RFB-36-26 RE-AD OF RFB-92-24 DOC – VAR Roadway, Pavement & Drainage

RFB-36-26 RE-AD OF RFB-92-24 DOC – VAR Roadway, Pavement & Drainage

Estimate:
$670,250.00

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

Demolish and replace two sections of an existing concrete retaining wall are failing and beginning to lean.
Construction items will include the following:
1. Demolition and removal of existing concrete retaining wall & footings.
2. Cutting and removal of a portion of existing asphalt pavement along the base of the wall to allow for wall
demolition and construction.
3. Cutting and removal of a portion of existing concrete pavement along the base of the wall to allow for wall demolition and construction.
4. Installation of new concrete footings and retaining wall.
5. Patching existing asphalt pavement and concrete pavement that was removed.
Repair to existing concrete slab. Construction items will include the following:
1. Mud jacking and leveling of the affected area
2. Re-alignment of existing fencing and gates.

Project Location: Eddyville

More Details

RFB-39-26 EEC-AML-24072AMDFMSO

RFB-39-26 EEC-AML-24072AMDFMSO

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

This site will consist of installing and replacing HDPE pipe and installing a drainage system for possible mine behind Johnston residence. The drainage system will consist of 100 LF of class two ditch with a two-foot flat bottom with 3-6 inches of limestone sand in the bottom. This project will also have one section of 24-inch HDPE pipe at 100 feet total and two sections of 36-inch HDPE pipe at 100 feet total with 85 feet being removed and replaced. The project will have one 36-inch drop box. One 24-inch and two 36-inch standard headwall will be installed and connected to the HDPE pipe. The final section will have 35 feet of class three ditch with a four-foot flat bottom ditch. Any waste will be excavated and transported to the designated waste area behind the jobsite. Project limits will be a total of 1.62 Acres with a maximum total area to be disturbed of 0.74 Acres.

Project Location: Letcher County

More Details

RFB-27-26 EEC-AML-25049BFPFMP0

RFB-27-26 EEC-AML-25049BFPFMP0

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

This project is for reclamation of the forfeited permit 836-9028 Landfall Mining, Inc. Uncontrolled runoff from the site is impacting downstream drainage channels, residences
and municipal structures in the area with flooding and deposition of eroded material. This project will remove the sediment from the drainage channels downstream of the forfeited permit, including the existing gabion ditch and dual 60” CMP pipes flowing to Steele Creek. Sediment Control will be established at the location of the non-functional sediment pond. Further sediment control measures upstream will include installation of Class III ditches, construction of sediment retention basins along the current flow paths and installation of ECB ditches in relatively flat areas. Grading of material will occur to facilitate installation of drainage features and support existing drainage features.

Project Location: Floyd County

More Details

RFB-43-26 DMA – MPAD Vault Restoration

RFB-43-26 DMA – MPAD Vault Restoration

Estimate:
$105,614.00

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

This project consists of upgrading an existing National Guard Arms Room by lining the walls of the existing concrete vault with ¼ inch steel plate and installing a new Vault Door. Contractor will have to remove existing electrical components on the walls of the vault and reinstall after steel plating is complete

Project Location: Frankfort

More Details

RFB-31-26 KCTCS – Renovate Science Labs – Jefferson CTC

RFB-31-26 KCTCS – Renovate Science Labs – Jefferson CTC

Estimate:
$2,366,099.00

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

The project will consist of renovating approx. 9,500 SF of existing science labs and associated storage rooms, located on the Southwest Campus of the Jefferson Community Technical College. The renovation will include bringing the 6 labs up to current standards and reconfiguring the labs to comply with ADA guidelines.

Project Location: Louisville

More Details

RFB-37-26 DOC – BCFC WASTEWATER TREATMENT PLANT GENERATOR RESIZE

RFB-37-26 DOC – BCFC WASTEWATER TREATMENT PLANT GENERATOR RESIZE

Estimate:
$ 96,000.00

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

This project entails the replacement of the existing 30kW Olympian generator with a new 80kW generator set, which has been sized to meet the full electrical load requirements of the future wastewater treatment plant (WWTP). During the interim period, prior to completion of the new WWTP, the generator will temporarily provide backup power to the existing plant. The generator’s capacity has been carefully selected to support both the current facility’s needs and the anticipated demands of the upgraded WWTP, ensuring reliable operation throughout all phases of the transition.

Project Location: Pineville

More Details

RFB-38-26 Re-Ad of RFB-242-25 CHFS – CSH – HVAC and Controls Upgrades

RFB-38-26 Re-Ad of RFB-242-25 CHFS – CSH – HVAC and Controls Upgrades

Estimate:
$1,390,500.00

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

The Project will upgrade the building automation system in Central State Hospital Units 201B, 201C, 201D, 201G, and 201H, a total of five contiguous Units located in the Main Hospital. The work of the Project involves removal of the existing pneumatic BMS system and above ceiling VAV terminal units and upgrades at the Air Handling Unit. Upgraded system components include BMS front-end, DDC controls and actuators, terminal units, DDC thermostats and all associated wiring, hardware, raceways, and programs for a fully operational building automation system. All work of the Project must be performed in accordance with the ICRA guidelines established by CHS. Work must be coordinated with CSH and performed within the work periods established by CSH.

Project Location: Louisville

More Details

RFB-41-26 DOC – KCI WEST KY BARN REPAIR/REPLACEMENT STUDY

RFB-41-26 DOC – KCI WEST KY BARN REPAIR/REPLACEMENT STUDY

Estimate:
$1,002,500.00

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

The project is the design and installation of a post-frame building to be used as barn and vehicle storage for the farming operation at the West Kentucky Correctional Complex. The proposed building will be located south of the main complex on the site of the old barn. Work includes concrete, post-frame building, plumbing, ventilation and electrical trades. Project scope includes the asbestos remediation and demolition of the Red Dog Quonset Storage Barn and State House No. 2.

Project Location: Fredonia

More Details

RFB-40-26 EEC-AML-24012AMLBAML

RFB-40-26 EEC-AML-24012AMLBAML

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

This AML reclamation project is being conducted to protect the residence of Steve Roberts from excessive water runoff on the hillside behind the property. The total area of the site is 5.5 acres with an expected disturbance of 3 acres. Investigations by AML staff determined this runoff and small land slide to be mine related. There is evidence of portals and coal seam seepage on adjacent properties but no portals were found to be within the limits of this project. Design investigations determined that the water runoff is likely due to seepage from a seam in the hillside and will need to be captured by new infrastructure from this project.
The design for this project intends to place a large rock ditch on the hillside in the already eroded path that has been created from water runoff. Trees that have fallen over from excessive water runoff will need to be removed from the hillside. Within the stable area(s), a total of 0.5 acres of trees will be disturbed. A minimum number of trees greater than 3” diameter will be cut. If required, AML will elect to make a payment to the Imperiled Bat Conservation Fund in accordance with a determination from USFWS.
A retaining wall will be constructed directly behind the residence to further protect from unstable earth sliding down the hillside. The drainage from this wall will be routed into the newly constructed ditch which discharges into the natural drain on the property.
The waste area for this project is located between the KY-680 and KY-1426. This site is 3 miles southwest of the project area. Any trees that cannot be burned onsite will be transported here to be burned as per standard AML practice. Waste from this project is anticipated to consist of dirt and small rocks that will be filled and graded to promote drainage. The coordinates for the waste area are: 37.5363, -82.6468. The total area of the waste area is 13 acres with an expected disturbance of .6 acres.
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. All disturbed areas will be promptly revegetated at the end of construction using lime, fertilizer, residential or wildlife seed, and mulch, as necessary

Project Location: Floyd County

More Details

RFB-30-26 KSFB – KEC South Wing Restroom Renovations

RFB-30-26 KSFB – KEC South Wing Restroom Renovations

Estimate:
$682,313.00

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

Renovate (8) Bathrooms
1. REMOVE & REINSTALL EXG TOILET & UTINAL AND REINSTALL.
2. REPLACE TOILET & URINAL PARTITION, VANITES & FAUCETS.
3. REPLACE FLOOR WALL & CEILING (NEW ACP/GRID OR PAINT HARD SURFACE).
4. REMOVE AND REINSTALL ALL FLOOR/WALL/CEILING ITEMS SUCH AS BUT NOT LIMITED TO; SPRINKLER HEADS, SPEAKERS, FIRE ALARMS, WATER SPIGOT, OUTLETS, SMOKE DETECTORS, ETC…
5. REPLACE ALL LIGHT FIXTURES & SUPPLY REGISTERS/RETURN VENTS.
6. INSTALL OWNER SUPPLIED TOILET ACCESSORIES: TOILET PAPER HOLDER, PAPER TOWEL DISPENSERS, SANITARY DISWPOSAL & SOAP DISPENSER.
7. INSTALL NEW & EXG TOILET ACCESSORIES SUCH AS BUT NOT LIMITED TO MIRRORS, GRAB BARS, and DIAPER CHAINGING TABLES.
8. REPLACE URINAL WASTE LINE AS SHOWN ON PLANS.
9. INSTALL ADDITIONAL CLEAN OUT PER BATHROOMS AS SHOWN.
10. PAINT BATHROOMS DOORS, REMOVE EXG KICK/MAP AND REPLACE WITH NEW; ADD WALL DOOR STOP PER NOTED ON THE PLAN.

Project Location: Louisville

More Details

RFB-34-26 Exterior Repairs Various Buildings Department for Facilites and Support Services

RFB-34-26 Exterior Repairs Various Buildings Department for Facilites and Support Services

Estimate:
$1,567,651.00

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

The scope of this project encompasses the selective demolition and subsequent renovation of eight (8) exterior concrete stairs/ramps within three building areas in Frankfort, KY. The building locations include three (3) sites at Building 1 (the CHR and Health Services Building, two (2) sites at Building 2 (the Historical Society Building) and three (3) sites at Building 3 (the State Office Building).
Building 1: Site A- Approx. 1,600 sf, Site B- Approx. 700 sf, Site C- Approx. 1,200 sf
Building 2: Site D- Approx. 2,350 sf, Site E- Approx. 1,000 sf
Building 3: Site F- Approx. 7,000 sf, Site G- Approx. 2,010 sf, Site H- Approx. 2,700 sf
Scope includes site clearing and selective demolition, new concrete paving and stairs, salvage and reinstall of brick pavers, new handrails and guardrails, and site restoration.
All sites where concrete is recommended to be replaced, the design team has considered durable replacement options related to concrete mix, reinforcing and rail embedment. High performance concrete mix with additives, sealers, non-corrosive reinforcement and proper design for drainage will be used to increase the lifespan compared to standard concrete stairs using typical mix.
Work at Site A, Building 1 and Sites F-H, Building 3, shall follow The Secretary of the Interior Standards for the Treatment of Historic Properties. The work here includes salvage and reset existing granite treads as indicated on drawings at site A. Selective granite crack repair and patch/repair existing limestone veneer at sites F,G and repointing adjacent historic materials to new concrete stair replacement at sites F, G and H.
Text is intended to give overview of work and not be all inclusive of all details. See drawings and specifications for all details of contract.

Project Location: Frankfort

More Details

RFB-32-26 EDU – KSB Greenhouse Classroom

RFB-32-26 EDU – KSB Greenhouse Classroom

Estimate:
$195,549.00

Estimated Length of Project:
90 (Substantial Completion) + 8 (Final Completion)

This project consists of providing and installing a new greenhouse for the Kentucky School for the Blind Campus located at 1867 Frankfort Avenue, Louisville, KY 40206.
1.Green House kit ADA accessible with:
a.Polycarbonate walls/ceilings.
b.Lockable door.
c.Ventilation systems.
d.Shade Cover – mechanically controlled.
2.Added to the Green House kit:
a.Lighting & power tower for workstations.
b.Concrete pad for the green house.
c.Entrance concrete pad surrounded by chain-link fence with lockable gate.
d.Trench drain on both long side of the green house.
e.(1)water spigots for the hose/mister.

Project Location: Louisville

More Details

RFB-23-26 RE-AD RFB-255-25 Parks – CC -Sewer Upgrades, Ph3

RFB-23-26 RE-AD RFB-255-25 Parks – CC -Sewer Upgrades, Ph3

Estimate:
$4,430,000.00

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

Construction of wastewater treatment plant improvements and site improvements. Scope includes electrical upgrades, screening structure and mechanical screen with isolation gates, aerators for the oxidation ditch, concrete clarifier splitter box with weir gates, two secondary concrete clarifiers with rotating mechanisms and telescoping valves, concrete UV disinfection equipment and structure with effluent weir, backfill lagoons, control building, site work, RAS/WAS pump station and valve vault, scum pump station and valve vault, and temporary storage and/or treatment of wastewater during oxidation ditch improvements.

Project Location: Olive Hill

More Details

Bells Lane Odor Mitigation – EQ and HRT

Bells Lane Odor Mitigation – EQ and HRT

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Bells Lane Odor Mitigation – EQ and HRT, Contract No. 17288, Budget ID No. H25053, Drawing Record No. / Sheet No. 17288/1-19, until 11:00 AM, Local Time, Tuesday, August 26th, 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: 240 983 660#.

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 provides for the construction of installation of approximately 250 linear feet of 10-inch water main; 760 linear feet of 8-inch water main, 525 linear feet of 4-inch water main; booster pump station; 13 water cannons; and appurtenant work.. 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. Wednesday, August 6, 2025, 11:00 AM Local time on site, Bell’s Lane WWTF, 4014 Bells Lane, Louisville, KY 40211. A walkthrough of the site will follow the pre-bid meeting.

The Engineer’s Construction Cost Estimate for this project is between $1,000,000.00 and $2,000,000.00.

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

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

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

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

MSD SUPPLIER DIVERSITY PROGRAM: Applicable

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

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

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

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

MSD BID DISCOUNT: Not Applicable

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

Construction Services:
Construction-related Services:

LOCAL LABOR COMMITMENT PREFERENCE: No

COMMUNITY BENEFITS PROGRAM: 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

FFWQTC Office HVAC Replacement Project

FFWQTC Office HVAC Replacement Project

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of the FFWQTC Office HVAC Replacement project, Contract No. 17307, Budget ID No. D25049, Drawing Record No. / Sheet No. 1-25, until 11:00 AM, Local Time, Thursday, August 28, 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: 522 370
945#
.

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: he principal features of the Work to be performed under this Contract include, but are notlimited to the following:

1. Selective Demolition:

a. Remove existing rooftop HVAC units, interior AHU components, supply/return ductwork,
piping, controls, and associated electrical feeders.

b. Remove portions of acoustic ceilings, soffits, roof curbs, pads, and exterior metal panels
as needed for new work.

2. Mechanical:

a. Furnish and install new packaged rooftop equipment, ductwork, hydronic and condensate
piping, insulation, dampers, fire-stopping at penetrations, vibration/seismic supports,
equipment pads, and automatic DDC controls.

b. Provide testing, adjusting, and balancing (TAB) of new and existing systems.

3, Existing HVAC System Cleaning:

a. Clean, disinfect, and verify existing supply/return ductwork and plenums scheduled to
remain.

4. Coatings and Protection:

a. Apply factory/field anticorrosion coatings to new coils, circuitry, and exposed HVAC
metals as specified.

5. Electrical:

a. Provide new feeders, branch circuits, disconnects, VFDs, panel modifications, grounding,
and lighting revisions required for HVAC equipment and ceiling work.

6. Architectural:

a. Patch and trim new duct penetrations through the exterior soffit; install new exterior louver/
trim assemblies.

b. Remove and reinstall acoustical panel ceilings disturbed by mechanical/electrical work;
replace damaged components.

7. Commissioning and Closeout:

a. Start-up, testing, and TAB of all new HVAC systems.

b. Provide demonstration and training for Owner staff.

c. Deliver O&M manuals and record documents.

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

There will be a mandatory pre-bid meeting held for this project. The meeting will take place at the FFWQTC located at 1100 Blue Heron, Louisville, KY 40272, on Thursday, August 14, 2025 at 11:00 am. We will meet in the conference room,

The Engineer’s Construction Cost Estimate for this project is between $300,000.00 and $500,000.00.

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

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

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

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

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

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

MSD SUPPLIER DIVERSITY PROGRAM: Applicable

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

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

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

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

MSD BID DISCOUNT: Applicable

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

Construction Services: X
Construction-related Services:

LOCAL LABOR COMMITMENT PREFERENCE: No

COMMUNITY BENEFITS PROGRAM: No

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

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, KY

More Details

RFB-35-26 DMA – RAVENNA RC ENVELOP RESTORATION

RFB-35-26 DMA – RAVENNA RC ENVELOP RESTORATION

Estimate:
$523,842.00

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

The intent of this project is to eliminate water infiltration at various points of the building envelope, repair the existing façade damage, and evaluate and/or repair existing structural components. Remove stains, mold, and mildew from all exterior brick. Pressure wash the brick. Tuckpoint select areas of existing mortar joints. Remove, clean and reinstall existing cast metal characters on the front of the building. Replace and paint exterior hollow metal doors and frames and associated hardware. Replace selected exterior aluminum windows. Replace selected existing exterior lintels. Provide new backer rod and sealant to all existing exterior brick veneer control joints. Evaluate the existing exterior wall counterflashing to ensure that brick veneer is allowed to weep. Demo the existing mechanical louvers that served the past unit ventilators and infill the opening with masonry, paint.

Project Location: Revenna

More Details

RFB-33-26 DMA – RAVENNA RC ROOF RESTORATION

RFB-33-26 DMA – RAVENNA RC ROOF RESTORATION

Estimate:
$566,942.00

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

The intent of this project is to replace the existing roof materials and provide a new roof cover and new metal copping flashing and downspouts.

Project Location: Ravenna

More Details

RFB-29-26 EEC-AML-24006AMLBAML

RFB-29-26 EEC-AML-24006AMLBAML

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

This Site will consist of the removal of an existing silt pond. The construction of 2 each Silt Trap (Rock) to catch silt during the removal of silt pond, then taken out. The construction of 140 linear Foot of Class III Ditch 4’ Flat Bottom along spillway of pond. The installation of 350 LF of Concrete Block-Tied Mat in drain way to promote positive drainage. The construction of 36” HDPE pipe in access road and 2 each slopped and flared headwalls.
Mobilization is setup to provide for construction equipment to be delivered to the site. Site Prep is included, at the site for reclamation and material storage. Revegetation is included for all revegetation efforts within the site. Grout is included to seal up the Standpipe for the pond. Roadway Stone are included to provide for access during normal reclamation. Bituminous repair is included to replace IN KIND and surfaces disturbed. Earthwork work bid item is included to excavate pond dam and other areas as directed by the ENGINEER. Material will be wasted in pond area.

Project Location: Letcher County

More Details

RFB-28-26 EEC-AML-23088AMLBAML

RFB-28-26 EEC-AML-23088AMLBAML

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

This project will create approximately 0.8 acres of disturbance within project boundaries encompassing approximately 1.5 acres. Reclamation actions under this project will include:
• Excavation to bedrock of a landslide that deposited debris on the house seat immediately adjacent to the Duncan Boggs residence
• Clearing of the perimeter drainage ditch from an existing 24” corrugated metal pipe (CMP) culvert beneath the Boggs residential access drive around the house.
• Cleanup of mudflow debris from around the Boggs residence, which was deposited as a result of landslide movement.
• If necessary, the existing 24” CMP driveway culvert will be replaced with a 24” HDPE culvert, with concrete headwalls.

Project Location: Letcher County

More Details

RFB-26-26 23129AMLBAML

RFB-26-26 23129AMLBAML

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

The project will correct drainage and install sediment control in the intermittent drain behind the home. An old 0.7-acre slide has on a hillside above the Scalf residence and sent material flowing down approximately 620-ft of the ephemeral-intermittent drain but has since since stabilized. Material that has flowed into the yard has been previously cleaned up by the landowner.
Project limits include 4.75 acres, with an expected disturbance of 2 acres within project boundaries. Project limits for the offsite waste area includes 4 acres, with an expected disturbance of 1 acre. Within the stable area, a total of 0.1 acres of trees will be disturbed including two trees 5”-8” DBH in the area of the gabion weir installation, and several smaller trees along the ditch line. No trees will be disturbed at the waste area.
The project will involve rehabilitation of an existing ditch from the drain along the edge of the property to the corner of the driveway, where it enters a larger existing drain, which outlets into Jim Maynard Branch. A ditch and subdrain on the opposite side of the yard, opposite the existing ditch will be installed to carry water from the slope into the same stream. In addition, two gabion weirs will be constructed in the drains above the home upstream of the installed ditch to control the flow during heavy runoff events and provide sediment control. The yard that was previously filled with mudflow will be graded to slope towards the ditches and will be reseeded to AML specifications. Existing water bars in yard will be re-established as ECB ditches. All excess excavated materials will be placed at the offsite waste area.

Project Location: Floyd County

More Details

CSO Fall Protection

CSO Fall Protection

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of CSO Fall Protection, Contract No. 17314, Budget ID No. A25284, Drawing Record No. / Sheet No. 1-3, until 10:00 AM, Local Time, Tuesday, August 26th, 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: 127 033 402#.

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 Davit Crane mount sleeves and reinforced concrete piles at 4 CSO locations. 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 on Microsoft Teams at 10:00 A.M. Local Time, Tuesday, August 5th, 2025.

Microsoft Teams Meeting Link (Please copy and please link into your Browser):

https://teams.microsoft.com/l/meetupjoin/19%3ameeting_N2IwODNhODYtNDAyZC00MmYzLTg1MmItOTMyNzJlMTgwYjVi%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

Non-mandatory site visits for the remaining project locations will follow, starting at 1001 E Broadway at 11:00 A.M. Local Time, August 5th, 2025. Subsequent site visits will follow, starting with the end of Saunders Ave, then Grinstead just before the 64W entrance, then 2120 Newburg Road. PLEASE NOTE: This will be the only time non-MSD personnel will be able to access the CSO 109 site at 2120 Newburg Road.

The Engineer’s Construction Cost Estimate for this project is between $100,000.00 and $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 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: Not Applicable

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

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

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

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

MSD BID DISCOUNT: Applicable

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

Construction Services: X
Construction-related Services:

LOCAL LABOR COMMITMENT PREFERENCE: No

COMMUNITY BENEFITS PROGRAM: No

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

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, KY

More Details

RFP UK-2541-26 MRO Services

RFP UK-2541-26 MRO Services

This Request for Proposals (RFP) is for the University of Kentucky to establish Price Contracts for
the furnishing of all labor including supervision, materials, supplies, tools, appliances, equipment,
permits, inspections, bonds (if deemed necessary), and any additional services necessary for
maintenance and repairs for The University of Kentucky and its affiliates. The Successful
Contractors should be capable of providing qualified (licensed) and skilled tradesmen as required.

Project Location: Lexington, Kentucky

More Details

RFB-25-26 23091 AMLBAML AML Project

RFB-25-26 23091 AMLBAML AML Project

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

Debris from a refuse fill (already lubricated by portals on the hillside) washed out during a rain storm and dumped material into the yard of a resident. This material disrupted drainage throughout the hollow along Scrapshin Branch Road and damaged the entrance to another residence. The proposed project consists primarily of installing pipes and ditches to restore proper drainage and constructing a gabion retaining wall to stabilize the hillside below the upper residence.

Project Location: Letcher County

More Details

Hill Street Main Office Renovation – 4th Floor & Bathrooms Project

Hill Street Main Office Renovation – 4th Floor & Bathrooms Project

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of the Hill Street Main Office Renovation – 4th Floor & Bathrooms project, Contract No. 17308, Budget ID No. A25308, Drawing Record No. / Sheet No. 1-17, until 11:00 AM, Local Time, Tuesday, August 19, 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: 718 841 236#.

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

Description and location of Project: The principal features of the Work to be performed under this Contract include, but are not limited to the following:

1. Installation of ceiling tile and grid
2. Installation of carpet tiles
3. Install vinyl plank flooring
4. Installation of vinyl composite tiles
5. Drywall and Dry wall patching
6. Carpentry (Framing, solid core doors, store front doors)
7. Electrical wiring
8. lighting
9. Painting
10. Plumbing modifications to restroom drain and supply lines
11. Restroom tile patches
12. Installation of restroom stall partitions, toilets, basins, and casework.
13. Demolition of restroom (toilets, basins, partitions), old carpet tiles and curbing,
14. Disposal of designated furniture.

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

There will be a mandatory pre-bid meeting held for this project. The meeting will take place at the New MSD Main Office Building located at 15th and Hill Streets, Louisville, KY 40210, on Tuesday, August 5, 2025 at 11:00 am. We will meet in the lobby of the building.

The Engineer’s Construction Cost Estimate for this project is between $200,000.00 and $500,000.00.

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

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

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

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

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

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

MSD SUPPLIER DIVERSITY PROGRAM: Applicable

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

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

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

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

MSD BID DISCOUNT: Applicable

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

Construction Services: X
Construction-related Services:

LOCAL LABOR COMMITMENT PREFERENCE: No

COMMUNITY BENEFITS PROGRAM: No

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

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, KY

More Details

Pond Creek Flood Pump Station Water Line Project Re-bid

Pond Creek Flood Pump Station Water Line Project Re-bid

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Pond Creek Flood Pump Station Water Line Project, Contract No. 17290, Budget ID No. F25128, Drawing Record No. / Sheet No. 17290/1-6, until 10:00 AM, Local Time, Tuesday, August 19, 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: 860
189 418#
.

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 2468 + LF of 6-inch water line and other appurtenance work. All work shall be done in accordance to MSD’s Standard Specifications.

There will be a non-mandatory pre-bid meeting held for this project. The pre-bid meeting will be held on Tuesday, August 5, 2025 at 2:00 PM at the Pond Creek Flood Pump Station/7805 Stites Station Road (Highway 44), West Point, KY 40177.

The Engineer’s Construction Cost Estimate for this project is between $400,000.00 and $500,000.00.

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

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

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

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

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

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

MSD SUPPLIER DIVERSITY PROGRAM: Applicable

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

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

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

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

MSD BID DISCOUNT: Applicable

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

Construction Services: X
Construction-related Services:

LOCAL LABOR COMMITMENT PREFERENCE: No

COMMUNITY BENEFITS PROGRAM: No

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

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, KY

More Details