RFB-146-25 Parks – GB-LODGE-Freeze Damage Repairs

RFB-146-25 Parks – GB-LODGE-Freeze Damage Repairs

Estimate:
$558,040.00

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

Project Description:
Project intent is to replace finishes previously demolished and left in place following a sprinkler line burst. Scope of work also includes replacement of HVAC system, electrical system, fire alarm modifications, data cable and IT closet addition, finishes, lighting, insulation, and structural support for the cantilevered portion of the building.

Project Location: Carrollton

More Details

RFB-127-25 EDU – KSD Middleton Hall HVAC

RFB-127-25 EDU – KSD Middleton Hall HVAC

Estimate:
$240,000.00

Estimated Length of Project:
260 (Substantial Completion) + 14 (Final Completion)

Project Description:
This project is a procurement of the generator, automatic transfer switch, and primary building switchgear for the Middleton Hall renovation at Kentucky School for the Deaf in Danville, KY. Contractor to furnish switchboard, generator, generator connection cabinet and automatic transfer switches per plans and specifications.. Coordinate delivery location, date and time with installing contractor under separate bid.

Project Location: Danville

More Details

RFB-130-25 EDU – KSB Ritchie Hall Building Improvements

RFB-130-25 EDU – KSB Ritchie Hall Building Improvements

Estimate:
$216,800.00

Estimated Length of Project:
4/15/2025 (Substantial Completion) + 4/30/2025 (Final Completion)

Project Description:
Existing theatrical and house lighting shall be demolished. The existing dimming banks and patch panel are to be demolished. The existing controls and entry button stations shall be demolished. Phase dim control interfaces shall be demolished.

New LED lighting will be provided throughout the auditorium for the house and stage areas. This includes various theatrical production lighting fixtures and suspended downlights. House downlights will be 0-10v dimmable, providing wires to the signal processing enclosure. A new DMX distribution controls infrastructure shall be provided for each lighting position. New control stations shall be provided for house lighting, with locations at the auditorium entry points. There also will be a touchscreen control station on stage to recall stage presets and manually adjust house lighting. A new lighting control console will also be provided at the new control booth.

Project Location: Louisville

More Details

RFB-128-25 EDU – KSB McDaniel Scoggin HVAC Project

RFB-128-25 EDU – KSB McDaniel Scoggin HVAC Project

Estimate: $6,632,360.00

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

Project Description: The following Project Narrative describes Mechanical, Electrical, and Architectural work associated with the HVAC renovation of Scoggan and McDaniel classroom buildings on Kentucky School for the Blind Campus. This project is expected to be a phased deliverable refer to time of completion section for further information on phasing. Project is to be bid using two funds. Contractor to break out bid per fund as detailed on drawings.

Project Location: Louisville

More Details

RFB-131-25 EDU – KSD Brady HVAC Project

RFB-131-25 EDU – KSD Brady HVAC Project

Estimate:
$8,460,674.00

Estimated Length of Project:
(Substantial Completion) + November 26, 2026 (Final Completion)

Project Description:
The following Project Narrative describes Mechanical, Electrical, and Architectural work associated with the HVAC renovation of Brady Hall on Kentucky School for the Deaf Campus.
Mechanical:
All existing heat pumps and their associated piping runouts/valves will be replaced. Two new Dedicated Outdoor Air units will be installed on the roof to both ensure all spaces receive quality outdoor air and that a proper relative humidity and positive building pressure are maintained. The existing hydronics pumps as well as their associated air separator and expansion tank will be replaced. The existing domestic water heater will also be replaced. Existing ductwork and piping will be mostly reused. A new, web-based front-end control system will be provided. The existing kitchen exhaust system including hoods, make-up air unit, and exhaust fan will be replaced.
Electrical:
Existing second floor lighting to be replaced with new LED lighting. Lighting controls will be replaced throughout the building and be brought up to code.
The existing fire alarm system to be replaced with a new mass notification fire alarm system. All devices and cabling to be replaced with new.
Summer of 2025 – Replace all of the existing panelboards with new. Existing switchboard to remain.
Summer of 2026 – The existing switchboard, secondary service lateral and panelboard feeders to be replaced with new. Electrical shutdown to be coordinated between the school and the utility company. Contractor to minimize downtime.
Architectural:
The Architect will be providing support as required to all for the installation of the mechanical system. Acoustical tile and grid ceilings will be replaced in all areas of major above-ceiling work, including all major corridors. Areas where less intrusive above-ceiling work is required will be indicated to have only partial replacement. Restrooms with drywall ceilings will have their ceilings removed so that mechanical work can be performed above and then the ceilings will be replaced.
Louvers at the soffits over perimeter windows will be removed and the soffit plaster repaired. New chases for mechanical routing will be constructed in a few discrete places on the upper floor.
Roof penetrations required for the mechanical renovation will be reused, patched, capped, or otherwise repaired. Roof-installed ductwork will be appropriately supported with attachment to building structure.

Project Location: Danville

More Details

FW-004-25 – FILO – Big Rivers Wetland

FW-004-25 – FILO – Big Rivers Wetland

Estimate:
$1,735,300.00

Estimated Length of Project:
September 1, 2025 (Substantial Completion) + October 1, 2025 (Final Completion)

The project will re-establish a stable and self-sustaining complex of intermittent streams and forested wetland within the project site. Two degraded intermittent streams, totaling approximately 3,715 linear feet in length, will be re-established with standard construction techniques to build streams that exhibit streambank and bed stability, increased habitat for aquatic organisms, and minimal floodplain erosion. The re-established streams will be constructed with appropriate meandering pattern, channel dimensions, and in-stream structures, and will increase hydrology in the adjacent wetland complex. Re-established Intermittent Stream 1 requires installation of an arch-shaped CMP culvert for crossing by the proposed 2,675 linear feet of gravel access roadway, also to be constructed by the project. A concrete low water crossing and dilapidated bridge deck are present on existing Intermittent Stream 2 and will be removed by the project. Approximately 1,550 linear feet of stone bank protection will be constructed on the adjacent perennial stream that receives the drainage from Intermittent Streams 1 and 2 via an existing concrete box culvert.
Earthwork to modify site topography will promote re-establishment of 40.6 acres of wetland. Grading will be used to undo the anthropogenic drainage modifications made to the site for agriculture, including eliminating or minimizing existing incised ephemeral and intermittent streams, surface drainage furrows, and subsurface drainage tiles. Culvert pipes with risers will be installed in the gravel access roadway to allow surface drainage to enter the re-established wetland. Specific subsurface areas will require installation of clay/clayey soils in compacted lifts to slow subsurface drainage; any encountered drainage tiles will be made ineffective.
Coir erosion control blanket will be installed along re-established intermittent streambanks and areas of stone bank protection construction. A seed mix will be installed throughout the riparian corridor and other non-wetland areas of disturbance and mulched with straw. A second wetland groundcover seed mix will be installed in the disturbed wetland re-establishment areas and mulched with straw. Ground preparation will be performed to support additional seeding, live staking, and tree planting by Others under a separate Contract.

Project Location:

More Details

West Main Street Trap Catch Basin Replacement Project

West Main Street Trap Catch Basin Replacement Project

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of West Main Street Trap Catch Basin Replacement Project, Contract No. 2025-015, Budget ID No. H25241, Drawing
Record No. / Sheet No. , until 10:00 a.m., Local Time, Thursday, December 5, 2024, 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:
439 603 553#
.

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: Existing Trap Catch Basin Replacements along West Main Street. 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 $150,000.00 and $190,000.00.

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 Joseph Exely. 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: 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

FW-003-25 – FILO – Rolling Fork WMA Stream & Wetland

FW-003-25 – FILO – Rolling Fork WMA Stream & Wetland

Estimate:
$11,331,800.00

Estimated Length of Project:
February 1, 2028 (Substantial Completion) + March 30, 2028 (Final Completion)

Extended Project Description:
This project, Stillwell Branch Stream Restoration Project, located within the Rolling Fork Wildlife Management Area off Scott Road in Larue County, Kentucky, shall generally consist of the re-establishment, rehabilitation, and enhancement of approximately 44,544 linear feet of perennial, intermittent, and ephemeral streams tributary to the Rolling Fork River. Tasks to be performed in order to achieve project goals include reshaping of existing channels; re-establishment of new channels with stable dimensions; construction of in-stream structures; preparation of soil for seeding; native planting and seeding; installation of erosion control fabric and mulch; and harvesting, transporting, installation, and maintaining live stake and vegetative materials. The restoration project involves re-establishment of ~19,809 feet of channel, rehabilitation of ~12,947 feet of channel, and enhancement of 289 feet of channel with equipment. The restoration project also involves rehabilitation of ~10,868 feet of channel and enhancement of 630 feet of channel by handwork. Restoration will include in-stream structures such as armored riffle crossings, rock/log riffles, rock riffles, buried rock grade control, log vanes, half log vanes, staggered log chutes, log chutes, root wad bank armoring, brush bed, channel-spanning log jam, bio-engineered armoring, bio-engineered bank armoring, slab and boulder clusters, rock/log toe, class A rock cascade, rock/log channel, floodplain swales, special trail armoring, and floodplain brush vanes as well as vegetation of the stream banks and establishment of a forested riparian corridor along the streams.

Project Location: Larue County

More Details

RFB-129-25 Education – FFA Lower Classroom

RFB-129-25 Education – FFA Lower Classroom

Estimate:
$801,773.00

Estimated Length of Project:
05/25/2025 (Substantial Completion) + 05/16/2025 (Final Completion)

The following Project Narrative describes Mechanical, Electrical, and Architectural work associated with the HVAC renovation of the Recreation Hall on the Future Farmers of America campus.
Mechanical:
All existing window air conditioning units and floor finned tube radiators are to be removed. The new mechanical system is a variable refrigerant flow (VRF) system that will utilize refrigerant as the method of cooling/heating. Each classroom will have two (2) wall-mounted indoor units to adequately cool or heat the classroom. The recreation hall will have three (3) fan coil units installed for cooling or heating the space. Condensing units will be installed exterior to the building in two separate locations to decrease the distance of piping installation. A VRF monitoring system will be installed in the recreation hall and can be utilized to control the individual units that are installed. The VRF system will also connect to the campus BAS enabling users to log-in online to view system performance and set any parameters needed.
Electrical:
The existing panelboard will be replaced with a new panelboard to ensure the safety and reliability of electrical systems when the building is utilized.
Existing lighting will be upgraded from fluorescent to LED improving not only the aesthetic of the spaces but has increased lower occupant stimulation levels and provides opportunity to lower operational cost. New exterior lighting will replace the existing exterior lighting. Lighting controls will be upgraded to meet current code requirements.
The existing fire alarm system is not compliant with current code requirements. There will be a new voice evacuation fire alarm system and devices for the safety of occupants within the building.
Architectural:
The existing windows and doors will be replaced with new windows and doors which will improve thermal comfort and building energy efficiency. The exterior and interior finishes are remaining to keep the initial aesthetic of the building.

Project Location: Hardinsburg

More Details

RFB-132-25 KYTC – Permanent Salt Conveyor System – Graves County

RFB-132-25 KYTC – Permanent Salt Conveyor System – Graves County

Estimate:
$ 95,000.00

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

This project shall generally consist of power and roofing modifications for the installation of a salt conveyor system. Work shall include installation of a roof dormer, installation of a free air pavilion, installation of electrical panels, transfer switches, and power connections to the conveyor system. Trades involved include but are not limited to: roofing and electrical.

Project Location: Graves County

More Details

RFB-122-25 KSFB – Freedom Hall Seating Replacement

RFB-122-25 KSFB – Freedom Hall Seating Replacement

Estimate: $2,219,161.00

Estimated Length of Project: 270 (Substantial Completion) + 21 (Final Completion)

Project Description: Freedom Hall is an arena structure at approximately 121,000 square feet. The structure is comprised of an upper and lower arena bowl structure with concrete rows and risers with permanent seating and a retractable seating platform. The project being undertaken is to replace the existing permanent fold-up seating in the lower bowl portion of the arena, replace the existing portable folding seats in the lower bowl area, and replace the retractable seating platform and seating at the arena floor. The nosings of the lower bowl rows / risers is protected with a steel angle which shall be evaluated and replaced as required. The entire lower bowl floor & risers inside of the arena area is to be cleaned at low pressure with a light duty cleaning solution. The retractable seating platform shall carry a five-year warranty with no dollar limit.

Project Location: Louisville

More Details

RFB-120-25 DMA – Bowman Field RC Lighting Upgrade

RFB-120-25 DMA – Bowman Field RC Lighting Upgrade

Estimate:
$615,083.00

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

Project Description:
HVAC Controls: Provide a new DDC building automation system to integrate existing HVAC equipment with DMA’s existing Automated Logic front-end. HVAC controls work will be provided via allowance by the facility’s incumbent controls provider, EMCOR (Automated Logic brand controls).

Lighting: Replace fluorescent fixtures with new LED lights. Provide emergency lighting and exit lights with battery backup. Provide room by room occupancy sensors controls (local only, no integration to BAS). As an add alternate, provide new pole lights in front yard.

Project Location: Louisville

More Details

Rustic Way Pipe Replacement Project

Rustic Way Pipe Replacement Project

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Rustic Way Pipe Replacement Project, Contract No. 2025-012, Budget ID No. C25234, Drawing Record No. / Sheet No. , until 2:00 p.m., Local Time, Tuesday, December 3, 2024, 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:
474 049 052#
.

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 a pipe replacement along Rangeland Road and Rustic Way. 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 $225,000.00 and $275,000.00.

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 Joseph Exely. 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

Ohio River Service Area Lift Station Rehabilitation

Ohio River Service Area Lift Station Rehabilitation

Please note the bid date and time has been changed to January 14, 2025, 10:00 A.M. Local Time.

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Ohio River Service Area Lift Station Rehabilitation, Contract No. 16611, Budget ID No. W21126, Drawing Record No. / Sheet No. 16611/1-16, until 10:00AM, Local Time, Tuesday, January 14, 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:
927 794 389#
.

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 demolition and disposal of three existing sewer lift stations, construction of two submersible sanitary sewer lift stations and all associated appurtenances; installation of approximately 2068 linear feet of 8 inch sewer pipe; installation of approximately 49 linear feet of 10 inch sewer pipe; installation of approximately 104 linear feet of 4 inch sewer pipe; installation of approximately 19 sanitary manholes, and restoration of all ground disturbance required to install items listed above. All work shall be done in accordance to MSD’s Standard Specifications. The project is generally located at Club Drive, Cliffwood Drive, and Cardinal Harbour Road in northwestern Oldham County. 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, November 19, 2024 at 11:00 AM at the MSD Main Office, 700 W. Liberty Street, Louisville, KY 40203. A nonmandatory site visit will be held from 1:00-2:00 PM, beginning at 1010 Club Drive, Goshen, KY 40026. The site visit will begin promptly at 1:00 PM. Participants are responsible for bringing their own PPE.

The Engineer’s Construction Cost Estimate for this project is between $1,500,000.00 and $1,900,000.00.

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 Chris Gregory. 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

Lynnview Stormwater Improvements

Lynnview Stormwater Improvements

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Lynnview Stormwater Improvements, Contract No. 2025-014, Budget ID No. H24119, Drawing Record No. / Sheet No. , until 10:00 a.m., Local Time, Tuesday, November 26th, 2024, 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:
762 432 920#
.

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: Drainage and catch basin improvements throughout the City of Lynnview. 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 $375,000.00 and $425,000.00.

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 Joseph Exely. 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-125-25 DOC – KCI TAG PLANT RELOCATION

RFB-125-25 DOC – KCI TAG PLANT RELOCATION

Estimate:
$414,000.00

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

The project consists of the relocation, by owner, of two License Plate Production Lines from Kentucky State Reformatory to the Kentucky Correctional Institution for Women Industries building. Electric, compressed air, and a new HVAC system will be provided to serve the relocated/new production equipment. The owner shall furnish all production equipment and two air compressors. Final connections to equipment shall be made by the owner.
Contractors shall provide electric utilities to the equipment consisting of new transformer(s), panelboards, and disconnects that will utilize the existing electrical distribution in the building. Compressed air piping, valving, and filters shall be provided to connect the air compressors and the production equipment. A new DX Air Handling Unit on grade, a new exhaust fan on the roof, and all associated ductwork shall be provided to fully serve one of the production rooms to maintain stringent temperature and humidity requirements. A lay-in ceiling grid shall be installed in one of the production rooms. The existing automatic sprinkler system shall be modified to provide new sprinklers in the lay-in ceiling. All work will be performed inside the facility perimeter security fence

Project Location: Peewee Valley

More Details

RFB-123-25 KYTC – Roof & Gutter Repair Boone-Gallatin-Boyle-Rowan

RFB-123-25 KYTC – Roof & Gutter Repair Boone-Gallatin-Boyle-Rowan

Estimate:
$386,400.00

Estimated Length of Project:
120 (Substantial Completion) + 15 (Final Completion)

The project involves re-roof work at four (4) KYTC buildings in eastern Kentucky. The goal of this project is to install new insulation, new cover board, and a new PVC membrane over the existing original metal roofs. Replace all gutters and downspouts, and take the downspouts down to splash blocks.

Project Location: Eastern Kentucky

More Details

CCK-2617.0-10-25 Ag Research Facility 1 -BP05 Teaching Greenhouse

CCK-2617.0-10-25 Ag Research Facility 1 -BP05 Teaching Greenhouse

Phase 1: Scope of this work to be determined through design. Planned start of construction
June 20, 2024, with a target substantial completion March 2, 2026.

Phase II: Scope of this work to be determined through design. Planned start of construction
June 20, 2024, with a target substantial completion December 14, 2026.

Project Location: Lexington, Kentucky

More Details

RFB-124-25 KYTC – Roof & Gutter Repair Graves-McClean-Metcalfe

RFB-124-25 KYTC – Roof & Gutter Repair Graves-McClean-Metcalfe

Estimate:
$343,000.00

Estimated Length of Project:
120 (Substantial Completion) + 15 (Final Completion)

Project Description:
The project involves re-roof work at three (3) KYTC buildings in western Kentucky. The goal of this project is to install new insulation, new cover board, and a new PVC membrane over the existing original metal roofs. Replace all gutters and downspouts, and take the downspouts down to splash blocks.

Project Location: Western

More Details

RFB-121-25 DOCJT – Moot Court Classroom Upgrades

RFB-121-25 DOCJT – Moot Court Classroom Upgrades

Estimate:
$265,764.00

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

The interior fitup of two classrooms spaces to represent a Court Room setting. Scope of work includes built in casework, carpet, ceiling modifications, window treatments, portable visual display and FF&E.

Project Location: Richmond

More Details

Cedar Creek Main Interceptor Rehabilitation

Cedar Creek Main Interceptor Rehabilitation

Please be advised by this notification that this project, which was scheduled to open on Tuesday, December 3, 2024 at 11:00 a.m. has been cancelled.

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Cedar Creek Main Interceptor Rehabilitation, Contract No. 16971, Budget ID No. H23018, Drawing Record No. / Sheet No. 16971/1-14, until 11:00AM, Local Time, Tuesday, December 3, 2024, 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:
669 172 564#
.

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 CCTV inspection and cleaning of approximately 27,000 linear feet of sanitary sewer mains, ranging in diameter from 8 to 36 inches, installation of approximately 6,600 linear feet of cured-in-place pipe in sanitary mains, ranging in diameter from 8 to 36 inches, approximately 30 associated laterals to be lined using cured-in-place pipe for approximately 520 linear feet, clearing, and bypass pumping, This project also includes inspection of approximately 120 sanitary manholes with potential for subsequent rehabilitation including replacement of manhole castings and chimney seals, as well as manhole epoxy lining. The project includes all erosion control, ground
restoration and appurtenant work as described in the plans and bid proposal. This project is located in the Fern Creek area of Jefferson County, along Cedar Creek near Bardstown Road and Gene Snyder Freeway (I-265). 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, November 12, 2024, at 11:00 AM at the MSD Main Office, 700 W. Liberty Street, Louisville, KY 40203.

The Engineer’s Construction Cost Estimate for this project is between $4,500,000.00 and $4,900,000.00.

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 Chris Gregory. 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: Yes

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

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, KY

More Details

Cypress Springs Pump Station Elimination

Cypress Springs Pump Station Elimination

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Cypress Springs Pump Station Elimination, Contract No. 17111, Budget ID No. E24017, Drawing Record No. / Sheet No. 17111/1-3, until 10:00AM, Local Time, Tuesday, December 3, 2024, 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:
119 978 075#
.

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 approximately 21 linear feet of 24-inch sanitary sewer pipe; elimination of the Cypress Springs Pump Station and force main, associated work including the removal of the building, tie into/remodel of two existing manholes, and bypass pumping; ground restoration; erosion prevention and sediment control; and other appurtenant work. The pump station entrance is located at 3701 Cypress Springs Place near the Bellingham Park Phase 4 Subdivsion in northeastern Jefferson County. 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, November 19, 2024 at 10:00 AM at the MSD Main Office, 700 W. Liberty Street, Louisville, KY 40203.

The Engineer’s Construction Cost Estimate for this project is between $150,000.00 and $190,000.00.

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 Chris Gregory, EIT. 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

Lower Mud Lane Interceptor Project

Lower Mud Lane Interceptor Project

Please note the bid date and time has been changed to December 17, 2024, 2:30 P.M. Local Time.

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Lower Mud Lane Interceptor Project, Contract No. 17019, Budget ID No. Y24090, Drawing Record No. / Sheet No. 17019/1-11, until 2:30 PM, Local Time, Tuesday, December 17, 2024, 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:
669 108 136#
.

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 project provides for the construction of a 24 inch gravity sewer line interceptor that connects 8 inch West Triangle Force Main and 24 inch Gravity Main at the end of Bigwood Court in Hillview, Kentucky. 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. 1:00 PM, Tuesday, November 19, 2024.

The Engineer’s Construction Cost Estimate for this project is between $3,000,000.00 and $4,000,000.00.

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: x
Construction-related Services:

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, KY

More Details

RFB-117-25 KCTCS – Renovate Jolly Classroom Center Phase II – Hazard CTC

RFB-117-25 KCTCS – Renovate Jolly Classroom Center Phase II – Hazard CTC

Estimate:
$4,550,693.00

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

The project consists of roof replacement, replacement of rooftop mechanical equipment, and renovation of mechanical systems inside the building.
Roof replacement includes approximately 13,800 square feet of area to be torn off completely to deck and replaced with new insulation and modified bitumen roofing as well as approximately 41,400 square feet of area to be recovered with wood fiber and a new modified bitumen roofing system. All roof areas will receive new metal coping and/or trim. A new clerestory window system with roof above will be installed in place of an existing skylight that is to be demolished.

Project Location: Hazard

More Details

Sixth Street Floodwall Closure Sidewalk Trays Replacement Project

Sixth Street Floodwall Closure Sidewalk Trays Replacement Project

Please note the bid date and time has been changed to December 10, 2024, 1:00 P.M. Local Time.

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Sixth Street Floodwall Closure Sidewalk Trays Replacement Project, Contract No. 17019 , Budget ID No. F21037, Drawing Record No. / Sheet No. 17109/1-4, until 1:00 PM, Local Time, December 10, 2024, 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:
687 786 974#
.

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: Removal of existing paver sidewalk and sidewalk trays and replace with stamped and tinted concrete sidewalk and sidewalk trays and other appurtenant work as depicted on the drawings. All work shall be done in accordance to MSD’s Standard Specifications.

There will be non-mandatory pre-bid meeting held for this project. November 5, 2024 @ 10:00 AM on site.

The Engineer’s Construction Cost Estimate for this project is between $25,000.00 and $75,000.00.

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 JP Carsone. 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: 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