CCK-2566-22 PAV HA 6th Floor Lab – RO System Upgrade BP-02 (GC)
CCK-2566-22 PAV HA 6th Floor Lab – RO System Upgrade BP-02 (GC)
Bid Package 2 work will include changing out the entire Reverse Osmosis Water System in
the 6th floor lab, to make it a ‘Redundant System’. This bid package shall include all
oversight for the control work including conduit and cabling for controls and the power
connection to the control devices. This work will be assigned to the contractor for Bid
Package 2 as an allowance. The amount of this allowance will be made available in an
addendum issued on 08/27/2021.
CCK-2565-22 PAV HA 6th Floor Lab – RO System Upgrade BP-01 (Controls)
CCK-2565-22 PAV HA 6th Floor Lab – RO System Upgrade BP-01 (Controls)
Bid Package 1 is for the installation on the work indicated on Drawing Sheets IC1.0, IC1.2
and specified in 250200 – Instrumentation and control for HVAC. This bid package shall
include all control work including conduit and cabling for controls and the power connection
to the control devices. This work will be assigned to the contractor for Bid Package 2 as an
allowance.
Richmond Utilities Board – Richmond Utilities Water Rate Study RFP
Richmond Utilities Board – Richmond Utilities Water Rate Study RFP
Notice is hereby given that the City of Richmond (Richmond Utilities), Kentucky is
requesting proposals from qualified engineering and financial consultants to conduct a
comprehensive water rate study. The intent of the study is to independently assess and
evaluate Richmond Utilities existing water rates and provide recommendations. The broad
objective of the study is to adequately fund utility operations, capital costs, and bonded debt
while minimizing rates. The study shall be based on a comprehensive review of Richmond
Utilities Funds, Budgets, Ordinances, Comprehensive Plans, customer tiers, current usage
data, future planned growth, and any other information deemed necessary to provide a quality rate
study.
Description and location of Project:
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 principal features of the Work to be performed under this Contract include, but are not limited to the following:
1. The Contractor shall provide the full scope of services outlined in the specifications and drawings for the Morris
Forman WQTC Administration Building “Exterior Renovations”. The services shall include the following:
a. Cleaning of the Exterior Precast
b. Breathable Sealer applied to all Exterior Precast
c. Removal of all Precast Joint Sealants
d. Removal of all Aluminum Window Frame Perimeter Joint Sealants
e. Removal of all Glazing System Sealants
f. Installation of New Precast Joint, Aluminum Window Frame, and Glazing Systems Sealants and accessories
materials
All work shall be done in accordance to MSD’s Standard Specifications.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the Ivy Oaks Court Drainage Improvement Project Contract No. 2022-002, Budget ID No. C22050, will be received at the office of MSD until 10:00 a.m., Local Time, August 19, 2021, and will be publicly opened and read at that place and time. The public may attend the bid opening via teleconference call.
Description and location of Project: Mitigate flooding issues along the rear easement with a pipe and drain system. 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 $80,000.00.
The bid documents will be available on, August 4, 2021, 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 Joseph S Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer Beth A. Tanner at beth.tanner@louisvillemsd.org.. Questions received less than two days prior to the date for opening of bids will not be answered. Only answers by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms).
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer, Beth A. Tanner at beth.tanner@louisvillemsd.org. Due to the current Coronavirus (COVID-19) pandemic measures, MSD will be hosting a Teleconference call in the place of a face-to-face public opening. MSD will also post the As-Read Bid Summary as soon as available. To take part in the Bid Opening Teleconference Call, please call 502-654-8113 and enter code 759 470 221#.
MSD SUPPLIER DIVERSITY PROGRAM: Not Applicable
The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If applicable, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.
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.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the 12403 Nassau Lane Drainage Improvement Project Contract No. 2022-004, Budget ID No. C22047, will be received at the office of MSD until 10:00 a.m., Local Time, August 17, 2021, and will be publicly opened and read at that place and time. The public may attend the bid opening via teleconference call.
Description and location of Project: Mitigate flooding issues along the rear easement with a pipe and drain system. 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 $40,000.00 and $80,000.00.
The bid documents will be available on, August 3, 2021, 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 Joseph S Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer Beth A. Tanner at beth.tanner@louisvillemsd.org.. Questions received less than two days prior to the date for opening of bids will not be answered. Only answers by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms).
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer, Beth A. Tanner at beth.tanner@louisvillemsd.org. Due to the current Coronavirus (COVID-19) pandemic measures, MSD will be hosting a Teleconference call in the place of a face-to-face public opening. MSD will also post the As-Read Bid Summary as soon as available. To take part in the Bid Opening Teleconference Call, please call 502-654-8113 and enter code 391981598#.
MSD SUPPLIER DIVERSITY PROGRAM: Not Applicable
The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If applicable, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.
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.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
Grayson County Water District – Water Treatment Plant UV Reactor Improvements
Grayson County Water District – Water Treatment Plant UV Reactor Improvements
Project consists of construction of Water Treatment Plant UV Reactor Improvements consisting
of a new UV Reactor with associated magnetic flow meter, piping, valves, electrical, instrumentation
and all related appurtenances.
Franklin County Fiscal Court – Simon House Mechanical Renovation
Franklin County Fiscal Court – Simon House Mechanical Renovation
Bids shall include any and all costs for items including but
not limited to permits, materials, special equipment and shall be itemized on the List of Unit Prices
provided in the bid form.
An expansion to the leachate management and storage system, including but not limited to: the
abandonment of one (1) 25K gallon and one (1) 10K gallon underground storage tanks (UST);
installation of two (2) new lift stations; modification of an existing UST to act as a lift station;
installation of one (1) 100K gallon above ground storage tank (AST); the relocation of one (1) 20K
gallon AST; the expansion of concrete containment walls and erection of steel load-out facilities;
the installation of mechanical pump systems, tank aeration systems, and ammonia treatment
systems.
City of London – East 4th Street Grade & Drain Project
City of London – East 4th Street Grade & Drain Project
The project includes the balanced excavation of an approximately 5.0-acre portion of the
property owned by the City of London, located on East 4th Street in London, Kentucky . The
scope of work includes heavy excavation, installation of storm pipe and structures, installation of
crushed stone access road, reclamation, and other associated appurtenances.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the 5218 Moccasin Trail Drainage Improvement ProjectContract No. 2022-003, Budget ID No. C22046, will be received at the office of MSD until 10:00 a.m., Local Time, August 12, 2021, and will be publicly opened and read at that place and time. The public may attend the bid opening via teleconference call.
Description and location of Project: Mitigate flooding and erosion issues at 5218 Moccasin Trail. 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 $100,000.00.
The bid documents will be available on, July 29, 2021, 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 Joseph S Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer Barry Pickett at Barry.Pickett@louisvillemsd.org.. Questions received less than two days prior to the date for opening of bids will not be answered. Only answers by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms).
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer, Barry Pickett at Barry.Pickett@louisvillemsd.org. Due to the current Coronavirus (COVID-19) pandemic measures, MSD will be hosting a Teleconference call in the place of a face-to-face public opening. MSD will also post the As-Read Bid Summary as soon as available. To take part in the Bid Opening Teleconference Call, please call 502-654-8113 and enter code 744 831 496#.
MSD SUPPLIER DIVERSITY PROGRAM: Not Applicable
The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If applicable, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.
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.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
City of Murray – Water Treatment Plant Electrical Improvements
City of Murray – Water Treatment Plant Electrical Improvements
The Project consists of upgrading the electrical and control system at the Water Treatment Plant and
Well Field Pump Stations along with replacing the chlorine gas feed system with a hypochlorite feed
system.
The project scope includes the addition of emergency standby diesel generators and automatic transfer switches for multiple structures at Green River Correctional Complex in Central City, KY. The project also includes demolition of existing natural gas generators and gas piping demolition. Underground trenching will require patching of concrete, asphalt surfaces, and landscaped areas.
The project scope includes the addition of emergency standby diesel generators and automatic transfer switches for multiple structures at Luther Luckett Correctional Complex in La Grange, KY. The project also includes demolition of existing natural gas generators and gas piping demolition. Underground trenching will require patching of concrete, asphalt surfaces, and landscaped areas.
The project is the Kentucky State Police, Headquarter Exterior Envelope Improvements, 919 Versailles Road, Frankfort, Kentucky, Franklin County. Project consist of painting all exterior surfaces of the existing masonry headquarters building. The approximate 23,709 square foot of existing surfaces for exterior painting include the following: existing face brick, exterior patio/hollow metal doors, metal awnings, wood soffits, fascia boards to bottom of gutter, rake boards, louver vents, metal step flashing, metal railings, porch ceilings, columns, foundation walls, large wood windows, and windowsills. All vinyl windows shall receive sealant at perimeter (no paint). All surfaces shall receive pressure wash cleaning prior to painting. All current unpainted surfaces shall receive primer then (2) topcoats of finish paint. All existing painted surfaces shall receive (2) topcoats of finish paint.
Project is for the replacement of an existing conveyor dishwasher with new dishwasher and related utility connections. A new dishwasher exhaust system and ductwork shall be provided. Existing dishwashing room shall be stripped and repainted and a new ceiling installed. New light fixtures shall be installed in the dishwashing area.
Project is for the removal of two existing evaporative coolers for heat pump hydronic system and the installation of two new units in a separate location allowing continuous operation without downtime. Existing coolers shall be removed after new units are operational.
Plumbing improvements include installation of four new electric water heaters, panelboard and automatic transfer switch and circuits for emergency power. Two new potable hot water recirculation loops will be installed throughout the building and heat trace will be deactivated. Installation of a new emergency water distribution system with self-priming pump will deliver non-potable water to selected janitor mop sinks throughout the building.
Please be advised by this notification that this project bid has been cancelled.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the Invicta Drive Drainage Improvement Project Re-BidContract No. 2022-001, Budget ID No. C22049, will be received at the office of MSD until 10:00 a.m., Local Time, August 10, 2021, and will be publicly opened and read at that place and time. The public may attend the bid opening via teleconference call.
Description and location of Project: Mitigate flooding issues along the rear easement with a new paved ditch system. 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 $ 180,000.00 and $225,000.00.
The bid documents will be available on, July 26, 2021, 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 Joseph S Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer Barry Pickett at Barry.Pickett@louisvillemsd.org.. Questions received less than two days prior to the date for opening of bids will not be answered. Only answers by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms).
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer, Barry Pickett at Barry.Pickett@louisvillemsd.org. Due to the current Coronavirus (COVID-19) pandemic measures, MSD will be hosting a Teleconference call in the place of a face-to-face public opening. MSD will also post the As-Read Bid Summary as soon as available. To take part in the Bid Opening Teleconference Call, please call 502-654-8113 and enter code 326196504#.
MSD SUPPLIER DIVERSITY PROGRAM: Applicable
The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If applicable, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.
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.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer