RFB-40-26 EEC-AML-24012AMLBAML

RFB-40-26 EEC-AML-24012AMLBAML

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

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

Project Location: Floyd County

More Details

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

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

Estimate:
$682,313.00

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

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

Project Location: Louisville

More Details

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

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

Estimate:
$1,567,651.00

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

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

Project Location: Frankfort

More Details

RFB-32-26 EDU – KSB Greenhouse Classroom

RFB-32-26 EDU – KSB Greenhouse Classroom

Estimate:
$195,549.00

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

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

Project Location: Louisville

More Details

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

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

Estimate:
$4,430,000.00

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

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

Project Location: Olive Hill

More Details

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.

Project Location: Glasgow, Kentucky

More Details

Bells Lane Odor Mitigation – EQ and HRT

Bells Lane Odor Mitigation – EQ and HRT

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Bells Lane Odor Mitigation – EQ and HRT, Contract No. 17288, Budget ID No. H25053, Drawing Record No. / Sheet No. 17288/1-19, until 11:00 AM, Local Time, Tuesday, August 26th, 2025, and will be publicly opened and read at that time. The public may attend the bid opening via teleconference call at 502-654-8113 (Dial-in Number) Conference ID: 240 983 660#.

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

Description and location of Project: This project provides for the construction of installation of approximately 250 linear feet of 10-inch water main; 760 linear feet of 8-inch water main, 525 linear feet of 4-inch water main; booster pump station; 13 water cannons; and appurtenant work.. All work shall be done in accordance to MSD’s Standard Specifications
.

There will be a non-mandatory pre-bid meeting held for this project. Wednesday, August 6, 2025, 11:00 AM Local time on site, Bell’s Lane WWTF, 4014 Bells Lane, Louisville, KY 40211. A walkthrough of the site will follow the pre-bid meeting.

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

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

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

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

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

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

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

MSD SUPPLIER DIVERSITY PROGRAM: Applicable

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

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

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

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

MSD BID DISCOUNT: Not Applicable

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

Construction Services:
Construction-related Services:

LOCAL LABOR COMMITMENT PREFERENCE: No

COMMUNITY BENEFITS PROGRAM: No

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

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, KY

More Details

FFWQTC Office HVAC Replacement Project

FFWQTC Office HVAC Replacement Project

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of the FFWQTC Office HVAC Replacement project, Contract No. 17307, Budget ID No. D25049, Drawing Record No. / Sheet No. 1-25, until 11:00 AM, Local Time, Thursday, August 28, 2025, and will be publicly opened and read at that time. The public may attend the bid opening via teleconference call at 502-654-8113 (Dial-in Number) Conference ID: 522 370
945#
.

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

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

1. Selective Demolition:

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

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

2. Mechanical:

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

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

3, Existing HVAC System Cleaning:

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

4. Coatings and Protection:

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

5. Electrical:

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

6. Architectural:

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

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

7. Commissioning and Closeout:

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

b. Provide demonstration and training for Owner staff.

c. Deliver O&M manuals and record documents.

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

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

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

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

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

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

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

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

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

MSD SUPPLIER DIVERSITY PROGRAM: Applicable

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

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

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

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

MSD BID DISCOUNT: Applicable

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

Construction Services: X
Construction-related Services:

LOCAL LABOR COMMITMENT PREFERENCE: No

COMMUNITY BENEFITS PROGRAM: No

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

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, KY

More Details

RFB-35-26 DMA – RAVENNA RC ENVELOP RESTORATION

RFB-35-26 DMA – RAVENNA RC ENVELOP RESTORATION

Estimate:
$523,842.00

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

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

Project Location: Revenna

More Details

RFB-33-26 DMA – RAVENNA RC ROOF RESTORATION

RFB-33-26 DMA – RAVENNA RC ROOF RESTORATION

Estimate:
$566,942.00

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

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

Project Location: Ravenna

More Details

RFB-29-26 EEC-AML-24006AMLBAML

RFB-29-26 EEC-AML-24006AMLBAML

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

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

Project Location: Letcher County

More Details

RFB-28-26 EEC-AML-23088AMLBAML

RFB-28-26 EEC-AML-23088AMLBAML

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

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

Project Location: Letcher County

More Details

RFB-26-26 23129AMLBAML

RFB-26-26 23129AMLBAML

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

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

Project Location: Floyd County

More Details

CSO Fall Protection

CSO Fall Protection

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of CSO Fall Protection, Contract No. 17314, Budget ID No. A25284, Drawing Record No. / Sheet No. 1-3, until 10:00 AM, Local Time, Tuesday, August 26th, 2025, and will be publicly opened and read at that time. The public may attend the bid opening via teleconference call at 502-654-8113 (Dial-in Number) Conference ID: 127 033 402#.

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

Description and location of Project: This contract provides for the installation of Davit Crane mount sleeves and reinforced concrete piles at 4 CSO locations. All work shall be done in accordance to MSD’s Standard Specifications.

There will be a non-mandatory pre-bid meeting held for this project. The non-mandatory pre-bid meeting will be held on Microsoft Teams at 10:00 A.M. Local Time, Tuesday, August 5th, 2025.

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

https://teams.microsoft.com/l/meetupjoin/19%3ameeting_N2IwODNhODYtNDAyZC00MmYzLTg1MmItOTMyNzJlMTgwYjVi%40thread.v2/0?context=%7b%22Tid%22%3a%221d96fa6e-38c4-4eff-a0b0-72c01218a89c%22%2c%22Oid%22%3a%224ca3bf01-48d1-408f-8dce-603478b512e0%22%7d

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

The Engineer’s Construction Cost Estimate for this project is between $100,000.00 and $200,000.00.

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

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

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

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

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

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

MSD SUPPLIER DIVERSITY PROGRAM: Not Applicable

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

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

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

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

MSD BID DISCOUNT: Applicable

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

Construction Services: X
Construction-related Services:

LOCAL LABOR COMMITMENT PREFERENCE: No

COMMUNITY BENEFITS PROGRAM: No

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

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, KY

More Details

RFP UK-2541-26 MRO Services

RFP UK-2541-26 MRO Services

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

Project Location: Lexington, Kentucky

More Details

RFB-25-26 23091 AMLBAML AML Project

RFB-25-26 23091 AMLBAML AML Project

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

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

Project Location: Letcher County

More Details

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

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

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of the Hill Street Main Office Renovation – 4th Floor & Bathrooms project, Contract No. 17308, Budget ID No. A25308, Drawing Record No. / Sheet No. 1-17, until 11:00 AM, Local Time, Tuesday, August 19, 2025, and will be publicly opened and read at that time. The public may attend the bid opening via teleconference call at 502-654-8113 (Dial-in Number) Conference ID: 718 841 236#.

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

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

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

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

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

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

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

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

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

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

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

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

MSD SUPPLIER DIVERSITY PROGRAM: Applicable

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

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

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

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

MSD BID DISCOUNT: Applicable

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

Construction Services: X
Construction-related Services:

LOCAL LABOR COMMITMENT PREFERENCE: No

COMMUNITY BENEFITS PROGRAM: No

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

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, KY

More Details

Jeffersonville-Clarksville FCD – Cane Run Pump Station Grading Project

Jeffersonville-Clarksville FCD – Cane Run Pump Station Grading Project

Project
scope includes clearing the site of any lingering debris, re-grading areas, installing drainage piping,
installing concrete structures, headwall expansion, milling and repaving existing roads.

Project Location: Jeffersonville, Indiana

More Details

Pond Creek Flood Pump Station Water Line Project Re-bid

Pond Creek Flood Pump Station Water Line Project Re-bid

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Pond Creek Flood Pump Station Water Line Project, Contract No. 17290, Budget ID No. F25128, Drawing Record No. / Sheet No. 17290/1-6, until 10:00 AM, Local Time, Tuesday, August 19, 2025, and will be publicly opened and read at that time. The public may attend the bid opening via teleconference call at 502-654-8113 (Dial-in Number) Conference ID: 860
189 418#
.

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

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

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

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

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

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

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

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

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

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

MSD SUPPLIER DIVERSITY PROGRAM: Applicable

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

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

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

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

MSD BID DISCOUNT: Applicable

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

Construction Services: X
Construction-related Services:

LOCAL LABOR COMMITMENT PREFERENCE: No

COMMUNITY BENEFITS PROGRAM: No

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

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, KY

More Details

RFB-12-26 Roof Replacement Fayette Regional Juvenile Detention Center Department of Juvenile Justice

RFB-12-26 Roof Replacement Fayette Regional Juvenile Detention Center Department of Juvenile Justice

Estimate:
$918,675.00

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

The project involves re-roof work at the DJJ – Fayette Regional Juvenile Detention Center in Lexington, KY. The existing approximately 33,511 square foot roof will be removed to the roof deck. A new two-ply SBS modified bitumen roof system will be cold adhered over new rigid board insulation and cover board. All prefinished metal coping caps, collector heads, downspouts, metal roof splashes, flashings, accessories, and terminations are included.

Project Location: Lexington

More Details

RFB-22-26 RE-AD of RB-259-25 KHP – Replace Competition Barns and Stalls BP-1

RFB-22-26 RE-AD of RB-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.
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 are 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 modular stalls and interlocking stall mats will be part of BP-2. 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-16-26 DMA – BGS Building 15 Modification

RFB-16-26 DMA – BGS Building 15 Modification

Estimate:
$224,982.00

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

This project consists of adding a new overhead electric coiling door to an existing wall, which results in adding a new steel lintel. To install the new lintel, temporary pinning beams and shoring posts will need to be installed prior to removing the existing masonry. The site slab paving had to be redone so that large trucks could drive up to this new overhead door. Cleaning the work area of all dirt and debris caused by the construction of this work is included in this contract. This work is to be performed through contract between the Contractor and Owner. The transportation, unloading, storing, erection or installation, testing, and making operable of all parts of the Project shall be included under the Agreement at times appropriate thereto.

Project Location: Lexington

More Details

RFB-15-26 24037AMLBAML

RFB-15-26 24037AMLBAML

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

The presence of two, draining, mine portals have created a slide that has impacted the Ison Residence that sits directly below the openings. With the lubricating drainage, material has slid down the hill and the residence is now at risk for damaging property. The problems addressed will be a Dangerous Slide (DS) and 2 Portals (P).

Project Location: Letcher County

More Details

RFB-13-26 KCTCS – HVAC Replacements – Bluegrass CTC

RFB-13-26 KCTCS – HVAC Replacements – Bluegrass CTC

Estimate:
$1,809,140.00

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

This project includes HVAC equipment and controls upgrades across three of KCTCS’s facilities on two different campuses, which include Buildings B & S on Leestown Campus and Megowan building on Newtown Campus. The HVAC scope varies at each building with the overall objective to upgrade existing equipment and integrate existing and new HVAC control systems to KCTCS’s multi-campus control system.
Building B
Miscellaneous existing HVAC equipment will be replaced. New fans will be provided in the large shop areas. New instructor office HVAC system will be provided. The original pneumatic control system will be removed entirely, and a new building automation system will be provided.
Building S
The hot water central plant upgrades will include new boilers and multiple pump replacements. A new HVAC system will be provided to serve the corridor. Ceiling and wall fans will be provided in the shop areas. A mini-split system will be provided in offices and the classroom. A bid alternate will be considered to replace the Welding Lab heating and ventilating unit and exhaust systems. The existing DDC controls infrastructure will be upgraded to current KCTCS specifications, along with integrating the new HVAC equipment into the building automation system.
Megowan Building
A second heating hot water boiler will be provided to the central plant for redundancy. The two hot-chilled water central air handling units will be replaced. A bid alternate will be considered to also replace the Gymnasium rooftop hot-chilled water air handling unit. New VAV boxes with hot water reheat will be provided throughout the building. The existing DDC controls infrastructure will be upgraded to current KCTCS specifications, along with integrating the new HVAC equipment into the building automation system.

Project Location: Lexington

More Details

RFB-10-26 KYTC – Transportation Warehouse Facility Exterior Painting and Repair

RFB-10-26 KYTC – Transportation Warehouse Facility Exterior Painting and Repair

Estimate:
$151,950.00

Estimated Length of Project:
70 (Substantial Completion) + 28 (Final Completion)

The project is the Kentucky Transportation Cabinet, Transportation Warehouse Facility Renovation – Phase B, 2131 Wilkinson Blvd., Frankfort, Kentucky, Franklin County. Project consists of removing exiting gutters, downspouts, fascia trim, concrete & masonry repair (allowance), and painting all exterior surfaces of the existing building. The approximate 11,597 square foot of existing surfaces for exterior painting include the following: existing CMU, concrete foundation walls, hollow metal doors/frames, bollards, handrails, guards, garage doors and surface mounted items. All existing steel windows have been enclosed by the user agency with unprimed aluminum panels to be painted. All surfaces shall receive pressure wash cleaning prior to painting. All surfaces shall receive primer then (2) topcoats of finish paint. Existing aluminum windows shall not be painted.

Project Location: Frankfort

More Details