Laurel County Board of Education – South Laurel High School Synthetic Turf

Laurel County Board of Education – South Laurel High School Synthetic Turf

Project consists of removing the Bermuda field and replacing with a
synthetic turf surface.

Project Location: London, Kentucky

More Details

Bourbon County Board of Education – Bourbon County High School Greenhouse

Bourbon County Board of Education – Bourbon County High School Greenhouse

This project consists of the replacement of the existing greenhouse in
approximately the same location. Greenhouse shall be approximately 72’ in length and 30’ in width,
with concrete foundation and floor and required utility connections

Project Location: Paris, Kentucky

More Details

Pikeville Medical Center – Physician Lounge Renovation

Pikeville Medical Center – Physician Lounge Renovation

Project consists of Physicians Lounge Renovation of approximately 845 square footage.

Project Location: Pikeville, Kentucky

More Details

306 Blankenbaker Lane Drainage Improvement Project

306 Blankenbaker Lane Drainage Improvement Project

Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the 306 Blankenbaker Lane Drainage Improvement Project Contract No. 2021-016 , Budget ID No. C21180, will be received at the office of MSD until 10:00 a.m., Local Time, February 25, 2021, 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: This project includes drainage pipe, paved “v” ditch, “U” channel, catch basin structure installation, driveway replacement, pipe safeloading, tree and brush removal, and final restoration along the front of 306 Blankenbaker Lane. 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 $110,000.00.

The bid documents will be available on, February 12, 2021, 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, 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. 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 95330797#.

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

Project Location: Louisville

More Details

21-17 / Charleswood Road Area Water Main Replacement

21-17 / Charleswood Road Area Water Main Replacement

Questions: Renee Fromme

Louisville Water Company is requesting Bids for the referenced project consisting of distribution water main replacement located in
the south central end of Louisville Metro on nine (9) different streets; includes; supply and install 3,580 LF of 12” PVC, 725 LF of
12” ductile iron and 95 LF of 8” ductile iron water main along Mt. Washington Rd, 620 LF of 12” PVC and 130 LF of 12” ductile iron
water main in easement along Preston Hwy, 470 LF of PVC along Faithful Way, 1,790 LF of 8” and 20 LF of 6” ductile iron water
main along Chapel Hill, 325 LF of 6” PVC and 50 LF of 6” ductile iron water main along Amestree Pl, 295 LF of 6” PVC water main
along Crantree Pl, 630 LF of 6” PVC and 60 LF of 6” ductile iron water main along Laureltree Pl, 730 LF of 6” PVC water main
along Durhamtree Pl, 195 LF of 4” PVC water main along Cannonwood Ct. Also included with the project is the transfer, renewal,
relocation or discontinue of 139 +/- customer services, install (9) Fire Hydrants , multiple tie-ins, cut and plugs and restoration of all
disturbed areas.

Questions or inquiries relating to this project must be submitted in writing via email at least seven (7) calendar days prior to the bid
opening date. All questions and inquiries must be sent to the Buyer, Renee Fromme, email at rfromme@lwcky.com.

The Company’s Project Manager’s estimate for the Contract plus Company supplied materials for this Project is $1,000,001 –
$3,000,000. 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 have been pre-qualified by the Company in the pre-qualification category or categories
that apply to this Bid. This Bid requires prequalification in one of the following prequalification categories: 4” – 16” PVC Water
Mains or 4” – 16” Ductile Iron Water Mains. For information about pre-qualification, contact the Buyer listed above.

Award of the Contract will be based on base bid pricing and is at the Company’s sole discretion. Alternate bid(s) may or may not be
awarded. The Company will award the Contract to the Bidder presenting a Bid that is responsive to the Specifications, is in
substantial compliance with the Contract requirements, and presents the lowest and best price for performing the Work making up the
base bid. The Company may accept the Bid that the Company determines is in the Company’s best interest, which may not necessarily
be the least expensive Bid.

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

Click Here for the List of Prequalified Bidders

Project Location: Louisville, Kentucky

More Details

21-16 / 660 Plan Southwest Jefferson County Improvements – Blanton Lane 20 Inch Transmission Main Project

21-16 / 660 Plan Southwest Jefferson County Improvements – Blanton Lane 20 Inch Transmission Main Project

Louisville Water Company is requesting Bids for the furnish and install of 2,660 +/- LF of 20” Restrained Joint DPW PC350 Water
Main, 4,345 +/- LF of 20” DPW PC350 Water Main, 65 +/- LF of 12” DPW PC350 Water Main, 20 +/- LF of 8” DPW PC350 Water
Main, and appurtenances along Saint Andrews Church Rd., Blanton Ln., Mills Dr., Alreva Rd., Dixie Hwy., and Kerrick Ln,. Jack and
bore 405 +/- LF of 36-inch steel casing pipe under Dixie Highway, the P&L Railroad, Blanton Ln., and Saint Andrews Church Rd., all
of the above made ready for use in accordance and compliance with the Contract Documents. All materials to be supplied by the
Contractor.

Project Location: Louisville, Kentucky

More Details

Harlan County Fiscal Court – Lynch Depot – Roof Replacement Project

Harlan County Fiscal Court – Lynch Depot – Roof Replacement Project

The project site is located at W. Main Street., Lynch, KY 40855 near Lamp House Coffee Shop.
The bid is to furnish all necessary labor, materials, tools, machinery, warranties, and all other
items required to replace existing cement asbestos tile roof with a new asphalt shingle roof,
metal flashing and downspouts.

Project Location: Lynch, Kentucky

More Details

21-18 / Crescent Hill Discharge System Improvements

21-18 / Crescent Hill Discharge System Improvements

Louisville Water Company is requesting Prequalification Application for an upcoming bid, Bid 21-18 / Crescent Hill Discharge System Improvements. Scheduled for Advertisement 2nd quarter 2021 with work to begin in the Fall of 2022 through 2026.

General Overview of project consists of:

o Systematically Demolish and Remove existing 48” and 60” cast iron and 78” steel discharge headers. Includes various sizes of connecting piping and valve types from 20” to 60” diameter.
o Systematically Furnish and Install two 78” steel discharge headers. Includes various sizes of connecting piping and valve types (e.g. butterfly, gate, ball) from 20” to 78” diameter.
o Rehabilitate (carbon fiber-reinforced polymer liner) short sections of 60” cast iron and 78” steel water mains.
o Abandon/Remove short sections of large diameter yard piping.
o Furnish and Install 60” diameter steel yard piping.
o Furnish and Install all appurtenances including fittings, valves, Venturi meters, valve actuators, supports, air valves, surge valves, and associated work.
o Furnish and Install interior building modifications and replacements including pipe supports, stairs, handrails, floor slabs, grating, and coatings.
o Includes lead based paint abatement on piping and architectural/structural surfaces.
o Furnish and Install Electrical and Controls, including valve actuators, lighting, and minor upgrades to small Control Room.

In order to bid on this project, firms must be pre-qualified in Heavy Construction Plant Work or 16” – 60” Steel Water Mains. All subcontractors performing Electrical / Controls work must be pre-qualified in Electrical Category. All subcontractors performing Interior Water Pipe Linings (field applied) must be pre-qualified in 24” – 60” Pipeline Carbon Fiber Wrap Lining. All subcontractors performing Coatings (Field applied) must be pre-qualified in Painting or Water Tank Coating. Please review the Prequalification application on Louisville Water website by clicking the link. https://louisvillewater.com/procurement/contractor-prequalification

If your firm meets the requirements and you wish to be on the prequalified bidders listing, please submit applications to Louisville Water following the process listed on the application. LWC makes no representations about the amount of time needed to complete the prequalification process. Applicants must be pre-qualified by the bid opening date and time for the bid referenced above for consideration. If you have questions, please send them to the buyer Renee Fromme E-mail: rfromme@lwcky.com.

Project Location: Louisville, Kentucky

More Details

Salyersville Water Works – Emergency Raw Water Line Project

Salyersville Water Works – Emergency Raw Water Line Project

This project consists of providing all materials, labor, and equipment for the relocation of approximately
1,700 LF of 8-inch raw water line, 1,700 LF of 8-inch backwash drain line, and 1,700 LF of 3/4-inch
permanganate feed line.

Project Location: Salyersville, Kentucky

More Details

GMWSS – WWTP #2 Oxidation Ditch Splitter Box & Concrete Access Drive

GMWSS – WWTP #2 Oxidation Ditch Splitter Box & Concrete Access Drive

Project consists of construction of the Wastewater Treatment Plant Improvements WWTP #2
Oxidation Ditch Splitter Box and Concrete Access Drive consisting of all related appurtenances.

Project Location: Georgetown, Kentucky

More Details

Clifton Heights CSO Basin Sump Water Line

Clifton Heights CSO Basin Sump Water Line

Be Advised that the Pre-Bid Meeting and the Bid Opening Date have been changed

Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of Clifton Heights CSO Basin Sump Water Line Contract No. 2021-015, Budget ID No. F21061, will be received at the office of MSD until 10:00 AM, Local Time, March 2, 2021, and will be publicly opened and read at that place and time. The public may attend the bid opening via Microsoft Teams web-call (Call-in Number: 502-654-8113, Conference ID 886 250 283#).

Description and location of Project: Construction of approximately 150 feet of wall-mounted 2-inch S.S. water line from the valve vault to the basin wet well sump pumps, actuated control ball valve, electrical and control wires, and appurtenances. MSD Clifton Heights CSO Basin, 1827 Drescher Bridge Avenue, Louisville, KY. All work shall be done in accordance to MSD’s Standard Specifications.

There will be a non-mandatory, on-site pre-bid meeting held for this project. February 16, 2021, 1:00 P.M. at Clifton Heights CSO Basin, 1827 Drescher Bridge Avenue. PPE and face masks are required. .

The Engineer’s Construction Cost Estimate for this project is between $30,000.00 and $75,000.00.

The bid documents will be available on February 11, 2021, 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 William Marshall, P.E.. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, William Marshall E-mail: william.marshall@louisvillemsd.org.. Questions received less than five 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 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 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 https://louisvillemsd.org/SupplierDiversity/forms

All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, William Marshall, P.E.

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 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:

Construction Services: Yes  Construction-related Services: No

LOCAL LABOR COMMITMENT PREFERENCE: No

COMMUNITY BENEFITS PROGRAM No

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

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville

More Details

WKU-10276 / WKU Commons Branding and Signage Package

WKU-10276 / WKU Commons Branding and Signage Package

BID HAS BEEN CANCELLED By WKU

To bid on this project bidders must upload to the following website:

https://supplier.unimarket.com/app/supplier/bid-request/view/rfq-uuid/0f143ffd-b930-4d1b-8aa2-1d7c69e0b30f

You are invited to bid on the WKU Commons at Helm Library Branding and Signage Package. WKU is currently under contract with A&K Construction for the complete renovation of Helm Library. The construction project consists of the
renovation of the entire three-story, 85,000 sf Helm Library building: Demolition,
new construction, all new mechanical, electrical, plumbing, fire protection systems, and fire alarm systems. Upgrades include all new doors, windows, curtain wall, new finishes, casework, and millwork. Extensive exterior improvements are also planned. The vender is to furnish and install the branding as listed in the bid documents.

Project Location: Bowling Green, Kentucky

More Details

City of Danville – Wastewater Treatment Plant Improvements – Phase 1

City of Danville – Wastewater Treatment Plant Improvements – Phase 1

Project consists of demolition of some existing structures, screening improvements, ultraviolet
disinfection system, solids dewatering facility, Control/Operations building, various pump station
modifications, generator, electrical buildings, electrical and instrumentation improvements, sludge
holding tank modifications, and related site work and piping improvements.

Project Location: Danville, Kentucky

More Details

LFUCG – Bellcastle Road Stormwater Improvements – REBID

LFUCG – Bellcastle Road Stormwater Improvements – REBID

The project includes providing all construction supervision, labor, materials, tools, test equipment
necessary for BELLCASTLE ROAD STORMWATER IMPROVEMENTS.

Project Location: Lexington, Kentucky

More Details

Woodford County Public Library – Addition & Renovation

Woodford County Public Library – Addition & Renovation

Project consists of furnishing all labor and materials to complete the
WOODFORD COUNTY PUBLIC LIBRARY ADDITION AND RENOVATION

Project Location: Versailles, Kentucky

More Details

MFWQTC Elevator Repairs Re-Bid

MFWQTC Elevator Repairs Re-Bid

Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of the MFWQTC Elevator Repair project Contract No. 16226, Budget ID No. G20028, Drawing Record No. 16226, Sheet No. 1-38, will be received at the office of MSD until 1:00p.m., Local Time, Tuesday, February 23, 2021, and will be publicly opened and read at that place and time. The public may attend the bid opening via Microsoft Teams Meeting. The phone number is (502) 654-8113 and the Conference ID is 952135147#. This info will also be posted at the bid box on the day of the bid opening.

Description and location of Project:
A. The Project will include modernization and related improvements for the following elevators
1. Morris Forman Mechanical Equipment Building West Freight
2. Morris Forman Mechanical Equipment Building East Freight
3. Morris Forman Administration Building Passenger
4. Morris Forman Mechanical Equipment Building Passenger

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

1. Elevator modernization, repair, and/or replacement
2. Electrical modifications
3. Installation of related HVAC components or systems
4. Stabilizing existing lead paint, cleaning and painting wall surfaces
5. Removal and disposal of existing equipment
6. Structural modifications of elevator shafts, pits, and machine rooms
7. Installation of communication and fire safety equipment All work shall be done in accordance to MSD’s Standard
Specifications.

There will be NO pre-bid meeting held for this project. Should a contractor wish to visit the site, please contact Julie Potempa to schedule. Please note the information below regarding the Supplier Diversity requirements and the partial waiver.

The Engineer’s Construction Cost Estimate for this project is between $ 800,000.00 and $ 2,000,000.00.

The bid documents will be available on Tuesday, February 9, 2021, 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 Julie Potempa. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Julie Potempa E-mail: julie.potempa@louisvillemsd.org. Questions received less than five 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 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 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 https://louisvillemsd.org/SupplierDiversity/forms

All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Julie Potempa. Please note that there is a partial Supplier Diversity Waiver for this project. The new Supplier Diversity requirements are as follows: MBE Requirements – Fully Waived. WBE Requirements – Partial Waiver at 10% participation.

MSD SUPPLIER DIVERSITY PROGRAM: 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 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:

Construction Services: YES   Construction-related Services: NO

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.

Click Here To Download MFWQTC Elevator Repair Project Re-Bid_QtySht

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, Kentucky

More Details

CCK-2527-21 PAV HA Helipad Resurfacing

CCK-2527-21 PAV HA Helipad Resurfacing

1. RESURFACE EXISTING HELIPAD LANDING SURFACES AS FOLLOWS:

1.1. DEMO EXISTING SURFACE COATING DOWN TO CONCRETE USING MECHANICAL
ABRADING METHODS AS REQUIRED.

1.2. REMOVE ANY SURFACE CONTAMINANTS SUCH AS OILS, TARS, ASPHALTS, GREASE,
DIRT, ETC., BY SHOT BLASTING PER MANUFACTURER’S RECOMMENDED PROCEDURES.

1.3. CLEAN CONCRETE DECK WITH MANUFACTURER RECOMMENDED BIODEGRADABLE
CLEANER.

1.4. GRIND OFF ANY RIDGES, SHARP PROJECTIONS, ETC.

1.5. REPAIR/PATCH CONCRETE PITS, LOW AREAS, ETC. USING EPOXY/SAND MIXTURE AS
RECOMMENDED BY COATING SYSTEM MANUFACTURER. ALLOW PATCHES TO CURE
PER MANUFACTURER’S RECOMMENDATIONS.

1.6. REPAIR CRACKS IN CONCRETE DECK PER COATING MANUFACTURER’S
RECOMMENDATIONS.

1.7. PREPARE EXISTING CONTROL/EXPANSION JOINTS PER COATING MANUFACTURER’S
RECOMMENDATIONS.

1.8. TEST CONCRETE FOR MOISTURE AND ENSURE NO MOISTURE IS PRESENT PRIOR TO
INSTALLING HELIPAD COATING.

1.9. APPLY ALL COATING SYSTEM MATERIALS (PRIMER, MEMBRANE, BODY COAT, TOPCOAT,
AND ANY FILLERS) PER MANUFACTURER’S RECOMMENDATIONS, ALLOWING ADEQUATE
DRYING/CURING TIME BETWEEN EACH COAT.

2. AFTER HELIPAD COATING HAS CURED, APPLY COLORED MARKING COATING FOR
GRAPHICS AS SHOWN ON PLAN AND IN DETAILS. MARKING COATING TO BE NEOGARD
‘ACRYLITHANE HS2’; BACKGROUND CROSS – COLOR: WHITE; ‘H’ MARKING – COLOR: RED.

Project Location: Lexington, Kentucky

More Details

RFB-162-21 BCTC Newtown Science Building Classroom Fit Up

RFB-162-21 BCTC Newtown Science Building Classroom Fit Up

Estimate:
$472,548.00
Estimated Length of Project:
08/01/21 (Substantial Completion) + 09/01/21 (Final Completion)

This project is an interior fit up of the existing Science Education Center at the Newtown BCTC campus in Lexington, Kentucky. The work consists of fit up of classroom and office spaces (approximately 4,000 sf). This will consist of interior gypsum board partition and interior finishes. New mechanical, plumbing, and electrical work will be added from existing main branch utilities.

Project Location: Lexington

More Details

Monroe County Fiscal Court – Meshack Bridge Replacement Project

Monroe County Fiscal Court – Meshack Bridge Replacement Project

The work to be bid consists of:
The Project will consist of demolition of an existing bridge, the construction of a new bridge with steel decking,
new concrete abutments, and a temporary access road for traffic control. The Contractor shall furnish all
materials, equipment, and labor necessary to complete the construction of the project.

Project Location: Tompkinsville, Kentucky

More Details

Housing Authority of Owensboro – Wightman Unit ReRoof

Housing Authority of Owensboro – Wightman Unit ReRoof

The work to be performed consists of:

1. Wightman Unit ReRoof – Removal and replacement including new coding, mechanical,
mechanical, rigid insulation and roof drains.

Project Location: Owensboro, Kentucky

More Details

RFB-161-21 KY Dam Village Warehouse Storm Damage Repairs

RFB-161-21 KY Dam Village Warehouse Storm Damage Repairs

Estimate:
$300,000.00
Estimated Length of Project:
90 (Substantial Completion) + 30 (Final Completion)

The project consists of storm repairs to the existing maintenance buildings ‘A’ and ‘B’. The work shall include removal and replacement of shingled roof on building ‘A’ and selective removal of the existing shingled roof on building ‘B’. Additional work on building ‘B’ shall include replacement of previously destroyed storage area on West face of building, enclosure of reestablished space with perimeter wall and both sectional overhead and man doors at both North and South facing wall, reestablishment of electrical service to the area previously indicated including service, power and lighting.

Project Location: Gilbertsville

More Details

CCK-2526-21 Vaughn Warehouse – Install Hi Speed Roll Up Doors

CCK-2526-21 Vaughn Warehouse – Install Hi Speed Roll Up Doors

VAUGHN WAREHOUSE – INSTALLATION OF HI-SPEED ROLL UP DOORS

THIS PROJECT IS THE ADDITION (FURNISHED AND INSTALLED) OF 2 EACH
20’w X 16’h HI SPEED ROLL UP DOORS. ELECTRICAL WILL BE WITHIN 15 LF OF DOOR
OPENINGS TO TIE INTO BY THIS CONTRACT.

Project Location: Lexington, Kentucky

More Details

RFB-140-21 Removing and Transporting Huts

RFB-140-21 Removing and Transporting Huts

Contractor must provide a location within 100 miles of each existing hut location to receive the hut. Upon arrival, the contractor must immediately unload the hut from the trailer allowing it to be returned to service. Contractor may demolish, dismantle, re-use or otherwise dispose of the hut as appropriate.

Project Location: Carrollton, Georgetown, Glasgow

More Details

Blue Grass Airport – 2100 Concourse B Compressor Replacement

Blue Grass Airport – 2100 Concourse B Compressor Replacement

The project equipment consists of the replacement of the Concourse B Compressor in the
Terminal Building at Blue Grass Airport.

Project Location: Lexington, Kentucky

More Details

21-08 / SW Jefferson County Improvements – Lower Hunters Trace 20-Inch Transmiss

21-08 / SW Jefferson County Improvements – Lower Hunters Trace 20-Inch Transmiss

Questions: Renee Fromme

Louisville Water Company is requesting Bids for Furnish and install approximately 7,000 Linear Feet of 20-inch PC350 ductile iron pipe and appurtenances between the intersections of Dixie Hwy and Kerrick Lane and Lucille Ave and Greenwood Road, Furnish and install approximately 65 Linear Feet of 4” PC350 ductile iron water pipe at the intersection of Greenwood Road and Lucille Ave. All of the above made ready for use in accordance and compliance with the Contract Documents. All materials to be supplied by the
Contractor.

A pre-bid meeting to discuss the Project and to tour the work site will be held on Wednesday, February 17, 2021 at 10:00am EST/EDT. Location of Pre-Bid Meeting is via Teams Meeting call-in +1 502-709-7361, ID# 15635317#. Attendance at this meeting
is strongly recommended.

Questions or inquiries relating to this project must be submitted in writing via email at least seven (7) calendar days prior to the bid
opening date. All questions and inquiries must be sent to the Buyer, Renee Fromme_, email at rfromme@lwcky.com.

The Company’s Project Manager’s estimate for the Contract plus Company supplied materials for this Project is $1,000,000 – $3,000,000. 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 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 of the following prequalification categories: Heavy Construction – Underground Vault / PRV Work, AND, 4”-16” Ductile Iron Water Mains, AND, 20”-48” Ductile Iron Water Mains. For information about pre-qualification, contact the Buyer listed above.

Award of the Contract will be based on base bid pricing and is at the Company’s sole discretion. Alternate bid(s) may or may not be awarded. The Company will award the Contract to the Bidder presenting a Bid that is responsive to the Specifications, is in
substantial compliance with the Contract requirements, and presents the lowest and best price for performing the Work making up the base bid. The Company may accept the Bid that the Company determines is in the Company’s best interest, which may not necessarily be the least expensive Bid.

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.

Click Here for the List of Prequalified Bidders

Project Location: Louisville, Kentucky

More Details