The fencing and gates securing the L&N Building have fallen into disrepair and disuse.
This project will enhance the safety of the L&N campus by fully securing the site
perimeter and will include perimeter fencing, vehicular gates, and pedestrian gates.
Any gates that are not currently used by the facility will be removed. New 8’-0” fencing
will replace the dilapidated chain link and will also be installed to span the TARC
connector drive from the 9th street entry to the bus gate. This will allow the North
portion of the parking lot to be fully secured after hours and on weekends. One (1)
vehicular gate will be automated to allow afterhours access to the facility. Access will
be granted by card reader. All new pedestrian gates will conform to ADA standards
and signage will be provided for both pedestrian and vehicular traffic.
Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
Project Description:
The project will construct a foundation at an alternate site as determined by geotechnical investigation and as determined by the ENGINEER, and the house will be moved onto said foundation. Due to thedepth of excavation needed a basement will be constructed beneath the residence.
Project Description:
The Contractor shall provide all of the materials and perform all the work described in the Specifications and/or shown on the Drawings. New Lighting Systems at the MVSA Heli Pad and Parking Lot shall be installed from the existing Panel in Building #159, located at the Boone National Guard Center, which is located at 100 Minuteman Parkway in Frankfort, KY. All pole mounted lighting and Obstruction Lighting shall comply with the intent of FAA Regulations. The contractor shall be responsible for all trenching, cutting, backfilling, and patching of existing pavement and sidewalks to match existing. All systems shall be installed per Kentucky Building Code with Current Revisions, Americans with Disabilities Act, International Building Code, and National Electrical Code.
The Owner’s preferred daily work schedule shall be Monday-Friday 8 hour/day. There are no Contractor working days on Saturday or Sunday. A 48 hour notification is required for any outage of the existing Power System. Any damaged utility by the Contractor must be put back into service immediately.
Sealed Bids will be received electronically only by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Rhett Court Drainage Improvement Project Contract No. 2023-027, Budget ID No. C23178, will be received at the office of MSD until 10:00 a.m., Local Time, April 13, 2023, and will be publicly opened and read at that place and time. The public may attend the bid opening via teleconference call at 502-654-8113 (Dial-in Number) Conference ID: 347308350#.
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 drainage system along the rear of Rhett Court in the City of Plantation. 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 $75,000.00 and $100,000.00.
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
This project provides for the replacement of the existing CCTV system in place at Thomson-Hood Veterans Center in Wilmore, KY.
The work scope will involve the following features:
– Provide and install new CCTV cameras in and around the main facility building.
-Removal of all existing CCTV cameras and associated cabling and hardware.
-Removal and replacement of existing monitors and equipment in the existing campus security office at the security entry point with a new security workstation and new wall mounted system monitor.
-Provide and install a new CCTV headend with new VMS in an existing mechanical space.
-The new system and cameras much be installed and made operational while the existing system maintains operation and is removed only after the existing system is installed and fully operational.
Project Description:
This project provides for the upgrade to the existing CCTV surveillance system at Central State Hospital through the replacement of the existing CCTV video management system and all existing CCTV cameras with a new video management system, replacement of all existing CCTV cameras along with the addition of new interior cameras within the facility to provide better and more extensive coverage of the facility for observation and event documentation.
Estimated Length of Project:
(Substantial Completion) + 90 Calendar Days (Final Completion)
Project Description:
The site is located off of KY-15 on to Red Fox Road in KNOTT County (Lat: 37.21674°, Long: -82.95581°).
Clean out of all existing ditches, gabion weir along Red Fox Road and Christon residence associated with slide debris area. Re-construct top layer of Gabion Weir and clean out existing 24” HDPE pipe and headwalls. Prior to beginning any major earth disturbance, all silt control measures will be installed. All areas disturbed by washout activities are to be revegetated in accordance with regional, regulatory, and project standards, using agricultural limestone, fertilizer, seed and mulch, as needed.
Access to the site is via state and county roads, and residentially maintained driveways and yards.
Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
Project Description:
The Walker Br. OSM Drainage Repair AML Reclamation Project is located in Perry County, Walkertown Kentucky at 37°.25824 N latitude and 83°.16726 W longitude, Directions to the site are; from the intersection of KY 15 South and KY 80, Continue South on KY 15 for 2.57 miles to North Main Street, merge right onto North Main Street and travel 0.39 to Allais Road turn right onto Allais Road travel 0.34 miles to Walker Branch Road turn right onto Walker Branch Road, travel 1.11 miles to driveway and residence (Michael Turner) on right of road.
Date and Time:
April 25, 2023
2:00 P.M., Eastern Time
Estimated Length of Project:
540 (Substantial Completion) + 30 (Final Completion)
The DOCJT Indoor Firing Range will be a 42,794 square feet training facility located on the DOCJT
campus in Richmond, Kentucky. The new facility will be developed on an approximate 5.5 acre site with associated parking, roads and utilities. The structure will replace an outdated semi-enclosed firing range that is in a current state of major disrepair. The new facility will include a new indoor 50-yard, 30 lane tactical firing range and accommodate a supporting staff of 14.
The work includes removal and replacement of all existing flashings and wet roofing membrane/insulation systems over the Schwendeman classroom building roof area. Roof areas where insulation is dry are specified to receive 2 new plies of SBS modified bitumen and mechanically fastened base sheet. The total roof area is approximately 20,000 square feet. Upon completion of the work, a 20-year No-Dollar-Limit warranty shall be furnished by the roofing manufacturer and an unconditional 2-year warranty shall be provided by the roofing contractor.
The Hazelwood Center is an extended intermediate care facility. The purpose of the project is to replace the existing freezers and coolers in the kitchen area with new units
Project Description:
Remove top coating of existing garage floor system as specified. Prepare existing garage flooring as specified to prepare for new top coating systems. Install new resinous floor coatings on existing garage flooring as specified.
The project is a chiller replacement at the Postsecondary Education building at Madisonville Community College. It includes the removal and replacement of an air-cooled chiller and associated piping and controls.
This project will generally consist of the replacement of the existing natural gas boilers and air cooled chiller along with associated pumps and accessories. Trades involved include but are not limited to: demolition, HVAC, mechanical, controls, and electrical.
This project consists of the fit-up of approximately 3,300 sf shell spaces inside the existing Student Center building. Spaces to include office space and a computer classroom. Construction to include flooring, metal stud and gypsum walls, ceiling tiles, new lights, data and extension of mechanical and plumbing systems to service spaces.
Estimated Length of Project:
(Substantial Completion) + 240 Calendar Days (Final Completion)
The project area is 8 acres and the waste area is 1 acre. It consists of drainage control and portal closures around approximately 12 residences. The total watershed area flowing into the subdivision is approximately 150 acres. Concrete ditches will be constructed behind many of the homes, as well as HDPE pipes in several places across the road and through yards, including 14 drop boxes. These will replace and enhance existing draining that is undersized or inadequate. The project also consists of three portal closures.
The Golf Course Irrigation Pond Dam Outlet Pipe will be replaced with a new 30″galvanized Corrugated pipe, bedded within the dam and reconnected to the existing inlet structure and outlet headwall.
Estimated Length of Project:
(Substantial Completion) + October 31,2023 (Final Completion)
The Project 22048BFPFMPO Pond Creek 889-0046 is a bond forfeiture project in Muhlenberg County Kentucky in the community of Beech Creek located at 37°10’26.437’N & 87°4’12.722’W. This project consists of removing 3 basins containing acidic water. The water in the basins will be treated prior to release then the basins will be filled in to a level to which no water will be held in the future. The water from the basins will need to have a pH of greater than 6 and an iron level less than 5 mg/L prior to release. Clearing of trees around the basins will be necessary to push the necessary dirt to fill in the basins. Mowing of areas adjacent to hotspots and the location for three ECB ditches will be necessary to work the approximately 12 acres of this type of work. Agricultural limestone will be spread over all disturbed areas at a rate of 50 tons per acre and subsequently incorporated into the acidic material. The hotspots,
if appropriate, will have the first 50 tons of lime applied and subsequently mixed into the soils first two or so feet and then an additional 25 tons of lime will be incorporated prior to seeding. Exploratory hours are to be used to determine areas in which soil quality at two feet is good enough that this method can be used and effective. Hot spot areas will be worked through the gradework and lime bid items prior to any seeding. If mixing of the soil is not appropriate for an area 75 tons of lime per acre will be added and incorporated into the substrate prior to seeding.
Three ECB ditches will be created above basin B to catch acidic seeps that are currently running into the basin. Three 4 foot flat bottom riprap ditches will be added to carry water from the basins removed to the appropriate drain ways. Seeding of all disturbed areas will be performed in a timely manner and will use the AML acidic seed mix. Fertilizer will be spread at a rate of 0.375 tons per acre and will be an 18-46-60 mix. Mulch will be applied at a rate of 2 tons per acre and will be crimped in. Throughout the project AML best management practices will be used to keep silt and water quality under control. Silt fence or bales will be installed above basin B to protect any silt from entering this basin. After all work on the main project area has been completed roadway stone will be applied to the access road.
The project consists of demolition of the existing slab-on-grade concrete pavement and construction of a new slab-on-grade concrete paving in the courtyard at the Southeast Community & technical College, as shown on the attached documents.
Work includes demolition of existing slab-on-grade concrete pavement and associated reinforcement; placement of new slab-on-grade concrete pavement and associated reinforcement; and the installation of new surface water drainage and associated piping to an existing catch basin.
The goal of the project is to remove and replace the concrete pavements in the courtyard with dimensions being approximately 145’-0” long by 40’-0” wide, less two raised planting areas to remain (12’-0” X 24’-0”). In addition, the project requires the replacement of the existing 6-inch drains with three larger drains for easier cleaning, including a new 6-inch drain line from each drain to the catch basin discharge point.
The extent of the construction area is depicted on the attached sketches and will be detailed during the walkthrough pre-bid scheduled for this project.
23-0425 – Collection System Professional / Technical Services
23-0425 – Collection System Professional / Technical Services
REQUEST FOR QUALIFICATIONS (RFQ)
Statement of Qualifications (SOQs) will be received by the Louisville and Jefferson County Metropolitan Sewer District until 2:00 PM, local time, April 25, 2023. MSD is using a web-based portal for accepting and evaluating SOQs: http://louisvillemsd.bonfirehub.com/portal. Documents may be uploaded at any time during the open period indicated for the RFQ.
Pre-submittal meeting will be held at 11:00 a.m. on March 14, 2023 via TEAMS. The link to join the meeting is:
City of Graymore – Devondale Drainage Improvement Project
City of Graymore – Devondale Drainage Improvement Project
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the City of Graymore – Devondale Drainage Improvement Project Contract No. 2023-026, Budget ID No. C23083, will be received at the office of MSD until 10:00 a.m., Local Time, Tuesday, March 21, 2023, and will be publicly opened and read at that place and time. The public may attend the bid opening via teleconference call.
Description and location of Project: To perform the drainage improvements within The City of Graymore – Devondale. 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 $500,000.00 and $550,000.00.
The bid documents will be available on March 3, 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 Joseph Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer Barry Pickett at Barry.Pickett@louisvillemsd.org. 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.
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer, Barry Pickett at Barry.Pickett@louisvillemsd.org. For this Bid Opening, MSD will be hosting a Teleconference call in place of a face-to-face public opening. MSD will also post the As-Read Bid Summary as soon as available. To take part in the Bid Opening Teleconference Call, please call 502-654-8113 and enter code 859 715 333#.
MSD SUPPLIER DIVERSITY PROGRAM: 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 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: Not Applicable
This MSD construction project is bid and advertised as: check applicable below
Construction Services: X
Construction-related Services:
LOCAL LABOR COMMITMENT PREFERENCE: No
COMMUNITY BENEFITS PROGRAM: No
The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
Project Description:
The project consists of the removal of existing asphalt shingle roofing, sheet metal and existing SBS modified bitumen roofing membrane systems and the installation of new asphalt shingle roofing, sheet metal and new SBS modified bitumen roofing membrane systems. Masonry cleaning and sealing to occur at parapet walls. New roof hatch and roof hatch access ladder to also be installed
Project Description:
The Project Scope consists of exterior improvements and construction at the corner of Morgantown Road and Loop Avenue – the traditional entrance to the campus. The “campus fence” will be extended from the recently completed Gate 1 around to the first entrance of the Fire & Rescue Building. A monument sign structure with mounted, illuminated panel signage will be constructed just inside the fence at the intersection. The existing monument sign at the same location will be demolished.
This project is a 12’ tall elevated archery shooting platform. A wooden deck structure used to simulate an elevated hunting position for target practice and conservation education. Shooting lanes above and below the platform to accommodate multiple archers. This work consists of earthwork, concrete, exterior framing, and retaining wall construction.