Uncategorized

9716 Hudson Lane Drainage Improvement Project

9716 Hudson Lane Drainage Improvement Project

Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of 9716 Hudson Lane Drainage Improvement Project, Contract No. 2020-006, Budget ID No. C20232, will be received at the office of MSD until 10:00 am, Local Time, October 22, 2019, and will be publicly opened and read at that place and time.




Description and location of Project: This unit based construction order is for the 10-inch driveway pipe and 1-foot paved ditch installation along Hudson Lane in Council District 20.




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 $30,000.00 to $49,000.00.




The bid documents will be available on, September 26, 2019, online at www.msdbids.com. The charge for each set of bid documents is outlined on the above-referenced web site.




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




The Project Manager for this Invitation to Bid is Joseph S Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer Barry Pickett at Barry.Pickett@louisvillemsd.org.. Questions received less than two days prior to the date for opening of bids will not be answered. Only answers by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, Angela Akridge, P.E.




IF THE ENGINEER’S CONSTRUCTION COST ESTIMATE IS $50,000 OR MORE, the Minority Business Enterprise and Woman Business Enterprise (MBE/WBE) participation goals shall be applicable to all contracts and comply with MSD’s Interim Supplier Diversity Policy and Guidelines (Interim Policy). The Interim Policy is considered as one of the elements of responsiveness in a bid. Bidders must subcontract at least 15.0% of the total amount of the Contract Bid price to a certified MBE and 6.0% to a certified WBE, or if the Contractor is unable to meet the goals, must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the Interim Policy. See (MSD Construction-Related MBE/WBE Documents and Forms at http://www.msdlouky.org/insidemsd/diverse ). Each bidder is responsible for careful review of the Interim Policy requirements contained in the bid documents. Failure to comply with the Interim Policy may be grounds for rejection of the bid as non-responsive.




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..




MSD Interim Supplier Diversity Policy and Guidelines for this project is as follows:




15% MBE and 6 % WBE participation is not required for this project




LOCAL LABOR PREFERENCE: NO




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




LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT




Angela Akridge, P.E.

Chief Engineer




Rene’ Lindsay

One Water Chief Procurement Officer

Project Location: Louisvile

More Details

LFUCG – UK Trunk C, D & E Wastewater System Improvements – 89-2019

LFUCG – UK Trunk C, D & E Wastewater System Improvements – 89-2019

The project includes providing all construction supervision, coordination, labor, materials, tools,
and equipment necessary for the construction of approximately 205 linear feet of eight (8) inch
sanitary pipe, 71 linear feet 10-inch sanitary pipe, 94 linear feet of 12-inch sanitary pipe, 25 linear
feet of 15-inch sanitary pipe, 80 linear feet of 18-inch sanitary pipe, 4,208 linear feet of 21-inch
sanitary pipe, 1,822 linear feet of 24-inch sanitary pipe, 1,898 linear feet of 27-inch sanitary pipe,
595 linear feet of 30-inch sanitary pipe, and 67 manholes ranging between four (4) and six (6)
feet in diameter. This project will include erosion control measures, pavement removal, pavement
replacement, sanitary lateral connection, manhole removal, manhole abandonment, boring
operations, steel encasement, utility service replacements, safe loading of pipes, pavement
striping and many more items to complete the installation of the sanitary trunk sewers.

Project Location: Lexington, Kentucky

More Details

RFB-71-20 KSU – Construct Bell Tower

RFB-71-20 KSU – Construct Bell Tower

Estimate:
$ 52,600.00
Estimated Length of Project:
45 (Substantial Completion) + 15 (Final Completion)

THIS PROJECT CONSISTS OF THE INSTALLATION OF A PRE-FABRICATED BELL TOWER ON THE KENTUCKY STATE UNIVERSITY CAMPUS.
THE GENERAL CONTRACTOR IS RESPONSIBLE FOR THE FOLLOWING:
• ELECTRICAL SCOPE WHICH INCLUDES INSTALLATION OF 120/240 VOLT CIRCUITS AND LOW VOLTAGE RACEWAYS AND CABLING TO SERVE THE NEW BELL TOWER. SERVICES SHALL BE INSTALLED IN ADJACENT HUNTER HALL AND SHALL BE ROUTED UNDERGROUND TO THE TOWER. ALL WORK SHALL BE CLOSELY COORDINATED WITH THE VENDOR AND THEIR INSTALLATION DRAWINGS.
• CONSTRUCTION OF THE BELL TOWER FOUNDATION AND ANCHOR BOLTS.
• REMOVAL AND REPAIR OF EXISTING SITE PAVING.
• COORDINATING AND ACCEPTING DELIVERY OF THE BELL TOWER.
• SETTING THE BELL TOWER ON THE FOUNDATION AND MAKING ALL STRUCTURAL CONNECTIONS.
• CONNECTING ALL ELECTRICAL AND DATA CABLING.
THE BELL TOWER MANUFACTURER WILL BE RESPONSIBLE FOR OWNER TRAINING AND PROGRAMMING.

Project Location: Frankfort

More Details

LFUCG – Fayette County Elementary School Zone Enhancements Project – 104-2019

LFUCG – Fayette County Elementary School Zone Enhancements Project – 104-2019

Consisting of the construction and/or furnishing of items, plus incidentals necessary to complete the work. The work entails installation of roadway signage, pavement markings, crosswalk markings, and other school zone safety improvements in accordance to the
latest Manual on Uniform Traffic Control Devices (MUTCD) at 52 locations. The
installation of the project is to enhance pedestrian safety in the school zones and
encourage alternative modes of accessing the school facilities.

Project Location: Lexington, Kentucky

More Details

RFB-64-20 KSU – Signage for Pedway

RFB-64-20 KSU – Signage for Pedway

Estimate:
$ 91,500.00
Estimated Length of Project:
90 (Substantial Completion) + 30 (Final Completion)

Project provides for the construction and install of two (2) illuminated exterior panel signs atop the recently completed Mary E. Sias Pedestrian Walkway crossing over East Main Street (US-60) on the campus if Kentucky State University (KSU). Each sign will meet KSU design standards, colors, font, and include back-lit lettering. The signs will attach to the existing pedway structure and electrical will be feed from the existing stair tower electrical panel

Project Location: Frankfort

More Details

RFB-62-20 Johnson County Landfill Leachate Force Main System

RFB-62-20 Johnson County Landfill Leachate Force Main System

Estimate:
$2,808,242.00
Estimated Length of Project:
300 (Substantial Completion) + 30 (Final Completion)

Major Work items in this Contract include:
Installing pump stations, valve vault, and force main.
Installing gravity sewer piping, manholes, and accessories.
Contractor shall coordinate with local utility company for installation of electrical service drops. Contractor shall be responsible for providing all electrical connections from the utility company service drop as specified and as shown on the Drawings. The Contractor shall be responsible for all fees and inspections related to the electrical portion of this project.
Contractor shall coordinate with local utility company for tie-in and meter installation for meter service. Contractor shall be responsible for meeting all utility company requirements for connection and providing all equipment or other apparatus necessary for connections. The Contractor shall be responsible for all fees and inspections related to this portion of the project.
Project Field Office: The Contractor shall provide accommodations in the Contractor’s field office trailer for use by the Owner, Agency, and Engineer throughout the duration of the project.

Project Location: Johnson

More Details

RFB-68-20 Leslie Spradlin AML

RFB-68-20 Leslie Spradlin AML

Estimate:
$149,490.00
Estimated Length of Project:
(Substantial Completion) + 90 Calendar Days (Final Completion)

The proposed project (approximately 1.8 acres total) consists of slide reclamation in Johnson County. The project area is located on the United States Geological Survey (USGS) 7.5’ Paintsville quadrangle (see the attached project and site maps).
The Leslie Spradlin Site consists of removing slide material and constructing a concrete gravity wall. The site is located at 636 Whippoorwill Road, near the community of Nippa, KY. The project area is centrally located at N 37° 51’ 29.20′, W 82° 47’ 14.90′. To reach the site from Paintsville, head north on US 23. Travel 5 miles. Turn right onto KY 993. In 50 feet, turn right onto Whippoorwill Rd. Travel 1 mile. The Spradlin residence is on the left.
Reclamation work consists of removing the slide material and constructing an 85 L.F. long, 9’ tall concrete gravity wall to stabilize the slide area. Two temporary access roads will be constructed. One is off of the south side of the house leading to the slide area and he second is along the existing driveway to access the waste area. The waste material generated during project work will be placed on site in the designated area shown on the planview. Approximately 200 L.F. of ECB ditch work will be installed form the road to the existing stream.
During the process of these construction activities, trees over 5 inches in diameter at breast height will not have to be removed in the AML slide area or to install drainage controls. A sediment and erosion control program, consisting of such measures as a sandbag/stone diversion and a silt rock check downstream of the wall construction will be maintained throughout the life of the project. Prompt re-vegetation using agricultural limestone, fertilizer, seed, and mulch will be implemented on all areas disturbed by this project.
Entry to the work areas will be accessed by the county road, residential driveways, and residentially maintained yards. The entire project work area slated for any excavation has been previously disturbed by any or all of the following: coal mining operations, including mine drainage, timber operations, gas/oil well development, residential development, road construction, and/or high velocity water flows associated with heavy rain events and flooding. These disturbances consist of significant upheaval, mixing, and removal of earthen material from deep excavation, grading, sub-surface drilling, fill material placement, and erosion. There should be no undisturbed earthen material to a depth of several feet at the areas slated for significant project-related construction activities.
This project will include pre- and/or post- project maintenance and repair of existing previously constructed public county roads utilized during the construction of this project, which are administered by the county or local road authority. This construction activity will be conducted under the authority and supervision of the local public road authority and will consist of standard road construction practices appropriate to mitigate impacts to the local community from potential degraded road conditions in order to maintain public traffic safety.

Project Location: Johnson

More Details

RFB-67-20 FSS – Capitol Campus Parking Garage – Phase 5

RFB-67-20 FSS – Capitol Campus Parking Garage – Phase 5

Estimate:
$717,000.00
Estimated Length of Project:
100 (Substantial Completion) + 30 (Final Completion)

Phase 5 – Capitol Campus Parking Garage is comprised of the following work on Levels 1 – 6 of the garage. Concrete slab, column and wall repairs. Sealant installations. Expansion joint replacements. Vehicular traffic membrane installations. Elastomeric coating application on wall tops. Pavement markings. Plumbing repairs/replacements. Construction barriers and dust protection.

Project Location: Frankfort

More Details

EKU 66-20 Science Building Emergency Power

EKU 66-20 Science Building Emergency Power

Eastern Kentucky University (EKU) hereby requests sealed bids for the materials, supplies,
equipment or services set forth herein, subject to all conditions outlined in this Bid Package

Project Location: Richmond, Kentucky

More Details

LFUCG – Shandon Park Trunk Sewers Phase 2 – 91-2019

LFUCG – Shandon Park Trunk Sewers Phase 2 – 91-2019

The project includes providing all construction supervision, labor, materials, tools, test equipment
necessary for the Shandon Park Trunks, Winburn Trunk and Thoroughbred Acres Trunks, Phase
2. The project will include the decommissioning of four existing pump stations and connection to
adjacent trunk sewers

Project Location: Lexington, Kentucky

More Details

RFB-66-20 Parks – Cumberland Falls Overlook and Rail Repair Ph 2

RFB-66-20 Parks – Cumberland Falls Overlook and Rail Repair Ph 2

Estimate:
$ 42,000.00
Estimated Length of Project:
60 (Substantial Completion) + 30 (Final Completion)

The work will involve the removal of approximately 40 steel pins, embedded in the rock surface of the Cumberland Falls Upper Viewing Area – Summer Viewing Area and replacement of those pins in the existing holes with a modified steel pin design. The pins act as supports for removable barriers installed on the rock surface just above the falls.

Project Location: Whitley

More Details

RFB-65-20 KDFWR – Ballard WMA Front Slough Structures

RFB-65-20 KDFWR – Ballard WMA Front Slough Structures

Estimate: $333,900.00
Estimated Length of Project: 365 (Substantial Completion) + 30 (Final Completion)

The project consists of the replacement of the two water control structures along the
Front Slough at Ballard Wildlife Management Area (Ballard WMA). Ballard WMA is
located adjacent to the Ohio River, in Ballard County Kentucky. The existing North
Front Slough Structure is a 36” diameter CMP and will be replaced with a 3-bay castin-
place-concrete drive over structure. The North Front Slough Structure is located at
approximately Latitude 37.179569° N and Longitude 89.016704° W. The existing
South Front Slough Structure is a 24″ diameter CMP and will be replaced with a 3-bay
cast-in-place-concrete drive over structure. The South Front Slough Structure is
located at approximately Latitude 37.170473° N and Longitude 89.023235° W.

Project Location: La Center

More Details

Madison County Utilities District – Black Road Water Line Relocation

Madison County Utilities District – Black Road Water Line Relocation

The work to be bid upon is described as follows:

Black Road Water Line Replacement

Construction of 190 LF of 4″ PVC Water Main, 215 LF of 4″ PVC Fusible Water Main, 2 Wet Tap Connections, 1 4″ Insertion Valve, 190 LF of 8″ Directional Bore, 1 Bypass Meter, 1 4″ Blow-Off
and other necessary items

Project Location: Richmond, Kentucky

More Details

Estill County Board of Education – Estill County Area Technology Center

Estill County Board of Education – Estill County Area Technology Center

REBID: Post Bid Addendum 1 has changed bid date for BP#7 – Drywall/Celings ONLY to November 14, 2019 at 2:00PM ET

Project consists of furnishing all labor and materials to complete the ESTILL
COUNTY AREA TECHNOLOGY CENTER

Project Location: Irvine, Kentucky

More Details

Augusta Regional Sewer Authority: Contract III – Pump Stations

Augusta Regional Sewer Authority: Contract III – Pump Stations

The Project consists of constructing:

• Contract III – Sewer Pump Stations: Construction of four (4) sewer pump stations and the
demolition of two (2) WWTP’s.

Project Location: Brookesville, Kentucky

More Details

RFB-69-20 Bond Forfeiture G XI LON 19

RFB-69-20 Bond Forfeiture G XI LON 19

Estimate:
$ 55,120.00
Estimated Length of Project:
(Substantial Completion) + March 31, 2020 (Final Completion)

The Division of Abandoned Mine Lands wishes to receive bids to perform reclamation work on approximately 167 acres of mine land in Clay County, Kentucky. The work will consist of earthwork, gradework and revegetation of 4 bond forfeiture permit(s)

Project Location: Clay

More Details

Augusta Regional Sewer Authority: Contract II – Wastewater Treatment Plant

Augusta Regional Sewer Authority: Contract II – Wastewater Treatment Plant

The Project consists of constructing:

• Contract II – WWTP: Construction of a 690,000 GPD WWTP including influent flow meter, screening, grit removal, single stage activated sludge WWTP, effluent flow monitoring, UV Disinfection, outfall structure, control and headworks building, site work, yard piping, WWTP pump station, mechanical, electrical and ALL appurtenances.

Project Location: Brookesville, Kentucky

More Details

Augusta Regional Sewer Authority: Contract I – Force Main

Augusta Regional Sewer Authority: Contract I – Force Main

The Project consists of constructing:

• Contract I – Force Main: Furnishing and installation of approximately 40,200 LF of 10” force main, 9,600 LF of 6”force main, 3,000 LF of 2” and 3” force main, 1,500 LF of 12” directional bore, 593 LF of 10” gravity sewer and approximately 70 individual grinder pump stations.

Project Location: Brookesville, Kentucky

More Details

East Pages Lane Drainage Improvement Project

East Pages Lane Drainage Improvement Project

Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of
East Pages Lane Drainage Improvement Project
, Contract No. 2020-010, Budget ID No. C20236, will be received at the office of MSD until 10:00 am, Local Time, October 15, 2019 and will be publicly opened and read at that place and time.




Description and location of Project: This unit based construction order is for the 24-inch pipe, and 2-foot flat bottom paved ditch across 3rd Street Road in Metro Council District 25.




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 $70,000.00 to $100,000.00.




The bid documents will be available on, September 19, 2019, online at www.msdbids.com. The charge for each set of bid documents is outlined on the above-referenced web site.




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




The Project Manager for this Invitation to Bid is Joseph S Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer Karen Knox E-mail:karen.knox@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, Angela Akridge, P.E.




IF THE ENGINEER’S CONSTRUCTION COST ESTIMATE IS $50,000 OR MORE, the Minority Business Enterprise and Woman Business Enterprise (MBE/WBE) participation goals shall be applicable to all contracts and comply with MSD’s Interim Supplier Diversity Policy and Guidelines (Interim Policy). The Interim Policy is considered as one of the elements of responsiveness in a bid. Bidders must subcontract at least 15.0% of the total amount of the Contract Bid price to a certified MBE and 6.0% to a certified WBE, or if the Contractor is unable to meet the goals, must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the Interim Policy. See (MSD Construction-Related MBE/WBE Documents and Forms at http://www.msdlouky.org/insidemsd/diverse ). Each bidder is responsible for careful review of the Interim Policy requirements contained in the bid documents. Failure to comply with the Interim Policy may be grounds for rejection of the bid as non-responsive.




All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer, Karen knox at karen.knox@louisvillemsd.org
.




MSD Interim Supplier Diversity Policy and Guidelines for this project is as follows:




15% MBE and 6 % WBE participation is required for this project




LOCAL LABOR PREFERENCE: NO




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




LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT




Angela Akridge, P.E.

Chief Engineer




Rene’ Lindsay

One Water Chief Procurement Officer

Project Location: Louisville

More Details

Impact Outdoor Adventures – RV Campground Park Project

Impact Outdoor Adventures – RV Campground Park Project

The Project will consist of the construction of 25 RV accessible parking spaces, a gravel access road, and an onsite
store and restroom facility. Sanitary sewer, water, and electrical services shall be extended to the previously
undeveloped site. The Contractor shall furnish all materials, equipment and labor necessary to complete the
construction of the parking pads, access road, on-site facility, sewer line, waterline, electrical line(s), and all
other items necessary.

Project Location: Manchester, Kentucky

More Details

Boyd County Board of Education – Boyd County High School Phase IV

Boyd County Board of Education – Boyd County High School Phase IV

Project consists of construction of a new dual use football and soccer turf
field, access drive and parking areas, a home and visitor bleachers, press box, and a field
house with restrooms, locker area, weight room, practice area and concessions.

Project Location: Ashland, Kentucky

More Details

Taylor County Airport – New Terminal Building

Taylor County Airport – New Terminal Building

This project includes:
 • Construction of a new one story terminal building, approx 4,000 s.f.
 • All site and utility work

Project Location: Campbellsville, Kentucky

More Details

Morris Forman WQTC East Headworks MCC and Control Room HVAC Upgrades

Morris Forman WQTC East Headworks MCC and Control Room HVAC Upgrades

Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of Morris Forman WQTC East Headworks MCC and Control Room HVAC upgrades, Contract No. 16,154, Budget ID No. D20167, Drawing Record No. 16154, Sheet No. 1-4 will be received at the office of MSD until Thursday October 17, 2019, Local Time,10:00 a.m., and will be publicly opened and read at that place and time.




Description and location of Project: Installation of 3 Mini Split units in the East Headworks MCC and Control Room at the Morris Forman WQTC located at 4522 Algonquin Blvd.



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 meeting will be held at the MFWQTC located at 4522 Algonquin Blvd. Louisville, KY 40211 on Thursday October 3, 2019 at 10:00 a.m. local time with site visit to follow. Anyone wishing to view the site will be required to provide their own PPE.




The Engineer’s Construction Cost Estimate for this project is between $50,000.00 to $250,000.00.




The bid documents will be available on, September 18, 2019, 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 Steven Leong. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Mr. Steven Leong E-mail:steven.leong@louisvillemsd.org. Questions received less than ten 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, Angela Akridge, P.E.




IF THE ENGINEER’S CONSTRUCTION COST ESTIMATE IS $50,000 OR MORE, the Minority Business Enterprise and Woman Business Enterprise (MBE/WBE) participation goals shall be applicable to all contracts and comply with MSD’s Interim Supplier Diversity Policy and Guidelines (Interim Policy). The Interim Policy is considered as one of the elements of responsiveness in a bid. Bidders must subcontract at least 15.0% of the total amount of the Contract Bid price to a certified MBE and 6.0% to a certified WBE, or if the Contractor is unable to meet the goals, must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the Interim Policy. See (MSD Construction-Related MBE/WBE Documents and Forms at http://www.msdlouky.org/insidemsd/diverse ). Each bidder is responsible for careful review of the Interim Policy requirements contained in the bid documents. Failure to comply with the Interim Policy may be grounds for rejection of the bid as non-responsive.




All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Steven Leong.




MSD Interim Supplier Diversity Policy and Guidelines for this project is as follows:




15% MBE and 6 % WBE participation is not required for this project




LOCAL LABOR PREFERENCE: NO




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




LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT




Angela Akridge, P.E.

Chief Engineer




Rene’ Lindsay

One Water Chief Procurement Officer

Project Location: Louisville, Kentucky

More Details

Russell County Detention Center – Lift Station Improvements

Russell County Detention Center – Lift Station Improvements

This contract consists of installing approximately 140 L.F. of 6”
PVC gravity sewer, one (1) comminutor manhole, and all necessary
appurtenances.

The engineer’s estimate for the total base bid is $95,000.

Project Location: Russell Springs, Kentucky

More Details

Housing Authority of Fulton – Modernization

Housing Authority of Fulton – Modernization

The project consists of: HVAC Upgrades

Project Location: Fulton, Kentucky

More Details

Subscribe