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.
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.
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.
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 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.
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.
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.
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.
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.
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.
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.
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.