Remove existing shingle roof system of the main building and adjacent shelters, down to existing roof deck, including all metal flashings, gutters & downspouts. Install new asphalt shingles over new underlayment and ice & water shield (at perimeters). Install new flashings, edge metal, metal gutters, and downspouts throughout.
This project entails replacement of two (2) 1000 MBH boilers and flue, hydronic pumps, replacement of water source heat pump and expansion of the existing geothermal well field. A building automation control system facility upgrade by Johnson Controls is included via allowance.
Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
This site will consist of removing a landslide located near four mine portals situated on the mountainside behind the Dicks residence. Approximately around half of an acre of slide material will be excavated and hauled to the designated waste area in Millstone, located above the jobsite. A temporary 36-inch pipe will be installed to facilitate drainage during slide removal operations. We propose to reopen and reconstruct four non-wildlife mine portal closures in the slide area. Class II rock will be used to line the wet areas if needed. Surface water runoff from the portals will be managed using a rock ditch, which will be hoe-rammed if necessary.
Gunpowder Lane Pump Station Elimination and Carslaw Court Pump Station Elimination
Gunpowder Lane Pump Station Elimination and Carslaw Court Pump Station Elimination
INVITATION TO BID
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Gunpowder Lane Pump Station Elimination and Carslaw Court Pump Station Elimination, Contract No. 17346, Budget ID No. H09242, Drawing Record No. 17346/ Sheet No. 1-21 and Drawing Record No. 17085/ Sheet No. 1-8, until December 16, 2025, Local Time, 10:00 AM, and will be publicly opened and read at that time. The public may attend the bid opening via teleconference call at 502-654-8113 (Dial-in Number) Conference ID: 554 959 296#.
MSD is using a web-based portal for accepting and evaluating bid proposals digitally at http://louisvillemsd.bonfirehub.com/portal for this Invitation to Bid. Documents may be uploaded at any time during the open period indicated for each proposal.
Description and location of Project: This project provides for the construction of a new pump station and decomissioning of 3 pump stations, installation of approximately 125 linear feet of 6-inch force main; 250 linear feet of 8-inch gravity sewer; 1,115 linear feet of 12-inch gravity sewer, 315 linear feet of 48-inch gravity sewer; 560 linear feet of 30-inch Jack and Bore; 11 manholes; and appurtenant work. All work shall be done in accordance with MSD’s Standard Specifications .
There will be a non-mandatory pre-bid meeting held on Microsoft Team for this project at 10:00AM, Local Time, on
Tuesday, December 2, 2025 on Microsoft Teams Link:
Persons wishing to view the bid documents may do so online at http://louisvillemsd.bonfirehub.com/portal or at the following locations: Builders Exchange of Louisville, Inc., 2300 Meadow Drive; Associated Builders & Contractors of Kentuckiana, 1810 Taylor Avenue; and F. W. Dodge, 1812 Taylor Avenue; all located in Louisville, Kentucky; and the Associated General Contractors of Kentucky, 2321 Fortune Drive, Suite 112, Lexington, Kentucky.
The Project Manager for this Invitation to Bid is Taylor Friesz. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal. Questions received less than ten days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda posted on MSD’s designated web portal will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $200,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms.
The MSE/WBE Program is effective June 1, 2020. If selected as applicable above, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: Not Applicable
This MSD construction project is bid and advertised as: check applicable below
Construction Services: X
Construction-related Services:
LOCAL LABOR COMMITMENT PREFERENCE: Applicable
COMMUNITY BENEFITS PROGRAM: Applicable
The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
Building is approximately. 45,571 SF of which this project affects approximately 43,215 SF of the interior. Project includes a new roof over entire building. HVAC replacement includes the replacement of 13 rooftop units, associated ductwork, and controls, with 8 new DX/Gas rooftop units with 61 VAV boxes using electric reheat. Entire interior of the building will be painted. Owner furnished flooring.
Project includes new ceilings, lighting, lighting controls, for the majority of the building. Project will have sprinkler heads lowered approximately 2” in all locations to new ceiling height. A large majority of the building will be unoccupied during construction work in accordance with a Phasing Plan in the Drawings.
Structural work is limited to infill of roof deck over openings, new secondary framing under roof top equipment, and secondary joist web reinforcement under concentrated loads. A material and labor allowance for provision and installation of additional roof deck for existing openings or deterioration is included.
The DOCJT Western KY Training Center consists of Three Bid Packages. Note a single GC is to provide a price for all three bid packages:
Bid Pack A: Classroom and Administration Building will be a 42,800 -square-foot facility. This modern facility will feature dedicated spaces for Academy and In-Service Training, including multiple classrooms, a practical skills classroom, a Training Simulator room. The building will also include administrative offices for both skills and in-service training staff, as well as support offices for facilities, maintenance, and supply administration. Additional amenities will include separate Lounge and changing rooms for staff and trainees, along with break rooms—one for staff and two for trainees.
Bid Pack B: The High Bay Building 30,625 will house a shoot house, an expansive open training area, dirty classroom and a fitness space, all of which will be utilized by trainees throughout the day.
Bid Pack C: Site Package, including grading, dynamic compaction, parking lots, drives, Security Fencing, gravel track surface, site utilities including geothermal well field.
Estimated Length of Project:
(Substantial Completion) + 90 Calendar Days (Final Completion)
This site is located in Letcher County. Site has access issues with slides and ponds that will need to be removed. The reestablishment of drainage ditches is also needed as well as the extinguishing of approximately .5 acres of burning refuse. Refuse will then be reshaped, capped and covered with all necessary revegetation activities.
The contractor shall furnish and install new elevator systems to replace the existing Elevator #1 and Elevator #2 at the Eastern Kentucky Veterans Center. Existing elevator cabs, power units, and controllers will be demolished and removed from the site. Existing hydraulic piston will be abandoned in place. New elevator system to be hole-less hydraulic type with remote power units and controllers in adjacent elevator equipment room. Existing guide rails will remain and be re-used. Existing hoistway doors, frames and sills will remain and be reused. New elevator cabs will be enameled steel with plastic laminate wall panels, stainless steel rails, illuminated ceiling, stainless steel cab doors, stainless steel cab door frames and prepped to receive new laminate flooring by separate subcontractor. Contractor will be responsible for providing and installing a complete system that ties into existing electric and fire alarm system and reuses hydraulic piping and electric conduits between existing hoistway shaft and elevator equipment room.
The Project involves the replacement of the generator, automatic transfer switch and accessories that comprise the individual emergency power systems serving Green River Correction Complex (GRCC) Buildings A, G, and N. The existing interior generator set, automatic transfer switch, and associated utilities shall be removed from each of the buildings. An exterior diesel generator set with sub-base mounted fuel tank, weather enclosure and a service entrance rated automatic transfer switch shall be installed to serve each of the buildings. The generator set for each building will be located near the existing pad-mounted transformer serving the building. Modification of existing underground secondary service entrance conductors in addition to the installation of circuits, both underground and in the buildings, connecting system components. The electric water heater in building N shall be removed and replaced with two natural gas instantaneous water heaters and a storage tank. The work of the Project is both inside and outside the security perimeter fence of the GRCC. All work must be performed in a sequenced effort coordinated with the GRCC. The Contractor shall prepare and submit a schedule of work to the GRCC for review and acceptance before work of the Project begins.
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Chickasaw Trap Catch Basin Replacement Project Phase 2, Contract No. 2026-009, Budget ID No. H25032, Drawing Record No. / Sheet No. n/a, until January 8, 2026, Local Time, 2:00 PM, and will be publicly opened and read at that time. The public may attend the bid opening via teleconference call at 502-654-8113 (Dial-in Number) Conference ID: 603
845 715#.
MSD is using a web-based portal for accepting and evaluating bid proposals digitally at http://louisvillemsd.bonfirehub.com/portal for this Invitation to Bid. Documents may be uploaded at any time during the open period indicated for each proposal.
Description and location of Project: Phase 2 is for replacing existing catch basins with new trapped catch basins within the Chickasaw neighborhood. All work shall be done in accordance to MSD’s Standard Specifications.
There will be no pre-bid meeting held for this project.
The Engineer’s Construction Cost Estimate for this project is between $450,000.00 and $750,000.00.
Persons wishing to view the bid documents may do so online at http://louisvillemsd.bonfirehub.com/portal or at the following locations: Builders Exchange of Louisville, Inc., 2300 Meadow Drive; Associated Builders & Contractors of Kentuckiana, 1810 Taylor Avenue; and F. W. Dodge, 1812 Taylor Avenue; all located in Louisville, Kentucky; and the Associated General Contractors of Kentucky, 2321 Fortune Drive, Suite 112, Lexington, Kentucky.
The Project Manager for this Invitation to Bid is Joe Exely / Tony Woods. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal. Questions received less than five days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda posted on MSD’s designated web portal will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.
This project is Federally Funded. Federal requirements (including American Iron and Steel, Federal Davis-Bacon Wage Rates, and Build-America, Buy America, the Anti-Kickback Act and Contract Work Hours Standard Act) and all provisions must be met by the Bidder and all Subcontractors. Bidders shall comply with applicable 40 CFR 31.36 requirements in such documents and the following Title VI Civil Rights Act of 1964, as amended; The Vietnam Era Veterans Readjustment Assistance Act of 1974, as amended; Section 503 of the Rehabilitation Act of 1973, as amended; and their implementing regulations. The CONTRACTOR AND SUBCONTRACTOR shall abide by the requirements of 41 CFR §§ 60- 300.S(a) and 60-741.S(a). These regulations prohibit discrimination against qualified individuals on the basis of protected veteran status or disability and require affirmative action by covered prime and subcontractors to employ and advance in employment qualified protected veterans and individuals with disabilities.
The CONTRACTOR will not discriminate against any employee or applicant for employment because of race, religion, sex, color, national origin, physical or mental disability, or because the employee or applicant is a special disabled veteran, veteran of the Vietnam era, recently separated veteran or other protected veteran. The CONTRACTOR will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, disability, veteran status or national origin. Such actions shall include, but not be limited-to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; job assignment; leave; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The CONTRACTOR agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this non-discrimination clause, and to ensure that special disabled veterans are informed of the notices as required by the Vietnam Era Veterans Readjustment Assistance Act of 1974, as amended (“VEVRAA”). MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $200,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective January 1, 2025, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms.
The revised MSD Supplier Diversity Minority and Women Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective January 1, 2025. If selected as “Applicable” or “Applicable, Partial Waiver” above, the goals are as follows:
18.0% MBE – African American participation
2.0% MBE – Asian-Indian American participation
15.0% WBE – Caucasian Female participation
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: Applicable
This MSD construction project is bid and advertised as: check applicable below
Construction Services: X
Construction-related Services:
LOCAL LABOR COMMITMENT PREFERENCE: No
COMMUNITY BENEFITS PROGRAM: No
The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
The project is the construction of 2,170 square feet, single-story, 3-bedroom house for the warden staff of Western Kentucky Correctional Complex. The existing single-story house and basement are to be removed as part of another project. The proposed house is conventional wood construction over encapsulated crawl space. Alternate pricing will be accepted for the construction of a detached, two-car garage cited to the east of the new house. Work scope includes concrete, concrete masonry, carpentry and wood framing, metal roofing, vinyl siding, doors and windows, finishing, painting, plumbing, heating and air conditioning, and electrical trades.
RFB-143-26 RE-AD of RFB-27-26 EEC-AML-25049BFPFMP0
RFB-143-26 RE-AD of RFB-27-26 EEC-AML-25049BFPFMP0
Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
This project is for partial reclamation of the forfeited permit 836-9028 Landfall Mining, Inc. Uncontrolled runoff from the site is impacting downstream drainage channels, residences and municipal structures in the area with flooding and deposition of eroded material. This project will remove the sediment from the drainage channels downstream of the forfeited permit, including the existing gabion ditch and dual 60” CMP pipes flowing to Steele Creek. Sediment control in the form of a silt trap will be established at the location of the currently non-functional sediment pond and a silt check at the outlet of the dual 60” CMP pipes in addition to rock checks as necessary and silt barriers (bales and fence). Two additional silt traps will be installed at strategic points upstream. The existing access road will be repaired using onsite material and an ECB Swale ditch established for road drainage. Flow from the project site to the dual 60” CMP headwall will be through an existing gabion ditch with concrete bottom in functional condition between the former pond outlet and the deposited sediment immediately prior to the dual 60” CMP headwall. Flow through the former silt pond area will flow from a newly installed 60” HDPE pipe crossing the access road, through a silt trap, gabion weir and 70 feet of Class III ditch. The outlet of the Class III ditch will be armored with cyclopean rip-rap. The newly installed 60” HDPE pipe will have an “ell” shaped concrete headwall incorporated into the existing gabion ditch to collect all drainage from upstream. Waste material generated during this work will be used for re-establishment of the road and creation of berms as depicted on the plans, with the excess being hauled to a location upstream and upslope of the planned work but still within the project/permit area.
Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
The project site has previously been disturbed by coal mining operations, road construction, utility installation, residential development, landowner activities, and high velocity water flows associated with heavy rain events and flooding. These disturbances consist of significant upheaval, mixing, and removal of earthen material from deep excavation, grading, fill material placement, and erosion.
Access to the site is via state and county roads, a residentially maintained driveway and yard, and an existing access road. This construction activity will be conducted under the authority and supervision of the local public road authority and will consist of standard road construction practices appropriate to mitigate impacts to the local community from potential degraded road conditions in order to maintain public traffic safety.
Excessive drainage from an open portal on the hillside has contributed to an unstable hillside and waterlogged soils around the property. Two additional portals on the hillside are collapsed and will remain undisturbed. The hillside behind the community center on the property shows large breaks that are indicative of future slide potential. An existing drainage structure near the roadway will be upgraded to accommodate drainage infrastructure being installed
RFB-116-26 RE-AD RFB-255-24 KSU Jackson Hall Renovation
RFB-116-26 RE-AD RFB-255-24 KSU Jackson Hall Renovation
Estimate:
$402,000.00
Estimated Length of Project:
April 10, 2026 (Substantial Completion) + April 20, 2026 (Final Completion)
The purpose of the Jackson Hall Renovation is to re-construct deteriorated existing masonry parapet crenellations and to conduct minor roof repair and a limited area of roof replacement. The existing crenellations were constructed in 2007 to match historic battlements from the original building construction in 1897.
The project scope includes removal of the existing crenelations, inspection and repair of existing sheet metal flashings, construction of new crenelations with new brick to match the existing historic brick, and installation of new sheet metal flashings. The scope of roof repair includes inspection of existing modified bitumen roofing membranes for damage and repair of damaged roof membranes. Limited area roof replacement at the tower includes removal of existing roofing and saturated insulation, and installation of new modified bitumen roofing and insulation to match the existing insulation thickness to coordinate with existing flashing and scuppers. Existing lightening protection will need to be removed and re-installed in order to perform the scope of masonry and flashing work.
The project is the Kentucky State Police, Headquarters Entrance & Water Infiltration, 919 Versailles Road, Frankfort, Kentucky, Franklin County. Project consists of the removal of existing exterior vestibules & indicated walkways. New walkways will be placed where demolished. The front (employee only) vestibule will be replaced by a new fixed prefinished aluminum storefront window system. The covered side entrance will be replaced with the same system but have an exterior sliding entrance door opening to the new entry/security Vestibule. All new glazing shall be ballistic resistant. The new Vestibule enclosure will have its existing gypsum board wall system extended to the bottom of the trusses, acoustic ceiling, & insulated. The approximate 1,728 square foot of existing Lobby shall have the entire acoustic ceiling tile system removed including lighting and mechanical grilles & diffusers. The existing HVAC system will be removed from the attic and replaced. A new ACT system will be installed with R-38 fiberglass batt insulation, new LED lighting, grilles, & diffusers. The exterior work includes preparation of the existing outdoor patio to remove the current silicone water-proofing system to be replaced with a new fluid-applied PMMA system. Existing guard rails will be brought up to code with the addition of new fabricated metal picket panels increased the height to 42” as required.
Renovation of approximately 7200 SF of existing fitness center. This renovation includes refinishing existing restrooms, exercise equipment area, and exercise studio.
Estimated Length of Project:
(Substantial Completion) + 180 Calendar Days (Final Completion)
The scope of work involves repairing a driveway slide at the Keen residence. The slide area will be excavated, and the material will be transported to a designated waste area site. To stabilize the driveway, a concrete wall on pilings, 50 feet long and 10 feet tall, will be installed as the primary support structure. To construct the concrete wall, a steel rail wall 100 feet long will be placed below, if needed. Additionally, a 9-foot-high, 54-foot-long gabion wall will be constructed along the upper hillside to provide further support. A 100-foot-long Class 2 flat-bottom ditch will be built to control water runoff from the hillside. To manage water flow across the driveway, an 18-inch HDPE pipe, 24 feet long, will be installed beneath the roadway. A silt trap will be installed at the project’s lower end near Wendover Rd. and will be maintained throughout the duration of the project. The roadway ditch will also need cleaning and any possible areas on ditch side of project if needed. The slide area beneath the driveway will be excavated and the material transported to the waste area. The total project area spans 2.92 acres, with a maximum disturbed area of 1.02 acres. Of this, 0.60 acres consists of trees greater than 3 inches in diameter at breast height that will be affected. All disturbed areas will be quickly revegetated at the conclusion of construction, appropriate residential or wildlife seed.
Work of the Project includes a new single story district Materials Lab for the Kentucky Transportation Cabinet – District 11 in Clay County Kentucky. The property is underlain by mine/roadway spoils. The building is supported on a mat foundation system. The new building consists of load bearing masonry with steel beams and metal roof deck. Exterior walls have brick veneer or metal panels with insulation. Interior partitions are metal studs with gypsum on both sides and batt insulation. The roof is standing seam metal roof. Interior finishes include gypsum, epoxy flooring, ceramic wall tile, and acoustical ceiling tile. Plastic laminate casework is located in the break area. HVAC systems consist of two 4-ton split systems connected to indoor units. All lighting will be LED.
The Project is located in Hartford, KY. The Project entails remediation of arsenic impacted media (soils) at the site. The media has been contaminated via historic illegal powered arsenic dumping on the property and associated migration by surface water drainage.
Previous investigations at the site have determined that environmental media is contaminated with arsenic. Arsenic has been detected in soil surrounding an old barn structure and along a downhill slope from the old barn. The impacted hill is both cleared and tree covered.
Soil will be excavated and removed for off-site disposal. All soil excavations will be accomplished at various depths as specified. Following excavation activities, the soil ground surfaces will be restored to match original grades, and the areas will be vegetated.
Estimated Length of Project:
(Substantial Completion) + 90 Calendar Days (Final Completion)
Drainage from eligible works are located upslope of the citizen’s residence impacting the residence and yard area. A slide has also occurred on the slope behind/beside the citizen’s residence impacting yard drainage. This project addresses the slide removing a quantity of material and grading the remainder in place in a stable configuration. The existing ditch adjacent to the slide area will be excavated to rock. A Concrete Block-Tied Mat ditch will be installed from the top end of the excavated rock ditch to a planned drop box at the toe. Drainage will also be collected by installation of subdrain along the toe of the highwall. All collected drainage will be routed to a second drop box installed on the existing pipe crossing KY-194 and ultimately the roadside ditch. Concrete Block-Tied Mat ditches will also be installed to control surface drainage from the adjacent roadway and conduct drainage down the slope to the drop box and existing culvert. A culvert with inlet headwall will be installed between the concrete block-tied mat adjacent to the state roadway and drop box to allow access. All material generated by construction activities will be wasted onsite
This project provides for the renovation of the existing men’s and women’s restrooms and locker rooms at E.P. Tom Sawyer State Park Pool and Recreation facility, Louisville KY
The work scope will involve the following features:
• Renovation of men’s and women’s restrooms on the main level.
• Renovation of men’s and women’s locker room facilities.
• Removal and replacement of all plumbing fixtures, faucets, flush valves, hangers and supports, floor drains and related accessories.
• Removal and replacement of all waste and vent piping including all underground sanitary waste and vent piping.
• Removal and replacement of all domestic hot, cold and hot water return piping including water heaters and main service backflow preventer.
• Provide trench drain covers for the existing drain troughs.
• Preparation of flooring for new resinous flooring.
• Preparation of walls in the restrooms and locker rooms for new paint.
• Removal and replacement of existing ceilings in the restrooms and locker rooms. New ceilings in the locker room areas will be moisture resistant lay-in type.
• Providing new ADA casework, shrouds and undermount lavatories for restrooms and locker rooms.
• Construction of new block walls to separate shower stalls in the Men’s shower room.
• Provide power for mechanical equipment and plumbing water heaters and associated equipment.
• Demo existing light fixtures and reuse existing power circuits for new lighting fixtures in newly remodeled areas.
• Demo existing receptacles and reuse existing power circuits for newly installed receptacles in newly remodeled areas.
• Add new power for hand dryers as required.
• Modify existing power panels as required for new mechanical/plumbing equipment.
• Remove existing locker room/restroom energy recovery ventilator DX cooling coil, remote air-cooled condensing unit, refrigerant piping, condensate drain piping, electronic controls.
• Provide new duct-mounted DX heat pump coil, refrigerant heat recovery dehumidification coil, refrigerant piping, condensate drain piping, remote air-cooled heat recovery heat pump, and direct digital controls for locker room/restroom HVAC.
The project is a full replacement of the marina. The work includes replacing all walkways, frames and floats.
Walkways will have concrete panels for surfacing. The head dock building will be replaced. Dock A – Dock E are all being replaced and will have covered slips. Landside utilities will all remain in place except for the fuel tank and fuel line that serves the marina. A new fuel tank and fuel line will replace the existing system. All water side utilities will be replaced.
The contractor shall follow the staging plan provided in the construction drawings that will permit all boats to remain in the water throughout construction.
Estimated Length of Project:
(Substantial Completion) + 365 Calendar Days (Final Completion)
The project consists of three separate sites located along and near Sixteen Mile Creek Road in the Hazard community, in Perry County. All three sites are located within proximity of each other and are experiencing issues associated with past mining directly above the residences including persistent medium-sized slides and extensive drainage issues around the homes. The slides and associated drainage continues to worsen resulting in instability of structures and damage caused by excessive drainage. The Bailey slide could potentially threaten oncoming traffic along an approximate 110 L.F. section of Sixteen Mile Creek Road. In addition, the Fugate slide could potentially threaten access to the Mt. Zion Church and adjacent cemetery.
This structure consists of a ~84’x63’ half oval shaped reinforced concrete shell designed to store salt under a roof consisting of structural steel fabricated trusses with a fabric roofing material which is considered the “hoop” structure. The hoop structure is provided outside of this particular scope. The epoxy coated reinforced concrete walls are designed to resist the tension induced from the light framed roof and the salt via the steel reinforcement around the radius and the concrete buttresses along the sides. The concrete buttresses are built with an angled concrete wall supported by large foundations which prevent sliding. One thing of note is that this structure does not have a typical footing to support the continuous concrete walls. The walls are placed directly on the asphalt pavement creating an empirically designed intersection that prevents salt seepage that is cost effective. There is no frost depth necessary due to the presence of salts which would prevent ice formation and the reduced concern of heaving due to the nature of the building.