RFB-180-25 Campground Renovation East Jenny Wiley State Park Yatesville Lake State Park

RFB-180-25 Campground Renovation East Jenny Wiley State Park Yatesville Lake State Park

Estimate:
$3,406,550.00

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

Jenny Wiley State Park Campground- Site renovation includes site clearing and erosion control, earthwork related to adding new pull-thru campsites and expanding existing campsites, asphalt milling and resurfacing, new asphalt pavement, new water line distribution throughout the campground with new campsite hydrants, replacement of the existing campground sanitary dump station and site restoration.
Yatesville Lake State Park Campground- Site work includes installation of new isolation valves to the existing campground waterlines. New plumbing fixtures are to be included in the existing Bath House.

Project Location: Louisa & Prestonsburg

More Details

RFB-191-25 HVAC Replacement- Phase I Radcliff Veterans Home Department of Veterans Affairs

RFB-191-25 HVAC Replacement- Phase I Radcliff Veterans Home Department of Veterans Affairs

Estimate:
$7,861,510.00

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

Phase 1 of this project replaces the existing VRF HVAC system with a new 4-pipe Fan Coil Unit system in Neighborhoods 200 and 300.
Scope of work includes removing and replacing the existing VRF HVAC system equipment and controls with a new chilled and hot water plant, hydronic piping, ductwork connections, HVAC controls and supporting electrical and plumbing scope to accommodate the new HVAC replacement.

Project Location: Radcliff

More Details

Cedar Creek Main Interceptor Rehabilitation Re-Bid

Cedar Creek Main Interceptor Rehabilitation Re-Bid

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Cedar Creek Main Interceptor Rehabilitation, Contract No. 16971, Budget ID No. H23018, Drawing Record No. / Sheet No. 16971/1-14, until 10:00AM, Local Time, Tuesday, March 11, 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:
716 140 913#
.

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 CCTV inspection and cleaning of approximately 27,000 linear feet of sanitary sewer mains, ranging in diameter from 8 to 36 inches, installation of approximately 6,600 linear feet of cured-in-place pipe in sanitary mains, ranging in diameter from 8 to 36 inches, approximately 30 associated laterals to be lined using cured-in-place pipe for approximately 520 linear feet, clearing, and bypass pumping, This project also includes inspection of approximately 120 sanitary manholes with potential for subsequent rehabilitation including replacement of manhole castings and chimney seals, as well as manhole epoxy lining. The project includes all erosion control, ground restoration and appurtenant work as described in the plans and bid proposal. This project is located in the Fern Creek area of Jefferson County, along Cedar Creek near Bardstown Road and Gene Snyder Freeway (I-265). 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 be held on Tuesday, February 18, 2025 at 1:00 PM at the MSD Main Office, 700 W. Liberty Street, Louisville, KY 40203.

The Engineer’s Construction Cost Estimate for this project is between $4,000,000.00 and $4,500,000.00.

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 Chris Gregory. 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.

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:
Construction-related Services:

LOCAL LABOR COMMITMENT PREFERENCE: No

COMMUNITY BENEFITS PROGRAM: Yes

The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, KY

More Details

RFB-186-25 KYTC – Whitehaven Facility Cosmetic

RFB-186-25 KYTC – Whitehaven Facility Cosmetic

Estimate:
$151,000.00

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

Project involves the repair and/or replacement of wood items associated with the exterior of the Whitehaven Welcome Center. Work includes removal of deteriorated wood materials, patching, and painting. Included in the Base Bid work scope is the installation of new hinged painted wood shutters to replace deteriorated or missing shutters.

Project Location: Paducah

More Details

RFB-183-25 EEC-AML-23130AMLBAML

RFB-183-25 EEC-AML-23130AMLBAML

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

The James & Sue Stepp site is characterized by an approximate 1 acre slide. A portion of that slide damaged the Stepp residence by moving it off its foundation. A second area of the slide was essentially stopped when it encountered a level plateau adjacent to the Stepp home. Areas around the Stepp residence were inundated with mud and debris; although much of that has been cleaned up by the property owner and neighbors.
The vast majority of the slide material will be removed by stripping to rock. A small portion of the slide near the plateau will be regraded to a stable configuration. An excavated rock ditch (AML Standard 21- 60-1) will be constructed in the approximate center of the hollow with concrete block tied mat placed to direct water to a culvert and away from the residence. It is not anticipated that trees in excess of 3 inches diameter at breast height will require removal as all tree removal will be completed within the confines of the unstable area. All trees removed as part of the project must be relocated to the waste area for burning unless a suitable area is identified at the project site. If required, AML will elect to make a payment to the Imperiled Bat Conservation Fund in accordance with a determination from USFWS.
Residential seeding is included to revegetate disturbed areas on the property along with hydroseeding the slide area. Other revegetation bid items included to revegetate the waste area. Access to the project site and waste area is via county or state roads and residential driveways. Repairs to the driveways are included in the bid items.
Construction disturbances will be kept to a minimum with a stringently formulated sediment and erosion control program. Prior to beginning any major earth disturbance, all silt control measures will be installed. This includes silt barriers (bales & silt fence) at the project site and the waste area.

Project Location: Martin County

More Details

RFB-187-25 KSP – HQ Drainage Improvements

RFB-187-25 KSP – HQ Drainage Improvements

Estimate:
$699,298.00

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

The project scope includes selective demolition of existing storm structures, piping, concrete pavements, and milling / patching of asphalt. Some plant material removal also included in demolition with erosion control measures. The construction of new replacement concrete walks, some curbing, new asphalt sealing and top course with striping. New storm lines, structures, including rip-rap, headwalls and downspout boots. Landscape stone and lawns are also included.

Project Location: Frankfort

More Details

FPS Roof Repairs 3 Project

FPS Roof Repairs 3 Project

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of the FPS Roof Repairs 3 Project, Contract No. 17255, Budget ID No. F25076, Drawing Record No. / Sheet No. 1-9, until 2:00 PM, Local Time, Thursday, March 6, 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: 125 094 76#.

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 principal features of the Work to be performed under this Contract include, but are not limited to the following:

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 following facilities are included in this Project

a. 17th Street Flood Pump Station (FPS) – 1701 Northwestern Parkway

b. 27th Street FPS – 2600 Marine Street

c. 34th Street FPS – 816 North 34th Street

C. The principal features of the Work to be performed under this Contract include, but are not
limited to the following:

1. Thermal Imaging for roof repair.

2. Removal of saturated roof system and in-kind repair.

3. Roof Replacements

4. Application of Silicone coating

5. Flashing and sealing

6. Installation of safety railing

7. Installation of replacement grates and hatchways

8. Concrete repair and sealing

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 start at the 34th Street FPS located at 816 N 34th Street, on Tuesday, February 18, 2025 at 1:00 pm.

The Engineer’s Construction Cost Estimate for this project is between $100,000.00 and $300,000.00.

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 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: Not 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: 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 an evaluated basis, 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

Christian County Schools – Christian County High School Athletic Complex

Christian County Schools – Christian County High School Athletic Complex

Project Location: Hopkinsville, Kentucky

More Details

Hill Street Main Office Renovation – 2nd & 3rd Floors Project

Hill Street Main Office Renovation – 2nd & 3rd Floors Project

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of the Hill Street Main Office Renovation – 2nd & 3rd Floors project, Contract No. 17275, Budget ID No. G25238, Drawing Record No. / Sheet No. 1-12, until 11:00 AM, Local Time, Tuesday, February 25, 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: 894 886 861#.

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 principal features of the Work to be performed under this Contract include, but are not limited to the following:

1. Installation of ceiling tile and grid

2. Installation of carpet tiles

3. Install vinyl plank flooring

4. Installation of vinyl composite tiles

5. Drywall and Dry wall patching

6. Carpentry (Framing, doors, door hardware)

7. Electrical wiring

8. lighting

9. Modification of floor vents

10. Painting

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 Thursday, February 13, 2025 at 11:00 am. We will meet at the front of the building.

The Engineer’s Construction Cost Estimate for this project is between $500,000.00 and $800,000.00.

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 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-184-25 Re-Ad of RFB-137-25 23082 AMLBAML AML Project

RFB-184-25 Re-Ad of RFB-137-25 23082 AMLBAML AML Project

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

The home and 2 acre area it sits upon is threatened by slide potential from the pre-law related highwall located on the property and will need to be contained by retaining walls and serviced by new drainage infrastructure. The plan calls for constructing a concrete block wall next to the house structure to secure the loose dirt and rock in that area. Further, down the property there is an exposed rock face that needs to be contained with highwall restoration netting and shotcrete application. Unstable trees (some greater than 3”), loose dirt, and rock will need to be removed as they pose a danger of sliding off the sheer face. There will be a subdrain installed along the length of the walls and it will be piped out of an existing drainage path. This drainage path will be upgraded with a new under road pipe and new rock ditch that discharges the water into an area that will be armored with erosion discharge material. Utility lines and structures may need to be relocated and this will be done in accordance with AML and utility company specifications.

Project Location: Pike County

More Details

RFB-164-25 DMA – USPFO Interior Upgrade QRPA

RFB-164-25 DMA – USPFO Interior Upgrade QRPA

Estimate:
$1,687,557.00

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

Work of the Project includes selective renovation of the existing 12,467 +/- GSF, one story Boone National Guard USPFO building including reconfiguration of interior spaces with new metal stud and gypsum wallboard assemblies and built-in cubicles; removal of existing cubicles and furniture; removal of and replacement of existing lock cores and select hardware; replacement of select doors and hardware; installation of new doors and hardware; interior renovation of all restrooms including replacement of all plumbing fixtures, demo of existing ceramic floor tile and wall tile, installation of new epoxy resinous flooring, new cast terrazzo shower bases, new wall tile, new lockers, new toilet partitions and toilet accessories. Additional interior finishes include carpet tile; LVT flooring; painting of walls, and replacement of ceilings
The work also includes renovation/replacement of select portions of existing plumbing, HVAC and electrical systems including complete lighting replacement. Three existing packaged rooftop units are to be replaced along with one existing split system with duct furnace. Areas of existing ductwork are to largely remain with some units receiving all new sheet metal ductwork. All ducting systems shall recieve new grilles, registers and diffusers for the new ceiling system. Controls work associated with mechanical will include integration of new units to ALC’s webcontrol platform.
Electrical work is focused on light fixture replacements for the new ceiling, power and data for new framed partitions along with various repairs and devices to support fixtures and mechanical equipment. Lighting controls are to be consistent with current energy code in Kentucky (IECC 2012) which are to include occupancy and vacancy sensors for various regularly occupied spaces such as offices and conference rooms. Other common spaces such as corridors will have local controls for on/off. No centralized lighting controls system to be installed.

Project Location: Frankfort

More Details

RFB-179-25 CHFS – CSH – Roof Replacement Psychiatric Dorm Bldg

RFB-179-25 CHFS – CSH – Roof Replacement Psychiatric Dorm Bldg

Estimate:
$3,132,150.00

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

The project consists of the removal and replacement of the existing roof systems. All areas are to be demolished down to the existing metal roof deck and replaced with new 2-ply modified bitumen roof membrane over 2 layers of 2.2″ rigid insulation & ½” cover board. Tapered insulation shall be used at all drainage crickets & saddles. New coping cap, expansion joint, & control joint flashings shall be installed at existing locations. New waterheads & downspouts shall be provided at existing locations.

Project Location: Louisville

More Details

Lynnview Stormwater Improvement Project

Lynnview Stormwater Improvement Project

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of the Lynnview Stormwater Improvement Project, Contract No. 2025-014, Budget ID No. H24119, Drawing Record No. / Sheet No., until 10:00 a.m., Local Time, Tuesday, February 11, 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: 668 974 182#.

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: Drainage and catch basin improvements throughout the City of Lynnview. 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 $350,000.00 and $450,000.00.

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 Joseph Exely. 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 two 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: Not 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: 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-177-25 DMA – KYANG BLDG 500 REPLACE MAIN HANGAR ROOF

RFB-177-25 DMA – KYANG BLDG 500 REPLACE MAIN HANGAR ROOF

Estimate:
$230,000.00

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

Project shall include replacement of the existing standing seam metal roofing and roof insulation.

Project Location: Louisville

More Details

RFB-175-25 RE-AD of RFB-222-24 23077AMLBAML RECLAMATION PROJECT Pike County, KY

RFB-175-25 RE-AD of RFB-222-24 23077AMLBAML RECLAMATION PROJECT Pike County, KY

Estimated Length of Project:
(Substantial Completion) + 240 Calendar Days (Final Completion)

Rocks falling from unstable pre-law highwall threaten the safety of citizens and structures in the area. This highwall will need to be cleaned of loose material including trees that sit at the edge of the wall face. These trees pose a risk of falling onto structures below if a shift from loose material unsettles them. Buildings have been destroyed in the past from falling material so a highwall rock fall net will be installed on the cleaned face and covered in a layer of shotcrete to secure loose material. Scope of work on the highwall restoration should be entirely from the ground up. No equipment should be working on the highwall restoration from the area above.

Project Location: Pike County

More Details

Floyds Fork WQTC Influent Pump VFDs

Floyds Fork WQTC Influent Pump VFDs

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of the FFWQTC Influent Pump VFDs, Contract No. 17263, Budget ID No. D24021, Drawing Record No. / Sheet No. 17263, until 2:00 PM, Local Time, Thursday, February 13, 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: 968 010 890#.

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 influent pump station at Floyds Fork WQTC and includes the replacement of the following: four (4) constant speed starters with VFDs, replacement of two (2) existing VFDs, HVAC replacement including two (2) ductless mini-split systems, replacement of existing PLC, and replacement of a network switch. 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 Floyds Fork WQTC Operations Administration Building, 1100 Blue Heron Rd, Louisville, KY 40245 on January 27th , 2025 at 1:00 PM 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 $550,000.00 and $750,000.00.

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 Caleb Priddy. 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.

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

FPS Roof Repairs 2 Project

FPS Roof Repairs 2 Project

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of the FPS Roof Repairs 2 project, Contract No. 17254, Budget ID No. F25074, Drawing Record No. / Sheet No. 1-9, until 10:00 AM, Local Time, Tuesday, February 18, 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: 646 997 288#.

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 principal features of the Work to be performed under this Contract include, but are not limited to the following:

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 following facilities are included in this Project

a. 4th Street Flood Pump station (FPS) – 342 West Main Street

b. 10th Street FPS – 128 North 10th Street

c. Bingham Way FPS – 315 Bingham Way

d. Starkey FPS – 147 Buchanon Street

e. Beargrass FPS – 1731 Brownsboro Road

C. The principal features of the Work to be performed under this Contract include, but are not
limited to the following:

1. Thermal Imaging of roofs slated for repair.

2. Removal of saturated roof system and in-kind repair.

3. Application of Silicone coating

4. Flashing and sealing

5. Concrete repair and sealing

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 starts at the Beargrass Creek FPS located at 1731 Brownsboro Road, on Tuesday, February 4, 2025 at 11:00 am.

The Engineer’s Construction Cost Estimate for this project is between $100,000.00 and $300,000.00.

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 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: Not 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: 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-178-25 KYTC – Fayette Co Engineer Section Office

RFB-178-25 KYTC – Fayette Co Engineer Section Office

Estimate:
$580,062.00

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

Project Description:
The Work includes the construction of a 2,000 sf office building at 2151 Frankfort Ct, Lexington, KY 40510. The building is slab-on-grade with wood framed walls on a turn-down concrete foundation, with vinyl-clad double hung wood windows, foamed-in-place insulation, wood trusses, metal panel roof and metal panel siding.

Project Location: Fayette County

More Details

RFB-174-25 Vocational School Electrical, Plumbing & HVAC Upgrades Kentucky Correctional Institution for Women

RFB-174-25 Vocational School Electrical, Plumbing & HVAC Upgrades Kentucky Correctional Institution for Women

Estimate:
$210,000.00

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

The project consists of the renovation of an existing consumer skills classroom into a cosmetology room in the Vocational School Building. Owner is furnishing Manicure Tables, Pedicure Chairs, Hair-Washing Stations, and Hair Cutting Stations. Sanitary and domestic water piping will be replaced and upsized to accommodate additional plumbing fixtures. Floor and wall cutting will be required. Existing electrical panels will be utilized to serve new circuits feeding the new equipment. An exhaust fan and associated ductwork will be provided to serve the cosmetology space. The coils in an existing air handler will be replaced and upsized to accommodate the HVAC loads. 2×4 ceiling grids will be removed and replaced as required to accommodate casework removal and ductwork installation. All work will be performed inside the facility perimeter Security fence.

Project Location: Pewee Valley

More Details

Oakmont Drive Regional Compensation Basin Project

Oakmont Drive Regional Compensation Basin Project

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of the Oakmont Drive Regional Compensation Basin, Contract No. 25-0213, Budget ID No. A24192, Drawing Record No. / Sheet No. 17104, until 10:00 a.m., Local Time, Thursday, February 13, 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: 519 584 579#.

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: Construction of an RFF basin on MSD property located at 8002-8026 Oakmont Drive. 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 meeting will take place at 8014 Oakmont Dr., Louisville, Kentucky 40219, on Tuesday, January 28, 2025 at 2:00 pm.

The Engineer’s Construction Cost Estimate for this project is between $850,000.00 and $950,000.00.

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 Isabella Altier. 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.

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-176-25 EEC-AML-24036AMLBAML-BIL

RFB-176-25 EEC-AML-24036AMLBAML-BIL

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

he Site will consist of the removal of slide material (mud) behind and against residence. The removal and replace of existing porch to access behind the house. The construction of 1 each Temporary Low Water Crossing to access temporary waste area.

Project Location: Perry County

More Details

RFB-169-25 KCTCS – Door and Security Upgrades – Owensboro CTC

RFB-169-25 KCTCS – Door and Security Upgrades – Owensboro CTC

Estimate:
$382,000.00

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

This project consists of replacing all exterior doors and Hardware on 7 buildings across the main OCTC campus in Owensboro Kentucky. The project also consists of prepping those doors for future electrified security upgrades.

Project Location: Owensboro

More Details

Union County Schools – Union County Area Vocational Educational School Addition/Renovation

Union County Schools – Union County Area Vocational Educational School Addition/Renovation

The project consists of addition and renovation for the Union County Area Vocational Educational School.

Project Location: Morganfield, Kentucky

More Details

RFB-171-25 EEC-AML-23115AMLBAML-BIL

RFB-171-25 EEC-AML-23115AMLBAML-BIL

Estimated Length of Project:
(Substantial Completion) + 60 Calendar Days (Final Completion)

The project site has 6 mine portals – 5 in the Elkhorn No. 3 seam and one in the Elkhorn No. 2 seam. The portal in the Elkhorn No. 2 seam is used by a neighbor to provide water for livestock. One of the portals is collapsed and requires no additional work, but the other 5 will be closed with wildlife accessible closures. The portal in the Elkhorn No. 2 seam will be closed with a rebar closure (AML 40-20-5 and 40-20-7) with a man door installed (AML 40-20-9) and an 8 inch drainage pipe installed in the 1 foot concrete pad for the rebar. Subdrain will be installed along the benches in front of all mine portals and an excavated rock channel (AML 21-60-1) will be constructed below the portals in the Elkhorn No. 3 and Elkhorn No. 2 seams with concrete block tied mat placed across the yard discharging to Tackett Fork.

Project Location: Floyd County

More Details

RFB-172-25 EEC-AML-23030AMLBAML-BIL

RFB-172-25 EEC-AML-23030AMLBAML-BIL

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

Project Description:
The slide impacted a home as well as destroyed a portion of driveway providing access to a property above the residences. The landowner has removed some material in the vicinity of the home. Additional material will be removed and hauled to the approved waste area. The project will construct a pile and lagging wall (10 feet tall) behind the affected residence and stabilize the slope with backfill. Drainage will be directed to the roadside ditch adjacent to Smokey Branch.

Project Location: Floyd County

More Details