RFB-172-24 FSS – L & N Upgrades Cornice Repair

RFB-172-24 FSS – L & N Upgrades Cornice Repair

Estimate:
$ 45,280.00

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

Project Description:
Repair and replace approximately 60 linear feet of upper copper cornice section damaged during storm event. Work to include replacement of wood substrate material.

Project Location: Louisville

More Details

RFB-164-24 ELC – McDowell Ctr Complete Building Architectural MEP Renovation

RFB-164-24 ELC – McDowell Ctr Complete Building Architectural MEP Renovation

Estimate:
$145,000.00

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

Project Description:
The McDowell Center AHU-4 Replacement replaces the existing outside air unit (AHU-4) with equipment that provides enhanced chilled water dehumidification and hot water pre-heat and reheat.
This project consists of the new AHU and associated power & control wiring, chilled and hot water piping and controls upgrade. The system will be interfaced with the ALC WebControl system to provide temperature and humidity control, scheduling, monitoring, and reporting of data to CEMCS. The allowance for the controls work is to be included in the contractors bid at the pre-determined allowance listed in the bid documents.

Project Location: Louisville

More Details

RFB-157-24 KCTCS – Interior Renovations – Henderson CC

RFB-157-24 KCTCS – Interior Renovations – Henderson CC

Estimate:
$694,040.00

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

Project Description:
Refurbish former food service kitchen to prepare it for future food service operations. Work includes installation of a new exhaust hood and make up air unit, plumbing fixtures and mechanical and electrical rough-in for future equipment.
At the Cyber Café, remodel the existing space to provide student lounge space doubling as a meeting space. Add rough-in for three wall mount televisions as well as a room to receive and serve box lunches. If Alternate Bid No. 1 is accepted, roller shades and a fireplace will be added to the work.

Project Location: Henderson

More Details

Floodwall Concrete Repair Stoecker Ave Project

Floodwall Concrete Repair Stoecker Ave Project

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Floodwall Concrete Repair Stoecker Ave Project Contract No. 17088, Budget ID No. F23059, Drawing Record No. / Sheet No. 17088, until 10:00 AM, Local Time, February 13th, 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: 191 789 775#.

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 contractor shall be responsible for repairing damaged sections of the floodwall including but not limited to the estimations on the provided plans. Concrete repair, rebar repair, cleaning, sealing, coating, and painting will all be included in this project. 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. January 30th, 2024 at 10:00 AM on site at Stoecker Ave, Louisville, KY 40206.

The Engineer’s Construction Cost Estimate for this project is between $125,000.00 and $175,000.00.

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

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

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

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

MSD SUPPLIER DIVERSITY PROGRAM: Not Applicable

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

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

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

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

MSD BID DISCOUNT: Applicable

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

Construction Services: X
Construction-related Services:

LOCAL LABOR COMMITMENT PREFERENCE: No

COMMUNITY BENEFITS PROGRAM: No

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

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, KY

More Details

RFB-162-24 KSD Jacobs Hall Interior Upgrades

RFB-162-24 KSD Jacobs Hall Interior Upgrades

Estimate:
$ 85,090.00

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

Project Description:
Work of the Project includes selective interior upgrade of the existing building to include adding a metal guardrail and handrail to the outside face of the main stair and floor edge at the first, second and third floor levels; adding a barrier railing at the entrance to a secondary stair at the first, second, third and fourth floor levels; patching and painting of plaster ceiling where guardrail / handrail attachments occur. The work also includes modifications of select exit signs associated with egress stairs.

Project Location: Danville

More Details

RFB-171-24 Parks – FB-Multi Building-Roof Replacement

RFB-171-24 Parks – FB-Multi Building-Roof Replacement

Estimate:
$193,000.00

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

The project consists of the removal and replacement of shingle, shake, BUR and EPDM roofs, the new roof systems consist of Asphalt Shingles and Modified Bitumen & associated sheet metal components. The buildings are campground bath house, recreation center, the park residence, and 4 picnic shelters.

Project Location: Richmond

More Details

WQTC Regional Labs Update Project

WQTC Regional Labs Update Project

Please note the bid date and time has been changed to MARCH 5, 2024, 11:00 A.M. Local Time.

Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of WQTC Regional Labs Update Project Contract No. 17024, Budget ID No. H23050, Drawing
Record No. / Sheet No. 1-86, will be received at the office of MSD until 9:00 a.m., Local Time, Tuesday,
February 27, 2024
, and will be publicly opened and read at that place and time. The public may attend the bid opening via
Microsoft Teams Meeting. The phone number is (502) 654-8113 and the Conference ID is 286 253 523# . This info will
also be posted on the bid box on the day of the bid opening.

Description and location of Project:

The principal features of the Work to be performed under this Contract include, but are not
limited to the following:

1. General: The purpose of this project is to design upgrades to the Cedar Creek WQTC, Floyds Fork WQTC, and Hite Creek
WQTC Regional Labs. The upgrades are necessary to update lab equipment, replace old and worn cabinetry and counters, and
address code violations discovered at the labs.

2. Hite Creek and Floyd’s Fork:
a. Architectural:
1) Demolish all casework, fume hood, and cabinetry.
2) Provide all new casework and countertops.
3) Paint existing ceiling grid and replace tiles.
4) Repair and refinish floor.
5) Refinish walls.

b. Mechanical
1) Replace existing split system heat pump.
2) Locate roof mounted condensing unit greater than 10 feet from roof edge.
3) Provide a new louver at opposite side of building from current location and provide new ductwork to route outside air
to new indoor air handling.
4) Provide a new exhaust fan.
5) Provide a new muffle oven that has direct vent capability. Duct vent using double wall insulated ductwork to the roof.
6) Demolish existing fume hood exhaust gooseneck.

c. Plumbing
1) Demolish existing sinks and provide new replacements at same location.
2) Add a new small sink.
3) New undercounter dishwasher.
4) Demolish existing safety shower. Provide new safety shower at a new location.
a) Provide a new 120-gallon, 1.5 kW storage type water heater in pipe gallery basement below the lab dedicated for
emergency shower.
b) Route new supply piping to emergency shower.
c) Provide a floor drain for emergency shower.

d. Electrical
1) Demolish existing lighting fixtures and replace with LED lighting at same location.
2) Relocate receptacles from existing location in casework to wall mounted receptacles.
3) Provide monument type receptacles in island countertop.
4) Provide power to new general space exhaust fan.
5) Provide dedicated circuit to new muffle oven.
6) Provide power to new HVAC split-system heat pump.
7) Provide power to new 1.5 kW, 120-gallon, electric water heater.

3. Cedar Creek:
a. Architectural:
1) Demolish all casework, fume hood, and cabinetry.
2) Provide all new casework and countertops.
3) Paint existing ceiling grid and replace tiles.
4) Repair and refinish floor.
5) Refinish walls.

b. Mechanical
1) Demolish existing general exhaust fan and provide a new exhaust fan to exhaust 1.0 cfm/sq. ft.
2) Rebalance the VAV system. Existing supply ductwork and distribution to remain.
3) Demolish existing fume hood and roof vent. Infill roof penetration.
4) Existing muffle oven with direct vent to remain.

c. Plumbing
1) Demolish existing sinks and provide new replacements near same locations as existing sinks.
2) New undercounter dishwasher at different location.
3) Demolish existing safety shower. Provide new safety shower at a new location.
a) Provide a new 120-gallon, 1.5 kW storage type water heater for emergency shower.
(1) Existing mechanical closet is not large enough for new heater. Newheater could be located in the utility closet
near the lab.
(2) Route new supply piping to emergency shower.
b) Provide a floor drain for emergency shower.

d. Electrical
1) Demolish existing lighting fixtures and replace with LED lighting at same location.
2) Relocate receptacles from existing location in casework to wall mounted receptacles.
3) Provide monument type receptacles in island countertop.
4) Provide power to new general space exhaust fan.
5) Provide dedicated circuit to new muffle oven.
6) Provide power to new HVAC split-system heat pump.
7) Provide power to new 1.5 kW, 120-gallon, electric water heater.

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

There will be non-mandatory pre-bid meeting held for this project. Tuesday, February 6, 2024 at 1:00 p.m. at the Hite
Creek WQTC, 5500 Hitt Road. All visitors will be required to furnish their own PPE to visit the site.

The Engineer’s Construction Cost Estimate for this project is between $750,000.00 and $1,200,000.00.

The bid documents will be available on Tuesday, January 23, 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 $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June
1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise
Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and
construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate
for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting
goals are listed below:

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

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

MSD SUPPLIER DIVERSITY PROGRAM: Applicable

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

18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.

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

MSD BID DISCOUNT: Not Applicable

This MSD construction project is bid and advertised as:

Construction Services: YES       Construction-related Services: NO

LOCAL LABOR COMMITMENT PREFERENCE: NO

COMMUNITY BENEFITS PROGRAM : NO

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

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

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, Kentucky

More Details

RFB-170-24 EEC-AML-Crowe Acid Pit-BIL

RFB-170-24 EEC-AML-Crowe Acid Pit-BIL

Estimated Length of Project:
(Substantial Completion) + 270 Calendar Days (Final Completion)

Project Description:
The project consists of eliminating approximately 6 acres of acid pits with a highwall spanning 2100 linear feet. The pits will be backfilled with onsite mine spoil material at slopes no steeper than 4:1 with transitions as required. Blasting will not be permitted. The water in the pits will be treated and raised to a pH of 6 or greater prior to release and backfilling of the pit in accordance with KYDAML Technical Specifications. Work for this project will involve the removal of trees measuring over 3″-inches in diameter at breast height (DBH) at the project location outside of exempt unstable areas and this cutting shall occur from October 15th-March 31st, when the imperiled forest-dwelling bats-are either within or in the immediate vicinity of their winter hibernacula. The clearing of trees over 5″ DBH, which also display characteristics such as shaggy, exfoliating bark, or crevices and hollowed-out cavities within their trunks and larger limbs is also required outside of the exempt unstable areas, and consultation with United States Fish and Wildlife Service (USFWS) has taken place. The USFWS stated no problems should arise if tree cutting is done within the recommended window.

Project Location: Ohio County

More Details

RFB-136-24 KCTCS – Roof Replacements/Repairs – Big Sandy CTC

RFB-136-24 KCTCS – Roof Replacements/Repairs – Big Sandy CTC

Estimate: $2,907,058.00

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

Project Description: The project consists of roof replacement and repairs across 7 buildings as part of the Big Sandy Community and Technical College.

Hager Hill Campus, Hager Hill, Ky

Work includes the removal of approximately 16,906 SF of existing ballasted single-ply membrane roofing and insulation down to existing metal roof deck and all associated existing metal coping, gutters, downspouts, flashing etc. and replacement with a new modified bitumen roofing system over rigid insulation with new gutters, downspouts, copings, etc. Work includes a new exterior caged wall ladder and new ships ladder to existing roof hatch.

Mayo Campus, Paintsville, Ky

Building E: Work includes the removal of approximately 13,224 SF of existing modified bitumen roofing and insulation down to existing concrete roof deck and all associated existing metal coping, flashing etc. and replacement with a new modified bitumen roofing system over rigid insulation with new metal roof edge, etc.

Building F: Work includes removal of approximately 600 feet of existing deteriorated precast concrete coping and replacement with new prefinished metal coping.

Prestonsburg Campus, Prestonsburg, KY

Student Services Center: Work includes the removal of approximately 18,759 SF of existing modified bitumen roofing and cover board, coping, flashing, etc. and replacement of small portions of wet insulation. Installation of a new modified bitumen roofing system, cover board and insulation over existing insulation, new metal coping and flashing. Work also includes removal of existing brick and repair of flashing and reinstallation of brick at wall above lower roof section.

Johnson Building: Work includes the removal and replacement of deteriorated fasteners in existing standing seam metal roofing system, repair of roof penetration flashing, replacement of metal hip and expansion joint covers and application of roof coating system at specific locations.

Science Building: Work includes the removal of approximately 10,525 SF of existing modified bitumen roofing and cover board, coping, flashing, etc. and replacement of small portions of wet insulation. Installation of a new modified bitumen roofing system, cover board and insulation over existing insulation, new metal coping and flashing. Work also includes removal and replacement of existing sealant in precast wall panel joints.

Pikeville Campus, Pikeville, KY

Clayton Little Building: Work includes the removal of approximately 26,810 SF of existing modified bitumen roofing and cover board, coping, flashing, etc. and replacement of small portions of wet insulation. Installation of a new modified bitumen roofing system, cover board and insulation over existing insulation, new metal coping and flashing.
Work also includes the removal of approximately 3100 SF of existing modified bitumen roofing and insulation down to existing metal roof deck and all associated existing metal coping, flashing etc. and replacement with a new modified bitumen roofing system over cover board and new rigid insulation with new metal copings, flashing, etc.
Work also includes removal of approximately 500 SF of existing metal roofing, insulation and roof deck down to existing framing, removal of associated existing clerestory windows and replacement with new skylight.

Project Location: Hager Hill, Paintsville, Presonburg, Pikebille

More Details

RFB-158-24 DMA – BGS 5B and 5E Loading Dock Repair

RFB-158-24 DMA – BGS 5B and 5E Loading Dock Repair

Estimate:
$131,000.00

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

Project Description:
The project consists of removing the existing pavement at (2) dock locations on the property. Reinforced concrete will be replaced with slope to new drains. Each dock has an approximate area of surface replacement of 4000 square feet.

Project Location: Lexington

More Details

MFWQTC Odor Control Chemical Storage Building Roof Replacement

MFWQTC Odor Control Chemical Storage Building Roof Replacement

Be Advised that the Bid Opening Date has been changed to Thursday, February 29, 2024

Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of project name Contract No. 17017, Budget ID No. D23168, Drawing
Record No. / Sheet No. 1 – 7, will be received at the office of MSD until 9:00, Local Time, Thursday, February 15, 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 693 208 031#.
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:

1. Demolition of existing roofing systems and roof drainage piping for the Odor Control Chemical Storage Building and Main
Equipment Building Roofs (Roofs L and N).
2. Construction of new PVC roofing systems and new roof drainage piping for the Odor Control Chemical Storage Building
and Main Equipment Building Roofs (Roofs L and N).
3. Construction of perimeter guard rail for the Odor Control Chemical Storage Building and Main Equipment Building Roof
N.

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

There will be Mandatory pre-bid meeting held for this project. The Mandatory Pre-Bid Meeting will be held at the
MFWQTC on Thursday, February 1, 2024 at 1:00 p.m. The address is 4522 Algonquin Parkway, Louisville, Kentucky
40211. 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 $350.000.00.

The bid documents will be available on Thursday, January 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 $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. 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
One Water Chief Procurement Officer

Project Location: Louisville, Kentucky

More Details

RFB-169-24 RE-AD of RFB-275-23 DOC – KSP Hospital Windows Replacement

RFB-169-24 RE-AD of RFB-275-23 DOC – KSP Hospital Windows Replacement

Estimate:
$362,280.00

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

The project is the overlay of the existing Medical Clinic building with metal wall panels. The existing vertical windows are to be infilled with painted concrete masonry. New window units are to be cut and installed with security hollow metal windows. The exterior walls to be overlaid with spray insulation, metal furring and wall panels.

Project Location: Eddyville

More Details

RFB-159-24 KYTC – D-7 Scott Co Northbound Rest Area

RFB-159-24 KYTC – D-7 Scott Co Northbound Rest Area

Estimate: $736,730.00

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

Project Description:
The Work includes extensive interior and exterior renovations to the North Bound Rest Area facility on I-75 Mile Marker 127.4 in Scott County, Kentucky. All plumbing fixtures and piping (including below slab waste) will be replaced. HVAC system including duct work will be replaced. Electrical and Data Voice wiring and devices will be replaced. Existing soffits at restroom building will be replaced with prefinished metal. Floor and wall base will receive new M.M.A. coating system at Restroom Building. Restroom walls will receive new epoxy coating. Restroom building will receive new hollow metal doors and frames, and new hybrid FRP/Aluminum doors in select locations. See drawings and specifications for additional information.

Project Location: Scott County

More Details

RFB-156-24 CHFS – Oakwood Renovate/Replace Cottages Phase II

RFB-156-24 CHFS – Oakwood Renovate/Replace Cottages Phase II

Estimate:
$8,120,018.00

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

Project Description:
Interior renovation of three existing group living homes at Oakwood, residential intermediate care facility in Somerset, KY. Each of the three cottages 111, 112 and 117 are approximately 7,100 square feet. The scope of the project involves the near complete demolition and replacement of existing interior construction with new, to provide a revised interior plan layout in each cottage. The new layouts include enlarged kitchens, additional staff support spaces, and new ADA compliant semi-private resident bathrooms with private vanities.
Limited exterior work includes the removal and replacement of all existing steel exterior windows with a new aluminum window system, the relocation of entrances and masonry tuckpointing.
Systems renovations involve all new mechanical and electrical systems throughout, including but not limited to fire suppression, plumbing, HVAC, power, lighting, low voltage, fire alarm, nurse call, security, and access control systems in all three cottages.

Project Location: Pulaski County

More Details

RFB-166-24 Parks – BR-Lodge-Pool Repairs

RFB-166-24 Parks – BR-Lodge-Pool Repairs

Estimate:
$262,000.00

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

The work to be performed includes the replacement of the main pool main drains and piping, replacement of the wading pool skimmers and new liners installed on both pools and the surge tank and as outlined within the bidding documents.

Project Location: Barren County

More Details

CCWQTC Maintenance Offices Roof Replacement

CCWQTC Maintenance Offices Roof Replacement

Be Advised: Bid Date has been extended to March 5.

Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of project name Contract No. 17011, Budget ID No. D231159, Drawing
Record No. / Sheet No. 1-11, will be received at the office of MSD until 9am, Local Time, Thursday, March 5, 2024, 2023, 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 787 513 508#. 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:

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 a Mandatory pre-bid meeting held for this project.The Mandatory Pre-Bid Meeting will be held at the CCWQTC on Thursday, January 25, 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 $300,000.00.

The bid documents will be available on Tuesday, January 16, 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 $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. 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
One Water Chief Procurement Officer

Project Location: Louisville, Kentucky

More Details

RFB-165-24 DJJ Adair YDC Fire Alarm Replacement

RFB-165-24 DJJ Adair YDC Fire Alarm Replacement

Estimate:
$285,000.00

Estimated Length of Project:
120 (Substantial Completion) + 30 (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 Fire Alarm Life Safety System of the Adair YDC will be upgraded per 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. An intelligent, addressable fire alarm system shall be provided in accordance with National Fire Alarm and Signaling Code requirements as well as the requirements of the State Fire Marshall’s Office. The system will comply with all manufacturers’ requirements and shall report compatible alarm signals to the remote central system via an externally mounted dialer. The fire alarm system will monitor any and all sprinkler system flow switches, tamper switches, kitchen hood monitor, elevator recall, and duct mounted smoke detectors as well as heat detectors and smoke detectors. Contractor is to include a one year monitoring service for the Fire Alarm System.
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 Fire Alarm System. Any damaged utility by the Contractor must be put back into service immediately.

Project Location: Adair County

More Details

RFB-161-24 KCTCS – Kitchen Renovation Campus Ctr-Owensboro CTC, Main Campus

RFB-161-24 KCTCS – Kitchen Renovation Campus Ctr-Owensboro CTC, Main Campus

Estimate:
$358,250.00

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

Remodel a former food service preparation kitchen using existing food service kitchen and furnishing and installing a new Kitchen Hood and associated equipment.
Work also includes patching quarry tile floors, painting walls and installing a new suspended acoustical ceiling. Mechanical, electrical and plumbing systems will likewise be remodeled.

Project Location: Owensboro

More Details

RFB-168-24 EEC-AML-Wendell Fields Phase II-BIL

RFB-168-24 EEC-AML-Wendell Fields Phase II-BIL

Estimated Length of Project:
(Substantial Completion) + 270 Calendar Days (Final Completion)

This project consists of a slide around Mr. Fields house at Tan Yard Hollow Road in Letcher, County. Mr. Fields house is in imminent danger of sliding from its foundation and both the house and slide threatens access to the residences past his house and to Ky 931.

Project Location: Letcher County

More Details

RFB-155-24 FSS – CHR Dock Area Improvements

RFB-155-24 FSS – CHR Dock Area Improvements

Estimate:
$ 43,510.00

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

Provide insulated air barrier along upper portion of loading dock perimeter wall. Remove and replace ACT ceiling within Loading Dock area. Provide insulated air barrier from top of CMU wall to bottom deck around interior perimeter walls of loading dock.

Project Location: Franklin County

More Details

RFB-163-24 DJJ-McCracken RJDC Ventilation Improvements

RFB-163-24 DJJ-McCracken RJDC Ventilation Improvements

Estimate:
$624,100.00

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

Project Description:
This project will generally consist of installation of a smoke evacuation system and improvements to restroom exhaust systems. Work shall include installation of smoke evacuation and supply fans, dampers, controls, installation and modifications to general exhaust systems, modifications to fire protection sprinkler system as required for system installations, fire alarm components, and electrical power connections. Trades involved shall include but are not limited to: demolition, ceilings, mechanical, ductwork, controls, fire protection, electrical, and fire alarm.

Project Location: McCracken County

More Details

RFB-153-24 EEC-AML-Bradley Cantrell Pond-BIL

RFB-153-24 EEC-AML-Bradley Cantrell Pond-BIL

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

Project Description:
The project involves draining and breaching the pre-law pond and sump and grading the embankments back into the pool area. While the pond is being dewatered, the contractor should monitor of the water quality and treat the discharge if needed. A 2ft flat bottom class 2 ditch will be constructed through the regraded area down to an existing culvert, which will be replaced, into a roadside ditch. Additionally, 9’ high block wall will be constructed behind the home to stabilize the hillside near the home with drainage structures.
The project site has previously been disturbed by coal mining operations. Construction disturbances will be kept to a minimum utilizing the approved Best Management practices (BMP) plan with a stringently formulated sediment and erosion control program. Prior to beginning any major earth disturbance (excluding initial site preparation for access only), all silt control measures will be installed. These include silt barriers (bales & silt fence) and a temporary sediment trap at the site.
Trees greater than 3″ diameter at breast height will be cut for construction of the diversion ditch and grading of the pond area. All disturbed areas will be promptly revegetated at the end of construction. Road stone has been included as part of the project to maintain an existing access road to the pond sites.

Project Location: Johnson County

More Details

RFB-160-24 KCTCS – Mechanical Equipment & Controls – Henderson CC

RFB-160-24 KCTCS – Mechanical Equipment & Controls – Henderson CC

Estimate:
$1,086,800.00

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

Project Description:
The project consists of HVAC, plumbing upgrades to the AS and AT buildings at Henderson Community College. Controls upgrades will also be provided for these two buildings in addition to the Administration Building, Library, Sullivan and Welding. In the AS building, the boiler and associated systems will be replaced. The AT building will include replacement of a chiller with an air-cooled chiller.

Project Location: Henderson

More Details

RFB-154-24 KSU – Various Demolition Projects

RFB-154-24 KSU – Various Demolition Projects

Estimate:
$502,960.00

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

The project scope includes demolition of five existing buildings in multiple locations across the Kentucky State University campus. Each location requires demolition of the existing structures and appurtenances, demolition of utility services to buildings to be demolished, demolition of pavements as indicated, and restoration to lawn areas.

Project Location: Frankfort

More Details

RFB-148-24 KYTC – Plumbing Upgrades Various Rest Areas I24 Christian County

RFB-148-24 KYTC – Plumbing Upgrades Various Rest Areas I24 Christian County

Estimate:
$130,000.00

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

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

Project Location: Christian County

More Details