Cherry Hall is located on the top of the hill at WKU at 1906 College Heights Blvd. The project
includes complete interior demolition and renovation to create modern classrooms, student
collaboration spaces, a new 3-story interior atrium, and faculty offices. New fire protection,
plumbing, mechanical, and electrical systems will be provided as part of the renovation. Building
enclosure modifications and upgrades will also be completed including a new entrance at the
rear of the building (Hilltop side), roofing replacement, window replacement, masonry
restoration & cleaning, and foundation waterproofing replacement. The courtyard will be
reconfigured to provide new outdoor spaces. New landscaping will be provided throughout the
perimeter of the building. Although the project includes many new features, care will be taken to
preserve, reuse, and maintain historical components of the building including the marble
staircases, the marble paneling, base, & trim, and the patinated, copper dome.
Shelby County Fiscal Court – Shelby County Phase One Storm Shelter
Shelby County Fiscal Court – Shelby County Phase One Storm Shelter
The project includes construction of a new 10,048 SF facility to house the Shelby County Emergency
Management Office and a FEMA-approved storm shelter. The building is one-story with a full basement,
along with sitework.
Bullitt County Public Schools – Bullitt East High School Physical Science Center – Bid Package 2: Building Automation Temperature Control
Bullitt County Public Schools – Bullitt East High School Physical Science Center – Bid Package 2: Building Automation Temperature Control
This project consists of Building Automation Temperature Control in the Bullitt East High School Physical Science Center for Bullitt County Public Schools.
Bullitt County Public Schools – Bullitt Central High School Physical Science Center – Bid Package 2: Building Automation Temperature Control
Bullitt County Public Schools – Bullitt Central High School Physical Science Center – Bid Package 2: Building Automation Temperature Control
This project consists of Building Automation Temperature Control in the Bullitt Central High School Physical Science Center for Bullitt County Public Schools.
RFP UK-2564.0-17-25 Health Education Building TC-043 Audiovisual Systems
RFP UK-2564.0-17-25 Health Education Building TC-043 Audiovisual Systems
This Requests for Proposals (RFP) is issued to solicit proposals from qualified, experienced,
financially sound, and responsible firms to provide equipment and materials for a complete audio
visual package for the University of Kentucky.
• This request for proposal includes but is not limited to Speakers, Monitors, Sound Masking,
Microphones, AV Racks, Projectors and Screens, Cameras, Controllers, Programming, Start
Up, Commissioning, etc.
• The Contractor who is chosen to implement the system must provide a single point of
contact during the project period. This single point of contact will have full responsibility for
ensuring the project requirements are completed.
• This Contractor shall include all Testing and Certification of all equipment.
To be considered a responsible bidder, the contractor must have successfully completed previous
projects with similar size, scope of work, and quality requirements as the project being quoted. The
University and Construction Manager reserves the right to contact any person materially involved
with the referenced projects.
The scope of services for this contract is further detailed in section 7.0 Scope of Services.
Proposals for the following work will be received by University of Kentucky Procurement Services in
Room #322 Peterson Service Building, Lexington, Kentucky 40506-0005, in the manner and on the
date hereinafter specified for the furnishing of all labor, materials, supplies, tools, appliances,
equipment, services, etc., necessary for the construction of Trade Contract 043 – Audiovisual
Systems, Project #2564.0 as set forth in the specifications and as shown on the sketch as prepared
by JRA Architects and the Scope of Services prepared by Turner Construction Company and
approved by the Capital Project Management Division and the under the terms and conditions of this
RFP.
The project includes a full tear off to deck of the existing roofing system on the KYTC D2 Office Building and replacement with a new modified bitumen roof system on a wood-fiber cover over rigid insulation. Roof edge, fascia and other edge metal, roof drains, scupper boxes, downspouts and flashings to be replaced.
City of Taylorsville – Contract 26 – MT. Washington Road (S.R. 44) Waterline Replacement
City of Taylorsville – Contract 26 – MT. Washington Road (S.R. 44) Waterline Replacement
The project includes but is not limited to the following:
CONTRACT 26 – MT. WASHINGTON ROAD (S.R. 44) WATERLINE REPLACEMENT
a) 18,400 LF 8″ C900 DR14 PVC Waterline
b) 200 LF 1 0″ HOPE (DR9) HDD Stream Crossing
c) 3,700 LF 1″ CL 200 HDPE Service Line
d) 24 EA 8″ I 6″ Gate Valves
e) 6 EA Fire Hydrants
t) 2 EA Air Release Valves
g) 82 EA Reconnect Existing Meters
Eastern Kentucky University (“Owner”) is soliciting proposals for our Heat Plant Smokestack Demolition
project at our main campus. The scope of the project is outlined in the following information including all
attachments.
Lebanon Water Works Company, Inc. – 2022 WTP & Water System Improvements – Contract 11
Lebanon Water Works Company, Inc. – 2022 WTP & Water System Improvements – Contract 11
Contract
No. 11 consists of a new carbon feed facility and improvements to the water treatment plant
intake as shown on the DRAWINGS and described in the SPECIFICATIONS.
Fairmount Road Pump Station Force Main Extension Phase 2 Project
Fairmount Road Pump Station Force Main Extension Phase 2 Project
INVITATION TO BID
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Fairmount Road Pump Station Force Main Extension Phase 2 Project, Contract No. 16914, Budget ID No. D21079, Drawing Record No. / Sheet No. 16914/01-58, until 10:00AM, Local Time, Tuesday, June 17th at 10am EST, 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: 158 451 987#.
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 Contract provides for the installation of 6043 linear feet of 20-inch force main that connects to the existing 14-inch Fairmount Road force main, installation of three (3) new pumps at the Fairmount Road Pump Station and Storage Facility. This work shall also include all ancillary piping and equipment as depicted in the drawings and technical specifications. 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 non-mandatory pre-bid meeting will be held over Microsoft Teams at 10:00 A.M. Local Time, Tuesday, May 27th, 2025. Microsoft Teams Link (please copy paste in browser: https://teams.microsoft.com/l/meetup-join/19%3ameeting_YzI4ZjU2ZGUtOTBlMC00YmEwLWExZDYtYjViNmIzMDcwOTk0%40thread.v2/0?context=%7b%22Tid%22%3a%221d96fa6e-38c4-4eff-a0b0-72c01218a89c%22%2c%22Oid%22%3a%224ca3bf01-48d1-408f-8dce-603478b512e0%22%7d
The Engineer’s Construction Cost Estimate for this project is between $8,000,000.00 and $10,000,000.00.
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 Quinn Corcoran. 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:
Construction-related Services:
LOCAL LABOR COMMITMENT PREFERENCE: Yes
COMMUNITY BENEFITS PROGRAM: Yes
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
Danville Independent Board of Education – Danville HS and Central Office Roofs & Miscellaneous Renovations – Phase 3 ELECTRICAL
Danville Independent Board of Education – Danville HS and Central Office Roofs & Miscellaneous Renovations – Phase 3 ELECTRICAL
The goal of this project is to reduce the Danville Independent High School
electrical services from two services to one. The existing 208V/3-Phase utility transformer owned by
Kentucky Utilities will be demolished. The 480V/3-Phase electrical service will be upgraded to allow
it to serve the 208V/3-Phase service from a new dry-type transformer.
Jefferson County Public Schools – Kerrick Elementary School
Jefferson County Public Schools – Kerrick Elementary School
This project consists of the construction of a new elementary school, including a
tornado storm shelter, to replace the existing school on the property. The scope
includes demolition, sitework, concrete footings, concrete flatwork, concrete
masonry walls, brick veneer, structural steel, open web steel joists, mechanical,
electrical, and plumbing work, and metal stud & gypsum board partitions, flooring,
ceiling, painting, and modified bituminous roofing.
The new school consists of approximately 80,332 s.f. on one floor. The exterior
walls are concrete masonry units (CMU), spray foam insulation, and masonry
veneer. Exterior windows are aluminum storefront with low-e coated insulated
glazing. The main roof structure consists of steel deck over steel joists. The storm
shelter roof consists of a concrete slab over composite steel deck supported by
structural steel beams.
Floor finishes include stained, polished concrete, rubber tile, carpet, ceramic tile,
and wood flooring. Interior walls are load-bearing and non-loadbearing CMU and
metal studs with gypsum board. Wall finishes are paint and ceramic tile. Ceilings
are suspended acoustical panel and gypsum board, with limited applications of
spray acoustic treatment.
Specialties include signage, metal lockers, plastic-laminate-faced architectural
cabinets, gymnasium equipment, tubular daylighting devices and tornado-resistant
door assemblies.
Site work includes grading, utilities, new asphalt parking and drives, sidewalks,
landscaping, and drainage.
Lebanon Water Works Company, Inc. – 2022 WTP & Water System Improvements – Contract 10
Lebanon Water Works Company, Inc. – 2022 WTP & Water System Improvements – Contract 10
Contract No. 10 consists of the replacement of approximately 4,500 LF of 16-inch,
5,600 LF of 8-inch and 5,000 LF of 6-inch water main as well as 150 customer services.
FW-008-25 – FILO – Rolling Fork Floodplain Stream and Wetland Restoration Project
FW-008-25 – FILO – Rolling Fork Floodplain Stream and Wetland Restoration Project
Estimate:
$1,959,143.00
Estimated Length of Project:
January 15, 2027 (Substantial Completion) + March 30, 2027 (Final Completion)
This project, Rolling Fork Floodplain Stream and Wetland Restoration Project, located within the Rolling Fork Wildlife Management Area off Scott Road in Larue County and Stiles Road in Nelson County, Kentucky, shall generally consist of the re-establishment and rehabilitation of approximately 2,625 linear feet of intermittent and ephemeral streams tributary to the Rolling Fork River, invasive management on ~77.4 acres, removal of tile drains in ~24 locations, and creation of a moist soil unit (MSU). Tasks to be performed in order to achieve project goals include reshaping of existing channels; re-establishment of new channels with stable dimensions; construction of in-stream structures; preparation of soil for seeding; native planting and seeding; installation of erosion control fabric and mulch; and harvesting, transporting, installation, and maintaining live stake, container tree, and vegetative materials. The restoration project involves re-establishment of ~2,188 feet of channel and rehabilitation of ~437 feet of channel. The restoration project also involves riparian enhancement of ~5,894 feet of channel. Restoration will include channel and floodplain habitat and armoring structures such as riffles, buried rock grade control, log vanes, half log vanes, staggered log chutes, bioengineered armoring, bioengineered bank armoring, rock/jam channel, Class III bed augmentation, floodplain swales, brush windrows, and floodplain brush vanes. Additionally, restoration will include agricultural tile drain removal and invasive species management as well as vegetation of the stream banks and wetland and establishment of a forested riparian corridor along the streams. Finally, the project includes creation of an MSU via berm creation, armored spillway construction, and installation of an outlet structure.
This project encompasses renovations and improvements of the existing HVAC system of the Administration Building located at 2815 Taylorsville Rd. Projects will include modifications to the existing HVAC systems to address negative pressure in the building.
BP-1 scope is to provide three new Hybrid Style barns (Barn A, B, and I, with J as an Alternate. The modular stalls and interlocking stall mats will be part of BP-2. Each barn is to have a conventional steel frame, with Pre-Engineered Metal Building components for the reminder of the structure, purlins, metal wall panels, metal roof panels and any miscellaneous framing required to support the roof or wall panels is to be by the Pre-Engineered Metal Building provider. These include but are not limited to: Roof purlins, base or top angles, wall girts and struts. There will be several rooms constructed at each end of each barn and will be constructed of CMU or concrete with a concrete cap over a portion of the spaces. The CMU and concrete is to be painted with an industrial urethane enamel paint. An existing transformer will serve Barns A and B, and is to remain in place. Another existing transformer is to be relocated to serve the new barns I and Alternate J. New lighting, HVAC, and plumbing is to be provided for each barn as per the contract documents. The BP-1 General Contractor is responsible for coordinating with the BP-2 General Contractor for scheduling and installation of the new custom modular stalls and mats, as part of the BP-2 scope. The schedules for both BP-1 and BP-2 are the same, as it is intended the BP-1 General Contractor will provide access for the installation of the custom modular stalls and mats during the construction period, so that both bid packs can achieve Substantial Completion at the same time.
CCK-3027.0-1-25 Student Health AHU Fan Walls 12424
CCK-3027.0-1-25 Student Health AHU Fan Walls 12424
Demo existing supply and return fans in AHU 1 and AHU 2. Provide
and install new fan walls for all four. Provide and install new drives
for the new fan walls. Utilize existing data and electric. All work to
be on weekends.