Estimated Length of Project:
(Substantial Completion) + 480 Calendar Days (Final Completion)
The 23067AMLBAML Reclamation Project will reclaim approximately 77 acres of areas
adversely affected by past coal mining operations.
The reclamation task of Stony Point AML Reclamation Project is divided into five (5)
earthwork areas with acidic refuse, mine spoil ridges, and mining impoundments. Work includes backfilling existing mine pits/silt ponds with adjacent mine spoils. All water below 6.0 pH shall be treated in strict accordance with KYAML technical specifications. A pump to dewater the pits is likely needed. A domestic & mining debris disposal bid item is included for removing and properly disposing of all items that qualify. Silt Fence and Silt Traps are included to control all sediment from the site during construction activities. Ditches lined with ECB and Class II and Class III channel lining are proposed to properly handle surface waters within the construction limits as designed. Likewise, 18-inch HDPE culverts are included to properly handle surface waters as designed. ECB Anchors will be installed as needed to secure in place erosion control blanket in proposed ditches and as a secondary silt control measure. Filter Fabric is included to use in aggregate ditches to increase stability and reduce sediment. Permanent Low Water Crossings are proposed for stream crossings in some areas. Revegetation efforts include Seed Bed Prep, Agricultural Limestone, Fertilizer, Seed, Mulch, and Crimping. Agricultural Limestone is also to be used as a barrier between acid and cover material. Limestone sand is included for ditches which are constructed over acidic materials and other areas as passive treatment where designated. Roadway Stone is setup to facilitate construction access and to maintain “in kind” existing gravel roads.
The entire project work area slated for any excavation has been previously disturbed by
coal mining operations, utility installation, road construction, residential development, and/or high velocity water flows associated with heavy rain events and flooding.
Construction disturbances will be kept to a minimum through the use of a stringently
formulated sediment and erosion control program. Hay bales & silt fence will be installed and maintained at all disturbed areas for silt control in accordance with AML’s Best Management Practices. All disturbed areas will be promptly revegetated using agricultural limestone, fertilizer, seed, and mulch, as needed.
RFB-26-005 KCTCS – Big Sandy CTC East Kentucky Oral Health Training Center
RFB-26-005 KCTCS – Big Sandy CTC East Kentucky Oral Health Training Center
This project is a renovation of an existing classroom suite in Building E on the Mayo Campus
at Big Sandy Community & Technical College. (BSCTC) The goal of the renovation is to
provide support spaces for the dental clinic so that it meets the Commission on Dental
Accreditation (CODA) requirements for a dental hygiene facility as well as becoming a new
regional testing center compliant with Central Regional Dental Testing Service (CRDTS)
requirements.
Replace the entire building’s fire alarm system. Patch and refinish affected surfaces of drywall, masonry, wallpaper, carpeting, acoustic ceiling tiles, fiberglass-reinforced panels, etc. Control access at the street-level lobby by adding select partitions, aluminum storefront system, doors, hardware, and access control. Retrofit select existing doors with new door hardware sets. Reprogram elevators to control access. Security upgrades include replacement of existing card readers, adding new card readers to select doors, upgrading select door locks, and adding select news cameras and moving existing cameras over to the new VMS software.
Kentucky Center for the Arts has two theaters. The larger is Whitney Hall, and the smaller is the Bomhard Theater. In the Whitney theater, demolish/abate existing asbestos-containing fire curtain at the proscenium opening and replace with new framed, fire curtain including new loftblocks, motorized traction drive headblock, steel backbone, control systems, automatic and manual release systems. In both Whitney and Bomhard theaters, demolish and haul away existing orchestra pit lifts and associated motors, drives, etc. In Whitney, reuse and modify the existing lift structure of Lift B. Demolish Lift A entirely. In Bomhard, reuse existing lift structure for both Lifts C and D. Furnish and install new orchestra pit lifts including lift mechanisms and drives and structural steel, perimeter skirts, control systems, and safety systems. Lifts to receive new structural steel dunnage support frames at the pit floor. Whitney theater lifts to receive new wood dance floor system. Bomhard theater lifts to reuse existing stage flooring system. Furnish and install new removable railing systems at multiple levels in both the Whitney and Bomhard theaters. In the Whitney theater, replace the automatic rigging controls, including all electrical work and control wiring.
Alternate Scope:
In Whitney theater, remove existing stage floor and replace with new wood dance floor system. Replace work light controls in both theaters, refurbish and upgrade the dimming and network control systems in both theaters, add color-changing work lighting in both theaters, replace index strip lights and controls in both theaters, add cue lighting system in the Whitney theater, add blue running light system in the Bomhard Theater.
Lincoln County Court of Justice – Lincoln County Judicial Center HVAC Replacement
Lincoln County Court of Justice – Lincoln County Judicial Center HVAC Replacement
Project includes but is not limited to replacing three split system air
handling units and two split system makeup air units. Each unit will utilize DX cooling and gas
heat. The outdoor condensing units are located on the roof and the indoor air handling units are
located throughout the building. A new electric water heater is also being replaced in the
Ground Level Mechanical Room. Controls will all be stand-alone thermostats provided with
the units.
Jackson County Water Association – Raw Water Intake Improvements
Jackson County Water Association – Raw Water Intake Improvements
The project consists of installing approximately 350 L.F. of 16″ D.I., CL250 pipe, 300 L.F. of 16”
HDPE DR 21 pipe, 380 L.F. of directional bore for 16” HDPE, DR-21 pipe with 24” HDPE, DR 21
encasement, a vacuum priming vault, floating intake structure and all other necessary
appurtenances to complete project.
Housing Authority of Eminence – Exterior Improvements at KY078-001 and -002
Housing Authority of Eminence – Exterior Improvements at KY078-001 and -002
The project generally consists of, but is not limited to, the following work:
1.
Remove existing metal doors and frames and replace with new as scheduled.
2.
Remove existing security screen door and replace as scheduled.
3.
Remove existing windows and replace as scheduled.
4.
Replace existing aluminum trim as scheduled.
5.
Replace all vinyl siding as scheduled.
6.
Replace gutters and downspouts as scheduled.
1) The project consists of roof replacement of one (1) building at SCC.
i) Building 2
2) Roof Replacements:
a) Tear off existing roof membrane, sheet metal, metal counter flashings, and roof components as indicated. Install new rigid insulation, metal components and 2-Ply SBS-Modified Bituminous Membrane system as indicated on the drawings.
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Grant Funded Drainage Improvement Project, Contract No. 2026-005, Budget ID No. C25102, Drawing Record No. / Sheet No. N/A, until 2:00pm, Local Time, November 18, 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: 673 220 567#.
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 includes different drainage projects throughout Jefferson County. All work shall be done in accordance with 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 $900,000.00 and $1,200,000.00.
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 Joe 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 five days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda posted on MSD’s designated web portal will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.
This project is Federally Funded. Federal requirements (including American Iron and Steel, Federal Davis-Bacon Wage Rates, and Build-America, Buy America, the Anti-Kickback Act and Contract Work Hours Standard Act) and all provisions must be met by the Bidder and all Subcontractors. Bidders shall comply with applicable 40 CFR 31.36 requirements in such documents and the following Title VI Civil Rights Act of 1964, as amended; The Vietnam Era Veterans Readjustment Assistance Act of 1974, as amended; Section 503 of the Rehabilitation Act of 1973, as amended; and their implementing regulations. The CONTRACTOR AND SUBCONTRACTOR shall abide by the requirements of 41 CFR §§ 60- 300.S(a) and 60-741.S(a). These regulations prohibit discrimination against qualified individuals on the basis of protected veteran status or disability and require affirmative action by covered prime and subcontractors to employ and advance in employment qualified protected veterans and individuals with disabilities.
The CONTRACTOR will not discriminate against any employee or applicant for employment because of race, religion, sex, color, national origin, physical or mental disability, or because the employee or applicant is a special disabled veteran, veteran of the Vietnam era, recently separated veteran or other protected veteran. The CONTRACTOR will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, disability, veteran status or national origin. Such actions shall include, but not be limited-to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; job assignment; leave; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The CONTRACTOR agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this non-discrimination clause, and to ensure that special disabled veterans are informed of the notices as required by the Vietnam Era Veterans Readjustment Assistance Act of 1974, as amended (“VEVRAA”). 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 January 1, 2025, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms.
The revised MSD Supplier Diversity Minority and Women Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective January 1, 2025. If selected as “Applicable” or “Applicable, Partial Waiver” above, the goals are as follows:
18.0% MBE – African American participation
2.0% MBE – Asian-Indian American participation
15.0% WBE – Caucasian Female participation
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: Not Applicable
This MSD construction project is bid and advertised as: check applicable below
Construction Services: X
Construction-related Services:
LOCAL LABOR COMMITMENT PREFERENCE: 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
South Anderson Water District – 2023 System Improvement Project
South Anderson Water District – 2023 System Improvement Project
The project consists of replacing approximately 7,500 L.F. of 6″ waterline, 3,400 L.F. of
3″ waterline, one master meter, one altitude valve, and all necessary appurtenances
along several roads in Anderson County.
Community Ventures – 404 Main Street Adaptive Reuse
Community Ventures – 404 Main Street Adaptive Reuse
This project is defined in 2 Scope packages to be bid separately and simultaneously. Bid Scope #1 is a building shell stabilization package including exterior building wall systems, doors and windows, structural systems, and floor systems. Bid Scope #2 is an Adaptive Reuse renovation package including the renovation of the first floor to a white box commercial tenant space and the second floor to 2 apartments.
Estimated Length of Project:
(Substantial Completion) + 90 Calendar Days (Final Completion)
The primary slide abatement planned consists of a strip to rock with the sides transitioning back to the original ground. Combination Rock Ditch and Class II/III ditches are to be installed to control the drainage for the site. A Rock Toe Buttress will be installed to help stabilize the material that is placed in the waste area.
Lexington-Fayette Urban County Government – Merrick Trunk Sewer Improvements
Lexington-Fayette Urban County Government – Merrick Trunk Sewer Improvements
The project includes providing all construction supervision, labor, materials, tools, test
equipment necessary for the Merrick Trunk Sewer Improvements Project; (RMP WH-
7) that includes replacement of approximately 7200 linear feet of 30-inch sanitary sewer
and appurtenance structures beginning on Greentree Road near Tates Creek Road and
continuing through backyards along Willowood Road and then Tates Creek Road,
crossing Tates Creek near Gainesway Drive, crossing the New Circle Road Ramp, then
continuing across Tates Creek again and extending along Tates Creek Road to Dove
Run Road and to Monta Vesta Road, ending at the City Park Property at the corner of
Montavesta Road and Dove Run Road. The project also includes a 380 linear feet tunnel
section of 48-inch casing pipe with 403 linear feet of 30-inch carrier pipe, a 192 linear
feet tunnel section of 48-inch casing pipe with 217 linear fee of 30-inch carrier pipe, a
177 linear feet tunnel section of 48-inch casing pipe with 202 linear feet of 30-inch carrier
pipe, a 238 linear feet tunnel section of 48-inch casing pipe with 263 linear feet of 30-
inch carrier pipe, and a 304 linear feet tunnel section of 48-inch casing pipe with 329
linear feet of 30-inch carrier pipe. It also includes 4 creek crossings.
Louisville Water Company is requesting bids for Demolition of 10-million-gallon Flat Bottom Ground Supported Tank.
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 have been pre-qualified by the Company in the pre-qualification category or categories that apply to this Bid. This Bid requires prequalification in the following prequalification categories: Demolition OR Water Tank Demolition. For information about pre-qualification, 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
Company Small Business Equity (SBE) Program Preference and Local Preference Program applies to this bid and resultant bid award. SBE Program Preference shall apply first.
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: Allied Construction Plan Room, Associated Builders and Contractors (ABC), and Builders Exchange of Kentucky. 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 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.
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; 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.
City of Beattyville – Water Treatment Plant Improvements – Phase 2
City of Beattyville – Water Treatment Plant Improvements – Phase 2
The project Includes rehabilitation of concrete rapid mix basin, replacement of sedimentation basins tube
settlers, anthracite coal and sand media in 4 filters, all hydraulic operated valves with motor operated valves,
filter control panels, high service pump VFD controller, filter effluent flow meters,3-8 inch raw water intake ball
check valves, furnishing and installing chemical transfer and feed pumps and day tanks, furnish and install
additional SCADA computer, furnish additional lab equipment, clean sediment out of clearwell, furnish and
install emergency generator and replace all ventilation fans and louvers.
Louisville Water Company is requesting Bids for Site Demolition and Proposed Work associated with the demolition of a 10-million-gallon Flat Bottom Ground Supported Tank.
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 24”-60” Pre-stressed Concrete Water Mains. For information about pre-qualification, 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/.
The purpose of this project is to provide a new pesticide storage building design for state highway maintenance lots. The 1,500 SF building will have a concrete foundation and slab floor with a 250-gallon containment pit. The walls are wood framing with metal exterior wall panels, thermal insulation and metal liner panels. Two (2) man doors and a sectional overhead door provide access. The roof is wood framed with ribbed metal roof panels with gutters and downspouts. Provided inside is heat to maintain a minimum temperature of 50 degrees Fahrenheit, mechanical ventilation, LED lighting, and a portable emergency eyewash station that complies with ANSI/ISEA Z358.1 standard for emergency eyewash and shower equipment.