The project involves re-roof work at the Little Sandy Correctional Complex in Sandy Hook, KY. The project is for the State Houses, General Housing Units, Facility Building, Minimum Security Unit, East Region Training Center, Restricted Housing Unit, and the Gym/Chapel/Academic Building. The total roof square footage of work is approximately 196,440 SF of roofing material to be removed and replaced. The existing roof systems are two-ply modified bitumen, asphalt shingle, and metal roofs. The new roofs will be a two-ply SBS modified biumen re-cover system, asphalt shingles, and a sheet metal roof. All pre-finished metal roof coping caps, flashings, accessories and terminations are to be replaced. Some buildings not receiving a new roof will also receive new gutters and downspouts.
This project is intended to expand the existing pharmacy while maintaining full pharmacy operations
throughout construction. In addition, the clinic requires additional exam capacity, so the scope
includes renovations to existing workrooms to accommodate four new exam rooms within the
current clinic footprint. The expansion will also include two points of care rooms within the new
pharmacy space. Refer to the drawings and specifications for complete project details.
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Middletown Station Pump Station Elimination, Contract No. 16989, Budget ID No. H23039, Drawing Record No. / Sheet No. 1-7, until 10:00 am, Local Time, Tuesday, March 31th, 2026, and will be publicly opened and read at that time. The public may attend the bid opening via teleconference call at 502-654-8113 (Dial-in Number) Conference ID: 820 993 448#.
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 1,048 linear feet of 8-inch sewer; 7 sanitary manholes; pavement restoration; erosion prevention and sediment control; decommissioning of one pump station (Middletown Station); and appurtenant work. This project is generally located at the southwest corner of Townepark Circle in the Eastgate Business Center extending towards Wooded Falls Road. 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 over Microsoft Teams at 11:30 A.M. Local Time, Monday March 16, 2026. There will be a non-mandatory site visit held for this project. The non-mandatory site visit will be held at 12610 Townepark Circle at 12:30 PM, Local Time, Monday, March 16, 2026. All persons attending the site visit shall provide their own personal protective equipment (PPE).
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 Katie Burton. 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 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
The Project includes a bituminous asphalt mil and overlay of approximately 3,500 LF of existing Taxiway A pavement and the adjacent connectors, unclassified excavation at the Runway 6-24 and Taxiway A infield to correct aviation grade deficiencies; bituminous asphalt mil and overlay of Taxiway C near the West Ramp; and the relocation of hold position signage and pavement markings along all of Runway 15-33. The project also contains four bid alternates: West Ramp mil and overlay; construction of a bituminous pavement section run-up pad adjacent to Taxiway A near the Runway 24 end; conversion of East Ramp pavement to a grassy island; and construction of a bituminous pavement t-hanger taxilane connector.
University of Kentucky Healthcare – 2615.0 ESP-1 Chiller Relocation
University of Kentucky Healthcare – 2615.0 ESP-1 Chiller Relocation
The Chandler Expansion project will involve the construction of a 2.08 million SF,
895 bed facility – with the focus on the expansion of the Chandler Patient Care
Facility. The building will accommodate additional inpatient beds and clinical
support services. General services targeted for this location include, but are not
limited to, adult and pediatric inpatient rooms, observation spaces, operating rooms,
minor procedures, diagnostic services, imaging services, pharmacy, retail, lab,
administration, support, and meeting spaces.
Western Kentucky University – WKU-10461 Request for Qualifications
Western Kentucky University – WKU-10461 Request for Qualifications
Western Kentucky University is accepting proposals from Licensed Professional Architects
& Engineers in the following disciplines listed below to establish Contracts for a 5-year
contract with a yearly option at year six up to 10 years. The offerors will be expected to
provide architectural and engineering services for inspection, design and supervision of
miscellaneous renovation and improvement projects as required by Planning, Design
and Construction or the Department of Facilities Management. Chosen firms and
awarded contracts will be based on qualifications. The services may consist of any of the
following. Offerors must identify each discipline for consideration. Offerors can provide
services for multiple categories.
Lexington-Fayette Urban County Airport Board – RFQ for Architecture and Engineering On-Call Services
Lexington-Fayette Urban County Airport Board – RFQ for Architecture and Engineering On-Call Services
Lexington-Fayette Urban County Airport Board (LFUCAB) is issuing this Request for Qualifications (RFQ) to qualified firms interested in serving as the On-Call Architect and Engineer (A&E) for the Blue Grass Airport located in Lexington, Kentucky. Projects at this facility will have oversight by and coordination with various local, state and federal agencies including but not limited to the FAA, TSA, KDA, KYTC, LFUCG and EPA.
The airport’s vision of a “welcoming approach” encompasses all aspects of its operation. Modernizing aging facilities and supporting regional growth is essential to serving the mix of business, vacation and family travelers. In addition to better serving current stakeholders, enhanced facilities foster growth of existing general aviation and airline traffic, while attracting new entrants to the market.
In the first step of this procurement process, interested firms will submit a Statement of Qualifications (SOQ) detailing the firm’s relevant project experience, Key Personnel, and summary approach to the project and quality management. Firms may be shortlisted and interviewed at the airport’s discretion.
RFB-229-26 Re-Ad of RFB-136-26 EEC-AML-24082AMLBAML
RFB-229-26 Re-Ad of RFB-136-26 EEC-AML-24082AMLBAML
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.
Jefferson County Public Schools – Fern Creek Elementary Security Vestibules
Jefferson County Public Schools – Fern Creek Elementary Security Vestibules
Scope of Work
– The following is the primary scope of work at Fern Creek Elementary School Security Vestibules. Refer to drawings and specifications for full details of the project.
– Installation of hollow metal doors and frames, new storefront systems, new ceilings, and new door hardware for new secure vestibule.
– Miscellaneous demolition and patching of existing walls, floors, and ceilings.
Project entails the removal and replacement of furnaces, condensing units, and mini-splits serving the Genesis Building on the campus of Western State Hospital. The building contains sleeping quarters and all work shall be performed in a phased manner to minimize disruptions. Electrical modifications shall occur to accommodate the new HVAC equipment. Minor modifications to ductwork and piping to accommodate the new HVAC units shall occur. Concrete pads shall be provided for all equipment.
Powell County Schools – Powell County Elementary School Vestibules
Powell County Schools – Powell County Elementary School Vestibules
The work includes the construction of two secure entry vestibules at the two schools listed above. The
work at Bowen Elementary consists of a new hollow metal framed opening and counter in a CMU wall
between the entry vestibule and the receptionist. Door access controls and the retro fitting of existing
doors is included, along with painting of walls. The work at the Clay City Elementary consists of enclosing
two bays of the existing front portico with masonry walls, structural footings, new doors & windows, new
concrete slab and sidewalk, new interior finishes. The office area will include interior reorganization of
rooms, new casework and finishes, new doors, new openings and infilled openings with door access
controls as part of the interior renovations.
Louisville Water Company is requesting Bids for the following. Project includes a section of Harmony Village Road in Prospect, KY. The referenced project consists of the supply and install a total of 2,295+/- LF of water main, including supply and install of 1,455+/- linear feet of 6-inch DR-18 C900 PVC water main, 755+/- linear feet of 8-inch DR-18 C900 PVC water main, and 85+/- linear feet of 6-inch Pressure Class 350 restrained joint ductile iron water main using traditional trench installation techniques. Also included with the project is the supply and installation of 55+/- LF of 16-inch steel casing pipe and 4 (four) fire hydrants. Fire hydrant removal, main cut and plugs, and restoration on and along Project Limits as stated above shall be included. Contractor shall supply and install all materials required for the completion of this project. This project will be wholly or partially funded by the American Rescue Plan Act of 2021, Coronavirus State Fiscal Recovery Fund. See Appendix A in the Supplementary Specifications for clarifications and/or requirements that shall pertain to this project.
This project will be wholly or partially funded by the American Rescue Plan Act of 2021, Coronavirus State Fiscal Recovery Fund. See Appendix A in the Supplementary for clarifications and/or requirements that shall pertain to this project.
Questions or inquiries relating to this project must be submitted through the Louisville Water Company web-based portal by the date and time indicated for this bid.
The Company’s Project Manager’s estimate for the Contract plus Company supplied materials for this Project is $500,001 – $1,000,000/Bonds & Prevailing Wage Required. If the Company’s Project Manager’s estimate for the Contract plus Company supplied materials exceeds $250,000: a Bid Bond is required. For this Contract, a Bid Bond is required.
Bids will only be accepted from Bidders who have been pre-qualified by the Company in the pre-qualification category or categories that apply to this Bid. This Bid requires Prime contractor to be prequalified in any of the following categories: 4” – 16” PVC Water Mains. For information about pre-qualification, contact the Buyer listed above.
The Company will award the Contract to the Bidder presenting a Bid that is responsive to the Specifications, is in substantial compliance with the Contract requirements, and presents the lowest and best price for performing the Work making up the base bid and or Bid that Company determines is in the Company’s best interest, which may not necessarily be the least expensive
Bid.
Bid Documents except the Bid Table may be obtained from Lynn Imaging located at 11460 Bluegrass Pkwy, Louisville, KY 40299, (502) 499-8400 and www.lwckyplanroom.com. One copy of the Bid Documents (includes technical specifications and a full set of plans) will be available at no charge (not including shipping/delivery charges) to Contractors that are prequalified with Louisville Water Company in the category(ies) specified for this bid. For details regarding the charges that apply to non-prequalified contractors, go to www.lwckyplanroom.com. The Bid Table is available in Microsoft Excel via download from the designated portal on Louisville Water’s electronic bidding site at https://louisvillewater.bonfirehub.com/portal/.
Eastern Kentucky University – Model Laboratory Schools – Early Structural Packages
Eastern Kentucky University – Model Laboratory Schools – Early Structural Packages
The new Model Laboratory Schools facility will encompass approximately 268,625 gross square
feet and service up to 1,000 students from preschool through 12th grade. More than just a school,
the facility is being developed as a statewide model for educator preparation, supporting teacher
training, school safety and research through formal partnership with Eastern Kentucky
University’s College of Education. The facility will house administrative offices, professional
development and training spaces, student amenities, performance arts center, competition
gymnasium and an auxiliary gymnasium, which will also function as an ICC 500-compliant
storm shelter.
Structural systems consist of rock bearing foundations, caissons, structural steel frame and
decking. The ICC -500 storm shelter will consist of loading bearing CIP concrete walls and
precast double t roof structure.
Building envelopes consist of cold-formed framed exterior walls with batt insulation and closed
cell foam providing air and vapor controls. Brick veneers and stone will provide a traditional
feel to the facility. Roof system will be primarily two-ply SBS modified bituminous membrane.
The building’s mechanical system will consist of air-cooled screw chillers and gas fired boilers
serving AHUs and VAV units with hot water reheat. New water, sanitary and gas systems will
be provided for building and site infrastructure. Electrical systems will consist of new power and
communication infrastructure, LED lighting and systems to accommodate future technologies
and smart building integration.
Site development will create a modern campus environment and will consist of outdoor learning
and play areas, building courtyard, natural and synthetic athletic fields. Asphalt roadways and
porous paver parking areas will be provided. Landscaping and stormwater management have
been designed to Eastern Kentucky University standards.
An early site preparation package was procured by the university and consisted of site
demolition, mass earthwork, southern roadway infrastructure and a bridge culvert. The early
additional packages consist of foundations, steel, and double t roof structure. In the near future
the remaining building and site improvement packages will be advertised.
The project will be constructed utilizing a “Construction Manager / General Contractor
(CM/GC)”. The successful Individual Bid Package Contractor will enter into a contract with the
CM/GC. D. W. Wilburn, Inc. will serve as the CM/GC for the project. No contractual
relationship will be entered into between the successful Individual Bid Package Contractor and
Eastern Kentucky University.
This Advertisement For Bids consist of the following Bid Packages to complete the project
scope:
BID PACKAGE 1 – CONCRETE
BID PACKAGE 2 – STEEL – FABRICATION
BID PACKAGE 3 – STEEL – ERECTION
COMBINATION BIDS WILL BE ACCEPTED FOR BID PACKAGE 2 AND BID PACKAGE 3
AS “COMBO BP#2 & BP#3”
It is the intent of the Construction Manager / General Contractor (CM/GC) to competitively bid
and make offer for BP#1 – CONCRETE per the standard regulations for construction of the
Commonwealth of Kentucky.
Estimated Length of Project:
(Substantial Completion) + 90 Calendar Days (Final Completion)
This project is a follow-up project to a prior AML project to address remaining site issues,
including gradework, handling of waste concrete, and spreading of offsite topsoil for proper revegetation of the residential site. A pre-cast concrete block wall and ramp will be constructed for basement access.
Drainage will be tied into previously installed subdrain, and gutters will be installed on the house to carry water to the existing drainage structures. A previously disturbed concrete pad and driveway will be replaced. An existing porch awning will be reinstalled. Repairs to previously disturbed utilities will be made as well.
This project includes the installation of new underground electrical infrastructure at the Kentucky School for the Blind campus to support ongoing building improvements and future power needs. The work primarily consists of constructing new duct banks, installing transformer pads, and providing associated site electrical equipment to establish a reliable distribution pathway from the utility to campus buildings.
This project consists of the removal and replacement of existing roof system & skylight.
1.Remove existing roofing to LWIC
2.New Roof System
a.Mechanically attached nailed vented base sheet
b.Apply one layer of SBS-modified bitumen fiberglass mat base ply in cold asphalticadhesive.
c.Install one ply of granule surfaced SBS modified bitumen cap ply in cold asphalticadhesive.
3.Install new metal flashing around perimeter of flat roof area.
4.Install new access ladder.
5.Install interior protection as indicated on drawings
6.Remove existing skylights & replace with new skylights
Estimated Length of Project:
June 15, 2026 (Substantial Completion) + June 30, 2026 (Final Completion)
The intent of this project is to replace the existing cooling tower as it is consistently leaking
from the basin. Further measures have been provided to protect the longevity of the system
such as; heat trace and insulation on exterior pipes, cold basin heater and a basket strainer.