RFB-277-23 Parks – CC-Sewer Upgrades Phase 1
RFB-277-23 Parks – CC-Sewer Upgrades Phase 1
Estimate:
$138,000.00
Estimated Length of Project:
270 (Substantial Completion) + 30 (Final Completion)
Project Location: Carter County
RFB-277-23 Parks – CC-Sewer Upgrades Phase 1
Estimate:
$138,000.00
Estimated Length of Project:
270 (Substantial Completion) + 30 (Final Completion)
Project Location: Carter County
8804 High Point Circle Bank Repair Project
INVITATION TO BID
Sealed Bids will be received electronically only by Louisville and Jefferson County Metropolitan Sewer District, for the construction of 8804 High Point Circle Bank Repair Project Contract No. 2024-001, Budget ID No. C24007, until 10:00 a.m., Local Time, Thursday, June 15, 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: 264 677 369#.
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 gravity wall installation along the open channel along the rear of High Point Circle. All work shall be done in accordance to MSD’s Standard Specifications.
There will be no pre-bid meeting held for this project.
The Engineer’s Construction Cost Estimate for this project is between $150,000.00 and $200,000.00.
Proposal forms, including Specifications and Instructions for Bidders, may be obtained from MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal.
Persons wishing to view the bid documents may do so online at http://louisvillemsd.bonfirehub.com/portal or at the following locations: Builders Exchange of Louisville, Inc., 2300 Meadow Drive; Associated Builders & Contractors of Kentuckiana, 1810 Taylor Avenue; and F. W. Dodge, 1812 Taylor Avenue; all located in Louisville, Kentucky; and the Associated General Contractors of Kentucky, 2321 Fortune Drive, Suite 112, Lexington, Kentucky.
The Project Manager for this Invitation to Bid is Joseph Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal. Questions received less than two days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms.
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal.
MSD SUPPLIER DIVERSITY PROGRAM: Applicable
The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If applicable, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: Applicable
This MSD construction project is bid and advertised as: check applicable below
Construction Services: X
Construction-related Services:
LOCAL LABOR COMMITMENT PREFERENCE: No
COMMUNITY BENEFITS PROGRAM: No
The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
Project Location: Louisville, KY
RFB-271-23 KSB Begley Building Chimney Cleaning, Maintenance, and Repairs
Estimate: $149,092.00
Estimated Length of Project: 60 (Substantial Completion) + 15 (Final Completion)
This project involves the cleaning and repair of an exterior brick masonry chimney that serves the existing boiler house at the Kentucky School for the Blind, located on Frankfort Avenue in Louisville, Kentucky. Generally, the work shall include cleaning of the exterior surfaces of the masonry chimney and tuckpointing repairs. Upon completion and repair of the masonry, the exterior surface will be treated with a water repellant sealer. Steel reinforcement bands around the chimney shall be replaced with new steel bands. Metals at breech way duct work and access door shall be cleaned to remove corrosion and painted. The chimney repair company shall perform a complete inspection of the interior gunite liner of the chimney and report all findings to the Engineer and Owner along with any recommendations. The work shall include localized repairs to the gunite liner surface.
Project Location: Louisville
RFB-270-23 KCTCS – McCreary Center Roof Replacement – Somerset CC
Estimate: $260,224.00
Estimated Length of Project: 90 (Substantial Completion) + 15 (Final Completion)
This renovation project is for the McCreary Center – Roof Replacement located at 141 College St., Whitley City, Kentucky 42653. The architectural scope of work for this project includes the following:
-Remove existing shingle roof, repair and replace damaged substrate (where / if applicable). Install new asphalt dimensional shingles on the main building and the adjacent pavilion. Approximately 24,348 sq. ft. shingle roof area
-Remove low slope area of asphalt shingle and install new standing seam metal roof as indicated on plans. Approximately 621 sq. ft. standing metal seam roof area
-Install new ridge vents and shingle intake vents as indicated on the drawings.
-Add-alternate: remove existing shingle roof on pavilion and install new asphalt dimensional shingle roof. Install new fascia and 2×6 perimeter framing. Approximately 1,670 sq. ft. of Pavilion roof area.
60 working days are provided from the execution of the construction contract to substantial completion. 15 working days are provided from substantial completion to final completion. The contractor will be responsible for coordinating areas of construction and the “shut down” of those areas per the project schedule as described in the Bid Documents. The contractor will be required to communicate and work closely with the McCreary Center Manager of Operations for project logistics, including shut downs, construction sequencing, and general construction activities.
Project Location: Whitley City
FY24 CMOM Infrastructure Rehabilitation Project
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of FY24 CMOM Infrastructure Rehabilitation Project Contract No. 17036 , Budget ID
No. H20053, Drawing Record No. / Sheet No. 1-9, will be received at the office of MSD until10:00 AM, Local Time, June
27, 2023, and will be publicly opened and read at that place and time. The public may attend the bid opening viathe office of
MSD, 700 W Liberty St, Louisville, KY 40203.
Description and location of Project: This Contract provides for the CCTV inspection and cleaning of approximately 8,420
linear feet of sanitary sewer mains, ranging in diameter from 8 to 15 inches, installation of approximately 8,370 linear feet of
cured-in-place pipe in sanitary mains, approximately 180 associated laterals to be lined using cured-in-place pipe for
approximately 2,940 linear feet, and approximately 8 open-cut point repairs. This project also includes inspection of
approximately 60 sanitary manholes with potential for subsequent rehabilitation including replacement of manhole castings
and chimney seals. The project includes all erosion control, ground restoration and appurtenant work as described in the plans
and bid proposal. The project sites are concentrated in two regions; the Central Business District and Fern Creek
neighborhoods of Jefferson County, see FY24 CMOM Infrastructure Rehabilitation Map Series for locations. All work shall
be done in accordance to MSD’s Standard Specifications.
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 will be held on Tuesday, June 6, 2023
at 10:00AM .
The Engineer’s Construction Cost Estimate for this project is between $1,500,000.00 and $2,000,000.00.
The bid documents will be available on, Monday, May 22, 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 Ashley Uptain. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer Ashley Uptain at ashley.uptain@jacobs.com. Questions received less than two days prior to the date for opening of bids will not be answered. Only answers by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms).
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager,
Ashley Uptain. at ashley.uptain@jacobs.com.
MSD SUPPLIER DIVERSITY PROGRAM: Applicable
The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If applicable, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.
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: 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.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
Click Here To Download FY24 CMOM QTY Sheet
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
Project Location: Louisville, Kentucky
FPS Roof Repairs Project
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the FPS Roof Repairs project Contract No. 17013, Budget ID No. D23164, will be received at the office of MSD until 9:00 a.m., Local Time, Thursday, June 8, 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 598178752#. 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:
Flood Pump Station (FPS) Roof Thermal Imaging Scans and Roof Repairs for the following facilities:
a. Pond Creek FPS (SPF Roof)
b. Lower Mill Creek FPS (EPDM Roof)
c. Riverport FPS (SPF Roof)
All work shall be done in accordance to MSD’s Standard Specifications.
There will be mandatory pre-bid meeting held for this project. Thursday, May 25, 2023 at 1:00 p.m. We will start the Pre-Bid Meeting at the Lower Mill Creek FPS, 7600 Watson Lane, Louisville, KY 40272. We will then visit two other FPS – Riverport FPS and Pond Creek FPS. Bidders will be able to access all roofs at that time. All bidders should bring a ladder to access buildings that don’t have ladders attached. 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 $400,000.00.
The bid documents will be available on, Thursday, May 18, 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 Procurement Buyer Julie Potempa at julie.potempa@louisvillemsd.org.. Questions received less than two days prior to the date for opening of bids will not be answered. Only answers by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms).
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer, Julie Potempa at julie.potempa@louisvillemsd.org.
MSD SUPPLIER DIVERSITY PROGRAM: Not Applicable
The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If applicable, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.
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.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
Project Location: Louisville
RFB-272-23 Re-Ad of RFB-213-23 KSB Roof Project Ph2
Estimate:
$798,500.00
Estimated Length of Project:
120 (Substantial Completion) + 30 (Final Completion)
The project consists of the removal of existing asphalt shingle roofing, sheet metal and existing SBS modified bitumen roofing membrane systems and the installation of new asphalt shingle roofing, sheet metal and new SBS modified bitumen roofing membrane systems. Masonry cleaning and sealing to occur at parapet walls. New roof hatch and roof hatch access ladder to also be installed.
Project Location: Louisville
RFB-273-23 Re-Ad of RFB-80-23 KRA – Locks 2 and 3 Guidewall Project
Estimate:
$3,111,109.00
Estimated Length of Project:
Phased (Substantial Completion) + 30 (Final Completion)
The BASE BID Work shall include demolition of the existing Upper Guide Walls at both Kentucky River Locks 2 and 3 and the construction of new Upper Guide Walls consisting of sheet pile walls with tie-back anchors. These sheet
pile retaining walls will be constructed along the same baseline as the current guide walls upstream from the lock chambers as shown on the Drawings. The BASE BID Work will also consist of site preparation, erosion and
sedimentation control with fluctuating river levels, construction access, selective demolition, dredging, earthwork, constructing tie-ins to existing lock features, slope construction and protection, temporary shoring, drainage improvements, and site grading and restoration work. Demolition work at Lock 2 shall include the Upper Guide Wall and Upper Guide Wall Extension. The replacement Upper Guide Wall at Lock 2 will feature a tie-back anchor system to stabilize the new Upper Guide Wall and the
adjacent slope up to state route KY-389. This anchor system will include an earth-retaining sheet pile wall at the base of the slope with tie-backs anchored into the bedrock. A Contractor designed temporary bracing and/or monitoring system is required. The construction will also include a concrete sidewalk with mooring pins along the edge of the newly constructed guide wall, earthwork and slope regrading, and stone slope protection. Demolition work at Lock 3 shall include the Upper Guide Wall. The replacement Upper Guide Wall at Lock 3 will feature a tie-back anchor system to stabilize the new Upper Guide Wall. This anchor system will include an earthretaining sheet pile wall at the base of the slope with tie-backs anchored into a sheet pile anchor wall. The construction will also include a concrete sidewalk with mooring pins along the edge of the newly constructed guide wall, earthwork and slope regrading, and drainage improvements.
Project Location: Henry County
RFB-274-23 KVA – KVCW – Lawn Crypt Expansion (Cemetery)
Estimate:
$1,395,321.84
Estimated Length of Project:
120 (Substantial Completion) + 45 (Final Completion)
The Kentucky Veterans Affairs Cemetery West Burial Area Expansion is located at the existing State Veterans Affairs Cemetery in Hopkinsville, Kentucky at 5817 Ft. Campbell Blvd. The work shall consist of the installation of approximately 2000 precast concrete double depth burial crypts in Section 3 of the existing Cemetery. Installation of the precast, manufactured burial crypts will include all necessary earthwork and excavation, associated drainage improvements and turf restoration for the disturbed areas of the existing Cemetery.
Project Location: Hopkinsville
RFB-264-23 BNGC Long Rifle Road Extension
Estimate:
$270,633.00
Estimated Length of Project:
90 (Substantial Completion) + 15 (Final Completion)
The Long Rifle Road Extension project is located within the Boone National Guard Center in Frankfort. The new roadway is just over 185 feet. Milling and resurfacing of the existing pavements at each end is required. The new roadway will be 22-10 ft. lanes with 2 ft. graded shoulders. The new pavement dept is 12.5 inches.
Project Location: Frankfort
RFB-256-23 DJJ – McCracken HVAC System Upgrades
Estimate:
$516,000.00
Estimated Length of Project:
150 (Substantial Completion) + 30 (Final Completion)
This project will generally consist of heating hot water system replacement and HVAC controls replacement. Work shall include installation of natural gas fired boilers, hydronic piping, pumps, hydraulic separators, valves, and electrical power connections. Trades involved shall include but are not limited to: demolition, mechanical, controls, and electrical.
Project Location: Paducah
RFB-269-23 KCTCS – Boiler Replacement Postsecondary Ctr – Elizabethtown CTC
Estimate:
$295,625.00
Estimated Length of Project:
150 (Substantial Completion) + 30 (Final Completion)
Project scope is to replace the two existing boilers with two new condensing style boilers along with piping modifications and condensate neutralizing kits as described in drawings. Existing pumps shall remain. (Factory startup and training are required)
Refer to Mechanical Drawings.
An allowance of $18,200 for controls contractor (Core Controls) to be included in base bid of Mechanical Contractor.
Project Location: Elizabethtown
RFB-268-23 Re-Ad of RFB-217-23, Re-Ad of RFB-195-23 KCTCS – Coding Academy FitUP Student Center – Elizabethtown CTC
Estimate:
$247,781.00
Estimated Length of Project:
120 (Substantial Completion) + 30 (Final Completion)
This project consists of the fit-up of approximately 3,300 sf shell spaces inside the existing Student Center building. Spaces to include office space and a computer classroom. Construction to include flooring, metal stud and gypsum walls, ceiling tiles, new lights, data and extension of mechanical and plumbing systems to service spaces.
Project Location: Elizabethtown
RFB-263-23 KEWS Tower Structural Modifications W1 Emergency Radio System Replace Phase 3
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.
Estimate: $103,000.00
Estimated Length of Project: See Schedule (Substantial Completion) + (Final Completion)
Project Location: Various
RFB-262-23 KSP-KEWS Tower Site Electrical Upgrades – W2/C1
Estimate:
$595,090.00
Estimated Length of Project:
see schedule (Substantial Completion) + (Final Completion)
This project involves site preparation, restoration, and equipment relocation at selected locations across the Commonwealth. Refer to the construction drawings for site-specific upgrades and modifications including site expansion, new generators, new propane tanks, and relocation of existing site components.
Project Location: Various
RFB-261-23 KSP-KEWS Tower New Shelters – W2/C1
Estimate:
$854,159.00
Estimated Length of Project:
See Schedule (Substantial Completion) + See Schedule (Final Completion)
This project involves site preparation and restoration, shelter replacement, and equipment relocation at selected locations across the Commonwealth. At most sites, existing fiberglass shelters will be replaced with new concrete pre-cast Fibrebond shelters and all equipment moved from the old to the new shelter. Refer to the construction drawings for site-specific upgrades and modifications including site expansion, new generators, new propane tanks, and relocation of existing site components.
Project Location: Various
RFB-260-23 KCTCS – Roof Replacements – Ashland CTC – Asset Preservation
Estimate:
$2,025,988.00
Estimated Length of Project:
150 (Substantial Completion) + 30 (Final Completion)
This project replaces roofing on Ashland Community and Technical College’s College Drive Campus Goodpaster Building (built 1994 and 35,300 square feet) and the Technology Drive Campus Phase 1 Building (built 2004 and 42,890 square feet). Roof repair and upgrade needs are extensive. Both buildings’ roofs are nearing or past the typical life cycle for an industrial roof and are beginning to show significant wear and tear that is beyond the ability of local maintenance staff to upkeep.
Project to include new SBS roof type – SBS, High Density Polyiso Cover Board, Polyisocyanurate Roof Insulation – to match existing thickness.
Project Location: Ashland
RFB-258-23 Parks – GB-Lodge Pool Repairs
Estimate:
$176,250.00
Estimated Length of Project:
120 (Substantial Completion) + 30 (Final Completion)
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 Location: Carrollton
RFB-255-23 EEC-AML-Kewanee Road Slide-BIL
Estimated Length of Project:
(Substantial Completion) + 365 Calendar Days (Final Completion)
The site area is approximately 1.4 acres, which has been inundated with slide material from the head of the water shed. Currently more material is at the top of the watershed and will make its way down over time. From downtown Pikeville drive ~3 miles south on Hwy 23 until reaching Paul Davis Drive. Turn right, and drive ~0.25 miles until reaching Kewanee Road. Turn left, travel 0.4 miles until reaching the site on the right. The coordinates: 37°26’26.00″N 82°31’23.33″W
To reach the off-site waste area (~6.0 acres), continue on Paul Davis Drive until reaching the Kentucty Enterprise Industrial Park. The waste area is located on a flat area at coordinates 37°25’39.93″N 82°32’0.25″W
The proposed project (approximately 1.4 acres) consists construction of an earthen embankment. This will protect the roadway and rail line below. This will be paid for under the Earthwork (Catch Basin) bid item. This embankment will serve as a catch basin for slide material that will continue move downward from the upper part of the watershed. An Earthwork (Embankment Benching) is included to over excavate and re-compact material the catch basin will be seated on. An earthwork (Measured) is included remove material from the site, and transport and place it in the designated waste area. A 36″ DWPP pipe with headwalls will allow surface water to drain from the basin, through the embankment and daylight to a roadside ditch. A gravel / excavate rock road will lead to the top of the embankment, to allow the basin to be cleaned during large sliding events. Class III Backfill is included to protect the interior toe of the embankment from erosion. Hoe Ram is setup to excavate bedrock for construction of the basin. Class III bid item is included for a roadside ditch to allow for passage of surface water.
Erosion Control Blanket (ECB) is included to place on graded areas steeper than 3:1 to enhance a promote revegetation effort and limit erosion. A Silt Trap Type A & B is included to prevent erosion material from leaving the site. Silt Fence is included at both the site and waste to prevent erosion material from leave the site.
Site Preparation is setup at both the site and waste area to allow for proper earthwork excavation and placement. Seedbed Prep, Ag Lime, Fertilizer, & Seed is setup for revegetation of the waste area. Hydromulching & Hydroseeding is setup for revegetation of the site area, where the steepness and excavated rock area make this a more feasible method of revegetation. Cover Crop is included for reveg efforts during a winter shut down.
A bituminous bid item is setup to repair “in kind” damage to Kewanne Road, by normal reclamation activities. Roadway stone is included to maintain “in kind” gravel road in and out of the waste area.
Utility Relocation bid item is included to address “in kind” any utilities that may be disturbed by normal reclamation activities.
A woven wire fence and 16-foot gate are included as a security measure at the site after work is completed.
Project Location: Pike County
RFB-257-23 KCTCS – Renovate Valley Oak – Somerset CC
Estimate:
$820,800.00
Estimated Length of Project:
180 (Substantial Completion) + 30 (Final Completion)
The intent of this project is to renovate (2) two existing buildings (580 and 610). The buildings are pre-engineered metal buildings with light-gauge interior framing (II-B). The project will consist of various demolition and updates to better suit the College’s needs such as but not limited to metal stud framing, painting, acoustical ceilings, doors and hardware, and various MEP upgrades.
Project Location: Somerset
RFB-254-23 KCTCS – Renovate Aviation Building – Paving (Exterior Improvements) – Madisonville CTC
Estimate:
$540,500.00
Estimated Length of Project:
100 (Substantial Completion) + 30 (Final Completion)
The Scope of this Project shall include all labor, materials, tools, equipment, and services required to construct and install the complete and operational systems described herein and on the Drawings. The Project includes clearing, demolition, and disposal of all debris from the removal of the indicated Asphalt area & Grass lot. All
earthwork and grading necessary to construct the new concrete walk, concrete paving, asphalt paving, and drainage improvements according to the project plans and specifications. Subgrade preparation, rock base/surface, concrete reinforcement installation, concrete and asphalt placement for the new pavement and
walkway according to the project plan and specifications is to be included. Contractor is responsible for all general and special conditions associated with this project as described in the project plans and specifications.
Project Location: Greenville
City of West Buechel Drainage Improvement Project
INVITATION TO BID
Sealed Bids will be received electronically only by Louisville and Jefferson County Metropolitan Sewer District, for the construction of City of West Buechel Drainage Improvement Project Contract No. 2023-030, Budget ID No. C23207, until 10:00 a.m., Local Time, Tuesday, May 16, 2023, and will be publicly opened and read at that place and time. The public may attend the bid opening via teleconference call at 502-654-8113 (Dial-in Number) Conference ID: 839 658 813#.
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 provide a new drainage systems throughout the City of West Buechel. 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 $250,000.00 and $300,000.00.
Proposal forms, including Specifications and Instructions for Bidders, may be obtained from MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal.
Persons wishing to view the bid documents may do so online at http://louisvillemsd.bonfirehub.com/portal or at the following locations: Builders Exchange of Louisville, Inc., 2300 Meadow Drive; Associated Builders & Contractors of Kentuckiana, 1810 Taylor Avenue; and F. W. Dodge, 1812 Taylor Avenue; all located in Louisville, Kentucky; and the Associated General Contractors of Kentucky, 2321 Fortune Drive, Suite 112, Lexington, Kentucky.
The Project Manager for this Invitation to Bid is Joseph Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal. Questions received less than two days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms.
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal.
MSD SUPPLIER DIVERSITY PROGRAM: Applicable
The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If applicable, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: Applicable
This MSD construction project is bid and advertised as: check applicable below
Construction Services: X
Construction-related Services:
LOCAL LABOR COMMITMENT PREFERENCE: No
COMMUNITY BENEFITS PROGRAM: No
The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
Project Location: Louisville, KY
RFB-251-23 KCTCS Equipment Storage Shed-Fire Commission, Greenville
Estimate:
$162,970.00
Estimated Length of Project:
80 (Substantial Completion) + 30 (Final Completion)
The project is for the construction of a new 4,131 s.f. Storage Shed for the Fire Academy of Kentucky in Greenville, KY. The Storage Building’s primary component is to provide storage space for trailers and training aids for National Responder Preparedness Center operations. The primary structure will consist of an open-sided wood pole framed building, approx. 51’ x 81’ in size clad with w/ prefinished metal wall & roof panels. Within this building would be one large open and flexible space that will provide extra covered protection for the user agency’s equipment. The site area is identified on the Site Survey sheet (REF) The area identified for the new building area is located on the northern parcel of the existing property. There is an existing gravel parking lot that extends fully into the new building that shall remain in place. Additional gravel shall be added to the interior of the Storage Shed. No Plumbing, Fire Protection, HVAC or Electrical Services were requested or required for this project.
Project Location: Greenville
RFB-252-23 CHFS – CSH – Replace Cooling Tower
Estimate:
$159,500.00
Estimated Length of Project:
200 (Substantial Completion) + 30 (Final Completion)
Project Description:
The project consists of the HVAC equipment replacement at the Central State Hospital campus in Louisville, Kentucky. The cooling tower serving CH-1 in the main hospital will be replaced. The abandoned cooling tower on the roof of the Bingham Building will be removed. Two multi-zone air handlers and associated piping in the
basement of the Bingham Building will be replaced.
Electrical work includes replacing cooling tower control panels, replacing cooling tower power feed, replacing heat trace for the cooling tower, new power feed and VFDs for pumps, new disconnects and power feeds for AHUs.
Project Location: Louisville, KY
RFB-240-23 KVA – EKVC-Water System & Cooling Tower Demo
Estimate:
$685,000.00
Estimated Length of Project:
151 (Substantial Completion) + 30 (Final Completion)
Project Description:
Project is for the removal of two existing evaporative coolers for heat pump hydronic system that were left abandoned under a previous project.
Plumbing improvements include installation of four new electric water heaters, panelboard and automatic transfer switch and circuits for emergency power. Two new potable hot water recirculation loops will be installed throughout the building and heat trace will be deactivated. Installation of a new emergency water distribution system with self-priming pump will deliver non-potable water to selected janitor mop sinks throughout the building.
Project Location: Hazard, KY