RFB-89-24 Re-Ad RFB-192-22 DVA-EKVC-PPE Storage Building

RFB-89-24 Re-Ad RFB-192-22 DVA-EKVC-PPE Storage Building

Estimate: $372,463.00

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: Perry County

More Details

RFB-91-24 DVA-THVC-PPE Storage Building

RFB-91-24 DVA-THVC-PPE Storage Building

Estimate: $352,900.00

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: Jessamine County

More Details

RFB-90-24 DVA-RADC-PPE Storage Building

RFB-90-24 DVA-RADC-PPE Storage Building

Estimate: $333,463.00

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: Hardin County

More Details

RFB-87-24 DMA LEITCHFIELD ARMORY HVAC AND WATER REPAIR

RFB-87-24 DMA LEITCHFIELD ARMORY HVAC AND WATER REPAIR

Estimate: $235,882.00

Estimated Length of Project: 180 (Substantial Completion) + 15 (Final Completion)

Project Description: The project involves the complete removal of the existing HVAC hot water heating system, air handlers, piping, ductwork, boiler and pumps. This contractor will be required to remove and replace ceiling title as needed to complete his work. Modify the Electrical work to meet the requirements of the new VRF equipment. Furnish and install new variable refg. flow(VRF) heat pump systems, refg. piping, pipe insulation and controls. Provide modifications to the existing DDC controls to except the new VRF equipment.

Project Location: Leitchfield

More Details

RFB-77-24 Re-Ad of RFB-05-23 HZLD – Replace Corridor Windows

RFB-77-24 Re-Ad of RFB-05-23 HZLD – Replace Corridor Windows

Estimate:
$ 46,710.00

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

Project Description:
The window systems and window shade systems inside Dining room 54, adjacent snack room to the plan south, and the Kitchen area 58A to the plan west will be replaced with new, thermally-broken commercial-grade aluminum windows and roller shades. The existing windows will be removed in their entirety and new windows will be set into the existing openings. The existing roller shades will be removed and salvaged. The Contractor will be expected to provide dust partitions erected around the window openings while still allowing for proper Code-required egress at the entry doors into the Dining area. The Dining area is open 24/7 for residents and employees.

Project Location: Louisville

More Details

Shawnee FPS Roof Replacement Project

Shawnee FPS Roof Replacement Project

Be Advised: Bid Date has been extended to October 17.

Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of Shawnee FPS Roof Replacement Project Contract No. 17008 , Budget ID No.
D23171, Drawing Record No. / Sheet No. 1-7, will be received at the office of MSD until 9:00 a.m., Local Time, Tuesday,
October 17, 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 37304471#. 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.

There will be a mandatory pre-bid meeting held for this project. Thursday, September 28, 2023 at 1:00 p.m. at the
Shawnee Flood Pump Station, 612 Southwestern Parkway, 40211. 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 21, 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

RFB-74-24 Re-Ad of RFB-69-21 KDE – Carl Perkins Medical Wing Renovation

RFB-74-24 Re-Ad of RFB-69-21 KDE – Carl Perkins Medical Wing Renovation

Estimate:
$1,150,000.00

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

Project Description:
The Work of the Project is defined by the Contract Documents dated 7 August 2023 the Carl D. Perkins Vocational Training Center – Carl Perkins Medical Wing Renovation, in Thelma Kentucky. The project includes the renovation of the existing bathrooms located on the 1s floor in the medical wing of the residential building. The scope of work for this current construction project includes but is not limited to: selective demolition, removal and replacement of plumbing systems, replacement of existing light fixtures, concrete slab replacement, doors and frames, hardware, interior finishes including tile work (walls, floors and base), drywall and painting, and toilet accessories. The work effort will be executed in the fall/winter 2023-4. The building will be partially occupied during all phases of construction work.

Project Location: Thelma, KY

More Details

RFB-84-24 EEC-AML-Preston Bunch Lane Subsidence-BIL

RFB-84-24 EEC-AML-Preston Bunch Lane Subsidence-BIL

Estimated Length of Project:
(Substantial Completion) + 210 Calendar Days (Final Completion)

Project Description:
The proposed Preston Bunch Lane Subsidence AML Reclamation Project will repair a
portion of a public roadway approximately 1700 feet long that has been damaged by mining subsidence and/or mining influenced slope instability. The work will consist of excavating the subgrade to specified depths then backfilling and compacting with soil and with roadway stone to stabilize the roadbed. The driving surface will be reestablished with Bituminous Pavement. Drainage culverts will be replaced with 24-inch diameter HDPE culverts. The site is located in the Madisonville West Quadrangle at N 37° 16’ 34″, W 87° 30’ 22″. The problem areas are approximately 550’ to 2,250’ from the intersection of US 41 and Preston Bunch Lane on the north side of Earlington, KY.

Project Location: Hopkins County

More Details

RFB-85-24 EEC-AML-Chavies Community Projects-BIL

RFB-85-24 EEC-AML-Chavies Community Projects-BIL

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

Project Description:
The Winfred Smith Site will consist of a 45’ Long 4’ high Concrete Gravity Wall, which will divert water from large drain behind house, 275’ of ECB “V” Ditch will be constructed to create positive drainage around residence. The placement of a 24″ HDPE pipe in place of damaged existing CMP pipe will be done.
The Haven King Site with consist of the regrading and revegetation of 2 small slide areas just South of residence, regrade and replacement of 240 LF of Class II ditch. The placement of a 24” HDPE pipe with 1-ELL headwall on inlet end of pipe to replace damaged existing CMP pipe will be done.
The Michael Smith Site will consist of the replacement of 2-CMP pipes with a 24” HDPE pipe with Sloped and Flared headwalls on each end of pipe to replace damaged existing CMP pipe.
The construction of a 24″ Sloped and flared headwall on an existing 24″ HDPE pipe to promote positive drainage. The placement of an additional 24″ HDPE pipe with Sloped and Flared headwalls on each end of pipe in place of damaged existing CMP pipe will be done.
The Red Hill Baptist Church site will consist of the regrading and revegetation of 1 0.5 acre slide areas and 1 small slide just North of Church, regrade and replacement of 160 LF of Class II ditch.
Mobilization is setup to provide for construction equipment to be delivered to the site.
Earthwork work bid item is included to excavate material to seat wall and at other areas as directed by the ENGIEER. Material will remain on site. 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.
Waste Area: All material will be wasted on site.
Any permits will be obtained prior to construction. No trees 3′ diameter or more at breast height
will be disturbed, with the exception of those in the slide and transition areas.
No cave-like structures will be closed, and no cliff-lines will be disturbed.

Project Location: Perry County

More Details

RFB-83-24 EEC-AML-WILLIE CHAPMAN AMD

RFB-83-24 EEC-AML-WILLIE CHAPMAN AMD

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

Project Description:
The Willie Chapman AMD Abatement Project is located on Sunshine Lane near Phelps, Kentucky, N37° 30’ 49.0″, W82° 22’ 41.8″, and includes approximately 6.0 acres of total disturbance. Work proposed under this project will abate the impacts of acidity upon the Stinking Creek drainage created by AMD flowing from four abandoned mine openings (two open and two collapsed) and a seepage zone that is lubricating a landslide upon the Chapman property, and address health and safety issues posed by the two open draining portals plus one other abandoned mine opening within the hollow, and will also result in the removal of the landslide mass being lubricated by the AMD seepage zone discussed above, as accessing the portals and hollow drain requires addressing the landslide.

Project Location: Pike County

More Details

Lake Forest Pump Station Eliminations

Lake Forest Pump Station Eliminations

Be Advised: Bid Date is October 31, 2023

Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of Lake Forest Pump Station Eliminations Contract No. 16829 , Budget ID No. E15035,
Drawing Record No. / Sheet No. 16829/1-22, will be received at the office of MSD until 10:00 a.m.,
Local Time, Tuesday, October 31, 2023
, and will be publicly opened and read at that place and time.The public may attend the bid opening via MSD Main Office, 700 W. Liberty St., Louisville, KY 40203.

Description and location of Project: Decomissioning of five pump stations, installation of approximately 4,400 linear feet of
sanitary sewer pipe, storm drainage structure reconstruction, retaining wall installation, five property service connections,
sidewalk and pavement restoration and appurtenant work. The project is generally located in the neighborhood along Lake
Forest Drive, parallel to North Beckley Station Road, and St.Patrick Catholic School area.

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 pre-bid meeting will be held on Tuesday,
October 10, 2023, at the MSD Main Office, 700 W. Liberty St., at 10:00AM. A non-mandatory site visit will be held
from 1:00-2:00PM, beginning at St. Patrick Catholic School located at 1000 N. Beckley Station Road. Please park in the
lower parking lot. The site visit will begin promptly at 1:00PM .

The Engineer’s Construction Cost Estimate for this project is between $ 2,000,000.00 and $ 2,500,000.00.

The bid documents will be available on Monday, September 18, 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 Chris Gregory. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Chris Gregory. at chris.gregory@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

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

MSD SUPPLIER DIVERSITY PROGRAM: Applicable

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

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

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

MSD BID DISCOUNT: Not Applicable

This MSD construction project is bid and advertised as:

Construction Services: YES     Construction-related Services: NO

LOCAL LABOR COMMITMENT PREFERENCE: NO

COMMUNITY BENEFITS PROGRAM :YES

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

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

Click Here To Download Lake Forest PS Eliminations 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

RFB-78-24 FSS – CAP Inauguration Platform

RFB-78-24 FSS – CAP Inauguration Platform

Estimate:
$355,880.00

Estimated Length of Project:
11/28/23 (Substantial Completion) + 12/30/23 (Final Completion)

Project Description:
For the Governor’s Inauguration, temporary exterior platforms are erected in front of the State Capitol to provide accommodations for speakers, VIP’s and other guests. The project drawings show the overall design intent, size, location, layout and configuration of the temporary outdoor platforms desired for the inauguration ceremonies. The temporary platforms will be erected for less than 30 days. Steel scaffolding will be used to create the platform structures. The platform supplier will be required to provide engineered shop drawings detailing platform supports, decks, stairs, ramps, railings, guards and other platform components. Platform structures will be built from modular scaffolding systems which can vary in size and configuration between manufacturers. The architectural drawings are intended to allow different manufacturers and suppliers to propose their proprietary systems to meet the inauguration platforms general design intent. Details of construction will be the responsibility of the vendor/supplier and will be documented under a separate submittal following selection of the vendor/supplier.

Project Location: Frankfort, KY

More Details

Pioneer Village WQTC – UV Disinfection Upgrades

Pioneer Village WQTC – UV Disinfection Upgrades

Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of Pioneer Village WQTC – UV Disinfection Upgrades Contract No. 16990, Budget ID
No. Y24084, Drawing Record No. / Sheet No. 1-8, will be received at the office of MSD until 10:00 AM, Local Time,Tuesday,
October 17, 2023
, and will be publicly opened and read at that place and time. The public may attend the bid opening via in 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 implementation of UV disinfection at the Pioneer Village
WQTC. This will require installation of the UV Disinfection Unit, Fiberglass Parshall Flume, 6 foot diameter manhole,
piping, as well as construction of a concrete pad; and appurtenant work. All work shall be done in accordance to MSD’s
Standard Specifications.

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, September 19,
2023. A site visit will be held immediately following the pre-bid meeting at the Pioneer Village WQTC at 12600
Morningside Drive, Louisville, KY 40129. Site visit attendees will need to bring their own PPE to participate.

The Engineer’s Construction Cost Estimate for this project is between $375,000.00 and $425,000.00.

The bid documents will be available on Wednesday, September 13, 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 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, Taylor Friesz.

MSD SUPPLIER DIVERSITY PROGRAM: Not Applicable

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

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

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

MSD BID DISCOUNT: Applicable

This MSD construction project is bid and advertised as:

Construction Services: YES     Construction-related Services: NO

LOCAL LABOR COMMITMENT PREFERENCE: NO

COMMUNITY BENEFITS PROGRAM : NO

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

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

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, Kentucky

More Details

RFB-66-24 DOC – WKCC Operation Building HVAC Repair / Replacement

RFB-66-24 DOC – WKCC Operation Building HVAC Repair / Replacement

Estimate:
$2,094,600.00

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

Project Description:
The project shall generally consist of replacement of existing HVAC systems within the Operation Building at West Kentucky Correctional Complex. Work includes installation of overhead ductwork, air terminal units, grade mount packaged units, kitchen exhaust systems and ductwork, furnaces and condensing units, boilers, hot-water piping, pumps, HVAC controls, gas piping, and associated electrical power improvements. Trades involved include but are not limited to: demolition, plumbing, mechanical, HVAC, insulation, controls, electrical, and fire alarm.

Project Location: Lyon County, KY

More Details

RFB-80-24 KYTC – Sign Shop

RFB-80-24 KYTC – Sign Shop

Estimate: $395,750.00

Estimated Length of Project: 215 (Substantial Completion) + 30 (Final Completion)

Project Description: The project involves the complete removal of the existing DX HVAC system in the print room. To provide and install a new rooftop unit, duct work and controls for the print room, also to provide and install 10’ fan in the warehouse area, replace the existing rooftop unit in the work room and new VRF units in the office areas(3 each).
This project has one Add Alternate #1which is to replace the existing 2X4 light fixtures in the work room with new LED fixtures.

Project Location: Frankfort

More Details

RFB-82-24 CHFS – OAK – Replace Walk-ins/Freezers

RFB-82-24 CHFS – OAK – Replace Walk-ins/Freezers

Estimate:
$272,470.00

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

Project Description:
Project shall include replacement of the indoor and outdoor units associated with the coolers and freezer. Outdoor units shall be located at grade. New wall, door and ceiling work shall be included.

Project Location: Somerset

More Details

RFB-67-24 DOC – Blackburn Correctional Complex – New Gymnasium Building

RFB-67-24 DOC – Blackburn Correctional Complex – New Gymnasium Building

Estimate:
$2,198,176.00

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

The project includes all components of site, structural, MEP and architectural as required for the construction of a new 6,420 gsf Pre-Engineered Metal building with a concrete slab (half on grade, half elevated over a cast-in place mechanical area/walkout basement). The facility will have a half-court basketball court with liner panel, sports pads and a ceiling hung basketball backstop and goal. An additive alternate is included for a sports floor system. Also included are metal stud and gypsum offices and special activity areas with HM steel doors, frames and windows. Aluminum exterior windows and storefront entry vestibule is also included. All surfaces to be paint finish including suspended gypsum ceiling system

Project Location: Lexington

More Details

RFB-79-24 Re-Ad of RFB-44-24 DMA – WHFRTC Cypress Creek Restoration Project

RFB-79-24 Re-Ad of RFB-44-24 DMA – WHFRTC Cypress Creek Restoration Project

Estimate:
$1,234,765.00

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

Project Description:
The Wendell H. Ford Regional Training Center (WHFRTC) is on reclaimed strip-mine land. Cypress Creek is channelized and flows in a straight pattern through broad floodplains within the WHFRTC, resulting in the loss of diverse aquatic habitat complexes. The project will involve the relocation and restoration of +/- 49,770 linear feet of Cypress Creek and its tributaries using natural channel design principles. The objective of this project is to establish a stable, natural stream pattern and dimension to restore the existing degraded habitat, altered primary physical processes, and destabilized in-stream conditions.
Because of the size and scope of the project, construction will be accomplished in eight (8) phases following a logical sequence of work (see Exhibit 1, Page 2). This bid package is for Phase 1 of the project involving the restoration of ~6,780 linear feet of stream. The bid will include a main bid and two additive alternates. The main bid consists of 5,280 linear feet of stream restoration on Cypress Creek (STA 0+00 – 52+80). Work will include, but is not limited to, excavation of proposed channels and floodplains; construction of in-stream structures and bank treatments; reshaping of existing channels; preparation of seedbeds; installation of erosion control blanket and mulch; and installation of native seeds, trees, shrubs, and live stakes. Grading and shaping may also occur within the floodplains adjacent to project streams to facilitate the storage and/or transport of floodwaters.
Additive alternate #1 will include ~667 linear feet of stream restoration on Cypress Creek (STA 52+05 – 58+72). Work will include, but is not limited to, excavation of proposed channels and floodplains; construction of in-stream structures and bank treatments; reshaping of existing channels; preparation of seedbeds; installation of erosion control blanket and mulch; culvert replacement; and installation of native seeds, trees, shrubs, and live stakes. Grading and shaping may also occur within the floodplains adjacent to project streams to facilitate the storage and/or transport of floodwaters. Minor tie-in of existing tributaries 1-8 and 1-9 will be required if Add
Alternate 2 is not performed.
Additive alternate #2 will include ~830 linear feet of stream restoration on tributaries to Cypress Creek (Tributaries 1-8 and 1-9). Work will include, but is not limited to, excavation of proposed channels and floodplains; construction of in-stream structures and bank treatments; reshaping of existing channels; preparation of seedbeds; installation of erosion control blanket and mulch; culvert replacement; and installation of native seeds, trees, shrubs, and live stakes. Grading and shaping may also occur within the floodplains adjacent to project streams to facilitate the storage and/or transport of floodwaters.

Project Location: Mulhenberg County, KY

More Details

RFB-57-24 Re-Ad of RFB-197-23 CHFS – ESH – Empath Unit Development

RFB-57-24 Re-Ad of RFB-197-23 CHFS – ESH – Empath Unit Development

Estimate:
$156,450.00

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

Project Description:
This project provides for the renovation of the existing Allen Wing of the Eastern State Hospital in Lexington, KY in order to convert the wing for use as an EmPATH (Emergency Psychiatric Assessment, Treatment and Healing) Unit.
The work scope will involve the following features:
-Renovation of two existing patient rooms for use as Quiet/Restraint Rooms.
-Installation of a new building entry at the end of the east corridor of the wing. New entry to include new landing and ramp.
-Installation of three new aluminum frame partitions with tinted plexiglass across corridors in order to define the EmPATH operational space.
-Develop a new IDF space to be used by UKIT for network equipment to serve the EmPATH function.
– New CCTV cameras in corridors, storage room and new entry point, connected to the existing Eastern State Hospital CCTV system.
-Access control implemented on three new corridor partitions, new entry door, three existing doors.
– Installation of a new HVAC system to condition the new IDF room.
-Conversion of existing hardware on patient room doors to lockable, anti-ligature hardware for use of rooms as private offices, six doors and for two Quiet Rooms.

Project Location: Lexington, KY

More Details

RFB-71-24 KSB – Hartford Building Upgrades

RFB-71-24 KSB – Hartford Building Upgrades

Estimate:
$220,710.00

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

Project Description:
KSB Hartford Building for the new IT room:
Architectural work: 10’x20’ IT room in the existing storage room with HM double doors & frame; pnted gypbd walls to the roof deck with vinyl base; remove existing ceiling and open to the joist. ESD on the existing concrete floor.
MEPF: Clean agent fire suppression system; HVAC stand-alone CRAC units; new lighting; relocate low voltage systems from the basement to the new IT room.

Project Location: Louisville, KY

More Details

RFB-76-24 Re-Ad of RFB-07-24 Parks – KY Dam Village-Village Green Lodge-Wind Damage Repairs

RFB-76-24 Re-Ad of RFB-07-24 Parks – KY Dam Village-Village Green Lodge-Wind Damage Repairs

Estimate:
$286,329.00

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

Project Description:
Scope 1, also referred to in the drawings as Phase A, is the interior renovations covered by insurance from wind and water damage. Scope 1 is 2,562 SQ. FT. It will include the Lobby, all corridors, four guestrooms (including restrooms) (171, 172, 173, 174), a linen closet, and a single restroom. Guest room 173 will require the most extensive repairs, including new gypsum board on the floor and ceiling, and a complete bathroom renovation that requires new casework and plumbing fixtures excluding the existing bathtub. The overall phase A scope partially includes gypsum board, demolition of remaining particle board, new subfloor, LVT and carpet flooring, partial floor and wall tilling, and painting walls, ceilings, and new wood trim.
Scope 2, also referred to in the drawings as Phase B, is the additional interior renovations not covered by
insurance. Renovations include removal of carpet, installing new LVT, and painting walls ceilings and wood trim.
Scope 2 is 3,237 SQ FT. It will include rooms 175, 176, 177, 178, 179, 180, 181, 182, 183, and 184 (including restrooms). It will also include a single restroom. The scope includes removing any existing carpet and replacing it with LVT. It also includes painting all walls, ceilings, and trim.
This project will generally consist of the replacement of the existing primary and secondary electrical service equipment to the building and replacement of the existing electric water heaters. Trades involved include but are not limited to: demolition, mechanical, and electrical

Project Location: Gilbertsville

More Details

RFB-58-24 KCTCS – Upgrade Life and Fire Safety – Owensboro CTC

RFB-58-24 KCTCS – Upgrade Life and Fire Safety – Owensboro CTC

Estimate:
$1,720,000.00

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

Project Description:
This project consists of Upgrading the fire alarm systems within the buildings located on the three OCTC campuses in Owensboro Kentucky. This project also includes adding a fire protection system within the OCTC Southeastern campus building as an add alternate. The installation of a fire alarm system fiber network loop on the main campus and installation of the fire protection system at the Southeastern campus will include trenching, boring, patching, and repairing asphalted & concrete roadways, parking lots, sidewalks and planted areas.

Project Location: Owensboro

More Details

RFB-72-24 DMA – Wellman Armory Roof Repair

RFB-72-24 DMA – Wellman Armory Roof Repair

Estimate:
$803,975.00

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

Project Description:
The project involves re-cover roof work at the DMA – Wellman Armory in Frankfort, Kentucky. The existing approximately 37,600 square foot low-slope roof to be re-covered is a two-ply modified bitumen roof on rigid insulation over metal deck. The new roof system is a Two-Ply SBS Modified Bitumen in cold adhesive over new cover board. The coverboard will be set in two part foam adhesive. The existing metal coping will be removed and replaced with a new pre-finished sheet metal coping. Existing counter flashings to be removed and replaced with new counter-flashings. Existing roof gutters and downspouts to be removed and replaced with new pre-finished metal gutters and downspouts

Project Location: Frankfort, KY

More Details

RFB-75-24 DJJ Fayette Paving Campus Wide

RFB-75-24 DJJ Fayette Paving Campus Wide

Estimate:
$456,591.00

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

Project Description:
The project includes asphalt pavement improvements at the DJJ Fayette County Campus off Spurr Road. The existing asphalt pavement requires remediation at existing drives and parking areas. Remediation varies by location, but scope includes milling asphalt surface, addressing existing pavement cracks with installation of geotextile paving fabric, new asphalt surface, sealcoating, pavement striping and limited concrete.

Project Location: Lexington

More Details

RFB-73-24 DMA – Fleming Armory Roof Repair

RFB-73-24 DMA – Fleming Armory Roof Repair

Estimate:
$362,760.00

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

Project Description:
The project involves re-cover roof work at the DMA – Fleming Armory in Frankfort, Kentucky. The existing approximately 16,160 square foot low-slope roof to be re-covered is a two-ply modified bitumen roof on lightweight concrete over metal deck. The new roof system is a Two-Ply SBS Modified Bitumen in cold adhesive over new cover board. The coverboard will be set in two part foam adhesive. The existing metal coping will be removed and replaced with a new pre-finished sheet metal coping. Existing counter flashings to be removed and replaced with new counter-flashings. Existing roof gutters and downspouts to be removed and replaced with new pre-finished metal gutters and downspouts. There is an existing high-bay metal roof and a low, isolated, 2-ply roof with roof drains which will have no work.

Project Location: Frankfort

More Details