The Kentucky State Police is proposing to erect two (2) new communications towers. The site names are 0312 Barren River and 1505 Dale Hollow. The new structures will be 250’ tall latticed steel self-supporting towers designed to accommodate future 50’ extensions. All new tower sites will require a new equipment shelter, generator, and propane tank.
This project involves installing structural foundations, erecting towers, installing all necessary site components, and completing all exterior improvements per the project drawings. The new tower steel and hardware, equipment shelters, generators, and automatic transfer switches (ATS) will be provided by the Kentucky State Police. The contractor is responsible for the transportation and delivery of all site components to the project locations. The contractor is responsible for the coordination of delivery and receipt of the new tower steel and hardware from the tower manufacturer.
Louisville Water Company is requesting Bids to supply and install 550+/- linear feet of eight (8) Inch C900 PVC Water Main, using traditional trench installation techniques. Also included with the project is the supply and installation of one (1) fire hydrant, and the supply and transfer, renewal, relocation, or discontinuation of six (6) customer services.
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 $100,001 – $250,000. 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 not required.
Bids will only be accepted from Bidders who are Louisville Water Small Business Equity (SBE) Program Participants and have been pre-qualified by the Company in the pre-qualification category or categories that apply to this Bid. This Bid requires prequalification in all the following categories: 4” – 16” PVC Water Mains, 1” and Smaller Services, and 1.5” & Larger Water & Fire Services. For information about the Louisville Water SBE Program or pre-qualification, contact the Company through the designated bid portal.
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/
Russell County Schools – Russell County Middle School Canopy
Russell County Schools – Russell County Middle School Canopy
New aluminum walkway cover between existing Russell County Middle
School and Existing Russell County Auditorium Natatorium Complex including associated site
work.
The Work of Project is defined by the Contract Documents and consists of demolition and replacement of existing shingle roofing on the administration and maintenance buildings.
The work will be divided into two portions, the first for
investigation, discovery and project definition, the second for actual construction. The project will investigate and
then rehabilitate approximately 6,350’ of 30” sanitary sewer trunk and related appurtenances.
Two existing boilers will be replaced with new condensing natural gas boilers as well as the four circulation pumps. In addition, emergency stops, flow switches, acid neutralization tank, condensate piping, chemical pot feeder tank, cold water makeup system, natural gas connections and pressure gauges will be replaced at the KET building, located at 600 Cooper Drive, Lexington, KY.
The new Boiler System will be installed per Kentucky Boiler Code as well as the Kentucky Building Code with Current Revisions, including the International Mechanical Code and the National Electrical Code. The Owner’s required work schedule will require to replace the boilers with a minimal amount of downtime to the hot water loop requiring after hours weekend construction activity.
This project will generally consist of improvements to the existing HVAC systems for Building 30 and 31 within the Nursing Facility. Work includes excavation and asphalt repairs, removal and replacement of existing ceiling systems, modifications to the existing sprinkler system, removal of existing two-pipe HVAC systems, removal of exhaust systems, installation of four-pipe fan coils, installation of outside air systems, installation of exhaust air systems, installation of hot water and chilled water piping systems. removal of power connections to mechanical systems noted, installation of new power panels, and power connections to new equipment. There will be an alternate for these improvements to Building 32. Trades involved shall include but are not limited to: demolition, concrete, drywall, painting, ceilings, fire protection, mechanical, ductwork, electrical, and fire alarm
This project consists of the removal of existing windows (72) on the 1st, 2nd, 3rd & 4th floors of the building and the installation of replacement windows. New pre-finished metal cladding is to be applied to the existing exterior window trim.
Jefferson County Public Schools – Doss High School – CTE Program Renovations
Jefferson County Public Schools – Doss High School – CTE Program Renovations
This project will consist of renovating three (3) existing
rooms to create a Makerspace Lab and school store. There
will be additional work done to a door in the Energy Lab.
Knott County Fiscal Court – Knott County Public Pool Project
Knott County Fiscal Court – Knott County Public Pool Project
The work to be bid consists of:
The Project will consist of the site development and construction of a new public pool facility in Hindman,
Kentucky, near the existing Knott County Sportsplex Facility. The Contractor shall furnish all materials,
equipment, and labor necessary to complete the construction of the entire project. Time of completion for the
contract is 90 calendar days.
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Belmar Basin Green Retrofit, Contract No. 25-0410, Budget ID No. H25058, Drawing Record No. / Sheet No. , until April 10th, 2025, Local Time, 10:00 am, 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: 341 510 147#.
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 scope of work will include, but is not limited to, all labor, equipment, tools and services required for enhancing the stability of the Belmar Basin channel by replacing the existing vegetation with native soils provided on plans. The work will involve but not limited to: Clearing existing vegetation; Removal of concrete sections; Reseeding with native grasses.
There will be a non-mandatory pre-bid meeting held for this project. The meeting will take place at 1573 Belmar Dr., Louisville, Kentucky 40213, on Friday, March 28th, 2025, Local Time, 2:00 pm.
The Engineer’s Construction Cost Estimate for this project is between $45,000.00 and $65,000.00.
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 Venkata Gullapalli. 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 four 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 $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 2.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 0.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 12.0% 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:
2.0% MBE – African American, 0.0% MBE – Asian-Indian American and
12.0% 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
The Project involves replacement of the campus wide fire alarm system monitoring the Green River Correctional Complex. Work of the Project will be performed in all buildings or structures located inside and outside the security boundary of the GRCC. The existing fire alarm initiating and alarm devices, control panels, circuits and associated components shall be removed. The replacement addressable fire alarm system shall consist of initiating and control devices, control panels, software, circuits, and all associated components for a complete campus wide fire alarm system. In addition, the project includes the construction of an underground fiber-optic circuit that will loop the complex and interconnect the building fire alarm systems. All work must be performed in a sequenced effort coordinated with the GRCC. The Contract Documents include a suggested construction phasing schedule. However, it is the responsibility of the Contractor to prepare and submit a schedule of work.
Somerset Independent Schools – Meece Middle School Renovation & Addition & New Multipurpose Fieldhouse Facility
Somerset Independent Schools – Meece Middle School Renovation & Addition & New Multipurpose Fieldhouse Facility
Project Description: Renovation to Meece Middle School, an auditorium addition of
approximately 12,000 square feet, and new construction of a Field House.
The Work includes, but is not limited to, selective demolition, building demolition, site clearing,
earthwork, termite control, subdrainage, asphalt paving, asphalt coating, unit pavers, lawns and
grasses, cast-in-place concrete, polished concrete finish, unit masonry assemblies, structural steel,
steel joists, steel deck, cold-formed metal framing, metal fabrications, metal stairs, miscellaneous
carpentry, interior architectural woodwork, self-adhering sheet waterproofing, elevated exterior
slab coating, building insulation, spray foam insulation and air barrier, open-cell spray
polyurethane foam insulation, metal building insulation, exterior insulation and finish systems,
thermoplastic membrane roofing, fabric reinforced roofing system, membrane roofing
preparation, sheet metal flashing and trim, manufactured roof specialties, firestopping, joint
sealants, access doors and frames, overhead coiling doors, sectional overhead doors, aluminumframed
entrances and storefronts, aluminum windows, finish hardware, glazing, glazed aluminum
curtain walls, gypsum sheathing, gypsum board assemblies, ceramic tile, acoustical panel
ceilings, wood athletic flooring assemblies, resilient floor tile, resilient wall base and accessories,
weight room athletic flooring, modular carpeting, sound-absorbing wall units, painting, highperformance
coatings, visual display boards, toilet compartments, large matrix video display
board, signs, post and panel signs, metal lockers, locker benches, fire protection specialties,
protective covers, toilet and bath accessories, stage curtains, projection screens, athletic
equipment, retractable football safety netting system, indoor fixed perimeter netting, wood
laboratory casework, recessed grille mats, library furniture, auditorium seating, film room seating,
metal building systems, HVAC and plumbing systems, electrical (power, communication, and
lighting) systems, and complete clean-up and removal of construction debris.
City of Martin – Martin Wastewater Plant Rehabilitation (SX21071018)
City of Martin – Martin Wastewater Plant Rehabilitation (SX21071018)
The work includes replacement of various equipment at the Martin Wastewater Treatment Plant, including
RAS pumps, UV lamps, influent and effluent samplers, a slide gate, check valves, a motor blower, and a
tie rod.
The project involves replacing five air handling units. Three DX split-system air handlers with inline natural gas duct furnaces will be replaced with like systems. One DX split-system air handler with an inline natural gas duct furnace will be replaced with a condensing furnace and evaporator coil. One condensing furnace with evaporator coil will be replaced with a like system. All new equipment will integrate with the existing Automated Logic controllers.
The project includes replacement of existing roofing on the Industrial Education Building on the Vo-Tech campus of Hazard Community and Technical College. Roofing material to be covered with a new modified bitumen roof system on a wood-fiber cover over the existing roof membrane. Roof edge fascias and other edge metal, scupper boxes, downspouts and flashings to be replaced.
Franklin County Schools – Elkhorn Elementary School
Franklin County Schools – Elkhorn Elementary School
This project consists of a one-story new Elementary School with a community storm
shelter for the occupants of the building. The design capacity is for 700 students and
100 staff, the overall gross square footage is approximately 97,820sf.
Project Address: 275 Lions Way, Frankfort, KY 40601
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Chickasaw Trap Catch Basin Replacement Project Phase 1, Contract No. 2025-020, Budget ID No. H25277, until 10:00 a.m., Local Time, Tuesday, April 8, 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: 341 477 48 #.
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: Existing Trap Catch Basin Replacements within the Chickasaw Neighborhood. All work shall be done in accordance to MSD’s Standard Specifications.
There will be no pre-bid meeting held for this project.
The Engineer’s Construction Cost Estimate for this project is between $50,000.00 and $600,000.00.
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 Joseph Exely. 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: 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: 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
Spencer County Board of Education – Spencer County Board Office Addition, Renovation, and New Parking Lot
Spencer County Board of Education – Spencer County Board Office Addition, Renovation, and New Parking Lot
Project Description: Entry, vestibule, and office addition the existing board office with new
metal wall panel and standing seam roofing and limited interior renovations.