatment plant and concrete storage tank at Greenbo State Park in Greenup County, KY. Construction of a new water storage tank on the existing site, reconnection of the city water supply t the tank, and new SCADA controls between the remotely located city water tank fill valve, the new tank level controller, and the main SCADA communications controller located in the lodge mechanical room on the same site. Electrical power modifications include medium voltage underground feeder rework at the water tank, relocation of the existing two-way radio antenna tower adjacent to the new tank, and new 120/208 volt power and Class II control wiring at the tank site for the two-way radio repeater and SCADA controls and at the valve site for SCADA systems. Additional branch circuit and communication wiring is included inside the lodge building. Interconnection with the existing DDC building automation system for monitoring of the tank level and fill valve status will be provided by the incumbent DDC controls contractor for the lodge building.