RFB-111-26 KYTC D-11 Bell Co Structure Renovation

RFB-111-26 KYTC D-11 Bell Co Structure Renovation

Estimate:
$418,600.00

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

The purpose of this project is to perform upgrades to the envelope of the existing building and provide limited interior renovation. The envelope upgrades include installing a new PVC roof system over the original metal roof. Any existing skylights or ridge vents will be removed. New gutters and downspouts will terminate into existing drainpipes per site configuration. Other envelope upgrades include replacement of thirteen (13) remaining original windows with new windows and replacement of six (6) exterior doors. The interior work consists of new LVT flooring with new resilient base in two open offices. Two adjacent restrooms will have the plumbing fixtures replaced and new epoxy flooring with epoxy base. Two (2) interior doors and frames will be replaced with new. One of the restrooms will be outfitted for ADA accessibility, while the other will have the toilet partition replaced. The two front entries will have new replacement canopies, with a new canopy added at the rear of the building. Project does not include any electrical work.

Project Location: Bell County

More Details

RFB-109-26 KVA – Replace Roof Eastern Kentucky Veterans Center

RFB-109-26 KVA – Replace Roof Eastern Kentucky Veterans Center

Estimate:
$1,217,500.00

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

Remove identified areas of moisture in the existing roof system & replace with like materials. Remove all existing shingle roofing down to the wood roof deck. Provide 2-ply modified bitumen roofing membrane on a cover board over the existing roof system on all low-slope roof areas. Provide new flashings and pre-finished metal where required. Install new underlayment, ice/water shield and asphalt shingles. Alternates are for new flag support structure and anchors and metal roof system.

Project Location: Perry County

More Details

RFB-108-26 DOC – RCC UNIT 1, ID, TOWER A SECURITY CONTROLS REPAIR UPGRADE

RFB-108-26 DOC – RCC UNIT 1, ID, TOWER A SECURITY CONTROLS REPAIR UPGRADE

Estimate:
$535,000.00

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

The Project will upgrade the secured door access control system in Roederer Correctional Complex Unit 1, ID, Tower A, and various sally ports and mangates. There is an alternate for similar scope in the entry wing of Unit 3. The work of the Project involves removal of existing secured door access control system components and upgrade of the head end, monitoring location control stations, and interconnections of the control stations to the doors and gates. Upgraded system components at select doors and head end will include (but not limited to) door hardware, associated raceways, wiring and programs for a fully operational secured door access control system. Scope also includes replacement and/or upgrade of door hardware and frames for five doors as indicated on architectural documents. All work of the Project must be coordinated with RCC and performed within the work periods established by the DOC.

Project Location: LaGrange

More Details

RFB-110-26 RE-AD of RFB-72-26 DMA – ASHLAND RC WINDOW REPLACEMENT

RFB-110-26 RE-AD of RFB-72-26 DMA – ASHLAND RC WINDOW REPLACEMENT

Estimate:
$2,090,070.00

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

Replacing all existing windows/aluminum storefronts (w/ doors) and associated flashing. Repairing existing copper gutters and downspouts. Removing and replacing all exterior expansion joints as well as resealing all exterior wall penetrations. Existing lintels are to be replaced as necessary for the replacement of windows as well as masonry tuckpointing and concrete parge coat repair.

Project Location: Ashland

More Details

RFB-103-26 EEC-AML-24014AMLBAML

RFB-103-26 EEC-AML-24014AMLBAML

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

This site is the location of previous surface/auger mine works. Drainage from the mine works is causing damage to the reclaimed pasture areas and was previously addressed partially as the Nelson Thompson Slide and Drainage HP AMLRP. This project proposes to correct drainage issues that persist after the previous project. This project has two separate areas (Areas “A” and “B”). At Area “A”, subdrains will be installed on the existing bench above the Barn/Lot.
Additional subdrain will be installed on the slope above the Barn/Lot at a identified saturated area. This water will be conducted via Class II/III ditches and culverts to the established natural drain. Additional subdrain will be placed in the maintained pasture area where drainage is migrating to the surface. These subdrains will outlet to the existing diversion immediately downslope of the pasture area. At Area “B”, core drains that were previously installed have failed. The core drains will be removed and replaced with standard subdrains with the outlets to a previously installed ECB ditch.

Project Location: Lawrence County

More Details

RFB-104-26 EEC-AML-23067AMLBAML

RFB-104-26 EEC-AML-23067AMLBAML

Estimated Length of Project:
(Substantial Completion) + 480 Calendar Days (Final Completion)

The 23067AMLBAML Reclamation Project will reclaim approximately 77 acres of areas
adversely affected by past coal mining operations.
The reclamation task of Stony Point AML Reclamation Project is divided into five (5)
earthwork areas with acidic refuse, mine spoil ridges, and mining impoundments. Work includes backfilling existing mine pits/silt ponds with adjacent mine spoils. All water below 6.0 pH shall be treated in strict accordance with KYAML technical specifications. A pump to dewater the pits is likely needed. A domestic & mining debris disposal bid item is included for removing and properly disposing of all items that qualify. Silt Fence and Silt Traps are included to control all sediment from the site during construction activities. Ditches lined with ECB and Class II and Class III channel lining are proposed to properly handle surface waters within the construction limits as designed. Likewise, 18-inch HDPE culverts are included to properly handle surface waters as designed. ECB Anchors will be installed as needed to secure in place erosion control blanket in proposed ditches and as a secondary silt control measure. Filter Fabric is included to use in aggregate ditches to increase stability and reduce sediment. Permanent Low Water Crossings are proposed for stream crossings in some areas. Revegetation efforts include Seed Bed Prep, Agricultural Limestone, Fertilizer, Seed, Mulch, and Crimping. Agricultural Limestone is also to be used as a barrier between acid and cover material. Limestone sand is included for ditches which are constructed over acidic materials and other areas as passive treatment where designated. Roadway Stone is setup to facilitate construction access and to maintain “in kind” existing gravel roads.
The entire project work area slated for any excavation has been previously disturbed by
coal mining operations, utility installation, road construction, residential development, and/or high velocity water flows associated with heavy rain events and flooding.
Construction disturbances will be kept to a minimum through the use of a stringently
formulated sediment and erosion control program. Hay bales & silt fence will be installed and maintained at all disturbed areas for silt control in accordance with AML’s Best Management Practices. All disturbed areas will be promptly revegetated using agricultural limestone, fertilizer, seed, and mulch, as needed.

Project Location: Hopkins County

More Details

RFB-106-26 KCA – Capital Improvements Bid Package 1 Security Upgrades

RFB-106-26 KCA – Capital Improvements Bid Package 1 Security Upgrades

Estimate:
$5,092,000.00

Estimated Length of Project:
08/21/2026 (Substantial Completion) + 09/18/2026 (Final Completion)

Replace the entire building’s fire alarm system. Patch and refinish affected surfaces of drywall, masonry, wallpaper, carpeting, acoustic ceiling tiles, fiberglass-reinforced panels, etc. Control access at the street-level lobby by adding select partitions, aluminum storefront system, doors, hardware, and access control. Retrofit select existing doors with new door hardware sets. Reprogram elevators to control access. Security upgrades include replacement of existing card readers, adding new card readers to select doors, upgrading select door locks, and adding select news cameras and moving existing cameras over to the new VMS software.

Project Location: Louisville

More Details

RFB-107-26 KCA – Capital Improvements Bid Package 2 Theatrical Upgrades

RFB-107-26 KCA – Capital Improvements Bid Package 2 Theatrical Upgrades

Estimate:
$5,412,000.00

Estimated Length of Project:
09/04/2026 (Substantial Completion) + 09/18/2026 (Final Completion)

Kentucky Center for the Arts has two theaters. The larger is Whitney Hall, and the smaller is the Bomhard Theater. In the Whitney theater, demolish/abate existing asbestos-containing fire curtain at the proscenium opening and replace with new framed, fire curtain including new loftblocks, motorized traction drive headblock, steel backbone, control systems, automatic and manual release systems. In both Whitney and Bomhard theaters, demolish and haul away existing orchestra pit lifts and associated motors, drives, etc. In Whitney, reuse and modify the existing lift structure of Lift B. Demolish Lift A entirely. In Bomhard, reuse existing lift structure for both Lifts C and D. Furnish and install new orchestra pit lifts including lift mechanisms and drives and structural steel, perimeter skirts, control systems, and safety systems. Lifts to receive new structural steel dunnage support frames at the pit floor. Whitney theater lifts to receive new wood dance floor system. Bomhard theater lifts to reuse existing stage flooring system. Furnish and install new removable railing systems at multiple levels in both the Whitney and Bomhard theaters. In the Whitney theater, replace the automatic rigging controls, including all electrical work and control wiring.
Alternate Scope:
In Whitney theater, remove existing stage floor and replace with new wood dance floor system. Replace work light controls in both theaters, refurbish and upgrade the dimming and network control systems in both theaters, add color-changing work lighting in both theaters, replace index strip lights and controls in both theaters, add cue lighting system in the Whitney theater, add blue running light system in the Bomhard Theater.

Project Location: Louisville

More Details

Grant Funded Drainage Improvement Project

Grant Funded Drainage Improvement Project

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Grant Funded Drainage Improvement Project, Contract No. 2026-005, Budget ID No. C25102, Drawing Record No. / Sheet No. N/A, until 2:00pm, Local Time, November 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: 673 220 567#.

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 includes different drainage projects throughout Jefferson County. All work shall be done in accordance with 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 $900,000.00 and $1,200,000.00.

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 Joe 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 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.

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 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: 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-101-26 EEC-AML-25022AMLMAML

RFB-101-26 EEC-AML-25022AMLMAML

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

The primary slide abatement planned consists of a strip to rock with the sides transitioning back to the original ground. Combination Rock Ditch and Class II/III ditches are to be installed to control the drainage for the site. A Rock Toe Buttress will be installed to help stabilize the material that is placed in the waste area.

Project Location: Perry County

More Details

RFB-100-26 KYTC – Johnson Co Chemical Storage Building

RFB-100-26 KYTC – Johnson Co Chemical Storage Building

Estimate:
$287,173.00

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

The purpose of this project is to provide a new pesticide storage building design for state highway maintenance lots. The 1,500 SF building will have a concrete foundation and slab floor with a 250-gallon containment pit. The walls are wood framing with metal exterior wall panels, thermal insulation and metal liner panels. Two (2) man doors and a sectional overhead door provide access. The roof is wood framed with ribbed metal roof panels with gutters and downspouts. Provided inside is heat to maintain a minimum temperature of 50 degrees Fahrenheit, mechanical ventilation, LED lighting, and a portable emergency eyewash station that complies with ANSI/ISEA Z358.1 standard for emergency eyewash and shower equipment.

Project Location: Johnson County

More Details

RFB-64-26 Repair/Replace Air Handling Unit Oakwood Cottages 114 Cabinet for Health and Family Servic

RFB-64-26 Repair/Replace Air Handling Unit Oakwood Cottages 114 Cabinet for Health and Family Servic

Estimate:
$211,000.00

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

The existing multi-zone Air Handling Unit (AHU) and condensing unit serving Cottage 114 of the Oakwood Intermediate Care Facility is to be replaced with new single-zone split systems. The existing mechanical pit is to be expanded to accommodate the new HVAC equipment. The existing switch and fuse distribution panelboard serving the HVAC equipment is to be replaced with a new circuit breaker distribution panelboard.

Project Location: Somerset

More Details

RFB-97-26 EEC-AML-23131AMLBAML

RFB-97-26 EEC-AML-23131AMLBAML

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

A slide has occurred on the slope behind/beside the citizen’s residence
impacting yard drainage. This project addresses the slide by stripping the area to rock with transition to the natural slope adjacent. Two portals immediately upslope will be closed with standard wildlife closures. An excavated rock ditch will be installed to conduct drainage from the portal area to the yard below and ultimately to the highway ditch. Subdrain will be installed along the existing ditch to collect and conduct emergent drainage around the residence and yard to the highway ditch downstream.

Project Location: Martin County

More Details

RFB-98-26 EEC-AML-24033AMLBAML

RFB-98-26 EEC-AML-24033AMLBAML

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

The yard around the residence at this site is being saturated by subsurface drainage from the eligible mined seam above. This project will install subdrain between the toe of the slope and the residence to collect the subsurface drainage saturating the yard. Collected drainage will be routed via installed culverts to the existing drainage at the roadside ditch along Upper Blackberry Road. A culvert will also be replaced crossing the citizen’s driveway for drainage and construction access.

Project Location: Pike County

More Details

RFB-99-26 EEC-AML-25060AMLBAML

RFB-99-26 EEC-AML-25060AMLBAML

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

This site will consist of the removal of a slide that has occurred behind Mr. Johnson’s garage. The slide is pushing up against the garage with about 0.11 acres being disturbed behind the garage. This will allow enough room to construct a 110 LF, 10 feet high permanent debris barrier wall behind the garage. Along with an 80 LF, 6 feet high non-reinforced block wall type 1 that will be located to the side of the barrier wall. Also being installed will be one mine portal wildlife closure that is located next to the slide area and two standard non-wildlife mine portal closures that are in the slide area. To help with drainage in the area 200 LF of 8inch HDPE pipe will be installed behind the garage and to both sides of the garage. Due to anticipated damage to the existing concrete driveway, it will be fully replaced with new concrete at a thickness of 3.5 inches and a width from 10 to 14 feet. Steel wire mesh reinforcement will be installed within the concrete for added durability

Project Location: Letcher County

More Details

RFB-96-26 Parks – Jenny Wiley Marina Reconstruction

RFB-96-26 Parks – Jenny Wiley Marina Reconstruction

Estimate:
$10,478,271.00

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

The project is a full replacement of the marina. Each dock, gangway, landside stairs/abutments, and associated utilities are to be demolished. The existing stiff arms and their foundations will remain. The stiff arms will be sanded, painted, and attached to the new marina. The western portion of the cove will be dredged to provide adequate depth for Docks C, D, E, and F per the design drawings.
Docks G and H are to be relocated and reassembled for use as temporary dock moorage during construction. The temporary moorage will provide 22 slips that are large enough to accommodate the largest houseboats currently occupying the existing marina. Electric will be provided for the temporary dock. The temporary dock is not a recreation dock. Houseboat owners will move their boats to the temporary dock, where they will remain throughout construction.
Construction should be staged in a manner that permits 44 house boats to remain in the water with shore power. 22 houseboats will be moved to the temporary dock by the houseboat owners. The other 22 should be able to remain at the marina while other demolition, dredging, and construction occur.

Project Location: Prestonsburg

More Details

RFB-93-26 EEC-AML-25019AMLMAML

RFB-93-26 EEC-AML-25019AMLMAML

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

The proposed project consists of one site located in Hazard, Ky. A large slide has occurred just above the home and is currently active. Drainage is seeping through the slide area and causing the slope to stay fully saturated. The homeowner has tried to keep the slide material cleaned up but it continues to come down on and around their home. In addition to the slide, there’s a steady flow of drainage coming from the middle of the slide and is pooling up around the home’s foundation. Reclamation plans will include removing slide material and hauling it to an offsite waste area, stabilizing the toe of the slope behind the home with a concrete retaining wall and subdrain to transport drainage to the roadside ditch. Other features will include ditches along Boone Ledge Drive.

Project Location: Perry County

More Details

FWAE-001-26 FILO CY2026

FWAE-001-26 FILO CY2026

The Kentucky Department of Fish and Wildlife Resources (KDFWR) issues this solicitation with the intent of
contracting with a single vendor per geographical region (three) to provide Civil Engineer Services for FILO Projects
to be utilized by the KDFWR.
The purpose of this solicitation is to select a vendor to provide services on multiple “in lieu of
fee” mitigation projects located in the listed geographical regions, but this does not guarantee work. The vendor
may be used on a case-by-case basis. The selected firm must have the ability to provide all non-construction
related services for in-lieu fee mitigation projects for the specified geographic regions depicted in attachments and
listed below:
North Region (Northern Kentucky, Lower Licking River, and Lower Kentucky River FILO Service Areas)
East Region (Big Sandy, Upper Licking River, Upper Kentucky River FILO Service Areas)
Southwest Region (Upper Cumberland, Lower Cumberland River, Salt River, Green River, and Jackson Purchase
FILO Service Areas)
This RFP applies only to the areas listed above. In-lieu fee mitigation projects outside
of the described geographic area are not covered as part of this RFP.

Project Location: Various

More Details

RFB-89-26 KCA – Elevator Repairs Kentucky Center for the Arts

RFB-89-26 KCA – Elevator Repairs Kentucky Center for the Arts

Estimate:
$312,160.00

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

The project includes demolishing the existing kitchen dumbwaiter and replacing it with a new dumbwaiter. It also includes modifications to passenger elevators No. 1, No. 2, and No. 4, as well as modifications to service elevator No. 3. These modifications are to implement recommendations from an elevator assessment report.

Project Location: Louisville

More Details

RFB-90-26 DJJ – Security Upgrades-Juvenile Detention Centers

RFB-90-26 DJJ – Security Upgrades-Juvenile Detention Centers

Estimate:
$356,200.00

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

This project is for Door Modifications at the DJJ-Adair Regional Detention Center in Columbia, Kentucky.
The scope of work includes replacing selected doors and adding new tray slots in existing doors in the dormitory units and intake.

Project Location: Columbia

More Details

RFB-94-26 EEC-AML-24002AMLBAML

RFB-94-26 EEC-AML-24002AMLBAML

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

Project limits include 3 acres with an expected disturbance of 0.2 acres within the project boundaries. Project limits for the offsite waste area include 1.5 acres with an expected disturbance of 1.5 acres. Within the project limits a total of 0.1 acres of trees will be disturbed. The waste area was previously disturbed and does not involve tree removal. The project boundary is primarily residential including houses, outbuildings, and driveways. Drainage structures and retaining walls will be constructed in the yards, behind the houses and structures and along the driveways. The project site is characterized by a small slide, 4 open portals, 3 collapsed portals and seepage from the portals and slide. The slide damaged an existing storage building on the property, which was subsequently replaced following clean-up of the slide by the property owner. However, there remains a significant amount of seepage from the open portals and throughout the material on the upper bench and below at the elevation of the property owner’s residence.

Project Location: Pike County

More Details

RFB-95-26 25032 AMLMAML AML Project

RFB-95-26 25032 AMLMAML AML Project

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

This project consists of 2 slides behind house A and House B at 144 Hosscat Lane in Perry, County. The landowner has removed some of the material away from house B but is in danger of more material sliding.

Project Location: Perry County

More Details

RFB-92-26 KSFB – Downtown Garage Expansion Joint Repair 2023

RFB-92-26 KSFB – Downtown Garage Expansion Joint Repair 2023

Estimate:
$780,000.00

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

Scope of Work to include the selective demolition and replacement of (4) existing expansion joints across (2) levels between two existing parking garages and concrete repairs to the surrounding structural elements (slabs, beams, columns). Concrete Work to be performed on this Project is considered critical to the structural integrity of the structure and requires a Contractor highly skilled in expansion joint replacement and post-tension tendon repair in post-tension concrete slab system. See Section 14 Other Special Conditions of Contract for Contractor Qualification requirements. Shoring of the existing concrete slab may be required on this Project if post tension tendons are to be trenched across any portion of the concrete slab.
The garages will be occupied during the repair projects and shall remain in service during the project. The Project requires the installation of a temporary entrance to the Parking Garage along West Liberty Street at Level 1, see structural plans. After repairs are made to the expansion joints, the contractor shall remove the temporary entrance and restore it to its previous condition. The transportation, unloading, storing, erection or installation, testing, and making operable of all parts of the Project shall be included under the Agreement at times appropriate thereto

Project Location: Louisville

More Details

RFB-87-26 KSU – Elevator Repairs, Modernization and Associated Work

RFB-87-26 KSU – Elevator Repairs, Modernization and Associated Work

Estimate:
$1,375,000.00

Estimated Length of Project:
7/7/26 (Substantial Completion) + 8/14/26 (Final Completion)

The goal of this project is to repair and refurbish one (1) elevator in James L. McCullin Hall on the campus of Kentucky State University. MEP improvements to the building are required to support the elevator upgrades.

Project Location: Frankfort

More Details

Subcontractor Outreach Event on 9/11 for the Chandler Expansion

Subcontractor Outreach Event on 9/11 for the Chandler Expansion

The UK Chandler Expansion is a 2 Million SF, 895-bed addition to the hospital campus,
expanding inpatient capacity and clinical support services. The facility will include adult and
pediatric rooms, ICUs, observation spaces, operating and procedure rooms, diagnostics,
imaging, pharmacy, lab, administration, retail, and meeting spaces. The project also delivers
major non-clinical upgrades, including a new Central Utility Plant, expanded site utilities,
electrical substation and transmission upgrades, roadway improvements, a 2,400+ space
parking garage, demolition of existing structures, and a comprehensive campus site upgrade.
Walsh Turner JV, UK and the Design Team will be available to meet one-on-one with
interested companies immediately following the presentation.<Br

Thursday, September 11th, 2025
University of Kentucky Longship Club
3 PM – 6 PM
Located at Kroger Field
1540 University Dr, Lexington, KY 40506



Chandler Expansion Subcontractor Outreach Flyer



If interested, click here to complete the form.

Project Location:

More Details