RFB-245-24 Re-Ad of RFB-168-24 EEC-AML-Wendell Fields Phase II-BIL
RFB-245-24 Re-Ad of RFB-168-24 EEC-AML-Wendell Fields Phase II-BIL
Estimated Length of Project:
(Substantial Completion) + 270 Calendar Days (Final Completion)
Project Description:
This project consists of a slide around Mr. Fields house at Tan Yard Hollow Road in Letcher, County. Mr. Fields house is in imminent danger of sliding from its foundation and both the house and slide threatens access to the residences past his house and to Ky 931.
Project Description: A. The Work includes comprehensive interior renovation of Men’s and Women’s restrooms at Stoner Hall and Building 1 at the KCTCS campus in Somerset, Kentucky. All plumbing fixtures (including below slab waste) will be replaced. HVAC work will include new GRDs and minor duct reconfiguration. Electrical Work to include new lighting, devices, conductors, and breakers. New MMA floor coating, epoxy wall coating, acoustical ceiling and grid will be included.
Project Description: The project consists of:
• The removal of the existing roof shingles & underlayment down to the existing gypsum board deck.
• The application of a new plywood substrate throughout on the existing gypsum board roof deck
• The installation of ice & water membrane @ the perimeters
• The installation of new underlayment throughout
• The installation of new pre-finished metal gutters, downspouts, edge metal, & flashings
• The installation of new asphalt shingles throughout
Project Description: Furnish all labor, tools, materials, equipment and etc. necessary for the delivery and construction for the proposed Kentucky Correctional Industries (KCI), Concrete Apron at Loading Dock, Frankfort, Kentucky – Franklin County.
Scope of Work:
Demolition – (Area #1): Saw cut existing concrete and asphalt in the area of work as shown on the drawings. Demolish approximately 4,150sf (+-) (field verify) existing concrete apron and asphalt. Remove debris offsite. Protect existing concrete ramp. (Area #2): Demolish existing concrete stairs, steel pipe railing and landing as shown on the drawings approximately 50sf (+-)(field verify), remove debris offsite.
New Work (Area #1): Prepare subgrade, clean all existing edges and remove any miscellaneous loose debris. Lay 4″ dga gravel base, pour 8″ heavy duty reinforced concrete with #4 rebar, 12″ each way, 4,000 psi. Provide control joints 20′ o.c. and expansion joints to abutting asphalt paving area, skid resistant broom finish. (Area #2): Prepare subgrade, clean all existing edges and remove any miscellaneous loose debris. Lay 4″ dga gravel base, pour 5″ reinforced concrete with 6×6 wwf, 4,000 psi. Provide tooled joints 5′ o.c. and expansion joints to abutting asphalt paving area, skid resistant broom finish.
This project consists of complete replacement of stairs and rails for five exterior flights of stairs over three buildings. Carpentry and concrete work shall be considered architectural and highly skilled in craftsmanship. Project is located in Grayson County, Kentucky.
Work includes removal and reinstallation of siding, masonry, and minor electrical work as required. Demolition and reconstruction of cracked and damaged concrete walks on grade is included. Sealants and finish painting of stairs and affected finishes is included. Cleaning the work area of all dirt and debris caused by the construction of this work is included in this contract. The transportation, unloading, storing, erection or installation, testing, and making operable of all parts of the Project shall be included under the Agreement at times appropriate thereto. This work is to be performed through contract between the Contractor and Owner.
Project Description:
The project involves the complete removal of the existing air handler units and outdoor condensing units heating and cooling the bldg. This will include removal of the existing indoor and outdoor units and their controls, also a new VRF system to air condition the Drill Hall and locker rooms is to be included under the Add Alternate #1. This contractor will need to make all of the control wiring interlocks between indoor and outdoor equipment for control plus all T-stats.
This project also has a DDC control allowance of $70,998.00 to interface all of the existing and new HVAC equipment, also a $3,000.00 allowance for Add Alternate #1 for adding the HP-3 system to the Drill Hall and locker room to the DDC system.
Project Description: Renovation of two existing shower rooms at the Northern Kentucky Youth Development Center in Crittenden Kentucky. Demolition of the existing floor and wall tile, partial CMU walls, concrete flooring and 2×2 ceilings. New construction for each phase includes ten (10) new showers with adjacent dressing area, Resinous flooring and base and walls, casework, new toilet accessories . Painting throughout. New plumbing throughout, new lighting in a new drywall ceiling. Modify existing Mechanical and Sprinkler systems.
Note – this project is to be constructed in two phases. Phase 1 to be completed and certificate of occupancy obtained prior to the start of Phase 2.
This project is located in Anderson County on Taylorsville WMA and will be used to reinforce 2 low water crossings(Sites 2 and 3) that are currently gravel and sustain damage during large rain events. These concrete low water crossings will cut down on maintenance and limit times of the year when the road may be impassable because of damage. This road is accessed by the public for access to the Salt River for fishing and the adjacent land for hunting and other outdoor activities.
Please note the bid date and time has been changed to June 4th, 2024, 11:00 A.M. Local Time.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of West Triangle Pump Station and Force Main Contract No. 17018, Budget ID No. Y22124, Drawing Record No. / Sheet No. 1-30, will be received at the office of MSD until 11:00 AM, Local Time, Tuesday, June 4, 2024,, and will be publicly opened and read at that place and time. The public may attend the bid opening via in person attendance at MSD’s Main Office (700 West Liberty Street) in the Board Room.
Description and location of Project:
The project provides for the construction of a Pump Station near West Triangle Lane in
Bullitt County. The new pump station will pump through a dual 8-inch corce main to the Hillview WWTP #2, allowing for the
elimination and decommissioning of the Hunters Hollow Pump Station in Hillview, Kentucky.
All work shall be done in accordance to MSD’s Standard Specifications.
There will be non-mandatory pre-bid meeting held for this project. The non-mandatory pre-bid meeting will be held
at MSD’s Main Office (700 West Liberty Street) in the LOJIC Training Room at 10:30 A.M. Local Time, Tuesday,
April 16, 2024. A site visit will be held immediately following the pre-bid meeting at the Proposed West Triangle Pump
Station location across from 164 West Triangle Lane, Louisville, KY 40229. Site visit attendees will need to bring their
own PPE to participate.
The Engineer’s Construction Cost Estimate for this project is between $6,000,000.00 and $7,000,000.00.
The bid documents will be available on Monday, April 8, 2024, online at www.msdbids.com. The charge for each set of bid documents is outlined on the above-referenced web site.
Persons wishing to view the bid documents may do so online at www.msdbids.com or at the following locations: Builders Exchange of Louisville, Inc., 2300 Meadow Drive; Associated Builders & Contractors of Kentuckiana, 1810 Taylor Avenue; and F. W. Dodge, 1812 Taylor Avenue; all located in Louisville, Kentucky; and the Associated General Contractors of Kentucky, 2321 Fortune Drive, Suite 112, Lexington, Kentucky.
The Project Manager for this Invitation to Bid is Taylor Friesz.. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Taylor Friesz. at taylor.friesz@louisvillemsd.org. Questions received less than five days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $200,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. effective July 1, 2023, MSD has adopted and implemented the 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 subcontracting goals are
listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at https://louisvillemsd.org/SupplierDiversity/forms
If selected as “Applicable, Partial Waiver” below, the Contractor must subcontract a percentage of the total amount of
the Contract Bid price to certified African American minority-owned businesses, Asian-Indian American minority owned
businesses, and Caucasian Female business as specified in the partial waiver attached hereto and as set forth in
the “MSD SUPPLIER DIVERSITY PROGRAM” section below.
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Taylor Friesz.
MSD SUPPLIER DIVERSITY PROGRAM: Applicable
The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual
(MBE/WBE Program) is effective July 1, 2023. If selected as “Applicable” or “Applicable, Partial Waiver” above, the goals are as
follows:
18.0% MBE African American participation 2.0% MBE Asian-Indian American participation 15.0% WBE Caucasian Female participation
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: Applicable
This MSD construction project is bid and advertised as:
Construction Services: YES Construction-related Services: NO
LOCAL LABOR COMMITMENT PREFERENCE: Yes
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 Description:
The Lee Specialty Clinic has requested that the existing heat welded sheet flooring, vinyl composition tile carpet tile and cove base in offices, common areas, clinical and restrooms be removed and replaced with new commercial grade flooring material. During this process there will be multiple phases that will also require and include relocating existing furniture to a temporary on-site space or POD and replaced upon completion.
Bingham Gardens is a group home facility housing residents with developmental and learning disabilities.
-The campus contains 6 individual homes with 4 units each with a private bathroom.
-The project scope involves the removal and replacement of showers or tubs in 23 of the 24 units.
-One of the 24 bathrooms (HOME 4/BATH 4) has recently been renovated and is not in the new project scope.
-Homes 1 & 2 are built with concrete masonry wall construction and Homes 3,4,5,& 6 are built with metal stud wall construction.
Project Description:
1 The work of this project consists of:
a. Removal of existing detention hollow metal doors and frames.
b. Provide and install new detention hollow metal doors, frames, and hardware. Removal of existing door/frame and installation of new door/frame shall occur within the same working day.
Demolish and provide new exterior stair on the east side of building as shown in the drawings.
Project Description:
The EEC – DWM Maxey Flats Equipment Building project is being undertaken to provide necessary equipment storage and general utility and maintenance space for Division of Waste Management Environmental and Energy Cabinet on Maxey Flats site in Hillsboro, Kentucky.
The Project is comprised of a 40’ x 80’ wood pole-barn building of Type 5 construction
This project will provide a re-roof solution for two buildings in Lexington, Kentucky. The McGowen Building on the Newtown Pike Campus and Building ‘S’ at the Leestown Road Campus. The McGowen Building roof system is a 2-ply modified bitumen asphalt roof over metal deck. This will be re-roofed with a recover system. The existing roof will have wrinkles removed prior to installation of a new gypsum roof cover board. A new 2-ply SBS modified bitumen roofing system will be installed. New pre-finished metal flashings and copings are included. The metal roof of this building is not included in this project. The Building ‘S’ roof system is a 2-ply modified bitumen asphalt roof over both gypsum and metal deck. The existing roof will be removed to the deck. The new system will be a rigid board insulation with a gypsum cover board under a new 2-ply SBS modified bitumen roof system. The gypsum deck will receive a vented base sheet prior to installation of the insulation. New pre-finished metal flashings and copings are included.
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Shawnee Trap Catch Basin Replacement Project – Phase 4 Contract No. 2024-031, Budget ID No. C24139, until 10:00 a.m., Local Time, Thursday, April 18, 2024, 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: 234 714 01#.
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: Trap Catch Basin replacements within the Shawnee 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 $800,000.00 and $1,000,000.00.
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.
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
Ducks Unlimited is working with Kentucky Department of Fish and Wildlife Resources to construct a high-capacity irrigation well to provide water for three separate units totaling 44.55 acres. The well shall be 100 feet in depth with 70 feet of 16-inch diameter casing and 30 feet of stainless-steel screen. Slot size for the well screen shall be based on the recommendation of the selected contractor. The well shall contain a submersible pump capable of pumping water at a rate of 1,500 gallons per minute. Please see “Drawings – Sloughs WMA Duncan Units Well_SEALED_3-7-2024.pdf” for complete project details.
The KSFB Gate Upgrades project is being undertaken to replace and modify the location of Gate 2 and Gate 4 at the Kentucky State Fairgrounds / the Kentucky Exposition Center. The existing gates are at the end of their usable lives, and the layout of the site does not currently meet the needs of the Kentucky State Fair Board. The gates will be re-located on their current site, the roads and utilities will be re-worked as required, the gate booths and associated support centers will be replaced, and a cantilevered canopy will be added to match the overall look of Gate 1.
Project Description:
Project consists of a renovation of a existing machine shop and adjacent shop area within Anderson Hall to serve the Aviation program. These existing electrical distribution within shops areas will be modified as described within the contract documents. The renovation includes providing HVAC units to serve new office area and classroom spaces. Construction requirements also include a new divider wall for future expansion of an existing program. Refer to contract documents for additional construction requirements.
Project consists of a renovation of an existing lounge area within Anderson Hall to house the cosmetology program. Contractor shall provide all required infrastructure to support the owner provided equipment as stated within the contract drawings.
PROJECT HAS BEEN CANCELED SEE ADDENDUM 1- RFB-222-24 EEC-AML-Ronald Carter Highwall-BIL
PROJECT HAS BEEN CANCELED SEE ADDENDUM 1- RFB-222-24 EEC-AML-Ronald Carter Highwall-BIL
Estimated Length of Project:
(Substantial Completion) + 240 Calendar Days (Final Completion)
Rocks falling from unstable pre-law highwall threaten the safety of citizens and structures in the area. This highwall will need to be cleaned of loose material including trees (greater than 3”) that sit at the edge of the wall face. These trees pose a risk of falling onto structures below if a shift from loose material unsettles them. Buildings have been destroyed in the past from falling material so a highwall rock fall net will be installed on the cleaned face and covered in a layer of shotcrete to secure loose material. Scope of work on the highwall restoration should be entirely from the ground up. No equipment should be working on the highwall restoration from the area above.
Estimated Length of Project:
(Substantial Completion) + 90 Calendar Days (Final Completion)
The Phyllis Sowards site is located at 78 Elswick Branch, Virgie KY. The site is located at coordinates Lat 37°18′ 53.26″N, Long 82° 34′ 59.92″W. This site was previously addressed during the Phyllis Sowards HP SP, Phyllis Sowards Slide HP Phase II, Phyllis Sowards Slide Repair SP and Phyllis Sowards Storm Damage Repair SP AML Reclamation Projects. The concrete block-tied mat installed as part of the Phyllis Sowards Slide HP Phase II has sustained damage and erosive material near the interface of the strip to rock area and concrete block-tied mat ditch is occluding a section of the ditch crossing the citizen’s yard, causing drainage to be
diverted from the ditch to the area around the residence and depositing material from upslope in the yard.
AML proposes to remove the erosive material adjacent to the strip to rock area, incise a section of rock ditch in the strip to rock area to direct drainage, repair/replace sections of concrete-block
tied mat to accept drainage and conform to the new downslope structures, install a grated rectangular concrete ditch across the citizen’s yard and replace the culvert from the citizen’s yard across the county road to the receiving natural stream with a larger diameter pipe. All excavated material will be transported to, placed and revegetated at an approved waste area. Woody materials will be burned or otherwise suitably disposed of at the project site or waste area.
This project will not address underground mine openings. Trees greater than 3″ dbh may be removed for access to the work (less than 0.25 acres). No trees greater than 3″ dbh will be removed between June 1 and July 31. All areas disturbed by this project will be revegetated by conventional seeding practices and/or hydroseeding according to standard details and technical specifications. Cover crop is also included for use on disturbed areas that will not be further disturbed for an extended period of time, provide vegetation outside established seeding dates and/or added to the permanent seed mix to provide quick vegetative cover. Sediment control will be provided by a sediment trap in the stream (Elswick Branch) and silt fence/bales or other
approved methods
The project includes renovation of portions of the existing Industrial Education Building and Heavy Equipment Buildings located on the vocational campus of Hazard Community and Technical College. Renovations include the following:
• Relocation of Automotive Technology to the Heavy Equipment Building located on the same campus.
• Creation of a new CDL Classroom and Truck Inspection area in the Heavy Equipment Building.
• Renovation and expansion of the existing Construction Technology Lab.
• Creation of a new Universal Lab.
• Renovation of classroom and office spaces.
• Replacement of existing windows and doors in areas related to larger renovation activities.
• Replacement of roofing.
• Replacement of the current elevator with a new shaft and elevator cab.
• Upgrades to the building infrastructure as related to the renovation activities.
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Romania Drive Drainage Improvement Project Contract No. 2024-030, Budget ID No. C24147, until 10:00 a.m., Local Time, Tuesday, April 9, 2024, 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: 368 202 612#.
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 installation of a new drainage system along Romania Drive that includes 24-inch pipe, 18-inch pipe, 15-inch pipe, and 12-inch pipe. 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 $150,000.00 and $199,999.99.
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 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.
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