The Contractor shall provide all of the materials and perform all the work described in the Specifications and/or shown on the Drawings. The Exterior Lighting systems will be controlled in accordance with the IECC with a rugged automatic control system. The system will use exterior building and pole mounted lighting, which will be provided with full cutoff LED area lights with automatic photocell controls for dusk to dawn operation. All systems shall be installed per Kentucky Building Code with Current Revisions, Americans with Disabilities Act, International Building Code, and National Electrical Code. A 48 hour notification is required for any outage of the Electrical or Mechanical Systems.
Estill County Courthouse – Fluid Cooler Replacement
Estill County Courthouse – Fluid Cooler Replacement
This project consists of replacement of the outdoor closed circuit fluid cooler at the
Estill County Courthouse. The trades involved include, but are not limited to, the following: demolition,
mechanical piping, pipe insulation, electrical, water treatment, testing and balancing, and building
automation system.
The Contractor shall provide all of the materials and perform all the work described in the Specifications and/or shown on the Drawings. The Exterior Lighting systems will be controlled in accordance with the IECC with a rugged automatic control system. The system will use exterior building and pole mounted lighting, which will be provided with full cutoff LED area lights with automatic photocell controls for dusk to dawn operation. All systems shall be installed per Kentucky Building Code with Current Revisions, Americans with Disabilities Act, International Building Code, and National Electrical Code. A 48 hour notification is required for any outage of the Electrical or Mechanical Systems.
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of DRGWQTC Process Water Pump Strainer System, Contract No. 17303, Budget ID No. D25056, Drawing Record No. / Sheet No. 17303, Drawing Record No. / Sheet No., until 10:00 am, Local Time, September 16,2025, 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: 649 384 245#.
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 is located at the Derek R Guthrie WQTC, 11620 Lower River Road, Louisville, KY 40272, Process Water Building and includes the installation of two process water strainers, a transducer, and flowmeter. 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 take place at the Derek R Guthrie WQTC Operations Administration Building, 11620 Lower River Road, Louisville, KY 40272 on August 20, 2025 at 2:00 p.m. local time, with site walk to follow. Bidders are responsible to bring their own PPE.
The Engineer’s Construction Cost Estimate for this project is between $400,000.00 and $650,000.00.
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 Matt Hartman. 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.
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
Menifee County Fiscal Court – Menifee County Senior Center and Regional Center Kitchen Parking Lot
Menifee County Fiscal Court – Menifee County Senior Center and Regional Center Kitchen Parking Lot
Provide an additional topcoat and install new parking lot as shown on bid drawings.
Project to include site clearing, earthwork and asphalt paving at the Menifee County
Senior Center/Gateway Regional Kitchen.
CITB-465-2026 Keen Johnson Building Elevator Upgrades
CITB-465-2026 Keen Johnson Building Elevator Upgrades
This invitation is for the upgrade of the elevator in the Keen Johnson Building as specified in the following bid at Eastern
Kentucky University’s Richmond, KY Campus. The work includes furnishing all labor, materials, equipment and services
necessary to complete the project outlined in the event and attachments including all items indicated throughout the event.
Work will begin immediately following an official Award of Contract and Purchase Order from Eastern Kentucky
University. A point of contact for EKU Project Management will be provided to the awarded vendor at time of award.
The project involves recover roof work at the DMA – National Guard Armory in Campbellsville, KY. The existing roof is approximately 15,600 square foot roof. The project is to re-cover the existing 2-ply modified bitumen asphalt roof with new cover board and a new 2-ply modified bitumen asphalt roof system. The mid roof requires a complete removal of the existing roof down to the roof deck. A new Two-ply SBS Modified Asphalt roof system will be cold-adhered over new rigid board insulation and cover board. All prefinished metal gutters, downspouts, metal roof splashes, flashings, accessories, and terminations are included.
City of Morehead – Morehead Fire Department Station No. 1 Replacement Facility
City of Morehead – Morehead Fire Department Station No. 1 Replacement Facility
The Morehead Fire Department Station No. 1 Replacement Facility project is comprised of a fire station with three
programmatic components. Two of these program components are contained within a pre-engineered metal building,
clad in brick and insulated metal panels, and which has two distinct building forms. The first form houses the
administrative areas, dorms and living quarters, while the other contains the apparatus bays and support spaces. The
third programmatic component is contained within the first form and is an ICC-500-compliant storm shelter, which
doubles as the main restroom. In terms of area, the Project is 12,300 gross square feet, and the usable area of the
storm shelter is 143 net square feet. The main structure of the Project is a pre-engineered building system, with girts
and purlins, insulated metal roof and wall panels, and miscellaneous framing, while interior partitions are framed
with metal studs. The construction type is V-B combustible unprotected, and it is fully-suppressed with some rated
partitions extending to deck.
Louisville Water Company is requesting Bids for the Base Bid Lump Sum Work that consists of providing all labor, rigging, tools, equipment, and materials to perform the electrical work at the John L. Huber Building Parking Garage. All of the above shall be made ready for use in accordance and compliance with the Contract Documents, Plans, and LWC Standard Specifications and Drawings.
A pre-bid meeting to discuss the Project will be held on August 26, 2025, at 10:00 a.m. EST/EDT. at John L. Huber Corporate Headquarters in the Kentucky River Conference Room, 550 South 3rd Street, Louisville, KY 40202. Attendance at this meeting is strongly recommended.
Questions or inquiries relating to this project must be submitted through the Louisville Water Company web-based portal by the date and time indicated for this bid.
The Company’s Project Manager’s estimate for the Contract plus Company supplied materials for this Project is $100,001 – $250,000. If the Company’s Project Manager’s estimate for the Contract plus Company supplied materials exceeds $250,000: a Bid Bond is required. For this Contract, a Bid Bond is not required.
Bids will only be accepted from Bidders who have been pre-qualified by the Company in the pre-qualification category or categories that apply to this Bid. This Bid requires prequalification in the Electrical Category. For information about pre-qualification, contact the Buyer listed above.
Bid Documents except the Bid Table may be obtained from Lynn Imaging located at 11460 Bluegrass Pkwy, Louisville, KY 40299, (502) 499-8400 and www.lwckyplanroom.com. One copy of the Bid Documents (includes technical specifications and a full set of plans) will be available at no charge (not including shipping/delivery charges) to Contractors that are prequalified with Louisville Water Company in the category(ies) specified for this bid. For details regarding the charges that apply to non-prequalified contractors, go to www.lwckyplanroom.com. The Bid Table is available in Microsoft Excel via download from the designated portal on Louisville Water’s electronic bidding site at https://louisvillewater.bonfirehub.com/portal
Jessamine County Joint Economic Development Authority – Jennette Farm Industrial Park – Phase III
Jessamine County Joint Economic Development Authority – Jennette Farm Industrial Park – Phase III
The project consists of the construction of approximately 4,475 linear feet of urban roadway
(28’-38’ pavement width) and approximately 1,000 linear feet of US-27 roadway widening
(approx. 6’ to 16’ width). The project also includes the installation of approximately 5,550
linear feet of 8-inch and 12-inch waterlines, 4,700 linear feet of 8-inch gravity sewers, and 3,500
linear feet of storm sewers (varying sizes) and related appurtenances.
The project consists of a new 83,663 gross square foot, 4-story, mixed use building. The first floor includes a
learning center with study areas, meeting rooms, food services and dormitory rooms that accommodate 26
beds. The upper three floors include dormitory rooms with a total of 224 beds, with lounges, laundry rooms,
study rooms, and a game room. The first floor is a steel and concrete podium, Type II-B, and the upper three
floors are combustible wood construction, Type V-A.
This project is to replace the existing water management system with a new water management system at the DJJ-Warren Regional Detention Center in Bowling Green, Kentucky.
The scope of work includes replacing all flow control valves for the lavatories and showers and the flush valves on the water closets. A new stand-alone head end computer will be provided.
London-Laurel Co. Economic Development Authority – McDaniel Industrial Park Access Road Grade, Drain & Paving
London-Laurel Co. Economic Development Authority – McDaniel Industrial Park Access Road Grade, Drain & Paving
The project consists of work for grade, drain and paving of approximately 1,600 feet of industrial access
road at the McDaniel Industrial site located on Sinking Creek Road in laurel County, KY.
London Utility Commission – Sinking Creek Road Sanitary Sewer Extension – Phase 3
London Utility Commission – Sinking Creek Road Sanitary Sewer Extension – Phase 3
The primary scope of work includes the installation of approximately 200 LF of 4-inch PVC
force main, 35 LF of 8-inch Steel Casing Pipe, one 120 GPM duplex pump station and valve
vault, and related appurtenances.
MSD Water Quality Monitoring Site Safety Upgrades Round 2
MSD Water Quality Monitoring Site Safety Upgrades Round 2
INVITATION TO BID
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of MSD Water Quality Monitoring Site Safety Upgrades Round 2, Contract No. 26-0902, Budget ID No. A26054, Drawing Record No. / Sheet No., until 2:00 p.m., Local Time, September 2, 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: 985 539 582#.
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: Installation of guardrails, stairways, platforms, and associated safety elements at three (3) different MSD stream monitoring sites. Improvements are designed to meet OSHA requirements for safe working spaces. Drawings are provided for improvements at each location, and applicable OSHA standards are listed. 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 $87,570.00 and $107,030.00.
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 Trent Winlock. 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.
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
The project involves re-roof work at the DMA – National Guard Armory in Walton, KY. The existing approximately 8,400 square foot roof to be removed down to the roof deck. The new roof system to be installed will be a Two-ply SBS Modified Asphalt roof system, cold-adhered over new rigid board insulation and cover board. All prefinished metal coping caps, gutters, downspouts, metal roof splashes, flashings, accessories, and terminations are to be replaced. There is an existing metal roof on the adjacent cold storage building. This roof will be cleaned sandblasted and primed before installing a new fluid applied roofing system. New prefinished gutters and downspouts will be installed on the cold storage building. The existing standing seam roof on the gym is not within the scope of this project.
City of New Albany – Wastewater Treatment Plant UV Disinfection Improvements
City of New Albany – Wastewater Treatment Plant UV Disinfection Improvements
The Project includes furnishing and installation of the following work:
1. UV Disinfection System (Install Only)
2. Piping, channels, and gates
3. Electrical service
4. Site work, restoration, and improvements
5. System integration.
The project addresses permanent structural repairs to the main lodge and lodging building D. The main lodge structure consists of two levels of concrete slab and steel frame construction and a roof structure of glued-laminated timber post and beam frames. The glue laminated timber post and beam frames have deteriorated at the exterior column and beam connection. This project addresses this by shoring and removing all exterior glue-laminated columns and replacing with steel lateral-force resisting system on the exterior of the building, exposed to view on each of the 8-faces, removal of the roof membrane and adding structural sheathing, removal of soffits to add blocking to bridge the new roof sheathing and new exterior steel frames, rear patio and stair removal and replacement, raised balcony and stair removal and replacement, kitchen area to rear patio service area removal and replacement, exterior cooler removal and reinstallation on new loading dock slab and new HVAC cooling tower piping replacement. Ther will be some exterior electrical and sprinkler work in addition to replacement of landscape at the rear patio. Building D consists of removal of wood columns on the back side facing the pool, replacement of all handrails and guardrails and removal and replacement of site bridge and stairs