Green River Valley Water District – Contract No. 5 – Munfordville Pump Station
Green River Valley Water District – Contract No. 5 – Munfordville Pump Station
Contract 5 consists of the construction of 24’x12′ split-faced block pump station, two (2)
50-Hp multistage pumps, VFD’s, pump, and necessary piping and
appurtenances for a complete and fully operable water booster pump station. The
contract shall be completed within 180 calendar days after the date of authorization to
start work. Liquidated damages will be assessed at $500 per calendar day.
Edmonson County Water District – KY-259 at KV-728 Water Line Work
Edmonson County Water District – KY-259 at KV-728 Water Line Work
Installing approx. 300 linear feet of 6” PVC SDR-17 Water Main and Appurtenances,
approx. 60 linear feet of 6” PVC SDR-17 to replace in existing 12” steel encasement, and
tie-in between existing 6” AC and 3” PVC water line.
Edmonson County Water District – Green River Crossing
Edmonson County Water District – Green River Crossing
Construction at one river crossing – includes approx. 600 LF 20” HDPE creek crossing by
horizontal drill with 16” tapping sleeve and valve connections.
Town of Sellersburg – Highway 60 St. Joe Road Forcemain Relocation
Town of Sellersburg – Highway 60 St. Joe Road Forcemain Relocation
The installation of approximately 525 LF of 8” PVC sanitary forcemain, approximately 100 LF
of 8” HDPE sanitary forcemain utilizing horizontal directional drilling across St Joe Road East,
two 8” insertion valves, one (1) air release valve, abandonment of 600 LF of existing PVC
forcemain in-place, removal of one (1) air release valve, and maintenance of flow, in addition to
all equipment and services required to complete this work.
MFWQTC Chlorine Contact Tanks and FEPS Structural Repairs
MFWQTC Chlorine Contact Tanks and FEPS Structural Repairs
INVITATION TO BID
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of MFWQTC Chlorine Contact Tanks and FEPS Structural Repairs, Contract No. 17352, Budget ID No. D18161, Drawing Record No. / Sheet No. 17352, until 10:00 AM, Local Time, April 7, 2026, 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: 106 831 517#.
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: Project includes structural repairs to the Chlorine Contact Tanks and FEPS, replacing all Chlorine Contact Tanks gate actuators, addition of hypochlorite and bisulfite fill lines, access drive and pavement modifications, installation of a new safety shower and tepid water loop, demolition of abandoned equipment, repairs to the influent chamber top, and replacement of Battery A and B sludge well suspended slabs, full HVAC system replacement within the FEPS, removal of abandoned conduits above the wet wells, and replacement of corroded electrical panels. This work will be within the Morris Forman Water Quality Treatment Center, located at 4522 Algonquin Parkway, Louisville, KY 40211. 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 pre-bid meeting will take place at the Morris Forman WQTC Administrative building, 4522 Algonquin Parkway, Louisville, KY 40211, March 9, 2026 at 1:00 PM 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 $7,000,000.00 and $8,900,000.00.
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 Caleb Priddy. 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 revised MSD Supplier Diversity Minority and Women Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective January 1, 2025. If selected as “Applicable” or “Applicable, Partial Waiver” above, the goals are as follows:
18.0% MBE – African American participation 2.0% MBE – Asian-Indian American participation 15.0% WBE – Caucasian Female participation
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: Yes
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
Jefferson County Public Schools – 2026 Asphalt Paving Program Various Locations
Jefferson County Public Schools – 2026 Asphalt Paving Program Various Locations
This scope of work includes milling of
existing asphalt, asphalt overlay, asphalt
repair, crack-fill, and re-striping at various
Jefferson County Public School sites.
City of Taylorsville – Exisitng S.R. 660 Pump Station Piping Replacement
City of Taylorsville – Exisitng S.R. 660 Pump Station Piping Replacement
The project includes but is not limited to the following:
EXISTING S.R. 660 Pump Station Piping Replacement
A) 5 EA 12″ Valves
B) 2 EA Tie New 14″ HDPE DR11, IPS Waterline to Existing 12″ PVC Waterline
C) 1 EA Fire Hydrant
D) LF 14″ HDPE, DR11, IPS Waterline (Furnish & Install)
Simmons College – Ida B. Wells Building & Steward Hall – Historic Preservation
Simmons College – Ida B. Wells Building & Steward Hall – Historic Preservation
Bid Package 1 P22AP01428 Colored Central School to Simmons (Ida B Wells)
Scope includes:
• Exterior masonry repairs
• Roof and gutter system repairs
• Stone foundation repairs
• Treat termite infestation
• Repairs to interior finishes
• Window and door rehabilitation
• Upgrades to plumbing and electrical systems
Bid Package 2 P24AP01785 Steward Hall
Scope includes:
• Repair exterior masonry
• Repair concrete
• Repair downspouts and gutters
• Repair windows
• Door repair/replacement
• Painting
Carter County Board of Education – New Carter County High School/CTC Phase 3
Carter County Board of Education – New Carter County High School/CTC Phase 3
The New Carter County High School/CTC Phase 3 will be for a new two story 86,479 SF high school for grades 8-
12 which also includes a storm shelter. The building will be load bearing masonry structure with metal joist roof
structure. The project contains PVC roofing, masonry veneer, metal wall panels, aluminum window systems, and
new site elements. Major systems include Mechanical, Plumbing, Fire Protection, Electrical, and Voice/Data.
Alejandra presented the locations of the 6 restroom banks: 5 public and 1 in the Admin Suite
across from the Board Room. The status of the 6th restroom across from the Board Room is that it is in the
design scope, but if the cost is over the budget, this may become an Add/Alternate for the CMAR. This is the
oldest of the restrooms and could likely have high costs associated with it due to it’s age.
Jefferson County Public Schools – Jeffersontown High School Gym Air Conditioning
Jefferson County Public Schools – Jeffersontown High School Gym Air Conditioning
This project consists of piping modifications, pump
replacement, and controls modifications to add cooling
to an existing air handling unit that currently only
provides heat for the small gymnasium at Jeffersontown
High School in the Jefferson County Public School
District.
The existing air handling unit shall remain, and the
existing hot water coil will be repurposed for both hot
and chilled water to heat and cool the small gymnasium.
The existing chilled water piping will be reworked to
extend new branches to this air handling unit. The
piping and control valves to this air handling unit will
be adjusted to accommodate heating and cooling.
The existing building pump serving this chilled water
piping loop will be replaced with a larger pump with
variable frequency drive to accommodate the added
chilled water flow that the system will now need to
accommodate.
The controls scope of this project will require a
Temperature Controls Subcontractor (Trane) as JCPS
will NOT be doing their own controls on this project.
The electrical scope is limited to supporting the above
mechanical and controls scope.
Floyd County Board of Education – Floyd Co. Board Office Roof Replacement
Floyd County Board of Education – Floyd Co. Board Office Roof Replacement
Project Description: This project includes improvements at the Floyd County Board Office and
Gymnasium buildings. At the Gymnasium, approximately 32,000 SF of existing roofing will be
removed and replaced. The existing Tectum roof deck will be selectively removed and replaced in
areas identified in the construction documents. The primary scope includes installation of a new SBS
roofing system. In addition, existing metal wall panels at the upper portion of the wall will be
removed and replaced as indicated in the drawings. At the Board Office, the scope includes
replacement of existing metal wall panels extending vertically along the wall as shown in the
construction documents. The existing roof system and fascia will remain. The project also includes
approximately 300 SF of new storefront system installation. Some renovations of electrical and
mechanical systems are included. The HVAC System includes the removal of damaged Gravity
hoods and replacing with new gravity hoods. Two condensing units were damaged as well and will be
removed and replaced with new units to match existing sizing. The electrical scope for this project
will include disconnect and reconnection of electrical connections to HVAC equipment being
replaced, the demolition of existing electrical feeders and the install of new electrical feeders to an
existing electrical panel mounted on the roof.
Floyd County Board of Education – Floyd Central High School Track Renovation
Floyd County Board of Education – Floyd Central High School Track Renovation
This project is located at the Floyd Central High School track located near the
Floyd County Board Office. The project scope includes site improvements for the replacement of the
existing four lane asphalt running track, jumping events, throwing events, and installation of a new
cushion track system. Electrical work is included to replace the existing track lights.
Oldham County Board of Education – Oldham County Elementaries: Site & Access Improvements – Phase 3
Oldham County Board of Education – Oldham County Elementaries: Site & Access Improvements – Phase 3
Project scope occurs at three elementary schools: Buckner, Crestwood and
Harmony Elementaries. Site improvements include drainage, ADA accessibility at concrete walks,
re-grading areas in and around playgrounds, storm structures, pour-in-place surfacing, tennis court
coating, synthetic turf, and new playground equipment.
Bid Package A: Harmony Elementary School & Crestwood Elementary School
Bid Package B: Buckner Elementary School
Bid Package C: Combination Package of A and B
Special Note: It is the Owner’s intent to award either two separate contracts for Bid Packages
A and B, or a single contract for Bid Package C as a combination package.
Danville Independent Board of Education – Danville High School Miscellaneous Renovations
Danville Independent Board of Education – Danville High School Miscellaneous Renovations
The project scope inlcudes replacement of guardrails at stair locations, partial
replacement of doors and frames at corridors, and structural repair of masonry at library.
Cherry Hall Renovation Bid Package #6 – Site Railings
Cherry Hall Renovation Bid Package #6 – Site Railings
Clark has been contracted for Preconstruction Services for renovation of Cherry Hall at WKU. It
is anticipated that Clark will receive a contract for Construction Management Services for the
construction phase of the project as design reaches the Construction Document level.
Cherry Hall is located on the top of the hill at WKU at 1906 College Heights Blvd. The project
includes complete interior demolition, structural modification, and renovation to create modern
classrooms, student collaboration spaces, a new 3-story interior atrium, and faculty offices. New
fire protection, plumbing, mechanical, and electrical systems will be provided as part of the
renovation. Building enclosure modifications and upgrades will also be completed including a
new entrance at the rear of the building (Hilltop side), roofing replacement, window replacement,
masonry restoration & cleaning, and foundation waterproofing replacement. The courtyard will
be reconfigured to provide new outdoor spaces. New landscaping will be provided throughout
the perimeter of the building. Although the project includes many new features, care will be
taken to preserve, reuse, and maintain historical components of the building including the
marble staircases, the marble paneling, base, & trim, and the patinated, copper dome.
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of FFWQTC Sludge Storage Tank Improvements, Contract No. 17256, Budget ID No. D24022, Drawing Record No. / Sheet No. 17256 / 45, until 10:00 am, Local Time, Tuesday, March 24, 2026, 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: 137 133 729#.
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 sludge storage tanks at Floyds Fork WQTC and includes the installation of three (3) floating decanters, tank covers, an odor control system, and PLC replacement. 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 Floyds Fork WQTC Operations Administration Building, 1100 Blue Heron Rd, Louisville, KY 40245, on March 4, 2026 at 1:00 PM 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 $4,500,000.00 and $5,000,000.00.
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 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 participation 2.0% MBE – Asian-Indian American participation 15.0% WBE – Caucasian Female participation
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: Not Applicable
This MSD construction project is bid and advertised as: check applicable below
Construction Services: x
Construction-related Services:
LOCAL LABOR COMMITMENT PREFERENCE: No
COMMUNITY BENEFITS PROGRAM: Yes
The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
Corbin Independent Schools – Corbin High School Tennis and Track Resurfacing
Corbin Independent Schools – Corbin High School Tennis and Track Resurfacing
The project consists of milling of existing asphalt track and tennis court, removal and
replacement of selected components for access to track and tennis court, repair of
cracks and other damage and installation of new surface course of asphalt for
installation of new sports surfacing by the Owner under separate contract.
Housing Authority of Paintsville – Housing Authority of Paintsville EIFS Repair – REBID
Housing Authority of Paintsville – Housing Authority of Paintsville EIFS Repair – REBID
Work includes providing all items, articles, materials, operations or methods herein listed, mentioned
or scheduled on the Project Documents and / or herein, including all labor, materials, equipment, services and
incidentals as necessary for their completion.