RFB-267-24 Re-Ad of RFB-231-24 EEC-DWM Maxey Flats Equipment Building

RFB-267-24 Re-Ad of RFB-231-24 EEC-DWM Maxey Flats Equipment Building

Estimate:
$475,650.00

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

The EEC – DWM Maxey Flats Equipment Building project is being undertaken to provide necessary equipment storage and general utility and maintenance space for Division of Waste Management Environmental and Energy Cabinet on Maxey Flats site in Hillsboro, Kentucky.
The Project is comprised of a 40’ x 80’ wood pole-barn building of Type 5 construction

Project Location: Fleming County

More Details

RFB-266-24 EEC-AML-Amanda Davis Slide-BIL

RFB-266-24 EEC-AML-Amanda Davis Slide-BIL

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

The Davis Site will consist of a Reinforced Concrete Wall, which will stabilize the slope behind the Davis Residence(s). Rebar is setup for reinforcement in the concrete wall. Upon completion of the Reinforced Concrete Retaining wall and installation of subdrain Class II aggregate and filter fabric will be installed behind the wall to provide subsurface drainage and long term stability. Installation of sub surface drainage system (15” HDPE Pipe with Dropboxes) to collect drainage from the back of the homes, and daylight into a stream across the Chopping Branch Road.

Project Location: Letcher County

More Details

RFB-265-24 DMA – Ashland RC Envelope Renovation

RFB-265-24 DMA – Ashland RC Envelope Renovation

Estimate:
$1,771,804.00

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

The work includes site and building improvements to mitigate water infiltration and improve site drainage, installation of blast mitigating fenestration systems, restoration of historical steel windows, and installation of a sub-basement de-humidification system.

Project Location: Ashland

More Details

5002 Mt. Holyoke Drive Pipe Replacement Project

5002 Mt. Holyoke Drive Pipe Replacement Project

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of 5002 Mt. Holyoke Drive Pipe Replacement Project Contract No. 2024-034, Budget ID No. C24177, until 10:00 a.m., Local Time, Tuesday, May 28, 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: 379 407 741#.

MSD is using a web-based portal for accepting and evaluating bid proposals digitally at http://louisvillemsd.bonfirehub.com/portal for this Invitation to Bid. Documents may be uploaded at any time during the open period indicated for each proposal.

Description and location of Project: Removal and replacement of the failed pipe beside 5002 Mt Holyoke 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 $60,000.00 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 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: Not Applicable

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 Location: Louisville, KY

More Details

RFB-262-24 KCTCS – Admin Bldg Renovation – BCTC, Newtown – Asset Preservation

RFB-262-24 KCTCS – Admin Bldg Renovation – BCTC, Newtown – Asset Preservation

Estimate:
$11,020,000.00

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

Project Description:
The Bluegrass Community and Technical College (BCTC) – Newtown Campus seeks to renovate and expand the Administration Building of the former Eastern State Hospital and current BCTC. The building addition is planned to expand the building to the North/Northwest of the current building. Preservation of the Historic Building adjacent to new addition. There is 13,090 s.f. of existing building and 3-story new addition is 15,043 s.f., 3-story existing building wood frame and load bearing masonry and new addition is steel frame and load bearing masonry. Roof materials are asphalt shingles and SBS 2-ply modified bitumen. HVAC is primarily cooling tower / heat pump system, electrical systems included AV / IT and security systems.

Project Location: Lexington

More Details

RFB-255-24 KSU Jackson Hall Renovation

RFB-255-24 KSU Jackson Hall Renovation

Estimate:
$402,000.00

Estimated Length of Project:
July 15, 2024 (Substantial Completion) + August 15, 2024 (Final Completion)

The purpose of the KSU Jackson Hall Renovation is to re-construct deteriorated existing masonry parapet crenellations and to conduct minor roof repair and a limited area of roof replacement. The existing crenellations were constructed in 2007 to match historic battlements from the original building construction in 1897.
The project scope includes removal of the existing crenelations, inspection and repair of existing sheet metal flashings, construction of new crenelations with new brick to match the existing historic brick, and installation of new sheet metal flashings. The scope of roof repair includes inspection of existing modified bitumen roofing membranes for damage and repair of damaged roof membranes. Limited area roof replacement at the tower includes removal of existing roofing and saturated insulation, and installation of new modified bitumen roofing and insulation to match the existing insulation thickness to coordinate with existing flashing and scuppers.

Project Location: Frankfort

More Details

RFB-260-24 KSU Blazer Library Renovations

RFB-260-24 KSU Blazer Library Renovations

Estimate:
$1,151,599.00

Estimated Length of Project:
November 1, 2024 (Substantial Completion) + December 1, 2024 (Final Completion)

Project Description:
The Project consists of a window replacement, structural repairs of the façade, ADA restroom upgrade, and flooring finish upgrades.
Window replacement with new, thermally-broken commercial grade aluminum curtain wall, storefront, and windows. Replacement of specific windows that have compromised gaskets/ glazed units. Existing flooring that is carpet to be removed and replaced with new LVT flooring and rubber base. New Paint. Remodeling restrooms (Men’s 148 and Women’s 149) that do not meet ADA standards and for new fixture and room layouts that are compliant. In Reading Area 154, a new baseboard heating system will be installed. Exterior concrete spalling, and cracking repairs will be performed as indicated on the structural assessment. This will include parge coating of the entire concrete area and specifications will include minimum qualifications and experience requirements. Exterior doors will be repainted or replaced as indicated on contract documents.

Project Location: Frankfort

More Details

RFB-257-24 KCTCS – Renovate Pineville Campus AP – Southeast KY CTC

RFB-257-24 KCTCS – Renovate Pineville Campus AP – Southeast KY CTC

Estimate:
$2,021,161.00

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

Project Description:
The project consists of a reroof and interior renovation of the existing KCTCS owned building.

The interior renovation will include new finishes including new ACT ceilings and grids, wall paint, and new VCT and other flooring throughout the entire building. Interior signage will be updated and replaced. The reroof includes complete removal of the existing roof down to the roof deck. A new two-ply SBS Modified Asphalt roof system will be cold adhered over new rigid board insulation and cover board. All prefinished metal trims, flashings, accessories, and terminations are included.
Boilers, evaporative cooler, and pumps will be replaced with new ones for this project. All above ceiling horizontal heat pumps will be replaced in this project. All new diffusers and grilles will be provided throughout. All air handling troffers will be removed and replaced with new dedicated supply diffusers. All new controls will be provided in accordance with KCTCS standards. Existing circuits will be reconnected to all new HVAC equipment. All existing lighting in the building will be replaced with new LED based light fixtures. Occupancy sensors and new lighting controls will be provided throughout the entire building.

Project Location: Pineville

More Details

RFB-259-24 RE-AD of RFB-225-24 DOC – KCIW- Fire Doors and Fire Escapes Repair/Replace

RFB-259-24 RE-AD of RFB-225-24 DOC – KCIW- Fire Doors and Fire Escapes Repair/Replace

Estimate:
$ 94,650.00

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

Project Description:
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.

Project Location: PeeWee Valley

More Details

RFB-261-24 KSU – McCullin Hall Roof Replacement

RFB-261-24 KSU – McCullin Hall Roof Replacement

Estimate:
$103,000.00

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

The project consists of the removal of existing asphalt shingle roofing, sheet metal and gutters/downspouts; the installation of new asphalt shingle roofing, sheet metal and gutters/downspouts. Repair, clean and repaint of rake & eave trim & fascia.

Project Location: Frankfort

More Details

RFB-256-24 RE-AD RFB-100-24 FSS – L&N Renovation 11th Floor

RFB-256-24 RE-AD RFB-100-24 FSS – L&N Renovation 11th Floor

Estimate:
$177,880.00

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

Project Description:
The scope of work will require demolition and new construction in an area that is approximately 6,564 SF within the West Wing of the 11th floor of the historic L&N Building in downtown Louisville. The project will create an open office area on the floor while maintaining access to the freight elevator by way of a new corridor. Minimal fire protection, mechanical, and electrical work will be required. No plumbing is included. The suite will make use of floor finishes installed during a previous 11th floor renovation. The scope of work will include the protection of these floor finishes during demolition and the installation of supplemental new matching material during new construction.

Project Location: Louisville

More Details

RFB-253-24 EEC-AML-Hubert Spence Drainage-BIL

RFB-253-24 EEC-AML-Hubert Spence Drainage-BIL

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

The Hubert Spence residence is being impacted by drainage from an eligible mine immediately upslope. The Cubert Spence residence is immediately downslope of the Hubert Spence residence with a gabion wall between the residence and Big Lick Branch Road. This wall was recently addressed as part of the Cubert Spence Soil Nails project and this project will remediate issues left after completion of the previous soil nail project. Neighboring residences with drainage addressed under the Stepp-Webb AML Reclamation Project will require gradework to address settling issues after that project’s completion

Project Location: Martin County

More Details

RFB-252-24 EEC-AML-Ervin Thacker Drainage-BIL

RFB-252-24 EEC-AML-Ervin Thacker Drainage-BIL

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

Mine drainage from the slope behind the residence is causing impacts to the citizen’s residence. A garden/storage area on the property southeast of the residence is also being impacted by mine drainage.

Project Location: Pike County

More Details

Beargrass Creek Pump Station Rain Garden

Beargrass Creek Pump Station Rain Garden

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Beargrass Creek Pump Station Rain Garden Contract No. 17123, Budget ID No. G24020, Drawing Record No. / Sheet No. G-001, EX-100, LP-100-101, LS-200, until Tuesday, May 21, 2024, Local Time, 10:00 am, and will be publicly opened and read at that time. The public may attend the bid opening via teleconference call at 502-654-8113 (Dial-in Number) Conference ID: 874 830 06#.

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 Beargrass Creek Pump Station Rain Garden is proposed on Jefferson Louisville Metro property and Louisville Park and Recreation property, Karen Lynch Park. The existing site is mostly lawn and the location of a few experimental stations for the University of Louisville and Jefferson County Public Schools. The existing Karen Lynch Park consists of a walking path and existing trees in various condition. The proposed rain garden will have a treatment capacity of 100 cubic yards for stormwater run-off from the adjacent area. Three bays of possible stormwater treatment and infiltration
will be filled with drought resistant native plants which are also beneficial habitat for pollinators. The rain garden’s overflow channel shall be designed as a dry creek bed to reduce the amount of erosion and to add to the park’s aesthetics. 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 be held at 11am on Tuesday, May 14th at the MSD Main Office, 700 W Liberty Street.

The Engineer’s Construction Cost Estimate for this project is between $60,000.00 and $95,000.00.

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 Karina Henson. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal. Questions received less than two days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda posted on MSD’s designated web portal will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.

MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $200,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:

If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms.

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 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 Location: Louisville, KY

More Details

RFB-232-24 KSP-KET Tower Site Electrical Upgrades – W2/C1

RFB-232-24 KSP-KET Tower Site Electrical Upgrades – W2/C1

Estimate:
$280,000.00

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

The project includes electrical renovations to seven existing Kentucky Educational Television Tower sites to provide power to Kentucky State Police communications equipment. Renovations include new 50 kVA dry-type transformers, 200 amp panelboards, 200 amp manual transfer switches, 100 amp generator receptacles, surge protection, miscellaneous circuit breakers, conduit, conductors, grounding and removal of equipment and materials noted for removal.

Project Location: Various

More Details

CCWQTC Administration Building Expansion

CCWQTC Administration Building Expansion

Be Advised that the Bid Opening Date has been changed to Thursday, June 20, 2024

Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of CCWQTC Administration Building Expansion Contract No. 17037 , Budget ID No.
D20149, Drawing Record No. / Sheet No. 1 – 133, will be received at the office of MSD until 9:00 a.m., Local
Time,Thursday, June 20, 2024
, and will be publicly opened and read at that place and time. The public may attend the bid
opening via Microsoft Teams. The call-in number is (502) 653-8113, and the Conference ID is 521 436 767# . This
information will also be posted on the bid box.

Description and location of Project:

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.This project is a new 12,656 sq ft two-story office building at the Cedar Creek Water Quality Treatment Center (CCWQTC)
located at 8405 CEDAR CREEK RD, LOUISVILLE, KY. The building is to be located in the undeveloped area between the
east side of the existing Administration Building and the existing fence line/property line. The new office building will provide
office space for Louisville and Jefferson County Metropolitan Sewer District (MSD) personnel that includes Operations and
Collections staff, Engineering Construction Inspectors, and others as determined by MSD. The building includes a large, open,
flexible office space, private offices, conference rooms, kitchen/café space, Break areas, restrooms, janitor’s closet, electrical
rooms, IT closet, mechanical rooms, hydraulic elevator with machine room, and two stairways.

C.The principal features of the Work to be performed under this Contract include, but are not limited to the following:
1.Installation of utility services including natural gas, domestic water, sanitary sewer, storm sewer electrical, and fire
protection,
2.Tree/shrub removal
3.Concrete flat work, curbing, sidewalks, and pads,
4.Permanent and temporary fencing,
5.Masonry retaining wall,
6.Reinforced concrete foundations and slabs,
7.Temporary and permanent paving,
8.Steel framing,
9.Composite floor deck
10.Roof joist & metal deck
11.Block and mortar exterior,
12.Window installation
13.Doors and Frames
14.Insulated metal panels,
15.Roofing, sheet metal, and insulation,
16.HVAC,
17.Hydraulic elevator,
18.Installation of backup generator and transfer switch,
19.Building lightning protection system.
20.Building power distribution system, transformers, panels, and lighting.
21.Electrical wiring for all systems and equipment; power, control, networking and signal,
22.Carpentry,
23.Acoustical tile ceiling system
24.Flooring,
25.Plumbing and fixtures,
26.Painting,
27.Furnishings,
28.Casework,
29.Kitchen appliances
30.Fire systems,
31.Earthwork,
32.Infiltration basin installation,
33.Landscaping and site restoration,
34.FM Global compliance, coordination, and delegated design submittals.

D.The following equipment will be provided and/or work will be performed by MSD and/ortheir subcontractor under separate
contract and as indicated. This work must be completedbefore final completion and acceptance by MSD. The Contractor is
responsible forcoordinating this work with MSD and/or their subcontractor including incorporating the work into their
delegated designs into the necessary FM Global (FMG) submittals, submittal toFMG for review, submittal updates, and
obtaining FMG acceptance. The contractor shallprovide and install all power and data signal wiring for all systems listed
below and inaccordance with the drawings and contract documents. The Contractor shall provideadequate schedule time for
MSD to complete these activities:
1.Security Cameras (provide and install) – FMG submittal requirements.
2.Card Readers (provide and install) – FMG submittal requirements.
3.Phones and computers (provide and install)
4.Fire panel (provide and install) – FMG submittal requirements.
5.TVs (provide and install)
6.Copiers and printers (provide and install)

All work shall be done in accordance to MSD’s Standard Specifications.

There will be non-mandatory pre-bid meeting held for this project. The Non-Mandatory Pre-Bid Meeting will be held
at the CCWQTC on Thursday, May 9, 2024 at 1:00 p.m. The address is 8405 Cedar Creek Road, Louisville, Kentucky
40291. All bidders must have PPE available to enter the site.

The Engineer’s Construction Cost Estimate for this project is between $ 6,000,000.00 and $ 9,000,000.

The bid documents will be available on Thursday, April 26, 2024, online at www.msdbids.com. The charge for each set of bid documents is outlined on the above-referenced web site.

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

The Project Manager for this Invitation to Bid is Julie Potempa. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Julie Potempa. at julie.potempa@louisvillemsd.org. Questions received less than five days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David Johnson, P.E.

MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND
PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $200,000 AND GREATER
for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation, as revised.
effective July 1, 2023, MSD has adopted and implemented the 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 subcontracting goals are
listed below:

If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at https://louisvillemsd.org/SupplierDiversity/forms

If selected as “Applicable, Partial Waiver” below, the Contractor must subcontract a percentage of the total amount of
the Contract Bid price to certified African American minority-owned businesses, Asian-Indian American minority owned
businesses, and Caucasian Female business
as specified in the partial waiver attached hereto and as set forth in
the “MSD SUPPLIER DIVERSITY PROGRAM” section below.

All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Julie Potempa.

MSD SUPPLIER DIVERSITY PROGRAM: Applicable

The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual
(MBE/WBE Program) is effective July 1, 2023. If selected as “Applicable” or “Applicable, Partial Waiver” above, the goals are as
follows:

18.0% MBE African American participation
2.0% MBE Asian-Indian American participation
15.0% WBE Caucasian Female participation

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:

Construction Services: YES     Construction-related Services: NO

LOCAL LABOR COMMITMENT PREFERENCE: YES

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
Chief Procurement Officer

Project Location: Louisville, Kentucky

More Details

FW-007-24 – KDFWR – Veterans Memorial WMA Shooting Ranges

FW-007-24 – KDFWR – Veterans Memorial WMA Shooting Ranges

Estimate:
$3,330,068.00

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

This project includes a new building containing a large classroom, lobby, kitchen, men’s and women’s restrooms, four administrative offices, an exterior classroom and two new Shooting Ranges. The building is a single story, 3,645sf, wood framed structure, has prefabricated wood roof trusses, standing seam metal roof and is clad with fiber cement siding. While the building will be constructed by the General Contractor, the shooting ranges’ construction falls
under the purview of a qualified Range Design Vendor as a subcontractor. The Range Design Vendor is
expected to adhere to the provided range design & specifications while implementing a performancebased
approach to achieve a ‘No Blue Sky’ range. This entails constructing the range as designed,
contributing the necessary approved field modifications during construction, particularly regarding baffle
and firing line elevations and orientation to meet the ‘No Blue Sky’ standard. The Range Design Vendor’s
bid price assumes their acknowledgment or approval of the current design, demonstrating their
commitment to meeting project requirements without additional costs. Their responsibilities encompass
building the precast concrete ‘T’ wall, the two range canopies, concrete slabs, range area sidewalks,
range baffles, target lines, targets, and other pertinent components essential for the successful
establishment of the shooting ranges.

Project Location:

More Details

RFB-250-24 FSS – KHC Roof & Misc Repairs

RFB-250-24 FSS – KHC Roof & Misc Repairs

Estimate:
$939,500.00

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

Project Description:
1. Existing Roof membrane to remain.
2. Remove & replace wet roofing areas indicated on drawings. [100 SF]
3. Install 2-ply SBS-modified bituminous membrane roofing.
a. Mechanically attach 1 layer of ½” coverboard.
b. Apply one layer of SBS-modified bitumen fiberglass mat base sheet in cold asphaltic adhesive.
c. Install one ply of granule surfaced SBS modified bitumen cap sheet in cold asphaltic adhesive.
4. Install new metal flashing around perimeter of flat roof area.
5. Install new access ladders.
6. Install new safety railing at RTU.
7. Remove partial EIFS on walls as indicated on drawings and install new insulation and metal wall panels.
8. Replace/ Repair Storm Damaged Coping Cap [20 LF]

Project Location: Frankfort

More Details

RFB-249-24 KSP – HQ Sprinkler System Maintenance & Repairs

RFB-249-24 KSP – HQ Sprinkler System Maintenance & Repairs

Estimate:
$403,538.00

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

The Contractor shall provide all of the materials and perform all the work described in the Specifications and/or shown on the Drawings. The Sprinkler System of the Kentucky State Police Headquarters will be upgraded per NFPA 13 “Standard for the Installation of Sprinkler Systems”, the Kentucky Building Code with Current Revisions, Americans with Disabilities Act, International Building Code, National Fire Alarm and Signaling Code NFPA72, and National Electrical Code. All Sprinkler heads will be replaced with new sprinkler heads and plates, finish and color to be determined during shop drawing review stage. Sprinkler heads shall be rough brass finish in all exterior and wet locations. All new and/or replaced sprinkler piping including damaged during construction shall be painted. Sprinkler heads shall be white color (in light ceiling areas) in ACT or gypsum ceilings. Sprinkler heads will be rough brass finish in the attic and other dark color areas. The Dry Riser including all check valves, air compressor, alarm valve, gate valves, pressure switches, tamper switches, all riser trim, all riser gauges, including the double check detector assembly will be replaced by the Contractor. This includes replacing the fire protection vault, the DCDA, the fire department connection and post indicator valve will be per Frankfort Plant Board Specs. The system will comply with all manufacturers’ requirements and shall report compatible alarm signals to the Fire Alarm Panel, which will monitor any and all sprinkler system pressure/flow switches and tamper switch operations.
The Owner’s preferred daily work schedule shall be Monday-Thursday 10 hour/day. There are no Contractor working days on Friday-Sunday. A 48 hour notification is required for any outage of the existing Sprinkler and Fire Alarm System. Any damaged utility by the Contractor must be put back into service immediately

Project Location: Frankfort

More Details

RFB-251-24 EEC-AML-Luna Smith Drainage Phase II-BIL

RFB-251-24 EEC-AML-Luna Smith Drainage Phase II-BIL

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

Project Description:
The project consists of extensive drainage and sediment issues that continue to negatively impact the Smith residence. Two previous project have been worked at or near the site, which include the David Campbell III Slide AMLRP and Luna Smith Drainage HP SP AMLRP. Although the two projects have had a positive impact on the site, drainage has continued to flow towards the residence and according to the landowner, has caused the floors to deteriorate and mold to grow.

Project Location: Perry County

More Details

RFB-248-24 EEC-AML-Club Court Subsidence-BIL

RFB-248-24 EEC-AML-Club Court Subsidence-BIL

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

Project Description:
The Club Court Subsidence AML Reclamation Project is located within Madisonville city limits in Hopkins County KY. The project is located at 2570 Club Court Lane, Madisonville, KY. GPS coordinates for the residence are North 37.29164, West 87.49616. The project will grout remaining voids in an AML eligible underground coalmine in the #11 Coal Seam. The Bill and Barbara Rudd residence was damaged by mining subsidence and has subsequently been razed. Neighboring properties show surface expressionof the mine subsidence.

Project Location: Hopkins County

More Details

FW-006-24 – Ballard Big River Pump Station

FW-006-24 – Ballard Big River Pump Station

Estimate:
$10,815,256.00

Estimated Length of Project:
548 (Substantial Completion) + 60 (Final Completion)

Kentucky Department of Fish and Wildlife Resources is working with Ducks Unlimited to construct a new pump station at the northern end of Ballard Wildlife Management Area. The new pump station will provide a critical water source for the managed wetlands at Ballard WMA. The pump station will pull water from the Ohio River and deliver it to Shelby Lake at an estimated rate of 30,000-gpm. The design includes an intake on the Ohio River, piping to the cast-in-place concrete pump station, distribution piping to the outlet in Shelby Lake, installation of 3 submersible pumps, electrical/controls tower, road building, stream crossing culvert construction, and new power line installation.

Project Location: Ballard

More Details

2401 Valley Vista Culvert Replacement Project

2401 Valley Vista Culvert Replacement Project

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of 2401 Valley Vista Culvert Replacement Project Contract No. 2024-033, Budget ID No. C24172, until 10:00 a.m., Local Time, Thursday, May 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: 277 914 22#.

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 removal and replacement of the failed culvert under Valley Vista Road. 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 $75,000.00 and $125,000.00.

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 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: Not Applicable

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 Location: Louisville, KY

More Details

CCWQTC Maintenance Offices Roof Replacement

CCWQTC Maintenance Offices Roof Replacement

Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of CCWQTC Maintenance Offices Roof Replacement Contract No. 17011 , Budget ID
No. D23159, Drawing Record No. / Sheet No. 1 – 11, will be received at the office of MSD until 10:00 a.m., Local
Time,Tuesday, May 21, 2024
, and will be publicly opened and read at that place and time. The public may attend the bid
opening via Microsoft Teams. The call-in number is (502) 653-8113, and the Conference ID is 768 904 959# . This
information will also be posted on the bid box.

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 principal features of the Work to be performed under this Contract include, but are notlimited to the following:
  1. Demolition of the existing standing seam metal roofing systems and gutters and downspouts for Buildings 19 and 20.
  2. Construction of new standing seam metal roofing systems and new gutters and downspouts for Buildings 19 and 20.
All work shall be done in accordance to MSD’s Standard Specifications

There will be Non-Mandatory pre-bid meeting held for this project. The Non-Mandatory Pre-Bid Meeting will be held
at the CCWQTC on Thursday, May 2, 2024 at 1:00 p.m. The address is 8405 Cedar Creek Road, Louisville, Kentucky
40291. All bidders must have PPE available to enter the site.

The Engineer’s Construction Cost Estimate for this project is between $ 100,000.00 and $ 300,000.

The bid documents will be available on Thursday, April 18, 2024, online at www.msdbids.com. The charge for each set of bid documents is outlined on the above-referenced web site.

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

The Project Manager for this Invitation to Bid is Julie Potempa. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Julie Potempa. at julie.potempa@louisvillemsd.org. Questions received less than five days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David Johnson, P.E.

MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND
PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $200,000 AND GREATER
for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation, as revised.
effective July 1, 2023, MSD has adopted and implemented the 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 subcontracting goals are
listed below:

If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at https://louisvillemsd.org/SupplierDiversity/forms

If selected as “Applicable, Partial Waiver” below, the Contractor must subcontract a percentage of the total amount of
the Contract Bid price to certified African American minority-owned businesses, Asian-Indian American minority owned
businesses, and Caucasian Female business
as specified in the partial waiver attached hereto and as set forth in
the “MSD SUPPLIER DIVERSITY PROGRAM” section below.

All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Julie Potempa.

MSD SUPPLIER DIVERSITY PROGRAM: Not Applicable

The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual
(MBE/WBE Program) is effective July 1, 2023. If selected as “Applicable” or “Applicable, Partial Waiver” above, the goals are as
follows:

18.0% MBE African American participation
2.0% MBE Asian-Indian American participation
15.0% WBE Caucasian Female participation

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

MSD BID DISCOUNT: Applicable

This MSD construction project is bid and advertised as:

Construction Services: YES     Construction-related Services: NO

LOCAL LABOR COMMITMENT PREFERENCE: NO

COMMUNITY BENEFITS PROGRAM : NO

The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board.

MSD reserves the right to reject any or all bids or waive any informality in any bid.

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
Chief Procurement Officer

Project Location: Louisville, Kentucky

More Details

RFB-235-24 WHFRTC – NRPC Site Utilities – Electric Pedestal

RFB-235-24 WHFRTC – NRPC Site Utilities – Electric Pedestal

Estimate:
$ 53,000.00

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

Project Description:
The project consists providing a new electric service for the new Training Drill Tower.

Project Location: Greenville

More Details