Ivy Oaks Court Drainage Improvement Project

Ivy Oaks Court Drainage Improvement Project

Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the Ivy Oaks Court Drainage Improvement Project Contract No. 2022-002, Budget ID No. C22050, will be received at the office of MSD until 10:00 a.m., Local Time, August 19, 2021, and will be publicly opened and read at that place and time. The public may attend the bid opening via teleconference call.

Description and location of Project: Mitigate flooding issues along the rear easement with a pipe and drain system. All work shall be done in accordance to MSD’s Standard Specifications.

There will be no pre-bid meeting held for this project.

The Engineer’s Construction Cost Estimate for this project is between $50,000.00 and $80,000.00.

The bid documents will be available on, August 4, 2021, online at www.msdbids.com. The charge for each set of bid documents is outlined on the above-referenced web site.

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

The Project Manager for this Invitation to Bid is Joseph S Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer Beth A. Tanner at beth.tanner@louisvillemsd.org.. Questions received less than two days prior to the date for opening of bids will not be answered. Only answers by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.

MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:

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

All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer, Beth A. Tanner at beth.tanner@louisvillemsd.org. Due to the current Coronavirus (COVID-19) pandemic measures, MSD will be hosting a Teleconference call in the place of a face-to-face public opening. MSD will also post the As-Read Bid Summary as soon as available. To take part in the Bid Opening Teleconference Call, please call 502-654-8113 and enter code 759 470 221#.

MSD SUPPLIER DIVERSITY PROGRAM: Not Applicable

The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If applicable, the goals are as follows:

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

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

MSD BID DISCOUNT: Applicable

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

Construction Services: X
Construction-related Services:

LOCAL LABOR COMMITMENT PREFERENCE: No

COMMUNITY BENEFITS PROGRAM: No

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

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

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville

More Details

12403 Nassau Lane Drainage Improvement Project

12403 Nassau Lane Drainage Improvement Project

Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the 12403 Nassau Lane Drainage Improvement Project Contract No. 2022-004, Budget ID No. C22047, will be received at the office of MSD until 10:00 a.m., Local Time, August 17, 2021, and will be publicly opened and read at that place and time. The public may attend the bid opening via teleconference call.

Description and location of Project: Mitigate flooding issues along the rear easement with a pipe and drain system. All work shall be done in accordance to MSD’s Standard Specifications.

There will be no pre-bid meeting held for this project.

The Engineer’s Construction Cost Estimate for this project is between $40,000.00 and $80,000.00.

The bid documents will be available on, August 3, 2021, online at www.msdbids.com. The charge for each set of bid documents is outlined on the above-referenced web site.

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

The Project Manager for this Invitation to Bid is Joseph S Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer Beth A. Tanner at beth.tanner@louisvillemsd.org.. Questions received less than two days prior to the date for opening of bids will not be answered. Only answers by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.

MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:

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

All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer, Beth A. Tanner at beth.tanner@louisvillemsd.org. Due to the current Coronavirus (COVID-19) pandemic measures, MSD will be hosting a Teleconference call in the place of a face-to-face public opening. MSD will also post the As-Read Bid Summary as soon as available. To take part in the Bid Opening Teleconference Call, please call 502-654-8113 and enter code 391981598#.

MSD SUPPLIER DIVERSITY PROGRAM: Not Applicable

The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If applicable, the goals are as follows:

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

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

MSD BID DISCOUNT: Applicable

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

Construction Services: X
Construction-related Services:

LOCAL LABOR COMMITMENT PREFERENCE: No

COMMUNITY BENEFITS PROGRAM: No

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

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

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville

More Details

Grayson County Water District – Water Treatment Plant UV Reactor Improvements

Grayson County Water District – Water Treatment Plant UV Reactor Improvements

Project consists of construction of Water Treatment Plant UV Reactor Improvements consisting
of a new UV Reactor with associated magnetic flow meter, piping, valves, electrical, instrumentation
and all related appurtenances.

Project Location: Leitchfield, Kentucky

More Details

Franklin County Fiscal Court – Simon House Mechanical Renovation

Franklin County Fiscal Court – Simon House Mechanical Renovation

Bids shall include any and all costs for items including but
not limited to permits, materials, special equipment and shall be itemized on the List of Unit Prices
provided in the bid form.

Project Location: Frankfort, Kentucky

More Details

Clark-Floyd Landfill Leachate Management System

Clark-Floyd Landfill Leachate Management System

The project generally consists of:

An expansion to the leachate management and storage system, including but not limited to: the
abandonment of one (1) 25K gallon and one (1) 10K gallon underground storage tanks (UST);
installation of two (2) new lift stations; modification of an existing UST to act as a lift station;
installation of one (1) 100K gallon above ground storage tank (AST); the relocation of one (1) 20K
gallon AST; the expansion of concrete containment walls and erection of steel load-out facilities;
the installation of mechanical pump systems, tank aeration systems, and ammonia treatment
systems.

Project Location: Borden, Indiana

More Details

City of London – East 4th Street Grade & Drain Project

City of London – East 4th Street Grade & Drain Project

The project includes the balanced excavation of an approximately 5.0-acre portion of the
property owned by the City of London, located on East 4th Street in London, Kentucky . The
scope of work includes heavy excavation, installation of storm pipe and structures, installation of
crushed stone access road, reclamation, and other associated appurtenances.

Project Location: London, Kentucky

More Details

5218 Moccasin Trail Drainage Improvement Project

5218 Moccasin Trail Drainage Improvement Project

Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the 5218 Moccasin Trail Drainage Improvement ProjectContract No. 2022-003, Budget ID No. C22046, will be received at the office of MSD until 10:00 a.m., Local Time, August 12, 2021, and will be publicly opened and read at that place and time. The public may attend the bid opening via teleconference call.

Description and location of Project: Mitigate flooding and erosion issues at 5218 Moccasin Trail. All work shall be done in accordance to MSD’s Standard Specifications.

There will be no pre-bid meeting held for this project.

The Engineer’s Construction Cost Estimate for this project is between $ 50,000.00 and $100,000.00.

The bid documents will be available on, July 29, 2021, online at www.msdbids.com. The charge for each set of bid documents is outlined on the above-referenced web site.

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

The Project Manager for this Invitation to Bid is Joseph S Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer Barry Pickett at Barry.Pickett@louisvillemsd.org.. Questions received less than two days prior to the date for opening of bids will not be answered. Only answers by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.

MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:

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

All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer, Barry Pickett at Barry.Pickett@louisvillemsd.org. Due to the current Coronavirus (COVID-19) pandemic measures, MSD will be hosting a Teleconference call in the place of a face-to-face public opening. MSD will also post the As-Read Bid Summary as soon as available. To take part in the Bid Opening Teleconference Call, please call 502-654-8113 and enter code 744 831 496#.

MSD SUPPLIER DIVERSITY PROGRAM: Not Applicable

The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If applicable, the goals are as follows:

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

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

MSD BID DISCOUNT: Applicable

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

Construction Services: X
Construction-related Services:

LOCAL LABOR COMMITMENT PREFERENCE: No

COMMUNITY BENEFITS PROGRAM: No

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

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

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville

More Details

City of Murray – Water Treatment Plant Electrical Improvements

City of Murray – Water Treatment Plant Electrical Improvements

The Project consists of upgrading the electrical and control system at the Water Treatment Plant and
Well Field Pump Stations along with replacing the chlorine gas feed system with a hypochlorite feed
system.

Project Location: Murray, Kentucky

More Details

RFB-26-22 GRCC Install Emergency Generators

RFB-26-22 GRCC Install Emergency Generators

Estimate:
$1,738,484.00
Estimated Length of Project:
308 (Substantial Completion) + 14 (Final Completion)

The project scope includes the addition of emergency standby diesel generators and automatic transfer switches for multiple structures at Green River Correctional Complex in Central City, KY. The project also includes demolition of existing natural gas generators and gas piping demolition. Underground trenching will require patching of concrete, asphalt surfaces, and landscaped areas.

Project Location: Central City

More Details

RFB-25-22 LLCC Install Emergency Generators

RFB-25-22 LLCC Install Emergency Generators

Estimate:
$2,587,156.00
Estimated Length of Project:
308 (Substantial Completion) + 14 (Final Completion)

The project scope includes the addition of emergency standby diesel generators and automatic transfer switches for multiple structures at Luther Luckett Correctional Complex in La Grange, KY. The project also includes demolition of existing natural gas generators and gas piping demolition. Underground trenching will require patching of concrete, asphalt surfaces, and landscaped areas.

Project Location: La Grange

More Details

Housing Authority of Paintsville – Bristlebuck Manor Storefront

Housing Authority of Paintsville – Bristlebuck Manor Storefront

The work to be performed consists of:

Replacement of storefront glazing and automatic storefront doors and one egress stair door and hardware.

Project Location: Paintsville, Kentucky

More Details

RFB-24-22 KSP HQ Exterior Envelope Improvements

RFB-24-22 KSP HQ Exterior Envelope Improvements

Estimate:
$117,495.00
Estimated Length of Project:
56 (Substantial Completion) + 14 (Final Completion)

The project is the Kentucky State Police, Headquarter Exterior Envelope Improvements, 919 Versailles Road, Frankfort, Kentucky, Franklin County. Project consist of painting all exterior surfaces of the existing masonry headquarters building. The approximate 23,709 square foot of existing surfaces for exterior painting include the following: existing face brick, exterior patio/hollow metal doors, metal awnings, wood soffits, fascia boards to bottom of gutter, rake boards, louver vents, metal step flashing, metal railings, porch ceilings, columns, foundation walls, large wood windows, and windowsills. All vinyl windows shall receive sealant at perimeter (no paint). All surfaces shall receive pressure wash cleaning prior to painting. All current unpainted surfaces shall receive primer then (2) topcoats of finish paint. All existing painted surfaces shall receive (2) topcoats of finish paint.

Project Location: Frankfort

More Details

Hardin County Public Library – Roof Project

Hardin County Public Library – Roof Project

Scope of Work consists of, but is not limited to the following:

  • Roof Patch & Repair
  • Roof Moisture Survey by a Certified Thermographer
  • Liquid Applied Roofing
  • This is a Direct Purchase Order Project

Project Location: Elizabethtown, Kentucky

More Details

Jessamine County Schools – West Jessamine Middle School Resurface Track

Jessamine County Schools – West Jessamine Middle School Resurface Track

Project consists of Track Resurface at West Jessamine Middle School.

Project Location: Nicholasville, Kentucky

More Details

Housing Authority of Liberty – Concrete, Parking/Sidewalk Replacement and Asphalt Sealing & Striping

Housing Authority of Liberty – Concrete, Parking/Sidewalk Replacement and Asphalt Sealing & Striping

The project consists of Site Improvements:

• Concrete
• Parking/Sidewalk Replacement
• Asphalt Sealing & Striping

Project Location: Liberty, Kentucky

More Details

Housing Authority of Vanceburg – Bathroom Upgrades & Flooring

Housing Authority of Vanceburg – Bathroom Upgrades & Flooring

The project consists of: Bathroom Upgrades & Flooring

Project Location: Vanceburg, Kentucky

More Details

RFB-23-22 EKVC Dish Machine Replacement

RFB-23-22 EKVC Dish Machine Replacement

Estimate:
$113,500.00
Estimated Length of Project:
120 (Substantial Completion) + 30 (Final Completion)

Project is for the replacement of an existing conveyor dishwasher with new dishwasher and related utility connections. A new dishwasher exhaust system and ductwork shall be provided. Existing dishwashing room shall be stripped and repainted and a new ceiling installed. New light fixtures shall be installed in the dishwashing area.

Project Location: Hazard

More Details

RFB-20-22 Replace EKVC Cooling Tower

RFB-20-22 Replace EKVC Cooling Tower

Estimate:
$657,517.00
Estimated Length of Project:
151 (Substantial Completion) + 30 (Final Completion)

Project is for the removal of two existing evaporative coolers for heat pump hydronic system and the installation of two new units in a separate location allowing continuous operation without downtime. Existing coolers shall be removed after new units are operational.
Plumbing improvements include installation of four new electric water heaters, panelboard and automatic transfer switch and circuits for emergency power. Two new potable hot water recirculation loops will be installed throughout the building and heat trace will be deactivated. Installation of a new emergency water distribution system with self-priming pump will deliver non-potable water to selected janitor mop sinks throughout the building.

Project Location: Hazard

More Details

Invicta Drive Drainage Improvement Project Re-Bid

Invicta Drive Drainage Improvement Project Re-Bid


Please be advised by this notification that this project bid has been cancelled.





Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the Invicta Drive Drainage Improvement Project Re-BidContract No. 2022-001, Budget ID No. C22049, will be received at the office of MSD until 10:00 a.m., Local Time, August 10, 2021, and will be publicly opened and read at that place and time. The public may attend the bid opening via teleconference call.

Description and location of Project: Mitigate flooding issues along the rear easement with a new paved ditch system. All work shall be done in accordance to MSD’s Standard Specifications.

There will be no pre-bid meeting held for this project.

The Engineer’s Construction Cost Estimate for this project is between $ 180,000.00 and $225,000.00.

The bid documents will be available on, July 26, 2021, online at www.msdbids.com. The charge for each set of bid documents is outlined on the above-referenced web site.

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

The Project Manager for this Invitation to Bid is Joseph S Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer Barry Pickett at Barry.Pickett@louisvillemsd.org.. Questions received less than two days prior to the date for opening of bids will not be answered. Only answers by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.

MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:

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

All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer, Barry Pickett at Barry.Pickett@louisvillemsd.org. Due to the current Coronavirus (COVID-19) pandemic measures, MSD will be hosting a Teleconference call in the place of a face-to-face public opening. MSD will also post the As-Read Bid Summary as soon as available. To take part in the Bid Opening Teleconference Call, please call 502-654-8113 and enter code 326196504#.

MSD SUPPLIER DIVERSITY PROGRAM: Applicable

The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If applicable, the goals are as follows:

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

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

MSD BID DISCOUNT: Applicable

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

Construction Services: X
Construction-related Services:

LOCAL LABOR COMMITMENT PREFERENCE: No

COMMUNITY BENEFITS PROGRAM: No

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

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

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville

More Details

Lexington Housing Authority – Falcon Crest Apartments Balcony Repairs

Lexington Housing Authority – Falcon Crest Apartments Balcony Repairs

Project consists of Balcony Repairs for the Falcon Crest Apartments

Project Location: Lexington, Kentucky

More Details

City of Simpsonville – Police Department Interior Renovation

City of Simpsonville – Police Department Interior Renovation

Renovation of the 104 Old
Veechdale Road in Simpsonville, Kentucky to house their New Police Station.

Scope of Work consists of, but is not limited to the following:
  • Selective Demolition
  • Concrete
  • Metal Fabrications
  • Light Gauge Metal Framing & Gypsum Wall Board
  • Interior Hollow Metal Doors & Frames
  • Concrete Block Infill
  • Paint/Ceramic Tile/Carpet/Vinyl Flooring
  • Plumbing
  • HVAC
  • Electrical

Project Location: Simpsonville, Kentucky

More Details

21-27 / Kramer’s Lane – National Turnpike Water Main Replacement Project

21-27 / Kramer’s Lane – National Turnpike Water Main Replacement Project

Louisville Water Company is requesting Bids for The referenced project consisting of the supply and installation of 200+/- linear feet of 12-inch Pressure Class 350 ductile iron water main (restrained), 30+/- linear feet of 8-inch Pressure Class 350 ductile iron water main (restrained), 140+/- linear feet of 6-inch Pressure Class 350 ductile iron water main (restrained), 160+/- linear feet of 6-inch DR- 18 C900 PVC water main (restrained), 1170+/- linear feet of 6-inch Pressure Class 350 ductile iron water main (non-restrained) and the bore, supply and installation of 100+/- LF of 24-inch steel casing pipe and 130+/- LF of 16-inch steel casing pipe, and appurtenances. Contractor shall supply and install all materials required for the completion of this project.

Project Location: Louisville, Kentucky

More Details

21-50 / B.E. Payne Water Treatment Plant – Chemical & Sludge Building Roofing Project

21-50 / B.E. Payne Water Treatment Plant – Chemical & Sludge Building Roofing Project

Louisville Water Company is requesting Bids for providing all labor, rigging, tools, equipment, and materials to provide roof replacement services. All of the above shall be made ready for use in accordance and compliance with the Contract Documents, Plans, and LWC Standard Specifications and Drawings.

Project Location: Louisville, Kentucky

More Details

RFB-22-22 Lynn Johnson Slide HP

RFB-22-22 Lynn Johnson Slide HP

Estimate:
$ 39,904.00
Estimated Length of Project:
(Substantial Completion) + 60 Calendar Days (Final Completion)

The Lynn Johnson HP Slide AML Reclamation Project consists of a slide near Gordon in Letcher County, associated waste disposal sites, and a diversion ditch. The total project acreage is 2.97. The project is located on the Louellen USGS Quadrangle Map. The project location is at 36° 58′ 58″ N latitude and 83° 05′ 18″ W longitude. To reach the site from Hazard, take KY 15S to KY7N, then turn right onto KY 699, then turn left onto KY 563, then turn right onto KY 510. The Johnson’s home is 3666 KY510, Gordon, KY.
The slide is located immediately behind the home. A temporary debris barrier wall is proposed to protect the structure during excavation work. The slide material will be excavated to rock and the excavated material will be hauled to waste area 1. Once waste area 1 is filled to capacity, the remaining material will be hauled to waste area 2. Transition areas adjacent to the slide will be graded to blend into the natural topography. A hoe ram ditch will be constructed into rock through the slide and a class II, 2ft. flat bottom ditch will be constructed from the slide area to the highway ditch for drainage. The area will then be seeded and mulched.
The project site has previously been disturbed by coal mining operations. Construction disturbances will be kept to a minimum utilizing the approved Best Management practices prior to beginning any major earth disturbance (excluding initial site preparation for access only) until all silt control measures will be installed. These include but are not limited to silt barriers (bales & silt fence).
Trees greater than 3″ diameter at breast height will be cut within the unstable areas and transition zones. All disturbed areas will be promptly revegetated at the end of construction.
Access to the site will be via KY 510. Road stone has been included as part of the project to maintain the construction access roads from KY 510 to the site and to the waste areas.

Project Location: Letcher

More Details

RFB-18-22 HSB HVAC & Piping Phase 2

RFB-18-22 HSB HVAC & Piping Phase 2

Estimate:
$1,890,000.00
Estimated Length of Project:
210 (Substantial Completion) + 30 (Final Completion)

The scope of this project is to replace portions of the primary Chilled Water and Hot/Chilled Water piping, perimeter Fan Coil Units and controls associated with the HVAC system at the Health Services building in Frankfort. This project will include mechanical replacements, electrical upgrades to pump controls, as well as associated controls upgrades and programming. Additionally, interior finishes upgrades to fan coil unit cabinetry will be implemented within this scope of work.

Project Location: Frankfort

More Details