Estimated Length of Project:
(Substantial Completion) + 270 Calendar Days (Final Completion)
The project consists of one site totaling 5 acres in size. A large slide has occurred just below the home and is currently active. Drainage is seeping through the slide area and is causing the slope to stay fully saturated. The homeowner has tried to stabilize the slope by installing jersey barriers and ECB on the slope but it continues to move. In addition to this slide, drainage from a deep mine is daylighting from the slope just above the home and causing the yard and house seat to stay saturated. Reclamation plans will include stabilizing the slope below the home with a gabion retaining wall and subdrain to transport drainage to the roadside ditch. Drainage above the home will be captured in a pipe and transported to an excavated rock ditch over the slope, where the drainage is currently flowing. Subsurface drainage will be collected with a subdrain and will also daylight into the excavated rock ditch. To protect the longevity of the subdrain and other features installed from the severely eroded slope above, a concrete block wall will also be installed.
Provide raceways for KU installed underground primary electric to replace a portion of the existing overhead primary electric. Rework secondary electrical services to indicated buildings to receive power from the underground primary electric system. Install KU furnished pull boxes and single phase transformer bases. Provide concrete pads for three phase transformers. Provide raceways for KU provided site lighting fixtures.
The project involves the complete removal of the seven existing rooftop units and installing seven new rooftop HVAC units with adaptive roof curbs, The removal of three Liber units and replace them with VRF split system heat pumps plus the installation of a large VRF system for the Supply Room. Modify the existing exhaust system in the Battery Room by installing a Energy Recovery Unit and a new explosion proof electrical unit heater. Modify the existing DDC control system to except and control the seven new units.
The project consists of the complete replacement of some roof areas and repair & overlay of others, as well as the replacement of clerestory window glass throughout the building.
In overlay areas, the existing damaged roof system is to be removed & replaced with materials to match. The overlay system to be applied is 2-ply mod-bit membrane on ½” coverboard.
The replacement areas will receive a 2-ply mod-bit membrane over tapered insulation on 2-layers of 2” poly-iso insulation. New flashings & metal will be provided at all work areas, as well as new roof hatches & access ladders.
The existing metal frames of the clerestory windows will remain. Glass panels are to be replaced, from the roof surfaces, with specified glazing.
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of North Galt Avenue Sanitary Main Replacement, Contract No. 17230, Budget ID No. D24187, Drawing Record No. / Sheet No. 17230 / 1-9, until 11:00 am, Local Time, Tuesday, September 16, 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: 721 463 866#.
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 approximately 1,020 linear feet of 8-inch sewer, 120 linear feet of 30-inch jack and bore with 8-inch sewer, new property service connections, pavement restoration, 5 sanitary manholes, and appurtenant work. The project is generally located along North Galt Avenue, North of Frankfort Avenue. 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 via Microsoft Teams at 11:00 A.M. Local Time, Wednesday September 3, 2025. Microsoft Teams Link https://teams.microsoft.com/l/meetupjoin/
19%3ameeting_NGFhNDE2NzItNTBjYS00MTY2LTgwMmMtZjliMWY4NjRhMmEx%40thread.v2/0?context=%7b%22Tid%22%3a%221d96fa6e-38c4-4eff-a0b072c01218a89c%22%2c%22Oid%22%3a%224ca3bf01-48d1-408f-8dce-603478b512e0%22%7d
The Contractor is encouraged to make a site visit immediately following the pre-bid meeting at 12:30 P.M..
The Engineer’s Construction Cost Estimate for this project is between $700,000.00 and $900,000.00.
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 Brian Bradley, P.E.. 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: 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
This project involves a comprehensive restoration of the exterior façade across multiple elevations of the National Guard Armory located in Campbellsville, Kentucky. Work includes replacing chipped or damaged bricks, tuckpointing deteriorated mortar joints, and repairing and resealing cracked or worn concrete surfaces, including the existing precast concrete fins and soffit conditions, in addition to the sidewalk and entrance areas. Weathered railings will be repaired and repainted, new window assemblies will be installed in select openings, and thru-wall flashing will be added at key roof-to-wall transitions to improve water management.
The project includes installing a new approximately 400-foot by 600-foot, driving skills training pad, with a northerly and southerly access driveway, together with a storm drainage collection and conveyance system and stormwater detention basin. The project includes a base bid component with additive bid alternates as reflected in the drawings and specifications
Estimated Length of Project:
(Substantial Completion) + (Final Completion)
The McCullin Hall Renovation at Kentucky State University encompasses a targeted exterior rehabilitation project that includes architectural, structural, and site improvements intended to enhance the building envelope, site accessibility, and user safety. Work will occur while the building remains occupied, requiring careful scheduling, particularly for window replacement which must be completed during academic breaks, when the building is not occupied.
The renovation includes removal of deteriorated wood trim and replacement with PVC trim, full replacement of hollow metal doors with prefinished aluminum storefront systems, and installation of new exterior hardware. All existing double-hung windows will be replaced with fixed aluminum units, and interior blinds will be upgraded to roller shades. Masonry repairs include both brick and cast stone restoration, foundation wall crack repairs, and concrete patching. Unsafe exterior stairs will be demolished and rebuilt, and existing canopies and supports will be removed and replaced with wall-mounted awnings complete with associated gutters and downspouts. Additional work includes infilling a former entry and stair with masonry, landscape bed replacement along the south façade, and removal of encroaching trees and rusted handrails requiring cleaning and painting. Sitework includes new landscaping, walkways, curb ramps, guardrails, and ADA upgrades, with erosion prevention and sediment control measures integrated throughout construction.
Due to ongoing building occupancy, construction will proceed in two primary phases: Phase 1 (Stairs, Doors, Façade Repairs, Pavement, and Site Work) will run from 9/1/2025 through 1/9/2026, and Phase 2 (Window Replacement and Related Patching) will occur during academic breaks when the dorms are not occupied, specifically 12/13/2025 – 1/9/2026 (Phase 2A), 3/9/2026 – 3/13/2026 (Phase 2B), and 5/9/2026-8/14/2026 (Phase 2C). The contractor must provide diligent site protection, staging coordination, and phasing compliance. All utilities and building access must remain operational unless otherwise scheduled and approved. Compliance with environmental standards, accessibility requirements, and coordination of work near sensitive infrastructure—including utility tunnels and existing landscaping—will be required. Contractors must be experienced with exterior façade work, concrete and masonry repairs, and ADA site upgrades in occupied campus environments.
The project consists of an interior renovation of the existing building. The restrooms will have updated finishes and the men’s side will include the demolition and reconstruction of new showers and drying areas and adding an ADA accessible shower. The project includes repurposing space for a new lactation room and relocating the IT function from a mechanical room to a dedicated IT room. New blast-rated storefront and windows are provided on the ground floor. New clerestory windows are provided in the drill hall. All doors throughout the building are to be replaced with new doors, frames, and new door hardware. Interior finishes include new ceilings, wall paint, and flooring. New resinous flooring, carpet, and polished concrete will be included. Installation of OCIE storage lockers is included in the project.
MEP scope of this project includes major renovations of the building systems. Replacing plumbing DWV and water line piping as well as replacing plumbing fixtures. All HVAC systems and related infrastructure are to be replaced. Lighting will be replaced with new LED, electrical distribution systems modified to accommodate new layouts and equipment, and the life safety systems will be replaced.
The project involves the construction of a cast-in-place concrete foundation mat which will support a STS Training Tower structure located at the Kentucky Air National Guard facility in Louisville, Kentucky.
The foundation mat is designed to support future loads including structural steel framing, storage containers, and a helicopter shell. It is understood that the structural elements for the Training Tower system as designed by KPFF Structural Engineers of Louisville, Kentucky have been fabricated and will be erected in a future project.
The goal of this project is to re-cover the existing 2-ply modified bitumen asphalt roof with new cover board and a new 2-ply modified bitumen asphalt roof system. The existing roof will have wrinkles removed prior to the new gypsum roof cover board and roofing. All new prefinished metal coping caps, gutters, downspouts, metal roof splashes, flashings, accessories, and terminations are included.
The Bell County Forestry Camp Water Tower Rehabilitation – 150,000 Gallon Water Storage Tank shall be blast cleaned in accordance with SSPC SP 10 on the tank interior and exterior. Various repairs shall be made to the tank, then repainted per the required scope of work as specified.
The Contractor shall provide all of the materials and perform all the work described in the Specifications and/or shown on the Drawings. The Exterior Lighting systems will be controlled in accordance with the IECC with a rugged automatic control system. The system will use exterior building and pole mounted lighting, which will be provided with full cutoff LED area lights with automatic photocell controls for dusk to dawn operation. All systems shall be installed per Kentucky Building Code with Current Revisions, Americans with Disabilities Act, International Building Code, and National Electrical Code. A 48 hour notification is required for any outage of the Electrical or Mechanical Systems.
The Contractor shall provide all of the materials and perform all the work described in the Specifications and/or shown on the Drawings. The Exterior Lighting systems will be controlled in accordance with the IECC with a rugged automatic control system. The system will use exterior building and pole mounted lighting, which will be provided with full cutoff LED area lights with automatic photocell controls for dusk to dawn operation. All systems shall be installed per Kentucky Building Code with Current Revisions, Americans with Disabilities Act, International Building Code, and National Electrical Code. A 48 hour notification is required for any outage of the Electrical or Mechanical Systems.
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of DRGWQTC Process Water Pump Strainer System, Contract No. 17303, Budget ID No. D25056, Drawing Record No. / Sheet No. 17303, Drawing Record No. / Sheet No., until 10:00 am, Local Time, September 16,2025, 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: 649 384 245#.
MSD is using a web-based portal for accepting and evaluating bid proposals digitally at http://louisvillemsd.bonfirehub.com/portal for this Invitation to Bid. Documents may be uploaded at any time during the open period indicated for each proposal.
Description and location of Project: The project is located at the Derek R Guthrie WQTC, 11620 Lower River Road, Louisville, KY 40272, Process Water Building and includes the installation of two process water strainers, a transducer, and flowmeter. 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 pre-bid meeting will take place at the Derek R Guthrie WQTC Operations Administration Building, 11620 Lower River Road, Louisville, KY 40272 on August 20, 2025 at 2:00 p.m. local time, with site walk to follow. Bidders are responsible to bring their own PPE.
The Engineer’s Construction Cost Estimate for this project is between $400,000.00 and $650,000.00.
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 Matt Hartman. 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: No
COMMUNITY BENEFITS PROGRAM: No
The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
The project involves recover roof work at the DMA – National Guard Armory in Campbellsville, KY. The existing roof is approximately 15,600 square foot roof. The project is to re-cover the existing 2-ply modified bitumen asphalt roof with new cover board and a new 2-ply modified bitumen asphalt roof system. The mid roof requires a complete removal of the existing roof down to the roof deck. A new Two-ply SBS Modified Asphalt roof system will be cold-adhered over new rigid board insulation and cover board. All prefinished metal gutters, downspouts, metal roof splashes, flashings, accessories, and terminations are included.
This project is to replace the existing water management system with a new water management system at the DJJ-Warren Regional Detention Center in Bowling Green, Kentucky.
The scope of work includes replacing all flow control valves for the lavatories and showers and the flush valves on the water closets. A new stand-alone head end computer will be provided.
MSD Water Quality Monitoring Site Safety Upgrades Round 2
MSD Water Quality Monitoring Site Safety Upgrades Round 2
INVITATION TO BID
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of MSD Water Quality Monitoring Site Safety Upgrades Round 2, Contract No. 26-0902, Budget ID No. A26054, Drawing Record No. / Sheet No., until 2:00 p.m., Local Time, September 2, 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: 985 539 582#.
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: Installation of guardrails, stairways, platforms, and associated safety elements at three (3) different MSD stream monitoring sites. Improvements are designed to meet OSHA requirements for safe working spaces. Drawings are provided for improvements at each location, and applicable OSHA standards are listed. 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 $87,570.00 and $107,030.00.
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 Trent Winlock. 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.
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: Applicable
This MSD construction project is bid and advertised as: check applicable below
Construction Services: X
Construction-related Services:
LOCAL LABOR COMMITMENT PREFERENCE: No
COMMUNITY BENEFITS PROGRAM: No
The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
The project involves re-roof work at the DMA – National Guard Armory in Walton, KY. The existing approximately 8,400 square foot roof to be removed down to the roof deck. The new roof system to be installed will be a Two-ply SBS Modified Asphalt roof system, cold-adhered over new rigid board insulation and cover board. All prefinished metal coping caps, gutters, downspouts, metal roof splashes, flashings, accessories, and terminations are to be replaced. There is an existing metal roof on the adjacent cold storage building. This roof will be cleaned sandblasted and primed before installing a new fluid applied roofing system. New prefinished gutters and downspouts will be installed on the cold storage building. The existing standing seam roof on the gym is not within the scope of this project.
The project addresses permanent structural repairs to the main lodge and lodging building D. The main lodge structure consists of two levels of concrete slab and steel frame construction and a roof structure of glued-laminated timber post and beam frames. The glue laminated timber post and beam frames have deteriorated at the exterior column and beam connection. This project addresses this by shoring and removing all exterior glue-laminated columns and replacing with steel lateral-force resisting system on the exterior of the building, exposed to view on each of the 8-faces, removal of the roof membrane and adding structural sheathing, removal of soffits to add blocking to bridge the new roof sheathing and new exterior steel frames, rear patio and stair removal and replacement, raised balcony and stair removal and replacement, kitchen area to rear patio service area removal and replacement, exterior cooler removal and reinstallation on new loading dock slab and new HVAC cooling tower piping replacement. Ther will be some exterior electrical and sprinkler work in addition to replacement of landscape at the rear patio. Building D consists of removal of wood columns on the back side facing the pool, replacement of all handrails and guardrails and removal and replacement of site bridge and stairs
Estimated Length of Project:
(Substantial Completion) + 270 Calendar Days (Final Completion)
Project limits include approximately 20.6 acres with an expected disturbance of 13.2 acres within project boundaries. The offsite waste area will be used for multiple projects and includes 60.6 acres, with an expected disturbance of 10 acres related to this project. Within the unstable area, a total of 6.1 acres of trees will be disturbed. The remaining 7.1 acres consists of roads, driveways and residential areas. Within the stable area, no trees will be disturbed. The waste area consists of reclaimed mine lands and a minimal amount of trees will be impacted; however, consultation with US Fish and Wildlife found that the waste area was unsuitable habitat of the Indiana bat and NLEB.
RFB-45-26 PARKS – LAKE BARKLEY LODGE REPAIRS & RENOVATIONS
RFB-45-26 PARKS – LAKE BARKLEY LODGE REPAIRS & RENOVATIONS
Estimate: $19,000,000.00
Estimated Length of Project: see project for this information
Project Description: This project contains many repairs and renovations on the Lake Barkley Lodge in Cadiz, Kentucky. (see project for more information)
HVAC improvements include installation of three 90 TON Packaged Gas/Dx Rooftop units for the main warehouse area in Building 415. New ductwork with insulation will be installed for Rooftop unit. Gas and Electrical utilities will be extended to new HVAC UNITS.
The project includes the restoration and renovation of the main entry into the Funderburke Administrative Building on the campus of the Department of Criminal Justice Training in Richmond, Kentucky. The scope of the work includes demolition of existing concrete and the construction of new walls, walkways and landscape improvements.
Estimated Length of Project:
(Substantial Completion) + 60 Calendar Days (Final Completion)
This site was previously addressed under the Frank Hatcher HP AML Reclamation project and Frank Hatcher HP Repair AMLRP. Weather related erosion issues have
developed after the completion of these projects including erosion of the channel downstream of an existing 18” dia. culvert, sedimentation in the concrete block-tied mat and Class II ditch channels, erosion of the Class II and grass swale ditches upstream of the culvert and sediment deposition on the first bench above the residence. This project will remove the sediment obstructing flow in the established ditches on the first bench above the residence to existing outlets. Adjacent and downslope of the strip to rock area, the eroded grass swale ditch and impacted Class II ditch will be replaced with a 2 foot flat bottom Class II ditch. The 18” culvert will be replaced with a 24” HDPE culvert, adjusting its direction of flow onto a newly installed concrete block-tied match ditch and ultimately into the existing headwall just
downstream. An 8-inch diameter pipe draining the access road ditch beyond the replaced culvert will also be replaced and the flow path adjusted to outlet onto the newly installed concrete block-tied mat ditch.