Uncategorized

Cypress Springs Pump Station Elimination

Cypress Springs Pump Station Elimination

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Cypress Springs Pump Station Elimination, Contract No. 17111, Budget ID No. E24017, Drawing Record No. / Sheet No. 17111/1-3, until 10:00AM, Local Time, Tuesday, December 3, 2024, 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:
119 978 075#
.

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 21 linear feet of 24-inch sanitary sewer pipe; elimination of the Cypress Springs Pump Station and force main, associated work including the removal of the building, tie into/remodel of two existing manholes, and bypass pumping; ground restoration; erosion prevention and sediment control; and other appurtenant work. The pump station entrance is located at 3701 Cypress Springs Place near the Bellingham Park Phase 4 Subdivsion in northeastern Jefferson County. 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 pre-bid meeting will be held on Tuesday, November 19, 2024 at 10:00 AM at the MSD Main Office, 700 W. Liberty Street, Louisville, KY 40203.

The Engineer’s Construction Cost Estimate for this project is between $150,000.00 and $190,000.00.

Proposal forms, including Specifications and Instructions for Bidders, may be obtained from MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal.

Persons wishing to view the bid documents may do so online at http://louisvillemsd.bonfirehub.com/portal or at the following locations: Builders Exchange of Louisville, Inc., 2300 Meadow Drive; Associated Builders & Contractors of Kentuckiana, 1810 Taylor Avenue; and F. W. Dodge, 1812 Taylor Avenue; all located in Louisville, Kentucky; and the Associated General Contractors of Kentucky, 2321 Fortune Drive, Suite 112, Lexington, Kentucky.

The Project Manager for this Invitation to Bid is Chris Gregory, EIT. 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.

All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal.

MSD SUPPLIER DIVERSITY PROGRAM: Not Applicable

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: Applicable

This MSD construction project is bid and advertised as: check applicable below

Construction Services: x
Construction-related Services:

LOCAL LABOR COMMITMENT PREFERENCE: No

COMMUNITY BENEFITS PROGRAM: No

The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, KY

More Details

Lower Mud Lane Interceptor Project

Lower Mud Lane Interceptor Project

Please note the bid date and time has been changed to December 17, 2024, 2:30 P.M. Local Time.

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Lower Mud Lane Interceptor Project, Contract No. 17019, Budget ID No. Y24090, Drawing Record No. / Sheet No. 17019/1-11, until 2:30 PM, Local Time, Tuesday, December 17, 2024, 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:
669 108 136#
.

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: The project provides for the construction of a 24 inch gravity sewer line interceptor that connects 8 inch West Triangle Force Main and 24 inch Gravity Main at the end of Bigwood Court in Hillview, Kentucky. 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. 1:00 PM, Tuesday, November 19, 2024.

The Engineer’s Construction Cost Estimate for this project is between $3,000,000.00 and $4,000,000.00.

Proposal forms, including Specifications and Instructions for Bidders, may be obtained from MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal.

Persons wishing to view the bid documents may do so online at http://louisvillemsd.bonfirehub.com/portal or at the following locations: Builders Exchange of Louisville, Inc., 2300 Meadow Drive; Associated Builders & Contractors of Kentuckiana, 1810 Taylor Avenue; and F. W. Dodge, 1812 Taylor Avenue; all located in Louisville, Kentucky; and the Associated General Contractors of Kentucky, 2321 Fortune Drive, Suite 112, Lexington, Kentucky.

The Project Manager for this Invitation to Bid is 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.

All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal.

MSD SUPPLIER DIVERSITY PROGRAM: Applicable

The 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: 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

Project Location: Louisville, KY

More Details

RFB-117-25 KCTCS – Renovate Jolly Classroom Center Phase II – Hazard CTC

RFB-117-25 KCTCS – Renovate Jolly Classroom Center Phase II – Hazard CTC

Estimate:
$4,550,693.00

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

The project consists of roof replacement, replacement of rooftop mechanical equipment, and renovation of mechanical systems inside the building.
Roof replacement includes approximately 13,800 square feet of area to be torn off completely to deck and replaced with new insulation and modified bitumen roofing as well as approximately 41,400 square feet of area to be recovered with wood fiber and a new modified bitumen roofing system. All roof areas will receive new metal coping and/or trim. A new clerestory window system with roof above will be installed in place of an existing skylight that is to be demolished.

Project Location: Hazard

More Details

Sixth Street Floodwall Closure Sidewalk Trays Replacement Project

Sixth Street Floodwall Closure Sidewalk Trays Replacement Project

Please note the bid date and time has been changed to December 10, 2024, 1:00 P.M. Local Time.

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Sixth Street Floodwall Closure Sidewalk Trays Replacement Project, Contract No. 17019 , Budget ID No. F21037, Drawing Record No. / Sheet No. 17109/1-4, until 1:00 PM, Local Time, December 10, 2024, 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:
687 786 974#
.

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: Removal of existing paver sidewalk and sidewalk trays and replace with stamped and tinted concrete sidewalk and sidewalk trays and other appurtenant work as depicted on the drawings. All work shall be done in accordance to MSD’s Standard Specifications.

There will be non-mandatory pre-bid meeting held for this project. November 5, 2024 @ 10:00 AM on site.

The Engineer’s Construction Cost Estimate for this project is between $25,000.00 and $75,000.00.

Proposal forms, including Specifications and Instructions for Bidders, may be obtained from MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal.

Persons wishing to view the bid documents may do so online at http://louisvillemsd.bonfirehub.com/portal or at the following locations: Builders Exchange of Louisville, Inc., 2300 Meadow Drive; Associated Builders & Contractors of Kentuckiana, 1810 Taylor Avenue; and F. W. Dodge, 1812 Taylor Avenue; all located in Louisville, Kentucky; and the Associated General Contractors of Kentucky, 2321 Fortune Drive, Suite 112, Lexington, Kentucky.

The Project Manager for this Invitation to Bid is JP Carsone. 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.

All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal.

MSD SUPPLIER DIVERSITY PROGRAM: Not Applicable

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: Applicable

This MSD construction project is bid and advertised as: check applicable below

Construction Services: x
Construction-related Services:

LOCAL LABOR COMMITMENT PREFERENCE: No

COMMUNITY BENEFITS PROGRAM: No

The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, KY

More Details

RFB-106-25 KCTCS – Nursing Program Renovation – Big Sandy CTC, Pikeville

RFB-106-25 KCTCS – Nursing Program Renovation – Big Sandy CTC, Pikeville

Estimate:
$1,083,250.00

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

The Big Sandy Community and Technical College Pikeville Campus Allied Health Renovation project includes renovations to the south portion of the second floor of the N. Clayton Little Building. The N. Clayton Little Building was originally constructed in 1999 and has not been renovated prior.
This project is funded by a federal grant. Contractor will be required to meet the grant requirements for documentations and use the Davis Bacon wage rates.
This project includes renovations to the existing lab and classroom spaces to provide new nursing skills labs, a nursing simulation lab, an EMS simulation lab, and an updated nursing aide lab. The renovation will include the replacement of the existing floors in the renovated space and connecting corridor with luxury vinyl tile flooring. The doors and frames for each of the renovated rooms will be enlarged to accommodate the movement of hospital beds between the renovated spaces. New casework consisting of laminate faced wood with solid surface counters will be provided to meet the storage needs in each of the classrooms. New acoustical ceiling tile systems will be provided in each of the renovated labs as well as the connecting corridor. New walls will be a gypsum metal stud system and miscellaneous CMU work will be provided as needed for the modification of doorways and miscellaneous masonry repairs. All new and existing walls within the renovated spaces and connecting corridor will receive a new paint finish.
Mechanical, electrical, and plumbing systems will be reworked to accommodate the new layout. New lighting will be provided throughout the space.

Project Location: Pikeville

More Details

RFB-119-25 EEC-AML-24010AMLBAML-BIL

RFB-119-25 EEC-AML-24010AMLBAML-BIL

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

This project consists of a slide in front of Joy Howard’s house at 95 Copper Ridge Hazard, Ky in Perry County which has caused damage to a garage, patio and access road and a slide behind Kathy Teague’s house at 6525 N Hwy 15 Hazard, Ky in Perry County which has caused damage behind her house and shed and she is having mold issues inside her house. These properties are adjacent to each other. These 2 projects have a shared water issue from mine works behind their homes.

Project Location: Perry County

More Details

RFB-113-25 Parks – JJ Audubon -Golf Course Drainage Corrections

RFB-113-25 Parks – JJ Audubon -Golf Course Drainage Corrections

Estimate:
$149,000.00

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

Project Description:
North Erosion Area: Excavation & Disposal Of Unsuitable Materials At Existing Erosion Area, Placement Of New Engineered Fill, And
Installation Of Stormwater Improvements. Work To Include Site Clearing, Selective Demolition, Earthwork, Storm Sewer Installation, and
Riprap Rock Placement.
East Erosion Area: Excavation & Disposal Of Unsuitable Materials At Existing Erosion Area, Placement Of New Engineered Fill, And Installation Of Stormwater Improvements. Work To Include Site Clearing, Selective Demolition, Earthwork, and Riprap Rock Placement.
West Erosion Area: Excavation & Disposal Of Unsuitable Materials At Existing Erosion Area, Placement Of New Engineered Fill, And Installation Of Stormwater Improvements. Work To Include Site Clearing, Selective Demolition, Earthwork, and Riprap Rock Placement.

Project Location: Henderson

More Details

RFB-112-25 EEC-AML-23122AMLBAML-BIL

RFB-112-25 EEC-AML-23122AMLBAML-BIL

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

Project Description:
The project consists of reclaiming a 5-acre landslide and eliminating approximately 2.5 acres of poor water quality mining pits. The pits will be backfilled with slide material and on-site mine spoil material to create positive drainage with transitions as required. Blasting will not be permitted. The water in the pits will be treated and raised to a pH of 6 or greater prior to release and backfilling of the pit in accordance with KYDAML Technical Specifications. Work for this project will involve the removal of trees measuring over 3″-inches in diameter at breast height (DBH) at the project
location outside of exempt unstable areas and this cutting shall occur from October 15th-March 31st, when the imperiled forest-dwelling bats are either within or in the immediate vicinity of their winter hibernacula. The clearing of trees over 5″ DBH, which also display characteristics such as shaggy, exfoliating bark, or crevices and hollowed-out cavities within their trunks and larger limbs is also required outside of the exempt unstable areas, and consultation with United States Fish and Wildlife Service (USFWS) has taken place.

Project Location: Hopkins County

More Details

RFB-109-25 Re-Ad of RFB-09-25 ELC-McDowell Ctr Complete Building Renovation Phase 2

RFB-109-25 Re-Ad of RFB-09-25 ELC-McDowell Ctr Complete Building Renovation Phase 2

Estimate:
$4,256,603.00

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

Project Description:
The Charles McDowell Center for the Blind was constructed in the early 1990s and has minimal upgrades to the building over the past 30 years. The First Floor of the East Wing contains 15 Dorm Rooms, support areas including Arts/Crafts, Study, Laundry, Nurse’s Station, Fitness Room, Offices, Lounge, Kitchen, and Cafeteria. The First Floor of the West Wing and Second Floor consists of administrative and teaching spaces.
This project consists of interior finish renovations throughout, select locations for training area reconfigurations, as well as mechanical, electrical, and plumbing renovations throughout.
The project will be constructed utilizing four (4) Phases in order to keep the majority of the building operating throughout construction. The areas under construction will be unoccupied at the time of construction, while adjacent spaces will be occupied.

Project Location: Louisville

More Details

RFB-115-25 CJT-Boonesboro Firing Range – General Upgrades

RFB-115-25 CJT-Boonesboro Firing Range – General Upgrades

Estimate:
$910,686.00

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

This project involves two buildings and site / utility work within the Boonesborough Firing Range complex.
The Work of Project is defined by the Contract Documents and includes, but is not limited to, the following:
Site: Provide new water line from the top of the hill to existing Restroom to supply fixtures then continue to the Live Fire facility to serve a new yard hydrant and frost-free water fountain/bottle refill station. Firing range to have new lighting and sound system. A new traffic signal system to be provided at the top and bottom of the hill and other Work indicated in the Contract Documents.
Restroom: The existing facility will be completely gutted including exterior siding and roof. Interior layout will be slightly re-configured including masonry CMU work, new doors, new plumbing fixtures, new electrical and new mechanical. Exterior to receive new insulation, siding and roof and other Work indicated in the Contract Documents.
Classroom / Live Fire building: At exterior remove existing siding and portion of stair, skylights and roof, patch and prep for new insulation, siding and roof. Cut in and install two new windows at upper level overlooking range. Provide new gyp ceiling at upper level with batt insulation to enclose for new HVAC at both levels and other Work indicated in the Contract Documents.

Project Location: Richmond

More Details

RFB-114-25 KHP – Breeds Barn Door Replacement

RFB-114-25 KHP – Breeds Barn Door Replacement

Estimate:
$118,380.00

Estimated Length of Project:
78 (Substantial Completion) + 28 (Final Completion)

Project Description:
The scope is to remove the existing wood sliding exterior doors and all associated hardware in its entirety and to remove the existing expanded metal doors and all associated hardware in their entirety. New exterior swinging painted steel dutch doors and all associated hardware is to be provided. New swinging steel gate yoke doors and all associated hardware is to be provided. There is some removal of existing wood trim, to be replaced and painted to match existing, and painting of existing wood trim at each opening, and base between the openings.

Project Location: Lexington

More Details

RFB-116-25 Parks – GO Repair Concrete Storage Tank

RFB-116-25 Parks – GO Repair Concrete Storage Tank

Estimate:
$826,500.00

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

This project involves removal of the existing potable water treatment plant and concrete storage tank at Greenbo State Park in Greenup County, KY. Construction of a new water storage tank on the existing site, reconnection of the city water supply t the tank, and new SCADA controls between the remotely located city water tank fill valve, the new tank level controller, and the main SCADA communications controller located in the lodge mechanical room on the same site. Electrical power modifications include medium voltage underground feeder rework at the water tank, relocation of the existing two-way radio antenna tower adjacent to the new tank, and new 120/208 volt power and Class II control wiring at the tank site for the two-way radio repeater and SCADA controls and at the valve site for SCADA systems. Additional branch circuit and communication wiring is included inside the lodge building. Interconnection with the existing DDC building automation system for monitoring of the tank level and fill valve status will be provided by the incumbent DDC controls contractor for the lodge building.

Project Location: Greenup

More Details

RFB-107-25 DOC – KSP Outside Dorm Generator

RFB-107-25 DOC – KSP Outside Dorm Generator

Estimate:
$ 90,000.00

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

This project consists of replacement of the exterior generator serving the Outside Dorm Building. The
work generally consists of, but is not limited to, the following: removal of existing generator installed
within the basement, installation of a new exterior generator on site and installation of a docking station
on the exterior wall of the building to meet Code requirements. The trades involved include, but not
limited to, the following: demolition, electrical and general trades.

Project Location: Eddyville

More Details

RFB-108-25 Parks – CO – Statewide ADA Mobility Improvements

RFB-108-25 Parks – CO – Statewide ADA Mobility Improvements

Estimate:
$826,500.00

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

Project Description:
The project consists of the removal and replacement of two pedestrian bridges that provide access to the guestroom building adjacent to the park Lodge. The new bridges will be constructed of structural steel with cast-in-place concrete walking surfaces. Both bridges will be covered with roofs constructed of wood trusses bearing on structural steel framing, with plywood sheathing and shingle roofing. One bridge will tie into the existing structure of both the Lodge and the guestroom building, while the other will be structurally independent and have an expansion joint where it meets the guestroom building. New lighting and sprinklers will be installed within the roof structure of both bridges.
The project also includes removal and replacement of two sets of cast-in-place concrete stairs that lead from the parking lot down to the first floors of the guestroom building and Lodge, as well as replacement of a steel pipe railing behind the lodge that provides protection for an existing segmental site retaining wall.

Project Location: Burkesville, Kentucky

More Details

Story Avenue Tree Well Grate Replacement & Permeable Paver Repairs

Story Avenue Tree Well Grate Replacement & Permeable Paver Repairs

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Story Avenue Tree Well Grate Replacement & Permeable Paver Repairs, Contract No. , Budget ID No. H25063, Drawing Record No. / Sheet No., until October 31, 2024, Local Time, 2:00 PM, 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: 998 346 563#.

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 replaces tree well grates & performs repairs to permeable pavers that are located on Story Avenue close to Story Avenue and North Spring Street. 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 on October 17th, 2024, at 2:00 pm. At Louisville MSD main office 700 W Liberty St, Louisville, KY 40203.

The Engineer’s Construction Cost Estimate for this project is between $125,000.00 and $175,000.00.

Proposal forms, including Specifications and Instructions for Bidders, may be obtained from MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal.

Persons wishing to view the bid documents may do so online at http://louisvillemsd.bonfirehub.com/portal or at the following locations: Builders Exchange of Louisville, Inc., 2300 Meadow Drive; Associated Builders & Contractors of Kentuckiana, 1810 Taylor Avenue; and F. W. Dodge, 1812 Taylor Avenue; all located in Louisville, Kentucky; and the Associated General Contractors of Kentucky, 2321 Fortune Drive, Suite 112, Lexington, Kentucky.

The Project Manager for this Invitation to Bid is Venkata Gullapalli. 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 four 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 $150,000 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 2.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 0.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 12.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms.

All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal.

MSD SUPPLIER DIVERSITY PROGRAM: Not Applicable

The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If selected as applicable above, the goals are as follows:

2.0% MBE – African American, 0.0% MBE – Asian-Indian American and

12.0% 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: Applicable

This MSD construction project is bid and advertised as: check applicable below

Construction Services: x
Construction-related Services:

LOCAL LABOR COMMITMENT PREFERENCE: No

COMMUNITY BENEFITS PROGRAM: No

The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, KY

More Details

Taylor Berry Trap Catch Basin Replacement Project

Taylor Berry Trap Catch Basin Replacement Project

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Taylor Berry Trap Catch Basin Replacement Project, Contract No. 2025-010, Budget ID No. H25059, Drawing Record No. / Sheet No., until 2:00 PM, Local Time, Tuesday, October 29, 2024, 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:
816 583 722#
.

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: Existing Trap Catch Basin Replacements within the Taylor Berry Neighborhood. All work shall be done in accordance to MSD’s Standard Specifications.

There will be no pre-bid meeting held for this project.

The Engineer’s Construction Cost Estimate for this project is between $350,000.00 and $420,000.00.

Proposal forms, including Specifications and Instructions for Bidders, may be obtained from MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal.

Persons wishing to view the bid documents may do so online at http://louisvillemsd.bonfirehub.com/portal or at the following locations: Builders Exchange of Louisville, Inc., 2300 Meadow Drive; Associated Builders & Contractors of Kentuckiana, 1810 Taylor Avenue; and F. W. Dodge, 1812 Taylor Avenue; all located in Louisville, Kentucky; and the Associated General Contractors of Kentucky, 2321 Fortune Drive, Suite 112, Lexington, Kentucky.

The Project Manager for this Invitation to Bid is Joseph Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal. Questions received less than 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.

All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal.

MSD SUPPLIER DIVERSITY PROGRAM: Not Applicable

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: Applicable

This MSD construction project is bid and advertised as: check applicable below

Construction Services: x
Construction-related Services:

LOCAL LABOR COMMITMENT PREFERENCE: No

COMMUNITY BENEFITS PROGRAM: No

The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, KY

More Details

Hill Street Main Office Renovation – Demolition Project

Hill Street Main Office Renovation – Demolition Project

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of the Hill Street Main Office Renovation – Demolition Project, Contract No. 17239, Budget ID No. G25207, Drawing Record No. / Sheet No. 1-15, until 11:00 AM, Local Time, Thursday, October 31, 2024, 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: 374 864 175#.

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: The principal features of the Work to be performed under this Contract include, but are not limited to the following:

1. Removal of electrical wiring.

2. Wall and door removal.

3. Removal/capping plumbing

4. Removal/capping ducts

5. Removal of ceiling tiles and grid

6. Miscellaneous demolition

7. Cleaning

8. Disposal of demolition materials

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 meeting will take place at the New MSD Main Office Building located at 15th and Hill Streets, Louisville, KY 40210, on Thursday, October 17, 2024 at 11:00 am. We will meet at the front of the building.

The Engineer’s Construction Cost Estimate for this project is between $50,000.00 and $100,000.00.

Proposal forms, including Specifications and Instructions for Bidders, may be obtained from MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal.

Persons wishing to view the bid documents may do so online at http://louisvillemsd.bonfirehub.com/portal or at the following locations: Builders Exchange of Louisville, Inc., 2300 Meadow Drive; Associated Builders & Contractors of Kentuckiana, 1810 Taylor Avenue; and F. W. Dodge, 1812 Taylor Avenue; all located in Louisville, Kentucky; and the Associated General Contractors of Kentucky, 2321 Fortune Drive, Suite 112, Lexington, Kentucky.

The Project Manager for this Invitation to Bid is 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 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.

All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal.

MSD SUPPLIER DIVERSITY PROGRAM: Not Applicable

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: Applicable

This MSD construction project is bid and advertised as: check applicable below

Construction Services: x
Construction-related Services:

LOCAL LABOR COMMITMENT PREFERENCE: No

COMMUNITY BENEFITS PROGRAM: No

The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, KY

More Details

RFB-99-25 Parks – Big Bone/General Butler Multibuilding Roof Replace East

RFB-99-25 Parks – Big Bone/General Butler Multibuilding Roof Replace East

Estimate: $330,000.00

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

This project consists of the removal of existing asphalt shingles at multiple buildings, including but not limited to:

Big Bone: The removal of existing asphalt shingles on five (5) buildings: Remove existing asphalt shingles and install of new underlayment, ice & water shield, asphalt shingles, gutters, & metal flashings, as indicated. New drain lines to be installed as indicated.

General Butler: The removal of existing asphalt shingles on twenty-five (25) buildings: Remove existing asphalt shingles, install new vented roof decks ( 5/8″ plywood over 2″x4″ furring) applied over the existing roof decks as noted, & installation of new underlayment, ice & water shield, asphalt shingles, gutters, & metal flashings, as indicated.

Project Location: Various

More Details

South Shelby Street Sanitary Sewer Improvements – Re-bid

South Shelby Street Sanitary Sewer Improvements – Re-bid

INVITATION TO BID

Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of South Shelby Street Sanitary Sewer Improvements, Contract No. 16968, Budget ID No. E22116, Drawing Record No. / Sheet No. 16968/1-3, until 11:00 AM, Local Time, Tuesday, October 29, 2024, 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: 993
147 833#
.

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 191 linear feet of 8-inch sanitary sewer pipe; six (6) property service connections and associated private plumbing; 2 sanitary sewer manholes; pavement and ground restoration; erosion prevention and sediment control; traffic control; and other appurtenant work. The project is generally located along South Shelby Street in the Merriwether neighborhood in western Jefferson County. All work shall be done in accordance to MSD’s Standard Specifications.

There will be no pre-bid meeting held for this project.

The Engineer’s Construction Cost Estimate for this project is between $300,000.00 and $350,000.00.

Proposal forms, including Specifications and Instructions for Bidders, may be obtained from MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal.

Persons wishing to view the bid documents may do so online at http://louisvillemsd.bonfirehub.com/portal or at the following locations: Builders Exchange of Louisville, Inc., 2300 Meadow Drive; Associated Builders & Contractors of Kentuckiana, 1810 Taylor Avenue; and F. W. Dodge, 1812 Taylor Avenue; all located in Louisville, Kentucky; and the Associated General Contractors of Kentucky, 2321 Fortune Drive, Suite 112, Lexington, Kentucky.

The Project Manager for this Invitation to Bid is Chris Gregory, EIT. 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.

All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal.

MSD SUPPLIER DIVERSITY PROGRAM: Not Applicable

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: Applicable

This MSD construction project is bid and advertised as: check applicable below

Construction Services: x
Construction-related Services:

LOCAL LABOR COMMITMENT PREFERENCE: No

COMMUNITY BENEFITS PROGRAM: No

The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: Louisville, KY

More Details

CCK-2563.30-11-25 CTC + AAC BP07 Core & Shell Group 3 Trades

CCK-2563.30-11-25 CTC + AAC BP07 Core & Shell Group 3 Trades

Bid Package 7 Core and Shell Group 2 is the first grouping of bid opportunities for the new
Cancer Treatment Center and Advanced Ambulatory Center.

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.

Within Group 3 are the following Trades available for bidding:
• General Works
• Construction Hoists
• Concrete Paving
• Asphalt Paving
• Unit Pavers
• Landscaping
• Fencing

Future bid opportunities will be available for the interior fit out of the Cancer Center.

Project Location: Lexington, Kentucky

More Details

CCK-2563.30-11-25 CTC + AAC BP07 Core & Shell Group 3 Trades

CCK-2563.30-11-25 CTC + AAC BP07 Core & Shell Group 3 Trades

Bid Package 7 Core and Shell Group 2 is the first grouping of bid opportunities for the new
Cancer Treatment Center and Advanced Ambulatory Center.

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.

Within Group 3 are the following Trades available for bidding:
• General Works
• Construction Hoists
• Concrete Paving
• Asphalt Paving
• Unit Pavers
• Landscaping
• Fencing

Future bid opportunities will be available for the interior fit out of the Cancer Center.

Project Location: Lexington, Kentucky

More Details

CCK-2563.30-11-25 CTC + AAC BP07 Core & Shell Group 3 Trades

CCK-2563.30-11-25 CTC + AAC BP07 Core & Shell Group 3 Trades

Bid Package 7 Core and Shell Group 2 is the first grouping of bid opportunities for the new
Cancer Treatment Center and Advanced Ambulatory Center.

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.

Within Group 3 are the following Trades available for bidding:
• General Works
• Construction Hoists
• Concrete Paving
• Asphalt Paving
• Unit Pavers
• Landscaping
• Fencing

Future bid opportunities will be available for the interior fit out of the Cancer Center.

Project Location: Lexington, Kentucky

More Details

CCK-2563.30-11-25 CTC + AAC BP07 Core & Shell Group 3 Trades

CCK-2563.30-11-25 CTC + AAC BP07 Core & Shell Group 3 Trades

Bid Package 7 Core and Shell Group 2 is the first grouping of bid opportunities for the new
Cancer Treatment Center and Advanced Ambulatory Center.

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.

Within Group 3 are the following Trades available for bidding:
• General Works
• Construction Hoists
• Concrete Paving
• Asphalt Paving
• Unit Pavers
• Landscaping
• Fencing

Future bid opportunities will be available for the interior fit out of the Cancer Center.

Project Location: Lexington, Kentucky

More Details

CCK-2563.30-11-25 CTC + AAC BP07 Core & Shell Group 3 Trades

CCK-2563.30-11-25 CTC + AAC BP07 Core & Shell Group 3 Trades

Bid Package 7 Core and Shell Group 2 is the first grouping of bid opportunities for the new
Cancer Treatment Center and Advanced Ambulatory Center.

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.

Within Group 3 are the following Trades available for bidding:
• General Works
• Construction Hoists
• Concrete Paving
• Asphalt Paving
• Unit Pavers
• Landscaping
• Fencing

Future bid opportunities will be available for the interior fit out of the Cancer Center.

Project Location: Lexington, Kentucky

More Details

RFB-96-25 KCTCS – Water Infiltration Maysville CTC

RFB-96-25 KCTCS – Water Infiltration Maysville CTC

Estimate:
$1,047,914.00

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

This is a combined maintenance project on two buildings at the MCTC Maysville Campus, the Science Building and Technical Center.
The Work of the Project is defined by the Contract Documents and consists of, but not limited to, the following remediation efforts:
1. Joint sealant application.
2. Roof flashing and repair.
3. Curtain Wall Replacement and repair, and glazing replacement.
4. Interior architectural repair

Project Location: Maysville

More Details

Subscribe