Estimated Length of Project:
(Substantial Completion) + 180 Calendar Days (Final Completion)
The Meadow Fork Mining Inc. Bond Forfeiture Project Group in Lawrence County consists of one site/permit broken into 5 increments (5, 6, 7, 13 and LTT). All other increments associated with this permit have been granted phase III or administrative bond release. Access to this permit/project is located at 38° 3’ 3.41”N, 82° 42’ 49.66”W.
Reclamation will consist of removal of 4 temporary ponds, one of which was proposed for Long Term Treatment (LTT), construction and maintenance of ditches (Class II/III and ECB), excavation and grading of a slide area (including off site impacts) and revegetation of all disturbed areas. The primary access is proposed along established permanent roads created during mining. These roads will be maintained and drainage features installed to promote access to the work areas. All areas disturbed by this project not listed as permanent road will be revegetated with standard AML Acidic Conditions mix and necessary soil amendments. Material generated during construction of drainage features will be placed and graded within the permit boundaries. An allowance for removing and replacing existing fence structures has been included. Gradework for increments 5, 6 and LTT is included for repair of access to work areas and areas exhibiting erosion and poor vegetation.
Please note the bid date and time has been changed to July 18, 2023, 10:00 A.M. Local Time.
INVITATION TO BID
Sealed Bids will be received electronically only by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Westeria Landing Drainage Improvement Project Contract No. 2024-006, Budget ID No. C24008, until 10:00 a.m., Local Time, Tuesday, July 18, 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: 240 051 988#.
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 a new pipe, drain, and paved ditch system within Westeria Landing. 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 $80,000.00 and $130,000.00.
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 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.
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
The Work includes removing and replacing existing PVC pool liner at Lodge Pool and Wading Pool at General Butler State Resort Park. Existing pool lights will be deleted prior to new PVC membrane installation. Miscellaneous repairs in the Equipment Room are also included in the scope.
Project Description:
1) The project consists of roof replacement of two (2) buildings at MCTC.
i) Administration Building
ii) Denham Building
2) Roof Replacements:
a) Tear off existing roof membrane, sheet metal, metal counter flashings, and roof components as indicated. Install new rigid insulation, tapered insulation (Administration Bldg. only), metal components and 2-Ply SBS-Modified Bituminous Membrane system as indicated in the drawings.
b) Paint all ductwork
Estimated Length of Project:
(Substantial Completion) + 550 Calendar Days (Final Completion)
The proposed project (approximately 6.8 acres) consists primarily of constructing several concrete retaining walls and gabion retaining walls to stabilize the hillside above the FlemingNeon City Park, which includes access to many residences.
Sealed Bids will be received electronically only by Louisville and Jefferson County Metropolitan Sewer District, for the construction of CSO 140 Outfall Line Contract No. 15690, Budget ID No. H23179, Drawing Record No. / Sheet No. 15690/1-5, until Thursday, July 13, 2023, Local Time, 10:00 AM, 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: 184 468 343#.
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: Demolition and removal of existing outfall and floodgate; install of approximately 15 LF of 42-inch RCP, 42-inch headwall and flapgate and other associated work. 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 $100,000.00 and $150,000.00.
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 Joshua Dickerson. 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.
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 Description:
This project includes HVAC renovations in buildings #2 and #3 at the south campus of Somerset Community College.
Building #2 consists of new VAV System including Rooftop Units, VAV Boxes, ductwork and piping, boilers, and pumps. The existing exhaust fans will be replaced. Also, included is a new building automation system that shall integrate with Tridium Niagara platform. Existing LED lighting shall be protected and reinstalled. New electrical circuits and miscellaneous fire alarm modifications shall be provided to new HVAC equipment. The existing electrical main switchboard, transformer, and distribution switchboard shall be replaced. Further, building #2 includes new acoustical ceilings, structural support for equipment, roof modifications, and miscellaneous architectural improvements.
Building #3 consists of new VRF System and make-up air unit. The existing exhaust fans will be replaced. Also, included is a new building automation system that shall integrate with Tridium Niagara platform. Existing LED lighting shall be protected and reinstalled. New electrical circuits and miscellaneous fire alarm modifications shall be provided to new HVAC equipment. The existing electrical main panel shall be replaced. Further, building #2 includes new acoustical ceilings and miscellaneous architectural improvements.
Project Description:
The intent of this project is to demolish the existing Beach Building at Fort Boonesborough State Park in Richmond, Kentucky. The building has been surveyed for and remediated of all known hazardous materials. The demolition is to include removal of the entire building including foundations and associated utility connections. All site interventions, other than one monument noted on drawings, from the parking lot to the beach are to be removed. This includes sidewalks, steps and railings. After demolition of the building is complete, the site shall be returned to a natural appearing, mow-able condition. Construction drawings for the Beach Building are included for reference only.
Project Description:
The Kentucky Center for the Arts is looking to replace and/or upgrade a mixture of interior and exterior doors, frames, hardware, and associated electrical for access control requirements throughout the facility. The scope includes 17 doors over eight (8) different scope areas. The Contract Documents designate the scope areas, doors included, and associated work with each. Modifications to a ramp and handrails are also part of the project scope.
Project Description:
Construct new 75,000-gallon enclosed firewater storage tank with foundation including supply connection to existing site domestic water line, valves, piping, hydrants, etc. to connect to private owner Fire Loop System. Project accessories include new electrical service, tank mixing and heat for freeze proof and excavation, backfilling and seeding of disturbed.
Estimated Length of Project:
(Substantial Completion) + 180 Calendar Days (Final Completion)
The Project 22048BFPFMP0 Pond Creek 889-0046 is a bond forfeiture project in Muhlenberg County Kentucky in the community of Beech Creek located at 37°10’26.437″N & 87°4’12.722″W. This project consists of removing 3 basins containing acidic water. The water in the basins will be treated prior to release then the basins will be filled in to a level to which no water will be held in the future. The water from the basins will need to have a pH of greater than 6 and an iron level less than 5 mg/L prior to release. Clearing of trees around the basins will be necessary to push the necessary dirt to fill in the basins. Mowing of areas adjacent to hotspots and the location for three ECB ditches will be necessary to work the approximately 12 acres of this type of work. Agricultural limestone will be spread over all disturbed areas at a rate of 50 tons per acre and subsequently incorporated into the acidic material. The hotspots, if appropriate, will have the first 50 tons of lime applied and subsequently mixed into the soils first two or so feet and then an additional 25 tons of lime will be incorporated prior to seeding. Exploratory hours are to be used to determine areas in which soil quality at two feet is good enough that this method can be used and effective. Hot spot areas will be worked through the gradework and lime bid items prior to any seeding. If mixing of the soil is not appropriate for an area 75 tons of lime per acre will be added and incorporated into the substrate prior to seeding. Three ECB ditches will be created above basin B to catch acidic seeps that are currently running into the basin. Three 4 foot flat bottom riprap ditches will be added to carry water from the basins removed to the appropriate drain ways. Seeding of all disturbed areas will be performed in a timely manner and will use the AML acidic seed mix. Fertilizer will be spread at a rate of 0.375 tons per acre and will be an 18-46-60 mix. Mulch will be applied at a rate of 2 tons per acre and will be crimped in. Throughout the project AML best management practices will be used to keep silt and water quality under control. Silt fence or bales will be installed above basin B to protect any silt from entering this basin. After all work on the main project area has been completed roadway stone will be applied to the access road.
RFB-290-23 Re-Ad of RFB-263-23 KEWS Tower Structural Modification W1 Emergency Radio System Replace Phase 3
RFB-290-23 Re-Ad of RFB-263-23 KEWS Tower Structural Modification W1 Emergency Radio System Replace Phase 3
Estimate: $103,000.00
Estimated Length of Project: see schedule (Substantial Completion) + (Final Completion)
Project Description:
This project involves the installation of tower structural modifications at selected locations across the Commonwealth. Refer to the construction drawings for site-specific modifications including additional bracing of tower members, member replacements, guy wire replacements and tensioning, and foundation upgrades.
Estimated Length of Project:
(Substantial Completion) + 240 Calendar Days (Final Completion)
In this phase the intent is to begin reclamation of the Lovely Branch impoundment by establishing an open channel spillway at the location of the existing principal spillway pipe. The construction of the channel will begin near the inlet of the existing pipe and proceed towards the embankment. As the excavation proceeds we will evaluate the feasibility of constructing a temporary inlet on the principal spillway if the crushed sections can be removed and the remaining pipe is suitable. The crushed section
should be approximately within 500 ft of the inlet. Materials removed may be placed on the northern side of the beach area and crowded into the pool area. Best management practices are to be employed to reduce sedimentation. Yardage will be verified by comparing pre-project baseline survey to the then “current” conditions.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of the MFWQTC Activated Sludge Building Roof Replacement project,, Contract No.
17015 , Budget ID No. D23166, Drawing Record No. / Sheet No. 1-4, will be received at the office of MSD until 11:00 a.m.,
Local Time, Thursday, July 6, 2023, and will be publicly opened and read at that place and time. The public may attend the bid opening via Microsoft Teams
Meeting. The phone number is (502) 654-8113 and the Conference ID is 13694742#. 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:
Removal and replacement of the Activated Sludge Building roof system.
All work shall be done in accordance to MSD’s Standard Specifications.
There will be mandatory pre-bid meeting held for this project. Wednesday, June 21, 2023 at 11:00 a.m. The Pre-Bid
Meeting with be held at the Morris Forman Water Quality Treatment Center (MFWQTC) located at 4522 Algonquin
Parkway. We will meet at the gazebo adjacent to the Administration Building. Upon completion of the meeting, the
bidders will be taken to the Activated Sluge 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 $ 100,000.00 and $ 300,000.00.
The bid documents will be available on Friday, June 16, 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
Sealed Bids will be received electronically only by Louisville and Jefferson County Metropolitan Sewer District, for the construction of 4112 Hickoryview Drive Drainage Improvement Project Contract No. 2024-004, Budget ID No. C24006, until 10:00 a.m., Local Time, Thursday, June 29, 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: 602 258 654#.
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 paved ditch system along the rear easement between Hickoryview Drive and Mimosa View Drive. 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 $100,000.00 and $140,000.00.
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 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.
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 Description:
The Work includes renovations to the Olympic, Diving and Wading Pools, including new regenerative media filters for the Olympic and Diving Pools and new pumps for all three pools. All three pools will receive shell repairs and new PVC Membrane Liners. New ADA battery lift chair and new diving boards are included as separate additive alternates. All piping & valves in the Equipment Room will be replaced, minor electrical work in included, and a new second surge tank will be created while reusing an existing D.E. filter tank as a second surge tank. See drawings and specifications for additional information.
The HCTC Library Commons renovation project primarily consists of the approximately 1,700 square feet selective demolition and renovation of the existing Circulation, Work Area and Tutoring Lab and conversion into a Success Work Zone, Library Reservations, subdividing the existing Tutoring Lab into a Secure Area and Flex Office Space, as well as the relocation and reconfiguration of existing modular glass walls for a new Success Coach and Tutoring Offices on the second floor of the J. Marvin Jolly Classroom Center in Hazard, Kentucky. A new circulation desk has already been installed recently and should be protected. Finishes and door hardware are to match all existing finishes and facility standards. Finishes include painted gypsum board, acoustic ceiling tile with grid, vinyl composite tile, rubber base and two (2) new solid core wood veneer doors within hollow metal frames (with sidelites). New and relocated existing diffusers to tie into existing ductwork. New lighting, relocated existing lighting, and power to room fit up. Relocated sprinkler heads to tie into existing lines.
Sealed Bids will be received electronically only by Louisville and Jefferson County Metropolitan Sewer District, for the construction of City of Hurstbourne Drainage Project Contract No. 2024-003, Budget ID No. C23210, until 10:00 a.m., Local Time, June 27, 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: 952 490 861#.
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 archway culvert structure system under Nottingham Parkway with the City of Hurstbourne. 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 $800,000.00 and $1,400,000.00.
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 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.
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 Description:
At KCIW’s MSU dorm building, remove existing steam boiler and steam radiator system complete. Provide new packaged gas-electric rooftop units on grade with new supply and return ductwork to heat/cool the building. Provide new smoke control system for the building including exhaust fan, control dampers, smoke detectors, firefighter control station, and integration with building’s existing central fire alarm system. Upgrade building’s normal power electrical service to accommodate the new HVAC equipment.
At the dayroom trailer, adjacent to MSU dorm building, remove two Bard window a/c units, and baseboard heaters. Provide new packaged gas-electric unit on grade and reconnect to existing supply and return ductwork.
Although MSU Dorm & Dayroom are outside KCIW’s main perimeter security fence, contractor is still subject to all of DOC/KCIW’s contractor rules as outlined in the Special Conditions.
The project is the overlay of the existing Medical Clinic building with metal wall panels. The existing vertical windows are to be infilled with painted concrete masonry. New window units are to be cut and installed with security hollow metal windows. The exterior walls to be overlaid with spray insulation, metal furring and wall panels.
CMF Materials Sorting Facility Stormwater Improvements – Phase I
CMF Materials Sorting Facility Stormwater Improvements – Phase I
INVITATION TO BID
Sealed Bids will be received electronically only by Louisville and Jefferson County Metropolitan Sewer District, for the construction of CMF Materials Sorting Facility Stormwater Improvements – Phase I Contract No. 23-0620, Budget ID No. A23140, until 2:00 p.m., Local Time, June 20, 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: 162 676 451#.
MSD is using a web-based portal for accepting and evaluating bid proposals digitally at http://louisvillemsd.bonfirehub.com/portal for this Invitation to Bid. Documents may be uploaded at any time during the open period indicated for each proposal.
Description and location of Project: Construct a new concrete forebay for the downstream bioretention area at the Louisville MSD Central Maintenance Facility Material Sorting Facility located at 3050 Commerce Center Place, Louisville, KY 40211. All work shall be done in accordance to MSD’s Standard Specifications.
There will be a non-mandatory pre-bid meeting held for this project. June 15, 2023 at 1:00 pm at Central Maintenance Facility(address above). Meet at the guard shack for check in.
The Engineer’s Construction Cost Estimate for this project is between $200,000.00 and $225,000.00.
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 Colette Easter. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal. Questions received less than 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.
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
The project consists of minor selective demolition and construction of new exterior stairs on shallow footings. The stairs will be of galvanized structural steel with grating. Guardrails and handrails are included for the stair assembly.
RFB-279-23 RE-AD of RFB-218-23 EEC-AML-BOBBY REID DRAINAGE-BIL
RFB-279-23 RE-AD of RFB-218-23 EEC-AML-BOBBY REID DRAINAGE-BIL
Estimated Length of Project:
(Substantial Completion) + 240 Calendar Days (Final Completion)
The project area is 8 acres and the waste area is 1 acre. It consists of drainage control and portal closures around approximately 12 residences. The total watershed area flowing into the subdivision is approximately 150 acres. Concrete ditches will be constructed behind many of the homes, as well as HDPE pipes in several places across the road and through yards, including 14 drop boxes. These will
replace and enhance existing draining that is undersized or inadequate. The project also consists of three portal closures.
Sealed Bids will be received electronically only by Louisville and Jefferson County Metropolitan Sewer District, for the construction of 7251 Fox Harbor Road Drainage Improvement Project Contract No. 2024-002, Budget ID No. C24005, until 10:00 a.m., Local Time, June 20, 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: 269 403 944#.
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 12-inch, 15-inch, and 18-inch pipe system along the side of 7251 Fox Harbor Road in the City of Prospect. 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 $60,000.00 and $100,000.00.
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 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.
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
Estimate: $347,270.00 br>Estimated Length of Project: 240 (Substantial Completion) + 30 (Final Completion) br>
Project Description: Selective window replacement at existing buildings to update older, failing windows.
Areas of work include window replacement at Buildings 59, 62 & 63 of a larger campus
of buildings and locations as indicated in construction drawings.