RFB-59-24 KCTCS – Hazard CTC Industrial Education Building Renovation

RFB-59-24 KCTCS – Hazard CTC Industrial Education Building Renovation

Estimate: $5,990,727.00

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

The project includes renovation of portions of the existing Industrial Education Building and Heavy Equipment Buildings located on the vocational campus of Hazard Community and Technical College. Renovations include the following:

• Relocation of Automotive Technology to the Heavy Equipment Building located on the same campus.
• Creation of a new CDL Classroom and Truck Inspection area in the Heavy Equipment Building.
• Renovation and expansion of the existing Construction Technology Lab.
• Creation of a new Universal Lab.
• Renovation of classroom and office spaces.
• Replacement of existing windows and doors in areas related to larger renovation activities.
• Replacement of roofing.
• Replacement of the current elevator with a new shaft and elevator cab.
• Upgrades to the building infrastructure as related to the renovation activities.

Project Location: Hazard

More Details

Romania Drive Drainage Improvement Project

Romania Drive Drainage Improvement Project

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Romania Drive Drainage Improvement Project Contract No. 2024-030, Budget ID No. C24147, until 10:00 a.m., Local Time, Tuesday, April 9, 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: 368 202 612#.

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 installation of a new drainage system along Romania Drive that includes 24-inch pipe, 18-inch pipe, 15-inch pipe, and 12-inch pipe. All work shall be done in accordance to MSD’s Standard Specifications.

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

The Engineer’s Construction Cost Estimate for this project is between $150,000.00 and $199,999.99.

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

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

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

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

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

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

MSD SUPPLIER DIVERSITY PROGRAM: 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-220-24 PARKS – FH-Multibuilding-Roof Replace East

RFB-220-24 PARKS – FH-Multibuilding-Roof Replace East

Estimate:
$245,500.00

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

• Remove existing roofing: wood shakes, asphalt shingles, & underlayment to decking.
• Remove any roof decking that has been damaged / deteriorated.
• Remove existing gutters and downspouts.
• Install new vented deck, as noted.
• Install new ice and water shield at perimeters and penetrations.
• Install new wood shake, asphalt shingles & premium asphalt shingle and components, as noted.
• Perform masonry repairs to chimneys.
• Install new copper chimney caps, pre-finished gutters, downspouts, valleys and trim where indicated.

Project Location: Harrodsburg

More Details

RFB-218-24 KSU – Combs Hall Renovation

RFB-218-24 KSU – Combs Hall Renovation

Estimate:
$6,788,565.00

Estimated Length of Project:
Completion is phased see special condition

Combs Hall is a 106-bed dormitory. Needed renovations include:
Approach; storefront entrance; curtainwall in lobby and adjoining stairwell, interior finishes in lobby and office; treads and guard panels in stairwell; dorm room interior finishes, windows and doors; bathroom fixtures, partitions, and finishes; interior finishes and equipment in the lobby, office, rec room, kitchen, and laundry; acoustical ceilings; new wiring and lighting throughout, with some lighting existing to remain; HVAC equipment throughout; PTAC units in each dorm room; domestic water supply piping in bathroom chases; new roof.

Project Location: Frankfort

More Details

Southwestern Parkway CSO Basin Bar Screen Replacement Project

Southwestern Parkway CSO Basin Bar Screen Replacement Project

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Southwestern CSO Basin Bar Screen Replacement Project Contract No. 17096, Budget ID No. A24132, Drawing Record
No. / Sheet No. 17096/1-4, until March 26, 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: 343 665 716#.

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 of the existing bar screen in the gate chamber of the Southwestern Parkway Bar Screen and the fabrication and installation of new bar screen. 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. March 18, 2024 at 10:00a.m. on site at 612 Southwestern Parkway.

The Engineer’s Construction Cost Estimate for this project is between $325,000.00 and $375,000.00.

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 John Carsone. 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-215-24 KCTCS – Fire Alarm Upgrades; Gateway and Ashland Campuses

RFB-215-24 KCTCS – Fire Alarm Upgrades; Gateway and Ashland Campuses

Estimate:
$177,900.00

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

Project Description:
Replace fire alarm control panels and all associated devices with new fire alarm systems in various buildings throughout selected community college campuses. Replace all digital communicators or single path communicators from all buildings in this project with new dual path based communicators. Provide Cat 6 data cable from closest IT patch panel and connect to communicator for backup path.

Project Location: Various

More Details

RFB-214-24 KCTCS – Elevator Upgrades -Owensboro CTC

RFB-214-24 KCTCS – Elevator Upgrades -Owensboro CTC

Estimate:
$476,500.00

Estimated Length of Project:
7/22/2025 (Substantial Completion) + 7/31/2025 (Final Completion)

Project Description:
Project consists of Upgrading the elevator controllers within four buildings on the Owensboro Community & Technical College main campus in Owensboro Kentucky, Davies County. The buildings include: Campus Center, Science Center, Technical Education, and the Learning Resource Center.
The project will include work by Elevator, General, Mechanical, Plumbing, Fire Protection & Electrical contractor trades.

The project includes:

1.Upgrading the existing elevator installations to meet the current codes and requirementsof the local authorities having jurisdiction.

2.Upgrading the mechanical, plumbing, fire protection, electrical and fire alarm systeminstallations within the elevator hoistway, elevator pit and elevator equipment rooms to meetthe current codes and requirements of the local authorities having jurisdiction.

3.Testing of all installation and verifications of correct operations with all interconnectionsbetween the elevator, electrical, fire alarm and fire protection systems.

4.Furnishing and installing retractable security gates within the Learning Resource Center.
The timeframe in which the elevators can be shut-down and when they must be back inoperation is limited and critical to the success of this project.

Project Location: Owensboro

More Details

RFB-216-24 RE-AD of RFB-199-24 Parks – Pennyrile Forest-Lodge-Replace Fire Alarm System

RFB-216-24 RE-AD of RFB-199-24 Parks – Pennyrile Forest-Lodge-Replace Fire Alarm System

Estimate:
$252,000.00

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

Project Description:
Demolition of the existing fire alarm system in its entirety within the main lodge, conference center and connected lodging rooms. Providing new fire alarm system with mass notification complete. Main panel shall be monitored by a 24/7 365 monitoring service utilizing Network and cellular connections. Cellular connections at the site are not favorable. Provide testing of new equipment. Provide owner training. All owner training shall be video recorded. A copy of the video recording shall be included in the O&M Manuals. Providing O&M Manuals. Contractor will be required to provide both electronic copies uploaded to ECOMM and a quantity of two hard copies, Provide RED LINED as-built record drawings. Provide digital copy of the fire alarm system program upon substantial completion and provide updates as required fill final completion,

Project Location: Dawson Springs

More Details

RFB-213-24 EEC-AML-Bobby Cole Slide PII-BIL

RFB-213-24 EEC-AML-Bobby Cole Slide PII-BIL

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

Work will consist of removing a slide about 120’x250’ above roadway and north of residence with 25’ transition areas on each side. The construction of 160 LF of cut to rock ditch through the middle of slide. The construction of a roadway ditch 340 LF of Class II ditch w/2 foot flat bottom to promote positive drainage. The construction of a 100 LF of Class II ditch w/2″ flat bottom near the residence to promote positive drainage. The construction a 30 LF of 6’ high Gabion wall to stabilize area near residence.
Mobilization is setup to provide for construction equipment to be delivered to the site.
Earthwork work bid item is included to excavate material to stabilize area as directed by the ENGIEER. Material will be transported to a designated waste area. Silt fence or straw bales will be installed prior to construction on all sites. Site Prep is included at all the sites. Revegetation and Residential Seeding are included for all reveg efforts within the sites. Roadway Stone are included to provide for access during normal reclamation. Bituminous Repair is included to repair “in kind” all asphalt surfaces damage due to normal reclamation activities.

Project Location: Knott County

More Details

RFB-211-24 DJJ – Adair YDC Sewage Grinder Pit Relocation

RFB-211-24 DJJ – Adair YDC Sewage Grinder Pit Relocation

Estimate:
$494,600.00

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

THE PROJECT WILL BE TO INSTALL A NEW EXTERIOR DUPLEX SEWAGE PUMP STATION FOR THIS FACILITY. THE FACILITY OPERATES 24/7, THE NEW PUMP STATION SHALL BE TESTED AND OPERATIONAL PRIOR TO THE INTERIOR EXISTING PUMP STATION BEING TAKEN OFFLINE. ONCE THE NEW DUPLEX PUMP STATION IS ONLINE, ANY EXISTING PUMPS, POWER, PIPING, VALVES, CONTROLS, ETC. ASSOCIATED WITH THE EXISTING SEWAGE PUMP SYSTEM SHALL BE REMOVED AS INDICATED IN THE CONSTRUTION DOCUMENTS. THE EXISTING INTERIOR SUMP PIT SHALL BE FILLED AND FLOOR PATCHED TO MATCH EXISTING CONDITIONS. THE EXISTING PUMP DISCHARGE LINE CURRENTLY ROUTED THRU THE FACILITY SHALL BE ABANDONED IN PLACE. A NEW PUMP DISCHARGE LINE FROM THE NEW DUPLEX PUMP STATION SHALL BE INSTALLED. THE NEW PUMP DISCHARGE SHALL BE ROUTED AROUND THE EXTERIOR OF THE BUILDING, INTERCEPTING THE EXSTING PUMP DISCHARGE LINE BEYOND THE CURRENT PARKING AREA PRIOR TO PROCEEDING UP THE INCLINE TOWARD HIGHWAY 55 , JAMESTOWN STREET.

Project Location: Adair County

More Details

RFB-210-24 CHFS-ESH – Replace Steam Kettles

RFB-210-24 CHFS-ESH – Replace Steam Kettles

Estimate:
$ 53,000.00

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

Project Description:
Replace the existing natural gas regulators, disconnect valves, and piping for one (1) new replacement 40-gallon steam kettle. Modify existing water lines and connect to new ovens. Modify existing drain lines from new ovens to existing open hub drain.
All modifications of existing natural gas, water, and drain lines to be phased to minimize interruption to food service kitchen operation. Food service kitchen to remain operation throughout construction.

Project Location: Lexington

More Details

RFB-207-24 KCTCS – Replace Windows & Doors – Somerset Community College (Asset Preservation)

RFB-207-24 KCTCS – Replace Windows & Doors – Somerset Community College (Asset Preservation)

Estimate:
$1,230,000.00

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

3) The Work includes removal and replacement of various window, curtain wall, and storefront glazing systems at various buildings on the Somerset and Lond Campuses of KCTCS. Building in the scope include Stoner Hall, Building 1, 2, 3, and 5 on Somerset Campus; LN1 and LN2 on London Campus. Refer to Drawings and Specifications for additional information.

Project Location: Pulaski

More Details

RFB-209-24 Parks – GB-LODGE-Freeze Damage Repairs Kitchen, Restrooms and Upper Room

RFB-209-24 Parks – GB-LODGE-Freeze Damage Repairs Kitchen, Restrooms and Upper Room

Estimate:
$605,318.00

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

Project includes replacement of water damaged electrical panels, repairs to upper room to make office and gift shop. Project includes replacement of damaged kitchen equipment, ceilings, HVAC diffusers, and lighting in the kitchen along with HVAC duct insulation installation. Project includes complete men’s and women’s restrooms replacement including walls, ceiling, doors, casework and all new plumbing stack and fixtures. Across from the kitchen modifications to existing rooms to provide wet bar, casework, and bar equipment including related wall improvements.

Project Location: Carrollton

More Details

RFB-176-24 Parks – LC-Freeze Damage Repairs

RFB-176-24 Parks – LC-Freeze Damage Repairs

Estimate:
$594,300.00

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

Project Description:
The project scope involves repairing damage caused by freezing sprinkler pipes. Some very minor structural repairs are required. Most of the focus is on finishes, insulation, and HVAC system repairs to help with air flow and prevent future issues. This project will be covered partially by insurance, so the contractor will have to price out what is to be covered by the insurance companies and what will be charged to the owner for upgrades.

Project Location: Jamestown, Kentucky

More Details

RFB-206-24 EEC-AML-Kathy Patrick Slide-BIL

RFB-206-24 EEC-AML-Kathy Patrick Slide-BIL

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

This Site will first consist of the removal 0.08 acres of slide material and transporting to waste area, creating a bench to install an 120 LF Steel Piles Foundation Wall to stabilize area in behind the residence. To allow the construction of 100 Linear Foot 10’ high Reinforced Concrete Retaining wall and installation of subdrain Class II aggregate and filter fabric will be installed behind the wall.
Mobilization is setup to provide for construction equipment to be delivered to the site. Hoe Ram hours included if rock encounter during the construction of walls. Utility Relocation, Structure Removal/Replacement and Landscape Allowance are setup to address these features that may require location / replacement to facilitate normal reclamation activities. Site Prep is included, at both the sites and waste area to prep the areas for reclamation and material storage. Residential Seeding are included for all revegetation efforts within the site and waste area. Dense Grade and Roadway Stone are included to provide for access during normal reclamation. Bituminous Repair is included to repair “in kind”all asphalt surfaces damage due to normal reclamation activities.

Project Location: Perry County

More Details

RFB-197-24 DOC – LLCC Fire Alarm System Replacement

RFB-197-24 DOC – LLCC Fire Alarm System Replacement

Estimate:
$1,495,000.00

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

Project Description:
The Project involves replacement of the campus wide fire alarm system monitoring the Luther Luckett Correctional Complex. Work of the Project will be performed in all buildings or structures located inside the security boundary of the LLCC and in one building located outside the security boundary. The existing fire alarm systems in the five newest dormitory buildings will be connected to the new campus wide fire alarm system. In all other buildings the existing fire alarm initiating and alarm devices, control panels, circuits and associated components shall be removed. The replacement addressable fire alarm system shall consist of initiating and control devices, control panels, software, circuits, and all associated components for a complete campus wide fire alarm system. All work must be performed in a sequenced effort coordinated with the LLCC. The Contract Documents include a construction phasing schedule. However, it is the responsibility of the Contractor to prepare and submit a schedule of work.

Project Location: LaGrange

More Details

RFB-208-24 KSU – Walkway Improvements and Miscellaneous Repairs

RFB-208-24 KSU – Walkway Improvements and Miscellaneous Repairs

Estimate:
$571,276.00

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

The project scope includes selective demolition of existing walkways, handrails, ramp, pavers and construction of new replacement concrete walks, curbs, reinstallation of pavers, new concrete ramp and concrete retaining wall, new stainless steel handrails and site restoration.

Project Location: Frankfort

More Details

RFB-201-24 DOC – WKCC – Replace Kitchen Drain Lines

RFB-201-24 DOC – WKCC – Replace Kitchen Drain Lines

Estimate:
$3,230,000.00

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

Project Description:
The project consists of the removal and replacement of the waste, vent, and domestic water piping system serving the kitchen and dishwashing areas. All piping, drains, and plumbing fixtures in the kitchen and surrounding areas shall be removed and replaced. Ceilings, floors, and walls will be removed and replaced to accommodate the piping replacement. Light fixtures and receptacles will be removed and replaced. A new concrete slab and epoxy non-slip floor shall be provided in the renovation space. All existing kitchen equipment shall be removed, stored, and re-installed to accommodate the renovation. Temporary kitchen trailers and storage containers shall be provided to serve as the facility kitchen while the permanent kitchen is shutdown. Trenching and backfilling will be required for installation of utilities to serve the temporary kitchen rental trailers. All work will be performed inside the facility perimeter Security fence.

Project Location: Fredonia

More Details

RFB-205-24 RE-AD OF RFB-22-24 KCTCS Fire Alarm System Upgrades, Various Colleges Group 1

RFB-205-24 RE-AD OF RFB-22-24 KCTCS Fire Alarm System Upgrades, Various Colleges Group 1

Estimate:
$365,860.00

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

Project includes upgrades and equipment replacement of the fire alarm systems at multiple buildings at the KCTCS Henderson and Madisonville campuses. Upgrades include fire alarm control panels and associated communication for system monitoring and reporting. Additional fire alarm devices are identified to expand the fire alarm systems. Associated power and network infrastructure is also identified to allow operation.

Project Location: Various

More Details

RFB-202-24 KSD – Brady Hall Roof

RFB-202-24 KSD – Brady Hall Roof

Estimate:
$805,000.00

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

Project Description:
The project consists of roof replacement of Low Sloped Roofs.
1. Low Slope: Remove existing roof membrane system, skylight and curb down to existing roof deck. Install 2-Ply SBS Modified Bituminous Membrane Roofing system over cover board insulation. Provide crickets where indicated.
2. Remove obsolete RTU as noted

Project Location: Danville

More Details

RFB-204-24 EEC-AML-Lois Martin Drainage-BIL

RFB-204-24 EEC-AML-Lois Martin Drainage-BIL

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

AML proposes to remove the erosive material adjacent to the home and install a combination rock ditch-drain that connects to a rock ditch to the north and west of the home and a combination rock ditch-drain to the east of the home. Both ditches, which will collect both surface and sub-surface water, will outlet in natural drains. AMD is present at the site from multiple seeps. Drainage will be collected by a means of subdrains modified for AMD conditions (non-calcareous backfill and PVC pipe). In addition to the ditches and subdrains, a temporary debris barrier will be erected during construction and removed at the conclusion. All excavated material will be transported to, placed and revegetated at an approved waste area on
Ligon Camp Branch located at latitude: 37° 21′ 43.2″N, longitude: 82° 40′ 6.88″W. Any woody materials requiring removal from the waste area will be burned or otherwise suitably disposed of.
This project will not address underground mine openings. No trees are intended to be removed. All areas disturbed by this project will be revegetated by conventional seeding practices and/or
hydroseeding according to standard details and technical specifications. Sediment control will be provided by silt fence/bales or other approved methods.

Project Location: Floyd County

More Details

CCWQTC – South Electrical Service

CCWQTC – South Electrical Service

Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of Cedar Creek WQTC – South Electrical Service Contract No.17099, Budget ID No. D24106, Drawing
Record No. 17099 / Sheet No.1-14, will be received at the office of MSD until 10:00 AM, Local Time, March
26, 2024
, and will be publicly opened and read at that place and time. The public may attend the bid opening via In Person
Only.

Description and location of Project:

This project includes providing an additional electrical service including service entrance
equipment in a walk-in enclosure. The project also includes tree removal on the site. The project is located at the Cedar Creek
WQTC at 8405 Cedar Creek Road, Louisville, Kentucky 40291.

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 prebid meeting will take place at Cedar Creek
WQTC Office building located at 8405 Cedar Creek Road on March 6, 2024 at 10:00 A.M., with site walk to follow.

The Engineer’s Construction Cost Estimate for this project is between $700,000.00 and $900,000.00.

The bid documents will be available on February 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 Reese True. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Reese True. at Reese.True@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 minorityowned
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, Reese True.

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: 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-200-24 KSFB Gate Upgrades

RFB-200-24 KSFB Gate Upgrades

Estimate:
$8,542,738.00

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

The KSFB Gate Upgrades project is being undertaken to replace and modify the location of Gate 2 and Gate 4 at the Kentucky State Fairgrounds / the Kentucky Exposition Center. The existing gates are at the end of their usable lives, and the layout of the site does not currently meet the needs of the Kentucky State Fair Board. The gates will be re-located on their current site, the roads and utilities will be re-worked as required, the gate booths and associated support centers will be replaced, and a cantilevered canopy will be added to match the overall look of Gate 1.

Project Location: Louisville

More Details

RFB-199-24 Parks – Pennyrile Forest-Lodge-Replace Fire Alarm System

RFB-199-24 Parks – Pennyrile Forest-Lodge-Replace Fire Alarm System

Estimate: $252,000.00

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

Project Description: Demolition of the existing fire alarm system in its entirety within the main lodge, conference center and connected lodging rooms. Providing new fire alarm system with mass notification complete. Main panel shall be monitored by a 24/7 365 monitoring service utilizing Network and cellular connections. Cellular connections at the site are not favorable. Provide testing of new equipment. Provide owner training. All owner training shall be video recorded. A copy of the video recording shall be included in the O&M Manuals. Providing O&M Manuals. Contractor will be required to provide both electronic copies uploaded to ECOMM and a quantity of two hard copies, Provide RED LINED as-built record drawings. Provide digital copy of the fire alarm system program upon substantial completion and provide updates as required until final completion.

Project Location: Dawson Springs

More Details

RFB-203-24 KHP – Barn Repair and Upgrades BP#3 – Stall Mats

RFB-203-24 KHP – Barn Repair and Upgrades BP#3 – Stall Mats

Estimate:
$127,301.00

Estimated Length of Project:
July 1, 2024 (Substantial Completion) + July 20, 2024 (Final Completion)

Bid Pack #3 scope is to provide new interlocking rubber stall mats over new asphalt installed by the General Contractor as part of Bid Pack #2. Interlocking rubber stall flooring provider / installer to coordinate with all trades associated with Bid Pack #2. It is to be assumed that the Bid Pack #2 General Contractor will have the stalls ready for mat installation by early to mid-June, 2024

Project Location: Lexington

More Details