City of Manchester – Jockey Street Plaza Culvert

City of Manchester – Jockey Street Plaza Culvert

Work is to include installation of a concrete arched culvert, retaining walls and backfill material.

Project Location: Manchester, Kentucky

More Details

Fleming County Board of Education – Fleming Center LAVEC – Building Package

Fleming County Board of Education – Fleming Center LAVEC – Building Package

The scope of the entire project consists of a new 18,598 SF facility located on the
high school campus. Fleming Center (LAVEC) will be a vocational learning facility for both the Fleming
County Schools and the local community. The program will include a large multi-purpose space, indoor
lineman training area, lecture hall, classroom, conference room, trophy lobby, 2 lab/work areas, and
exterior work yard. The structure shall consist of slab on grade over concrete footings, CMU load bearing
walls and partitions, steel roof structure, steel deck, and PVC roof system. Alternate bids will be accepted
as described in the bidding documents and section 01800 Alternates. The detailed language specific to
each bid package is described in section 01900 of the volume 1 project manual.

Project Location: Flemingsburg, Kentucky

More Details

RFB-189-25 DJJ-Hopkinsville Group Home Improvements

RFB-189-25 DJJ-Hopkinsville Group Home Improvements

Estimate:
$439,190.00

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

Volume One: Addition of an ADA accessible toilet and laundry room as well as removal of one office and creation of two offices within the building at an existing Group Home facility. The addition is a wood framed structure on a slab on grade. Finishes include painted gypsum board and ceramic tile. Work also includes installation of a larger primary entrance door for ADA accessibility. The existing office will be removed to accommodate access to the new laundry area. Two new offices will be created within the open area for staffing needs. Building PTAC unit will be remove and replaced with a VRF system to serve the HVAC needs of the building.
Volume Two: Work Area 1-Excavation & installation of a new drainage area/trench behind the existing facilities. Work to include earthwork, installation of new storm piping, concrete headwall, and drainage rock.
Work Area 2 – Removal of existing & installation of a new asphalt entrance. Work to include earthwork, paving, installing new storm piping, guardrails, and concrete headwalls.

Project Location: Hopkinsville

More Details

Graves County Board of Education – Graves County High School Athletic Multipurpose Facility

Graves County Board of Education – Graves County High School Athletic Multipurpose Facility

This project consists of an Athletic Multipurpose Facility for the Graves County High School.

Project Location: Mayfield, Kentucky

More Details

25-07 / Pre-Advertisement Contractor Meeting – Crescent Hill Water Treatment Plant Reservoir Cleaning and Liner Replacement

25-07 / Pre-Advertisement Contractor Meeting – Crescent Hill Water Treatment Plant Reservoir Cleaning and Liner Replacement

Questions: Dakotah DeRoche

Meeting: Pre-Advertisement Contractor Meeting (Bid is coming!)
Bid#/ Project: Bid 25-07 – Crescent Hill Water Treatment Plant Reservoir Cleaning and Liner Replacement
Location: Louisville Water Tower; 3005 River Road, Louisville, KY 40207
Meeting Date/Time: February 27, 2025, 9:00 AM
Pre-Qualification Category: Heavy Construction – Plant Work

Louisville Water invites you to attend a Pre-Advertisement Meeting for the upcoming Bid 25-07, Project No. 16665 – Crescent Hill Water Treatment Plant Reservoir Cleaning and Liner Replacement. While not Mandatory, this meeting is highly encouraged for interested Contractors in Louisville Water’s “Heavy Construction – Plant Work” pre-qualification category as well as subcontractors who would support them.
Louisville Water intends to advertise the project for Bid soon. The project involves comprehensive work on the Crescent Hill Reservoir, including draining each basin, managing water treatment residuals (WTR), and ensuring proper disposal of all materials in compliance with federal, state, and local laws. Additionally, the project includes the demolition and disposal of the existing flexible membrane liner system, preparation and concrete repairs of the reservoir base and slopes, and installation of new elastomeric geomembrane liner system.
WTR Management Services is a significant portion of the Work. The Contractor will be required to dredge, pump, or remove solids from the basins, dewater, process, haul and Beneficially Reuse the WTR. Prior to signing the Contract, Louisville Water will require the Contractor to provide the intended disposal method(s), the intended disposal location, and proof that the Contractor has obtained all necessary Beneficial Use permits. Louisville Water understands the time required to obtain Beneficial Use permits. As such, this meeting will serve as a call for interest and opportunity to learn sufficient information to begin the permit process.

We look forward to seeing you at the Pre-Advertisement Meeting and discussing this important project to renew our critical infrastructure.

Click Here for the List of Prequalified Bidders

Project Location: Louisville, Kentucky

More Details

CCK-2968.00-1-25 Parking Garage Maintenance 2025

CCK-2968.00-1-25 Parking Garage Maintenance 2025

Base Bid project involves detailed repair and maintenance work across PS No. 2, 3, 5, 6, and
7 includes unit pricing for various concrete and sealant repairs, such as slab repairs, vertical
surface repairs, and cove sealants, along with lump sum pricing for tasks like membrane
replacement, wall cleaning, and coating. PS No. 1 includes a time and material price for
knockdown allowance, while the Good Samaritan Garage includes unit pricing for slab repairs
and lump sum pricing for membrane recoating.

Project Location: Lexington, Kentucky

More Details

Milan Housing for the Elderly, Inc. – Milan Senior Housing Rehab

Milan Housing for the Elderly, Inc. – Milan Senior Housing Rehab

The Contract scope of work can be briefly summarized, without limitation, as follows:

Milan Senior Apartments, constructed in 1981, is currently marketed to senior residents or individuals of
any age with a disability. The project is comprised of 34 units in a one-story building. The rehab
consists of, but is not limited to, accessibility upgrades to select units; a new roof and gutters; upgraded
windows, doors, and appliance improvements; new drywall, paint, flooring and plumbing fixtures;
addition of office space; and parking lot upgrades.

Project Location: Milan, Indiana

More Details

RFB-190-25 DOCJT – Skills Course Pavement and Drainage Improvement

RFB-190-25 DOCJT – Skills Course Pavement and Drainage Improvement

Estimate:
$485,173.20

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

The DOCJT Skills Course Pavement and Drainage Improvements project consists of selective removal of all woody vegetation within the property limits designated on the plans. Removal shall include removal of all branching flush with the existing grade and does not include any root removal. Disposition of all vegetation removal is included. The project also includes the cleaning and sealing of all designated asphalt surfaces including the reconstruction of the existing asphalt parking lot within the project limits and surface milling/pavement overlay of a designated section within the project limits. The construction of a concrete drainage ditch is also included in the project.

Project Location: Richmond

More Details

Warren County Board of Education – Warren County Preschool Center

Warren County Board of Education – Warren County Preschool Center

This project consists of various the Warren County Preschool Center.

Project Location: Bowling Green, Kentucky

More Details

Housing Authority of Hodgenville – Modernization Program for Project Site No. KY83-01

Housing Authority of Hodgenville – Modernization Program for Project Site No. KY83-01

This project consists of: Bathroom Upgrades

Project Location: Hodgenville, Kentucky

More Details

RFB-185-25 Petroleum Contaminated Soil Remediation Thompson Branch Abandoned Underground Storage Tanks (UST) Energy and Environment Cabinet

RFB-185-25 Petroleum Contaminated Soil Remediation Thompson Branch Abandoned Underground Storage Tanks (UST) Energy and Environment Cabinet

Estimate:
$ 77,071.00

Estimated Length of Project:
28 (Substantial Completion) + 12 (Final Completion)

The project is located in Letcher County, KY, along Kentucky Highway 931 near its intersection with Thompson Bridge. A summary of work to be completed includes pre-project planning; completion of a waste determination and disposal arrangements for excavated soil; utility locates; mobilization and setup; clearing of debris from building floor; demolition of building (three (3) concrete block walls, and concrete floor slab; reclamation and stockpiling of concrete/brick materials; recycling/disposal of wood, plastic, metal, etc. demolition debris; excavation of designated petroleum contaminated soil area; direct loading and transport of excavated soil; import, place and compact backfill for placement in petroleum contaminated soil excavation and the depression resulting from removal of the building’s concrete floor slab; placement of topsoil; seed and protect disturbed area; site clearance; and demobilization.

Project Location: Whitesburg

More Details

RFB-180-25 Campground Renovation East Jenny Wiley State Park Yatesville Lake State Park

RFB-180-25 Campground Renovation East Jenny Wiley State Park Yatesville Lake State Park

Estimate:
$3,406,550.00

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

Jenny Wiley State Park Campground- Site renovation includes site clearing and erosion control, earthwork related to adding new pull-thru campsites and expanding existing campsites, asphalt milling and resurfacing, new asphalt pavement, new water line distribution throughout the campground with new campsite hydrants, replacement of the existing campground sanitary dump station and site restoration.
Yatesville Lake State Park Campground- Site work includes installation of new isolation valves to the existing campground waterlines. New plumbing fixtures are to be included in the existing Bath House.

Project Location: Louisa & Prestonsburg

More Details

RFB-191-25 HVAC Replacement- Phase I Radcliff Veterans Home Department of Veterans Affairs

RFB-191-25 HVAC Replacement- Phase I Radcliff Veterans Home Department of Veterans Affairs

Estimate:
$7,861,510.00

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

Phase 1 of this project replaces the existing VRF HVAC system with a new 4-pipe Fan Coil Unit system in Neighborhoods 200 and 300.
Scope of work includes removing and replacing the existing VRF HVAC system equipment and controls with a new chilled and hot water plant, hydronic piping, ductwork connections, HVAC controls and supporting electrical and plumbing scope to accommodate the new HVAC replacement.

Project Location: Radcliff

More Details

Cedar Creek Main Interceptor Rehabilitation Re-Bid

Cedar Creek Main Interceptor Rehabilitation Re-Bid

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 10:00AM, Local Time, Tuesday, March 11, 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:
716 140 913#
.

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, February 18, 2025 at 1:00 PM at the MSD Main Office, 700 W. Liberty Street, Louisville, KY 40203.

The Engineer’s Construction Cost Estimate for this project is between $4,000,000.00 and $4,500,000.00.

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

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

The Project Manager for this Invitation to Bid is 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

RFB-186-25 KYTC – Whitehaven Facility Cosmetic

RFB-186-25 KYTC – Whitehaven Facility Cosmetic

Estimate:
$151,000.00

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

Project involves the repair and/or replacement of wood items associated with the exterior of the Whitehaven Welcome Center. Work includes removal of deteriorated wood materials, patching, and painting. Included in the Base Bid work scope is the installation of new hinged painted wood shutters to replace deteriorated or missing shutters.

Project Location: Paducah

More Details

Eminence Independent Schools – Renovation, Addition and Athletic Upgrades

Eminence Independent Schools – Renovation, Addition and Athletic Upgrades

This project consists of miscellaneous needs and athletic upgrades.

Project Location: Eminence, Kentucky

More Details

RFB-183-25 EEC-AML-23130AMLBAML

RFB-183-25 EEC-AML-23130AMLBAML

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

The James & Sue Stepp site is characterized by an approximate 1 acre slide. A portion of that slide damaged the Stepp residence by moving it off its foundation. A second area of the slide was essentially stopped when it encountered a level plateau adjacent to the Stepp home. Areas around the Stepp residence were inundated with mud and debris; although much of that has been cleaned up by the property owner and neighbors.
The vast majority of the slide material will be removed by stripping to rock. A small portion of the slide near the plateau will be regraded to a stable configuration. An excavated rock ditch (AML Standard 21- 60-1) will be constructed in the approximate center of the hollow with concrete block tied mat placed to direct water to a culvert and away from the residence. It is not anticipated that trees in excess of 3 inches diameter at breast height will require removal as all tree removal will be completed within the confines of the unstable area. All trees removed as part of the project must be relocated to the waste area for burning unless a suitable area is identified at the project site. If required, AML will elect to make a payment to the Imperiled Bat Conservation Fund in accordance with a determination from USFWS.
Residential seeding is included to revegetate disturbed areas on the property along with hydroseeding the slide area. Other revegetation bid items included to revegetate the waste area. Access to the project site and waste area is via county or state roads and residential driveways. Repairs to the driveways are included in the bid items.
Construction disturbances will be kept to a minimum with a stringently formulated sediment and erosion control program. Prior to beginning any major earth disturbance, all silt control measures will be installed. This includes silt barriers (bales & silt fence) at the project site and the waste area.

Project Location: Martin County

More Details

RFB-187-25 KSP – HQ Drainage Improvements

RFB-187-25 KSP – HQ Drainage Improvements

Estimate:
$699,298.00

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

The project scope includes selective demolition of existing storm structures, piping, concrete pavements, and milling / patching of asphalt. Some plant material removal also included in demolition with erosion control measures. The construction of new replacement concrete walks, some curbing, new asphalt sealing and top course with striping. New storm lines, structures, including rip-rap, headwalls and downspout boots. Landscape stone and lawns are also included.

Project Location: Frankfort

More Details

FPS Roof Repairs 3 Project

FPS Roof Repairs 3 Project

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of the FPS Roof Repairs 3 Project, Contract No. 17255, Budget ID No. F25076, Drawing Record No. / Sheet No. 1-9, until 2:00 PM, Local Time, Thursday, March 6, 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: 125 094 76#.

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

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

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 following facilities are included in this Project

a. 17th Street Flood Pump Station (FPS) – 1701 Northwestern Parkway

b. 27th Street FPS – 2600 Marine Street

c. 34th Street FPS – 816 North 34th Street

C. The principal features of the Work to be performed under this Contract include, but are not
limited to the following:

1. Thermal Imaging for roof repair.

2. Removal of saturated roof system and in-kind repair.

3. Roof Replacements

4. Application of Silicone coating

5. Flashing and sealing

6. Installation of safety railing

7. Installation of replacement grates and hatchways

8. Concrete repair and sealing

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

There will be a mandatory pre-bid meeting held for this project. The meeting start at the 34th Street FPS located at 816 N 34th Street, on Tuesday, February 18, 2025 at 1:00 pm.

The Engineer’s Construction Cost Estimate for this project is between $100,000.00 and $300,000.00.

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

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

The Project Manager for this Invitation to Bid is Julie Potempa. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal. Questions received less than 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 an evaluated basis, 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

Christian County Schools – Christian County High School Athletic Complex

Christian County Schools – Christian County High School Athletic Complex

Project Location: Hopkinsville, Kentucky

More Details

Hill Street Main Office Renovation – 2nd & 3rd Floors Project

Hill Street Main Office Renovation – 2nd & 3rd Floors Project

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of the Hill Street Main Office Renovation – 2nd & 3rd Floors project, Contract No. 17275, Budget ID No. G25238, Drawing Record No. / Sheet No. 1-12, until 11:00 AM, Local Time, Tuesday, February 25, 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: 894 886 861#.

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

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

1. Installation of ceiling tile and grid

2. Installation of carpet tiles

3. Install vinyl plank flooring

4. Installation of vinyl composite tiles

5. Drywall and Dry wall patching

6. Carpentry (Framing, doors, door hardware)

7. Electrical wiring

8. lighting

9. Modification of floor vents

10. Painting

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

There will be a mandatory pre-bid meeting held for this project. The meeting will take place at the New MSD Main Office Building located at 15th and Hill Streets, Louisville, KY 40210, on Thursday, February 13, 2025 at 11:00 am. We will meet at the front of the building.

The Engineer’s Construction Cost Estimate for this project is between $500,000.00 and $800,000.00.

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

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

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

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

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

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

MSD SUPPLIER DIVERSITY PROGRAM: Applicable

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

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

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

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

MSD BID DISCOUNT: 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: 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-184-25 Re-Ad of RFB-137-25 23082 AMLBAML AML Project

RFB-184-25 Re-Ad of RFB-137-25 23082 AMLBAML AML Project

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

The home and 2 acre area it sits upon is threatened by slide potential from the pre-law related highwall located on the property and will need to be contained by retaining walls and serviced by new drainage infrastructure. The plan calls for constructing a concrete block wall next to the house structure to secure the loose dirt and rock in that area. Further, down the property there is an exposed rock face that needs to be contained with highwall restoration netting and shotcrete application. Unstable trees (some greater than 3”), loose dirt, and rock will need to be removed as they pose a danger of sliding off the sheer face. There will be a subdrain installed along the length of the walls and it will be piped out of an existing drainage path. This drainage path will be upgraded with a new under road pipe and new rock ditch that discharges the water into an area that will be armored with erosion discharge material. Utility lines and structures may need to be relocated and this will be done in accordance with AML and utility company specifications.

Project Location: Pike County

More Details

RFB-164-25 DMA – USPFO Interior Upgrade QRPA

RFB-164-25 DMA – USPFO Interior Upgrade QRPA

Estimate:
$1,687,557.00

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

Work of the Project includes selective renovation of the existing 12,467 +/- GSF, one story Boone National Guard USPFO building including reconfiguration of interior spaces with new metal stud and gypsum wallboard assemblies and built-in cubicles; removal of existing cubicles and furniture; removal of and replacement of existing lock cores and select hardware; replacement of select doors and hardware; installation of new doors and hardware; interior renovation of all restrooms including replacement of all plumbing fixtures, demo of existing ceramic floor tile and wall tile, installation of new epoxy resinous flooring, new cast terrazzo shower bases, new wall tile, new lockers, new toilet partitions and toilet accessories. Additional interior finishes include carpet tile; LVT flooring; painting of walls, and replacement of ceilings
The work also includes renovation/replacement of select portions of existing plumbing, HVAC and electrical systems including complete lighting replacement. Three existing packaged rooftop units are to be replaced along with one existing split system with duct furnace. Areas of existing ductwork are to largely remain with some units receiving all new sheet metal ductwork. All ducting systems shall recieve new grilles, registers and diffusers for the new ceiling system. Controls work associated with mechanical will include integration of new units to ALC’s webcontrol platform.
Electrical work is focused on light fixture replacements for the new ceiling, power and data for new framed partitions along with various repairs and devices to support fixtures and mechanical equipment. Lighting controls are to be consistent with current energy code in Kentucky (IECC 2012) which are to include occupancy and vacancy sensors for various regularly occupied spaces such as offices and conference rooms. Other common spaces such as corridors will have local controls for on/off. No centralized lighting controls system to be installed.

Project Location: Frankfort

More Details

RFB-179-25 CHFS – CSH – Roof Replacement Psychiatric Dorm Bldg

RFB-179-25 CHFS – CSH – Roof Replacement Psychiatric Dorm Bldg

Estimate:
$3,132,150.00

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

The project consists of the removal and replacement of the existing roof systems. All areas are to be demolished down to the existing metal roof deck and replaced with new 2-ply modified bitumen roof membrane over 2 layers of 2.2″ rigid insulation & ½” cover board. Tapered insulation shall be used at all drainage crickets & saddles. New coping cap, expansion joint, & control joint flashings shall be installed at existing locations. New waterheads & downspouts shall be provided at existing locations.

Project Location: Louisville

More Details

Lynnview Stormwater Improvement Project

Lynnview Stormwater Improvement Project

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of the Lynnview Stormwater Improvement Project, Contract No. 2025-014, Budget ID No. H24119, Drawing Record No. / Sheet No., until 10:00 a.m., Local Time, Tuesday, February 11, 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: 668 974 182#.

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 $350,000.00 and $450,000.00.

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