Project Description:
Replace the existing natural gas regulators, disconnect valves, and piping for one (1) new replacement 40-gallon steam kettle. Modify existing water lines and connect to new ovens. Modify existing drain lines from new ovens to existing open hub drain.
All modifications of existing natural gas, water, and drain lines to be phased to minimize interruption to food service kitchen operation. Food service kitchen to remain operation throughout construction.
3) The Work includes removal and replacement of various window, curtain wall, and storefront glazing systems at various buildings on the Somerset and Lond Campuses of KCTCS. Building in the scope include Stoner Hall, Building 1, 2, 3, and 5 on Somerset Campus; LN1 and LN2 on London Campus. Refer to Drawings and Specifications for additional information.
Project includes replacement of water damaged electrical panels, repairs to upper room to make office and gift shop. Project includes replacement of damaged kitchen equipment, ceilings, HVAC diffusers, and lighting in the kitchen along with HVAC duct insulation installation. Project includes complete men’s and women’s restrooms replacement including walls, ceiling, doors, casework and all new plumbing stack and fixtures. Across from the kitchen modifications to existing rooms to provide wet bar, casework, and bar equipment including related wall improvements.
Project Description:
The project scope involves repairing damage caused by freezing sprinkler pipes. Some very minor structural repairs are required. Most of the focus is on finishes, insulation, and HVAC system repairs to help with air flow and prevent future issues. This project will be covered partially by insurance, so the contractor will have to price out what is to be covered by the insurance companies and what will be charged to the owner for upgrades.
Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
This Site will first consist of the removal 0.08 acres of slide material and transporting to waste area, creating a bench to install an 120 LF Steel Piles Foundation Wall to stabilize area in behind the residence. To allow the construction of 100 Linear Foot 10’ high Reinforced Concrete Retaining wall and installation of subdrain Class II aggregate and filter fabric will be installed behind the wall.
Mobilization is setup to provide for construction equipment to be delivered to the site. Hoe Ram hours included if rock encounter during the construction of walls. Utility Relocation, Structure Removal/Replacement and Landscape Allowance are setup to address these features that may require location / replacement to facilitate normal reclamation activities. Site Prep is included, at both the sites and waste area to prep the areas for reclamation and material storage. Residential Seeding are included for all revegetation efforts within the site and waste area. Dense Grade and Roadway Stone are included to provide for access during normal reclamation. Bituminous Repair is included to repair “in kind”all asphalt surfaces damage due to normal reclamation activities.
Project Description:
The Project involves replacement of the campus wide fire alarm system monitoring the Luther Luckett Correctional Complex. Work of the Project will be performed in all buildings or structures located inside the security boundary of the LLCC and in one building located outside the security boundary. The existing fire alarm systems in the five newest dormitory buildings will be connected to the new campus wide fire alarm system. In all other buildings 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. All work must be performed in a sequenced effort coordinated with the LLCC. The Contract Documents include a construction phasing schedule. However, it is the responsibility of the Contractor to prepare and submit a schedule of work.
The project scope includes selective demolition of existing walkways, handrails, ramp, pavers and construction of new replacement concrete walks, curbs, reinstallation of pavers, new concrete ramp and concrete retaining wall, new stainless steel handrails and site restoration.
Project Description:
The project consists of the removal and replacement of the waste, vent, and domestic water piping system serving the kitchen and dishwashing areas. All piping, drains, and plumbing fixtures in the kitchen and surrounding areas shall be removed and replaced. Ceilings, floors, and walls will be removed and replaced to accommodate the piping replacement. Light fixtures and receptacles will be removed and replaced. A new concrete slab and epoxy non-slip floor shall be provided in the renovation space. All existing kitchen equipment shall be removed, stored, and re-installed to accommodate the renovation. Temporary kitchen trailers and storage containers shall be provided to serve as the facility kitchen while the permanent kitchen is shutdown. Trenching and backfilling will be required for installation of utilities to serve the temporary kitchen rental trailers. All work will be performed inside the facility perimeter Security fence.
Project includes upgrades and equipment replacement of the fire alarm systems at multiple buildings at the KCTCS Henderson and Madisonville campuses. Upgrades include fire alarm control panels and associated communication for system monitoring and reporting. Additional fire alarm devices are identified to expand the fire alarm systems. Associated power and network infrastructure is also identified to allow operation.
Project Description:
The project consists of roof replacement of Low Sloped Roofs.
1. Low Slope: Remove existing roof membrane system, skylight and curb down to existing roof deck. Install 2-Ply SBS Modified Bituminous Membrane Roofing system over cover board insulation. Provide crickets where indicated.
2. Remove obsolete RTU as noted
Estimated Length of Project:
(Substantial Completion) + 90 Calendar Days (Final Completion)
AML proposes to remove the erosive material adjacent to the home and install a combination rock ditch-drain that connects to a rock ditch to the north and west of the home and a combination rock ditch-drain to the east of the home. Both ditches, which will collect both surface and sub-surface water, will outlet in natural drains. AMD is present at the site from multiple seeps. Drainage will be collected by a means of subdrains modified for AMD conditions (non-calcareous backfill and PVC pipe). In addition to the ditches and subdrains, a temporary debris barrier will be erected during construction and removed at the conclusion. All excavated material will be transported to, placed and revegetated at an approved waste area on
Ligon Camp Branch located at latitude: 37° 21′ 43.2″N, longitude: 82° 40′ 6.88″W. Any woody materials requiring removal from the waste area will be burned or otherwise suitably disposed of.
This project will not address underground mine openings. No trees are intended to be removed. All areas disturbed by this project will be revegetated by conventional seeding practices and/or
hydroseeding according to standard details and technical specifications. Sediment control will be provided by silt fence/bales or other approved methods.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of Cedar Creek WQTC – South Electrical Service Contract No.17099, Budget ID No. D24106, Drawing
Record No. 17099 / Sheet No.1-14, will be received at the office of MSD until 10:00 AM, Local Time, March
26, 2024, and will be publicly opened and read at that place and time. The public may attend the bid opening via In Person
Only.
Description and location of Project:
This project includes providing an additional electrical service including service entrance
equipment in a walk-in enclosure. The project also includes tree removal on the site. The project is located at the Cedar Creek
WQTC at 8405 Cedar Creek Road, Louisville, Kentucky 40291.
All work shall be done in accordance to MSD’s Standard Specifications.
There will be Non-Mandatory pre-bid meeting held for this project. The prebid meeting will take place at Cedar Creek
WQTC Office building located at 8405 Cedar Creek Road on March 6, 2024 at 10:00 A.M., with site walk to follow.
The Engineer’s Construction Cost Estimate for this project is between $700,000.00 and $900,000.00.
The bid documents will be available on February 23, 2024, 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 Reese True. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Reese True. at Reese.True@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 July 1, 2023, MSD has adopted and implemented the 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 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
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 minorityowned
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, Reese True.
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 July 1, 2023. If selected as “Applicable” or “Applicable, Partial Waiver” above, the goals are as
follows:
18.0% MBE – African American Participation 2.0% MBE – Asian-Indian American Participation 15.0% 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: 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 KSFB Gate Upgrades project is being undertaken to replace and modify the location of Gate 2 and Gate 4 at the Kentucky State Fairgrounds / the Kentucky Exposition Center. The existing gates are at the end of their usable lives, and the layout of the site does not currently meet the needs of the Kentucky State Fair Board. The gates will be re-located on their current site, the roads and utilities will be re-worked as required, the gate booths and associated support centers will be replaced, and a cantilevered canopy will be added to match the overall look of Gate 1.
Project Description: Demolition of the existing fire alarm system in its entirety within the main lodge, conference center and connected lodging rooms. Providing new fire alarm system with mass notification complete. Main panel shall be monitored by a 24/7 365 monitoring service utilizing Network and cellular connections. Cellular connections at the site are not favorable. Provide testing of new equipment. Provide owner training. All owner training shall be video recorded. A copy of the video recording shall be included in the O&M Manuals. Providing O&M Manuals. Contractor will be required to provide both electronic copies uploaded to ECOMM and a quantity of two hard copies, Provide RED LINED as-built record drawings. Provide digital copy of the fire alarm system program upon substantial completion and provide updates as required until final completion.
RFB-203-24 KHP – Barn Repair and Upgrades BP#3 – Stall Mats
RFB-203-24 KHP – Barn Repair and Upgrades BP#3 – Stall Mats
Estimate:
$127,301.00
Estimated Length of Project:
July 1, 2024 (Substantial Completion) + July 20, 2024 (Final Completion)
Bid Pack #3 scope is to provide new interlocking rubber stall mats over new asphalt installed by the General Contractor as part of Bid Pack #2. Interlocking rubber stall flooring provider / installer to coordinate with all trades associated with Bid Pack #2. It is to be assumed that the Bid Pack #2 General Contractor will have the stalls ready for mat installation by early to mid-June, 2024
Removal of the existing EPDM roof membrane and components to the existing roof deck. Existing wood blocking will be replaced as needed. New insulation, cover board and 2-ply modified bitumen membrane roof system is to be installed. New flashings, edge metal, gutters and downspouts, & heat stacks are to be installed. Existing exhaust fans are to be retained.
Project Description:
1. Remove existing shingles and underlayment to decking.
2. Remove any roof decking that has been damaged and/or deteriorated.
3. Remove existing gutters and downspouts.
4. Install new vented roof deck.
5. Install new ice and water shield at perimeters and penetrations.
6. Install new asphalt shingles and components.
7. Install new gutters, downspouts, valleys and trim where indicated on Drawings.
Project Description:
The project is the repair of the of the plaster walls and suspended ceiling in the 2nd and 3rd floor offices of the Administration Building. Work shall include the removal of acoustical ceilings, plaster repair, replacement of ceiling and lighting in four (4) office areas. Project work involves demolition, plaster repairs, acoustical ceilings and lighting.
Project Description:
The Project involves replacement of the abandoned Electric Hydronic Boiler with a Gas-Fired Boiler in the K Building that serves the Green River Correctional Complex. Work of the Project will be performed in the K building outside the facility security fence. An existing gas-fired boiler currently in service will remain; a new gas-fired boiler will be installed in place of the abandoned electric boiler to provide redundancy to the Hydronic piping system that serves heat pumps throughout the facility. Hydronic piping serving the boiler to be removed will be replaced and reworked to accommodate the new boiler. The natural gas service from the meter to within the building will be upsized to serve the additional boiler. Electric work of the Project involves removals associated with the abandoned electric boiler. Power to serve the new boiler will be sourced from existing infrastructure inside the K building.
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Shawnee Trap Catch Basin Replacement Project – Phase 3 Contract No. 2024-028, Budget ID No. C24139, until 10:00 AM, Local Time, Thursday, March 7, 2024, and will be publicly opened and read at that time. The public may attend the bid opening via teleconference call at 502-654-8113 (Dial-in Number) Conference ID: 902 499 812#.
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: Trap catch basin replacements within the Shawnee 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 $800,000.00 and $1,000,000.00.
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 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
Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
The Shelia Blackburn site is located at 1927 Frozen Creek Road at Raccoon, KY. The site is located at coordinates LATITUDE: 37° 28′ 51.9″N, LONGITUDE: 82° 26′ 55.3″W.
AML proposes to construct a gabion retaining wall along the front yard to correct slippage, construct a subdrain behind the house to divert drainage to natural drains, and closure to portals with non-wildlife accessible closures. Any excavated material not used on-site to repair the slide in the front yard will be transported to, placed and revegetated at an approved waste located at latitude: 37° 30′ 45.4″N, longitude: 82° 28′ 46.5″W. Any woody materials requiring removal will be burned or otherwise suitably disposed of.
This project will address two underground mine openings, which will be closed with nonwildlife accessible closures. Trees in excess of 3” dbh will need to be removed to facilitate construction of the gabion wall and closure of the two mine portals. All areas disturbed by this project will be revegetated by conventional seeding practices and/or hydroseeding according to standard details and technical specifications. Sediment control will be provided by silt fence/bales or other approved methods.
Project Description: KFI Engineers (KFI) will be providing design and engineering services to upgrade the life safety systems in various buildings on multiple campuses of the Somerset Community and Technical College (SCTC). Included in the scope of work will be retrofits of fire sprinkler systems in multiple buildings and fire alarm/detection system upgrades.
Comprehensive fire alarm system replacement for Health Building #3 on Laurel North Campus; McCreary Center Building #1 and Arts Building #2 on McCreary Campus; Administration Building #3 on Somerset Community College South Campus; Alton Blakely on Somerset Community College North Campus; Lineman Training Center; and Valley Oak 580. New sprinkler systems at Harold D. Strunk Building and Meece Hall on Somerset Community College North Campus and Administration Building #3 on the Somerset Community College South Campus.
Project Description:
The Project involves replacement of HVAC systems that serve the Luther Luckett Correctional Complex SMU Dormitory. Work of the Project will be performed at the SMU Dormitory located within both the LLCC and SMU security boundaries. Two AHU systems with electric heat and associated return air fan will be removed from the Second Floor Mechanical Room. The condensing unit for each system located outdoor at grade will be removed. Three replacement AHU systems each including a return air fan and outdoor condensing unit will be installed. Gas fired boilers, pump and expansion tank will be added to provide hydronic heating. The natural gas service within the building will be upsized to serve the added loads. A third AHU system is being added to provide additional zoning of the building. Modification of the existing ductwork will be necessary for the added HVAC system zone. Select fire protection piping will be reworked to accommodate the ductwork modifications. An exhaust fan is being added in a Second Floor Storage Room. Electric work of the Project involves removals associated with AHU systems replacement. A branch circuit panelboard will be added with circuits serving AHU systems loads, boilers and exhaust fans. Lighting in the First and Second Floor Corridors and the Security Control rooms with be replaced with correctional grade LED fixtures connected to the existing lighting circuits. Suspended ceiling systems will be removed and reinstalled to allow ductwork modifications. All work must be performed in a sequenced effort coordinated with the LLCC. Work of the Project is multi-phased to allow relocation of Dormitory Population.
Project consists of Constructing a Parking Structure for Jefferson Community & Technical College. The 187,017s.f. concrete parking Garage will have 8,000 s.f. lease space, 720 s.f. security office and utility spaces. Pile concrete foundation with spread footings for masonry walls with geo-piles where applicable. An accent brick with perforated metal panels, laminated metal panels and flat metal grille panels held on steel tube structure are main exterior materials.
Project Description: The goal of this project is to install new flute filler insulation, new cover board and a new PVC membrane over the original metal roof. Replace all gutters and downspouts.