The goal of this project is to re-cover the existing 2-ply modified bitumen asphalt roof with new cover board and a new 2-ply modified bitumen asphalt roof system. The existing roof will have wrinkles removed prior to the new gypsum roof cover board and roofing. All new prefinished metal coping caps, gutters, downspouts, metal roof splashes, flashings, accessories, and terminations are included.
1.Buildings: 4 (Areas: A-F), 5A, & 5B
a.Remove:
i.Existing membrane roofing system, including insulation, down to existing, sloped concretedecks.
ii.All metal flashings & copings
b.Install:
i.New 2-layers of 2.2” insulation and 1/2” cover board to produce an R-25 roofing system.
ii.New crickets at drainage with 1/2” per foot slope.
iii.New 2-ply SBS roofing membrane with foil faced flashings.
iv.New 24 gage prefinished metal copings, metal counter flashings and edge metals.
v.New roof drain inserts.
The History Center Environmental Control Units (ECU) provide temperature and humidity conditions within a stable range in the Archival Storage Area of the History Center.
This project consists of the installation of two ECUs and associated roof mounted air-cooled condensers, power & control wiring, refrigerant, water and drainage piping to replace the one existing unit and provide redundancy with a second unit. Additionally, the project includes replacing sections of the existing ductwork and the replacement of existing diffusers. The system will be interfaced with the ALC WebControl system to provide temperature averaging, scheduling, monitoring, and reporting of data to CEMCS. The allowance for the controls work is to be included in the contractors bid at the pre-determined allowance listed in the bid documents.
Roof curbs for the remote air-cooled condensers have been included in a roof replacement project separate from this ECU replacement project. The contractor is responsible for coordinating the installation with the roof replacement contractor and is responsible for setting the condensers and running refrigerant piping, electrical and control wiring between the system components.
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. A Concrete Block-Tied Mat ditch will be installed from the top of the slide 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. All material generated by construction activities will be wasted onsite.
This bid package is for Phase 3 of the project involving the restoration of 10,800 linear feet of stream and the treatment of 300 acres of invasive plant species. The objective of this project is to establish a stable, natural stream pattern and dimension to restore the existing degraded habitat, altered primary physical processes, and destabilized in-stream conditions.
Estimated Length of Project:
(Substantial Completion) + 180 Calendar Days (Final Completion)
This site located in Perry County near the community of Buckhorn has a 2.4 acre slide that has left the permitted area and is impacting the stream below. Additionally, major erosion has taken place within the roads and drainage ditches to the point of failure limiting access to the site.
Reclamation efforts proposed are to remove material from the upper slide area and place in a waste area. The remaining slide area will be regraded in place to promote positive drainage and direct runoff to the stream below. The access road will be graded up to the slide area and then rebuilt across the slide area. Drainage ditches along the road and other disturbed areas will be constructed to provide positive drainage. All disturbed areas to include slide and waste area will be revegetated to protect from further erosion.
Estimated Length of Project:
Various (Substantial Completion) + Various (Final Completion)
This project is a HVAC replacement at Kerr Hall at the Kentucky School for the Deaf in Danville, KY. The work is to take place during summer break 2026. The work includes replacement of most mechanical equipment and a new control system. Included in the project are electrical upgrades including switchgear and lighting as well architectural upgrades including ceilings and storefront.
The project involves converting a gravel field into a paved parking lot, with upgraded lighting, improved access, pedestrian pathways, and stormwater collection, infiltration, and detention features.
The project consists of installing new PVC roofing membrane over existing metal roof including the following:
1. Demolition:
a. Remove existing PV panels.
b. Remove obsolete curbs.
c. Remove existing gutters and downspouts
d. Remove existing roof edge metal trim.
e. Disposal of demolition waste materials.
2. New Construction:
a. Install new roofing panels to infill:
i. Openings where obsolete curbs were located.
3. Roofing Installation:
a. Install flute filler insulation between ribs of the metal roof panels.
b. Lay approved cover board over the insulation and ribs, and then mechanically fasten to deck.
c. Lay single ply membrane into place.
d. Mechanically fasten membrane.
e. Hot air weld field seams and laps.
f. Custom flash penetrations then treat with a hot air welder.
g. Install new sheet metal edge flashing, trim, gutters and downspouts, etc.
The project consists of removal of noted wet roof insulation & installation of new SBS Modified Bitumen roofing systems, as follows:
1. Selective Demolition: The following is a general outline of roof work to be performed:
a. Remove the following existing items where indicated on the Drawings:
i. Wet Roof Areas
ii. Flashing.
iii. Coping Caps
2. Installation of New Roofing Systems:
a. Adhere 1/2 primed gypsum cover board in insulation adhesive.
b. Install 2-plys of SBS-modified bituminous membrane roofing.
i. Install modified base sheet in cold adhesive.
ii. Install new cap sheet in cold adhesive.
iii. Heat weld cap sheet laps.
iv. Install foil faced flashings
v. Install coping caps
The project scope includes demolition of five existing buildings in multiple locations across the Kentucky Horse Park campus. Each location requires demolition of the existing structures and appurtenances, demolition of utility services to buildings to be demolished, demolition of pavements as indicated, and restoration to lawn areas. Demolition of the Morgan Building requires strategic removal of structures as indicated in the Documents.
Project Description: The work involves making repairs to the existing concrete flight line in front of the hangars at the Aviation Support Facility. The flight line consists of a series concrete slabs which over time have developed several defects to the concrete surface which are in need of repairs.
Estimated Length of Project:
(Substantial Completion) + 270 Calendar Days (Final Completion)
The project consists of one site totaling 5 acres in size. A large slide has occurred just below the home and is currently active. Drainage is seeping through the slide area and is causing the slope to stay fully saturated. The homeowner has tried to stabilize the slope by installing jersey barriers and ECB on the slope but it continues to move. In addition to this slide, drainage from a deep mine is daylighting from the slope just above the home and causing the yard and house seat to stay saturated. Reclamation plans will include stabilizing the slope below the home with a gabion retaining wall and subdrain to transport drainage to the roadside ditch. Drainage above the home will be captured in a pipe and transported to an excavated rock ditch over the slope, where the drainage is currently flowing. Subsurface drainage will be collected with a subdrain and will also daylight into the excavated rock ditch. To protect the longevity of the subdrain and other features installed from the severely eroded slope above, a concrete block wall will also be installed.
Provide raceways for KU installed underground primary electric to replace a portion of the existing overhead primary electric. Rework secondary electrical services to indicated buildings to receive power from the underground primary electric system. Install KU furnished pull boxes and single phase transformer bases. Provide concrete pads for three phase transformers. Provide raceways for KU provided site lighting fixtures.
The project involves the complete removal of the seven existing rooftop units and installing seven new rooftop HVAC units with adaptive roof curbs, The removal of three Liber units and replace them with VRF split system heat pumps plus the installation of a large VRF system for the Supply Room. Modify the existing exhaust system in the Battery Room by installing a Energy Recovery Unit and a new explosion proof electrical unit heater. Modify the existing DDC control system to except and control the seven new units.
The project consists of the complete replacement of some roof areas and repair & overlay of others, as well as the replacement of clerestory window glass throughout the building.
In overlay areas, the existing damaged roof system is to be removed & replaced with materials to match. The overlay system to be applied is 2-ply mod-bit membrane on ½” coverboard.
The replacement areas will receive a 2-ply mod-bit membrane over tapered insulation on 2-layers of 2” poly-iso insulation. New flashings & metal will be provided at all work areas, as well as new roof hatches & access ladders.
The existing metal frames of the clerestory windows will remain. Glass panels are to be replaced, from the roof surfaces, with specified glazing.
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of North Galt Avenue Sanitary Main Replacement, Contract No. 17230, Budget ID No. D24187, Drawing Record No. / Sheet No. 17230 / 1-9, until 11:00 am, Local Time, Tuesday, September 16, 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: 721 463 866#.
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 installation of approximately 1,020 linear feet of 8-inch sewer, 120 linear feet of 30-inch jack and bore with 8-inch sewer, new property service connections, pavement restoration, 5 sanitary manholes, and appurtenant work. The project is generally located along North Galt Avenue, North of Frankfort Avenue. 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 non-mandatory pre-bid meeting will be held via Microsoft Teams at 11:00 A.M. Local Time, Wednesday September 3, 2025. Microsoft Teams Link https://teams.microsoft.com/l/meetupjoin/
19%3ameeting_NGFhNDE2NzItNTBjYS00MTY2LTgwMmMtZjliMWY4NjRhMmEx%40thread.v2/0?context=%7b%22Tid%22%3a%221d96fa6e-38c4-4eff-a0b072c01218a89c%22%2c%22Oid%22%3a%224ca3bf01-48d1-408f-8dce-603478b512e0%22%7d
The Contractor is encouraged to make a site visit immediately following the pre-bid meeting at 12:30 P.M..
The Engineer’s Construction Cost Estimate for this project is between $700,000.00 and $900,000.00.
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 Brian Bradley, P.E.. 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: 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
This project involves a comprehensive restoration of the exterior façade across multiple elevations of the National Guard Armory located in Campbellsville, Kentucky. Work includes replacing chipped or damaged bricks, tuckpointing deteriorated mortar joints, and repairing and resealing cracked or worn concrete surfaces, including the existing precast concrete fins and soffit conditions, in addition to the sidewalk and entrance areas. Weathered railings will be repaired and repainted, new window assemblies will be installed in select openings, and thru-wall flashing will be added at key roof-to-wall transitions to improve water management.
The project includes installing a new approximately 400-foot by 600-foot, driving skills training pad, with a northerly and southerly access driveway, together with a storm drainage collection and conveyance system and stormwater detention basin. The project includes a base bid component with additive bid alternates as reflected in the drawings and specifications
Estimated Length of Project:
(Substantial Completion) + (Final Completion)
The McCullin Hall Renovation at Kentucky State University encompasses a targeted exterior rehabilitation project that includes architectural, structural, and site improvements intended to enhance the building envelope, site accessibility, and user safety. Work will occur while the building remains occupied, requiring careful scheduling, particularly for window replacement which must be completed during academic breaks, when the building is not occupied.
The renovation includes removal of deteriorated wood trim and replacement with PVC trim, full replacement of hollow metal doors with prefinished aluminum storefront systems, and installation of new exterior hardware. All existing double-hung windows will be replaced with fixed aluminum units, and interior blinds will be upgraded to roller shades. Masonry repairs include both brick and cast stone restoration, foundation wall crack repairs, and concrete patching. Unsafe exterior stairs will be demolished and rebuilt, and existing canopies and supports will be removed and replaced with wall-mounted awnings complete with associated gutters and downspouts. Additional work includes infilling a former entry and stair with masonry, landscape bed replacement along the south façade, and removal of encroaching trees and rusted handrails requiring cleaning and painting. Sitework includes new landscaping, walkways, curb ramps, guardrails, and ADA upgrades, with erosion prevention and sediment control measures integrated throughout construction.
Due to ongoing building occupancy, construction will proceed in two primary phases: Phase 1 (Stairs, Doors, Façade Repairs, Pavement, and Site Work) will run from 9/1/2025 through 1/9/2026, and Phase 2 (Window Replacement and Related Patching) will occur during academic breaks when the dorms are not occupied, specifically 12/13/2025 – 1/9/2026 (Phase 2A), 3/9/2026 – 3/13/2026 (Phase 2B), and 5/9/2026-8/14/2026 (Phase 2C). The contractor must provide diligent site protection, staging coordination, and phasing compliance. All utilities and building access must remain operational unless otherwise scheduled and approved. Compliance with environmental standards, accessibility requirements, and coordination of work near sensitive infrastructure—including utility tunnels and existing landscaping—will be required. Contractors must be experienced with exterior façade work, concrete and masonry repairs, and ADA site upgrades in occupied campus environments.
The project consists of an interior renovation of the existing building. The restrooms will have updated finishes and the men’s side will include the demolition and reconstruction of new showers and drying areas and adding an ADA accessible shower. The project includes repurposing space for a new lactation room and relocating the IT function from a mechanical room to a dedicated IT room. New blast-rated storefront and windows are provided on the ground floor. New clerestory windows are provided in the drill hall. All doors throughout the building are to be replaced with new doors, frames, and new door hardware. Interior finishes include new ceilings, wall paint, and flooring. New resinous flooring, carpet, and polished concrete will be included. Installation of OCIE storage lockers is included in the project.
MEP scope of this project includes major renovations of the building systems. Replacing plumbing DWV and water line piping as well as replacing plumbing fixtures. All HVAC systems and related infrastructure are to be replaced. Lighting will be replaced with new LED, electrical distribution systems modified to accommodate new layouts and equipment, and the life safety systems will be replaced.
The project involves the construction of a cast-in-place concrete foundation mat which will support a STS Training Tower structure located at the Kentucky Air National Guard facility in Louisville, Kentucky.
The foundation mat is designed to support future loads including structural steel framing, storage containers, and a helicopter shell. It is understood that the structural elements for the Training Tower system as designed by KPFF Structural Engineers of Louisville, Kentucky have been fabricated and will be erected in a future project.
The goal of this project is to re-cover the existing 2-ply modified bitumen asphalt roof with new cover board and a new 2-ply modified bitumen asphalt roof system. The existing roof will have wrinkles removed prior to the new gypsum roof cover board and roofing. All new prefinished metal coping caps, gutters, downspouts, metal roof splashes, flashings, accessories, and terminations are included.
The Bell County Forestry Camp Water Tower Rehabilitation – 150,000 Gallon Water Storage Tank shall be blast cleaned in accordance with SSPC SP 10 on the tank interior and exterior. Various repairs shall be made to the tank, then repainted per the required scope of work as specified.