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

More Details

Western FPS Roof Replacement Project

Western FPS Roof Replacement Project

Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of Western FPS Roof Replacement Project, Contract No. 17009, Budget ID No. F23170, Drawing
Record No. / Sheet No. 1-6, will be received at the office of MSD until 9:am, Local Time, November 28, 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 198 055 722#. 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. Removal and disposal of existing roof system.
2. Installation of new roof system.
3. Installation of flashing and sheet metal work
4. Installation of fall protection and safety equipment
5. Remove wind wall
6. Protect and reinstall lightning protection as necessary.

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

There will be mandatory pre-bid meeting held for this project. Thursday, November 9, 2023 at 11:00 a.m. at the
Western Flood Pump Station, 1300 Southwestern Parkway. 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 $100,000.00 and $300,000.00 .

The bid documents will be available on Thursday, October 26, 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: 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 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:

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

Hillview #3 WQTC – UV Disinfection Upgrades

Hillview #3 WQTC – UV Disinfection Upgrades

Be Advised: Bid Date has been extended to December 12.

Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville,
Kentucky 40203 for the construction of Hillview #3 WQTC – UV Disinfection Upgrades Contract No. 17079 , Budget ID No.
Y24087, Drawing Record No. / Sheet No. 1-10, will be received at the office of MSD until10:00 a.m.,
Local Time, Tuesday, December 12, 2023
, and will be publicly opened and read at that place and time.The public may attend the bid opening viain person
attendance at MSD’s Main Office (700 West Liberty Street) in the LOJIC Training Room.

Description and location of Project: This Contract provides for the implementation of UV disinfection at the Hillview #3
WQTC. This will require installation of the UV Disinfection Unit, Fiberglass Parshall Flume, 4 foot diameter manhole,
piping, as well as construction of a concrete pad, 1 foot concrete wall, gravel drive; and appurtenant work.

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

There will be a non-mandatory pre-bid site visit held for this project at 10:00 A.M. Local Time, Tuesday,
November 21, 2023. The non-mandatory pre-bid site visit will be held at Hillview #3 WQTC at 126
Western Rd, Louisville, KY 40229. Immediately following will be a non-mandatory pre-bid site visit at
Pioneer Village WQTC at 815 John Harper Hwy, Shepherdsville, KY 40165. Site Visit attendees will
need to bring their own PPE to participate.

The Engineer’s Construction Cost Estimate for this project is between $425,000.00 and $500,000.00 .

The bid documents will be available on Wednesday, October 25, 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 Taylor Friesz. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Taylor Friesz. at taylor.friesz@louisvillemsd.org. Questions received less than five days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David Johnson, P.E.

MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND
PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $200,000 AND GREATER
for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation, as amended,
effective July 1, 2023, 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

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, Taylor Friesz.

MSD SUPPLIER DIVERSITY PROGRAM: Applicable

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

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

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

MSD BID DISCOUNT: 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-105-24 KYTC – Clay Co Maint Facility Drains & Lift Station

RFB-105-24 KYTC – Clay Co Maint Facility Drains & Lift Station

Estimate:
$123,000.00

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

Project Description:
The project includes the following major components:
1. Installation of approximately 75 linear feet of new PVC drain pipe located under a building floor slab.
2. Renovation of existing duplex submersible wastewater pump station, including replacement of two wastewater pumps, valves, pump discharge base, electrical conduit and motor starting equipment.

Project Location: Manchester

More Details

RFB-108-24 DOC – Repair Replace Roofs East Northpoint Training Center – Selected Low Slope Roof Repl

RFB-108-24 DOC – Repair Replace Roofs East Northpoint Training Center – Selected Low Slope Roof Repl

Estimate:
$2,951,323.00

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

Project Description:
The project involves re-roof work at the Northpoint Training Center in Burgin, KY. The project is for the Dorms #1-#6, Dorm Connector, Cold Storage, Special Management Unit, Tower #, Tower #4, Southern Region Training Center and Vocational Carpentry Building. The total roof square footage of work is approximately 84,400 sf to be replaced. The existing roof systems are two-ply modified bitumen and asphalt shingle. The new systems are single ply PVC membrane, two-ply SBS modified bitumen, and metal roof systems. The existing roof drains are to be tested for function and reused. All pre-finished metal roof coping caps, flashings, accessories and terminations are to be replaced.

Project Location: Burgin

More Details

RFB-107-24 Education – FFA Cabin Renovation- Phase 2

RFB-107-24 Education – FFA Cabin Renovation- Phase 2

Estimate:
$725,605.00

Estimated Length of Project:
154 (Substantial Completion) + 28 (Final Completion)

Project Description:
The project is to renovate (10) existing cabins (Cabins #’s 6 thru 15) at the FFA Leadership Training Camp in Hardinsburg, KY. The existing cabins are 20’-0″ x 33’-4″ single-room buildings to house 10 bunk beds for campers. The existing buildings are constructed of wood framed walls, ceiling, & roof on 8” CMU knee wall with concrete slab, VCT flooring, wood windows, vinyl siding, and asphalt-shingled roofs. Existing cabins #’s 6, 8, 10, 12, 13, & 15 have an interior vestibule that will be removed. New work includes the following: VCT floors will be removed & prepared for new epoxy coating. Interior walls will be finished with painted plywood panels (full hgt.). Ceiling and beams will be painted. All wall cavities and attic will be insulated with fiberglass batts. New insulated outward swinging front door w/ panic hardware and closer. Four of the (10) existing windows will receive replacements in fiberglass awning units. The remaining (6) will be removed, framed in, sheathed, and insulated. Existing exterior vinyl siding will be removed and replaced w/ prefinished Board & Batten style metal wall panels (2 colors) on metal zee furring w/ rigid poly-iso insulation at lower portion CMU wall to 4” below floor level. The remaining exposed foundation wall will be painted. 18”w concrete mow strip will be placed around full perimeter of each cabin. Existing window AC units will be removed, and new HVAC will be ductless split system with one ceiling cassette. Existing lighting will be removed, and new lighting will be LED panel type lights. Existing electric service panel in corner will be removed and new electric panel located at center of back wall with new wall switches and power provided to each bunk bed. New exterior light fixture, exist sign emergency lighting w/ remote head.

Project Location: Hardinsburg

More Details

RFB-106-24 KDVA-KVCN-Committal Shelter Limestone Repairs

RFB-106-24 KDVA-KVCN-Committal Shelter Limestone Repairs

Estimate:
$188,700.00

Estimated Length of Project:
90 (Substantial Completion) + 7 (Final Completion)

Project Description:
The KDVA KVCN Committal Shelter Limestone Repairs project will replace all cast stone/limestone in the wall, column bases with new limestone and the flat areas designated on the drawings with new concrete.

Project Location: Williamstown

More Details

RFB-103-24 EEC-AML-Herman Grigsby Slide-BIL

RFB-103-24 EEC-AML-Herman Grigsby Slide-BIL

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

Project Description:
This Site will consist of first item install an 87 LF Steel Piles Foundation Wall to stabilize area in front of residence. To allow the construction of 212 Linear Foot 18’ high Gabion Retaining Wall.
The construction of a 64 Linear Foot of Debris Barrier Wall to protect residence during the construction of 145 Linear Foot 12’ high Reinforced Concrete Retaining wall and installation of subdrain Class II aggregate and filter fabric will be installed behind the wall. Installation of 450 Liner Foot of Class II Ditch-2 foot flat bottom. The replacement of 80 Linear Foot of 18″ HDPE pipe with one Standard Headwall, Silt Checks-Rock will be installed as needed by Scientist on site at appropriate locations.

Project Location: Perry County

More Details

RFB-102-24 DJJ – Warren RJDC Fire Alarm Replacement

RFB-102-24 DJJ – Warren RJDC Fire Alarm Replacement

Estimate:
$156,000.00

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

Project Description:
The Fire Alarm Life Safety System of the Warren RJDC 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.

Project Location: Bowling Green

More Details

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

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

Estimate: $886,783.00

Estimated Length of Project:
120 (Substantial Completion) + 14 (Final Completion)
Project Description:
The scope of work will require demolition and new construction in an area that is approximately 11,835 SF within the West Wing of the 11th floor of the historic L&N Building in downtown Louisville. The project will transform the majority of the wing into a private, secure, suite for the Kentucky Department of Revenue while maintaining an open path to the freight elevator for use by other departments within the building. The Department of Revenue suite will consist of a waiting area, interview rooms, private offices, open office area, and support/amenity spaces. Mechanical and electrical re-work will be required. No plumbing is included. The suite will make use of floor finishes installed during a previous 11th floor renovation. The scope of work will include the protection of these floor finishes during demolition and the installation of supplemental new matching material during new construction.

Project Location: Louisville

More Details

RFB-101-24 DJJ – Campbell RJDC Fire Alarm Replacement

RFB-101-24 DJJ – Campbell RJDC Fire Alarm Replacement

Estimate:
$ 67,883.00

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

Replace existing fire alarm system in the existing Campbell County Juvenile Detention Center.

Project Location: Newport

More Details

RFB-99-24 Re-Ad of RFB-281-23 DOC – KCIW Install HVAC in MSU Dorm

RFB-99-24 Re-Ad of RFB-281-23 DOC – KCIW Install HVAC in MSU Dorm

Estimate:
$327,790.00

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

Project Description:
At KCIW’s MSU dorm building, remove existing steam boiler and steam radiator system complete. Provide new packaged gas-electric rooftop units on grade with new supply and return ductwork to heat/cool the building. Provide new smoke control system for the building including exhaust fan, control dampers, smoke detectors, firefighter control station, and integration with building’s existing central fire alarm system. Upgrade building’s normal power electrical service to accommodate the new HVAC equipment.
Although MSU Dorm is outside KCIW’s main perimeter security fence, contractor is still subject to all of DOC/KCIW’s contractor rules as outlined in the Special Conditions

Project Location: Oldham County

More Details

RFB-95-24 EEC-AML-Jimmy Slone & Gary Francis AML Project-BIL

RFB-95-24 EEC-AML-Jimmy Slone & Gary Francis AML Project-BIL

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

The Jimmy Slone site is located at 419 Sally Stephens Branch, Prestonsburg in Floyd County, KY, 41653, at coordinates N 37° 39′ 44.64”, W 82° 47′ 55.68”. On March 1, 2019 a portion of the hillside at Jimmy Slone’s residence became unstable and slid down the creek, bringing rocks, trees, and mud. This slide area (Slide A) is approximately 330’ wide, 394’length and 100’ from Jimmy Slone’s home. Mr. Slone is concerned about his safety and there is a potential for the slide to encroach on a public road, if the slide is not addressed.

Project Location: Floyd County

More Details

RFB-98-24 KCTCS – JCTC Construct Parking Garage

RFB-98-24 KCTCS – JCTC Construct Parking Garage

Estimate: $15,208,671.00

Estimated Length of Project: 410 (Substantial Completion) + 30 (Final Completion)

Project Description: Project consists of Constructing a Parking Structure for Jefferson Community &
Technical College. The 187,017s.f. concrete parking Garage will have 8,000 s.f. lease
space, 720 s.f. security office and utility spaces. Pile concrete foundation with spread
footings for masonry walls with geo-piles where applicable. An accent brick with
perforated metal panels, laminated metal panels and flat metal grille panels held on
steel tube structure are main exterior materials.

Project Location: Louisville

More Details

Starkey Flood Pump Station Hydraulic Actuator Replacement Project

Starkey Flood Pump Station Hydraulic Actuator Replacement Project

INVITATION TO BID

Sealed Bids will be received electronically only by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Starkey Flood Pump Station Hydraulic Actuator Replacement Project Contract No. 17031 , Budget ID No. F19126, Drawing Record No. / Sheet No. 17031, until 2:00 PM, Local Time, October 19th, 2023, 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: 470 793 941#.

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

Description and location of Project: The project is located at the Starkey Flood Pumping Station located at 147 Buchanan Street, Louisville, Kentucky 40206. 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. At Starkey Flood Pumping Station located at 147 Buchanan Street, Louisville, Kentucky 40206 with site walk to follow at 10:00 am Local Time, October 10th, 2023.

The Engineer’s Construction Cost Estimate for this project is between $200,000.00 and $250,000.00.

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 Josh Dickerson. 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 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 $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 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: 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-93-24 EEC-AML-Gwen Smith Subsidence-BIL

RFB-93-24 EEC-AML-Gwen Smith Subsidence-BIL

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

Project Description:
The 23003AMLBAML Gwen Smith Subsidence AML Reclamation Project is located within Madisonville city limits in Hopkins County, KY. GPS coordinates for the residence are North 37°18’41.10″, West 87°29’26.03″. The project will grout remaining voids in an AML eligible underground coalmine in the #11
Coal Seam. The Gwen Smith residence has been damaged by mining subsidence and/or mining influenced slope instability. The work will consist of exploratory drilling and logging the borehole core to verify the # 11 seam coal mine location of rooms and pillars and to verify which pillars have collapsed and to determine the extents of the surface expression of the mine subsidence. Once exploratory drilling is complete, AML staff will make any necessary adjustments to the proposed hole locations for grouting the coal seam. Six-inch holes will be drilled to the #11 coal seam in the specified order. The hole will be cased through the soil horizon into solid competent rock. Four grout mixes have been specified and methods of placement of grout will be evaluated for effectiveness and may consist of a pumper truck or a surface funnel. The strata may dictate that a pumper truck and Tremie tubes may be the most effective method. Verification drilling will be required after the initial grouting sequence. Additional grouting may be required and the drill rig should remain on-site during the entirety of the project. Otherwise, additional re-mobilization costs will not be covered. Other work includes site preparation, repair of landscaping, fences, driveways, sidewalks and other features disturbed during the construction process. An onsite waste area is designated, but items not suitable for disposal on site must be taken to a landfill. Public neighborhood roads and driveways damaged in the course of the project will be repaired with bituminous pavement overlays. Standard AML revegetation methods and best management practices for silt control will be used.

Project Location: Hopkins County

More Details

RFB-94-24 EEC-AML-Joe Hignite Slide-BIL

RFB-94-24 EEC-AML-Joe Hignite Slide-BIL

Estimated Length of Project:
(Substantial Completion) + 123 Calendar Days (Final Completion)

Project Description:
The project consists of a shallow, medium-sized slide, extensive mud and drainage around and under home, threat of large trees falling towards home from slide area and drainage issues on the existing mining bench above.

Project Location: Perry County, KY

More Details

RFB-97-24 DMA – KyANG BLDG 600 Roof Replacement

RFB-97-24 DMA – KyANG BLDG 600 Roof Replacement

Estimate:
$430,000.00

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

Project Description:
Project shall include replacement of the existing standing seam metal roofing and roof insulation.

Project Location: Louisville

More Details

RFB-92-24 Re-Ad of RFB-234-23 DOC – VAR Roadway, Pavement & Drainage

RFB-92-24 Re-Ad of RFB-234-23 DOC – VAR Roadway, Pavement & Drainage

Estimate:
$244,660.00

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

Project Description:
Demolish and replace a section of an existing concrete retaining wall which is falling and beginning to lean. Construction items will include the following:
1. Demolition and removal of existing concrete retaining wall & footings.
2. Cutting and removal of a portion of existing asphalt pavement along the base of the wall to allow for wall demolition and construction.
3. Installation of new concrete footings and retaining wall.
4. Patching of existing asphalt pavement that was removed.

Repair to existing concrete slab. Construction items will include the following:
1. Mud jacking and leveling of the affected area.
2. Re-alignment of existing fencing and gates.

Project Location: Lyon County

More Details

Speedway Ave Drainage Improvement Project

Speedway Ave Drainage Improvement Project

INVITATION TO BID

Sealed Bids will be received electronically only by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Speedway Ave Drainage Improvement Project Contract No. 2024-014, Budget ID No. C24099, until 10:00 AM, Local Time, Thursday, October 19, 2023, 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: 125 569 590#.

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

Description and location of Project: This contract provides for a new roadside drainage system along both north and south side of Speedway Ave. 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 $100,000.00 and $150,000.00.

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

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

The Project Manager for this Invitation to Bid is Joseph Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal. Questions received less than two days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda 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 $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 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

Peabody Gate Structure Rehabilitation

Peabody Gate Structure Rehabilitation

Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of Peabody Gate Structure Rehabilitation, Contract No. 17052 , Budget ID No. D20007,
Drawing Record No. / Sheet No. 1-4, will be received at the office of MSD until 10:00 AM, Local Time, Tuesday October 24,
2023
, and will be publicly opened and read at that place and time. The public may attend the bid opening via n-person
attendance at MSD’s Main Office (700 West Liberty Street) in the Board Room.

Description and location of Project:

This Contract provides for the rehabilitation of the Peabody Gate Structure. This includes
replacement of 2 stainless steel gates with hand operated actuators, access platform, ladder and appurtenant work.

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

There will be a non-mandatory pre-bid meeting held for this project. The non-mandatory pre-bid meeting will be held
at MSD’s Main Office (700 West Liberty Street) in the Board Room at 10:00 A.M. Local Time, Tuesday, October 3,
2023. A site visit will be held immediately following the pre-bid meeting on site at Trout Creek Drive, Louisville, KY
40218. Site visit attendees will need to bring their own PPE to participate.

The Engineer’s Construction Cost Estimate for this project is between $125,000.00 and $200,000.00.

The bid documents will be available on Thursday September 28, 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 Quinn Corcoran. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Quinn Corcoran. at quinn.corcoran@louisvillemsd.org. Questions received less than five days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David Johnson, P.E.

MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND
PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $200,000 AND GREATER
for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation, as amended,
effective July 1, 2023, 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

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, Quinn
Corcoran.

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

Upper Mill Creek FPS Roof Replacement Project

Upper Mill Creek FPS Roof Replacement Project

Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of Upper Mill Creek FPS Roof Replacement Project, Contract No. 17006, Budget
ID No. D23169, Drawing Record No. / Sheet No. 1-6, will be received at the office of MSD until 9:00 a.m., Local Time,
Thursday, October 26, 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 978423497#. 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. Removal and disposal of existing roof system.
2. Installation of new roof system.
3. Installation of flashing and sheet metal work
4. Installation of fall protection and safety equipment

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

There will be a mandatory pre-bid meeting held for this project. Thursday, October 12, 2023 at 1:00 p.m. at the Upper
Mill Creek Flood Pump Station, 5212 Cane Run Road, 40216. 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 $ 100,000.00 and $ 300,000.00 .

The bid documents will be available on Thursday, September 28, 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: 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 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:

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

FW-002-24 – Sloughs WMA Duncan Unit Well Project

FW-002-24 – Sloughs WMA Duncan Unit Well Project

Estimate: 328930

Estimated Length of Project: 120 (Substantial Completion) +14 (Final Completion)

Ducks Unlimited is working with Kentucky Department of Fish and Wildlife Resources
to construct a high-capacity irrigation well to provide water for three separate units
totaling 44.55 acres. The well shall be 100-120 feet in depth with 70 feet of 24-inch
diameter casing and 30 feet of stainless-steel screen. Slot size for the well screen
shall be based on the recommendation of the selected contractor. The well shall
contain a submersible pump capable of pumping water at a rate of 3,000 gallons per
minute. Please see “KY-54-4 Sloughs WMA Duncan Units Well Plan Set_Sealed ##-
##-2023.pdf” for complete project details.

Project Location:

More Details

FW-001-24 – KDFWR – Camp Webb WWTP Replacement

FW-001-24 – KDFWR – Camp Webb WWTP Replacement

Estimate: $399,480.00

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

Extended Project Description: The project consists of the replacement of an existing in-ground, steel package
wastewater treatment plant with a new 6,500 gal/day pre-engineered, precast
concrete, extended aeration package wastewater treatment plant. In addition, there are
electrical improvements associated with the construction of the new plant,
including a new standby electrical generator.

Project Location:

More Details

RFB-88-24 DVA-WKVC-PPE Storage Building

RFB-88-24 DVA-WKVC-PPE Storage Building

Estimate: $332,338.00

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

Project Description: The Work includes providing and erecting a new 2,604 SF conditioned wood framed storage building at the project site. Building to be slab-on-grade with turn down footing. Gutters and downspouts will connect to an existing below grade drainage system. Building will include two sectional overhead doors, two hollow metal doors. HVAC system will be mini-split type with two ceiling mounted cassettes and one outdoor unit. Electric service to be run at high voltage from existing electrical room in existing facility to new transformer in new building. Coordinate additional items with plans and specifications.

Project Location: Hanson, KY

More Details