RFB-135-24 DJJ – Fayette RJDC Boiler Replacement

RFB-135-24 DJJ – Fayette RJDC Boiler Replacement

Estimate: $226,987.00

Estimated Length of Project: 115 (Substantial Completion) + 30 (Final Completion)

Project Description: Project is for the replacement of one cast iron sectional boiler with new condensing boiler in a ground-floor mechanical room. Project includes related, piping, replacement of pumps, venting, controls, electric, and hydronic specialties. This project re-pipes existing boiler that will remain and new boiler with a phased piping upgrade. Building shall not be without heat for only a few hours during a installation of valves to assist phasing.

Project Location: Lexington

More Details

RFB-150-24 KCTCS-Mech Equip Upgrades-Cumberland/Whitesburg Campuses-Southeast KYCTC

RFB-150-24 KCTCS-Mech Equip Upgrades-Cumberland/Whitesburg Campuses-Southeast KYCTC

Estimate:
$3,352,521.00

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

The project scope includes replacement of hydronic pumps, adding a boiler, replacing fan coils and unit ventilators, replacing air handling units, replacing a chiller, replacing a makeup air unit, replacing a fluid cooler/cooling tower, replacement / renovation of HVAC control systems at various KCTCS facilities and re-balancing of mechanical systems. The projects are part of Cumberland and Whitesburg Campuses and are located in Harlan County and Letcher County KY.

Project Location: Harlan & Letcher County

More Details

RFB-149-24 KYTC-Plumbing Upgrades Various Rest Areas I71 Oldham County

RFB-149-24 KYTC-Plumbing Upgrades Various Rest Areas I71 Oldham County

Estimate:
$150,000.00

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

Project Description:
This project will be to replace all existing cast iron underground sanitary mains and above ground vent piping within the chase areas with new pvc dwv piping and fittings including vents through roof. all existing wall-hung fixtures are to remain intact and be reused. only piping within the access chase (fixture waste & vent rough-ins) is to be removed and replaced with new. this will include the removal of slab and excavation to access underground piping to be removed. backfill and replacement of slab to match existing. any patch and repair of walls and/or ceilings due to damage. no additional square footage is planned. no walls are being removed or relocated.
facility will be shut down and closed to any occupants during the work period. mobilization of equipment, dumpster, temporary restrooms, and all materials shall be delivered prior to the start of work to reduce facility down time.

Project Location: Oldham County

More Details

RFB-143-24 KSU Nutrition Building HVAC Replacement

RFB-143-24 KSU Nutrition Building HVAC Replacement

Estimate:
$366,908.00

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

Project Description:
This project entails upgrading Mechanical, Electrical, and Plumbing equipment in the Kentucky State University Nutrition Building in Frankfort, Kentucky. The project also includes adding exterior concrete pads for new equipment and a new vapor barrier across the bottom of roof trusses. Mechanical upgrades include replacing a split system air handler with a new natural gas packaged dedicated outside air unit, replacing exhaust fans, and duct heaters. Electrical upgrades include salvaging and replacing an emergency generator and providing a new automatic transfer switch and egress lighting. Plumbing upgrades include replacing water heaters and recirculation pumps. General work includes adding concrete equipment pads along with weed fabric and gravel to outdoor mechanical space.

Project Location: Frankfort

More Details

RFB-128-24 DOC – KCIW- Fire Doors and Fire Escapes Repair/Replace

RFB-128-24 DOC – KCIW- Fire Doors and Fire Escapes Repair/Replace

Estimate:
$160,820.00

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

Project Description:
1 The work of this project consists of:
a. Removal of existing detention hollow metal doors and frames.
b. Provide and install new detention hollow metal doors, frames, and hardware. Removal of existing door/frame and installation of new door/frame shall occur within the same working day.
c. Demolish and provide new exterior stair on the east side of building as shown in the drawings. The east stair work shall be complete before the west stair work begins.
d. Demolish and provide new exterior stair on the west side of building as shown in the drawings.

Project Location: Oldham County

More Details

RFB-152-24 EEC-AML-David and Rose Anderson Drainage-BIL

RFB-152-24 EEC-AML-David and Rose Anderson Drainage-BIL

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

The David and Rose Anderson Drainage AML Reclamation Project is located near Dorton in Pike County at 5955 Dorton-Jenkins Road, Jenkins KY 41537 . GPS coordinates are 37° 12′ 40.079″ N, 82° 33′ 51.959″ W. The citizen and a neighboring residence are being impacted by drainage from an eligible mine immediately upslope.
To abate this problem, a combination ditch (12-inch dia. subdrain with 2-foot flat bottom class II ditch top treatment) will be installed on the slope behind the residences to collect mine drainage from the eligible seam. Subdrain will also be installed behind the Terry Mullins residence to collect existing standing water immediately behind the residence. All collected drainage will be routed through subsurface drains to the natural drain adjacent to the site and, ultimately, across
the state highway (KY-805) to Elkhorn Creek using existing drains. The disturbance at the project site is expected to encompass approximately 1 acre.
Waste generated by construction activities will be transported to an approved waste area approximately 5.8 miles from the project site. The waste site has been previously disturbed by coal mining activities.
The project site has previously been disturbed by coal mining operations and residential development. Construction disturbances will be kept to a minimum utilizing the approved Best Management practices prior to beginning any major earth disturbance (excluding initial site preparation for access only) until all silt control measures will be installed. These include but are not limited to silt barriers (bales & silt fence). No trees greater than 3” diameter at breast height
will be removed. All disturbed areas (including waste areas) will be promptly revegetated at the end of construction. Cover crop is also included to provide quick vegetative cover on any disturbed areas that will go undisturbed for at least two weeks, but not be ready for application of permanent revegetation. This project does not disturb natural streams, and sediment control willbe provided using silt bales and fence.

Project Location: Pike County

More Details

RFB-129-24 Re-Ad of RFB-02-24 KCTCS – Roof Replacements – Maysville CTC

RFB-129-24 Re-Ad of RFB-02-24 KCTCS – Roof Replacements – Maysville CTC

Estimate:
$716,000.00

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

Project Description:
1) The project consists of roof replacement of two (2) buildings at MCTC.
i) Administration Building
ii) Denham Building

2) Roof Replacements @ Denham Building:
a) Tear off existing roof membrane, sheet metal, metal counter flashings, and roof components as indicated. Install new rigid insulation, metal components and 2-Ply SBS-Modified Bituminous Membrane system as indicated in the drawings.
b) Paint all ductwork.

3) Roof Repairs @ Administration Building:
a) Remove and replace areas of wet roofing.
b) Patch, repair and coat existing roof area.

Project Location: Mason County

More Details

RFB-126-24 KCTCS – Roof Replacements – Gateway CTC

RFB-126-24 KCTCS – Roof Replacements – Gateway CTC

Estimate:
$2,167,500.00

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

1. Edgewood Campus (Career Center Building)
a. Remove existing roof membrane system, skylight and curb down to existing roof deck. Infill skylight opening with new steel framing and decking. Install 2-Ply SBS Modified Bituminous Membrane Roofing system over ridged layer insulation, tapered insulation where indicated and cover board insulation. Provide crickets where indicated. Raise concrete scupper openings where indicated.
b. Lighting & Drywall: Modify existing drop ceiling for new drop ceiling, sprinkler and lighting systems.

2. Urban Campus (TIE Building)
a. Remove existing roof membrane systems down to existing roof decks. Install 2-Ply SBS Modified Bituminous Membrane Roofing system over ridged layer insulation, tapered insulation where indicated and cover board insulation. Provide crickets where indicated. Install new coping caps, gutters, downspouts, etc.
b. Re-point, clean and seal masonry as indicated.

3. Urban Campus (Pro. Services Building)
a. Re-point, clean and seal masonry as indicated.
b. Re-work scupper for proper drainage

4. Boone Campus (C.A.M. Building)
a. Remove loose foil at flashings and overlay new foil faced flashings.
b. Re-flash roof drains w/ liquid applied flashing.
c. Re-seal pitch pockets w/ pourable sealer

5. Boone Campus (C.A.T. Building)
a. Remove loose foil at flashings and overlay new foil faced flashings.
b. Re-flash roof drains w/ liquid applied flashing.
c. Re-seal pitch pockets w/ pourable sealer
d. Repair coping cap joints

6. Boone Campus (Bookstore)
a. Remove loose foil at flashings and overlay new foil faced flashings.
b. Patch fish-mouth in cap sheet

7. Edgewood (Transportation)
a. PVC Roof Overlay

Project Location: Boone County

More Details

RFB-151-24 KCTCS-Mech Equip Upgrades-Harlan Campus-Southeast KYCTC

RFB-151-24 KCTCS-Mech Equip Upgrades-Harlan Campus-Southeast KYCTC

Estimate:
$1,107,977.00

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

The project scope includes replacement of air handling units, adding VAV boxes, and replacing hydronic pumps, a fluid cooler, replacement / renovation of HVAC control systems at the KCTCS Harlan Campus and re-balancing of mechanical systems. The project is of the Harlan Campus and is located in Harlan County KY.

Project Location: Harlan County

More Details

RFB-147-24 KHP Renovate International Museum of the Horse BP2 – Exhibits

RFB-147-24 KHP Renovate International Museum of the Horse BP2 – Exhibits

Estimate:
$393,310.00

Estimated Length of Project:
04/01/24 (Substantial Completion) + 04/15/24 (Final Completion)

Project Description:
In addition to BP1, The scope of BP2 work for the Renovation of the International Museum of the Horse includes elements of the main entry Lobby area and decorative finishes for a new classroom. Work includes fabrication of three new exhibit cases with lighting, new reception desk, fabrication and installation of wayfinding and environmental graphics. The scope also includes relocation of an existing bronze Horse statue in the lobby that will require fabrication and installation of new base finishes.

Project Location: Lexington

More Details

RFB-146-24 KHP Renovate International Museum of the Horse BP1

RFB-146-24 KHP Renovate International Museum of the Horse BP1

Estimate:
$2,260,204.00

Estimated Length of Project:
04/01/24 (Substantial Completion) + 04/15/24 (Final Completion)

BP1 is an Architectural renovation and Mechanical/Electrical/Plumbing upgrade. Architectural renovation consists of skim coating all walls in the project area for a new high level painted surface to receive all graphics and displays that are part of BP2. It also includes a new classroom and set of men/women restrooms and all new entry vestibules all on the first floor. BP1 includes New lighting and controls, an upgrade to the existing chiller system, adding humidification and dehumidification to locations throughout the museum as well as outside the work boundaries of the Architectural renovation.

Project Location: Lexington

More Details

RFB-146-24 KHP Renovate International Museum of the Horse BP1

RFB-146-24 KHP Renovate International Museum of the Horse BP1

Estimate:
$2,260,204.00

Estimated Length of Project:
04/01/24 (Substantial Completion) + 04/15/24 (Final Completion)

BP1 is an Architectural renovation and Mechanical/Electrical/Plumbing upgrade. Architectural renovation consists of skim coating all walls in the project area for a new high level painted surface to receive all graphics and displays that are part of BP2. It also includes a new classroom and set of men/women restrooms and all new entry vestibules all on the first floor. BP1 includes New lighting and controls, an upgrade to the existing chiller system, adding humidification and dehumidification to locations throughout the museum as well as outside the work boundaries of the Architectural renovation.

Project Location: Lexington

More Details

RFB-145-24 KHP – Covered Arena and Rolex Stadium Upgrades

RFB-145-24 KHP – Covered Arena and Rolex Stadium Upgrades

Estimate:
$743,500.00

Estimated Length of Project:
March 15, 2024 (Substantial Completion) + April 1, 2024 (Final Completion)

Project Description:
1) The project consists of repairs & improvements to the interior & exterior of the covered arena and the Rolex Arena
2) The Covered Arena:
a) Coating of existing metal roof
b) Painting & repair of exterior metal wall panels
c) Repair & replacement of damaged interior roof insulation
d) The addition of C.M.U. partition walls on the event stage for an A/V control room, & utility storage space.
e) Coordinate the installation of an LED video display to the new CMU partition wall on the event stage.
i) New video board and installation by owner.
3) The Rolex Arena:
a) The removal existing LED video display and metal wall panels
b) Installation of new metal wall panels
c) Coordinate the installation of an LED video display to the new existing scoreboard structure.
i) New video board and installation by owner

Project Location: Lexington

More Details

RFB-142-24 KHP – Visitor’s Center, International Museum of the Horse, Gatehouse and Restaurant

RFB-142-24 KHP – Visitor’s Center, International Museum of the Horse, Gatehouse and Restaurant

Estimate:
$1,338,000.00

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

Project Description:
1) The project consists of roof replacement & repair to multiple buildings on the Kentucky Horse Park campus.
i) Remove existing asbestos containing roof slate & replace them with premium shingles.
ii) Remove existing cupolas and dormers, as noted.
iii) Repair existing cupola and dormer on Visitor’s Center
iv) Remove & infill existing skylight units at International Museum of the Horse.
v) Remove existing asbestos containing wall slate & install fiber cement shake siding at International Museum of the Horse.
vi) Repair building envelope inside existing soffits at International Museum of the Horse.
vii) Make repairs to existing flat roof areas, as noted.

Project Location: Lexington

More Details

RFB-144-24 EEC-AML-DENVER BAKER SLIDE-BIL

RFB-144-24 EEC-AML-DENVER BAKER SLIDE-BIL

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

Project Description:
This project consists of a slide around Mr. Baker’s house at 91 School House Hill Road in Letcher, County. Mr. Baker’s house is in danger of sliding from its foundation and both the house and slide threatens residences below his house and to Highland Branch Road.

This slide is located in Letcher County. To access the site from Whitesburg take US 119 from the junction of Ky 15 & Ky15X in a northerly direction 5.63 miles to the junction of Ky 805. Turn left on Ky 805 and travel 4.701 miles to Highland Branch. Turn left onto Highland Branch and turn right behind the first house (approximately 50 feet) then travel approximately 650 feet to Mr. Baker’s house. The coordinates to the slide area are 37°11’03”N, 82°41’15”W.

The offsite waste area is located on a previously disturbed enhancement project mined area. To access it from the site turn left from Highland Branch Road onto Ky 805, drove approximately 0.567 miles to Ramey Fork Road, turn right on Ramey Fork Road travel 0.37 miles to access road on left, travel access road 0.1 miles to waste area. The coordinates are 37.1726° N -82.6786° W. No trees 3” diameter or more at breast height will be disturbed, no cave-like structures will be closed, and no cliff-lines will be disturbed. There is only invasive species like Autumn Olive on this site.

The primary slide abatement planned consists of a concrete gravity wall behind the residence to prevent further damage from embankment movement (Wall A), a concrete gravity wall below the residence to prevent more slide material from entering Bear Branch (Wall C), (stream will be reestablished to pre-flood condition) and a rail steel and cribbing wall (Wall B) in front of the residence to protect the house from movement. Filter fabric and #2 stone backfill will be placed behind all walls.
Mobilization is setup to provide for construction equipment to be delivered to the site.

Utility Relocation/Replacement is set up in case any utility becomes impacted by the project.

Traffic control will be by flagger to allow for equipment and material delivery. No long term closure of any road is anticipated.

Structure Removal is setup to address the removal of fencing and abandoned, collapsed house to facilitate access to the location.

Site prep is set up to place erosion control and remove any foliage for construction.

Concrete, reinforcing steel, railroad steel, guardrail lagging, filter fabric and Class 2 stone backfill are setup to complete the 3 proposed walls.
A hoe ram and excavator bid item is set up to address any areas where rock or soil needs to be removed to facilitate access for the placement of the walls.
Earthwork work bid item is included to excavate for the placement of the walls. Since the waste area may be used for several projects the earthwork is set up as lump sum. A load count will be performed to verify quantities.
Subdrain quantities are included to extend drains from behind wall A & B to a logical termini.
Residential seeding is included for all revegetation efforts within the site.
Roadway stone and bituminous repair is included to provide for access during normal reclamation and to repair paved county road.
Rock silt checks are included to prevent loose material from leaving the site.
Chain-link fence is included to provide fall protection from walls A, B & C.
Any permits will be obtained prior to construction. No trees (equal to or greater than 5-inch breast height) will be disturbed outside of the winter clearing season (October 15 – March 31th), with the exception of those in the slide and transition areas.

Project Location: Letcher County

More Details

RFB-141-24 KSU – Combs Hall Renovation

RFB-141-24 KSU – Combs Hall Renovation

Estimate:
$732,000.00

Estimated Length of Project:
March, 25,2024 (Substantial Completion) + April 1, 2024 (Final Completion)

Removal of all known asbestos in Combs Hall:
Task 1. Remove and dispose of approximately 12,000 square feet of asbestos-containing popcorn ceiling texture throughout designated areas of Combs Hall.
Task 2. Remove and dispose of approximately 12,000 square feet of asbestos-containing residual black mastic throughout designated areas of Combs Hall.
Task 3. Remove and dispose of approximately 30 asbestos-containing pipe joints in designated areas (basement) of Combs Hall.

Project Location: Frankfort

More Details

RFB-140-24 RE-AD RFB-87-24 DMA LEITCHFIELD ARMORY HVAC AND WATER REPAIR

RFB-140-24 RE-AD RFB-87-24 DMA LEITCHFIELD ARMORY HVAC AND WATER REPAIR

Estimate: $235,882.00

Estimated Length of Project: 180 (Substantial Completion) + 15 (Final Completion)

Project Description: The project involves the complete removal of the existing HVAC hot water heating system, air handlers, piping, ductwork, boiler and pumps. This contractor will be required to remove and replace ceiling title as needed to complete his work. Modify the Electrical work to meet the requirements of the new VRF equipment. Furnish and install new variable refg. flow(VRF) heat pump systems, refg. piping, pipe insulation and controls. Provide modifications to the existing DDC controls to except the new VRF equipment.

Project Location: Leitchfield

More Details

RFB-130-24 KCTCS – Replace Hartford Bldg Phase I – JCTC – Asset Preservation

RFB-130-24 KCTCS – Replace Hartford Bldg Phase I – JCTC – Asset Preservation

Estimate:
$20,657,736.00

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

The project consists of a 36,262 sf two-story teaching laboratory building that will be used by the Jefferson Community and Technical College. Primary building systems include a steel frame structure, brick and metal panels over cold-formed metal stud exterior walls, a two-ply SBS roof system, and an HVAC system served by local central plant utilities.

Project Location: Louisville

More Details

California Neighborhood Trap Catch Basin Replacement Project Phase 2

California Neighborhood Trap Catch Basin Replacement Project Phase 2

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of California Neighborhood Trap Catch Basin Replacement Project Phase 2 Contract No. 2024-024, Budget ID No. C24121, until 10:00 AM, Local Time, Thursday, January 11, 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: 594 277 533#.

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 trap catch basin replacements within the California Neighborhood. All work shall be done in accordance to MSD’s Standard Specifications.

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

The Engineer’s Construction Cost Estimate for this project is between $375,000.00 and $425,000.00.

Proposal forms, including Specifications and Instructions for Bidders, may be obtained from MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal.

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

The Project Manager for this Invitation to Bid is Joseph Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal. Questions received less than five days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda 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.

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

MSD SUPPLIER DIVERSITY PROGRAM: Applicable

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

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

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

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

MSD BID DISCOUNT: Applicable

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

Construction Services: X
Construction-related Services:

LOCAL LABOR COMMITMENT PREFERENCE: No

COMMUNITY BENEFITS PROGRAM: No

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

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, KY

More Details

5812 Pine Mountain Drive Drainage Improvement Project

5812 Pine Mountain Drive 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 5812 Pine Mountain Drive Drainage Improvement Project Contract No. 2024-015, Budget ID No. C24107, until 10:00 a.m., Local Time, Tuesday, January 2, 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: 329 668 596#.

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 provide a new 15-inch pipe, and a drop catch basin system along the rear of 5812 Pine Mountain 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 $50,000.00 and $90,000.00.

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: Not Applicable

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

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

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

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

MSD BID DISCOUNT: Applicable

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

Construction Services: X
Construction-related Services:

LOCAL LABOR COMMITMENT PREFERENCE: No

COMMUNITY BENEFITS PROGRAM: No

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

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, KY

More Details

RFB-138-24 Parks-LB Cooling Tower Supply Return Water Leak

RFB-138-24 Parks-LB Cooling Tower Supply Return Water Leak

Estimate:
$347,000.00

Project Description:
THIS PROJECT WILL GENERALLY CONSIST OF NEW CONDENSER WATER PIPING SYSTEM BETWEEN THE COOLING TOWER ENCLOSURE OUTSIDE AND CHILLERS WITHIN THE MECHANICAL ROOM.
THE WORK CONSISTS OF THE FOLLOWING: DISCONNECTING THE EXISTING CONDENSER WATER PIPING AT THE COOLING TOWER ENCLOSURE. REMOVING A PORTION OF CONDENSER WATER PIPE WITHIN THE MECHANICAL ROOM TO ACCOMMODATE WORK. RUNNING NEW HDPE BURIED PIPING BY DIRECTIONAL BORING AND OPEN TRENCHING. THE OLD CONDENSER WATER PIPING SHALL BE ABANDONED IN PLACE (EXCEPT A PORTION TO BE LINED BY ALTERNATE BID). RELOCATION OF FIRE ALARM COMPONENTS AND LIGHTING AS REQUIRED TO ACCOMMODATE WORK. INSTALLATION OF NEW BURIED AND SUSPENDED CONDENSATE PIPING FROM COOLING TOWER ENCLOSURE, THROUGH PARKING LOTS, DRIVEWAYS, GRASS AREAS, LOADING DOCK AND MECHANICAL ROOM. INSTALLATION OF NEW BURIED VALVE BOX. CONCRETE, ASPHALT AND GRASS PATCHWORK AND DIRT INFILL. TRAFFIC CONTROL AND TEMPORARY GRADE PROTECTION RATED FOR VEHICULAR TRAFFIC DURING CONSTRUCTION.

Project Location: Trigg County

More Details

RFB-134-24 EEC-AML-Paul Blazer Drainage

RFB-134-24 EEC-AML-Paul Blazer Drainage

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

Project Description:
The proposed project consists of fixing a sinkhole that has developed again in the high school parking lot. KY AML has completed previous attempts at this location in 2002 and 2018. The school is located over old mine works in the Princess No. 7 seam and the Princess No. 6 seam. There are no mine maps available in this area. A mine blowout in 2002 occurred at this location. KY AML has previously installed drainage to control this mine water flow and this project will add to that existing system and address failures within the parking area. A subsidence hole open again in 2018. The subsidence hole was excavated and was backfill with rock. Sub-drains to control the water from the Princess No. 7 seam crop were installed. The subsidence hole has opened again. This subsidence hole has continued to enlarge in size. It estimated that the Princess No. 6 seam is located approximately 60 feet below the Princess No. 7 seam. Reclamation work consists of excavating to an approximate depth of 12 feet. The work will consist of the following items. Excavating and locating the existing storm drains and reconstructing a headwall collection system at the entrance to the existing 32”x56” CMP Arch located at the eastern side of the parking lot. The hole then will then be backfilled with a layers of Class 2 rock, Number 2 and Number 4 rock, with confining geogrid to reduce the chance of piping to within 1 foot of the surface. Then roadway stone and bituminous repair of the parking area. The waste material will be hauled to the Northeastern Fishing and Hunting Club. Location is Lat N 38 deg. 21’ 34″, Long W 82 deg. 44’ 59″

Project Location: Boyd County

More Details

RFB-137-24 DOC – KCIW- Lonnie Watson HVAC Repairs Replacement

RFB-137-24 DOC – KCIW- Lonnie Watson HVAC Repairs Replacement

Estimate:
$1,740,000.00

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

The project involves: Removal and replacement of supply, return, and exhaust ductwork serving three inmate wings in the Lonnie Watson Dorm. The existing multi-zone air handling unit, chiller, and boilers shall remain. New grilles and diffusers will be provided throughout the inmate wings. Fans and ductwork serving the smoke evacuation system will be removed and replaced. New DDC controls will be provided to control the mechanical equipment. Electrical work to support new mechanical equipment will occur. Light fixtures in the inmate wings will be removed and replaced. Sprinklers will be removed and replaced in the inmate wings. Drywall ceilings in two wings and metal security ceilings in one wing will be removed and replaced. Existing insulation in the attic will be removed and replaced with blown insulation. Exterior access panels will be provided in the attic to allow future maintenance access from outside the building. The roof and wood truss system in attic will be reworked to accommodate access points. Truss work will be a delegated design by the contractor. All ductwork and exhaust fans are located in the attic space above the inmate wings; space is restricted. Work will be performed in multiple phases, shutting down only one wing at a time.
The work of the Project is considered within the KCIW security boundary. All work must be performed in a sequence effort coordinated with the KCIW.

Project Location: Oldham

More Details

RFB-127-24 KCTCS – Replace HVAC System Phase I – Owensboro CTC

RFB-127-24 KCTCS – Replace HVAC System Phase I – Owensboro CTC

Estimate: $1,679,965.00

Estimated Length of Project: 548 (Substantial Completion) + 30 (Final Completion)

Project Description: This project consists of replacement and/or upgrades to HVAC systems at Campus Center and Academic Building at the Owensboro Community & Technical College (OCTC) Main Campus. The work generally consists of, but is not limited to, the following: replacement of boilers and self-contained air-conditioning units with geothermal heat recover chillers and chilled water air-handling units, replacement of VAV boxes, and improvements to airflow and cooling capacity to select zones. The trades involved include, but are not limited to, the following: demolition, sheet metal, HVAC piping, HVAC insulation, geothermal, electrical, temperature controls, and building automation system integration.

Project Location: Daviess County

More Details

RFB-133-24 Parks- GB-LODGE-Freeze Damage Repairs Main Lodge and Wood Wing Rooms

RFB-133-24 Parks- GB-LODGE-Freeze Damage Repairs Main Lodge and Wood Wing Rooms

$987,666.00

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

The intent of this project is to repair damage to the existing buildings caused by freezing damage to sprinkler piping and provide additional insulation and systems to prevent future issues.

Project Location: Carrollton

More Details