The Old State Capitol Annex Renovation – Selective Demolition Package project is an above ceiling investigation and stabilization of existing structural conditions of the building. The elements of the project include but are not limited to ceiling removal at multiple floors, structural stabilization repairs both temporary and permanent, and MEP equipment selective removal, as noted, to maintain power and fire protection requirements of the Old Kentucky State Capitol Building which is located next to the Old Annex Building. The building systems shall remain operational to maintain conditioned space in this historic structure.
The Work of Project is defined by the Contract Documents and consists of the following:
Main lodge building: All controls for existing and new equipment will be replaced. Replace heating and cooling equipment one for one. Exhaust fans are to remain. Add cooling to kitchen make up air #1. Eliminate use of 1996 kitchen make up air unit #2. Chiller is replaced and pumps and piping will be replaced as necessary to install new chiller size. Provide pipes with quick connect valves for temporary chiller.
Lodge guest rooms: Replace packaged terminal units, exhaust fans, and add tempered outside air using a dedicated outside air unit with energy recovery.
The scope of work includes Renovations and a New Construction Addition to a previously operated jail in Jefferson County, Kentucky. The facility tops out at 3 stories with a basement, 1 and 2 story elevations are present as well. The Primary existing Structure is Cast Concrete columns, beams, floor, and roof elements. A secondary structure supported with steel columns and roof structure is present in the gymnasium. The buildings architectural façade consists of Precast, Masonry, and EIFS surfaced masonry.
The New Construction Contract includes the Renovation of the facility into a State Owned and Operated Juvenile Detention Center. Occupying the Basement, First and Second Floors with New program and a Limited Addition. The Third-floor renovations are limited to life safety upgrades. The Renovation and Addition will encompass approximately 9,000sf of Addition and 55,000sf of Full Renovation program.
New Construction Features Shall Include the following:
-Structural Construction will include reinforced masonry, cast in place concrete, and structural steel framing.
-Entire Roof System Replacement
-Architectural Walls, Ceilings, and Finishes
-Commercial Doors / Windows, Frames, Hardware
-Contractor Furnished-Contractor Installed (CFCI) FF&E
-Electric Traction Elevator Systems
-Detention Walls and Ceilings
-Detention Doors / Windows, Frames, Hardware
-Security Control System, PLC, VGUI, Video Surveillance
-Fire Alarm, Automatic Suppression Systems
-HVAC and Plumbing Systems
-Electrical and Lighting Systems
-Telecom Systems
-Site and Courtyard Improvements
The project consists of the removal & replacement of wet areas in existing roof areas, and the installation of an overlay roof system on others. The overlay roof system is 2-ply modified bitumen roof membrane on ½” cover board. New flashings & edge metal should be included with the overlay system.
Estimated Length of Project:
(Substantial Completion) + 90 Calendar Days (Final Completion)
A slide has occurred on the slope behind/beside the citizen’s residence impacting yard drainage, as well as multiple open portals on the bench behind the residence (and upstream). This project will address the slide by stripping the slide material to rock. Two portals immediately upslope will be closed with standard wildlife closures and drainage conducted to the strip to rock area via concrete block tied mat ditches. Drainage from and across the strip to rock area will be routed through an excavated rock ditch to a drop box/head wall at the yard edge. A combination ditch
will also be installed at the toe of the slope to collect drainage, which will flow into the drop box/head wall structure, culvert and standard headwall outlet to the creek. 5 additional portals (partially collapsed) east of the slide area will also be opened, drained and closed with wildlife closures. 40LF of subdrain is included to collect drainage at the portals for discharge into a natural drain. All waste generated by construction activities will be transported to an approved waste area 5.5 miles from the project site. At the waste area, a failing culvert under a section of access road will be replaced to promote hauling to the waste deposition area
The Project involves installation of a new nurse call system to serve patient care areas as indicated on the bid documents. All work must be performed in a sequenced effort coordinated with the hospital. The Contract Documents include a suggested construction phasing schedule. However, it is the responsibility of the Contractor to prepare and submit a schedule of work.
This project includes the chiller replacement for Stoner Hall at Somerset Community College. The new chiller will be air-cooled scroll type with all new hydronic pumps. Also includes all associated HVAC piping and electrical work.
The project consists of the removal and replacement of a section of damaged existing structural metal roof deck and existing roof systems; the installation of new exterior windows & interior/exterior doors; the construction of a small, single room office; extensive electrical system & mechanical system renovations throughout the noted area of the building.
The 33,000-square-foot Student Services Center renovation at Gateway Community and Technical College’s Edgewood Campus focuses on improving functionality, accessibility, and building systems to serve students, faculty, and staff better. Phase 1 includes upgrades to key service areas, modernization of interior finishes, improvements to restroom facilities, and replacement of outdated lighting with energy-efficient solutions. The existing elevator will be upgraded to meet current accessibility and safety standards, and door hardware will be replaced to enhance security and compliance with accessibility requirements.
The project includes new flooring throughout the facility, with LVT and carpet tile in common areas, carpet tile in offices, LVT in clinical spaces, and ceramic tile in restrooms for durability and ease of maintenance. Acoustical ceiling systems will be installed to improve sound quality, with specialty ceilings incorporated in select areas to define and enhance key spaces. Casework and storage solutions will be finished with high-pressure laminate for longevity, and all walls will receive new paint finishes to provide a cohesive and updated interior environment.
The commons area will be updated with custom wall and window graphics that integrate elements of the Gateway community’s identity, creating a more cohesive and engaging space. The renovation is designed to align with the college’s long-term goals for improving campus facilities, supporting student services, and enhancing the overall built environment.
The work of this project consists of:
a. Renovating 3 bathrooms on the second floor.
b. Make all three bathrooms ADA accessible
c. Two bathrooms will be renovated to enter from the corridor.
d. Upgrade plumbing equipment in affected spaces.
e. Upgrade mechanical equipment in affected spaces.
f. Upgrade electrical equipment in affected spaces.
g. New finishes in affected spaces.
h. Abandon and cap/remove plumbing from non-usable bathroom facilities on second floor.
i. Water cooler replacement on first floor
j. Installation of water line shut off valves
k. Replace existing light fixtures with LED light fixtures
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Pond Creek Flood Pump Station Water Line Project, Contract No. 17290, Budget ID No. F25128, Drawing Record No. / Sheet No. 17290/1-6, until 10:30 AM, Local Time, Thursday, April 10, 2025, and will be publicly opened and read at that time. The public may attend the bid opening via teleconference call at 502-654-8113 (Dial-in Number) Conference ID: 648 319 098#.
MSD is using a web-based portal for accepting and evaluating bid proposals digitally at http://louisvillemsd.bonfirehub.com/portal for this Invitation to Bid. Documents may be uploaded at any time during the open period indicated for each proposal.
Description and location of Project: The installation of 2400 + LF of 6-inch water line and other appurtenance work. All work shall be done in accordance to MSD’s Standard Specifications.
There will be a non-mandatory pre-bid meeting held for this project. The pre-bid meeting will be held on Thursday, April 3, 2025 at 10:00 AM at the Pond Creek Flood Pump Station /7805 Stites Station Road (Highway 44), West Point, KY 40177.
The Engineer’s Construction Cost Estimate for this project is between $400,000.00 and $500,000.00.
Persons wishing to view the bid documents may do so online at http://louisvillemsd.bonfirehub.com/portal or at the following locations: Builders Exchange of Louisville, Inc., 2300 Meadow Drive; Associated Builders & Contractors of Kentuckiana, 1810 Taylor Avenue; and F. W. Dodge, 1812 Taylor Avenue; all located in Louisville, Kentucky; and the Associated General Contractors of Kentucky, 2321 Fortune Drive, Suite 112, Lexington, Kentucky.
The Project Manager for this Invitation to Bid is Joshua A. Dickerson. 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 posted on MSD’s designated web portal will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $200,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms.
The MSE/WBE Program is effective June 1, 2020. If selected as applicable above, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: 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
Estimated Length of Project:
(Substantial Completion) + (Final Completion)
Chandler Hall is a four-story, 120-bed dormitory at Kentucky State University, originally built in 1938 and renovated in 1977 and 1993. The current renovation project aims to comprehensively overhaul the building to enhance its envelope performance, mechanical, electrical, plumbing systems, overall functionality, aesthetics and make it fully accessible. . The renovation will include the complete gutting and rebuilding of dorm rooms, restrooms, and common areas, ensuring compliance with ADA standards. The mechanical, electrical, and plumbing systems will be entirely updated, including the installation of new fan coil units, dedicated outside air system, ductwork, and controls. The project also includes the refurbishment of the elevator and the replacement of all interior finishes, ensuring a modern and comfortable living environment for the residents.
Estimated Length of Project:
(Substantial Completion) + 90 Calendar Days (Final Completion)
The project area is 3.2 acres. A slide in front of a residence has threatened the home and risks sliding material into the road below. The project will consist of two phases.
Estimated Length of Project:
(Substantial Completion) + 60 Calendar Days (Final Completion)
The site is characterized by drainage from a pre-law mine in the vicinity of the Goebel residence, which is currently flowing into the citizen’s basement. Additionally, areas around the bowling alley and park are also saturated. This project will seek to collect and divert that water away from the structures and toward natural streams in the area.
25-0421 – ASSET DATA COLLECTION FOR STORMWATER ASSETS IN POND CREEK WATERSHED
25-0421 – ASSET DATA COLLECTION FOR STORMWATER ASSETS IN POND CREEK WATERSHED
Proposals will be received by the Louisville and Jefferson County Metropolitan Sewer District until 2:00 PM, local time, April 21, 2025. So as to avoid disclosure of the contents to competing teams, qualifications shall not be publicly opened. MSD is using a web-based portal for accepting and evaluating bid proposals digitally 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.
25-0421 – ASSET DATA COLLECTION FOR STORMWATER ASSETS IN POND CREEK WATERSHED
There will be a Mandatory pre-bid meeting held on 4/8/2025, at 1:00 PM via Teleconference call in place of a public face-to-face meeting. To take part in this conference call, please call 1-502-654-8113 and enter Conference ID: 123 545 23#. Attendance is required.
Park Hill Trap Catch Basin Replacement & Tree Box Installation – Phase 1
Park Hill Trap Catch Basin Replacement & Tree Box Installation – Phase 1
INVITATION TO BID
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of the Park Hill Trap Catch Basin Replacement & Tree Box Installation – Phase 1, Contract No. 2025-021, Budget ID No. H25276, Drawing Record No. / Sheet No. , until 10:00 a.m., Local Time, Thursday, April 10, 2025, and will be publicly opened and read at that time. The public may attend the bid opening via teleconference call at 502-654-8113 (Dial-in Number) Conference ID: 541 154 029#.
MSD is using a web-based portal for accepting and evaluating bid proposals digitally at http://louisvillemsd.bonfirehub.com/portal for this Invitation to Bid. Documents may be uploaded at any time during the open period indicated for each proposal.
Description and location of Project: Existing Trap Catch Basin Replacements and tree box installations within the Park Hill 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 $400,000.00 and $500,000.00.
Persons wishing to view the bid documents may do so online at http://louisvillemsd.bonfirehub.com/portal or at the following locations: Builders Exchange of Louisville, Inc., 2300 Meadow Drive; Associated Builders & Contractors of Kentuckiana, 1810 Taylor Avenue; and F. W. Dodge, 1812 Taylor Avenue; all located in Louisville, Kentucky; and the Associated General Contractors of Kentucky, 2321 Fortune Drive, Suite 112, Lexington, Kentucky.
The Project Manager for this Invitation to Bid is 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 posted on MSD’s designated web portal will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $200,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms.
The MSE/WBE Program is effective June 1, 2020. If selected as applicable above, the goals are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively required for this project.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: 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 consists of structural repairs to interior and exterior elements at the Lodge and guestroom buildings at Lake Cumberland State Resort Park. Exterior repairs generally consist of spalled concrete at the end of balcony double-tee members and cracking and spalling on concrete walls. A retaining wall is to be constructed on the southeast corner of the main lodge to address soil erosion conditions and drainage on the east side of the main lodge is to be redirected to the existing natural drainage channel to the south that leads down the slope to the lake. A portion of concrete slab will be removed and replaced at the northeast corner of the conference center building due to settlement of the existing slab. Interior repairs are limited to the crawlspace beneath the main lodge and consist of underpinning of several foundation elements which have been undermined due to soil erosion as well as repair and/or reinforcement of existing cast-in-place and precast first-floor framing members. The project also includes removal and replacement of retaining wall, concrete slab, and steel railing at cottage 510, as well as removal and replacement of concrete walkways at cabins 528, 529, and 530.
The Kentucky State Police is proposing to erect two (2) new communications towers. The site names are 0312 Barren River and 1505 Dale Hollow. The new structures will be 250’ tall latticed steel self-supporting towers designed to accommodate future 50’ extensions. All new tower sites will require a new equipment shelter, generator, and propane tank.
This project involves installing structural foundations, erecting towers, installing all necessary site components, and completing all exterior improvements per the project drawings. The new tower steel and hardware, equipment shelters, generators, and automatic transfer switches (ATS) will be provided by the Kentucky State Police. The contractor is responsible for the transportation and delivery of all site components to the project locations. The contractor is responsible for the coordination of delivery and receipt of the new tower steel and hardware from the tower manufacturer.
The Work of Project is defined by the Contract Documents and consists of demolition and replacement of existing shingle roofing on the administration and maintenance buildings.
Two existing boilers will be replaced with new condensing natural gas boilers as well as the four circulation pumps. In addition, emergency stops, flow switches, acid neutralization tank, condensate piping, chemical pot feeder tank, cold water makeup system, natural gas connections and pressure gauges will be replaced at the KET building, located at 600 Cooper Drive, Lexington, KY.
The new Boiler System will be installed per Kentucky Boiler Code as well as the Kentucky Building Code with Current Revisions, including the International Mechanical Code and the National Electrical Code. The Owner’s required work schedule will require to replace the boilers with a minimal amount of downtime to the hot water loop requiring after hours weekend construction activity.
This project will generally consist of improvements to the existing HVAC systems for Building 30 and 31 within the Nursing Facility. Work includes excavation and asphalt repairs, removal and replacement of existing ceiling systems, modifications to the existing sprinkler system, removal of existing two-pipe HVAC systems, removal of exhaust systems, installation of four-pipe fan coils, installation of outside air systems, installation of exhaust air systems, installation of hot water and chilled water piping systems. removal of power connections to mechanical systems noted, installation of new power panels, and power connections to new equipment. There will be an alternate for these improvements to Building 32. Trades involved shall include but are not limited to: demolition, concrete, drywall, painting, ceilings, fire protection, mechanical, ductwork, electrical, and fire alarm
This project consists of the removal of existing windows (72) on the 1st, 2nd, 3rd & 4th floors of the building and the installation of replacement windows. New pre-finished metal cladding is to be applied to the existing exterior window trim.
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Belmar Basin Green Retrofit, Contract No. 25-0410, Budget ID No. H25058, Drawing Record No. / Sheet No. , until April 10th, 2025, Local Time, 10:00 am, 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: 341 510 147#.
MSD is using a web-based portal for accepting and evaluating bid proposals digitally at http://louisvillemsd.bonfirehub.com/portal for this Invitation to Bid. Documents may be uploaded at any time during the open period indicated for each proposal.
Description and location of Project: The scope of work will include, but is not limited to, all labor, equipment, tools and services required for enhancing the stability of the Belmar Basin channel by replacing the existing vegetation with native soils provided on plans. The work will involve but not limited to: Clearing existing vegetation; Removal of concrete sections; Reseeding with native grasses.
There will be a non-mandatory pre-bid meeting held for this project. The meeting will take place at 1573 Belmar Dr., Louisville, Kentucky 40213, on Friday, March 28th, 2025, Local Time, 2:00 pm.
The Engineer’s Construction Cost Estimate for this project is between $45,000.00 and $65,000.00.
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 Venkata Gullapalli. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal. Questions received less than four days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda posted on MSD’s designated web portal will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 2.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 0.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 12.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms.
The MSE/WBE Program is effective June 1, 2020. If selected as applicable above, the goals are as follows:
2.0% MBE – African American, 0.0% MBE – Asian-Indian American and
12.0% WBE – Caucasian Female participation respectively required for this project.
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: Applicable
This MSD construction project is bid and advertised as: check applicable below
Construction Services: x
Construction-related Services:
LOCAL LABOR COMMITMENT PREFERENCE: No
COMMUNITY BENEFITS PROGRAM: No
The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
The Project involves replacement of the campus wide fire alarm system monitoring the Green River Correctional Complex. Work of the Project will be performed in all buildings or structures located inside and outside the security boundary of the GRCC. The existing fire alarm initiating and alarm devices, control panels, circuits and associated components shall be removed. The replacement addressable fire alarm system shall consist of initiating and control devices, control panels, software, circuits, and all associated components for a complete campus wide fire alarm system. In addition, the project includes the construction of an underground fiber-optic circuit that will loop the complex and interconnect the building fire alarm systems. All work must be performed in a sequenced effort coordinated with the GRCC. The Contract Documents include a suggested construction phasing schedule. However, it is the responsibility of the Contractor to prepare and submit a schedule of work.
The project involves replacing five air handling units. Three DX split-system air handlers with inline natural gas duct furnaces will be replaced with like systems. One DX split-system air handler with an inline natural gas duct furnace will be replaced with a condensing furnace and evaporator coil. One condensing furnace with evaporator coil will be replaced with a like system. All new equipment will integrate with the existing Automated Logic controllers.