The Kentucky State Fair Board – Kentucky Exposition Center is upgrading the security at the KEC Gate 1 Entrance. The improvements will include the installation of two new cantilevered box frame gate systems, operators and accessories in addition to vehicular and pedestrian access, swing gates. The project will also include the installation of vinyl coated chain link fence and aluminum picket fencing. Minimal earthwork and storm sewer pipe extension is included in the project to accommodate the installation of portions of the fencing. Electrical work will include provisions for electrical service for the operation of the gate operators and accessories including communication wiring for remote operation and monitoring.
This project is to replace an existing three-section, floor-mounted, 2500A electrical switchgear with two new 1200A switchboards. All existing feeders to be re-connected to one of new switchboards. New exterior service from existing pad-mount transformer to existing exterior chiller. Work will be conducted at an occupied facility requiring close coordinate with facility personnel for scheduling downtimes.
This project consists of the removal of an existing indoor generator system and installation of outdoor generator set for the Outwood Resident Life Center in Dawson Springs, Kentucky. The work generally consists of the following improvements: perform limited corrections of electrical code violations, relocation of load connections, installation of transfer switches, and installation of Owner furnished LP generator set.
The work includes all labor and material for complete and operational systems.
Provide and install high-volume, low-velocity (HVLS) and wall-mounted convective cooling fans as indicated for automotive shops. Fans require new circuitry, a new branch panelboard and associated feeder for connection to the existing power distribution system. All wiring and controls for fans shall be included for a turn-key system. Fans shall be tied to existing fire alarm system as required by all applicable codes.
This project entails replacing three existing natural gas hot water boilers and an air-cooled chiller serving the London State Office Building in London, Kentucky. Existing primary boiler pumps will be reused and the primary boiler water loop will be reconfigured. The main expansion tanks serving the hot and chilled water loops will be replaced. The building loop hot water pumps and the chilled water pumps will be replaced. Existing electrical power circuits will be reused and reworked for all replacement equipment. Building automation system sequences, equipment interfaces, and controllers for the central hot- and chilled-water systems will be modified and updated as part of this project.
509 Blankenbaker Lane Drainage Improvement Project
509 Blankenbaker Lane 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 509 Blankenbaker Lane Dainage Improvement Project Contract No. 2023-017, Budget ID No. C23155, will be received at the office of MSD until 10:00 a.m., Local Time, Tuesday, December 20, 2022, 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 drainage improvements along Blankenbaker Lane. 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 $50,000.00 and $90,000.00.
The bid documents will be available on Wednesday, December 7, 2022, 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 930 654 942#.
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 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
Demolition of an existing exterior concrete slab, part of a picnic shelter that collapsed due to high winds. Following demotion, construction of a new picnic shelter at the same location.
Work includes construction od concrete foundations and cast in place concrete piers and a Glue-Lam structure with 2-inch tongue and groove roof desking. Concrete piers will be finished with adhered stone masonry. Roofing is asphalt shingles. Minor electrical work including lighting and power outlets is part of the work.
This renovation project is for the Dale Hollow Lake State Resort Park located at 5970 State Park Road, Burkesville, Kentucky 42717. The architectural scope of work for this project includes the following:
• Replace failed aluminum-framed glass panels (seals have failed) on the upper gable end of the main dining lodge as indicated on the drawings (replace frame and glass)
• Replace failed glass panels, door panels, transom panels (seals have failed) on the lower level of the main dining lodge as indicated on the drawings.
• Replace failed wire mesh glass panels (seals have failed) on the upper floor stairwell leading to the convention center from the main lodge.
• Replace failed glass panels on the convention center (seals have failed) as indicated on the drawings (frames to remain).
• Remove two large pendant light fixtures and replace with HVLS Climate Control Ceiling Fans
• Replace exterior wood trim on the upper gable end of the main lodge dining room with fiber-cement board.
107 working days are provided from the execution of the construction contract to substantial completion. 30 working days are provided from substantial completion to final completion. The contractor will be responsible for coordinating areas of construction and the “shut down” of those areas per the project schedule as described in the Bid Documents. The contractor will be required to communicate and work closely with the Dale Hollow Lake State Resort Park Manager for project logistics, including shut downs, construction sequencing, and general construction activities.
The KYTC – New Maintenance Garage Roofs for D8, D11, & D12 project is being undertaken to extend the usable life of the buildings on the sites on which they sit and to maintain weather resistance of the buildings. The existing roofs are architectural profile metal with gutters and downspouts, and will be re-roofed in a PVC membrane with new gutters, downspouts and accessories.
The project is comprised of (4) different building on (4) different sites in (3) different districts, as listed below. They are all double pitched roofs and all buildings have a small addition onto their long sides with a lower roof, which are also being re-covered. All of the buildings are a single footprint.
Project Location: Russell Springs, Hyden, London, and Canada
The project is to convert an existing building to a maintenance garage for the Kentucky Transportation Cabinet, District 2. The existing building is a 21,000 square feet pre-engineered metal building with metal wall and roof panels and vinyl-faced roof and wall insulation. The existing structural system consists of a pre-engineered steel frame skeleton with conventional poured in place concrete shallow foundations, piers, grade beams and concrete floor slabs. The existing PEMB structure will be modified by the removal of an existing interior steel column and the addition of new framing and foundations to support the existing structure. The renovation work will provide new toilets, a shower room and mechanical room. Interior partitions will be light gauge steel framing with gypsum board surface and sound batt insulation. Pedestrian doors will be hollow metal. Overhead sectional doors are existing, to remain. The remainder of the building will be shop area. Site work consists of cutting and patching existing surfaces for installation of underground utilities. Site furnishings include flagpole. Water service is existing from municipal system, sanitary will gravity flow to municipal system. Existing plumbing fixtures will be demolished, and new plumbing will be installed in the renovated area. The building will utilize existing natural gas for heat. Ventilation will be restroom exhaust. Shop area will be heated with existing units and ventilated with existing exhaust fans. Existing electric service is to remain. Electrical work in the renovated area includes a 120/240V power distribution system and LED lighting. The existing automatic sprinkler system will be retained and modified as needed in the renovated area.
Demolish existing abandoned power plant building and associated components. Demolition of two ancillary structures across the street and partial site stair removal. Coordinate street closure and traffic re-routing with specified parties and authorities. Abatement of hazardous materials per the referenced report. Building new CMU walls in the existing tunnel to block access. Provide new gravel lot in area of demolished building.
Add Alternate 1
Remove existing piping in the tunnel between new concrete masonry unit (CMU) walls.
This project will generally consist of repairs related to failed below slab sanitary sewer piping. The work consists of the following: flooring removal, saw cutting concrete, interior below slab excavation, replacement and reconnection of existing sanitary sewer piping, backfill, concrete repair, and flooring installation. The trades involved include but not limited to the following: demolition; flooring, concrete, and plumbing.
The project is to renovate five existing cabins (Cabins 1, 2, 3, 4, & 5) at the FFA Leadership Training Camp in Hardinsburg, KY. The five existing cabins are 20’-0” x 33’-4” single-room buildings to house 10 bunk beds for campers located on the site to the east of the new bathhouse. The existing buildings are constructed of wood framed walls, ceiling, & roof on 8” CMU knee wall with concrete slab, VCT flooring, wood windows, vinyl siding, and asphalt-shingled roofs. New work includes the following: VCT floors will be removed & prepared for new epoxy coating. Interior walls will be finished with painted plywood panels (full hgt.). Ceiling and beams will be painted. All wall cavities and attic will be insulated with fiberglass batts. New insulated outward swinging front door w/ panic hardware and closer. Four of the (10) existing windows will receive replacement fiberglass awning units. The remaining (6) will be removed framed in, sheathed, and insulated. Existing soffits to be removed, provide new soffits and breakmetal fascia trim. Existing exterior vinyl siding will be removed and replaced w/ prefinished Board & Batten style metal wall panels (2 colors) on metal zee furring w/ rigid poly-iso insulation at CMU wall to floor level. Remaining exposed exterior CMU foundation wall will be painted. 18”w concrete mow strip will be placed around full perimeter of each cabin. Roof is fairly new and not in contract (N.I.C.). Existing window AC units will be removed, and new HVAC will be ductless split system with two ceiling cassettes. Existing lighting will be removed, and new lighting will be LED panel type lights. Existing electric service panel in corner will be removed and new electric panel located at center of back wall with new wall switch and power provided to each bunk bed location with a single quad box of outlets. New exterior light fixture, exist sign emergency lighting w/ remote head.
Cumberland Falls Highway Water District – Line Replacement and Reinforcement Project – Contract 3
Cumberland Falls Highway Water District – Line Replacement and Reinforcement Project – Contract 3
This project consists of installation of approximately 13,000
linear feet of 8”, 6”, 4”, and 3” PVC waterline, 440 linear feet of 10” PE waterline,
an underground pump station relocation/rehabilitation, and all necessary
appurtenances. The engineer’s estimate is $570,000.
Knox County Utility Commission – Barbourville Connection – KY 225
Knox County Utility Commission – Barbourville Connection – KY 225
This project consists of installation of approximately 15,940
linear feet of 8”, 4”, 3”, 2”, and 1” PVC, SDR-17 waterline, 530 linear feet of 8”
D.I. waterline with nitrile gaskets, 1,125 linear feet of 10” PE waterline, a 300
GPM pump station, and all necessary appurtenances.
The engineer’s estimate is
$1,850,000.
The work for this project is related to Severe Storms, Straight-Line Winds, Flooding and Tornadoes that
occurred in Western Kentucky on December 10th and December 11th, 2021 which resulted in Presidential
Declaration of Disaster dated December 12, 2021, 4630-DR-KY. This is an acknowledgement that FEMA
Financial Assistance Awards will be used to fund a portion of the Project Contract. All Bidders shall
comply with all applicable federal law, regulations, executive orders, FEMA policies, procedures, and
directives including, but not limited to those found in the Volume One Project Manual Bidding and
Contract Documents.
1. Remove existing slate shingles and underlayment to decking where indicated on Drawings.
a. Remove individual damaged slate on other roof areas as indicated on Drawings.
b. Remove existing snow guards.
c. Remove existing roof flashing.
2. Remove damaged existing plywood roof sheathing if discovered.3. Remove damaged existing wood fascia board and trim if discovered.
4. Remove damaged existing wood siding where indicated on Drawings.
5. Install new modified bitumen underlayment, including ice and water shield.
6. Install new slate shingle roofing.
a. Install new slate shingles where individual shingles were removed from other roof areas.
7. Repair laps in existing lead coated copper gutters.
Project Description: The Finance Cabinet, Division of Engineering and Contract Administration (DECA) is seeking Integration services for system upgrades at KET (Kentucky Educational Television) to upgrade Master Control and Broadcast Infrastructure. This project includes:
A. Master Control
1. Automation
2. Playout servers (including switching and graphics)
3. Traffic integration
4. KVM computer controls
5. Audio/video bypass switchers
6. Multi-viewer system
7. Supporting equipment (picture monitors, audio speakers, rasterizers and scopes, computer workstations, XD-CAM decks, furniture/consoles, racks)
B. Broadcast Infrastructure
1. Video/audio router
2. LTO deep archive
3. Media Asset Management
4. Network edge switches
5. Virtual Server Environment
6. Conversion and distribution
West Shelby Water District – Discovery Point Phase 320 – Waterline Extension
West Shelby Water District – Discovery Point Phase 320 – Waterline Extension
This contract consists of installing approximately 220 L.F. of 6”
PVC, SDR-21 and 600 L.F. of 8” PVC, SDR-21 waterline and all other necessary
appurtenances.
The engineer’s estimate is $105,000.
West Shelby Water District – Discovery Point Phase 310 – Waterline Extension
West Shelby Water District – Discovery Point Phase 310 – Waterline Extension
This contract consists of installing approximately 820 L.F. of 6”
PVC, SDR-21 and 720 L.F. of 8” PVC, SDR-21 waterline and all other necessary
appurtenances.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of Rutherford Ave Alley Drainage Improvement Project Contract No. 2023-016, Budget ID No. C23102, will be received at the office of MSD until 10:00 a.m., Local Time, Tuesday, December 6, 2022, 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 improvement along the alley behind Rutherford Ave. 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 $60,000.00 and $100,000.00.
The bid documents will be available on, November 18, 2022, 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 Karen Elzy at karen.elzy@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, Karen Elzy at karen.elzy@louisvillemsd.org. Due to the current Coronavirus (COVID-19) pandemic measures, MSD will be hosting a Teleconference call in the 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 545 127 290#.
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 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.
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.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of 10214 Brownhurst Court Drainage Improvement Project Contract No. 2023-015, Budget ID No. C23100, will be received at the office of MSD until 10:00 a.m., Local Time, Thursday, December 8, 2022, 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 along the rear of Brownhurst 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 $80,000.00 and $111,000.00.
The bid documents will be available on, November 18, 2022, 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 Karen Elzy at karen.elzy@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, Karen Elzy at karen.elzy@louisvillemsd.org. Due to the current Coronavirus (COVID-19) pandemic measures, MSD will be hosting a Teleconference call in the 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 287 401 229#.
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 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.
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.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
Estimated Length of Project:
Dates included in Specs. (Substantial Completion) + 30 (Final Completion)
This project consists of the following improvements in the existing Kentucky Educational Television Network Center at 600 Cooper Drive, Lexington, Kentucky. These upgrades include replacement of the building copper and fiber data cabling;
replacement of an Owner-Furnished chiller; replacement of an Owner-Furnished rooftop air-handler; replacement of an existing Halon fire suppression system with new chemical suppression; replacement of an Owner-Furnished central UPS system; and architectural revisions in select spaces.
The project is located in Somerset, Kentucky at the District 8 Highway Department Maintenance Garage. Project consist of a new 2,000 square feet light wood frame construction office building with pre-engineered wood trusses on reinforced concrete slab on grade, CMU foundation walls, and reinforced concrete spread footings. Exterior work includes painted cementitious lap siding, fiberglass windows, hollow metal doors/frames, prefinished metal soffits/break metal trims, and fiberglass asphalt shingle roofing. Interior work includes painted gypsum board assemblies, acoustic tile ceilings, rubber base & epoxy flooring throughout. Plumbing works includes two toilets, custodial, and small kitchenette. Mechanical work includes HVAC and ventilation systems. Electrical work includes LED interior/exterior lighting, power, and communications systems. Site work and improvements includes grading, concrete sidewalks/mow strips, and asphalt ADA van accessible parking space. New office building will replace the two existing modular building and storage shed currently on site. Project intent is for staff to remain in existing office facilities while construction of the new office building commences. Once the new office building is finished, the staff will move into the new building and the existing modular building will be removed/demolished by the user agency (NIC). User Agency will provide site grading and millings at demolished modular footprints (NIC).
This project consists of the roof replacement of the 7,900 SF roof system on the Student Center building. In the plan Northwest quadrant of the roof, the existing built-up roof system and lightweight concrete will be removed down to the concrete deck and replaced with tapered polyiso insulation. For the remaining areas of the roof, only the built up roof system will be removed down to the existing lightweight concrete and new roof system will be installed on top. The existing masonry coping will be removed and replaced with manufactured metal fascia.