Bullitt County Extension District Board – Bullitt County Extension Office Addition and Renovation
Bullitt County Extension District Board – Bullitt County Extension Office Addition and Renovation
This RFP is for Construction Manager as Constructor (CMc) services.
The project consists of a comprehensive renovation of the existing Cooperative Extension building and
construction of two new additions. Renovated areas include offices, meeting rooms, reception and lobby
spaces, circulation, restrooms, and associated building systems. New construction includes a west program
addition housing a teaching kitchen, craft studio, exhibition/gallery corridor, support spaces, and an outdoor
learning terrace, as well as a separate office addition providing expanded administrative and program
workspace.
The improvements are designed to address current operational limitations, including inadequate storage,
limited acoustic privacy, outdated building systems, and constrained space for growing program demand.
Interior and exterior upgrades establish a unified look and feel across the campus through coordinated
materials, finishes, and architectural expression.
The project consists of the renovation of an existing consumer skills Masonry classroom into a Barber School in the Vocational Building. Barber school will consist of a teaching classroom and an open area with 10 hair cutting stations. Owner is furnishing barber school furniture and all associated hair cutting equipment. New ceilings and flooring will be provided. Floor and wall cutting will be required. Exposed ceilings will be replaced with lay-in ceiling grid. Minor modifications to doors and hardware will occur. New lighting, receptacles, and panel will be required. Heat Pumps, an exhaust fan, and associated ductwork will be provided to serve the project space. Plumbing fixtures will be removed and replaced. Additional fixtures will be provided. All work will be performed inside the facility perimeter Security fence.
RFB-191-26 EDU – KSB Scoggan Hall Curtainwall Replacement
RFB-191-26 EDU – KSB Scoggan Hall Curtainwall Replacement
Estimate:
$1,355,190.00
Estimated Length of Project:
August 1, 2026 (Substantial Completion) + September 1, 2026 (Final Completion)
Removal of existing single-glazed curtainwall complete.
Preparation of bearing condition at formerly cantilevered curtainwalls, to consist of steel ledger and sheet metal panel enclosure.
Installation of new 6” thermally-broken aluminum curtainwall with spandrel glass and insulation at ‘blind’ panels at all curtainwall openings, modified and as-existing.
Miscellaneous sheet metal flashing as required to make weather-resistant installation.
Mountain Comprehensive Health Corporation – Autsim Center Early Site Work
Mountain Comprehensive Health Corporation – Autsim Center Early Site Work
The project site is located at 5698 KY Highway 15, Whitesburg, KY 41858. The bid is to furnish all
necessary labor, materials, tools, machinery, warranties, and all other items required to meet the new work
per plans and specifications. Work to include, but not limited to: General Trades, Earthwork, Deep
Dynamic Compaction, Storm Drainage, and Permanent Erosion Controls.
CC-396L-26 Hester Hall Aquatherm Piping Replacement
CC-396L-26 Hester Hall Aquatherm Piping Replacement
The project consists of the demolition and replacement of all Aquatherm water mains, branches and valves. This
is located on floors one (1) through eight (8), and the penthouse. This excludes all the water loops located on
floor eight (8), which will be listed as an alternate. The project also consists of the installation of new shower
fixtures in all showers.
Meade County Water District – 2023 Water System Improvements
Meade County Water District – 2023 Water System Improvements
The Project includes the following Work:
• Construction of approximately 18,500 LF of 16-inch watermain and related appurtenances
along KY 313 (Joe Prather Highway) and KY 1238 (Garrett Road).
• Modifications to the existing Flaherty Pump Station which includes the installation of two (2)
125 HP VFD controlled pumps, larger electrical service, new generator and transfer switch,
and by-pass pumping.
• Installation of new Package Pump Station with two (2) 20 HP VFD controlled pumps along KY
144 in Payneville; water filling station, generator, site work, and yard piping and two (2)
electric motor actuated control valves and vault in the area.
• Rehabilitation of the 300,000 gallon elevated water storage Garrett Tank.
• Rehabilitation of the 300,000 gallon elevated water storage Payneville Tank, including the
installation of a separate 8” fill line within the riser and passive mixing system.
• Miscellaneous SCADA improvements at various system facilities.
Estimated Length of Project:
(Substantial Completion) + 90 Calendar Days (Final Completion)
Planning to replace a damaged and plugged 36 inch CMP and gabion mattress with 125 L.F. of HDPE pipe with headwalls, regrade and seed the area, and correct drainage issues from previous storm damage. Existing Concrete Mattress will be replaced with tied block mat and subdrain. Included are Drop boxes and junction box to incorporate existing peripheral drains. The excavated materials will be placed on adjacent property owned by the resident’s sister to the west approximately 280 ft behind the barn. No trees are proposed to be affected.
The Work includes removal and replacement of windows, hollow metal doors & frames, and storefront glazing systems at Building A and Building B at the Leestown Road campus of BCTC. Exterior louvers at Building B will be painted and resealed at perimeter. One coiling overhead door and two overhead door operators will be installed. Refer to Drawings and Specifications for additional information.
Americana World Community Center – Family Health Centers Renovation
Americana World Community Center – Family Health Centers Renovation
Americana World Community Center seeks to renovate the three-story, 8,979 square foot, former Holy
Rosary Convent building located on its campus at 4801 Southside Drive in Louisville, Kentucky. The first
and second floors will be renovated to become a primary care center, and the lower level of the building
will be renovated to be community center space with offices and areas for arts, crafts, and programs. The
renovation project will include the removal or abatement of asbestos and lead paint and renovation of the
exiting three stories. Renovation includes new entry and elevator addition to make all floors ADA
accessible. New windows, doors and interior finishes. New HVAC, plumbing and electrical.
Kentucky Community & Technical College System has teamed with RossTarrant Architects to assist with flood repairs to the Pike Building Auditorium on Prestonsburg Campus of the Big Sandy Community & Technical College. This project involves the reconstruction of the existing stage, re-upholstery of the existing fixed audience seating, a new stage curtain, miscellaneous repair caused by floodings, and new interior finishes to include paint, carpet, and wood stage flooring.
Estimated Length of Project:
(Substantial Completion) + 180 Calendar Days (Final Completion)
The project will begin as an exploratory geotechnical investigation and dig two exploratory pits and drill 4 exploratory borings. The pits will be dug at the two
surface expressions of subsidence to gather additional information necessary to determine if the subsidence is related to historic mining in the Hawesville Coal Seam. Historical documents suggest this coal seam was mined for steam coal for river boats on the adjacent Ohio River. Four exploratory borings will also be advanced in the general area to determine if mine voids exist and if there has been any collapse in the mine voids if they do exist. Percussion drilling and air-hammer drills are not allowed on this project. Methane monitoring is the responsibility of the contractor, and if methane is encountered, the contractor must immediately implement a plan to secure the area. After the initial exploratory work, AML staff will determine if the subsidence is mine related or if it could be related to collapsing buried domestic tanks or related to karst geologic conditions that may exist at the site.
If it is determined that AML eligible mining is associated with the subsidence events, then soil and rock drilling will be required as generally shown in the plans with location adjustments made as necessary by AML staff. AML employees will utilize a downhole camera to verify current conditions in the mine and to determine the extents of the rock and shale fracturing from the mine subsidence. Approximately 400 gallons of water will be required to flush each hole after drilling is complete to improve the performance of the downhole camera. The contractor should utilize a 400 – 500 gallon “water buffalo” to ensure adequate water is available and can be used to flush the hole in 10-15 minutes. AML staff will make any
necessary adjustments to the proposed hole locations for grouting the coal seam. Six-inch plus diameter holes will be drilled to the Hawesville coal seam in the specified order. The hole will be cased through the soil horizon into solid competent rock with 6-inch diameter PVC pipe. Two grout mixes have been specified. A stiffer grout mix will be used to create pillars around the residences and a more flowable grout mix will used as determined by AML staff. Methods of placement of grout will be evaluated for effectiveness but will require a concrete/grout pump to access areas near the houses or where concrete trucks would damage the yards.
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.
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 in the existing mechanical area well adjacent to Cottage 114. The existing switch and fuse distribution panelboard serving the HVAC equipment is to be replaced with a new circuit breaker distribution panelboard. The new panelboard will power new HVAC equipment provided in this project as well as existing building loads and distribution.
The intent is to provide a comprehensive turnkey proposal that furnishes the owner with a 100%
code compliant modernized elevator system. References to work by others or other trade sections
are not excluded in this work but is intended to help identify work that may be needed that is not
directly elevator related. It is up to the contractor to survey the site and determine the nature and
quantity of work necessary to furnish a code compliant installation.
UK-St. Claire – RFP STC-0004-26 – St. Claire Pneumatic Tube System Purchase
UK-St. Claire – RFP STC-0004-26 – St. Claire Pneumatic Tube System Purchase
UK St. Claire seeks proposals from qualified, experienced manufacturers and integrators of
Healthcare Pneumatic Tube Systems to design, furnish, install, integrate, commission, and
support a new or upgraded pneumatic tube system within our hospital facilities. The goal is to
improve efficiency, reliability, and speed of transport for lab samples, medications, and documents,
ultimately enhancing patient care.
The contractor awarded will be responsible for removal of the existing system and installation of the
new system with minimal disruption to hospital operations. The awarded contractor will provide a
comprehensive, enterprise-grade solution capable of supporting high-volume, mission-critical
transport of clinical items such as medications, specimens, blood products, documents, and small
medical supplies.
Estimated Length of Project:
(Substantial Completion) + 180 Calendar Days (Final Completion)
There is a significant amount of water that is draining from the mine bench causing problems (small slides, mold, drainage, etc.) the proposed plans is to control the water and get it into Frozen creek which is across the road. Access to the bench will be via the gravel driveway down the road from the residence, used to access another residence at the bench level. At this residence, there is drainage from behind the driveway from an old closed portal which is saturating the area and flowing along the driveway. Water has also caused a small slip on the hill adjacent to the drive. This material will be removed and a rock toe buttress installed to stabilize the hill above the road. Approximately 600LF of ditchline will be installed along this drive and up to the portal. Drainage controls will be installed on the bench and at the house level. A small block wall will be installed behind one home to stabilize a small slide and handle drainage.
Estimated Length of Project:
Various (Substantial Completion) + 11/16/2026 (Final Completion)
The majority of buildings on the Kentucky School for the Blind campus are currently heated through a central steam plant. As part of this project, the existing steam system serving Howser Hall, Langman Gym, and the Gregory Recreation Center will be replaced with a new decentralized heating plant. High-efficiency, gas-fired condensing boilers will be installed within Howser Hall and Langman Gym. A new packaged rooftop unit will be installed to provide both heating and cooling for the Gregory Recreation Center.
In conjunction with the steam plant conversion, the existing air-handling units and terminal units within Richie Auditorium will be replaced in kind. Within the Begley Maintenance Building, new mini-split systems will be installed to provide heating and cooling. In addition, a new energy recovery ventilator (ERV) will be installed in Begley to provide code compliant ventilation.
Estimated Length of Project:
(Substantial Completion) + 60 Calendar Days (Final Completion)
Abatement plans will consist of building an access road to the portal. Tearing down the
concrete structure of the mine slope opening and using that material to fill the opening. Then a 12-inchthick concrete pad will be poured over the material to form a permanent closure. A concrete mine monument will then be place on top of the concrete pad. An epoxy coated standing pipe with a concrete base will then be place over the existing pipe that is located near the mine portal location to continue to vent the underground mines.
Estimated Length of Project:
(Substantial Completion) + 120 calendar days (Final Completion)
This site will consist of closing mine portals behind the Collins residence. Water from the portals has affected Mr. Collins barn and is slowly deteriorating. Being installed will be five mine portal standard wildlife closures. Along with hoe ramming the top of all five mine portals. The access road to the portals will need graded and ditches pulled. To help with drainage around the barn 250 LF of 8-inch subdrain pipe will be installed behind the barn along the bench area where three portals will be closed. To drain the water off the bench area 50 LF of 8-inch HDPE pipe will be use to divert water down the hill into a class two ditch with 2-foot bottom 250 feet long. The other two mine portals around the mountain side will not be affecting any structures. Project limits will be a total of 5.27 Acres with a maximum total area to be disturbed for this project will be 2.78 Acres.
DJJ-Design Renovation – Fayette Regional Juvenile Detention Center
Account 523-CBSA-FC-0900: Capacity Upgrade – Convert an existing dormitory housing into a housing unit with eight (8) bedrooms, dayroom, shower, counselor office and multi-purpose room. Renovation includes demolition, new work, three (3) exterior windows, and finishes.
Account 523 CC5G FC11 00: Upgrade to existing water management system to all plumbing fixtures in the housing units.
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of MFWQTC Lab HVAC Upgrades, Contract No. 17339, Budget ID No. D26156, Drawing Record No. / Sheet No. 22, until 10:00 AM, Local Time, Thursday, January 29, 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: 131 986 323#.
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: SCOPE OF WORK COVERED BY THE CONTRACT
A. The Contractor shall provide all materials, equipment, labor, supervision, incidentals, and all other items necessary to complete the project in accordance with the requirements of the Contract Documents.
B. The Work of this Project is defined by the Contract Documents and includes, but is not limited to, the following:
Selective Demolition:
• Remove existing rooftop HVAC units, interior AHU components, supply/return duct- work, piping, controls, and associated electrical feeders.
• Remove portions of acoustic ceilings, soffits, roof curbs, pads, and exterior metal panels as needed for new work.
Mechanical:
• Furnish and install new packaged rooftop equipment, ductwork, hydronic and condensate piping, insulation, dampers, fire-stopping at penetrations, vibration/seismic supports, equipment pads, and automatic DDC controls.
• Provide testing, adjusting, and balancing (TAB) of new and existing systems.
Existing HVAC System Cleaning:
• Clean, disinfect, and verify existing supply/return ductwork and plenums scheduled to
remain.
Coatings and Protection:
• Apply factory/field anticorrosion coatings to new coils, circuitry, and exposed HVAC
metals as specified.
Electrical:
• Provide new feeders, branch circuits, disconnects, VFDs, panel modifications, grounding,
and lighting revisions required for HVAC equipment and ceiling work.
Architectural:
• Patch and trim new duct penetrations through the exterior soffit; install new exterior lou- ver/trim assemblies.
• Remove and reinstall acoustical panel ceilings disturbed by mechanical/electrical work; replace damaged components.
Commissioning and Closeout:
• Start-up, testing, and TAB of all new HVAC systems.
• Provide demonstration and training for Owner staff.
• Deliver O&M manuals and record documents.
All work shall be done in accordance with MSD’s Standard Specifications.
There will be a mandatory pre-bid meeting held for this project. The Meeting will be held at the Morris Forman Water Quality Treatment Center on Tuesday, January 13, 2026 at 11:00 a.m. The address is 4522 Algonquin Parkway. All visitors will be required to furnish their own PPE to visit the site. We can meet at the gazebo at the top of the hill and then walk to the conference room. Will do a lab walkthrough after the meeting.
The Engineer’s Construction Cost Estimate for this project is between $600,000.00 and $1,000,000.00.
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 Julie Potempa. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal. Questions received less than Three (3) 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 consists of the replacement of the building automation systems (BAS) and controls, and additional specific heating and cooling equipment replacement scope.
Main lodge building: The main BAS panel, unitary temperature control panels (TCCPs), and specified controls for existing and new equipment will be replaced. Replace water source heat pump where specified. Other HVAC equipment is to remain.
Conference Center: The main BAS panel, unitary temperature control panels (TCCPs), and specified controls for existing and new equipment will be replaced. Replace gas furnaces and condensing units where specified. Other HVAC equipment is to remain.
Guest rooms: The replacement of existing PTAC controls with new wireless thermostats that are integrated into the Lodge Building’s BAS panel. Existing PTACs and ceiling mounted exhaust fans in all guest rooms are to remain. Ceiling mounted exhaust fans will not be integrated into the BAS.