RFB-175-25 RE-AD of RFB-222-24 23077AMLBAML RECLAMATION PROJECT Pike County, KY
RFB-175-25 RE-AD of RFB-222-24 23077AMLBAML RECLAMATION PROJECT Pike County, KY
Estimated Length of Project:
(Substantial Completion) + 240 Calendar Days (Final Completion)
Rocks falling from unstable pre-law highwall threaten the safety of citizens and structures in the area. This highwall will need to be cleaned of loose material including trees that sit at the edge of the wall face. These trees pose a risk of falling onto structures below if a shift from loose material unsettles them. Buildings have been destroyed in the past from falling material so a highwall rock fall net will be installed on the cleaned face and covered in a layer of shotcrete to secure loose material. Scope of work on the highwall restoration should be entirely from the ground up. No equipment should be working on the highwall restoration from the area above.
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of the FFWQTC Influent Pump VFDs, Contract No. 17263, Budget ID No. D24021, Drawing Record No. / Sheet No. 17263, until 2:00 PM, Local Time, Thursday, February 13, 2025, and will be publicly opened and read at that time. The public may attend the bid opening via teleconference call at 502-654-8113 (Dial-in Number) Conference ID: 968 010 890#.
MSD is using a web-based portal for accepting and evaluating bid proposals digitally at http://louisvillemsd.bonfirehub.com/portal for this Invitation to Bid. Documents may be uploaded at any time during the open period indicated for each proposal.
Description and location of Project: The project is located at the influent pump station at Floyds Fork WQTC and includes the replacement of the following: four (4) constant speed starters with VFDs, replacement of two (2) existing VFDs, HVAC replacement including two (2) ductless mini-split systems, replacement of existing PLC, and replacement of a network switch. All work shall be done in accordance to MSD’s Standard Specifications.
There will be a non-mandatory pre-bid meeting held for this project. The pre-bid meeting will take place at the Floyds Fork WQTC Operations Administration Building, 1100 Blue Heron Rd, Louisville, KY 40245 on January 27th , 2025 at 1:00 PM local time, with site walk to follow. Bidders are responsible to bring their own PPE.
The Engineer’s Construction Cost Estimate for this project is between $550,000.00 and $750,000.00.
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 Caleb Priddy. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal. Questions received less than five days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda posted on MSD’s designated web portal will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $200,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms.
The MSE/WBE Program is effective June 1, 2020. If selected as applicable above, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: 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.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of the FPS Roof Repairs 2 project, Contract No. 17254, Budget ID No. F25074, Drawing Record No. / Sheet No. 1-9, until 10:00 AM, Local Time, Tuesday, February 18, 2025, and will be publicly opened and read at that time. The public may attend the bid opening via teleconference call at 502-654-8113 (Dial-in Number) Conference ID: 646 997 288#.
MSD is using a web-based portal for accepting and evaluating bid proposals digitally at http://louisvillemsd.bonfirehub.com/portal for this Invitation to Bid. Documents may be uploaded at any time during the open period indicated for each proposal.
Description and location of Project: The principal features of the Work to be performed under this Contract include, but are not limited to the following:
A. The Contractor shall provide all materials, equipment, labor, supervision, incidentals, and all
other items necessary to complete the project in accordance with the requirements of the Contract
Documents.
B. The following facilities are included in this Project
a. 4th Street Flood Pump station (FPS) – 342 West Main Street
b. 10th Street FPS – 128 North 10th Street
c. Bingham Way FPS – 315 Bingham Way
d. Starkey FPS – 147 Buchanon Street
e. Beargrass FPS – 1731 Brownsboro Road
C. The principal features of the Work to be performed under this Contract include, but are not
limited to the following:
1. Thermal Imaging of roofs slated for repair.
2. Removal of saturated roof system and in-kind repair.
3. Application of Silicone coating
4. Flashing and sealing
5. Concrete repair and sealing
All work shall be done in accordance to MSD’s Standard Specifications.
There will be a mandatory pre-bid meeting held for this project. The meeting starts at the Beargrass Creek FPS located at 1731 Brownsboro Road, on Tuesday, February 4, 2025 at 11:00 am.
The Engineer’s Construction Cost Estimate for this project is between $100,000.00 and $300,000.00.
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 Julie Potempa. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal. Questions received less than five days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda posted on MSD’s designated web portal will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $200,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms.
The MSE/WBE Program is effective June 1, 2020. If selected as applicable above, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: Applicable
This MSD construction project is bid and advertised as: check applicable below
Construction Services: X
Construction-related Services:
LOCAL LABOR COMMITMENT PREFERENCE: No
COMMUNITY BENEFITS PROGRAM: No
The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
Project Description:
The Work includes the construction of a 2,000 sf office building at 2151 Frankfort Ct, Lexington, KY 40510. The building is slab-on-grade with wood framed walls on a turn-down concrete foundation, with vinyl-clad double hung wood windows, foamed-in-place insulation, wood trusses, metal panel roof and metal panel siding.
Housing Authority of Ashland – Modernization Program
Housing Authority of Ashland – Modernization Program
Comprehensive Modernization of Six Units at Debord Terrace (Concrete, Stone Veneer, Siding/Soffit/Fascia, Guttering Doors, Windows, Bathroom & Kitchen Upgrades, Flooring & HVAC)
The project consists of the renovation of an existing consumer skills classroom into a cosmetology room in the Vocational School Building. Owner is furnishing Manicure Tables, Pedicure Chairs, Hair-Washing Stations, and Hair Cutting Stations. Sanitary and domestic water piping will be replaced and upsized to accommodate additional plumbing fixtures. Floor and wall cutting will be required. Existing electrical panels will be utilized to serve new circuits feeding the new equipment. An exhaust fan and associated ductwork will be provided to serve the cosmetology space. The coils in an existing air handler will be replaced and upsized to accommodate the HVAC loads. 2×4 ceiling grids will be removed and replaced as required to accommodate casework removal and ductwork installation. All work will be performed inside the facility perimeter Security fence.
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of the Oakmont Drive Regional Compensation Basin, Contract No. 25-0213, Budget ID No. A24192, Drawing Record No. / Sheet No. 17104, until 10:00 a.m., Local Time, Thursday, February 13, 2025, and will be publicly opened and read at that time. The public may attend the bid opening via teleconference call at 502-654-8113 (Dial-in Number) Conference ID: 519 584 579#.
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: Construction of an RFF basin on MSD property located at 8002-8026 Oakmont Drive. All work shall be done in accordance to MSD’s Standard Specifications.
There will be a non-mandatory pre-bid meeting held for this project. The meeting will take place at 8014 Oakmont Dr., Louisville, Kentucky 40219, on Tuesday, January 28, 2025 at 2:00 pm.
The Engineer’s Construction Cost Estimate for this project is between $850,000.00 and $950,000.00.
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 Isabella Altier. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal. Questions received less than five days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda posted on MSD’s designated web portal will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $200,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms.
The MSE/WBE Program is effective June 1, 2020. If selected as applicable above, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: 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.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
Estimated Length of Project:
(Substantial Completion) + 90 Calendar Days (Final Completion)
he Site will consist of the removal of slide material (mud) behind and against residence. The removal and replace of existing porch to access behind the house. The construction of 1 each Temporary Low Water Crossing to access temporary waste area.
This project consists of replacing all exterior doors and Hardware on 7 buildings across the main OCTC campus in Owensboro Kentucky. The project also consists of prepping those doors for future electrified security upgrades.
Estimated Length of Project:
(Substantial Completion) + 60 Calendar Days (Final Completion)
The project site has 6 mine portals – 5 in the Elkhorn No. 3 seam and one in the Elkhorn No. 2 seam. The portal in the Elkhorn No. 2 seam is used by a neighbor to provide water for livestock. One of the portals is collapsed and requires no additional work, but the other 5 will be closed with wildlife accessible closures. The portal in the Elkhorn No. 2 seam will be closed with a rebar closure (AML 40-20-5 and 40-20-7) with a man door installed (AML 40-20-9) and an 8 inch drainage pipe installed in the 1 foot concrete pad for the rebar. Subdrain will be installed along the benches in front of all mine portals and an excavated rock channel (AML 21-60-1) will be constructed below the portals in the Elkhorn No. 3 and Elkhorn No. 2 seams with concrete block tied mat placed across the yard discharging to Tackett Fork.
Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
Project Description:
The slide impacted a home as well as destroyed a portion of driveway providing access to a property above the residences. The landowner has removed some material in the vicinity of the home. Additional material will be removed and hauled to the approved waste area. The project will construct a pile and lagging wall (10 feet tall) behind the affected residence and stabilize the slope with backfill. Drainage will be directed to the roadside ditch adjacent to Smokey Branch.
The project is miscellaneous scopes related to improvements to the doors, windows and security at the historic home that is the Old Governor’s Mansion 420 High Street, Frankfort, KY. Scopes include a new concrete post base in the landscape area, reconfiguration of ornamental steel gates, new hollow-metal security doors, a new architectural entrance door with historic-styled entablature, new wood interior insulating sash at existing double hung windows, modifications to existing interior doors. Scope includes finish carpentry, millwork fabrication and installation, hardware, painting, metal fabrications and coordination with the owner’s security equipment contractor.
This project will serve as the new District 11 Highway Department Maintenance Facility replacing an existing facility located at another site in Whitley County. This project consists of two structures in total along with complete site civil and site utility work. These four components of this project are the following: C – Civil, SU – Site Utilities, MF – Maintenance Facility, & SEO – Section Engineer Office. A new 3,000-ton Salt Structure (SS) will be built as a separate project at the lower site (NIC). See descriptions below. C – CIVIL EXISTING SITE CONDITIONS – The existing site is located approximately 0.38 miles from I-75 exit 15 on 25W (Cumberland Falls Highway) in Whitley County. Current access to the property is mostly open to 25W with no defined entrance. The property has been utilized as a disposal site for asphalt, concrete, and waste soils for many years. It is assumed that the eastern portion of the site has deeper, less consolidated soils than the portion of the site adjacent to 25W. BUILDING LOCATIONS – EARTHWORK – The new buildings are in strategic locations to allow for the appropriate maneuvering of large vehicles throughout the site. The Maintenance Building has been placed in the center of the site directly adjacent to 25W. The earthwork scope for the MF includes a undercut for a raft sub-foundation and is indicated in Civil Drawings. The Section Engineer Office is located on the southern portion of the site also adjacent to 25W. It is anticipated that limited earthwork will be required to create the building pad for the SEO. Currently, there is approximately 10-feet of fall across the upper portion of the site. Water from the upper portion of the site will be directed to a future detention-settling basin (NIC) prior to traveling to the lower portion of the site. SITE PARKING & CIRCULATION – Access to the site from 25W is located on the southern portion of the site just north of the proposed office building location. Vehicular circulation is provided on all sides of the maintenance building and has ample space for large vehicle movement and turn around. Access to the lower portion of the site is provided on the northeast and southern portion of the site. The access roads to the lower portion will be constructed by the owner and are not included in the project. 62 parking spaces have been distributed across the site with 6 spaces in front of the office, 12 spaces south of the maintenance building, 28 spaces east of the maintenance building, and 16 spaces north of the maintenance building. SU – SITE UTILITIES scope includes communications, electric, gas, sewer, and water services to buildings as well as water and electric to the Salt Structure. General site lighting will be provided. MF – MAINTENANCE FACILTY consists of a new 8,000 square foot Pre-Engineered Metal Building containing a large garage space and storage area along with offices, restrooms, shower, and break facilities for a staff of approx. 20 individuals. The PEMB will sit on a raised foundation curb to keep the structure above the adjacent floor surface which is often wet. Interior liner panels will be used on the interior of the garage and storage spaces. All other interior finishes in staff areas will be
composed gypsum board assemblies – painted, epoxy flooring, acoustic tile ceilings, plastic laminated flush wood doors, hollow metal frames and HM entry doors, along with prefinished aluminum windows. The PEMB will be completely insulated to meet the current energy code. The plumbing scope includes water distributions and D.W.V for new restrooms, break area. Also, water distribution and a trench drain in the garage space. Mechanical scope includes conditioning office areas and providing heat and ventilation in the garage space. Electrical work includes LED interior/exterior lighting, power, and communications systems. SEO – SECTION ENGINEER OFFICE consists of a new 2,000 square feet light wood frame construction office building with pre-engineered wood trusses on reinforced concrete slab on grade, CMU foundation walls, and reinforced concrete spread footings. Exterior work includes painted cementitious lap siding, fiberglass windows, hollow metal doors/frames, prefinished metal soffits/break metal trims, and fiberglass asphalt shingle roofing. Interior work includes painted gypsum board assemblies, acoustic tile ceilings, rubber base & epoxy flooring throughout. Mechanical scope includes conditioning office areas and providing heat and ventilation in the garage space. Electrical work includes LED interior/exterior lighting, power, and communications systems. The Section Engineer Office plumbing scope includes two toilets, custodial, and a small kitchenette. Mechanical work includes HVAC and ventilation systems. Electrical work includes LED interior/exterior lighting, power, and communications systems.
25-0304 – Upper Middle Fork Pump Station and Conveyance Progressive Design-Build Project
25-0304 – Upper Middle Fork Pump Station and Conveyance Progressive Design-Build Project
REQUEST FOR QUALIFICATIONS NO. 25-0304
The Louisville and Jefferson County Metropolitan Sewer District (MSD) invites responses to this Request for Qualifications (RFQ) for Progressive Design-Build (PDB) services for the Upper Middle Fork Pump Station and Conveyance Progressive Design-Build Project (Project). The Project will be delivered in two stages:
Stage 1: Design through 100%, construction planning, permitting, easement acquisition, and the development of a Guaranteed Maximum Price (GMP) proposal(s).
Stage 2: Construction, start-up and commissioning, acceptance testing and post-construction services.
The deadline for responding to this RFQ with a Statement of Qualifications (SOQ) is March 4, 2025, at 10:00 AM (EST) local time.
Once the RFQ is issued, all inquiries must be submitted via MSD’s web-based portal at http://louisvillemsd.bonfirehub.com/portal. The deadline for inquiries is February 22, 2025, at 10:00 AM (EST) local time. Phone, email, or in-person inquiries will not be accepted. Inquiries received after the inquiry deadline will not be answered. Inquiries will be answered by addendum only and posted to the MSD web-based portal. It is each Respondent’s responsibility to obtain and submit acknowledgement of all RFQ addenda with the submission of its SOQ. Respondents must not contact any MSD representative or a representative from any listed Ineligible Firm for information or to inquire about the status of this procurement.
The project consists of the removal and replacement of the Deaerator in the Boiler Plant. The deaerator and associated boilers serve the facility steam distribution system. The deaerator shall be removed, and a new deaerator shall be installed in the same location as the existing. Electrical circuits serving the existing deaerator pumps and equipment shall be utilized to serve the new equipment. To facilitate the deaerator replacement scope, one of the two boilers in the boiler plant shall be removed. Upon installation of the new deaerator, the existing boiler shall be reinstalled. A temporary boiler trailer shall be provided to serve the facility while the deaerator is not operational during construction. All work will be performed outside the facility perimeter security fence. All work will be within the security supervised boundary area that surrounds the perimeter security fence.
Work is to include the demolition of existing buildings, sidewalks, drainage structures, retaining wall, private utilities, and associated concrete structures/features. All above and below ground elements including foundations & utilities are to be removed. Work is also to include an asbestos abatement. The project area is to be graded and seeded for erosion protection after demolition is complete. The Scope of this Project shall include all labor, materials, tools, equipment, and services required to complete all salvaging, demolition, grading, and grass seeding as described herein and on the Drawings. The Project includes salvaging, clearing, demolition, and disposal of all debris from the removal of the indicated areas. Items to be salvaged per specifications include; 50% of stone on the perimeter of the building & walls, and all iron railing located on the site within the area of demolition. All earthwork, grading necessary according to the project plans 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.
The project consists of the removal and replacement of the waste and vent piping system serving the kitchen area. All piping, drains, and plumbing fixtures in the kitchen and surrounding areas shall be removed and replaced. Ceilings, floors, and walls will be removed and replaced to accommodate the piping replacement. Light fixtures and receptacles will be removed and replaced. Electrical circuits routed below the floor will be removed and routed above the lay-in ceilings. A new concrete slab and epoxy non-slip floor shall be provided in the renovation space. All existing kitchen equipment shall be removed, stored, and re-installed to accommodate the renovation. Temporary kitchen trailers and storage containers shall be provided to serve as the facility kitchen while the permanent kitchen is shutdown. Trenching and backfilling will be required for installation of utilities to serve the temporary kitchen rental trailers. All work will be performed inside the facility perimeter Security fence.
BID PACKAGE #1-Demolition of an existing park building and construction of a new building at the same location. The proposed structure will provide a meeting room for 30, new restrooms and storage. The area of the proposed structure is 1,585 square feet.
Site work includes demolition of asphalt paved areas, minor site grading, and new paved areas or new wearing surface at existing paved areas. Minimal landscaping is included.
BID PACKAGE #2-Utility upgrade applies to installation of a new package sewage treatment plant to replace the existing.
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Goose Creek Interceptor I&I Rehabilitation, Contract No. 17273, Budget ID No. H24193, Drawing Record No. / Sheet No. 17273/1-8, until 10:00AM, Local Time, Tuesday, February 4, 2025, and will be publicly opened and read at that time. The public may attend the bid opening via teleconference call at 502-654-8113 (Dial-in Number) Conference ID: 213 184 140#.
MSD is using a web-based portal for accepting and evaluating bid proposals digitally at http://louisvillemsd.bonfirehub.com/portal for this Invitation to Bid. Documents may be uploaded at any time during the open period indicated for each proposal.
Description and location of Project: This Contract provides for the CCTV inspection and cleaning of approximately 11,000 linear feet of sanitary sewer mains, ranging in diameter from 15 to 36 inches, installation of approximately 11,600 linear feet of cured-in-place pipe in sanitary mains, ranging in diameter from 15 to 36 inches, approximately 20 associated laterals to be lined using cured-in-place pipe for approximately 230 linear feet, clearing, and bypass pumping, This project also includes inspection of approximately 100 sanitary manholes with potential for subsequent rehabilitation including replacement of manhole castings and chimney seals, as well as manhole epoxy lining. The project includes all erosion control, ground restoration and appurtenant work as described in the plans and bid proposal. This project is located in the Goose Creek area of Jefferson County, along Goose Creek near Westport Road, N. Hurstbourne Parkway, and Park Road. All work shall be done in accordance to MSD’s Standard Specifications.
There will be a non-mandatory pre-bid meeting held for this project. The pre-bid meeting will be held on Tuesday, January 14, 2025 at 11:00 AM at the MSD Main Office, 700 W. Liberty Street, Louisville, KY 40203.
The Engineer’s Construction Cost Estimate for this project is between $4,500,000.00 and $4,900,000.00.
Persons wishing to view the bid documents may do so online at http://louisvillemsd.bonfirehub.com/portal or at the following locations: Builders Exchange of Louisville, Inc., 2300 Meadow Drive; Associated Builders & Contractors of Kentuckiana, 1810 Taylor Avenue; and F. W. Dodge, 1812 Taylor Avenue; all located in Louisville, Kentucky; and the Associated General Contractors of Kentucky, 2321 Fortune Drive, Suite 112, Lexington, Kentucky.
The Project Manager for this Invitation to Bid is Chris Gregory. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal. Questions received less than ten days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda posted on MSD’s designated web portal will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $200,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms.
The MSE/WBE Program is effective June 1, 2020. If selected as applicable above, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: Not Applicable
This MSD construction project is bid and advertised as: check applicable below
Construction Services:
Construction-related Services:
LOCAL LABOR COMMITMENT PREFERENCE: No
COMMUNITY BENEFITS PROGRAM: Yes
The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Olde Copper Court Pump Station Elimination, Contract No. 16986, Budget ID No. H23041, Drawing Record No. / Sheet No. 16904/1-12, until 2:00 PM, Local Time, Tuesday, January 21st, 2025, and will be publicly opened and read at that time. The public may attend the bid opening via teleconference call at 502-654-8113 (Dial-in Number) Conference ID: 964 870 597#.
MSD is using a web-based portal for accepting and evaluating bid proposals digitally at http://louisvillemsd.bonfirehub.com/portal for this Invitation to Bid. Documents may be uploaded at any time during the open period indicated for each proposal.
Description and location of Project: This Contract provides for the installation of approximately 358 linear feet of 8-inch sewer; 2 sanitary manholes; tie to one existing sanitary manhole; pavement restoration; erosion prevention and sediment control; decommissioning of one pump station (Olde Copper Court); and appurtenant work. The project is generally located between Olde Copper Ct and Beckley Hills Dr. 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 non-mandatory pre-bid meeting will be held
over Microsoft Teams at 10:00 A.M. Local Time, Monday, January 6th. Teams Meeting Link: https://
teams.microsoft.com/l/meetup-join/19%3ameeting_M2E5MjA0NjQtYzU0NC00Njk3LTllYTktNTI4MWM1NzY4YjU2%
40thread.v2/0?context=%7b%22Tid%22%3a%221d96fa6e-38c4-4eff-a0b0-72c01218a89c%22%2c%22Oid%22%3a%
224ca3bf01-48d1-408f-8dce-603478b512e0%22%7d
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 Quinn Corcoran. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal. Questions received less than ten days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda posted on MSD’s designated web portal will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $200,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms.
The MSE/WBE Program is effective June 1, 2020. If selected as applicable above, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: Applicable
This MSD construction project is bid and advertised as: check applicable below
Construction Services:
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:
Renovate a designed cell block that was converted to office space use. Return the space to an active cell block condition to meet the current codes. The addition of a new CMU partition wall to sperate a classroom space from the office area for the cell block. Renovate existing shower area to a current ADA code compliant shower and toilet room. Separate an existing double cell into two regular sized cells. Removal of all office finishes with some changes to the ceilings will be required. New exhaust unit will be installed on the roof. New security combination plumbing fixtures will be installed in the cells along with water management valves to tie into existing water management system. New security plumbing fixtures will be installed in the shower area. New floor drains will be installed in the dayroom.
Replace existing lighting within cells with new LED fixtures. Remove all existing small power wiring devices and telecommunications jacks from existing cells spaces.
The project is for the construction of a new 1,504 s.f. Equipment Storage Shed for the Kentucky Transportation Cabinet in Canada, KY. The Equipment Storage Shed’s primary component is to provide storage space for trailers and vehicles. The primary structure will consist of an open-sided wood pole framed building, approx. 24’-9’ x 60’-9” 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 Topographic Survey sheet (REF) The area identified for the new Equipment Storage Shed is located on the southern parcel of the existing property. An existing parking area composed of asphalt milling extends fully into the new building and shall remain in place. Additional asphalt millings shall be added to the interior pad of the Equipment Storage Shed by the User Agency.
25-0128 – MUNICIPAL SEPARATE STORM SEWER (MS4) WATER QUALITY PROGRAM SUPPORT SERVICES
25-0128 – MUNICIPAL SEPARATE STORM SEWER (MS4) WATER QUALITY PROGRAM SUPPORT SERVICES
Proposals will be received by the Louisville and Jefferson County Metropolitan Sewer District until 10:00 AM, local time, January 28, 2025. So as to avoid disclosure of the contents to competing teams, qualifications shall not be publicly opened. MSD will schedule interviews prior to February 28, 2025. MSD is using a web-based portal for accepting and evaluating bid proposals digitally 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.
25-0128 – MUNICIPAL SEPARATE STORM SEWER (MS4) WATER QUALITY PROGRAM SUPPORT SERVICES
There will be a Non-Mandatory pre-bid meeting held on 1/9/2025, at 3:00 PM via Teleconference call in place of a public face-to-face meeting. To take part in this conference call, please call 1-502-654-8113 and enter Conference ID: 726 179 359# or at Teams link below. Attendance is not required, but encouraged.