Louisville Water Company is requesting Bids for the demolition of existing PRV’s and installation of new concrete or steel vault PRV station, 130 +/- linear feet of six (6)-inch ductile iron water main, and associated rock paver system for pull off area and maintenance path.
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 $250,001 – $500,000. 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 the following categories: Heavy Construction – Underground Vault and Pressure Reducing Valves and 4” – 16” Ductile Iron Water Mains. For information about pre-qualification, contact the Buyer listed above.
Bid Documents except the Bid Table may be obtained from Lynn Imaging located at 11460 Bluegrass Pkwy, Louisville, KY 40299, (502) 499-8400 and www.lwckyplanroom.com. One copy of the Bid Documents (includes technical specifications and a full set of plans) will be available at no charge (not including shipping/delivery charges) to Contractors that are prequalified with Louisville Water Company in the category(ies) specified for this bid. For details regarding the charges that apply to non-prequalified contractors, go to www.lwckyplanroom.com. The Bid Table is available in Microsoft Excel via download from the designated portal on Louisville Water’s electronic bidding site at https://louisvillewater.bonfirehub.com/portal/
CC-385B-25 I&T Life Safety Generator, AHU #5, & BAS Controls
CC-385B-25 I&T Life Safety Generator, AHU #5, & BAS Controls
This project is for the I&T Life Safety Generator, AHDU#5 & BAS Controls. Project consists of replacement
of the original 1988 Emergency life safety generator, Air Handling Unit #5, and the Building Controls.
This project includes the chiller replacement for Stoner Hall at Somerset Community College. The new chiller will be air-cooled scroll type with all new hydronic pumps. Also includes all associated HVAC piping and electrical work.
The project consists of the removal and replacement of a section of damaged existing structural metal roof deck and existing roof systems; the installation of new exterior windows & interior/exterior doors; the construction of a small, single room office; extensive electrical system & mechanical system renovations throughout the noted area of the building.
The 33,000-square-foot Student Services Center renovation at Gateway Community and Technical College’s Edgewood Campus focuses on improving functionality, accessibility, and building systems to serve students, faculty, and staff better. Phase 1 includes upgrades to key service areas, modernization of interior finishes, improvements to restroom facilities, and replacement of outdated lighting with energy-efficient solutions. The existing elevator will be upgraded to meet current accessibility and safety standards, and door hardware will be replaced to enhance security and compliance with accessibility requirements.
The project includes new flooring throughout the facility, with LVT and carpet tile in common areas, carpet tile in offices, LVT in clinical spaces, and ceramic tile in restrooms for durability and ease of maintenance. Acoustical ceiling systems will be installed to improve sound quality, with specialty ceilings incorporated in select areas to define and enhance key spaces. Casework and storage solutions will be finished with high-pressure laminate for longevity, and all walls will receive new paint finishes to provide a cohesive and updated interior environment.
The commons area will be updated with custom wall and window graphics that integrate elements of the Gateway community’s identity, creating a more cohesive and engaging space. The renovation is designed to align with the college’s long-term goals for improving campus facilities, supporting student services, and enhancing the overall built environment.
Consisting of the construction and/or furnishing of items in the Bid Documents, Form of Proposal, and
as indicated in the construction documents, drawings and specifications for the construction of
renovations and additions for the Shelby County Recycling Center which includes the following:
1. Site renovations and pavement expansions
2. Site utilities
3. New scale weighing systems and scale building including scale foundations
4. Renovations to the existing storage building
5. New storage building
6. New transfer buildings
7. New scales and upgrades to existing scale systems
Jefferson County Public Schools – Thomas Jefferson Middle School – Neighborhood Place Relocation
Jefferson County Public Schools – Thomas Jefferson Middle School – Neighborhood Place Relocation
This project will consist of relocating the Neighborhood
Place offices into the main building from the separate
gym building, which will be torn down as part of the new
school building for W.E.B. DuBois Academy
construction. A secure separation will be created to allow
the Neighborhood Place to function separately from the
school. Work will include a restroom expansion and a
separate exit from the building.
Project description – Early sitework and enabling
projects include utility replacement / relocation
to accommodate the new multi use bldg. Site
grading, storm, sanitary sewer, and water service
is included in this bid set. This bid set also includes
structural foundations and slabs of the new bldg.
Interested bidders should contact tomhitchcock@calhounconstructs.com – for complete bidding documents, which include Bid Manual, construction drawings, and specifications
Louisville Water Company is requesting Bids to supply and install a total of 200 linear feet of 8-inch Pressure Class 350 ductile iron water main (restrained), 75 linear feet of 8-inch Pressure Class 350 ductile iron water main and 1 bore, supply and install 135+/- linear feet of 16” steel casing pipe, flow fill approx.140 liner feet of existing 8” water main. Also included with the project is remove and install 1 fire hydrant, main cut and plugs, and restoration on and along Project Limits. Contractor shall supply and install all materials required for the completion of this project. Contractor shall perform all paving and sidewalk restoration associated with 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 $250,001 – $500,000. 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 prequalification category or categories that apply to this Bid. This Bid requires prequalification in the following prequalification categories: 12”-36” Boring, 4″-16″ Ductile iron Water Mains, 1.5″ and Larger Water and Fire Services. For information about prequalification, contact the Buyer listed above.
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 and or Bid that Company determines is in the Company’s best interest, which may not necessarily be the least expensive Bid.
Bid Documents except the Bid Table may be obtained from Lynn Imaging located at 11460 Bluegrass Pkwy, Louisville, KY 40299, (502) 499-8400 and www.lwckyplanroom.com. One copy of the Bid Documents (includes technical specifications and a full set of plans) will be available at no charge (not including shipping/delivery charges) to Contractors that are prequalified with Louisville Water Company in the category(ies) specified for this bid. For details regarding the charges that apply to non-prequalified contractors, go to www.lwckyplanroom.com. The Bid Table is available in Microsoft Excel via download from the designated portal on Louisville Water’s electronic bidding site at https://louisvillewater.bonfirehub.com/portal/..
Fayette County Public Schools – New Henry Clay High School
Fayette County Public Schools – New Henry Clay High School
Work of the Project includes Building and Site Work for the construction of a new 349,848 sf Henry Clay
High School designed for 2300 students. This high school will be constructed of masonry veneer on ICF,
CMU and CIP concrete walls with areas of metal wall siding and canopy systems. This multi-story
facility will be supported by caissons, grade beams, and spread footing with slab on grade. Roofing
systems will be a 2-ply modified bitumen roof, with select areas of roof sanding seam metal panel. An
ICC 500 compliant tornado shelter will be provided. This will be a high-performance building with
geothermal heating and cooling and enhanced building envelope commissioning. Site work will
encompass extensive earthwork, permeable surfaces, retaining walls, signage, utility work, landscaping,
seeding and sodding, parking, drives and traffic control devices, and irrigated baseball and softball fields
and equipment.
The work of this project consists of:
a. Renovating 3 bathrooms on the second floor.
b. Make all three bathrooms ADA accessible
c. Two bathrooms will be renovated to enter from the corridor.
d. Upgrade plumbing equipment in affected spaces.
e. Upgrade mechanical equipment in affected spaces.
f. Upgrade electrical equipment in affected spaces.
g. New finishes in affected spaces.
h. Abandon and cap/remove plumbing from non-usable bathroom facilities on second floor.
i. Water cooler replacement on first floor
j. Installation of water line shut off valves
k. Replace existing light fixtures with LED light fixtures
Morehead State University – Vet Tech Renovation/Addition
Morehead State University – Vet Tech Renovation/Addition
The existing Veterinary Technology Building on the farm campus of Morehead State University
will receive an extensive renovation and approximately 4,600sf addition. The phased project will
allow the program to continue operation through the 2025-2026 school year, and be complete
prior to the start of the Fall, 2026 semester.
Paducah Public Schools – Paducah Tilghman Field House Renovations
Paducah Public Schools – Paducah Tilghman Field House Renovations
The work includes the renovations to the existing Paducah Tilghman High School Field House. The
Project consists mostly of an interior renovation of the current field house located under the Tilghman
Memorial Stadium. The work will be constructed in two phases. First phase will be the new locker rooms,
and the second phase will be the alternates #1 & #2 for the Football locker room & Storage areas (if
accepted). The work includes interior demolition and rebuilding of an existing locker room at the
Tilghman Field House. Demolition work includes, but not limited to: Brick/CMU walls, doors, windows,
concrete slab, casework, mechanical, plumbing, electrical, and some roof items. New work includes, but
not limited to: CMU walls, concrete slab, doors & frames, lockers, painting, epoxy flooring, limited
structural, mechanical, plumbing, electrical and some roof repairs. The alternates #1 & #2 in the football
locker rooms and storage areas will include additional demolition and new work items as noted in the
drawings.
Global Way 3 MG Prestressed Concrete Tank & Pump Station / Double Eagle Pump Station Replacement
Global Way 3 MG Prestressed Concrete Tank & Pump Station / Double Eagle Pump Station Replacement
The work under this contract for Package A includes the installation of a new 3 MG wire wrapped
prestressed concrete tank and appurtenances, a new package pump station yard piping, electrical/
instrumentation work, structural work, sitework, and other items required to complete the project.
The work under this contract for Package B includes demolition of the existing pump station and
appurtenances, demolition of existing yard piping, installation of a new package pump station, yard
piping, electrical/instrumentation work, structural work, sitework, valve vault modifications and other
items required to complete the work.
City of Morganfield – Morganfield Park & Splash Pad
City of Morganfield – Morganfield Park & Splash Pad
The project includes site preparation, utility installation, restroom
construction, splash pad features, and other park improvements per the construction documents.
Louisville Water Company is requesting Bids for furnish and installation of project consists of the supply and install a total of 10,715+/- LF of water main, including supply and install of 4,345+/- linear feet of 8-inch DR-18 Pressure Class 350 ductile iron water main, 110+/- linear feet of 8-inch DR-18 Pressure Class 350 ductile iron restraint joint water main, 6,095+/- linear feet of 12-inch Pressure Class 350 ductile iron water, and 120+/- linear feet of 12-inch Pressure Class 350 ductile iron restraint joint water main using traditional trench installation techniques. The supply, bore, and installation of 100+/- linear feet of 24-inch steel casing pipe and appurtenances and 95+/- linear feet of 16-inch steel casing pipe and appurtenances. Also included with the project is the supply and installation of 20 fire hydrants, and the supply and transfer, renewal, relocation, or discontinue of 129 customer services. 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 $ 3,000,001 – $ 3,500,000 . 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 4” – 16” Ductile Iron Water Mains AND 1.5” and Larger Water and Fire Services. For information about the Louisville Water SBE Program or pre-qualification, contact the Company through the designated bid portal.
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 and or Bid that Company determines is in the Company’s best interest, which may not necessarily be the least expensive Bid.
Bid Documents except the Bid Table may be obtained from Lynn Imaging located at 11460 Bluegrass Pkwy, Louisville, KY 40299, (502) 499-8400 and www.lwckyplanroom.com. One copy of the Bid Documents (includes technical specifications and a full set of plans) will be available at no charge (not including shipping/delivery charges) to Contractors that are prequalified with Louisville Water Company in the category(ies) specified for this bid. For details regarding the charges that apply to non-prequalified contractors, go to www.lwckyplanroom.com. The Bid Table is available in Microsoft Excel via download from the designated portal on Louisville Water’s electronic bidding site at https://louisvillewater.bonfirehub.com/portal/.
Bid Documents are also available for review at the following locations: Associated Builders and Contractors of Kentuckiana, Associated General Contractors, Builders Exchange of Louisville, Dodge Reports, Bid Tool, Louisville Enterprise Group, and Reed Construction Data. All recipients of the Bid Documents are required to sign a planholder sheet confirming receipt.
Sealed Bids shall be accepted by Louisville Water Company until 11:00 a.m. Eastern Time on the Bid Submittal Due Date cited above. Louisville Water is using a web-based portal for accepting and evaluating bid proposals digitally at https://louisvillewater.bonfirehub.com/portal/ for this Invitation to Bid. Documents may be uploaded at any time during the open period indicated for each bid. All bids received by the bid submittal date and time, will be unsealed electronically and publicly read via a virtual conference and or conference call. You may access the public reading by calling 502-709-7361, Conference ID: 317 611 769# at the date and time of the Bid Submittal Due Date for this Bid.
Louisville Water SBE Program Participant and pre-qualified Minority/Women Business Enterprises will be afforded full opportunity to submit Bids, and no Bidder will be discriminated against on the grounds of race, color, religion, sex, sexual orientation, gender identity, age (over 40), national origin, protected veteran status, or physical or mental disability which, with or without reasonable accommodation, does not prevent the performance of essential job functions.
The Company reserves the right to reject Bids from Bidders not pre-qualified and or a Louisville Water SBE Program Participant; the right to disqualify Bids deemed to be defective and/or non-responsive; the right to waive defects in Bids where the Company determines that such defects are immaterial; and the right to reject any or all Bids deemed not to be in the best interest of the Company.
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Pond Creek Flood Pump Station Water Line Project, Contract No. 17290, Budget ID No. F25128, Drawing Record No. / Sheet No. 17290/1-6, until 10:30 AM, Local Time, Thursday, April 10, 2025, and will be publicly opened and read at that time. The public may attend the bid opening via teleconference call at 502-654-8113 (Dial-in Number) Conference ID: 648 319 098#.
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 installation of 2400 + LF of 6-inch water line and other appurtenance work. 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 be held on Thursday, April 3, 2025 at 10:00 AM at the Pond Creek Flood Pump Station /7805 Stites Station Road (Highway 44), West Point, KY 40177.
The Engineer’s Construction Cost Estimate for this project is between $400,000.00 and $500,000.00.
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 Joshua A. Dickerson. 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 two days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda posted on MSD’s designated web portal will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $200,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms.
The MSE/WBE Program is effective June 1, 2020. If selected as applicable above, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: Applicable
This MSD construction project is bid and advertised as: check applicable below
Construction Services: x
Construction-related Services:
LOCAL LABOR COMMITMENT PREFERENCE: No
COMMUNITY BENEFITS PROGRAM: No
The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
This Invitation for Bids is to establish a Price Contract for Vitality Center Renovation for UK
King’s Daughters Medical Center UK King’s Daughters Medical Center, Russell, KY.
Please refer to the drawings and specifications for the features and details of the humidifier
defined in the Specifications (Attachment A) and Drawings (Attachment B&C).
Jessamine County Board of Education – Jessamine Athletic Improvements Phase 3
Jessamine County Board of Education – Jessamine Athletic Improvements Phase 3
This project consists of a new artificial turf field at East Jessamine Middle
School, which will include earthwork, subdrainage and athletic equipment; new
Concessions/Restroom building which will be load bearing masonry structure with brick veneer,
pre-engineered wood trusses, shingle roofing; and new Site elements. Major systems include
Mechanical, Plumbing, and Electrical.
Jessamine County Board of Education – Jessamine County Athletic Improvements: Phase 2
Jessamine County Board of Education – Jessamine County Athletic Improvements: Phase 2
This project consists of new artificial turf Baseball and Softball infields at West
Jessamine High School and a new artificial turf field at West Jessamine Middle School, which will
include earthwork, subdrainage and athletic equipment.