KCTCS-ECTC Occupational Technology Building 100 Phase 1B
KCTCS-ECTC Occupational Technology Building 100 Phase 1B
NOTE: INFORMATION HAS BEEN PROVIDED REGARDING PHASE 1A FOR REFERENCE ONLY.
PHASE 1A IS CURRENTLY UNDER CONTRACT AND NOT TO BE INCLUDED IN THIS PHASE OF
BIDDING.
The Elizabethtown Community & Technical College Occupational Technology Building Renovation Phase 1 will be
for a 38,000 square foot renovation to address crucial upgrades to the building’s infrastructure, including electrical,
mechanical, and plumbing systems, a new interior layout to the floor plan, and modernizing the exterior envelope.
The new building layout will expand training spaces for Welding, CAD, Electrical Technology, and Robotics,
including new classrooms & labs plus providing updated accessible restrooms and a new I.T. suite to serve the
campus. The entire facade will be re-clad with new metal panels, storefront & curtain walls, and brick veneer. There
are focused sections of the roof that get replaced or patched. All areas within the boundary identified as Phase
1B applicable to the building are to be bid as Phase 1B.
OTB 100 will receive a new 13,500 square foot Advanced Manufacturing Center addition that will serve as a
cutting-edge hub for Machine Tooling, Computerized Manufacturing, & Industrial Maintenance programs. The
addition will feature an open-lab concept, a series of flexible classrooms, public restrooms and mechanical space which was previously bid as Phase 1A in its entirety.
The sitework to the North and West of the project will feature new paving and a new road connection to the adjacent
parking lot previously bid as Phase 1A in its entirety.
The mechanical system will be VAV with two central AHUs using chilled water from existing chiller in adjacent
building RPC and hydronic boilers for VAV reheat. 480V, 3-phase electrical service will be provided with utility
transformers in a new location, and a new main distribution panel will be in a new electric room. The building will
be fully sprinklered. Phase 1B controls have been accepted as an Alternate to Phase 1A bidding and will not
be bid within this Phase.
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.
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.
Oldham County Schools – Annex and Transportation Roof Replacement
Oldham County Schools – Annex and Transportation Roof Replacement
Replace existing metal roof system on Annex and Transportation buildings
with new prefinished metal standing seam roof system, gutters, downspouts,
trim, flashing, snow guards, metal walkway system, etc..
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.
City of Glasgow – Barren County YMCA Senior Aerobic Addition
City of Glasgow – Barren County YMCA Senior Aerobic Addition
The intent of this project is to construct and addition to the Barren County YMCA to
function as a senior aerobics room. The addition will also serve as a flex space for senior
events, and will have a dedicated table and chair storage. Refer to the construction
documents for specific details, but generally, the project is a 2,811 square foot addition
consisting of IIB construction.
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.
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.
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
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.
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.
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
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.
CC-392B-26 William Cherry Expo Center Restroom Renovations
CC-392B-26 William Cherry Expo Center Restroom Renovations
The project is for the Phase III Expo Center Renovations. Project consists of selective demolition of
facility restrooms including toilet partitions, finishes, ceilings, plumbing fixtures, mechanical
equipment, and lighting fixtures. Project also include the installation of concrete masonry unit walls,
hollow metal door and frames, acoustic ceiling panel system, rubber wall base, interior painting,
toilet partitions and accessories, new plumbing fixtures, new mechanical equipment and new lighting
fixtures.
City of Lebanon – Wastewater Treatment Plant Improvements – Contract 1
City of Lebanon – Wastewater Treatment Plant Improvements – Contract 1
Separate sealed Bids for the construction of WWTP and System Improvements – Contract 1 – WWTP Improvements and Contract 2 – Wastewater Collection System Improvements. Contract 1 consists of upgrading oxidation ditch, new clarifier, new splitter box, new aerobic digester, new RAS pumps, new WAS pumps, new scum pump station and all related appurtenances as shown on the DRAWINGS and described in the SPECIFICATIONS.
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.
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.
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.
The Kentucky Community and Technical College System, Office for Facilities Support Services, on behalf of
Gateway Community and Technical College (GCTC) desires to procure professional engineering services and an
associated project team to accomplish a HVAC Upgrades to the following buildings on multiple campuses of the
Community and Technical College.
Buildings on the Boone, Edgewood and Urban Metro Campuses of the College, including the Classroom
and Training Center, Center for Advanced Manufacturing Building, Bookstore & Maintenance Building, Student
Services Building, Nursing & Allied Health Building, Transportation Technologies Center,
Technology/Innovation/Enterprise Building.
The Consultant will be asked to evaluate all project scopes, as indicated above, and provide cost estimates
for the necessary work during Phase A of the project. The final scope of the project will be determined during
Phase A design of this project.
A previously completed study is included as an attachment.
The BCTC – New CL RM BLDG will be for the construction of a new four-story, 87,352 gross square foot facility
on the Bluegrass Community and Technical College Newtown Campus in Lexington, Kentucky. The project will
have 2 phases. This advertisement is for Phase 1 of the project and will consist of; earthwork, storm drainage,
erosion control, installation of new site utilities (storm, sanitary, gas, and water), demolition of existing site utilities
(lighting circuits, communications, rework of Kentucky Utilities primary fees, and associated pad mount junction
point), general requirements and LEED requirements for early structural steel framing, concrete foundations and
slab-on-grade, and structural steel framing.
Morehead State University – New Multi-Disciplinary Academic Building
Morehead State University – New Multi-Disciplinary Academic Building
The New Multi-Disciplinary Bldg. will be located at 213 University Blvd., Morehead, KY 40351.
Designed to support MSU’s Music and Business Administration programs, the project consists of
approximately 134,806 gross square feet. The building will incorporate classroom space,
common space defined in the program and all related architectural, structural, mechanical,
electrical, other systems, utility work and site work. The architectural style of the building will be
collegiate-gothic and have interior finishes comparable to the recently constructed Adron Doran
University Center which is located close to the site for this new facility.
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):
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.
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.
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