Uncategorized

RFB-135-26 EEC-AML-24027AMLBAML

RFB-135-26 EEC-AML-24027AMLBAML

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

The project site has previously been disturbed by coal mining operations, road construction, utility installation, residential development, landowner activities, and high velocity water flows associated with heavy rain events and flooding. These disturbances consist of significant upheaval, mixing, and removal of earthen material from deep excavation, grading, fill material placement, and erosion.
Access to the site is via state and county roads, a residentially maintained driveway and yard, and an existing access road. This construction activity will be conducted under the authority and supervision of the local public road authority and will consist of standard road construction practices appropriate to mitigate impacts to the local community from potential degraded road conditions in order to maintain public traffic safety.
Excessive drainage from an open portal on the hillside has contributed to an unstable hillside and waterlogged soils around the property. Two additional portals on the hillside are collapsed and will remain undisturbed. The hillside behind the community center on the property shows large breaks that are indicative of future slide potential. An existing drainage structure near the roadway will be upgraded to accommodate drainage infrastructure being installed

Project Location: Pike County

More Details

RFB-116-26 RE-AD RFB-255-24 KSU Jackson Hall Renovation

RFB-116-26 RE-AD RFB-255-24 KSU Jackson Hall Renovation

Estimate:
$402,000.00

Estimated Length of Project:
April 10, 2026 (Substantial Completion) + April 20, 2026 (Final Completion)

The purpose of the Jackson Hall Renovation is to re-construct deteriorated existing masonry parapet crenellations and to conduct minor roof repair and a limited area of roof replacement. The existing crenellations were constructed in 2007 to match historic battlements from the original building construction in 1897.
The project scope includes removal of the existing crenelations, inspection and repair of existing sheet metal flashings, construction of new crenelations with new brick to match the existing historic brick, and installation of new sheet metal flashings. The scope of roof repair includes inspection of existing modified bitumen roofing membranes for damage and repair of damaged roof membranes. Limited area roof replacement at the tower includes removal of existing roofing and saturated insulation, and installation of new modified bitumen roofing and insulation to match the existing insulation thickness to coordinate with existing flashing and scuppers. Existing lightening protection will need to be removed and re-installed in order to perform the scope of masonry and flashing work.

Project Location: Frankfort

More Details

RFB-140-26 KSP – HQ Entrance & Water Infiltration

RFB-140-26 KSP – HQ Entrance & Water Infiltration

Estimate:
$411,926.00

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

The project is the Kentucky State Police, Headquarters Entrance & Water Infiltration, 919 Versailles Road, Frankfort, Kentucky, Franklin County. Project consists of the removal of existing exterior vestibules & indicated walkways. New walkways will be placed where demolished. The front (employee only) vestibule will be replaced by a new fixed prefinished aluminum storefront window system. The covered side entrance will be replaced with the same system but have an exterior sliding entrance door opening to the new entry/security Vestibule. All new glazing shall be ballistic resistant. The new Vestibule enclosure will have its existing gypsum board wall system extended to the bottom of the trusses, acoustic ceiling, & insulated. The approximate 1,728 square foot of existing Lobby shall have the entire acoustic ceiling tile system removed including lighting and mechanical grilles & diffusers. The existing HVAC system will be removed from the attic and replaced. A new ACT system will be installed with R-38 fiberglass batt insulation, new LED lighting, grilles, & diffusers. The exterior work includes preparation of the existing outdoor patio to remove the current silicone water-proofing system to be replaced with a new fluid-applied PMMA system. Existing guard rails will be brought up to code with the addition of new fabricated metal picket panels increased the height to 42” as required.

Project Location: Frankfort

More Details

RFB-134-26 PARKS – Lake Barkley Fitness Center

RFB-134-26 PARKS – Lake Barkley Fitness Center

Estimate:
$2,299,559.00

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

Renovation of approximately 7200 SF of existing fitness center. This renovation includes refinishing existing restrooms, exercise equipment area, and exercise studio.

Project Location: Cadiz

More Details

RFB-136-26 EEC-AML-24082AMLBAML

RFB-136-26 EEC-AML-24082AMLBAML

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

The scope of work involves repairing a driveway slide at the Keen residence. The slide area will be excavated, and the material will be transported to a designated waste area site. To stabilize the driveway, a concrete wall on pilings, 50 feet long and 10 feet tall, will be installed as the primary support structure. To construct the concrete wall, a steel rail wall 100 feet long will be placed below, if needed. Additionally, a 9-foot-high, 54-foot-long gabion wall will be constructed along the upper hillside to provide further support. A 100-foot-long Class 2 flat-bottom ditch will be built to control water runoff from the hillside. To manage water flow across the driveway, an 18-inch HDPE pipe, 24 feet long, will be installed beneath the roadway. A silt trap will be installed at the project’s lower end near Wendover Rd. and will be maintained throughout the duration of the project. The roadway ditch will also need cleaning and any possible areas on ditch side of project if needed. The slide area beneath the driveway will be excavated and the material transported to the waste area. The total project area spans 2.92 acres, with a maximum disturbed area of 1.02 acres. Of this, 0.60 acres consists of trees greater than 3 inches in diameter at breast height that will be affected. All disturbed areas will be quickly revegetated at the conclusion of construction, appropriate residential or wildlife seed.

Project Location: Leslie County

More Details

RFB-133-26 KYTC – Construct Materials Lab KY Transportation Cabinet – District 11

RFB-133-26 KYTC – Construct Materials Lab KY Transportation Cabinet – District 11

Estimate:
$1,785,707.00

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

Work of the Project includes a new single story district Materials Lab for the Kentucky Transportation Cabinet – District 11 in Clay County Kentucky. The property is underlain by mine/roadway spoils. The building is supported on a mat foundation system. The new building consists of load bearing masonry with steel beams and metal roof deck. Exterior walls have brick veneer or metal panels with insulation. Interior partitions are metal studs with gypsum on both sides and batt insulation. The roof is standing seam metal roof. Interior finishes include gypsum, epoxy flooring, ceramic wall tile, and acoustical ceiling tile. Plastic laminate casework is located in the break area. HVAC systems consist of two 4-ton split systems connected to indoor units. All lighting will be LED.

Project Location: Manchester

More Details

RFB-105-26 EEC-HWMF Wiley Property

RFB-105-26 EEC-HWMF Wiley Property

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

The Project is located in Hartford, KY. The Project entails remediation of arsenic impacted media (soils) at the site. The media has been contaminated via historic illegal powered arsenic dumping on the property and associated migration by surface water drainage.
Previous investigations at the site have determined that environmental media is contaminated with arsenic. Arsenic has been detected in soil surrounding an old barn structure and along a downhill slope from the old barn. The impacted hill is both cleared and tree covered.
Soil will be excavated and removed for off-site disposal. All soil excavations will be accomplished at various depths as specified. Following excavation activities, the soil ground surfaces will be restored to match original grades, and the areas will be vegetated.

Project Location: Hartford

More Details

RFB-115-26 RE-AD RFB-82-26 EEC-AML-24011AMLBAML

RFB-115-26 RE-AD RFB-82-26 EEC-AML-24011AMLBAML

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

Drainage from eligible works are located upslope of the citizen’s residence impacting the residence and yard area. A slide has also occurred on the slope behind/beside the citizen’s residence impacting yard drainage. This project addresses the slide removing a quantity of material and grading the remainder in place in a stable configuration. The existing ditch adjacent to the slide area will be excavated to rock. A Concrete Block-Tied Mat ditch will be installed from the top end of the excavated rock ditch to a planned drop box at the toe. Drainage will also be collected by installation of subdrain along the toe of the highwall. All collected drainage will be routed to a second drop box installed on the existing pipe crossing KY-194 and ultimately the roadside ditch. Concrete Block-Tied Mat ditches will also be installed to control surface drainage from the adjacent roadway and conduct drainage down the slope to the drop box and existing culvert. A culvert with inlet headwall will be installed between the concrete block-tied mat adjacent to the state roadway and drop box to allow access. All material generated by construction activities will be wasted onsite

Project Location: Pike County

More Details

RFB-112-26 Parks – EP Tom Sawyer-Pool and Recreational Bldg Upgrades

RFB-112-26 Parks – EP Tom Sawyer-Pool and Recreational Bldg Upgrades

Estimate:
$1,665,279.00

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

This project provides for the renovation of the existing men’s and women’s restrooms and locker rooms at E.P. Tom Sawyer State Park Pool and Recreation facility, Louisville KY
The work scope will involve the following features:
• Renovation of men’s and women’s restrooms on the main level.
• Renovation of men’s and women’s locker room facilities.
• Removal and replacement of all plumbing fixtures, faucets, flush valves, hangers and supports, floor drains and related accessories.
• Removal and replacement of all waste and vent piping including all underground sanitary waste and vent piping.
• Removal and replacement of all domestic hot, cold and hot water return piping including water heaters and main service backflow preventer.
• Provide trench drain covers for the existing drain troughs.
• Preparation of flooring for new resinous flooring.
• Preparation of walls in the restrooms and locker rooms for new paint.
• Removal and replacement of existing ceilings in the restrooms and locker rooms. New ceilings in the locker room areas will be moisture resistant lay-in type.
• Providing new ADA casework, shrouds and undermount lavatories for restrooms and locker rooms.
• Construction of new block walls to separate shower stalls in the Men’s shower room.
• Provide power for mechanical equipment and plumbing water heaters and associated equipment.
• Demo existing light fixtures and reuse existing power circuits for new lighting fixtures in newly remodeled areas.
• Demo existing receptacles and reuse existing power circuits for newly installed receptacles in newly remodeled areas.
• Add new power for hand dryers as required.
• Modify existing power panels as required for new mechanical/plumbing equipment.
• Remove existing locker room/restroom energy recovery ventilator DX cooling coil, remote air-cooled condensing unit, refrigerant piping, condensate drain piping, electronic controls.
• Provide new duct-mounted DX heat pump coil, refrigerant heat recovery dehumidification coil, refrigerant piping, condensate drain piping, remote air-cooled heat recovery heat pump, and direct digital controls for locker room/restroom HVAC.

Project Location: Louisville

More Details

RFB-117-26 Parks – Yatesville Lake Marina Replacement

RFB-117-26 Parks – Yatesville Lake Marina Replacement

Estimate:
$12,026,552.00

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

The project is a full replacement of the marina. The work includes replacing all walkways, frames and floats.
Walkways will have concrete panels for surfacing. The head dock building will be replaced. Dock A – Dock E are all being replaced and will have covered slips. Landside utilities will all remain in place except for the fuel tank and fuel line that serves the marina. A new fuel tank and fuel line will replace the existing system. All water side utilities will be replaced.
The contractor shall follow the staging plan provided in the construction drawings that will permit all boats to remain in the water throughout construction.

Project Location: Louisa

More Details

RFB-114-26 EEC-AML-24029AMLBAML

RFB-114-26 EEC-AML-24029AMLBAML

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

The project consists of three separate sites located along and near Sixteen Mile Creek Road in the Hazard community, in Perry County. All three sites are located within proximity of each other and are experiencing issues associated with past mining directly above the residences including persistent medium-sized slides and extensive drainage issues around the homes. The slides and associated drainage continues to worsen resulting in instability of structures and damage caused by excessive drainage. The Bailey slide could potentially threaten oncoming traffic along an approximate 110 L.F. section of Sixteen Mile Creek Road. In addition, the Fugate slide could potentially threaten access to the Mt. Zion Church and adjacent cemetery.

Project Location: Perry County

More Details

RFB-113-26 KYTC – D7 FAYETTE CO SALT SHED COLLAPSE 1-6-25

RFB-113-26 KYTC – D7 FAYETTE CO SALT SHED COLLAPSE 1-6-25

Estimate:
$195,000.00

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

This structure consists of a ~84’x63’ half oval shaped reinforced concrete shell designed to store salt under a roof consisting of structural steel fabricated trusses with a fabric roofing material which is considered the “hoop” structure. The hoop structure is provided outside of this particular scope. The epoxy coated reinforced concrete walls are designed to resist the tension induced from the light framed roof and the salt via the steel reinforcement around the radius and the concrete buttresses along the sides. The concrete buttresses are built with an angled concrete wall supported by large foundations which prevent sliding. One thing of note is that this structure does not have a typical footing to support the continuous concrete walls. The walls are placed directly on the asphalt pavement creating an empirically designed intersection that prevents salt seepage that is cost effective. There is no frost depth necessary due to the presence of salts which would prevent ice formation and the reduced concern of heaving due to the nature of the building.

Project Location: Fayette County

More Details

RFB-111-26 KYTC D-11 Bell Co Structure Renovation

RFB-111-26 KYTC D-11 Bell Co Structure Renovation

Estimate:
$418,600.00

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

The purpose of this project is to perform upgrades to the envelope of the existing building and provide limited interior renovation. The envelope upgrades include installing a new PVC roof system over the original metal roof. Any existing skylights or ridge vents will be removed. New gutters and downspouts will terminate into existing drainpipes per site configuration. Other envelope upgrades include replacement of thirteen (13) remaining original windows with new windows and replacement of six (6) exterior doors. The interior work consists of new LVT flooring with new resilient base in two open offices. Two adjacent restrooms will have the plumbing fixtures replaced and new epoxy flooring with epoxy base. Two (2) interior doors and frames will be replaced with new. One of the restrooms will be outfitted for ADA accessibility, while the other will have the toilet partition replaced. The two front entries will have new replacement canopies, with a new canopy added at the rear of the building. Project does not include any electrical work.

Project Location: Bell County

More Details

RFB-109-26 KVA – Replace Roof Eastern Kentucky Veterans Center

RFB-109-26 KVA – Replace Roof Eastern Kentucky Veterans Center

Estimate:
$1,217,500.00

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

Remove identified areas of moisture in the existing roof system & replace with like materials. Remove all existing shingle roofing down to the wood roof deck. Provide 2-ply modified bitumen roofing membrane on a cover board over the existing roof system on all low-slope roof areas. Provide new flashings and pre-finished metal where required. Install new underlayment, ice/water shield and asphalt shingles. Alternates are for new flag support structure and anchors and metal roof system.

Project Location: Perry County

More Details

RFB-108-26 DOC – RCC UNIT 1, ID, TOWER A SECURITY CONTROLS REPAIR UPGRADE

RFB-108-26 DOC – RCC UNIT 1, ID, TOWER A SECURITY CONTROLS REPAIR UPGRADE

Estimate:
$535,000.00

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

The Project will upgrade the secured door access control system in Roederer Correctional Complex Unit 1, ID, Tower A, and various sally ports and mangates. There is an alternate for similar scope in the entry wing of Unit 3. The work of the Project involves removal of existing secured door access control system components and upgrade of the head end, monitoring location control stations, and interconnections of the control stations to the doors and gates. Upgraded system components at select doors and head end will include (but not limited to) door hardware, associated raceways, wiring and programs for a fully operational secured door access control system. Scope also includes replacement and/or upgrade of door hardware and frames for five doors as indicated on architectural documents. All work of the Project must be coordinated with RCC and performed within the work periods established by the DOC.

Project Location: LaGrange

More Details

RFB-110-26 RE-AD of RFB-72-26 DMA – ASHLAND RC WINDOW REPLACEMENT

RFB-110-26 RE-AD of RFB-72-26 DMA – ASHLAND RC WINDOW REPLACEMENT

Estimate:
$2,090,070.00

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

Replacing all existing windows/aluminum storefronts (w/ doors) and associated flashing. Repairing existing copper gutters and downspouts. Removing and replacing all exterior expansion joints as well as resealing all exterior wall penetrations. Existing lintels are to be replaced as necessary for the replacement of windows as well as masonry tuckpointing and concrete parge coat repair.

Project Location: Ashland

More Details

RFB-103-26 EEC-AML-24014AMLBAML

RFB-103-26 EEC-AML-24014AMLBAML

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

This site is the location of previous surface/auger mine works. Drainage from the mine works is causing damage to the reclaimed pasture areas and was previously addressed partially as the Nelson Thompson Slide and Drainage HP AMLRP. This project proposes to correct drainage issues that persist after the previous project. This project has two separate areas (Areas “A” and “B”). At Area “A”, subdrains will be installed on the existing bench above the Barn/Lot.
Additional subdrain will be installed on the slope above the Barn/Lot at a identified saturated area. This water will be conducted via Class II/III ditches and culverts to the established natural drain. Additional subdrain will be placed in the maintained pasture area where drainage is migrating to the surface. These subdrains will outlet to the existing diversion immediately downslope of the pasture area. At Area “B”, core drains that were previously installed have failed. The core drains will be removed and replaced with standard subdrains with the outlets to a previously installed ECB ditch.

Project Location: Lawrence County

More Details

RFB-104-26 EEC-AML-23067AMLBAML

RFB-104-26 EEC-AML-23067AMLBAML

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

The 23067AMLBAML Reclamation Project will reclaim approximately 77 acres of areas
adversely affected by past coal mining operations.
The reclamation task of Stony Point AML Reclamation Project is divided into five (5)
earthwork areas with acidic refuse, mine spoil ridges, and mining impoundments. Work includes backfilling existing mine pits/silt ponds with adjacent mine spoils. All water below 6.0 pH shall be treated in strict accordance with KYAML technical specifications. A pump to dewater the pits is likely needed. A domestic & mining debris disposal bid item is included for removing and properly disposing of all items that qualify. Silt Fence and Silt Traps are included to control all sediment from the site during construction activities. Ditches lined with ECB and Class II and Class III channel lining are proposed to properly handle surface waters within the construction limits as designed. Likewise, 18-inch HDPE culverts are included to properly handle surface waters as designed. ECB Anchors will be installed as needed to secure in place erosion control blanket in proposed ditches and as a secondary silt control measure. Filter Fabric is included to use in aggregate ditches to increase stability and reduce sediment. Permanent Low Water Crossings are proposed for stream crossings in some areas. Revegetation efforts include Seed Bed Prep, Agricultural Limestone, Fertilizer, Seed, Mulch, and Crimping. Agricultural Limestone is also to be used as a barrier between acid and cover material. Limestone sand is included for ditches which are constructed over acidic materials and other areas as passive treatment where designated. Roadway Stone is setup to facilitate construction access and to maintain “in kind” existing gravel roads.
The entire project work area slated for any excavation has been previously disturbed by
coal mining operations, utility installation, road construction, residential development, and/or high velocity water flows associated with heavy rain events and flooding.
Construction disturbances will be kept to a minimum through the use of a stringently
formulated sediment and erosion control program. Hay bales & silt fence will be installed and maintained at all disturbed areas for silt control in accordance with AML’s Best Management Practices. All disturbed areas will be promptly revegetated using agricultural limestone, fertilizer, seed, and mulch, as needed.

Project Location: Hopkins County

More Details

RFB-106-26 KCA – Capital Improvements Bid Package 1 Security Upgrades

RFB-106-26 KCA – Capital Improvements Bid Package 1 Security Upgrades

Estimate:
$5,092,000.00

Estimated Length of Project:
08/21/2026 (Substantial Completion) + 09/18/2026 (Final Completion)

Replace the entire building’s fire alarm system. Patch and refinish affected surfaces of drywall, masonry, wallpaper, carpeting, acoustic ceiling tiles, fiberglass-reinforced panels, etc. Control access at the street-level lobby by adding select partitions, aluminum storefront system, doors, hardware, and access control. Retrofit select existing doors with new door hardware sets. Reprogram elevators to control access. Security upgrades include replacement of existing card readers, adding new card readers to select doors, upgrading select door locks, and adding select news cameras and moving existing cameras over to the new VMS software.

Project Location: Louisville

More Details

RFB-107-26 KCA – Capital Improvements Bid Package 2 Theatrical Upgrades

RFB-107-26 KCA – Capital Improvements Bid Package 2 Theatrical Upgrades

Estimate:
$5,412,000.00

Estimated Length of Project:
09/04/2026 (Substantial Completion) + 09/18/2026 (Final Completion)

Kentucky Center for the Arts has two theaters. The larger is Whitney Hall, and the smaller is the Bomhard Theater. In the Whitney theater, demolish/abate existing asbestos-containing fire curtain at the proscenium opening and replace with new framed, fire curtain including new loftblocks, motorized traction drive headblock, steel backbone, control systems, automatic and manual release systems. In both Whitney and Bomhard theaters, demolish and haul away existing orchestra pit lifts and associated motors, drives, etc. In Whitney, reuse and modify the existing lift structure of Lift B. Demolish Lift A entirely. In Bomhard, reuse existing lift structure for both Lifts C and D. Furnish and install new orchestra pit lifts including lift mechanisms and drives and structural steel, perimeter skirts, control systems, and safety systems. Lifts to receive new structural steel dunnage support frames at the pit floor. Whitney theater lifts to receive new wood dance floor system. Bomhard theater lifts to reuse existing stage flooring system. Furnish and install new removable railing systems at multiple levels in both the Whitney and Bomhard theaters. In the Whitney theater, replace the automatic rigging controls, including all electrical work and control wiring.
Alternate Scope:
In Whitney theater, remove existing stage floor and replace with new wood dance floor system. Replace work light controls in both theaters, refurbish and upgrade the dimming and network control systems in both theaters, add color-changing work lighting in both theaters, replace index strip lights and controls in both theaters, add cue lighting system in the Whitney theater, add blue running light system in the Bomhard Theater.

Project Location: Louisville

More Details

Grant Funded Drainage Improvement Project

Grant Funded Drainage Improvement Project

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Grant Funded Drainage Improvement Project, Contract No. 2026-005, Budget ID No. C25102, Drawing Record No. / Sheet No. N/A, until 2:00pm, Local Time, November 18, 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: 673 220 567#.

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 project includes different drainage projects throughout Jefferson County. All work shall be done in accordance with 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 $900,000.00 and $1,200,000.00.

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

This project is Federally Funded. Federal requirements (including American Iron and Steel, Federal Davis-Bacon Wage Rates, and Build-America, Buy America, the Anti-Kickback Act and Contract Work Hours Standard Act) and all provisions must be met by the Bidder and all Subcontractors. Bidders shall comply with applicable 40 CFR 31.36 requirements in such documents and the following Title VI Civil Rights Act of 1964, as amended; The Vietnam Era Veterans Readjustment Assistance Act of 1974, as amended; Section 503 of the Rehabilitation Act of 1973, as amended; and their implementing regulations. The CONTRACTOR AND SUBCONTRACTOR shall abide by the requirements of 41 CFR §§ 60- 300.S(a) and 60-741.S(a). These regulations prohibit discrimination against qualified individuals on the basis of protected veteran status or disability and require affirmative action by covered prime and subcontractors to employ and advance in employment qualified protected veterans and individuals with disabilities.

The CONTRACTOR will not discriminate against any employee or applicant for employment because of race, religion, sex, color, national origin, physical or mental disability, or because the employee or applicant is a special disabled veteran, veteran of the Vietnam era, recently separated veteran or other protected veteran. The CONTRACTOR will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, disability, veteran status or national origin. Such actions shall include, but not be limited-to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; job assignment; leave; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The CONTRACTOR agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this non-discrimination clause, and to ensure that special disabled veterans are informed of the notices as required by the Vietnam Era Veterans Readjustment Assistance Act of 1974, as amended (“VEVRAA”). 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 January 1, 2025, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:

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

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

MSD SUPPLIER DIVERSITY PROGRAM: Applicable

The revised MSD Supplier Diversity Minority and Women Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective January 1, 2025. 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: 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-101-26 EEC-AML-25022AMLMAML

RFB-101-26 EEC-AML-25022AMLMAML

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

The primary slide abatement planned consists of a strip to rock with the sides transitioning back to the original ground. Combination Rock Ditch and Class II/III ditches are to be installed to control the drainage for the site. A Rock Toe Buttress will be installed to help stabilize the material that is placed in the waste area.

Project Location: Perry County

More Details

RFB-100-26 KYTC – Johnson Co Chemical Storage Building

RFB-100-26 KYTC – Johnson Co Chemical Storage Building

Estimate:
$287,173.00

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

The purpose of this project is to provide a new pesticide storage building design for state highway maintenance lots. The 1,500 SF building will have a concrete foundation and slab floor with a 250-gallon containment pit. The walls are wood framing with metal exterior wall panels, thermal insulation and metal liner panels. Two (2) man doors and a sectional overhead door provide access. The roof is wood framed with ribbed metal roof panels with gutters and downspouts. Provided inside is heat to maintain a minimum temperature of 50 degrees Fahrenheit, mechanical ventilation, LED lighting, and a portable emergency eyewash station that complies with ANSI/ISEA Z358.1 standard for emergency eyewash and shower equipment.

Project Location: Johnson County

More Details

RFB-64-26 Repair/Replace Air Handling Unit Oakwood Cottages 114 Cabinet for Health and Family Servic

RFB-64-26 Repair/Replace Air Handling Unit Oakwood Cottages 114 Cabinet for Health and Family Servic

Estimate:
$211,000.00

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

The existing multi-zone Air Handling Unit (AHU) and condensing unit serving Cottage 114 of the Oakwood Intermediate Care Facility is to be replaced with new single-zone split systems. The existing mechanical pit is to be expanded to accommodate the new HVAC equipment. The existing switch and fuse distribution panelboard serving the HVAC equipment is to be replaced with a new circuit breaker distribution panelboard.

Project Location: Somerset

More Details

RFB-97-26 EEC-AML-23131AMLBAML

RFB-97-26 EEC-AML-23131AMLBAML

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

A slide has occurred on the slope behind/beside the citizen’s residence
impacting yard drainage. This project addresses the slide by stripping the area to rock with transition to the natural slope adjacent. Two portals immediately upslope will be closed with standard wildlife closures. An excavated rock ditch will be installed to conduct drainage from the portal area to the yard below and ultimately to the highway ditch. Subdrain will be installed along the existing ditch to collect and conduct emergent drainage around the residence and yard to the highway ditch downstream.

Project Location: Martin County

More Details

Subscribe