The project will be roof repairs and renovations to the National Guard Armory in Central City, Kentucky. The existing roof is standing seam metal roof panels, over an area of approximately 14,420 square feet. The are approximately 650 square feet of metal wall/fascia panels. The scope of the work will include installing new roof curbs and flashings at existing rooftop exhaust fans, repairs to flashing, and painting the existing roof and wall panels.
Materials will match existing. Existing roof curb heights are not sufficient for proper flashing. Equipment will be lifted, curbs and flashing will be replaced, and equipment will be re-installed. Rooftop equipment/curbs that have been decommissioned may be removed and filled. Loose, deteriorated and missing fasteners will be replaced. Existing roof panels, wall panels and trim will be prepped and painted.
The project is interior renovations to the central dining facility (DFAC) at Wendell H Ford Regional Training Center. The scope of the work will include providing an interior queuing area for patrons, renovations to the serving area, and replacement of floors, ceilings, lights and other finishes to update the facility. Materials will match existing. There will be minor cmu work, mostly patching of existing at demolished areas. New work will include gypboard on steel stud framing, vct flooring and suspended acoustic ceilings. A new entrance vestibule will be provided for the queuing area, enclosed with aluminum storefront and glazing. Exterior concrete walk will be removed/replaced as necessary for the new vestibule entrance.
Plumbing scope includes removal of a mop basin and associated water, waste and vent lines, removal of floor drains as required and capping the waste below slab. New plumbing will include installation of a new mop sink and providing water/waste lines as required for beverage dispensers. The HVAC scope will consist of replacement of all ceiling supply diffusers and return grilles in the dining room spaces. Demolition will include removal of an exhaust fan/grille in the existing janitor’s closet. Thermostats and sensors shall be relocated as required due to demolition of walls. The renovation area will receive replacement lighting to comply with the 2012 International Energy Code. New lighting will be LED. The renovation area will reuse the existing 120/208V, 3-phase, 4-wire power distribution system. Most circuits with be relocated with the load they serve. Category 6 UTP cable will be used for each new / altered voice and data drop. All cable will originate from patch panel terminations and extend via cable tray or j-hooks, and conduit to a termination at a face plate.
The Project involves: removal of ground mounted, open wire, oil filled, distribution transformers serving Cell Houses #5, #4, and Distribution Panel MDP; Installation of a dead front, oil filled, 15 kV rated pad mounted transformer; 600 V Service Entrance Automatic Transfer Switch, and extension of 15kV and 600V rated circuits. Associated work of the Project includes, but is not limited to, trenching and backfill for installation of conduits, termination of circuits, removal of existing switchgear enclosure and modification of existing concrete pad to allow installation of pad mounted transformer and transfer switch. All work must be performed in a sequenced effort coordinated with the KSP. The work of the Project is outside the KSP security boundary.
HCWQTC Aeration Blower Building Roof Replacement Project
HCWQTC Aeration Blower Building Roof Replacement Project
Be Advised: Bid Date has been extended to October 3, 2023
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of HCWQTC Aeration Blower Building Roof Replacement Project Contract No.
17014 , Budget ID No. D23165, Drawing Record No. / Sheet No. 1-3, will be received at the office of MSD until 10:00 a.m.
Local Time, Tuesday, October 3rd, 2023, and will be publicly opened and read at that place and time. The public may attend the bid opening via In person Only at the Main Office of Louisville MSD, 700 W Liberty St., Louisville, KY 40203. The public may attend
the bid opening via Microsoft Teams Meeting. The phone number is (502) 654-8113 and the Conference ID is 623436199#.
This info will also be posted on the bid box on the day of the bid opening.
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 existing roofing systems.
2. Installation of new roofing system.
All work shall be done in accordance to MSD’s Standard Specifications.
There will be a mandatory pre-bid meeting held for this project. Tuesday, September 12, 2023 at 2:00 p.m. The Pre-Bid
Meeting with be held at the Hite Creek Water Quality Treatment Center (HCWQTC) located at 5512 Hitt Lane,
Louisville, KY 40241 We will meet in the Administration Building. Upon completion of the meeting, the bidders will be
taken to the Aeration Blower Building to evaluate the roof. All visitors will be required to furnish their own PPE to
visit the site.
The Engineer’s Construction Cost Estimate for this project is between $ 80,000.00 and $ 150,000.00
The bid documents will be available on Tuesday, September 5, 2023, online at www.msdbids.com. The charge for each set of bid documents is outlined on the above-referenced web site.
Persons wishing to view the bid documents may do so online at www.msdbids.com 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 Project Manager, Julie Potempa. at julie.potempa@louisvillemsd.org. Questions received less than five days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda 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 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 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 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 https://louisvillemsd.org/SupplierDiversity/forms
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Julie
Potempa..
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:
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:
Construction Services: YES Construction-related Services: NO
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
Be Advised: Bid Date has been extended to October 12.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of DRGWQTC Secondary Clarifiers Nos. 4-6 Mechanism Replacement Contract No. 17042, Budget ID No. D22080, Drawing Record No. / Sheet No. 1-17, will be received at the office of MSD until 10:00 am, Local Time,Thursday October 5, 2023, and will be publicly opened and read at that place and time. The public may attend the bid opening via In person Only at the Main Office of Louisville MSD, 700 W Liberty St., Louisville, KY 40203.
Description and location of Project:
Replacement of mechanisms within secondary Clarifiers 4, 5, and 6 and installation of
drain piping in the Derek R. Guthrie WQTC located at 11601 Lower River Road, Louisville, KY 40272.
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. Thursday September 14, 2023 at 10:00 am local
time at the DRGWQTC Operations Administration Building located at 11601 Lower River Road, Louisville, Kentucky
40272 .
The Engineer’s Construction Cost Estimate for this project is between $ 5,000,000.00 and $ 10,000,000.00
The bid documents will be available on September 1, 2023, online at www.msdbids.com. The charge for each set of bid documents is outlined on the above-referenced web site.
Persons wishing to view the bid documents may do so online at www.msdbids.com 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 Steven Leong. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Steven Leong. at steven.leong@louisvillemsd.org. Questions received less than five days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda 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 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 July 1, 2023, MSD revised MSD Supplier Diversity Minority and Woman Business Enterprise
Program Policy and Procedures Manual (MBE/WBE Program), modifying the MBE and WBE
participation goals on construction services and construction-related services, in accordance with the 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 11.25 % of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 1.25% of the total amount of the Contract Bid price to certified Asian-Indian American minority-owned businesses, and at least 9.4% 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 https://louisvillemsd.org/SupplierDiversity/forms
If selected as “Applicable, Partial Waiver” below, the Contractor must subcontract a percentage of the total amount of
the Contract Bid price to certified African American minority-owned businesses, Asian-Indian American minority owned
businesses, and Caucasian Female business as specified in the partial waiver attached hereto and as set forth in
the “MSD SUPPLIER DIVERSITY PROGRAM” section below.
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager,
Steven Leong.
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:
11.25% MBE African American participation
1.25% MBE Asian-Indian American participation
9.40% WBE Caucasian Female participation
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: Not Applicable
This MSD construction project is bid and advertised as:
Construction Services: YES Construction-related Services: NO
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 Southwest Campus of Jefferson Community & Technical College located at 1000 Community College Drive in Louisville (Jefferson County) seeks to expand the taxiway and apron area for the Aviation Maintenance program. This concrete expansion will provide students with a realistic simulation of a working aircraft taxiing area.
Park DuVall Trap Catch Basin Replacement Phase 2 Project
Park DuVall Trap Catch Basin Replacement Phase 2 Project
INVITATION TO BID
Sealed Bids will be received electronically only by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Park DuVall Trap Catch Basin Replacement Phase 2 Project Contract No. 2024-012, Budget ID No. C24014, until 10:00 AM, Local Time, Thursday, September 21, 2023, 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: 164 940 078#.
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 trap catch basin and vented manhole replacement in the Park DuVall 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 $160,000.00 and $210,000.00.
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 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 two days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda 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 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 revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If applicable, 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
The project involves re-roof work at the DMA – Jackson Armory in Jackson, Kentucky. The existing approximately 18,500 square foot roof to be removed is a two-ply modified bitumen roof on metal deck. The new roof system is a Two-Ply SBS Modified Bitumen in cold adhesive over cover board over rigid board insulation system. The first layer of insulation will be mechanically fastened. Additional layers and coverboard will be set in two part foam adhesive. The existing metal coping will be removed and replaced with a new pre-finished sheet metal coping. Existing counter flashings to be removed and replaced with new counter-flashings. Existing roof gutters and downspouts to be removed and replaced with new pre-finished metal gutters and downspouts.
Project Description: The project involves re-roof work at three (3) KYTC buildings in western Kentucky.
The goal of this project is to install new insulation, new cover board, and a new PVC
membrane over the existing original metal roofs. Replace all gutters and downspouts
and take the downspouts down to splash blocks.
Project Location: Christian, Hopkins & Grayson County
The project involves re-roof work at three (3) KYTC buildings in eastern Kentucky. The goal of this project is to install new insulation, new cover board, and a new PVC membrane over the existing original metal roofs. Replace all gutters and downspouts, and take the downspouts down to splash blocks.
Project Description:
Project consists of providing a new roof (tear off and replacement) of two “lower” roofs on the rear of the building with New SBS Modified Bitumen Roofing. Clean and replace new cap sheet on the Main Roof and Front Porch. New Flashing, selected areas of Masonry to be cleaned and tuck pointed, re-caulking of limestone parapet caps, new gutters, and downspouts in the rear of the building and selected areas for painting.
Project Description:
The project is located in Elk Mountain, Kentucky along Elk Mountain Road/Clay-Leslie Park Road. Project consists of a new 12,300 square feet oval shaped reinforced concrete shell intended to support a pre-engineered fabricated hoop structure and to be used as salt storage.
The epoxy coated reinforced concrete walls are designed to resist the tension induced from the light framed roof and the salt via the steel reinforcement around the radius and the concrete buttresses along the sides. The concrete buttresses are built with an angled concrete wall supported by large foundations which prevent sliding. One thing of note is that this structure does not have a typical footing to support the continuous concrete walls. The walls are placed directly on the asphalt pavement creating an empirically designed intersection that prevents salt seepage that is cost effective. There is no frost depth necessary due to the presence of salts which would prevent ice formation and the reduced concern of heaving due to the nature of the building. User Agency will provide site grading, asphalt subbase, and pre-engineered hoop structure (NIC).
Replace all existing windows in the Administration building with energy efficient aluminum sash. At each exterior building entry, refurbish doors and wood surround. Replace existing builders’ hardware with new. A room darkening roller shade will be installed at each window.
At the east building entrance, construct a cast in place concrete ADA ramp from grade to the entry at the first floor. Restore the site and lawn.
Sealed Bids will be received electronically only by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Sandness Court Drainage Improvement Project Contract No. 2024-011 , Budget ID No. C24029, until 10:00 AM, Local Time, Tuesday, September 19, 2023, 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: 622097404#.
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 a new 12-inch pipe installation, catch basin installation, 2-foot
18-inch and 12-inch flat bottom paved ditch installation within the open space located behind Sandness Court. 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 $90,000.00 and $140,000.00.
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 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 five days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda 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 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 revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If applicable, 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 Description:
The purpose of the project is to replace one of the existing boilers and both domestic water heaters with new equipment. The associated pumps, expansion tanks and air separators shall be replaced per the documents. Provide all new piping and valving as required.
Project Description:
This Project consists of installing a new closed-circuit television camera (CCTV) system and upgrading access control systems at Western State Hospital and Western State Nursing Facility. Contractor shall be responsible for providing all required wiring, conduit, programs, and hardware for a fully operational system.
Project Description:
The purpose of the project is to replace the existing chilled water piping and pumps with new. The existing valves are to be reinstalled. New undergrade piping is to be installed.
Estimated Length of Project:
June 6,2024 (Substantial Completion) + July 6, 2024 (Final Completion)
Project Description:
BP-2 scope is to provide two new identical Hybrid Style barns (Barn C and D) that contain 100 stalls per barn, for a total of 200 new stalls. Each barn is to have a conventional steel frame, with Pre-Engineered Metal Building components for the reminder of the structure, purlins, metal wall panels, metal roof panels and any miscellaneous framing required to support the roof or wall panels. These include but are not limited to: Roof purlins, base or top angles, wall girts and struts. There will be several rooms constructed at each end of each barn and will be constructed of CMU with a concrete cap over a portion of the spaces. The CMU is to be painted with epoxy paint. Modular stalls shall be provided as per the plans and specifications. The existing transformer is to be relocated for temporary use to serve the new barns and existing barns until the new transformer can be procured as part of this project. New lighting, HVAC, and plumbing is to be provided for each barn as per the contract documents.
Project Description:
The project scope includes replacement of two (2) existing air-cooled chillers with new, replacement / renovation of HVAC control systems at various KCTCS facilities, re-balancing of mechanical systems will be required, and exterior site lighting upgrades at two (2) KCTCS campuses. All KCTCS facilities are part of the Gateway Community & Technical College network and located in Florence KY of Boone County or Edgewood KY of Kenton County.
RFB-31-24 KSFB – Interior Finishes and Lighting for South Stair Access (Freedom Hall)
RFB-31-24 KSFB – Interior Finishes and Lighting for South Stair Access (Freedom Hall)
Estimate:
$157,542.00
Estimated Length of Project:
October 7, 2023 (Substantial Completion) + October 13,2023 (Final Completion)
Project Description:
This project is intended to provide interior finishes upgrades to the recently completed permanent concrete stair project at the south concourse of Freedom Hall. This work is intended to provide the following:
1. Project involves the application of new interior finishes to walls, stairs, walking surfaces and ceilings in the area occupied by the central stair at the south of Freedom Hall. This stair connects the south concourse space to the arena floor below.
2. In addition to new interior finishes in these locations, defining dedicated storage areas to either side of the stair at the arena level with sliding door access as well as fascia treatment to the existing bleacher assembly above the stair is included.
3. Removal of the existing wall-mounted handrails will be required. Re-installation or replacement is needed as indicated in the drawings.
4. New interior finish materials have been chosen for their respective levels of abuse-resistance.
5. A priority (as listed in the Substantial Completion requirements) is the interior finishes, electrical and data infrastructure and installation of new digital monitors on the north wall at the concourse level.
6. A large wall will become exposed by the scheduled demolition of the existing ceiling in the stairwell at the north end of the space. This wall will receive a new GWB treatment and have a digital monitor installed.
7. Swinging doors will be provided at the top entrance point of the stairs to provide security for KEC/Freedom Hall and shall be installed to rest flush with the concourse walls when in the “open” position.
Estimated Length of Project:
June 15, 2024 (Substantial Completion) + July 15, 2024 (Final Completion)
Project Description:
The project consists of the HVAC replacement/upgrade at the Historic Berry Hill Mansion in Frankfort Kentucky. The HVAC system is a geothermal system to minimize the impact to the exterior of the building. Fan coils will be installed within the existing radiator cabinet/casework, where possible, to minimize impact to the interior of the building. Main mechanical equipment and electrical equipment shall be located in the basement.
Electrical work includes installation of new three phase service to support the new HVAC systems. New service includes new ground mounted utility transformer. Work includes replacement of electrical power panels, new dedicated circuits for the former kitchen and former pantry, new exterior power panels for front yard and back yard and new exterior uplighting for the front of the house.
Architectural scopes include stone masonry cleaning, tuckpointing & sealing, stone repair, finish carpentry, downspouts, sealants, plaster patching, painting (interior & exterior), wheelchair lift a concrete paving.
Project Description:
This project will generally consist of the replacement of the existing air cooled chiller along with associated piping. Trades involved include but are not limited to: demolition, HVAC, mechanical, controls, insulation, and electrical.
Project Description:
This project consists of replacement and/or repairs to switchgear in various buildings around the WKCTC Paducah Main Campus. The work generally consists of, but is not limited to, the following: replacement of exterior Mechanical Room doors to meet building code requirements, replacement of switchgear within various buildings on campus, replacement of interior lighting within various Mechanical Rooms, replacement of transformers within Mechanical Rooms to meet building code requirements, installation of engine driven generators for a select few buildings, relocation of some existing water lines to remedy electrical code deficiencies, and installation of sump level controls for alarm notification. The trades involved include, but not limited to, the following: demolition, electrical, general trades, plumbing, plumbing insulation, and building automation.This project consists of replacement and/or repairs to switchgear in various buildings around the WKCTC Paducah Main Campus. The work generally consists of, but is not limited to, the following: replacement of exterior Mechanical Room doors to meet building code requirements, replacement of switchgear within various buildings on campus, replacement of interior lighting within various Mechanical Rooms, replacement of transformers within Mechanical Rooms to meet building code requirements, installation of engine driven generators for a select few buildings, relocation of some existing water lines to remedy electrical code deficiencies, and installation of sump level controls for alarm notification. The trades involved include, but not limited to, the following: demolition, electrical, general trades, plumbing, plumbing insulation, and building automation.
Project Description:
Project involves removing and replacing the shore power electrical distribution system for C Dock. New electrical distributions equipment, shore power pedestals, and cabling shall be provided. All required underwater construction work for electrical distribution shall be provided.
The Halls Building at Kentucky State University is a three-story / three wing dormitory building with a fourth single story student services wing. This project consists of restoring pre-conditioned replacement ventilation air to each of the three 3-story dorm wings. Each wing will be provided with a Rooftop Replacement Air (RRA) Unit located on the roof near the end of the respective wing. The supply air will be fed through the roof, and subsequently through the third and second floors to supply replacement air to the corridors of each floor on each wing. The routing of the duct requires a rated chase around the supply air duct, Fire dampers and comb. Smoke & Fire dampers at each corridor wall penetration. The RRA units require distributing power to a new third floor electrical panel and individual circuits distributed on the roof to the RRA units. Additionally. each RRA rooftop unit requires integration to the existing Building Automation System and interlock with the Life Safety system for RRA and Comb. Fire & Smoke Dampers.