Uncategorized

Belmar Basin Green Retrofit

Belmar Basin Green Retrofit

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Belmar Basin Green Retrofit, Contract No. 25-0410, Budget ID No. H25058, Drawing Record No. / Sheet No. , until April 10th, 2025, Local Time, 10:00 am, and will be publicly opened and read at that time. The public may attend the bid opening via teleconference call at 502-654-8113 (Dial-in Number) Conference ID: 341 510 147#.

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 scope of work will include, but is not limited to, all labor, equipment, tools and services required for enhancing the stability of the Belmar Basin channel by replacing the existing vegetation with native soils provided on plans. The work will involve but not limited to: Clearing existing vegetation; Removal of concrete sections; Reseeding with native grasses.

There will be a non-mandatory pre-bid meeting held for this project. The meeting will take place at 1573 Belmar Dr., Louisville, Kentucky 40213, on Friday, March 28th, 2025, Local Time, 2:00 pm.

The Engineer’s Construction Cost Estimate for this project is between $45,000.00 and $65,000.00.

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 Venkata Gullapalli. 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 four days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda posted on MSD’s designated web portal will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.

MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $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 2.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 0.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 12.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms.

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

MSD SUPPLIER DIVERSITY PROGRAM: Not Applicable

The MSE/WBE Program is effective June 1, 2020. If selected as applicable above, the goals are as follows:

2.0% MBE – African American, 0.0% MBE – Asian-Indian American and

12.0% 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-205-25 DOC – Upgrade Green River Correctional Complex Full Electrical System

RFB-205-25 DOC – Upgrade Green River Correctional Complex Full Electrical System

Estimate:
$3,640,000.00

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

The Project involves replacement of the campus wide fire alarm system monitoring the Green River Correctional Complex. Work of the Project will be performed in all buildings or structures located inside and outside the security boundary of the GRCC. The existing fire alarm initiating and alarm devices, control panels, circuits and associated components shall be removed. The replacement addressable fire alarm system shall consist of initiating and control devices, control panels, software, circuits, and all associated components for a complete campus wide fire alarm system. In addition, the project includes the construction of an underground fiber-optic circuit that will loop the complex and interconnect the building fire alarm systems. All work must be performed in a sequenced effort coordinated with the GRCC. The Contract Documents include a suggested construction phasing schedule. However, it is the responsibility of the Contractor to prepare and submit a schedule of work.

Project Location: Central City

More Details

RFB-206-25 DMA – BNGC Facilities Bldg 162 HVAC

RFB-206-25 DMA – BNGC Facilities Bldg 162 HVAC

Estimate:
$169,626.00

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

The project involves replacing five air handling units. Three DX split-system air handlers with inline natural gas duct furnaces will be replaced with like systems. One DX split-system air handler with an inline natural gas duct furnace will be replaced with a condensing furnace and evaporator coil. One condensing furnace with evaporator coil will be replaced with a like system. All new equipment will integrate with the existing Automated Logic controllers.

Project Location: Frankfort

More Details

RFB-199-25 KCTCS – Roof Replacement Industrial Ed. Bldg. – Hazard CTC

RFB-199-25 KCTCS – Roof Replacement Industrial Ed. Bldg. – Hazard CTC

Estimate: $640,000.00

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

The project includes replacement of existing roofing on the Industrial Education Building on the Vo-Tech campus of Hazard Community and Technical College. Roofing material to be covered with a new modified bitumen roof system on a wood-fiber cover over the existing roof membrane. Roof edge fascias and other edge metal, scupper boxes, downspouts and flashings to be replaced.

Project Location: Hazard

More Details

Chickasaw Trap Catch Basin Replacement Project Phase 1

Chickasaw Trap Catch Basin Replacement Project Phase 1

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Chickasaw Trap Catch Basin Replacement Project Phase 1, Contract No. 2025-020, Budget ID No. H25277, until 10:00 a.m., Local Time, Tuesday, April 8, 2025 , 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: 341 477 48 #.

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: Existing Trap Catch Basin Replacements within the Chickasaw Neighborhood. 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 $50,000.00 and $600,000.00.

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 posted on MSD’s designated web portal will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.

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

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

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

MSD SUPPLIER DIVERSITY PROGRAM: Not Applicable

The MSE/WBE Program is effective June 1, 2020. If selected as applicable above, the goals are as follows:

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

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

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

MSD BID DISCOUNT: Not 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-200-25 RE-AD of RFB-79-25 EEC-AML-23104AMLBAML-BIL

RFB-200-25 RE-AD of RFB-79-25 EEC-AML-23104AMLBAML-BIL

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

The Becca Baker Site will consist of the construction of one Concrete Junction Box to rejoin 24′ HDPE pipe and replace in kind Concrete Block wall with Non-Reinforced Block Wall Type I near the placement of Junction Box.
The James Whitaker Site project will involve the construction of a 60-foot-long concrete wall ditch, with ditch widths of 2, 3, and 4 feet. Additionally, 36 feet of a 3-foot-high Gabion ditch will be reconstructed, the existing Gabion weir will be cleaned out and backfilled with Class II/II rock.

Project Location: Perry County

More Details

RFB-196-25 Upgrade Fire Alarm Big Sandy Community & Technical Campus Paintsville, Prestonsburg, Pike

RFB-196-25 Upgrade Fire Alarm Big Sandy Community & Technical Campus Paintsville, Prestonsburg, Pike

Estimate:
$1,978,869.00

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

Project includes 100% replacement of existing fire alarm systems in 14 buildings totaling approximately 461,918 SF (do not use this square footage for bidding purposes). Buildings include all types of teaching program spaces, classrooms, offices, shops, etc., that are common with community college facilities. The new fire alarm systems will have voice speaker-based notification and are to be installed while existing systems remain in operation. This will require 100% standalone wiring decided to the new system.

Project Location: Various Locations

More Details

RFB-197-25 Upgrade Campus Security Henderson Community College Kentucky Community & Technical College System

RFB-197-25 Upgrade Campus Security Henderson Community College Kentucky Community & Technical College System

Estimate:
$614,500.00

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

Project consists of the addition of a video monitoring system (VMS) and access control system to the Henderson CC campus. Contractor shall provide all data infrastructure for VMS equipment and access control equipment.

Project Location: Henderson

More Details

Bells Lane WWTF Peracetic Acid Chemical Feed System Rehabilitation

Bells Lane WWTF Peracetic Acid Chemical Feed System Rehabilitation

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Bells Lane WWTF Peracetic Acid Chemical Feed System Rehabilitation, Contract No. 17280, Budget ID No. D25229,
Drawing Record No. / Sheet No. 17280/1-21, until 10:00AM, Local Time, Thursday, March 27, 2025, 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: 185 635 320#.

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 site of the Peracetic Acid Chemical Feed System at Bells Lane WWTF, 3401 Joint Venture Lane, Louisville, KY 40211. The principal features of the Work to be performed under this Contract include, but are not limited to the following: 1. Replacement of the existing two (2) cross-linked high-density polyethylene storage tanks with two (2) 4,400 gallon double-wall stainless steel tanks suitable for the storage of 15% PAA solution. 2. Construction of a structure to shield the storage tanks from direct exposure to sunlight and provide passive ventilation. 3. Replacement of other components of the chemical storage and feed system with equipment and materials suitable for PAA contact that were damaged during the incident in August 2023. 4. Furnishing of a tank flushing system using the potable water system at the site. 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, March 11, 2025 at 10:00 AM at the Bells Lane WWTF /4610 Bells Lane, Louisville, KY 40203.

The Engineer’s Construction Cost Estimate for this project is between $500,000.00 and $1,000,000.00.

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

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

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

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

MSD SUPPLIER DIVERSITY PROGRAM: Not Applicable

The MSE/WBE Program is effective June 1, 2020. If selected as applicable above, the goals are as follows:

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

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

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

MSD BID DISCOUNT: Not Applicable

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

Construction Services:
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-198-25 CHFS-CSH – Upgrade/Replace Access Control System

RFB-198-25 CHFS-CSH – Upgrade/Replace Access Control System

Estimate:
$375,000.00

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

The Project will upgrade the access control system in Central State Hospital Buildings 201, 202, and 209/ 209A. Building 201 is the Main Hospital and includes Patient and Support A-201H and Units 201J-201L, a total of eleven Units in Building 201. The work of the Project involves removal of existing access control system components. Upgraded system components at select doors will include (but not limited to) card readers, electric door strike, door contract sensor, magnetic door lock, push button access controls, hardware, associated raceways, wiring and programs for a fully operational access control system. All work of the Project must be coordinated with CSH and performed within the work periods established by CSH.

Project Location: Louisville

More Details

RFB-195-25 EEC-AML-24051SAPFMT0

RFB-195-25 EEC-AML-24051SAPFMT0

Estimated Length of Project:
(Substantial Completion) + 280 Calendar Days (Final Completion)

The project includes one site in Laurel County located just off Hwy 490, in the community of East Bernstadt. Acid mine drainage from a previous OSM project is impacting the nearby resident’s properties. Drainage daylights into an open ditch, then though a wooded area where there’s no defined path. Plans include constructing defined ditches and treating the drainage to assist in lessening the environmental impacts from the acid mine drainage.

Project Location: Laurel County

More Details

Floyds Fork WQTC Influent Pump VFDs Re-Bid

Floyds Fork WQTC Influent Pump VFDs Re-Bid

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of the FFWQTC Influent Pump VFDs, Contract No. 17263, Budget ID No. D24021, Drawing Record No. / Sheet No. 17263, until 11:00 AM, Local Time, Tuesday, March 25, 2025, 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: 541 107 966#.

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 influent pump station at Floyds Fork WQTC and includes the replacement of the following: four (4) constant speed starters with VFDs, replacement of two (2) existing VFDs, HVAC replacement including two (2) ductless mini-split systems, replacement of existing PLC, and replacement of a network switch. 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 $550,000.00 and $750,000.00.

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

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

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

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

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

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

MSD SUPPLIER DIVERSITY PROGRAM: Not Applicable

The MSE/WBE Program is effective June 1, 2020. If selected as applicable above, the goals are as follows:

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

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

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

MSD BID DISCOUNT: Not 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-194-25 CHFS – OAK Add Delayed Egress to Doors Cottages 107,108 & 114

RFB-194-25 CHFS – OAK Add Delayed Egress to Doors Cottages 107,108 & 114

Estimate:
$183,000.00

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

Project scope is to provide new delayed egress openings for (4) cottages at the Oakwood Community in Somerset, Kentucky. Services to include new conduit runs, access control components, delayed egress components, door panels, door hardware, door frames, acrylic glazing, and limited demo and patching/painting of drywall as needed for new wiring to specified openings.

Project Location: Somerset

More Details

Muddy Fork Pump Station Roof Replacement Project

Muddy Fork Pump Station Roof Replacement Project

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of the Muddy Fork Pump Station Roof Replacement Project, Contract No. 17269, Budget ID No. E25047, Drawing Record No. / Sheet No. 1-7, until 10:00 AM, Local Time, Thursday, March 20, 2025, 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:
883 615 634#
.

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

1. Demolition and complete removal of existing Built-Up Roof (BUR) roofing system, down to the concrete roof deck.
2. Demolition and removal of air handler as shown in drawings.
3. Demolition, relocation and replacement of select roof penetrations as shown in drawings.
4. Concrete roof deck repairs, as itemized on the Bid Form and shown in the drawings.
5. New Polyvinyl Chloride (PVC) roof membrane system as shown in drawings.
6. New roof access hatch, access ladder, perimeter guardrail system and lightning protection system.

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

There will be a mandatory pre-bid meeting held for this project. The mandatory pre-bid meeting will be held at the Muddy Fork Pump Station, located at 2120 Indian Hills Trail, Louisville, KY 40207, on Wednesday, March 5, 2025 at 11:00 a.m.

The Engineer’s Construction Cost Estimate for this project is between $100,000.00 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 Julie Potempa. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal. Questions received less than five days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda posted on MSD’s designated web portal will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.

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

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

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

MSD SUPPLIER DIVERSITY PROGRAM: Not Applicable

The MSE/WBE Program is effective June 1, 2020. If selected as applicable above, the goals are as follows:

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

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

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

MSD BID DISCOUNT: Applicable

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

Construction Services: x
Construction-related Services:

LOCAL LABOR COMMITMENT PREFERENCE: No

COMMUNITY BENEFITS PROGRAM: No

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

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, KY

More Details

RFB-189-25 DJJ-Hopkinsville Group Home Improvements

RFB-189-25 DJJ-Hopkinsville Group Home Improvements

Estimate:
$439,190.00

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

Volume One: Addition of an ADA accessible toilet and laundry room as well as removal of one office and creation of two offices within the building at an existing Group Home facility. The addition is a wood framed structure on a slab on grade. Finishes include painted gypsum board and ceramic tile. Work also includes installation of a larger primary entrance door for ADA accessibility. The existing office will be removed to accommodate access to the new laundry area. Two new offices will be created within the open area for staffing needs. Building PTAC unit will be remove and replaced with a VRF system to serve the HVAC needs of the building.
Volume Two: Work Area 1-Excavation & installation of a new drainage area/trench behind the existing facilities. Work to include earthwork, installation of new storm piping, concrete headwall, and drainage rock.
Work Area 2 – Removal of existing & installation of a new asphalt entrance. Work to include earthwork, paving, installing new storm piping, guardrails, and concrete headwalls.

Project Location: Hopkinsville

More Details

25-07 / Pre-Advertisement Contractor Meeting – Crescent Hill Water Treatment Plant Reservoir Cleaning and Liner Replacement

25-07 / Pre-Advertisement Contractor Meeting – Crescent Hill Water Treatment Plant Reservoir Cleaning and Liner Replacement

Questions: Dakotah DeRoche

Meeting: Pre-Advertisement Contractor Meeting (Bid is coming!)
Bid#/ Project: Bid 25-07 – Crescent Hill Water Treatment Plant Reservoir Cleaning and Liner Replacement
Location: Louisville Water Tower; 3005 River Road, Louisville, KY 40207
Meeting Date/Time: February 27, 2025, 9:00 AM
Pre-Qualification Category: Heavy Construction – Plant Work

Louisville Water invites you to attend a Pre-Advertisement Meeting for the upcoming Bid 25-07, Project No. 16665 – Crescent Hill Water Treatment Plant Reservoir Cleaning and Liner Replacement. While not Mandatory, this meeting is highly encouraged for interested Contractors in Louisville Water’s “Heavy Construction – Plant Work” pre-qualification category as well as subcontractors who would support them.
Louisville Water intends to advertise the project for Bid soon. The project involves comprehensive work on the Crescent Hill Reservoir, including draining each basin, managing water treatment residuals (WTR), and ensuring proper disposal of all materials in compliance with federal, state, and local laws. Additionally, the project includes the demolition and disposal of the existing flexible membrane liner system, preparation and concrete repairs of the reservoir base and slopes, and installation of new elastomeric geomembrane liner system.
WTR Management Services is a significant portion of the Work. The Contractor will be required to dredge, pump, or remove solids from the basins, dewater, process, haul and Beneficially Reuse the WTR. Prior to signing the Contract, Louisville Water will require the Contractor to provide the intended disposal method(s), the intended disposal location, and proof that the Contractor has obtained all necessary Beneficial Use permits. Louisville Water understands the time required to obtain Beneficial Use permits. As such, this meeting will serve as a call for interest and opportunity to learn sufficient information to begin the permit process.

We look forward to seeing you at the Pre-Advertisement Meeting and discussing this important project to renew our critical infrastructure.

Click Here for the List of Prequalified Bidders

Project Location: Louisville, Kentucky

More Details

RFB-190-25 DOCJT – Skills Course Pavement and Drainage Improvement

RFB-190-25 DOCJT – Skills Course Pavement and Drainage Improvement

Estimate:
$485,173.20

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

The DOCJT Skills Course Pavement and Drainage Improvements project consists of selective removal of all woody vegetation within the property limits designated on the plans. Removal shall include removal of all branching flush with the existing grade and does not include any root removal. Disposition of all vegetation removal is included. The project also includes the cleaning and sealing of all designated asphalt surfaces including the reconstruction of the existing asphalt parking lot within the project limits and surface milling/pavement overlay of a designated section within the project limits. The construction of a concrete drainage ditch is also included in the project.

Project Location: Richmond

More Details

RFB-185-25 Petroleum Contaminated Soil Remediation Thompson Branch Abandoned Underground Storage Tanks (UST) Energy and Environment Cabinet

RFB-185-25 Petroleum Contaminated Soil Remediation Thompson Branch Abandoned Underground Storage Tanks (UST) Energy and Environment Cabinet

Estimate:
$ 77,071.00

Estimated Length of Project:
28 (Substantial Completion) + 12 (Final Completion)

The project is located in Letcher County, KY, along Kentucky Highway 931 near its intersection with Thompson Bridge. A summary of work to be completed includes pre-project planning; completion of a waste determination and disposal arrangements for excavated soil; utility locates; mobilization and setup; clearing of debris from building floor; demolition of building (three (3) concrete block walls, and concrete floor slab; reclamation and stockpiling of concrete/brick materials; recycling/disposal of wood, plastic, metal, etc. demolition debris; excavation of designated petroleum contaminated soil area; direct loading and transport of excavated soil; import, place and compact backfill for placement in petroleum contaminated soil excavation and the depression resulting from removal of the building’s concrete floor slab; placement of topsoil; seed and protect disturbed area; site clearance; and demobilization.

Project Location: Whitesburg

More Details

RFB-180-25 Campground Renovation East Jenny Wiley State Park Yatesville Lake State Park

RFB-180-25 Campground Renovation East Jenny Wiley State Park Yatesville Lake State Park

Estimate:
$3,406,550.00

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

Jenny Wiley State Park Campground- Site renovation includes site clearing and erosion control, earthwork related to adding new pull-thru campsites and expanding existing campsites, asphalt milling and resurfacing, new asphalt pavement, new water line distribution throughout the campground with new campsite hydrants, replacement of the existing campground sanitary dump station and site restoration.
Yatesville Lake State Park Campground- Site work includes installation of new isolation valves to the existing campground waterlines. New plumbing fixtures are to be included in the existing Bath House.

Project Location: Louisa & Prestonsburg

More Details

RFB-191-25 HVAC Replacement- Phase I Radcliff Veterans Home Department of Veterans Affairs

RFB-191-25 HVAC Replacement- Phase I Radcliff Veterans Home Department of Veterans Affairs

Estimate:
$7,861,510.00

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

Phase 1 of this project replaces the existing VRF HVAC system with a new 4-pipe Fan Coil Unit system in Neighborhoods 200 and 300.
Scope of work includes removing and replacing the existing VRF HVAC system equipment and controls with a new chilled and hot water plant, hydronic piping, ductwork connections, HVAC controls and supporting electrical and plumbing scope to accommodate the new HVAC replacement.

Project Location: Radcliff

More Details

Cedar Creek Main Interceptor Rehabilitation Re-Bid

Cedar Creek Main Interceptor Rehabilitation Re-Bid

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Cedar Creek Main Interceptor Rehabilitation, Contract No. 16971, Budget ID No. H23018, Drawing Record No. / Sheet No. 16971/1-14, until 10:00AM, Local Time, Tuesday, March 11, 2025, 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:
716 140 913#
.

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 the CCTV inspection and cleaning of approximately 27,000 linear feet of sanitary sewer mains, ranging in diameter from 8 to 36 inches, installation of approximately 6,600 linear feet of cured-in-place pipe in sanitary mains, ranging in diameter from 8 to 36 inches, approximately 30 associated laterals to be lined using cured-in-place pipe for approximately 520 linear feet, clearing, and bypass pumping, This project also includes inspection of approximately 120 sanitary manholes with potential for subsequent rehabilitation including replacement of manhole castings and chimney seals, as well as manhole epoxy lining. The project includes all erosion control, ground restoration and appurtenant work as described in the plans and bid proposal. This project is located in the Fern Creek area of Jefferson County, along Cedar Creek near Bardstown Road and Gene Snyder Freeway (I-265). 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, February 18, 2025 at 1:00 PM at the MSD Main Office, 700 W. Liberty Street, Louisville, KY 40203.

The Engineer’s Construction Cost Estimate for this project is between $4,000,000.00 and $4,500,000.00.

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 Chris Gregory. 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 ten days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda posted on MSD’s designated web portal will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.

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

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

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

MSD SUPPLIER DIVERSITY PROGRAM: Applicable

The MSE/WBE Program is effective June 1, 2020. If selected as applicable above, the goals are as follows:

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

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

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

MSD BID DISCOUNT: Not Applicable

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

Construction Services:
Construction-related Services:

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.

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-186-25 KYTC – Whitehaven Facility Cosmetic

RFB-186-25 KYTC – Whitehaven Facility Cosmetic

Estimate:
$151,000.00

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

Project involves the repair and/or replacement of wood items associated with the exterior of the Whitehaven Welcome Center. Work includes removal of deteriorated wood materials, patching, and painting. Included in the Base Bid work scope is the installation of new hinged painted wood shutters to replace deteriorated or missing shutters.

Project Location: Paducah

More Details

RFB-183-25 EEC-AML-23130AMLBAML

RFB-183-25 EEC-AML-23130AMLBAML

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

The James & Sue Stepp site is characterized by an approximate 1 acre slide. A portion of that slide damaged the Stepp residence by moving it off its foundation. A second area of the slide was essentially stopped when it encountered a level plateau adjacent to the Stepp home. Areas around the Stepp residence were inundated with mud and debris; although much of that has been cleaned up by the property owner and neighbors.
The vast majority of the slide material will be removed by stripping to rock. A small portion of the slide near the plateau will be regraded to a stable configuration. An excavated rock ditch (AML Standard 21- 60-1) will be constructed in the approximate center of the hollow with concrete block tied mat placed to direct water to a culvert and away from the residence. It is not anticipated that trees in excess of 3 inches diameter at breast height will require removal as all tree removal will be completed within the confines of the unstable area. All trees removed as part of the project must be relocated to the waste area for burning unless a suitable area is identified at the project site. If required, AML will elect to make a payment to the Imperiled Bat Conservation Fund in accordance with a determination from USFWS.
Residential seeding is included to revegetate disturbed areas on the property along with hydroseeding the slide area. Other revegetation bid items included to revegetate the waste area. Access to the project site and waste area is via county or state roads and residential driveways. Repairs to the driveways are included in the bid items.
Construction disturbances will be kept to a minimum with a stringently formulated sediment and erosion control program. Prior to beginning any major earth disturbance, all silt control measures will be installed. This includes silt barriers (bales & silt fence) at the project site and the waste area.

Project Location: Martin County

More Details

RFB-187-25 KSP – HQ Drainage Improvements

RFB-187-25 KSP – HQ Drainage Improvements

Estimate:
$699,298.00

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

The project scope includes selective demolition of existing storm structures, piping, concrete pavements, and milling / patching of asphalt. Some plant material removal also included in demolition with erosion control measures. The construction of new replacement concrete walks, some curbing, new asphalt sealing and top course with striping. New storm lines, structures, including rip-rap, headwalls and downspout boots. Landscape stone and lawns are also included.

Project Location: Frankfort

More Details

FPS Roof Repairs 3 Project

FPS Roof Repairs 3 Project

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of the FPS Roof Repairs 3 Project, Contract No. 17255, Budget ID No. F25076, Drawing Record No. / Sheet No. 1-9, until 2:00 PM, Local Time, Thursday, March 6, 2025, 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: 125 094 76#.

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

A. The Contractor shall provide all materials, equipment, labor, supervision, incidentals, and all
other items necessary to complete the project in accordance with the requirements of the Contract
Documents.

B. The following facilities are included in this Project

a. 17th Street Flood Pump Station (FPS) – 1701 Northwestern Parkway

b. 27th Street FPS – 2600 Marine Street

c. 34th Street FPS – 816 North 34th Street

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

1. Thermal Imaging for roof repair.

2. Removal of saturated roof system and in-kind repair.

3. Roof Replacements

4. Application of Silicone coating

5. Flashing and sealing

6. Installation of safety railing

7. Installation of replacement grates and hatchways

8. Concrete repair and sealing

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

There will be a mandatory pre-bid meeting held for this project. The meeting start at the 34th Street FPS located at 816 N 34th Street, on Tuesday, February 18, 2025 at 1:00 pm.

The Engineer’s Construction Cost Estimate for this project is between $100,000.00 and $300,000.00.

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

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

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

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

MSD SUPPLIER DIVERSITY PROGRAM: Not Applicable

The MSE/WBE Program is effective June 1, 2020. If selected as applicable above, the goals are as follows:

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

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

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

MSD BID DISCOUNT: Applicable

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

Construction Services: X
Construction-related Services:

LOCAL LABOR COMMITMENT PREFERENCE: No

COMMUNITY BENEFITS PROGRAM: No

The contract will be awarded on an evaluated basis, 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

Subscribe