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

RFB-259-25 KHP – Replace Competition Barns and Stalls BP-1

RFB-259-25 KHP – Replace Competition Barns and Stalls BP-1

Estimate:
$9,892,609.00

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

BP-1 scope is to provide three new Hybrid Style barns (Barn A, B, and I, with J as an Alternate. The modular stalls and interlocking stall mats will be part of BP-2. Each barn is to have a conventional steel frame, with Pre-Engineered Metal Building components for the reminder of the structure, purlins, metal wall panels, metal roof panels and any miscellaneous framing required to support the roof or wall panels is to be by the Pre-Engineered Metal Building provider. These include but are not limited to: Roof purlins, base or top angles, wall girts and struts. There will be several rooms constructed at each end of each barn and will be constructed of CMU or concrete with a concrete cap over a portion of the spaces. The CMU and concrete is to be painted with an industrial urethane enamel paint. An existing transformer will serve Barns A and B, and is to remain in place. Another existing transformer is to be relocated to serve the new barns I and Alternate J. New lighting, HVAC, and plumbing is to be provided for each barn as per the contract documents. The BP-1 General Contractor is responsible for coordinating with the BP-2 General Contractor for scheduling and installation of the new custom modular stalls and mats, as part of the BP-2 scope. 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-260-25 KCTCS – Lighting Upgrades Preston Arts Center – Henderson CC

RFB-260-25 KCTCS – Lighting Upgrades Preston Arts Center – Henderson CC

Estimate:
$780,000.00

Estimated Length of Project:
02/27/26 (Substantial Completion) + 03/23/26 (Final Completion)

This project consists of Lighting Upgrades within the Preston Arts Center on the HCC campus in Henderson Kentucky.
A. This project includes:
1. Disconnection and removal of the existing dimming system and control circuits within the auditorium of the Preston Arts Center.
2. Installation of new distribution equipment and associated feeder circuits.
3. Installation of a new state-of-the-art dimming system, theatrical LED lighting fixtures, control equipment and all required circuits.
4. Feeding existing house lighting fixtures from the new dimming system.
5. Interconnecting the emergency power distribution system with the new dimming system and existing house lighting fixtures as required to provide emergency egress lighting within the auditorium space.
6. Interconnecting the building fire alarm system with the new dimming system and existing house lighting fixtures as required to provide emergency egress lighting within the auditorium space whenever there is a general fire alarm condition.

Project Location: Henderson

More Details

RFB-261-25 KSP – Post 8 HVAC Improvements

RFB-261-25 KSP – Post 8 HVAC Improvements

Estimate:
$499,125.00

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

Mechanical: Remove completely the existing central air handling system, supply ductwork, and electric duct heaters. Provide new DX heat pump split systems and new supply ductwork to heat/cool the building. Replace rooftop restroom exhaust fans and provide a new IT room ductless mini-split system.
Electrical: Replace all interior lighting with new LED light fixtures and occupancy sensing lighting controls. Replace acoustic lay-in ceiling throughout the building to accommodate duct and equipment installation. Also, replace the existing central fire alarm system with a new addressable type central fire alarm system, including new audible & visual notification devices.

Project Location: Morehead

More Details

City of Bradfordsville – Sidewalk Replacement and Storm Sewer Upgrades

City of Bradfordsville – Sidewalk Replacement and Storm Sewer Upgrades

This contract consists of installing approximately 450 L.F. of 24” HDPE Storm Sewer, 35
L.F. of 18” HDPE Storm Sewer, 16 L.F. of 12” HDPE Storm Sewer, and all other
necessary appurtenances including 8 associated drop boxes and 1 headwall. Also, if
funds allow, included in the project is the removal and replacement of roughly 340
square yards of concrete sidewalk and the construction of 77 L.F. of concrete paved
ditch.

Project Location: Bradfordsville, Kentucky

More Details

Simpson County Board of Education – FSHS Baseball & Softball Improvements

Simpson County Board of Education – FSHS Baseball & Softball Improvements

This project consists of improvements to the FSHS Baseball and Softball Fields for the Simpson County Board of Education.

Project Location: Franklin, Kentucky

More Details

RFB-258-25 CHFS – WSH – Campus-Wide Roof Replacement

RFB-258-25 CHFS – WSH – Campus-Wide Roof Replacement

Estimate:
$1,465,500.00

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

This project consists of the removal and replacement of existing roof systems on 5 separate buildings. All areas are to be demolished down to the existing roof decks and replaced. New shingle roofs will be applied to buildings 20 & 78; new 2-ply modified bitumen membrane roofs will be applied to buildings 31, 33, & 48.
New Shingle rooves will have ice & water at all penetration flashings & at area perimeters which shall extend over rakes & eaves. All new metal flashings & edging will be of pre-finished material.
New 2-ply mod-bit rooves will be over 2 layers of 2.2” rigid insulation & ½” cover board. Tapered insulation shall be used at all drainage crickets & saddles. New coping cap, expansion joint, & control joint flashings shall be pre-finished metal and installed at existing locations. New waterheads, downspouts, & splash pans/splash blocks shall be provided where downspouts do not empty into drain boots.

Project Location: Hopkinsville

More Details

RFB-257-25 KSP-KEWS Tower New Shelters – E2

RFB-257-25 KSP-KEWS Tower New Shelters – E2

Estimate:
$1,540,725.00

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-251-25 KVA – KVCW Columbarium Wall Expansion

RFB-251-25 KVA – KVCW Columbarium Wall Expansion

Estimate:
$615,628.00

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

The Kentucky VA Cemetery West Columbarium Expansion is located at the existing Veterans Administration Cemetery in Hopkinsville, Kentucky at 5817 Ft. Campbell Blvd, Hopkinsville, Kentucky. The work shall consist of the expansion of a Columbarium area that will consist of earthwork to establish the grades for the expansion area, construction of a plaza area for the new columbarium walls, construction of precast concrete columbarium walls including necessary foundations for 900 new columbarium niches, columbarium wall veneers, site furnishings, finish grading and turf establishment.

Project Location: Christian County

More Details

RFB-253-25 Columbarium Wall Expansion Kentucky Veterans Cemetery Central Department of Veterans Affairs

RFB-253-25 Columbarium Wall Expansion Kentucky Veterans Cemetery Central Department of Veterans Affairs

Estimate:
$568,929.29

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

The Kentucky VA Cemetery Central Columbarium Expansion is located at the existing Veterans Administration Cemetery in Radcliff, Kentucky at 2501 North Dixie Boulevard, Radcliff, Kentucky. The work shall consist of the expansion of a Columbarium area that will consist of earthwork to establish the grades for the expansion area, construction of a plaza area for the new columbarium walls, construction of precast concrete columbarium walls including necessary foundations for 1,120 new columbarium niches, columbarium wall veneers, site furnishings, finish grading and turf establishment.

Project Location: Hardin County

More Details

RFB-256-25 Parks-CO-Campgrounds-East-Parks – GO, YL

RFB-256-25 Parks-CO-Campgrounds-East-Parks – GO, YL

Estimate:
$1,297,488.00

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

At Greenbo Lake State Park Campground- Site renovation includes site clearing and erosion control, earthwork related to adding new pull-thru campsites and expanding existing campsites, asphalt milling and resurfacing, new asphalt pavement, new water line distribution throughout the campground with new campsite hydrants, replacement of the existing campground sanitary dump station and site restoration.
At Yatesville Lake State Park Campgound- site work includes installation of new isolation valves to the existing campground waterlines. New plumbing fixtures are to be included in the existing bath house.

Project Location: Greenup & Louisa

More Details

RFB-254-25 CHFS – OAK – Replace Exhaust Fan

RFB-254-25 CHFS – OAK – Replace Exhaust Fan

Estimate:
$ 87,500.00

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

Project shall include the replacement of the kitchen hood exhaust fan and the associated ductwork. The hood and exhaust louver shall remain for reuse. Existing hood controls shall be reused to enable exhaust fan.

Project Location: Somerset

More Details

RFB-255-25 Parks – CC -Sewer Upgrades, Ph3

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

RFB-250-25 Facility Building 400, 401 & 406 Renovations Capital City Airport Kentucky Transportation Cabinet

RFB-250-25 Facility Building 400, 401 & 406 Renovations Capital City Airport Kentucky Transportation Cabinet

Estimate:
$503,323.00

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

Building 400: The restrooms are receiving architectural finish upgrades, new restroom accessories and partitions. Plumbing fixtures and light fixtures will be replaced.

Building 401: The restrooms are being reconfigured and modernized. Existing exhaust air, supply air, lighting, and power systems will be modified to accommodate the new floor plan. New plumbing fixtures, bathroom accessories, partitions and finishes will be provided in each restroom. Provide new floor finishes, new base and wall finish as indicated on plans.

Building 406: Plumbing scope is limited to temporarily removing and then reinstalling floor mounted fixtures to accommodate new architectural flooring. Demo existing floor finishes and resilient base on both floors and replace with new epoxy floor and lvt flooring and resilient base as indicated on plans.

Project Location: Frankfort

More Details

Kavanaugh Road Pump Station Elimination

Kavanaugh Road Pump Station Elimination

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of the Kavanaugh Road Pump Station Elimination, Contract No. 17066, Budget ID No. H09171, Drawing Record No. / Sheet No. 17066/1-32, until 10:00AM, Local Time, Tuesday, June 3, 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: 512 800 989#.

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 1,390 linear feet of 8-inch sewer; 1,100 linear feet of 12-inch sewer, 230 linear feet of 15-inch sewer; 5,360 linear feet of 18″ sewer; 1,170 linear feet of 21-inch sewer; 39 sanitary manholes; erosion prevention and sediment control; stream restoration; decommissioning of the Kavanaugh Road Pump Station; and appurtenant work. All work shall be done in accordance to MSD’s Standard Specifications.

There will be a mandatory pre-bid meeting held on Microsoft Team for this project. 10:00 AM, Tuesday, May 13th, 2025.

Microsoft Team Link:

https://teams.microsoft.com/l/meetup-join/19%3ameeting_Y2QwNDkxODYtNmU5My00YzdiLThiMzEtNGFiZjFhMTBkMTBi%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 $7,500,000.00 and $9,000,000.00.

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: 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

Morris Forman Water Quality Treatment Center (MFWQTC) DAFT Rehabilitation

Morris Forman Water Quality Treatment Center (MFWQTC) DAFT Rehabilitation

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Morris Forman Water Quality Treatment Center (MFWQTC) DAFT Rehabilitation, Contract No. 17272, Budget ID No. D17039, Drawing Record No. / Sheet No. 17272, until 11 A.M., Local Time, June 5, 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: 545 636 595#.

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

Description and location of Project: This project includes demolition of equipment in the OGA Courtyard, replacement of existing process equipment located within eight (8) DAFT tanks, replacement of piping (process water/ sludge recycle suction/discharge) and valves in the Pump Room, replacement of sludge recycle pumps in the Pump Room, replacement of existing polymer day storage tanks and polymer batch storage tank, modification to polymer piping to provide flushing connections within Polymer Room to minimize clogging, replacement of polymer discharge pumps in the Polymer Room, replacement of polymer dilution skids in the Polymer Room, structural improvements to DAFT tanks, addition of an odor control system in the DAFT Tank area, architectural improvements such as replacement of existing aluminum handrails in DAFT Room and improvements to existing doors in the project area, electrical improvements such as demolition and replacement of existing MCC-P11 and associated electrical improvements to replaced process equipment, I&C improvements such as demolition and replacement of existing PLC panels in Polymer Control Room, replacement of eight rotameters with magnetic flowmeters located in the Polymer Room, and HVAC improvements such as replacement of ductwork, diffusers, grilles, insulation in the project area, together with all associated and appurtenant work as shown as in the Contract Documents. The project is located at Morris Forman WQTC at 4522 Algonquin Parkway, Louisville, KY 40211 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 pre-bid meeting will be held at Morris Forman WQTC Administrative building located at 4522 Algonquin Parkway, with site walk to follow at 9:00 A.M., Local Time, May 15, 2025.

The Engineer’s Construction Cost Estimate for this project is between $16,500,000.00 and $20,500,000.00.

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 Caleb Priddy. 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: Not Applicable

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

Construction Services: x
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

RFB-235-25 RE-AD RFB-273-23 KRA – Lock 2 Guidewall Project

RFB-235-25 RE-AD RFB-273-23 KRA – Lock 2 Guidewall Project

Estimate: $6,447,000.00

Estimated Length of Project: Lock 2 11/27/2025 Lock 3 11/28/2026 (Substantial Completion) + 30 (Final Completion)

Project Description: The BASE BID Work shall include demolition of the existing Upper Guide Walls at both Kentucky River Locks 2 and 3 and the construction of new Upper Guide Walls consisting of sheet pile walls with tie-back anchors. These sheet pile retaining walls will be constructed along the same baseline as the current guide walls upstream from the lock chambers as shown on the Drawings. The BASE BID Work will also consist of site preparation, erosion and sedimentation control with fluctuating river levels, construction access, selective demolition, dredging, earthwork, constructing tie-ins to existing lock features, slope construction and protection, temporary shoring, drainage improvements, and site grading and restoration work.
Demolition work at Lock 2 shall include the Upper Guide Wall and Upper Guide Wall Extension. The replacement Upper Guide Wall at Lock 2 will feature a tie-back anchor system to stabilize the new Upper Guide Wall and the adjacent slope up to state route KY-389. This anchor system will include an earth-retaining sheet pile wall at the base of the slope with tie-backs anchored into the bedrock. A Contractor designed temporary bracing and/or monitoring system is required. The construction will also include a concrete sidewalk with mooring pins along the edge of the newly constructed guide wall, earthwork and slope regrading, and stone slope protection.
Demolition work at Lock 3 shall include the Upper Guide Wall. The replacement Upper Guide Wall at Lock 3 will feature a tie-back anchor system to stabilize the new Upper Guide Wall. This anchor system will include an earth-retaining sheet pile wall at the base of the slope with tie-backs anchored into a sheet pile anchor wall. The construction will also include a concrete sidewalk with mooring pins along the edge of the newly constructed guide wall, earthwork and slope regrading, and drainage improvements.

Project Location: Henry County

More Details

RFB-243-25 KSP-Pine Ridge Tower Replacement

RFB-243-25 KSP-Pine Ridge Tower Replacement

Estimate:
$457,007.00

Estimated Length of Project:
Phased Completion Dates (Substantial Completion) + Phased Completion Dates (Final Completion)

The Kentucky State Police is proposing to build a new communications tower site named 0805 Pine Ridge. The new structure will be a 250’ tall latticed steel self-supporting tower designed to accommodate a future 50’ extension. The tower site will require a new equipment shelter, generator, and propane tank.
This project involves installing structural foundations, erecting the new tower, installing all necessary site components, and completing all exterior improvements per the project drawings. The new tower steel and hardware, equipment shelter, generator, and automatic transfer switch (ATS) will be provided by the Kentucky State Police. The contractor is responsible for the transportation and delivery of all site components to the project location. The contractor is responsible for the coordination of delivery and receipt of the new tower steel and hardware from the tower manufacturer.
The project also includes the demolition of a self-supporting tower in the same location of the new tower site and the demolition of a guyed tower and compound at a different site location. These demolition efforts cannot begin until the Kentucky State Police successfully installs their communication equipment on the newly erected tower.

Project Location: Pine Ridge

More Details

RFB-245-25 Re-Ad of RFB-95-25 KCTCS-Expand Leitchfield Campus – Elizabethtown CTC

RFB-245-25 Re-Ad of RFB-95-25 KCTCS-Expand Leitchfield Campus – Elizabethtown CTC

Estimate:
$6,448,284.00

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

The expansion of the Elizabethtown Community and Technical College Leitchfield campus will
construct a new single story, standalone 16,733 SF building directly west of the current sole campus building.
This new facility will house Industrial Maintenance Labs, Nursing and Health Science Labs, new classrooms and an open office administration suite with a workroom and conference room.
Exterior wall construction will consist of loadbearing CMU and structural steel on reinforced concrete stem wall and spread footings. Spray foam insulation with brick and metal wall panel comprise the exterior skin of the building. The roof system will be 2-ply SBS roofing over low-slope tapered polyiso insulation board to internal roof drains on level roof structure. Interior walls will be a combination of CMU bearing walls and metal stud with gypsum board. Flooring will be a combination of VCT, sealed concrete and ceramic tile flooring. Ceilings will be primarily acoustic lay-in tiles accented by gypsum board soffits and bulkheads.
Heating and cooling are provided by water source heat pumps supported by boilers and a fluid cooler. Ventilation is provided by a dedicated outside air unit. Domestic hot water is provided by a gas water heater.

Project Location: Leitchfield

More Details

RFB-241-25 DOC – KCIW- Main Building Window Replacement Ph 2

RFB-241-25 DOC – KCIW- Main Building Window Replacement Ph 2

Estimate:
$2,008,000.00

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

The project consists of 1. The removal of 68 existing detention windows, including masonry at lintels, flashing, and steel lintels at window heads., 2. Installation of new detention windows, including new masonry to match the existing, new flashing, and new steel lintels at new windows., 3. Repair of damaged edges of concrete wall panels & 4. Applying water repellant coating to removed/ replaced masonry at window replacement areas.

Project Location: Peewee Valley

More Details