City of Hustonville – Moreland Water Storage Tank Rehabilitation
City of Hustonville – Moreland Water Storage Tank Rehabilitation
This project consists of the exterior and interior rehabilitation and repairs to the existing water storage tank, as well as the addition of two variable frequency pump drives to the booster station that pumps water to the Moreland Water Storage Tank.
This project consists of providing door hardware, an access controls system and
associated upgrades at exterior doors at the following schools:
• Adams Middle School
• Allen Elementary School
• Betsy Layne Elementary School
• Duff-Allen Central Elementary School
• Stumbo Elementary School
• May Valley Elementary School
• Prestonsburg Elementary School
• Renaissance Learning Center
• South Floyd Elementary School
Housing Authority of Richmond – Willis Manor Roof Replacement
Housing Authority of Richmond – Willis Manor Roof Replacement
The work to be performed consists of:
Willis Manor
A. Roof Replacement
1. EPDM Roof
2. Roof Accessories
Work includes providing all items, articles, materials, operations or methods, including all labor, materials, equipment, services and
incidentals as necessary for their completion.
(Substantial Completion) + 90 Calendar Days (Final Completion)
The proposed project, which will disturb approximately 0.5 acre within project
boundaries encompassing approximately 0.7 acre, is for the purpose of restoring vehicular access to the Duncan Boggs residence. Reclamation actions to take place under this project include the replacement of a drainage culvert beneath the Boggs driveway (which is routed along the top of an abandoned sediment structure) that was washed away during the severe regional flooding that occurred at the end of July, 2022. A section of 48″ diameter culvert will be placed with headwalls at either end, and the destroyed portion of the embankment will be rebuilt with ClassII stone. Resurfacing the gravel-paved access drive will complete the project. Remnants of the original sediment structure spillway, which are located at the bottom of the erosion trench
through the embankment, will be removed prior to placement of the new drain structure. The project is not for the purpose or reconstructing a “dam”, and the embankment will not retain any impoundment following this project. All disturbed areas within the project area will be revegetated using the standard AML Residential seed mixture appropriate to the season. Those areas maintained as residential lawn prior to the project will receive extra care to establish a smooth, even surface free of protruding stones that can readily be maintained as residential lawn after the project.
The area to be disturbed by this project has previously been disturbed to a depth of
several feet by a combination of coal mining, mining related construction, residential
construction, and road construction. The proposed project will not cause any direct disturbance to any streams, and strict implementation and enforcement of standard AML sediment and erosion control Best Management Practices (BMPs) will prevent significant amounts of sediments disturbed by project-related actions from entering area streams to cause indirect impacts to area streams. The project will not disturb any caves or cave-like habitats, including underground mine openings or workings, and will not disturb any trees or forested habitats that are tenable as habitats for bats or other rare and endangered species.
Estimated Length of Project:
See Special Conditions (Substantial Completion) + 30 (Final Completion)
This project consists of the following improvements in the existing Kentucky Educational Television Network Center at 600 Cooper Drive, Lexington, Kentucky. These upgrades include replacement of the building copper and fiber data cabling;
replacement of an Owner-Furnished chiller; replacement of an Owner-Furnished rooftop air-handler; replacement of an existing Halon fire suppression system with new chemical suppression; replacement of an Owner-Furnished central UPS system; and architectural revisions in select spaces.
City of Prospect – Harrods Creek Park Stream Crossing
City of Prospect – Harrods Creek Park Stream Crossing
The Harrods Creek Park Stream Crossing Project involves the removal of a temporary
stream crossing, the construction of bridge abutments, the purchase/installation of a
premanufactured steel bridge, ground restoration and all other appurtenant work as identified on
drawings and specifications.
Kentucky State Capitol Building Renovation – BP03 Chamber Guardrails
Kentucky State Capitol Building Renovation – BP03 Chamber Guardrails
The Renovation of the Kentucky State Capitol project Bid Package 03 consists of guardrail additions
and modifications in the Senate and House chambers.
The project limits span a 0.3-acre area to the
northwest of the Sellersburg Town Pool where the existing basketball court is located. Land and Water
Conservation Fund monies will be used to assist in the park development; all relevant requirements will
apply.
Base Bid: Plans call for general site demolition and clearing, a splash pad, adjustment to the existing fence, walkway connection from the existing asphalt road to the back of the pool building, and
associated site work as necessary to construct those items.
Alternate 1: Plans call for general site demolition and clearing for a new basketball court, basketball
goal, walkway to the court, concrete pad, and associated site work necessary for constructing those items.
Bids shall include all labor, materials, equipment, and incidentals necessary to complete the work, including clean-up and disposal of all materials. The Contractor who is awarded the bid will be responsible for ensuring these measures are met.
The University of Kentucky desires the services of an experienced and highly qualified
environmental survey firm to provide an Asbestos Survey of multiple residential properties that the
University has purchased. It is expected that the total number of properties will be from 24 to 42.
The properties are single family homes, duplexes, or fourplexes. Most of the properties have
recently been used as rental student housing. These properties are primarily located in Lexington,
KY, in an area bordered by S. Limestone Street, Elizabeth Street, Conn Terrace, and Waller Avenue.
East Daviess Co Water Association – Jack Hinton Road & Short Station Road 2021 Water Main Extension
East Daviess Co Water Association – Jack Hinton Road & Short Station Road 2021 Water Main Extension
The program of work for this project which bids are to be submitted consists of the installation of
approximately 32,900 LF of 6” PVC water main (Part A & Part B), gate valves, flushing hydrant assemblies,
bore and jack with steel casing pipe, directional drill creek crossing, and the connection to existing water
mains. and all associated appurtenances and miscellaneous items, including all other associated work,
including all related appurtenances, clearing, grading, connections to existing utilities and other work for a
complete installation,
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the Dingle Dell Road Drainage Improvement Project Contract No. 2023-006, Budget ID No. C23066, will be received at the office of MSD until 10:00 a.m., Local Time, Thursday, October 20, 2022, and will be publicly opened and read at that place and time. The public may attend the bid opening via teleconference call.
Description and location of Project: To perform drainage improvements along Dingle Dell Road. 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 $80,000.00 and $120,000.00.
The bid documents will be available on Thursday, September 29, 2022, online at www.msdbids.com. The charge for each set of bid documents is outlined on the above-referenced web site.
Persons wishing to view the bid documents may do so online at www.msdbids.com or at the following locations: Builders Exchange of Louisville, Inc., 2300 Meadow Drive; Associated Builders & Contractors of Kentuckiana, 1810 Taylor Avenue; and F. W. Dodge, 1812 Taylor Avenue; all located in Louisville, Kentucky; and the Associated General Contractors of Kentucky, 2321 Fortune Drive, Suite 112, Lexington, Kentucky.
The Project Manager for this Invitation to Bid is Joseph Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer Barry Pickett at Barry.Pickett@louisvillemsd.org. Questions received less than two days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms.
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer, Barry Pickett at Barry.Pickett@louisvillemsd.org. For this Bid Opening, MSD will be hosting a Teleconference call in place of a face-to-face public opening. MSD will also post the As-Read Bid Summary as soon as available. To take part in the Bid Opening Teleconference Call, please call 502-654-8113 and enter code 422 026 293#.
MSD SUPPLIER DIVERSITY PROGRAM: Not Applicable
The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If applicable, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.
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
Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
The Mark Riddle Phase III AMLRP site is located at 401 Fourmile Road in Boyd County, KY at
coordinates N 38° 18′ 49.58”, W 82° 44′ 5.88”. The front foundation of the Riddle home is settling due to poor sub surface conditions. It has caused the walls, particularly in the front of the home to begin cracking on the outside (brick) and inside (drywall); also the front door is slightly out of square which is causing the door not to open and shut properly. Work has been done on/near this site previously by OSM (circa 2008) and AML (circa 2010 & circa 2019).
Project is for the removal of two existing evaporative coolers for heat pump hydronic system and the installation of two new units in a separate location allowing continuous operation without downtime. Existing coolers shall be removed after new units are operational.
Plumbing improvements include installation of four new electric water heaters, panelboard and automatic transfer switch and circuits for emergency power. Two new potable hot water recirculation loops will be installed throughout the building and heat trace will be deactivated. Installation of a new emergency water distribution system with self-priming pump will deliver non-potable water to selected janitor mop sinks throughout the building.
Warren County Fiscal Court – Phil Moore Park – Stormwater Quality Improvements Project
Warren County Fiscal Court – Phil Moore Park – Stormwater Quality Improvements Project
The project provides for all labor, materials, and equipment necessary to provide boulder
bank/toe stabilization along approximately 235 feet of the left descending bank of Drakes Creek,
seeding of native herbaceous species, planting of native trees and shrubs, enhancements to an
existing kayak/ canoe launch, establishment of a new 11-foot wide kayak/canoe launch, and
improvements to and stabilization of the existing gravel access turnaround loop.
Louisville Water Company is requesting Bids for a section of one (1) driving lane in a parking lot located in Eastern Louisville in the Shelbyville Road/Oxmoor Lane; Oxmoor Center (Von Maur to California Pizza Kitchen). The referenced project consists of the supply and install a total of 840 LF of water main, including supply and install of 840+/- linear feet of 12-inch Pressure Class 350 ductile iron water main using traditional trench installation techniques during night-time hours. Also included with the project is the supply and installation of two (2) fire hydrants, and the supply and transfer, renewal, relocation, or discontinue of nine (9) +/- customer services. Fire hydrant removal, main cut and plugs, and restoration on and along Project Limits as stated above shall be included. Contractor shall supply and install all materials required for the completion of this project.
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 $500,001 – $1,000,000. If the Company’s Project Manager’s estimate for the Contract plus Company supplied materials exceeds $250,000: a Bid Bond is required. For this Contract, a Bid Bond is required.
Bids will only be accepted from Bidders who are Louisville Water Small Business Equity (SBE) Program Participants and have been pre-qualified by the Company in the pre-qualification category or categories that apply to this Bid. This Bid requires prequalification in all the following categories: 4″ – 16″ Ductile Iron Water Mains, 1” & Smaller Water Services and 1.5” & Larger Water and Fire Services. For information about the Louisville Water SBE Program or pre-qualification, contact the Company through the designated bid portal.
Bid Documents may be obtained from Lynn Imaging located at 11460 Bluegrass Pkwy, Louisville, KY 40299, (502) 499-8400 and www.lwckyplanroom.com. One copy of the Bid Documents (includes technical specifications and a full set of plans) will be available at no charge (not including shipping/delivery charges) to Contractors that are prequalified with Louisville Water Company in the category(ies) specified for this bid. For details regarding the charges that apply to non-prequalified contractors, go to www.lwckyplanroom.com.
Jefferson County Public Schools – Sam Myers Hall HVAC Phase 1 Renovation
Jefferson County Public Schools – Sam Myers Hall HVAC Phase 1 Renovation
The following is the primary scope of work at the Sam Meyers Hall- Phase I HVAC Renovation.
· Removal of existing chiller and installation of new packaged air cooled chiller
· Removal of fan coil units & piping and installation of new air handling units
· Rework of the piping associated with the existing boilers
· New variable air volume air distribution system
· Replacement of existing HVAC controls system
· Replacement of existing dry-pipe sprinkler system
· Installation of new domestic water heater and rework of existing domestic water piping
· Electrical switch gear replacement with service upgrades
· Power distribution equipment replacements and upgrades
· New Generator installation
· Fire alarm replacement
· Voice/Data System Replacement
· Security system Replacement
· Replacement of select receptacles
· Lighting replacement
· Miscellaneous low voltage system upgrades and replacements
· Ceiling Replacement
· Masonry Repairs
· New Roofing
· Hazardous Material Abatement
This project involves replacing two natural gas domestic water boilers, two hot water storage tanks, expansion tanks, housekeeping pads, and two recirculation pumps. The new boilers will operate via their on-board controller (no BAS). A new water softener system is also included.
Jefferson County Public Schools – Doss High School Central Utility Plant Replacement
Jefferson County Public Schools – Doss High School Central Utility Plant Replacement
The primary scope of work for this project is to replace the chillers,
end boilers, serving Doss High School including the miscellaneous
structural and electrical upgrades required. The boiler room roof is
to be replaced also.
Corbin Independent Schools – Corbin High School Football Stadium Renovation
Corbin Independent Schools – Corbin High School Football Stadium Renovation
Project consists of the Construction of a new field/stadium entrance, ticket
booths, restrooms, concession area, end zone seating/concourse and installing new
synthetic/artificial turf field.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of 3000 Dunraven Drive Drainage Improvement Project Contract No. 2023-009, Budget ID No. C23072, will be received at the office of MSD until 10:00 a.m., Local Time, Thursday, October 13, 2022, and will be publicly opened and read at that place and time. The public may attend the bid opening via teleconference call.
Description and location of Project: To perform the drainage improvement along Glenview Ave, and Dunraven Drive. All work shall be done in accordance to MSD’s Standard Specifications.
There will be no pre-bid meeting held for this project.
The Engineer’s Construction Cost Estimate for this project is between $50,000.00 and $80,000.00.
The bid documents will be available on, September 26, 2022, online at www.msdbids.com. The charge for each set of bid documents is outlined on the above-referenced web site.
Persons wishing to view the bid documents may do so online at www.msdbids.com or at the following locations: Builders Exchange of Louisville, Inc., 2300 Meadow Drive; Associated Builders & Contractors of Kentuckiana, 1810 Taylor Avenue; and F. W. Dodge, 1812 Taylor Avenue; all located in Louisville, Kentucky; and the Associated General Contractors of Kentucky, 2321 Fortune Drive, Suite 112, Lexington, Kentucky.
The Project Manager for this Invitation to Bid is Joseph Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer Karen Elzy at karen.elzy@louisvillemsd.org. Questions received less than two days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms).
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer, Karen Elzy at karen.elzy@louisvillemsd.org. Due to the current Coronavirus (COVID-19) pandemic measures, MSD will be hosting a Teleconference call in the place of a face-to-face public opening. MSD will also post the As-Read Bid Summary as soon as available. To take part in the Bid Opening Teleconference Call, please call 502-654-8113 and enter code 359 566 767#.
MSD SUPPLIER DIVERSITY PROGRAM: Not Applicable
The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If applicable, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.
MSD BID DISCOUNT: Applicable
This MSD construction project is bid and advertised as: check applicable below
Construction Services: X
Construction-related Services:
LOCAL LABOR COMMITMENT PREFERENCE: No
COMMUNITY BENEFITS PROGRAM: No
The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of 1717 Trevilian Way Drainage Improvement Project Contract No. 2023-010, Budget ID No. C23085, will be received at the office of MSD until 10:00 a.m., Local Time, Tuesday, October 18, 2022, and will be publicly opened and read at that place and time. The public may attend the bid opening via teleconference call.
Description and location of Project: To perform the drainage improvement along Carlton Terrace and the rear of Trevilian 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 $50,000.00 and $80,000.00.
The bid documents will be available on, September 26, 2022, online at www.msdbids.com. The charge for each set of bid documents is outlined on the above-referenced web site.
Persons wishing to view the bid documents may do so online at www.msdbids.com or at the following locations: Builders Exchange of Louisville, Inc., 2300 Meadow Drive; Associated Builders & Contractors of Kentuckiana, 1810 Taylor Avenue; and F. W. Dodge, 1812 Taylor Avenue; all located in Louisville, Kentucky; and the Associated General Contractors of Kentucky, 2321 Fortune Drive, Suite 112, Lexington, Kentucky.
The Project Manager for this Invitation to Bid is Joseph Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer Karen Elzy at karen.elzy@louisvillemsd.org. Questions received less than two days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms).
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer, Karen Elzy at karen.elzy@louisvillemsd.org. Due to the current Coronavirus (COVID-19) pandemic measures, MSD will be hosting a Teleconference call in the place of a face-to-face public opening. MSD will also post the As-Read Bid Summary as soon as available. To take part in the Bid Opening Teleconference Call, please call 502-654-8113 and enter code 418 791 355#.
MSD SUPPLIER DIVERSITY PROGRAM: Not Applicable
The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If applicable, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.
MSD BID DISCOUNT: Applicable
This MSD construction project is bid and advertised as: check applicable below
Construction Services: X
Construction-related Services:
LOCAL LABOR COMMITMENT PREFERENCE: No
COMMUNITY BENEFITS PROGRAM: No
The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer