Remove existing shingle roof system of the main building and adjacent shelters, down to existing roof deck, including all metal flashings, gutters & downspouts. Install new asphalt shingles over new underlayment and ice & water shield (at perimeters). Install new flashings, edge metal, metal gutters, and downspouts throughout.
This project entails replacement of two (2) 1000 MBH boilers and flue, hydronic pumps, replacement of water source heat pump and expansion of the existing geothermal well field. A building automation control system facility upgrade by Johnson Controls is included via allowance.
City of Stanton – Stanton Water Improvements Project – Contract 1 Water Line
City of Stanton – Stanton Water Improvements Project – Contract 1 Water Line
Sealed bids will be received for a project that includes the replacement of approximately 11,265 LF of
water line, 310 LF of utility crossing/parallel installation, 290 LF of multiple bore and jacks, two
directional drills, and other associated appurtenances and related work.
Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
This site will consist of removing a landslide located near four mine portals situated on the mountainside behind the Dicks residence. Approximately around half of an acre of slide material will be excavated and hauled to the designated waste area in Millstone, located above the jobsite. A temporary 36-inch pipe will be installed to facilitate drainage during slide removal operations. We propose to reopen and reconstruct four non-wildlife mine portal closures in the slide area. Class II rock will be used to line the wet areas if needed. Surface water runoff from the portals will be managed using a rock ditch, which will be hoe-rammed if necessary.
Gunpowder Lane Pump Station Elimination and Carslaw Court Pump Station Elimination
Gunpowder Lane Pump Station Elimination and Carslaw Court Pump Station Elimination
INVITATION TO BID
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Gunpowder Lane Pump Station Elimination and Carslaw Court Pump Station Elimination, Contract No. 17346, Budget ID No. H09242, Drawing Record No. 17346/ Sheet No. 1-21 and Drawing Record No. 17085/ Sheet No. 1-8, until December 16, 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: 554 959 296#.
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: This project provides for the construction of a new pump station and decomissioning of 3 pump stations, installation of approximately 125 linear feet of 6-inch force main; 250 linear feet of 8-inch gravity sewer; 1,115 linear feet of 12-inch gravity sewer, 315 linear feet of 48-inch gravity sewer; 560 linear feet of 30-inch Jack and Bore; 11 manholes; and appurtenant work. All work shall be done in accordance with MSD’s Standard Specifications .
There will be a non-mandatory pre-bid meeting held on Microsoft Team for this project at 10:00AM, Local Time, on
Tuesday, December 2, 2025 on Microsoft Teams Link:
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 Taylor Friesz. 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 ten 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: Applicable
COMMUNITY BENEFITS PROGRAM: Applicable
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
LaGrange Utilities Commission – LaGrange the Courts Water Line Replacement
LaGrange Utilities Commission – LaGrange the Courts Water Line Replacement
The work to be bid upon is described as follows:
– Base bid approx. 2,673 LF 8” C909 Ultrablue PVC Water Line and appurtenances per
plans.
– Add alternate 616 LF 6” C909 UltraBlue PVC Water Line and appurtenances per
plans.
– Time allowed for completion of the Project is 120 consecutive calendar days. Once
time is begun, it may not be suspended. Substantial completion date is 9/1/2026.
– Work hours are 9:00am to 5:00pm and must consider neighborhood surrounding and
maintain traffic access at all times.
Housing Authority of Mt. Vernon – Capital Fund Project KY 36PO97-501-25 & 26
Housing Authority of Mt. Vernon – Capital Fund Project KY 36PO97-501-25 & 26
The work to be performed at Carter Drive consists of:
A. Bathroom Renovation and Kitchen upgrades
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.
Southern Water & Sewer District – KY 680 Minnie to KY 80 Waterline/Connector Project
Southern Water & Sewer District – KY 680 Minnie to KY 80 Waterline/Connector Project
The Project consists of construction services for the Southern Water and Sewer District proposed KY 680
Minnie to KY 80 Waterline/Connector Project which will consist of installation of ±4,600 LF of 8” PVC
waterline, ±3,150 LF of 8” ductile iron pipe, two (2) road bores, ±100 LF directional bore for 8” ID HDPE
pipe, ±80 LF of railroad bore, Booster Pump Station, and all related appurtenances located near Minnie
in Floyd County, Kentucky. The project is funded by Cleaner Water Program 21SB036 Cleaner Water
Program (FY 2022) (21CWW282).
Building is approximately. 45,571 SF of which this project affects approximately 43,215 SF of the interior. Project includes a new roof over entire building. HVAC replacement includes the replacement of 13 rooftop units, associated ductwork, and controls, with 8 new DX/Gas rooftop units with 61 VAV boxes using electric reheat. Entire interior of the building will be painted. Owner furnished flooring.
Project includes new ceilings, lighting, lighting controls, for the majority of the building. Project will have sprinkler heads lowered approximately 2” in all locations to new ceiling height. A large majority of the building will be unoccupied during construction work in accordance with a Phasing Plan in the Drawings.
Structural work is limited to infill of roof deck over openings, new secondary framing under roof top equipment, and secondary joist web reinforcement under concentrated loads. A material and labor allowance for provision and installation of additional roof deck for existing openings or deterioration is included.
Louisville Water Company is requesting Bids for furnish and installation of 549 domestic service Pressure Reducing Valves as indicated in the Supplementary Specifications and Plans.
A pre-bid meeting to discuss the Project and to tour the work site will be held on December 02, 2025 at 10:00am , at Louisville water Company, 550 South Third Street, Louisville, KY 40202 – Kentucky River Room. Attendance at this meeting is strongly recommended.
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 $250001 – $500000/Bonds & Prevailing Wage Required. 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 1” & Smaller Water 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.
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/.
The DOCJT Western KY Training Center consists of Three Bid Packages. Note a single GC is to provide a price for all three bid packages:
Bid Pack A: Classroom and Administration Building will be a 42,800 -square-foot facility. This modern facility will feature dedicated spaces for Academy and In-Service Training, including multiple classrooms, a practical skills classroom, a Training Simulator room. The building will also include administrative offices for both skills and in-service training staff, as well as support offices for facilities, maintenance, and supply administration. Additional amenities will include separate Lounge and changing rooms for staff and trainees, along with break rooms—one for staff and two for trainees.
Bid Pack B: The High Bay Building 30,625 will house a shoot house, an expansive open training area, dirty classroom and a fitness space, all of which will be utilized by trainees throughout the day.
Bid Pack C: Site Package, including grading, dynamic compaction, parking lots, drives, Security Fencing, gravel track surface, site utilities including geothermal well field.
Estimated Length of Project:
(Substantial Completion) + 90 Calendar Days (Final Completion)
This site is located in Letcher County. Site has access issues with slides and ponds that will need to be removed. The reestablishment of drainage ditches is also needed as well as the extinguishing of approximately .5 acres of burning refuse. Refuse will then be reshaped, capped and covered with all necessary revegetation activities.
Meade County Water District – KY 1638 Transmission Main Improvements Phase 1
Meade County Water District – KY 1638 Transmission Main Improvements Phase 1
This project consists of 17,180 linear feet (LF) of 16” water transmission main, 50 LF of 4” water
transmission main tie in, 160 LF of 6” water transmission main tie in and 600 LF of 8” water
transmission main perpendicular along the KY 1238 corridor. Additionally, there is a 1,150 LF 8”
water transmission main tie-in along KY 1638, a new master meter vault for Otter Creek, and
appurtenances.
Kentucky Community and Technical College System – BCTC – New Classroom Building – Phase 2
Kentucky Community and Technical College System – BCTC – New Classroom Building – Phase 2
Microsoft Teams Online Bid Opening link can be found above in the Bid Information.
This is the second phase of a two-phase project. Phase 1, already under construction, includes earthwork, storm
drainage, erosion control, new site utilities, demolition of existing site utilities, general requirements and LEED
requirements for early work, concrete foundations, slab-on-grade, and structural steel framing.
The Phase 2 Work consists of, but is not limited to, the following:
Construction of a new four-story, 87,352 gross square foot facility on the Bluegrass Community and Technical
College Newtown Campus in Lexington, Kentucky.
• Primary building systems consist of:
o Brick veneer over cold-formed metal stud exterior walls for Levels 01–03;
o Formed metal panel over cold-formed metal stud exterior walls at Level 04;
o A two-ply SBS modified bitumen roof system;
o Geothermal water-source heat pumps with a dedicated outdoor air unit (DOAS) located within the
building.
• Vertical circulation includes three egress stairwells and two machine room-less traction elevators providing
access to all four floors.
• Interior finishes include but are not limited to:
o Gypsum board walls;
o Solid surface countertops;
o Plastic laminate casework;
o Resilient floor tile and carpet tile.
• Select areas will feature upgraded finishes, including:
o Terrazzo flooring;
o Wood veneer-clad departmental entryways and reception desks with integrated textile elements;
o A three-tiered social stair with tongue and groove wood plank flooring.
• The project is targeting LEED BD+C v4 Silver certification (minimum 50 points), with selected credits
pursued under the LEED BD+C v4.1 compliance paths.
Woodford County Fiscal Court and Frankfort Electric & Water Plant Board – Germany, Shore Acres, Foraker, Watts Ferry & Hippe Agee Water Main Extension
Woodford County Fiscal Court and Frankfort Electric & Water Plant Board – Germany, Shore Acres, Foraker, Watts Ferry & Hippe Agee Water Main Extension
This project consists of installing approximately 8,200 LF of 3” HDPE water main and all
related appurtenances as shown on the DRAWINGS and described in the SPECIFICATIONS.
RFP-26-010 Bluegrass CTC Winchester Campus Master Plan Study
RFP-26-010 Bluegrass CTC Winchester Campus Master Plan Study
The Kentucky Community and Technical College System, Office for Facilities Support Services, on behalf of Bluegrass Community & Technical College (BCTC) desires to procure professional architectural services and an associated project team to accomplish, initially, a Master Plan / Feasibility Study for the 1919 Rolling Hills Lane building on their campus in Winchester, Kentucky.
The purpose of this project is to plan the build-out of the 1919 Rolling Hills Lane Building at the Winchester campus. Planning would also include backfilling of spaces within the 2020 Rolling Hills Lane building located across the roadway. A preliminary programming document has been created by BCTC
The contractor shall furnish and install new elevator systems to replace the existing Elevator #1 and Elevator #2 at the Eastern Kentucky Veterans Center. Existing elevator cabs, power units, and controllers will be demolished and removed from the site. Existing hydraulic piston will be abandoned in place. New elevator system to be hole-less hydraulic type with remote power units and controllers in adjacent elevator equipment room. Existing guide rails will remain and be re-used. Existing hoistway doors, frames and sills will remain and be reused. New elevator cabs will be enameled steel with plastic laminate wall panels, stainless steel rails, illuminated ceiling, stainless steel cab doors, stainless steel cab door frames and prepped to receive new laminate flooring by separate subcontractor. Contractor will be responsible for providing and installing a complete system that ties into existing electric and fire alarm system and reuses hydraulic piping and electric conduits between existing hoistway shaft and elevator equipment room.
CITB-477-2026 Madison County Airport Terminal Building
CITB-477-2026 Madison County Airport Terminal Building
This invitation is for the upgrades to the terminal at the Central Kentucky Regional Airport as specified in the following
bid at Eastern Kentucky University’s Richmond, KY Campus. The work includes furnishing all labor, materials,
equipment and services necessary to complete the project outlined in the event and attachments including all items
indicated throughout the event.
City of Madisonville – Police Training Center Sanitary Sewer Extension
City of Madisonville – Police Training Center Sanitary Sewer Extension
The primary scope of work includes the installation of approximately 2,690 LF of 4-inch PVC
SDR 17 force main, 287 LF of 8-inch PVC SDR 35 gravity sewer, 2 manholes, one 100 GPM
duplex pump station and valve vault, and related appurtenances.
Jefferson County Public Schools – Atkinson Square – Window Replacement – Phase II
Jefferson County Public Schools – Atkinson Square – Window Replacement – Phase II
The project consists of the partial replacement of
windows. This project consists of removing the existing
wood windows (removed by abatement subcontractor)
and replacing the windows with aluminum windows.
Adjacent interior materials will be patched and painted,
and exterior steel lintels will be repainted
The project consists of the regrading of the grass areas south of Taxiway F on both sides of Runway l 7R-35L to meet FAA grading criteria. The relocation of existing electrical and telecommunication facilities is required to accomplish the grading revisions. The work includes demolition of existing aircraft rated PCC and asphalt pavement, installation of new duct banks (both direct buried and trenchless installation) and manholes to allow the relocation of existing LG&E, AT&T, FAA and UPS electrical and telecommunication cables, replacement of aircraft rated PCC and asphalt pavement, removal and replacement of existing in-pavement lights and conduit, along with associated demolition, earthwork, erosion control, and airfield marking.
Louisville Water Company is requesting Bids for the installation of 442 domestic service Pressure Reducing Valves as indicated in the Supplementary Specifications and Plans.
A pre-bid meeting to discuss the Project and to tour the work site will be held on Tuesday, December 2, 2025, at 10:00 a.m. EST/EDT at John L. Huber Corporate Headquarters, in the Kentucky River Conference Room at 550 South 3rd Street, Louisville, KY 40202. Attendance at this meeting is strongly recommended.
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 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: 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/