Martin County Board of Education – Martin County Elementary School – Building Packages

Martin County Board of Education – Martin County Elementary School – Building Packages

This project consists of Martin County Board of Education – Martin County Elementary School – Building Packages.

Project Location: Inez, Kentucky

More Details

Monroe County Board of Education – Monroe County High School Performing Arts Center

Monroe County Board of Education – Monroe County High School Performing Arts Center

This project consists of the Monroe County Board of Education – Monroe County High School Performing Arts Center.

Project Location: Tompkinsville, Kentucky

More Details

MFWQTC Lab HVAC Upgrades

MFWQTC Lab HVAC Upgrades

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of MFWQTC Lab HVAC Upgrades, Contract No. 17339, Budget ID No. D26156, Drawing Record No. / Sheet No. 22, until 10:00 AM, Local Time, Thursday, January 29, 2026, 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: 131 986 323#.

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: SCOPE OF WORK COVERED BY THE CONTRACT

A. The Contractor shall provide all materials, equipment, labor, supervision, incidentals, and all other items necessary to complete the project in accordance with the requirements of the Contract Documents.
B. The Work of this Project is defined by the Contract Documents and includes, but is not limited to, the following:

Selective Demolition:
• Remove existing rooftop HVAC units, interior AHU components, supply/return duct- work, piping, controls, and associated electrical feeders.
• Remove portions of acoustic ceilings, soffits, roof curbs, pads, and exterior metal panels as needed for new work.

Mechanical:
• Furnish and install new packaged rooftop equipment, ductwork, hydronic and condensate piping, insulation, dampers, fire-stopping at penetrations, vibration/seismic supports, equipment pads, and automatic DDC controls.
• Provide testing, adjusting, and balancing (TAB) of new and existing systems.

Existing HVAC System Cleaning:
• Clean, disinfect, and verify existing supply/return ductwork and plenums scheduled to
remain.

Coatings and Protection:
• Apply factory/field anticorrosion coatings to new coils, circuitry, and exposed HVAC
metals as specified.

Electrical:
• Provide new feeders, branch circuits, disconnects, VFDs, panel modifications, grounding,
and lighting revisions required for HVAC equipment and ceiling work.

Architectural:
• Patch and trim new duct penetrations through the exterior soffit; install new exterior lou- ver/trim assemblies.
• Remove and reinstall acoustical panel ceilings disturbed by mechanical/electrical work; replace damaged components.

Commissioning and Closeout:
• Start-up, testing, and TAB of all new HVAC systems.
• Provide demonstration and training for Owner staff.
• Deliver O&M manuals and record documents.

All work shall be done in accordance with MSD’s Standard Specifications.

There will be a mandatory pre-bid meeting held for this project. The Meeting will be held at the Morris Forman Water Quality Treatment Center on Tuesday, January 13, 2026 at 11:00 a.m. The address is 4522 Algonquin Parkway. All visitors will be required to furnish their own PPE to visit the site. We can meet at the gazebo at the top of the hill and then walk to the conference room. Will do a lab walkthrough after the meeting.

The Engineer’s Construction Cost Estimate for this project is between $600,000.00 and $1,000,000.00.

Proposal forms, including Specifications and Instructions for Bidders, may be obtained from MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal.

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 Julie Potempa. 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 Three (3) 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.

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.

MSD SUPPLIER DIVERSITY PROGRAM: Applicable

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

Project Location: Louisville, KY

More Details

RFB-171-26 Parks – CO-Various Parks-Replace Building Automation Systems- General Butler

RFB-171-26 Parks – CO-Various Parks-Replace Building Automation Systems- General Butler

Estimate:
$691,590.00

Estimated Length of Project:
173 (Substantial Completion) + 30 (Final Completion)

This project consists of the replacement of the building automation systems (BAS) and controls, and additional specific heating and cooling equipment replacement scope.
Main lodge building: The main BAS panel, unitary temperature control panels (TCCPs), and specified controls for existing and new equipment will be replaced. Replace water source heat pump where specified. Other HVAC equipment is to remain.
Conference Center: The main BAS panel, unitary temperature control panels (TCCPs), and specified controls for existing and new equipment will be replaced. Replace gas furnaces and condensing units where specified. Other HVAC equipment is to remain.
Guest rooms: The replacement of existing PTAC controls with new wireless thermostats that are integrated into the Lodge Building’s BAS panel. Existing PTACs and ceiling mounted exhaust fans in all guest rooms are to remain. Ceiling mounted exhaust fans will not be integrated into the BAS.

Project Location: Carrollton

More Details

RFB-173-26 CHFS – OAK Repair Sidewalks

RFB-173-26 CHFS – OAK Repair Sidewalks

Estimate:
$353,252.15

Estimated Length of Project:
180 (Substantial Completion) + 30 (Final Completion)

The Oakwood Sidewalk Replacement project is located at Oakwood Intermediate Care Facility, 2441 S Hwy 27, Somerset, Kentucky. There are 4 areas of work within the interior courtyard of the facility which consist of replacing deteriorating walkways, provide ADA compliant routes and address drainage issues along the walks.

Project Location: Somerset

More Details

Hill Street Main Office Renovations – 1st Floor & Basement

Hill Street Main Office Renovations – 1st Floor & Basement

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Hill Street Main Office Renovations – 1st Floor & Basement, Contract No. 17340, Budget ID No. G26135, Drawing Record No. / Sheet Nos. 1 – 27, until 10:00 AM , Local Time, Tuesday, January 20, 2026, 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: 260 739 531#.

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: SCOPE OF WORK COVERED BY THE CONTRACT

A. The Contractor shall provide all materials, equipment, labor, supervision, incidentals, and all
other items necessary to complete the project in accordance with the requirements of the Contract Documents.

B. The principal features of the Work to be performed under this Contract include, but are not
limited to the following:
1. Furnish and install ceiling tile and grid
2. Furnish and install all flooring
a. carpet tiles
b. vinyl plank flooring
c. ceramic tile flooring
d. epoxy floor
e. rubber roll flooring
3. Drywall, dry wall patching, framing, and Misc. carpentry
4. Furnish and install all doors, windows, and mirror wall systems
5. Electrical wiring
6. Lighting installation
7. Painting
8. Demolition of walls, ceilings, flooring, and Misc.
9. Adjustments/modification of fire sprinklers
10. Furnish, install, and/or adjust duct work, diffusers, and drip pan.
11. Modification of existing floor registers.
12. Installation of handicap ramp, railing and ADA signage, including related grading.
13. Site restoration (seed and maintain until established)

C. MSD will supply the following for installation by the contractor:
1. Diffusers
2. 2’ x 4’ LED lights

All work shall be done in accordance to MSD’s Standard Specifications
.

There will be a mandatory pre-bid meeting held for this project. The meeting will take place at the New MSD Main Office Building located at 15th and Hill Streets, Louisville, KY 40210, on Tuesday, January 6, 2026 at 1:00 p.m. We will meet in the lobby of the building.

The Engineer’s Construction Cost Estimate for this project is between $1,000,000.00 and $1,500,000.00.

Proposal forms, including Specifications and Instructions for Bidders, may be obtained from MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal.

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 Julie Potempa. 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 (5) 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.

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.

MSD SUPPLIER DIVERSITY PROGRAM: Applicable (Partial Waiver)

The MSE/WBE Program is effective June 1, 2020. If selected as applicable above, the goals are as follows:

14.0% MBE – African American participation

, 2.0% MBE – Asian-Indian American participation

10.0% 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

Project Location: Louisville, KY

More Details

CCK-2979.00-1-26 UK North Farm Seedhouse

CCK-2979.00-1-26 UK North Farm Seedhouse

The University of Kentucky Seedhouse Renovation project is being undertaken to extend the usable
life of the building and to maintain the weather resistance. The façade is showing many signs of decay,
as there are many visible areas of cracking in the concrete masonry walls and signs water penetration
on the South side of the building. Along with some minor roof leaks. The South side of the building is
to receive a new metal wall panel assembly with a fluid-applied air barrier to mitigate the water
penetration issue. The remaining masonry will be repaired, cleaned, and painted with breathable,
exterior-grade masonry paint. The existing loading dock is to be demolished and reconfigured to
accommodate a new exterior walk-in cooler and vestibule. The damaged Pre-Engineered Metal
Building’s insulation is to be replaced in kind, and a new high-velocity, low-speed fan is to be installed
in the large open space. The existing interior office spaces, restrooms, and breakroom are to be
renovated with new finishes, HVAC and electrical fixtures. In addition, a new Work Room and
Processing / Testing Lab are to be constructed.

Project Location: Lexington, Kentucky

More Details

RFB-166-26 DOC – KSP – Security Fence Addition

RFB-166-26 DOC – KSP – Security Fence Addition

Estimate:
$3,200,488.00

Estimated Length of Project:
365 (Substantial Completion) + 30 (Final Completion)

Project intent is the installation of a new Hybrid Perimeter Intrusion Detection System (HPIDS) including structural repairs to the existing masonry perimeter wall and replacement of the barb wire on existing chain link perimeter fencing.

Project Location: Eddyville

More Details

RFB-172-26 DOC – LSCC New Fluid Coolers

RFB-172-26 DOC – LSCC New Fluid Coolers

Estimate:
$541,900.00

Estimated Length of Project:
120 (Substantial Completion) + 30 (Final Completion)

Provide and install new fluid coolers on Building GA and GB to provide additional cooling for the buildings. This includes all electrical and control work to integrate this equipment.

Project Location: Sandy Hook

More Details

RFB-168-26 DMA – BNGC PX Bldg Upgrade

RFB-168-26 DMA – BNGC PX Bldg Upgrade

Estimate:
$633,400.00

Estimated Length of Project:
150 (Substantial Completion) + 30 (Final Completion)

Provide architectural finishes and components related to the renovation for the existing PX Building on the Boone Campus. The goal is to renovate the exiting building to become a grab and go – hot and cold food service space that provides convenient spot for personnel to order food and beverages and have a “clerk less” point of sale kiosk for payment. Architect to specify: Floor finishes, ceiling finishes, new door thresholds, paint for walls, new entry door, new finishes for existing restroom. A new gypsum header will be needed to define the service area. Coordinate work with new HVAC and kitchen equipment. Provide a trench drain at the front entry. New concrete at the north side for equipment. Architecture to capture the cut and patch of existing exterior concrete and surfaces.

Project Location: Frankfort

More Details

RFB-170-26 EEC-AML-25036AMLBAML

RFB-170-26 EEC-AML-25036AMLBAML

Estimated Length of Project:
(Substantial Completion) + 365 Calendar Days (Final Completion)

The project consists of eliminating approximately 1.4 acres of acid
pits with a highwall spanning 2900 linear feet. The highwall and pits will be backfilled with onsite mine spoil material at slopes no steeper than 3:1 with transitions as required. Blasting will not be permitted.
The water in the pits will be treated and raised to a pH of 6 or greater prior to release and backfilling of the pit in accordance with KYDAML Technical Specifications. Work for this project will involve the removal of trees measuring over 3”-inches in diameter at breast height (DBH) at the project location this cutting shall occur from October 15th –March 31st, when the imperiled forest-dwelling bats are either within or in the immediate vicinity of their winter hibernacula.

Project Location: Ohio County

More Details

RFB-169-26 CHFS – OUT – Replace Cottage Water Heaters

RFB-169-26 CHFS – OUT – Replace Cottage Water Heaters

Estimate:
$240,000.00

Estimated Length of Project:
108 (Substantial Completion) + 30 (Final Completion)

Replacing electric water heaters for five typical cottages, including: like-for-like replacement of 150 gallon electric water heater with the same volume capacity and electric heating parameters, replacing the thermostatic mixing valve, adding a thermal expansion tank, removing and reconnecting domestic piping as necessary.

Project Location: Dawson Springs

More Details

FW-001-26 – KDFWR – FILO Middle Creek III

FW-001-26 – KDFWR – FILO Middle Creek III

Estimate:
1,163,801.00

Estimated Length of Project:
1/15/2027 (Substantial Completion) + 45 (Final Completion)

The proposed work consists of restoration and enhancement using Natural Channel Design techniques of approximately 14,891 linear feet of stream channels. Tasks to be performed 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, installing, and maintaining live stake and vegetative materials. The related stream channels have both ephemeral and intermittent flow regimes. The restoration project will re-establish approximately 1,553 feet of channel, rehabilitate 5,473 feet, enhance 2,400 feet, and provide riparian habitat enhancement along approximately 5,465 feet. Restoration will include in-stream structures such as brush toe, rock riffles, brush riffles, brush runs, woody debris drops, and headwater channel, as well as vegetation of the stream banks and improvement to the forested riparian corridor along the streams. In addition to the restoration, the project includes 143 feet of preservation.

Project Location:

More Details

RFB-159-26 DJJ – Warren Co. JDC Cell Door Tray Slots

RFB-159-26 DJJ – Warren Co. JDC Cell Door Tray Slots

Estimate:
$312,500.00

Estimated Length of Project:
300 (Substantial Completion) + 14 (Final Completion)

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.

Project Location: Bowling Green

More Details

RFB-158-26 Parks – CF – Room Upgrade – Reconfiguration

RFB-158-26 Parks – CF – Room Upgrade – Reconfiguration

Estimate:
$6,123,915.00

Estimated Length of Project:
300 (Substantial Completion) + 30 (Final Completion)

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.

Project Location: Corbin

More Details

RFB-155-26 Parks -BR Accommodations & Hospitality Upgrades

RFB-155-26 Parks -BR Accommodations & Hospitality Upgrades

Estimate:
$2,778,499.00

Estimated Length of Project:
208 (Substantial Completion) + 30 (Final Completion)

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.

Project Location: Lucas

More Details

RFB-157-26 Parks – LC Accommodations & Hospitality Upgrades

RFB-157-26 Parks – LC Accommodations & Hospitality Upgrades

Estimate:
$3,764,500.00

Estimated Length of Project:
208 (Substantial Completion) + 30 (Final Completion)

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.

Project Location: Jamestown

More Details

RFB-156-26 KSP – Post 4 – Replace and Repair Various HVAC

RFB-156-26 KSP – Post 4 – Replace and Repair Various HVAC

Estimate:
$3,493,825.00

Estimated Length of Project:
300 (Substantial Completion) + 30 (Final Completion)

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.

Project Location: Elizabethtown

More Details

RFB-118-26 EEC – FB Russell Lease Tenorm Remediation Site

RFB-118-26 EEC – FB Russell Lease Tenorm Remediation Site

Estimated Length of Project:
90 (Substantial Completion) + 30 (Final Completion)

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.

Project Location: Powell County

More Details

RFB-153-26 CHFS – OAK – Relocate Basement Transformer

RFB-153-26 CHFS – OAK – Relocate Basement Transformer

Estimate:
$1,610,000.00

Estimated Length of Project:
641 (Substantial Completion) + 30 (Final Completion)

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

Project Location: Somerset

More Details

RFB-150-26 RE-AD of RFB-90-26 DJJ – Security Upgrades-Juvenile Detention Centers

RFB-150-26 RE-AD of RFB-90-26 DJJ – Security Upgrades-Juvenile Detention Centers

Estimate:
$456,200.00

Estimated Length of Project:
310 (Substantial Completion) + 14 (Final Completion)

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.

Project Location: Columbia

More Details

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.

Project Location: Frankfort, Kentucky

More Details

RFB-152-26 CHFS – WSNF – Renovations/Abatement

RFB-152-26 CHFS – WSNF – Renovations/Abatement

Estimate:
$330,000.00

Estimated Length of Project:
90 (Substantial Completion) + 30 (Final Completion)

This project shall consist of removal of select asbestos-containing material (ACM) within buildings 30 and 31.

Project Location: Hopkinsville

More Details

RFB-146-26 FSS – PARKING GARAGE RENOVATIONSRFB-146-26 FSS – PARKING GARAGE RENOVATIONS

RFB-146-26 FSS – PARKING GARAGE RENOVATIONSRFB-146-26 FSS – PARKING GARAGE RENOVATIONS

Estimate:
$2,315,000.00

Estimated Length of Project:
365 (Substantial Completion) + 30 (Final Completion)

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

Project Location: Frankfort

More Details

RFB-147-26 DJJ-Lake Cumberland YDC Paving and Retaining Wall

RFB-147-26 DJJ-Lake Cumberland YDC Paving and Retaining Wall

Estimate:
$814,451.00

Estimated Length of Project:
180 (Substantial Completion) + 30 (Final Completion)

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.

Project Location: Monticello

More Details