Frankfort Sewer Department – Wilkinson & Olive Street Sanitary Sewer Replacement

Frankfort Sewer Department – Wilkinson & Olive Street Sanitary Sewer Replacement

The work to be bid upon is described as follows:

Wilkinson Sewer Replacement
  – 240 +/- LF of 8” PVC Gravity Sewer
Olive Street Sewer Replacement
  – 490 +/- LF of 8” PVC Gravity Sewer

Project Location: Frankfort, Kentucky

More Details

Frankfort Sewer Department – Walmart Sanitary Sewer Replacement

Frankfort Sewer Department – Walmart Sanitary Sewer Replacement

The work to be bid upon is described as follows:

  – 329 +/- LF of 8” Ductile Iron Gravity Sewer Replacement
  – 320 +/- LF of 8” Ductile Iron Force Main Replacement
  – 1 Manhole Replacement
  – 2 Service Reconnections

Project Location: Frankfort, Kentucky

More Details

Housing Authority of Dawson Springs – Window Replacement

Housing Authority of Dawson Springs – Window Replacement

The project consists of:
Window Replacement

Project Location: Dawson Springs, Kentucky

More Details

MFWQTC Sodium Hypochlorite Building Relocation Project

MFWQTC Sodium Hypochlorite Building Relocation Project

Be Advised that the Bid Opening Date has been changed to Thursday, May 20, 2021

Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of the MFWQTC Sodium Hypochlorite Building Relocation Project Contract No. 16448, Budget ID No. D19045, Drawing Record No. 16448, Sheet No. 1-57, will be received at the office of MSD until 11:00 a.m., Local Time, Thursday, May 20, 2021, and will be publicly opened and read at that place and time. The public may attend the bid opening via Microsoft Teams Meeting. The phone number is (502) 654-8113 and the Conference ID is 632570388#.
This info will also be posted at the bid box on the day of the bid opening.

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:
A. The Contractor shall provide all materials, equipment, labor, supervision, incidentals and all other items necessary to complete the project in accordance with the requirements of the Contract Documents.
B. The principal features of the Work to be performed under this Contract include, but are not limited to the following:
Morris Forman WQTC Sodium Hypochlorite Building Project
a. Construct a new Sodium Hypochlorite building sized to accommodate three (3) 9,400 gallon storage tanks.
b. Install four (4) chemical feed pumps and one (1) transfer pump with associated chemical feed lines, valves and
appurtenances.
c. Provide HVAC and heating inside the new sodium hypochlorite building.
d. Relocate 13.8 kV electric ductbank, two (2) electric service ductbanks, 48-inch storm sewer, and 3-inch water line out of
the building foundation footprint.
e. Controls for operating new sodium hypochlorite system.
f. All other required sitework required to restore back to existing conditions.
C. The foregoing description(s) shall not be construed as a complete description of all work
required.

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 Mandatory Pre-Bid Meeting will be held at the Morris Forman Water Quality Treatment Center on Thursday, April 15, 2021 at 10:00 a.m. The address is 4522 Algonquin Parkway. All visitors will be required to furnish their own PPE to visit the site. A face mask must also be worn during the site visit. We will meet at the gazebo at the top of the hill to the left of the Administration Building.

The Engineer’s Construction Cost Estimate for this project is between $ 2,000,000.00 and $ 5,000,000.00.

The bid documents will be available on April 2, 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 Julie Potempa. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Julie Potempa E-mail: julie.potempa@louisvillemsd.org. Questions received less than five days prior to the date for opening of bids may 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 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:
,br>

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 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 https://louisvillemsd.org/SupplierDiversity/forms
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Julie Potempa.

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 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:

Construction Services: YES     Construction-related Services: NO

LOCAL LABOR COMMITMENT PREFERENCE: No

COMMUNITY BENEFITS PROGRAM Yes

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

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, Kentucky

More Details

CCK-2533-21 Installation of Air Preheater at E.W. Brown Station

CCK-2533-21 Installation of Air Preheater at E.W. Brown Station

The scope of work is to erect a platform and install a sub-pilot scale air preheater skid
between two 3B gas ducts at E.W. Brown Station.

The Contractor shall recognize that E. W. Brown Generating Station is an active power
generation facility of Kentucky Utilities Company (“KU”) and careful coordination will have to
be taken with the Site Manager to prevent any unforeseen disturbances to KU employees and
minimize the impact on daily operations of the facility. Some documents referenced herein
have been issued by KU’s affiliate LG&E and KU Services Company (“LG&E and KU
Services”). The Contractor must comply with all E. W. Brown Generating Station protocols and
access demands as provided by the Site Manager at E. W. Brown Generating Station. Please
refer to the LG&E and KU Services Site Requirements, included, which are incorporated
herein and will become an integral part of the final agreement.

Project Location: Harrodsburg, Kentucky

More Details

Frankfort Sewer Department – Manhole Rehabilitation and Replacement Project

Frankfort Sewer Department – Manhole Rehabilitation and Replacement Project

The work to be bid upon is described as follows:
This project consists of manhole rehabilitation or replacement of 44 manholes as identified
by the Frankfort Sewer Department in Appendix A of the bid documents. This contract will
have the opportunity to renew up to five (5) years for similar work. The work will include
rehabilitating or replacing existing manholes and associated activities. The attached bid
schedule is an estimate of work to be completed and is being used for competitive bidding
purposes only. The actual work is expected to differ from the bid schedule as necessary.

Project Location: Frankfort, Kentucky

More Details

8806 Lynnhall Court Drainage Improvement Project

8806 Lynnhall 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 8806 Lynnhall Court Drainage Improvement ProjectContract No. 2021-021, Budget ID No. C21203, will be received at the office of MSD until 10:00 a.m., Local Time, April 15, 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: To Mitigate roadside flooding with a new drainage 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 $100,000.00.

The bid documents will be available on, April 1, 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 181888806#.

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

Pike County Board of Education – Pike Central High School Roof Replacement

Pike County Board of Education – Pike Central High School Roof Replacement

Project consists of furnishing all labor and materials to complete the PIKE
CENTRAL HIGH SCHOOL ROOF REPLACEMENT.

The following bids are requested:
  BID PACKAGE 1 – ROOFING

Project Location: Pikeville, Kentucky

More Details

21-43 / Grand Avenue Area Water Main Replacement Project

21-43 / Grand Avenue Area Water Main Replacement Project

Questions: Terri Young

Louisville Water Company is requesting Bids for the supply and installation of 365 +/- linear feet of 12-inch Pressure Class 350 ductile iron water main, 680 +/- linear feet of 12-inch DR-18 C900 PVC, 240 +/- linear feet of eight (8)-inch Pressure Class 350 ductile iron water main, 4,585 +/- linear feet of six (6)-inch Pressure Class 350 ductile iron water main, and 590 +/- linear feet of six (6)-inch DR-18 C900 PVC. Also included with the project is the supply and installation of 10 fire hydrants, and the supply and
transfer, renewal, relocation or discontinue of 192 +/- customer services. Contractor shall supply and install all materials required for the completion of this project.

Questions or inquiries relating to this project must be submitted in writing via email at least seven (7) calendar days prior to the bid opening date. All questions and inquiries must be sent to the Buyer, Terri Young, email at tyoung@lwcky.com.

The Company’s Project Manager’s estimate for the Contract plus Company supplied materials for this Project is $1,000,001 – $3,000,000. If the Company’s Project Manager’s estimate for the Contract plus Company supplied materials exceeds $250,000: a Bid Bond is required. For this Contract, a Bid Bond is required.
Bids will only be accepted from Bidders who have been pre-qualified by the Company in the pre-qualification category or categories that apply to this Bid. This Bid requires prequalification in the 4” – 16” Ductile Iron Water Mains Category. For information about pre-qualification, contact the Buyer listed above.

Bid Documents may be obtained from Lynn Imaging located at 11460 Bluegrass Pkwy, Louisville, KY 40299, (502) 499-8400 and www.lwckyplanroom.com. One copy of the Bid Documents (includes technical specifications and a full set of plans) will be available at no charge (not including shipping/delivery charges) to Contractors that are prequalified with Louisville Water Company in the category(ies) specified for this bid. For details regarding the charges that apply to non-prequalified contractors, go to www.lwckyplanroom.com.

Click Here for the List of Prequalified Bidders

Project Location: Louisville, Kentucky

More Details

RFB-193-21 Donna Ratliff High Priority AML

RFB-193-21 Donna Ratliff High Priority AML

Estimate:
$ 37,021.50
Estimated Length of Project:
(Substantial Completion) + 60 Calendar Days (Final Completion)

The proposed Donna Ratliff HP AML Reclamation Project, approximately 1 acre total, consists of a 70 feet wide by 100 feet long landslide that has deposited trees, soil, and refuse against the back deck of the Ratliff home. Further movement will cause mud and debris to move downslope and further damage the deck or home as well as clogging a 30 inch metal pipe that drains the area behind the residence resulting in significant damage to the residence. The project is located in Mays Branch within Pikeville in Pike County. The site is located in the Millard Quadrangle. The Donna Ratliff HP AML Reclamation Project site is at 37° 29 ‘ 44.83″ N, 82 ° 29 ‘ 54.87″ W. To reach the site from U.S. 23 South and its intersection with Cedar Creek Road (State Route 1384), turn left (Hambly Blvd.) and travel 0.6 miles to Loraine Street. Turn left and proceed 0.2 miles to its junction with state route 1460 and turn right. Continue down 1460 for 1.3 miles arriving at the junction of 1460 and Town Mountain Road. Turn left and travel 0.8 miles to Mays Branch Road making a left there and proceeding 0.4 miles up Mays Branch where the Ratliff driveway is on the left.
Project work will consist of establishing access outside the Ratliff’s wooden fence to the base of the slide. At least 1 tree larger than 3” DBH will need to be removed in this area to gain access for equipment in this area. A sediment trap will be installed upstream of the existing metal pipe. The trees in the unstable area will be removed and windrowed along the perimeter of the slide. The unstable soil, rock, and refuse will be excavated and placed along the hillside edge of the Ratliff yard by utilizing up to 140 linear feet of 15” HDPE pipe to allow for a stable hillside fill. 80 linear feet of sub-drain will be installed to direct the water that is causing the slide into a natural drain.
The project site and waste area have previously been disturbed by coal mining operations, house seat development, utility installation, road construction, and/or landowner activities. These disturbances consist of significant upheaval, mixing, and removal of earthen material from deep excavation, grading, sub-surface drilling, fill material placement, and erosion. There should be no undisturbed earthen material to a depth of several feet at the areas slated for significant project-related construction activities.
Construction disturbances will be kept to a minimum with a stringently formulated sediment and erosion control program. Prior to beginning any major earth disturbance (excluding initial site preparation for access only), all silt control measures will be installed. These include silt traps and silt barriers (bales & silt fence) at the project site and the waste area. Some trees greater than 3” diameter at breast height will be cut. 0.2 acres of tree clearing is required at the waste area (site and access). Bat Fund Mitigation will be utilized for this project. All disturbed areas will be promptly revegetated at the end of construction using lime, fertilizer, residential or wildlife seed, and mulch, as necessary. Standard measures will be used for dust control and work hours will occur during AML’s standard time frame of 7 am to 7 pm Monday-Friday with shorter hours for (critical) work items.
Access to the site is via county roads, residential driveways and yards, and an existing access road. This project will include pre- and/or post- project maintenance and repair of existing previously constructed public county roads utilized during the construction of this project, which are administered by the county or local road authority. This construction activity will be conducted under the authority and supervision of the local public road authority and will consist of standard road construction practices appropriate to mitigate impacts to the local community from potential degraded road conditions in order to maintain public traffic safety.

Project Location: Pike

More Details

Bardstown-Nelson County Airport – Samuels Field – T-Hangar Grade, Drain, & Foundation Project-Rebid

Bardstown-Nelson County Airport – Samuels Field – T-Hangar Grade, Drain, & Foundation Project-Rebid

The project includes, but is not limited to grading, asphalt paving, concrete foundation,
drainage, seeding, sodding, and temporary erosion control measures as shown on the
plans and indicated in the specifications.

Project Location: Bardstown, Kentucky

More Details

Bardstown-Nelson County Airport – Samuels Field – T-Hangar Building Erection Project-Rebid

Bardstown-Nelson County Airport – Samuels Field – T-Hangar Building Erection Project-Rebid

The project includes the erection of a pre-engineered metal building provided by the Airport Board. There will be 2 – 12’x12’ garage doors provided and installed by the Building Erection Contractor.

Project Location: Bardstown, Kentucky

More Details

Bardstown-Nelson County Airport – Samuels Field – T-Hangar Electrical Project-Rebid

Bardstown-Nelson County Airport – Samuels Field – T-Hangar Electrical Project-Rebid

The project includes but not limited to installation of all electrical wiring, interior &
exterior lighting, electrical outlets.

Project Location: Bardstown, Kentucky

More Details

CCK-2532-21 HSRB Replace Exhaust Fans

CCK-2532-21 HSRB Replace Exhaust Fans

The project is for the replacement of three (3) exhaust fans at the Peter P. Bosomworth Health
Sciences Research Building located at 1095 Veterans Drive, Lexington, KY 40536.

Project Location: Lexington, Kentucky

More Details

CCK-2531-21 Elevator Modernization – ASTeCC & W.T. Young Library

CCK-2531-21 Elevator Modernization – ASTeCC & W.T. Young Library

Project consists of the Modernization of elevator systems in ASTeCC and W.T. Young Library. Project includes associated construction craft trades.

Project Location: Lexington, Kentucky

More Details

WKU-10282 / Demolish Tate Page Hall

WKU-10282 / Demolish Tate Page Hall

The project is to demolish and remove Tate Page Hall located on the main campus of Western Kentucky
University in its entirety including footers/foundations and existing underground utility piping. The
building is of concrete or frame construction originally built in 1970 consisting of 138,600 total gross
square feet on four levels (one on-grade with three elevated levels). The building is slab on grade.

Project Location: Bowling Green, Kentucky

More Details

5424 Bruce Ave Bank Stabilization and Green Infiltration Project

5424 Bruce Ave Bank Stabilization and Green Infiltration 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 5424 Bruce Ave Bank Stabilization and Green Infiltration Project, Contract No. 2021-019, Budget ID No. H19060, will be received at the office of MSD until 10:00 a.m., Local Time, April 8, 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: This project includes two infiltration trenches and downspout capture, drainage culvert replacement, removal of existing boulder toe wall and redi rock wall along approximately 280 linear feet of drainage channel and final restoration of site at 5424 Bruce Ave. 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. Held Onsite, April 6th, 2021 at 10:00
am Local Time.

The Engineer’s Construction Cost Estimate for this project is between $ 110,000.00 and $140,000.00.

The bid documents will be available on, March 25, 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 Colette Easter. 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 430282486#.

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

Estill County Water District No 1 – Water System Improvements, Phase 11- Residential Meter Replacement

Estill County Water District No 1 – Water System Improvements, Phase 11- Residential Meter Replacement

The work to be bid is described as follows:

CONTRACT 371-20-02
Water System Improvements, Phase 11- Residential meter replacement of
approximately 3,000 residential meters.

Project Location: Irvine, Kentucky

More Details

RFB-189-21 BCTC Renovate Leestown Bldg B Orthotics Lab

RFB-189-21 BCTC Renovate Leestown Bldg B Orthotics Lab

Estimate:
$282,703.00
Estimated Length of Project:
105 (Substantial Completion) + 14 (Final Completion)

The work includes interior renovation in Building B. The goal of the work is to renovate three existing rooms currently used as classrooms and storage to create space for a new othotics program. The program will require one room for student work benches and instruction, a large lab for plaster and thermoplastics, an area for carving, an area for lamination of finished forms, and a sewing area.
New door openings will be added where needed. Finishes will be refurbished as needed. Existing ceilings will be replaced with new grid and S.A.T. Existing vct will be removed and the slab will be cleaned and sealed.
HVAC systems will be updated to accommodate the new layout of the spaces with new equipment installed. New plumbing fixtures will be installed and tied to existing supply and drain lines.
Electrical systems will be updated as needed for new equipment with power and lighting being reconfigured to accommodate the new layout of the rooms.

Project Location: Lexington

More Details

RFB-188-21 Academy Campus Roof Replacement

RFB-188-21 Academy Campus Roof Replacement

Estimate:
$239,664.00
Estimated Length of Project:
98 (Substantial Completion) + 21 (Final Completion)

The project is the Kentucky State Police, Academy Campus Roof Replacement, 380 Coffee Tree Road, Frankfort, Kentucky, Franklin County. Project consist of (6) existing buildings w/ eight different roof areas totaling 18,650 GSF. All project roof areas shall receive either a new metal panel roof system on ice and water shield at existing shingle roofs (to be demolished), or new cover-over retrofit type metal panel roof system at existing metal roofs ( to remain in place). Provide new metal panel wall system at Classroom #1 (1,415 SF). Demolish existing vinyl siding gable ends where indicated and replace with metal wall panels. Provide new metal panel ceiling system at Classroom #2 & #4 front porches only (624 SF). Provide new rake, fascia & soffit prefinished metal trims + gutters & downspouts at all buildings. Provide new replacement louver vents at gable ends. All PVDF finishes for new metal panel systems, soffit, ceiling and trims shall have 45-year paint warranty (Kynar-500 paint). Classroom #4 has some exterior roof framing corrections to prepare for mtl panels (not structural)

Project Location: Frankfort

More Details

City of Jenkins – Lakeside Drive Sidewalk Improvement

City of Jenkins – Lakeside Drive Sidewalk Improvement

Project consists of: Concrete Sidewalk Construction including the relocation of water and storm sewer utilities and the construction of curb, gutters and sidewalks.

Project Location: Jenkins, Kentucky

More Details

Jessamine County Schools – Renovation/Addition of Rosenwald-Dunbar Elementary School

Jessamine County Schools – Renovation/Addition of Rosenwald-Dunbar Elementary School

The Jessamine County Board of Education will receive sealed bids for
the Renovation/Addition of Rosenwald-Dunbar Elementary School project.

Project Location: Nicholasville, Kentucky

More Details

Franklin County Fiscal Court – Renovation of 231 E. Main Street Building

Franklin County Fiscal Court – Renovation of 231 E. Main Street Building

The Franklin County Fiscal Court is requesting sealed bids for the renovation of the former
Health Department building with associated mechanical / electrical / plumbing and site work.

Project Location: Frankfort, Kentucky

More Details

Housing Authority of Liberty – Site Improvements

Housing Authority of Liberty – Site Improvements

The project consists of:

A.   Site Improvements
B.   Interior Lighting, Exhaust Fans, Electrical Devices & Office Renovations

Project Location: Liberty, Kentucky

More Details

RFB-186-21 Hopkinsville Group Home Emergency Generator Replacement Phase II

RFB-186-21 Hopkinsville Group Home Emergency Generator Replacement Phase II

Estimate:
$ 66,500.00
Estimated Length of Project:
120 (Substantial Completion) + 14 (Final Completion)

Furnishing one 40 KW, 120/240 volt, 1-phase, 3-wire exterior pad mounted, propane fueled generator with weather enclosure. Contractor shall be responsible for furnishing the propane tank and all associate piping and connection to the generator. Revise existing electric service entrance to allow generator to serve entire facility. Provide disconnect switches and automatic transfer switch. Install panelboard in existing garage building. Provide exterior concrete pads and excavation for underground services.

Project Location: Hopkinsville

More Details