WQTC Regional Lab Update
WQTC Regional Lab Update
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of the WQTC Regional Labs Update project, Contract No. 17024, Budget ID No. H23050, Drawing
Record No. / Sheet No. 1-84, will be received at the office of MSD until 11:00 a.m., Local Time, Wednesday, November 29, 2023, 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 279 821 439#. 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. New heater 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 a mandatory pre-bid meeting held for this project. Wednesday, November 8, 2023 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 $500,000.00 and $1,000,000.00.
The bid documents will be available on Friday, October 27, 2023, 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.
Click Here To Download WQTC Regional Lab Update Qty Sht
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