This project consists of the removal and replacement of existing roof systems on 5 separate buildings. All areas are to be demolished down to the existing roof decks and replaced. New shingle roofs will be applied to buildings 20 & 78; new 2-ply modified bitumen membrane roofs will be applied to buildings 31, 33, & 48.
New Shingle rooves will have ice & water at all penetration flashings & at area perimeters which shall extend over rakes & eaves. All new metal flashings & edging will be of pre-finished material.
New 2-ply mod-bit rooves will be over 2 layers of 2.2” rigid insulation & ½” cover board. Tapered insulation shall be used at all drainage crickets & saddles. New coping cap, expansion joint, & control joint flashings shall be pre-finished metal and installed at existing locations. New waterheads, downspouts, & splash pans/splash blocks shall be provided where downspouts do not empty into drain boots.
This project involves site preparation and restoration, shelter replacement, and equipment relocation at selected locations across the Commonwealth. At most sites, existing fiberglass shelters will be replaced with new concrete pre-cast Fibrebond shelters and all equipment moved from the old to the new shelter. Refer to the construction drawings for site-specific upgrades and modifications including site expansion, new generators, new propane tanks, and relocation of existing site components.
The Kentucky VA Cemetery West Columbarium Expansion is located at the existing Veterans Administration Cemetery in Hopkinsville, Kentucky at 5817 Ft. Campbell Blvd, Hopkinsville, Kentucky. The work shall consist of the expansion of a Columbarium area that will consist of earthwork to establish the grades for the expansion area, construction of a plaza area for the new columbarium walls, construction of precast concrete columbarium walls including necessary foundations for 900 new columbarium niches, columbarium wall veneers, site furnishings, finish grading and turf establishment.
The Kentucky VA Cemetery Central Columbarium Expansion is located at the existing Veterans Administration Cemetery in Radcliff, Kentucky at 2501 North Dixie Boulevard, Radcliff, Kentucky. The work shall consist of the expansion of a Columbarium area that will consist of earthwork to establish the grades for the expansion area, construction of a plaza area for the new columbarium walls, construction of precast concrete columbarium walls including necessary foundations for 1,120 new columbarium niches, columbarium wall veneers, site furnishings, finish grading and turf establishment.
This project encompasses renovations and improvements of the existing HVAC system of the Administration Building located at 2815 Taylorsville Rd. Projects will include modifications to the existing HVAC systems to address negative pressure in the building.
At Greenbo Lake State Park Campground- Site renovation includes site clearing and erosion control, earthwork related to adding new pull-thru campsites and expanding existing campsites, asphalt milling and resurfacing, new asphalt pavement, new water line distribution throughout the campground with new campsite hydrants, replacement of the existing campground sanitary dump station and site restoration.
At Yatesville Lake State Park Campgound- site work includes installation of new isolation valves to the existing campground waterlines. New plumbing fixtures are to be included in the existing bath house.
The project consists of the mill and overlay of Taxiway B north of Runway 6-24 and the
removal of shoulder pavement and replacement of edge light base cans and conduit along
Taxiway C between Runway 15-33 and the Terminal Apron in accordance with current FAA
Advisory Circulars. Work includes 6,000 SY of mill and overlay of AC pavement and 900 SY
of shoulder pavement removal with associated demolition, earthwork, drainage, airfield lighting
and signage and utilities.
CCK-2563.0-3-25 CTC + AAC BP09 Site Thermal & Electric Utilities
CCK-2563.0-3-25 CTC + AAC BP09 Site Thermal & Electric Utilities
The Cancer Treatment Center and Advanced Ambulatory Center will be a state-of-the-art
facility providing cancer care and research to treat patients across Kentucky. The full scope of
the program is combined in 3 project parts: Upgrades to Elizabeth Street and roadways on the
west side of the medical campus, Site and Utility upgrades, and a 9 level (including a
mechanical penthouse) 563,475 GSF Cancer Treatment Center (CTC) and Advanced
Ambulatory Center (AAC). The CTC AAC serves both inpatients and outpatients with the
lower 3 floors capable of treating inpatients. The program includes Radiation Medicine,
Imaging Services, Lab, Cancer Urgent Care, an Ambulatory Surgery Center, various cancer
and not cancer clinics, infusion, and women’s cancer services. A divided sky bridge
connection will connect to Pavilion A, primarily for the movement of families, visitors,
ambulatory patients, and staff. The site design provides generous, welcoming landscape
space to create a distinctive healing environment.
CCK-3103.0-1-25 Center for Applied Energy Research Security Upgrades
CCK-3103.0-1-25 Center for Applied Energy Research Security Upgrades
The project will involve upgrading all buildings on the CAER campus to University standards
for campus security. This will involve installation of security systems. New conduit and junction
boxes into buildings that do not currently have infrastructure to accommodate new Schiller
systems. Exterior security cameras at all building entrances. Replace entrance doors to the
Lab Building #1.
Project shall include the replacement of the kitchen hood exhaust fan and the associated ductwork. The hood and exhaust louver shall remain for reuse. Existing hood controls shall be reused to enable exhaust fan.
Construction of wastewater treatment plant improvements and site improvements. Scope includes electrical upgrades, screening structure and mechanical screen with isolation gates, aerators for the oxidation ditch, concrete clarifier splitter box with weir gates, two secondary concrete clarifiers with rotating mechanisms and telescoping valves, concrete UV disinfection equipment and structure with effluent weir, backfill lagoons, control building, site work, RAS/WAS pump station and valve vault, scum pump station and valve vault, and temporary storage and/or treatment of wastewater during oxidation ditch improvements.
Building 400: The restrooms are receiving architectural finish upgrades, new restroom accessories and partitions. Plumbing fixtures and light fixtures will be replaced.
Building 401: The restrooms are being reconfigured and modernized. Existing exhaust air, supply air, lighting, and power systems will be modified to accommodate the new floor plan. New plumbing fixtures, bathroom accessories, partitions and finishes will be provided in each restroom. Provide new floor finishes, new base and wall finish as indicated on plans.
Building 406: Plumbing scope is limited to temporarily removing and then reinstalling floor mounted fixtures to accommodate new architectural flooring. Demo existing floor finishes and resilient base on both floors and replace with new epoxy floor and lvt flooring and resilient base as indicated on plans.
West Shelby Water District – Discovery Point Phase 520 Waterline Extension
West Shelby Water District – Discovery Point Phase 520 Waterline Extension
Discovery Point Phase 520 Waterline Extension consists of installing approximately 620 L.F. of 8”
PVC, SDR-21 waterline and all other necessary appurtenances.
The City of Georgetown – Lanes Run Business Park Phase 3 Expansion
The City of Georgetown – Lanes Run Business Park Phase 3 Expansion
The City of Georgetown is seeking a vendor to provide the following: Construction of approximately 1,820
feet of new roadway with curbs and sidewalks, construct approximately 2,285 feet of 8” sanitary sewer
main (including associated structures, laterals, etc.), construct approximately 1,600 of RCP storm sewer
of sizes varying from 12” to 18” and associated inlets, installation of approximately 42 feet of electric, gas
and telecom road crossing conduit (comprised of 3-4” conduits and 1-8” conduits) meeting Utility
company standards. Additional conduits will be required for AT&T (~3815 LF of 2” Conduit) and Kentucky
Utilities (~5708 LF of 4” conduit and required pull boxes). Addition site efforts include subgrade
stabilization (lime treatment), installation and maintenance erosion control during construction, creation
of a new detention basin including the outlet control structure and spillway, installation of road striping
and signage on the newly constructed road. Coordination with Kentucky Utilities, Kentucky American
Water, AT&T and Columbia Gas for installation of those utilities shall be the responsibility of the
contractor.
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of the Kavanaugh Road Pump Station Elimination, Contract No. 17066, Budget ID No. H09171, Drawing Record No. / Sheet No. 17066/1-32, until 10:00AM, Local Time, Tuesday, June 3, 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: 512 800 989#.
MSD is using a web-based portal for accepting and evaluating bid proposals digitally at http://louisvillemsd.bonfirehub.com/portal for this Invitation to Bid. Documents may be uploaded at any time during the open period indicated for each proposal.
Description and location of Project: This project provides for the construction of installation of approximately 1,390 linear feet of 8-inch sewer; 1,100 linear feet of 12-inch sewer, 230 linear feet of 15-inch sewer; 5,360 linear feet of 18″ sewer; 1,170 linear feet of 21-inch sewer; 39 sanitary manholes; erosion prevention and sediment control; stream restoration; decommissioning of the Kavanaugh Road Pump Station; and appurtenant work. All work shall be done in accordance to MSD’s Standard Specifications.
There will be a mandatory pre-bid meeting held on Microsoft Team for this project. 10:00 AM, Tuesday, May 13th, 2025.
Persons wishing to view the bid documents may do so online at http://louisvillemsd.bonfirehub.com/portal or at the following locations: Builders Exchange of Louisville, Inc., 2300 Meadow Drive; Associated Builders & Contractors of Kentuckiana, 1810 Taylor Avenue; and F. W. Dodge, 1812 Taylor Avenue; all located in Louisville, Kentucky; and the Associated General Contractors of Kentucky, 2321 Fortune Drive, Suite 112, Lexington, Kentucky.
The Project Manager for this Invitation to Bid is Taylor Friesz. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal. Questions received less than ten days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda posted on MSD’s designated web portal will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $200,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms.
The MSE/WBE Program is effective June 1, 2020. If selected as applicable above, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: Not Applicable
This MSD construction project is bid and advertised as: check applicable below
Construction Services:
Construction-related Services:
LOCAL LABOR COMMITMENT PREFERENCE: Yes
COMMUNITY BENEFITS PROGRAM: Yes
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
Morris Forman Water Quality Treatment Center (MFWQTC) DAFT Rehabilitation
Morris Forman Water Quality Treatment Center (MFWQTC) DAFT Rehabilitation
INVITATION TO BID
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Morris Forman Water Quality Treatment Center (MFWQTC) DAFT Rehabilitation, Contract No. 17272, Budget ID No. D17039, Drawing Record No. / Sheet No. 17272, until 11 A.M., Local Time, June 5, 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: 545 636 595#.
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 demolition of equipment in the OGA Courtyard, replacement of existing process equipment located within eight (8) DAFT tanks, replacement of piping (process water/ sludge recycle suction/discharge) and valves in the Pump Room, replacement of sludge recycle pumps in the Pump Room, replacement of existing polymer day storage tanks and polymer batch storage tank, modification to polymer piping to provide flushing connections within Polymer Room to minimize clogging, replacement of polymer discharge pumps in the Polymer Room, replacement of polymer dilution skids in the Polymer Room, structural improvements to DAFT tanks, addition of an odor control system in the DAFT Tank area, architectural improvements such as replacement of existing aluminum handrails in DAFT Room and improvements to existing doors in the project area, electrical improvements such as demolition and replacement of existing MCC-P11 and associated electrical improvements to replaced process equipment, I&C improvements such as demolition and replacement of existing PLC panels in Polymer Control Room, replacement of eight rotameters with magnetic flowmeters located in the Polymer Room, and HVAC improvements such as replacement of ductwork, diffusers, grilles, insulation in the project area, together with all associated and appurtenant work as shown as in the Contract Documents. The project is located at Morris Forman WQTC at 4522 Algonquin Parkway, Louisville, KY 40211 All work shall be done in accordance to MSD’s Standard Specifications.
There will be a mandatory pre-bid meeting held for this project. The pre-bid meeting will be held at Morris Forman WQTC Administrative building located at 4522 Algonquin Parkway, with site walk to follow at 9:00 A.M., Local Time, May 15, 2025.
The Engineer’s Construction Cost Estimate for this project is between $16,500,000.00 and $20,500,000.00.
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 Caleb Priddy. 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.
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: Yes
COMMUNITY BENEFITS PROGRAM: Yes
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 New Residence Hall Construction Project will be located on the parking lot North of the
W.H. Rice Building at the intersection of Vaughn Avenue and Martindale Drive on the campus of
Morehead State University. The project includes 89 beds and approximately 27,630 square feet as
detailed within the construction documents.
Project Description: The BASE BID Work shall include demolition of the existing Upper Guide Walls at both Kentucky River Locks 2 and 3 and the construction of new Upper Guide Walls consisting of sheet pile walls with tie-back anchors. These sheet pile retaining walls will be constructed along the same baseline as the current guide walls upstream from the lock chambers as shown on the Drawings. The BASE BID Work will also consist of site preparation, erosion and sedimentation control with fluctuating river levels, construction access, selective demolition, dredging, earthwork, constructing tie-ins to existing lock features, slope construction and protection, temporary shoring, drainage improvements, and site grading and restoration work.
Demolition work at Lock 2 shall include the Upper Guide Wall and Upper Guide Wall Extension. The replacement Upper Guide Wall at Lock 2 will feature a tie-back anchor system to stabilize the new Upper Guide Wall and the adjacent slope up to state route KY-389. This anchor system will include an earth-retaining sheet pile wall at the base of the slope with tie-backs anchored into the bedrock. A Contractor designed temporary bracing and/or monitoring system is required. The construction will also include a concrete sidewalk with mooring pins along the edge of the newly constructed guide wall, earthwork and slope regrading, and stone slope protection.
Demolition work at Lock 3 shall include the Upper Guide Wall. The replacement Upper Guide Wall at Lock 3 will feature a tie-back anchor system to stabilize the new Upper Guide Wall. This anchor system will include an earth-retaining sheet pile wall at the base of the slope with tie-backs anchored into a sheet pile anchor wall. The construction will also include a concrete sidewalk with mooring pins along the edge of the newly constructed guide wall, earthwork and slope regrading, and drainage improvements.
Jefferson County Public Schools – Hartsten Elementary School Security Vestibule
Jefferson County Public Schools – Hartsten Elementary School Security Vestibule
The following is the primary scope of work at Hartstern 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 vestibules.
Miscellaneous demolition and patching of existing walls, floors and
ceilings.
Interior Painting.
Miscellaneous mechanical and electrical work.
CCK-3060.00-1-25 Replace Mobile PET Unit at Roach Building
CCK-3060.00-1-25 Replace Mobile PET Unit at Roach Building
This project will include the removal and replacement of panelized system pedestrian walkway
to allow for replacement of the mobile PET/CT unit. See drawings for additional information.