RFB-11-26 Lift Station Replacement West-Wastewater Collection Upgrade E.P. Tom Sawyer State Park Department of Parks

RFB-11-26 Lift Station Replacement West-Wastewater Collection Upgrade E.P. Tom Sawyer State Park Department of Parks

Estimate:
$388,765.00

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

The project includes demolition of the existing pump station and construction of a new pump station with electrical improvements, construction of approximately 650 feet of gravity sewer and construction of approximately 900 feet of forcemain.

Project Location: Louisville, Kentucky

More Details

RFB-09-26 EEC-24084AMLBAML RECLAMATION PROJECT

RFB-09-26 EEC-24084AMLBAML RECLAMATION PROJECT

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

The work will consist of excavation of the spoil material around the mine subsidence area. An existing concrete structure from the original mining is visible in the subsidence depression.
Excavation will extend to the lowest elevation of the face of the existing concrete structure. Side slopes for the excavation area of 3:1 to 4:1 will be required, and benching may be necessary to provide a safe working area. Once the existing concrete structure is fully exposed, a concrete cap will be constructed to fully close the mine opening. It is unclear if the concrete structure is associated with the slope shaft or an air shaft of the Goldsberry Mine. Methane monitoring is the responsibility of the contractor, and if methane is encountered, the contractor must immediately implement a plan to secure the area. Methane monitoring and control is incidental to the overall completion of the project.
The reinforced concrete mine closure will be constructed with the following general guidelines.
Excavate a 20 ft diameter circular trench to a depth reaching the bottom of the face of the
exposed existing concrete mine structure. The excavation slopes will be at approximate 3h:1v to 4h:1v. Benching will be required if needed for stability. The concrete mine structure will be examined by the engineer and a formed reinforced concrete closure will be constructed around the opening. The concrete closure will be 8 inches thick and will have #5 reinforcing steel at 12- inch centers both ways. Form work will be required on both faces with the interior face being set 4 inches inside the existing structure. The new closure will use drilled and epoxy dowel rods to attach to the existing structure wall on 2 ft. centers. The new closure will extend 12 inches beyond the existing structure on every side.
The floor of the excavation area can be stabilized with Filter Fabric and Size 2 Coarse aggregate or roadway stone if required. Pumping will be required to keep the working area dry and is incidental to the overall completion of the project. Material excavated will be stockpiled within the project limits and will be used to backfill the pit. Upon completion of the concrete mine closure, the excavated spoils will be used to fill the subsidence area by placing in 12-inch
compacted lifts. Additional material will be found on site within the project limits to bring the elevation to existing surrounding grade. Additional filter fabric and Size 2 aggregate may be required by the engineer.
Other work includes site preparation, repair of driveways, and other features disturbed during the construction process. An on-site temporary stockpile for excavated spoil will be used, but items not suitable for disposal must be taken to a landfill. Driveways damaged during the project will be repaired in kind with bituminous pavement. Removal of existing pavement is required on driveways and is incidental to repair. Standard AML revegetation methods and best management
practices for silt control will be used. All disturbed areas will be promptly revegetated at the end of construction using lime, fertilizer, AML seed mix, and mulch, as necessary.
The project site has previously been disturbed by road construction, utility installation, mining
and business development, landowner activities, and surface expression of deep mine subsidence. These disturbances consist of significant mixing, and removal of earthen material from excavation, grading, fill material placement, road construction, site development and driveway construction. There should be no undisturbed earthen material to a depth of several
feet at the areas slated for significant project-related construction activities.
Access to the site is via state and county roads, a business-maintained driveway, and an existing access road. This construction activity will consist of standard road construction practices appropriate to mitigate impacts to the local community from potential degraded road conditions to maintain public traffic safety.
The strict implementation and enforcement of standard AML sediment and erosion control Best Management Practices (BMPs) will prevent significant amounts of sediments disturbed by project related activities from entering area streams to create indirect impacts to aquatic resources.

Project Location: Henderson

More Details

RFB-08-26 EEC-25016AMLBAML

RFB-08-26 EEC-25016AMLBAML

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

A section of slope has become unstable in the graded area between the undisturbed forest and a previously installed concrete block-tied mat ditch. This instability has constricted the ditch.
Sediment from this instability has also been deposited downstream at the intersection with an installed grated concrete ditch, allowing water to bypass the ditch and impact the citizen’s yard.
The unstable material constricting the ditch will be removed and replaced with a Class III
buttress. The affected section of ditch (approx. 80LF) will be removed and replaced with 4’ flat bottom Class III Ditch. Grates will be removed and replaced after deposited sediment has been removed and modifications complete. To prevent migration of Class III aggregate into the concrete channel, a barrier for aggregate retention will be installed at the interface of the two
types of ditch. Sediment deposited in the yard will also be removed to restore grade and
drainage.
The project limits are 3.37 acres in total with 0.7 acres of planned disturbance. These include project limits of 0.21 acres at the project site (with an expected maximum disturbance within the project limits of approximately 0.2 acres) and 3.16 acres at the off-site waste area (with an
expected maximum disturbance within these project limits of 0.5 acres).
Trees greater than 3” diameter at breast height will not be cut at the project site or waste area. If required, AML will elect to make a payment to the Imperiled Bat Conservation Fund in accordance with a determination from USFWS.
The project site has previously been disturbed by coal mining operations, road construction,
utility installation, residential development, landowner activities, and/or 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, sub-surface drilling, fill material placement, and erosion. There should be no undisturbed earthen material to a depth of several feet at the areas slated for significant project-related construction activities.
Approximately 80 LF of Concrete Block – Tied Mat will be removed and a Class III ditch
installed. The existing concrete ditch (approx. 60 LF) will have deposited sediment removed.
Nothing beyond ephemeral flow has been observed through this area.
No portals or cave-like structures will be disturbed by this project.
The strict implementation and enforcement of standard AML sediment and erosion control Best Management Practices (BMPs) will prevent significant amounts of sediments disturbed by project related activities from entering area streams to create indirect impacts to aquatic resources. Sediment control will be installed prior to beginning any major earth disturbance (excluding initial site preparation for access only) until all measures are installed. These include but are not limited to silt barriers (bales & silt fence).

Project Location: Pike County

More Details

RFB-07-26 Underground Electric Wendell H. Ford Regional Training Center Department of Military Affairs

RFB-07-26 Underground Electric Wendell H. Ford Regional Training Center Department of Military Affairs

Estimate:
$1,810,846.00

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

Provide raceways for KU installed underground primary electric to replace a portion of the existing overhead primary electric. Rework secondary electrical services to indicated buildings to receive power from the underground primary electric system. Install KU furnished pull boxes and single-phase transformer bases. Provide concrete pads for three phase transformers. Provide raceways for KU provided site lighting fixtures. Provide pad mounted recloser near existing generator and connect to the existing SCADA control system.

Project Location: Greenville

More Details

FW-010-25 KDFWR – Critical Species and Lakes & Streams Buildings

FW-010-25 KDFWR – Critical Species and Lakes & Streams Buildings

Estimate:
$3,577,550.00

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

Kentucky Department of Fish and Wildlife Resources has teamed with RossTarrant Architects to engage in facility upgrades to their headquarters located in Frankfort, Kentucky. This project involves the construction of two new pre-engineered metal buildings, the CSI Building and Lakes & Streams Building. The demolition scope includes the removal of one existing metal clad pole barn and site demolition. Site grading will be conducted to prepare the building sites for the new construction. The new construction scope includes two pre-engineered metal buildings, each incorporating a wood-framed office area and mezzanine space. Each building includes hollow metal doors/frames, aluminum storefront windows, and garage doors. Interior finishes shall be sealed concrete floors, resilient wall base, paint, acoustical ceiling/grid, and casework. All interior partitions will be wood-framed with gypsum board sheathing. New sitework involves grading, concrete paving, and installation of gravel surfaces. Mechanical, plumbing, and electrical systems are provided to support the functionality and efficiency of the new buildings. Additionally, new sanitary connections will be provided to the two new buildings and some existing buildings.

Project Location:

More Details

RFB-05-26 EEC-AML-24081AMLBAML

RFB-05-26 EEC-AML-24081AMLBAML

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

The project will grout remaining voids in an AML eligible underground coal mine in the #11 Coal Seam known locally as the Grapevine Mine. The Dorothy Moore residence and surrounding residences have been damaged by mining subsidence. A sinkhole depression has been verified by comparing current Lidar topography to 2021 Lidar topography.
Neighboring properties also show surface expression of the mine subsidence.

Project Location: Hopkins

More Details

RFB-02-26 DOC – RCC KCI FARM CATTLE/ELLIS BARN REPLACEMENT

RFB-02-26 DOC – RCC KCI FARM CATTLE/ELLIS BARN REPLACEMENT

Estimate:
$358,788.00

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

The existing RCC KCI Farm Cattle Barn is being replaced with a 40’ X 60’ new barn consisting of wood framed superstructure embedded into a concrete foundation. The roof is framed with shop fabricated wood trusses and the roof and walls are sheathed with metal panels. New 4×6 fence post and 2×6 fencing frame the cattle pens that are gated off with new cattle gates to accommodate the flow of the cattle for the operations taking place with the cattle inside the barn area. New roadway improvements to and around the New Barn are included in the base bid.

Project Location: LaGrange

More Details

RFB-04-26 24026AMLBAML

RFB-04-26 24026AMLBAML

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

This project consists of a slide behind the house at 69 Little Mountain Drive in Littcarr, Ky in Knott County. The house has a large slide behind it and the front yard is breaking and in danger of sliding behind the neighbor’s house below.
The primary slide abatement planned consists of reinforced concrete walls behind the residence and pile & lagging walls in front of the house and above the access driveway. Filter fabric and class II stone will be placed behind the reinforced concrete walls and the pile & lagging wall along the driveway. The pile & lagging wall in front of the residence will be backfilled with dirt.

Project Location: Knott County

More Details

RFB-269-25 DJJ-Ashland Group Home Driveway and Retaining Wall Repair

RFB-269-25 DJJ-Ashland Group Home Driveway and Retaining Wall Repair

Estimate:
$391,719.00

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

The project scope includes limited site clearing, selective demolition of existing concrete pavement, earthwork, installation of new segmental retaining wall systems, new compacted gravel paving, new heavy duty concrete paving, protective bollards and site hydroseeding for restoration.

Project Location: Ashland

More Details

RFB-213-25 Parks – Lake Barkley- Fitness Center Roof Replacement

RFB-213-25 Parks – Lake Barkley- Fitness Center Roof Replacement

Estimate:
$ 67,000.00

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

1. Remove existing asphalt shingles and underlayment down to existing wood decking at main roof & mansard; existing single ply TPO roof to remain.
2. Remove existing gutters and downspouts.
3. Remove existing TPO drip edge.
4. Install new ice and water shield over 100% of the 3:12 roof area.
5. Install new dimensional, asphalt shingles throughout work area.
6. Install new prefinished metal gutters, downspouts, trim, & drip edge (TPO) where indicated on Drawings.

Project Location: Cadiz

More Details

RFB-03-26 KSP-KEWS Tower Electrical Upgrades – E2

RFB-03-26 KSP-KEWS Tower Electrical Upgrades – E2

Estimate:
$931,606.00

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

This project involves site preparation and restoration, shelter replacement, and equipment relocation at selected locations across the Commonwealth. At most sites, existing fiberglass shelters will be replaced with new concrete pre-cast Fibrebond shelters and all equipment moved from the old to the new shelter. Refer to the construction drawings for site-specific upgrades and modifications including site expansion, new generators, new propane tanks, and relocation of existing site components.

Project Location: Various

More Details

RFB-265-25 Education – FFA Administration Building HVAC Upgrades

RFB-265-25 Education – FFA Administration Building HVAC Upgrades

Estimate:
$391,000.00

Estimated Length of Project:
11/7/2025 (Substantial Completion) + 11/21/2025 (Final Completion)

Replace existing air handling and condensing units for the administrative building at FFA Camp in Hardinsburg, KY.

Project Location: Hardinsburg

More Details

RFB-264-25 KHP -Stalls and Mats for New Competition Barns BP-2

RFB-264-25 KHP -Stalls and Mats for New Competition Barns BP-2

Estimate:
$549,191.00

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

The BP-2 base bid scope is to provide and install custom modular stalls and interlocking rubber mats for Barn A (100 stalls and mats). There will be three alternates part of BP-2. Alternate 1 will be to provide and install custom modular stalls and interlocking rubber mats for Barn B (100 stalls and mats). Alternate 2 will be to provide and install custom modular stalls and interlocking rubber mats for Barn I (84 stalls and mats). Alternate 3 will be to provide and install custom modular stalls and interlocking rubber mats for Barn J (100 stalls and mats). The BP-2 General Contractor is responsible for coordinating with the BP-1 General Contractor for scheduling and installation of the new custom modular stalls and mats. The schedules for both BP-1 and BP-2 are the same, as it is intended the BP-1 General Contractor will provide access for the installation of the custom modular stalls and mats during the construction period, so that both bid packs can achieve Substantial Completion at the same time.

Project Location: Lexington

More Details

RFB-266-25 KYTC – D-2 Hopkins Co Maint Facility – Phase 2

RFB-266-25 KYTC – D-2 Hopkins Co Maint Facility – Phase 2

Estimate:
$555,790.00

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

The project includes an interior-fit up of approximately 2,100 square feet of new office space, a break room, locker area and new restroom.

Project Location: Madisonville

More Details

RFB-267-25 KSP – Post 3 HVAC

RFB-267-25 KSP – Post 3 HVAC

Estimate:
$407,900.00

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

This project will replace existing HVAC equipment within Kentucky State Police Post 3. Work includes phased demolition and replacement of equipment, ductwork modifications, ductwork cleaning, installation of dedicated outside air equipment, power for HVAC equipment removal and installation, installation of new attic access, and concrete patio. Trades involved shall include but are not limited to: demolition, concrete, ceilings, mechanical, ductwork, and electrical.

Project Location: Bowling Green

More Details

RFB-268-25 DOC – KCIW Main Kitchen & Connector Roof Replacement

RFB-268-25 DOC – KCIW Main Kitchen & Connector Roof Replacement

Estimate:
$295,000.000

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

The project consists of work on 2 separate buildings. The scope of work at the Main Kitchen building consists of the existing shingle roof removal down to the deck and the installation of a new standing seam metal panel roof system. New gutters & downspouts are required as noted.
The scope of work at the Connector Building consists of the complete removal of the existing ballasted EPDM membrane roof, down to the metal roof deck, and the installation of a new insulated 2-ply mod-bit (cold application over hot application) roof system on 4 separate roof areas. New pre-finished metal coping caps are specified for 2 of the areas. New gutters & downspouts are specified for one of the roof areas, the others drain via scupper drains. EIFS repairs to be performed as noted.

Project Location: Pewee Valley

More Details

25-0722 – Emergency Construction Services – Large and Small Diameter Sewer

25-0722 – Emergency Construction Services – Large and Small Diameter Sewer

REQUEST FOR QUALIFICATIONS (RFQ)



Statement of Qualifications (SOQs) will be received by the Louisville and Jefferson County Metropolitan Sewer District until 10:00 AM, local time, July 22, 2025. MSD is using a web-based portal for accepting and evaluating SOQs: http://louisvillemsd.bonfirehub.com/portal. Documents may be uploaded at any time during the open period indicated for the RFQ.

A non-mandatory Pre-submittal meeting will be held at 10:00 a.m. on June 24, 2025 via TEAMS. The link to join the meeting is:

https://teams.microsoft.com/l/meetup-join/19%3ameeting_Yzg5MTY1ZDEtZDNkOS00YmRkLWJhZjItYWI5MGIyOTIxMmIx%40thread.v2/0?context=%7b%22Tid%22%3a%221d96fa6e-38c4-4eff-a0b0- 72c01218a89c%22%2c%22Oid%22%3a%2289f31444-77ba-4459-b345-8c70209dd9c9%22%7d

SOQ forms may be obtained from MSD’s designated web portal at

http://louisvillemsd.bonfirehub.com/portal





LOUISVILLE & JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT

RENE’ LINDSAY
ONE WATER CHIEF PROCUREMENT OFFICER

Project Location: Louisville, KY

More Details

FW-009-25 – RE-BID – FW-007-25 – Camp Earl Wallace Dining Hall Construction

FW-009-25 – RE-BID – FW-007-25 – Camp Earl Wallace Dining Hall Construction

Estimate:
$6,726,380.00

Estimated Length of Project:
May 5, 2026 (Substantial Completion) + June 6, 2026 (Final Completion)

The Kentucky Department of Fish and Wildlife Resources invites bids for the demolition and reconstruction of the Dining Hall at Camp Earl Wallace in Monticello, Kentucky. This project involves demolishing the existing Dining Hall and adjacent Bunk House (which will also be demolished but not replaced), making way for a new, modern Dining Hall. The new facility will include a spacious cafeteria and kitchen to serve large groups, staff areas for camp operations, and an outdoor pavilion for dining and recreation. The basement will feature bunk rooms for camp employees, providing accommodation for staff during the camp season. Site work will also include grading, utility installation, parking, and landscaping, ensuring the new structure integrates seamlessly with its natural surroundings.
This project emphasizes sustainability and energy-efficient design, and the contractor must adhere to all local, state, and federal building codes and regulations.

Project Location:

More Details

RFB-270-25 EEC-AML-24080AMLBAML

RFB-270-25 EEC-AML-24080AMLBAML

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

The project will grout remaining voids in an AML eligible underground coalmine in the #14 Coal Seam that has been verified by an insurance company’s geotechnical investigation associated with a subsidence claim. The residence was damaged by mining subsidence. A sinkhole depression exists in the front yard. Neighboring properties also show surface expression of the mine subsidence. At the time of document submission for bidding, one landowner has not provided consent of entry. The work required to complete work at this residence has been included in project totals, but the work will not be completed until the consent of entry form is completed.

Project Location: Hopkins County

More Details

RFB-271-25 EEC-AML-24048AMLBAML

RFB-271-25 EEC-AML-24048AMLBAML

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

The home of Jerald Hacker has been impacted by prelaw coal refuse-coal overburden debris. This debris clogged the east side drain beside the home, and, in part damaged the deck behind the home
Abatement efforts will include removing the debris from the east side drain; then a reinforced concrete ditch is proposed to provide a long-term stable drain. This will provide for stability for the Hacker residence and the residence on the east side. Similarly, the back of the home (north side), will have debris removed. This will include removing the deck and constructing a concrete barrier wall for long-term stability of the home. The deck will be replaced in kind.

Project Location: Letcher County

More Details

RFB-262-25 FSS – Roof Replacement Madisonville SOB

RFB-262-25 FSS – Roof Replacement Madisonville SOB

Estimate:
$565,000.00

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

This project consists of the removal and replacement of existing roof systems. All roof areas are to be demolished down to the existing roof deck and replaced.
New 2-ply mod-bit roofs will be over 1 layer of 2.0” rigid insulation & ½” cover board. Tapered insulation shall be used at all drainage crickets & saddles. Expansion joint, & control joint shall be installed at noted locations. New waterheads, downspouts, & splash pans/splash blocks shall be provided. Masonry cleaning, re-pointing and sealing to occur at parapet walls and penthouse areas, including new through wall flashings at parapet walls as noted.

Project Location: Madisonville

More Details

RFB-263-25 Re-Ad of RFB-217-25 KSP – Supply Branch Facility Fire July 2024

RFB-263-25 Re-Ad of RFB-217-25 KSP – Supply Branch Facility Fire July 2024

Estimate:
$312,000.00

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

The project consists of the removal and replacement of a section of damaged existing structural metal roof deck and existing roof systems; the installation of new exterior windows & interior/exterior doors; the construction of a small, single room office; extensive electrical system & mechanical system renovations throughout the noted area of the building.

Project Location: Frankfort

More Details

RFB-249-25 KYTC – D2 Office Roof Replacement

RFB-249-25 KYTC – D2 Office Roof Replacement

Estimate:
$461,084.70

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

The project includes a full tear off to deck of the existing roofing system on the KYTC D2 Office Building and replacement with a new modified bitumen roof system on a wood-fiber cover over rigid insulation. Roof edge, fascia and other edge metal, roof drains, scupper boxes, downspouts and flashings to be replaced.

Project Location: Madisonville

More Details

Fairmount Road Pump Station Force Main Extension Phase 2 Project

Fairmount Road Pump Station Force Main Extension Phase 2 Project

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Fairmount Road Pump Station Force Main Extension Phase 2 Project, Contract No. 16914, Budget ID No. D21079, Drawing Record No. / Sheet No. 16914/01-58, until 10:00AM, Local Time, Tuesday, June 17th at 10am EST, 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: 158 451 987#.

MSD is using a web-based portal for accepting and evaluating bid proposals digitally at http://louisvillemsd.bonfirehub.com/portal for this Invitation to Bid. Documents may be uploaded at any time during the open period indicated for each proposal.

Description and location of Project: This Contract provides for the installation of 6043 linear feet of 20-inch force main that connects to the existing 14-inch Fairmount Road force main, installation of three (3) new pumps at the Fairmount Road Pump Station and Storage Facility. This work shall also include all ancillary piping and equipment as depicted in the drawings and technical specifications. All work shall be done in accordance to MSD’s Standard Specifications.

There will be a non-mandatory pre-bid meeting held for this project. The non-mandatory pre-bid meeting will be held over Microsoft Teams at 10:00 A.M. Local Time, Tuesday, May 27th, 2025. Microsoft Teams Link (please copy paste in browser: https://teams.microsoft.com/l/meetup-join/19%3ameeting_YzI4ZjU2ZGUtOTBlMC00YmEwLWExZDYtYjViNmIzMDcwOTk0%40thread.v2/0?context=%7b%22Tid%22%3a%221d96fa6e-38c4-4eff-a0b0-72c01218a89c%22%2c%22Oid%22%3a%224ca3bf01-48d1-408f-8dce-603478b512e0%22%7d

The Engineer’s Construction Cost Estimate for this project is between $8,000,000.00 and $10,000,000.00.

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

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

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

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

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

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

MSD SUPPLIER DIVERSITY PROGRAM: Applicable

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

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

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

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

MSD BID DISCOUNT: Not Applicable

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

Construction Services:
Construction-related Services:

LOCAL LABOR COMMITMENT PREFERENCE: 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 Location: Louisville, KY

More Details

FW-008-25 – FILO – Rolling Fork Floodplain Stream and Wetland Restoration Project

FW-008-25 – FILO – Rolling Fork Floodplain Stream and Wetland Restoration Project

Estimate:
$1,959,143.00

Estimated Length of Project:
January 15, 2027 (Substantial Completion) + March 30, 2027 (Final Completion)

This project, Rolling Fork Floodplain Stream and Wetland Restoration Project, located within the Rolling Fork Wildlife Management Area off Scott Road in Larue County and Stiles Road in Nelson County, Kentucky, shall generally consist of the re-establishment and rehabilitation of approximately 2,625 linear feet of intermittent and ephemeral streams tributary to the Rolling Fork River, invasive management on ~77.4 acres, removal of tile drains in ~24 locations, and creation of a moist soil unit (MSU). Tasks to be performed in order to achieve project goals include reshaping of existing channels; re-establishment of new channels with stable dimensions; construction of in-stream structures; preparation of soil for seeding; native planting and seeding; installation of erosion control fabric and mulch; and harvesting, transporting, installation, and maintaining live stake, container tree, and vegetative materials. The restoration project involves re-establishment of ~2,188 feet of channel and rehabilitation of ~437 feet of channel. The restoration project also involves riparian enhancement of ~5,894 feet of channel. Restoration will include channel and floodplain habitat and armoring structures such as riffles, buried rock grade control, log vanes, half log vanes, staggered log chutes, bioengineered armoring, bioengineered bank armoring, rock/jam channel, Class III bed augmentation, floodplain swales, brush windrows, and floodplain brush vanes. Additionally, restoration will include agricultural tile drain removal and invasive species management as well as vegetation of the stream banks and wetland and establishment of a forested riparian corridor along the streams. Finally, the project includes creation of an MSU via berm creation, armored spillway construction, and installation of an outlet structure.

Project Location:

More Details