This project is for Door Modifications at the DJJ-Warren Regional Detention Center in Columbia, Kentucky.
The scope of work includes replacing selected doors and adding new tray slots in existing doors in the dormitory units, and the recreation yards. Addition of an exterior sally port outside the west recreation yard.
The guestroom areas of Cumberland Falls Lodge are being reconfigured to improve the size of the rooms and to upgrade finishes and amenities for the park guests. Portions of the historic building date to the 1940’s, while the bulk of the rooms are located within a late-1950’s-era addition. The new layouts result in 39 rooms on three levels, all within the envelope of the existing building.
Work includes selective demolition throughout, with most existing finishes and bathrooms being completely removed. Alterations to the wood-framed structure are included in the scope. New work includes new drywall, plaster repairs, new interior doors, carpet, tile, showers and lighting in the guestrooms and corridors. Mechanical work includes new PTAC units in all guestrooms. All electrical, plumbing, ventilation and fire protection systems are scheduled through the guestroom spaces.
Barren River Lake State Resort Park Lodge, located near Lucas, Kentucky, will be
undergoing an accommodations renovation. Work is to include selective interior finishes
demolition throughout the visitor facing public spaces and guest rooms. The existing wood
paneling and limestone fireplace is to remain and be protected.
In these spaces, new work includes but is not limited to new millwork, new flooring (large
format tile, carpet tile, etc.), new lighting fixtures throughout and an updated dining room.
Guest rooms will receive new finishes, furniture, and new restroom fixtures. Public
restrooms will also receive aesthetic upgrades including new finishes, fixtures and
accessories.
Lake Cumberland State Resort Park Lodge, located near Jamestown, Kentucky, will be undergoing an accommodations renovation. Work is to include selective interior finishes demolition throughout the visitor facing public spaces and guest rooms. The existing wood trusses, grand views, and limestone fireplaces are to remain and be protected.
In these spaces, new work includes but is not limited to new millwork, new flooring (large format tile, carpet tile, etc.), new lighting fixtures throughout and an updated dining room. Guest rooms will receive new finishes, furniture, and new restroom fixtures. Public restrooms will also receive aesthetic upgrades including new finishes, fixtures and accessories.
This project is for Kentucky State Police Post #4 – Replacement and Repair Various HVAC. This includes replacement of central station air handlers and associated VAV boxes, replacement of boilers and associated pumps, replacement of chiller and associated pumps, updated controls throughout including “front-end” replacement of fan coil units in the education building with packaged rooftop units.
The Project entails the remediation of TENORM media in three wooden above-ground storage tanks (ASTs) (sludges and soils) and the removal of four ASTs associated with the former crude oil storage tank battery from historical oil recovery operations. The media has been contaminated via the separation of crude oil and groundwater, which contained elevated levels of NORM that were enhanced during crude oil recovery processes.
Previous investigations at the site have determined that environmental media is contaminated with TENORM. TENORM has been detected in sludge in 3 wooden ASTs and soils in and around the ASTs.
Sludge located in three wooded ASTs will be solidified with Portland cement, the wooded ASTs will be demolished, and impacted soils will be excavated and removed for off-site disposal. Soil excavations are anticipated to be one foot in depth. Residual water and crude oil in the four steel ASTs will also be removed and disposed of, and the ASTs will be cleaned and hauled from the site for recycling. Following excavation activities, the topsoil will be backfilled, and the soil ground surfaces will be restored to the original grade, and the areas will be vegetated.
This project includes replacement of existing medium voltage substations in the basements of several buildings. Substations shall be removed and replaced with new pad mounted transformers on exterior of the building and new 120/208V panelboard inside. Additional scope includes selective demolition, new service entrance, and reconnecting existing panel feeder circuits. Project will be phased and require close coordination with Oakwood staff.
Alternates:
1. Scope at Building 401
This project is for Door Modifications at the DJJ-Adair Regional Detention Center in Columbia, Kentucky.
The scope of work includes replacing selected doors and adding new tray slots in existing doors in the dormitory units and intake.
City of Frankfort, KY, County of Franklin, KY and Franklin County Schools – Natatorium and Wellness Center Concept Design and Cost Estimate RFP
City of Frankfort, KY, County of Franklin, KY and Franklin County Schools – Natatorium and Wellness Center Concept Design and Cost Estimate RFP
The committee is seeking proposals from qualified firms to develop a concept design package
including cost estimate for the development of a Natatorium and Wellness Center site. This
concept design and cost estimate phase will provide an initial design and cost estimate to allow
the committee, County Fiscal Court, City Commission and Board of Education to initiate final
approval discussions. Following necessary approvals, the committee will seek to enter final
design development phases and construction. The timeline for completion of the final design
phase is contingent upon funding sources and is still to be determined at this time. It is the intent
of the committee that through this process, we would select a firm that, if any part of the project
moves forward, we would engage for future design phases. While this RFP includes both
natatorium and wellness center, depending on project costs, site layout, and building size, any
future project development may include only the natatorium.
FSS – Parking Garage Renovations is comprised of the following work in the Capitol Annex, East Transportation and West Transportation Garages.
1. Concrete partial depth and full depth slab repairs.
2. Concrete vertical, overhead, tee stem bottom, inverted tee beam, and miscellaneous concrete repairs.
3. Sealant removal and replacement.
4. Expansion joint repairs and replacements.
5. Vehicular traffic membrane installations.
6. Removal and replacement of line striping
7. Installation of Water Repellent on uncoated sections of slab.
8. Supplemental steel bearing plates and angles.
9. Epoxy Injection Repairs
10. Pavement markings.
11. Plumbing repairs/replacements.
12. Construction barriers and dust protection
The project includes asphalt paving, both mill and replace and full depth replacement. The site plan provide locations for which type of paving is needed. There is limited concrete paving for the dumpster on the north end of the site.
There is a gabion retaining wall that is to be replaced with a mechanically stabilized earth block wall. A plan and profile of the new retaining wall is included in the construction drawings. The drawings indicate a lane of travel to remain open around the wall excavation/backfill area for access to the north end of he Camp at all time. When replacing the gabion wall a sanitary sewer lateral will need to be removed and reinstalled as well as rerouting of storm sewers around the new retaining wall.
There is one sanitary manhole to be replaced in the drive aisle near the north end of the site as well.
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.
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
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.
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.
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.
The Project involves the replacement of the generator, automatic transfer switch and accessories that comprise the individual emergency power systems serving Green River Correction Complex (GRCC) Buildings A, G, and N. The existing interior generator set, automatic transfer switch, and associated utilities shall be removed from each of the buildings. An exterior diesel generator set with sub-base mounted fuel tank, weather enclosure and a service entrance rated automatic transfer switch shall be installed to serve each of the buildings. The generator set for each building will be located near the existing pad-mounted transformer serving the building. Modification of existing underground secondary service entrance conductors in addition to the installation of circuits, both underground and in the buildings, connecting system components. The electric water heater in building N shall be removed and replaced with two natural gas instantaneous water heaters and a storage tank. The work of the Project is both inside and outside the security perimeter fence of the GRCC. All work must be performed in a sequenced effort coordinated with the GRCC. The Contractor shall prepare and submit a schedule of work to the GRCC for review and acceptance before work of the Project begins.
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 2, Contract No. 2026-009, Budget ID No. H25032, Drawing Record No. / Sheet No. n/a, until January 8, 2026, Local Time, 2:00 PM, 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: 603
845 715#.
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: Phase 2 is for replacing existing catch basins with new trapped catch basins 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 $450,000.00 and $750,000.00.
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 / Tony Woods. 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: 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 is the construction of 2,170 square feet, single-story, 3-bedroom house for the warden staff of Western Kentucky Correctional Complex. The existing single-story house and basement are to be removed as part of another project. The proposed house is conventional wood construction over encapsulated crawl space. Alternate pricing will be accepted for the construction of a detached, two-car garage cited to the east of the new house. Work scope includes concrete, concrete masonry, carpentry and wood framing, metal roofing, vinyl siding, doors and windows, finishing, painting, plumbing, heating and air conditioning, and electrical trades.
RFB-143-26 RE-AD of RFB-27-26 EEC-AML-25049BFPFMP0
RFB-143-26 RE-AD of RFB-27-26 EEC-AML-25049BFPFMP0
Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
This project is for partial reclamation of the forfeited permit 836-9028 Landfall Mining, Inc. Uncontrolled runoff from the site is impacting downstream drainage channels, residences and municipal structures in the area with flooding and deposition of eroded material. This project will remove the sediment from the drainage channels downstream of the forfeited permit, including the existing gabion ditch and dual 60” CMP pipes flowing to Steele Creek. Sediment control in the form of a silt trap will be established at the location of the currently non-functional sediment pond and a silt check at the outlet of the dual 60” CMP pipes in addition to rock checks as necessary and silt barriers (bales and fence). Two additional silt traps will be installed at strategic points upstream. The existing access road will be repaired using onsite material and an ECB Swale ditch established for road drainage. Flow from the project site to the dual 60” CMP headwall will be through an existing gabion ditch with concrete bottom in functional condition between the former pond outlet and the deposited sediment immediately prior to the dual 60” CMP headwall. Flow through the former silt pond area will flow from a newly installed 60” HDPE pipe crossing the access road, through a silt trap, gabion weir and 70 feet of Class III ditch. The outlet of the Class III ditch will be armored with cyclopean rip-rap. The newly installed 60” HDPE pipe will have an “ell” shaped concrete headwall incorporated into the existing gabion ditch to collect all drainage from upstream. Waste material generated during this work will be used for re-establishment of the road and creation of berms as depicted on the plans, with the excess being hauled to a location upstream and upslope of the planned work but still within the project/permit area.