Estimate:
$103,315.00
Estimated Length of Project:
(Substantial Completion) + 60 Calendar Days (Final Completion)
The proposed Clara Lutz Drainage, approximately 1/2 acre, consists of an acidic seep, high in iron in Hopkins County.at Barnsley. The site is located at 37° 15′ 23″ N, 87° 29′ 20″ W. To reach the site from Madisonville, follow US 41 South for 5.9 miles. The site is at the intersection with US 41 and Barnsley Loop. Laboratory samples show the seep at its source is extremely high in Iron and elevated Manganese. The aluminum levels were not elevated. The site is being designed to control and treat the iron discharge.
The site will be accessed from US 41. There is an existing culvert in the ditch line. Proposed at the source of the seep is an Anoxic Limestone drain. The limestone drain is 60’ x 30’ x 5’ and covered with a minimum of 1’ of soil. The drain will be lined with 20 mil pvc liner and wrapped burrito style. The rock in the drain will be high purity limestone sized 2″ to 6″. The anoxic limestone drain is proposed to discharge into an aerobic filter wetland. The wetland will be lined with 20 mil pvc liner anchored into the soil. A 6″ layer of no. 2 stone will be placed then a 12″ layer of hardwood bark will be placed. Wetland species such as cattails will be planted in the wetland. The water depth in the wetland will be 6″ to 12″. The wetland discharges into the roadside ditch.
The seep drainage will need to be temporarily routed around the construction area via a diversion ditch. Limestone sand is specified to treat the water in the ditch while construction is ongoing.
Construction disturbances will be kept to a minimum with a stringently formulated sediment and erosion control program. Prior to beginning any disturbance (excluding initial site preparation for access only), all silt control measures will be installed. Silt control measures include straw bales and/or silt fence.
Most of the site is clear and has been maintained. However, there are two or three trees greater than 3″ diameter at breast height that will be cut. All disturbed areas will be promptly revegetated at the end of construction.
MFWQTC Headworks and Dumpster Building Structural and Primary Blower Building Stair Repairs
MFWQTC Headworks and Dumpster Building Structural and Primary Blower Building Stair Repairs
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of the MFWQTC Headworks and Dumpster Building Structural and Primary Blower Building Stair Repairs, Contract No. 16229, Budget ID No. D20304, Drawing Record No. 16229, Sheet No. 1-8, will be received at the office of MSD until 10:00 a.m., Local Time, Thursday, September 17, 2020, and will be publicly opened and read at that place and time.
Description and location of Project: The principal features of the Work to be performed under this Contract include, but are not limited to the following:
1. Removal and replacement of roof panels of the West Headworks and Dumpster Building
2. Repair and retrofit of the Conveyor Room’s south exterior wall brick veneer
3. Complete replacement of two (2) stairs within the Primary Blower Building including demolition, installation, support, handrails, etc. All work shall be done in accordance to MSD’s Standard Specifications.
There will be a Mandatory pre-bid meeting held for this project. The Pre-Bid Meeting will be held at the Morris Forman Water Quality Treatment Center Administration Building on Monday, August 24, 2020 at 1:00 p.m. The address is 4522 Algonquin Parkway. All visitors will be required to furnish their own PPE to visit the site. Face masks must also be worn during the site visit.
The Engineer’s Construction Cost Estimate for this project is between $ 100,000.00 and $ 400,000.00.
The bid documents will be available on August 13, 2020, online at www.msdbids.com. The charge for each set of bid documents is outlined on the above-referenced web site.
Persons wishing to view the bid documents may do so online at www.msdbids.com or at the following locations: Builders Exchange of Louisville, Inc., 2300 Meadow Drive; Associated Builders & Contractors of Kentuckiana, 1810 Taylor Avenue; and F. W. Dodge, 1812 Taylor Avenue; all located in Louisville, Kentucky; and the Associated General Contractors of Kentucky, 2321 Fortune Drive, Suite 112, Lexington, Kentucky.
The Project Manager for this Invitation to Bid is Julie Potempa. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Julie Potempa E-mail: julie.potempa@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 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:
The Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at https://louisvillemsd.org/SupplierDiversity/forms
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Julie Potempa – julie.potempa@louisvillemsd.org.
MSD SUPPLIER DIVERSITY PROGRAM: No
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.
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
Louisville Water Company is requesting Bids for providing all labor, rigging, tools, equipment, and materials to install Clay Cap and
Geomembrane Liner System, Decorative Stone Covering, and restoring site. Furnish and install all items and accessories for a
complete project.
Project involves the roof replacement to the existing Capitol City Airport Hangar 404 building for the Kentucky Department of Aviation in Frankfort, KY. Work will include the removal and replacement of the existing roof over the main portion the hangar, new roof coating over the office/ mechanical portion of hangar, and installation of new metal wall panels at east wall
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the Weyanoke Court Drainage Improvement Project Contract No. 2021-003, Budget ID No. C19099, will be received at the office of MSD until 10:00 a.m., Local Time, August 27, 2020, and will be publicly opened and read at that place and time.
Description and location of Project: This project includes 24-inch, 15-inch and 12-inch pipe installation on along Weyanoke Court and Montero Drive in Metro Council District 16. 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 $ 100,000.00 and $149,000.00.
The bid documents will be available on , August 13, 2020, 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 S 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 will 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:
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. 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 671529164.
MSD SUPPLIER DIVERSITY PROGRAM:
The revised MSD Minority and Woman Business Enterprise Program Policy and Procedures, effective June 1, 2020, for this project are as follows:
18.0% MBE – African American, 2.0% MBE – Asian-Indian American and
15.0% WBE – Caucasian Female participation respectively is not required for this project.
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
20-100 / Gridtie-Farm Spring Drive to Wolf Pen Lane
20-100 / Gridtie-Farm Spring Drive to Wolf Pen Lane
Louisville Water Company is requesting Bids for the installation of 350 +/- linear feet of 6-inch Pressure Class 350 ductile iron water
main, including all accessories, appurtenances and restoration. Louisville Water Company will supply all water main materials
including fittings, valves, bends, etc.
Boyle County Fiscal Court – KY 2168 Shared Use Path
Boyle County Fiscal Court – KY 2168 Shared Use Path
Project consists of construction of approximately 4,683 linear
feet of shared use path, and other related infrastructure along the south side of KY 2168 from KY 33 west to
a point east of the KY 2168 Bridge Over CSX Railroad.
Interior renovation of two existing group living homes at Oakwood residential care facility in Somerset, KY, cottages 103 & 108, which are approximately 7,100 square feet each. The scope of the project involves the near complete demolition and replacement of existing interior construction with new, to provide a revised interior plan layout in each cottage. The new layouts include enlarged kitchens, additional staff support spaces, and new ADA compliant resident bathrooms with private vanities. Very limited exterior work includes the relocation of entrances and tuckpointing. Systems renovations shall include all new mechanical systems, connection to an existing geothermal wellfield at one cottage, a new emergency generator serving the other, and updated power, lighting, low voltage, security, and access control systems in both.
Description and location of Project: This project includes 12-inch and 10-inch pipe installation beside 4 Pembroke Road in Metro Council District 18. All work shall be done in accordance to MSD’s Standard Specifications.
Hazard Independent Schools – High School Football Field Turf & Lighting Replacement / BP #1 – Field Turf
Hazard Independent Schools – High School Football Field Turf & Lighting Replacement / BP #1 – Field Turf
Project consists of furnishing all labor, materials, equipment and services for the
Hazard High School Football Field Turf and Lighting Replacement, Bid Package #1 –
Field Turf.
City of Simpsonville – 2020 Sewer System Improvements
City of Simpsonville – 2020 Sewer System Improvements
The project consists of approximately 4,350 L.F. of 18” PVC
gravity sewer, 3,700 L.F. of 12” PVC and PE forcemain, sixteen (16) 4’ diameter
manholes, one lift station with screening system and all necessary
appurtenances.
The engineer’s estimate for the total base bid is $1,400,000.
Bullock Pen Water District – Verona Tank Rehabilitation
Bullock Pen Water District – Verona Tank Rehabilitation
The work to be bid upon is described as follows:
• Construction shall consist of abrasive blast and painting an epoxy coating system of all interior
surfaces, caulk all seams above water line, repair float system, abrasive blast and painting an
epoxy/urethane coating system to all exterior surfaces, replace roof vent with screen and other
necessary items.
The Bernheim Intereptor project consists of the construction of 150 L.F of 12” sewer, 1,952
L.F. of 15” sewer, 3,581 L.F. of 21” sewer, 53 L.F. of 24” sewer, 21 manholes, 556 L.F. of bore
and jack 21” sewer and other appurtenances.
Description and location of Project: This project includes 15-inch and 12-inch pipe installation on along Norfolk Drive in Metro Council District 2. All work shall be done in accordance to MSD’s Standard Specifications.
Be Advised that the Bid Opening Date has been changed to October 6, 2020
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of the MFWQTC Chiller Replacement, Contract No. 16093, Budget ID No. D15024, Drawing Record No. 16093, Sheet No. 1-10, will be received at the office of MSD until 3:00 p.m., Local Time, Tuesday, October 6, 2020, and will be publicly opened and read at that place and time.
Description and location of Project: The principal features of the work to be performed under this contract include, but are not limited to the following:
The Contractor shall provide a complete system of mechanical equipment, piping, ductwork, and controls to accomplish the addition of a new chiller as shown on the plans and described in the Specifications, including all provisions of Section 230100. Provide and install a new 213 ton screw type chiller with new piping to connect new chiller with variable frequency drive into existing chilled water system. Existing chiller shall remain in place and be used so that there is 100% backup. Furnish and install new DDC control for existing and new chiller to operate in lead/lag start/stop. Furnish and install new refrigerant monitoring system with new exhaust fan and louver to detect any refrigerant leaks from existing and/or new chiller. All labor, materials, apparatus, tools and appliances essential to the complete functioning of systems described and/or indicated herein, or which may be reasonably implied as essential, whether mentioned in the Contract Documents or not, shall be provided by the Contractor. In case of doubt as to the work intended, or in the event of need for explanation thereof, the Contractor shall call upon the Engineer for supplemental instructions. All work shall be done in accordance to MSD’s Standard Specifications.
There will be a Mandatory pre-bid meeting held for this project. The Pre-Bid Meeting will be held at the Morris Forman Water Quality Treatment Center Administration Building on Friday, August 28, 2020 at 9:00 a.m. The address is 4522 Algonquin Parkway. All visitors will be required to furnish their own PPE to visit the site. Face masks must also be worn during the site visit.
The Engineer’s Construction Cost Estimate for this project is between $ 200,000.00 and $ 800,000.00.
The bid documents will be available on August 6, 2020, online at www.msdbids.com . The charge for each set of bid documents is outlined on the above-referenced web site.
Persons wishing to view the bid documents may do so online at www.msdbids.com or at the following locations: Builders Exchange of Louisville, Inc., 2300 Meadow Drive; Associated Builders & Contractors of Kentuckiana, 1810 Taylor Avenue; and F. W. Dodge, 1812 Taylor Avenue; all located in Louisville, Kentucky; and the Associated General Contractors of Kentucky, 2321 Fortune Drive, Suite 112, Lexington, Kentucky.
The Project Manager for this Invitation to Bid is Julie Potempa. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Julie Potempa E-mail: julie.potempa@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 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:
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 http://louisvillemsd.org/SupplierDiversity/forms.
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Julie Potempa – julie.potempa@louisvillemsd.org.
MSD SUPPLIER DIVERSITY PROGRAM:
The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program), effective June 1, 2020, for this project is 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.
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
The construction documents add new lighting to an existing parking lot. New lighting consists of LED heads mounted on poles. New lighting to include new wiring and new conduit installed underground and into the existing building’s electrical panel.
The project is (1) new 1,905 square foot maintenance shed for maintenance and equipment storage located in Robertson County. The construction is a wood pole barn style with metal siding.
Eastern Kentucky University is seeking a professional, qualified, and certified supplier to provide upkeep on
trees across the University’s campus and outlying property. The University has over 1,000 tress that require
continuous upkeep to ensure their beauty and no disruption to services on campus or the surrounding
community.Through this Invitation to Bid, the University is seeking to develop at Trade Service Agreement to
award a supplier(s) a contract for tree trimming and removal services that will be utilized on an on-call basis
when the need arises. Note: emergency services may be required if/when life safety is involved.
It is the University’s intent to award multiple contracts from this Invitation to Bid, although it reserves the right
to award a single contract, or no contracts. Award contract(s) will be non-exclusive. The University cannot
estimate and specifically does not guarantee the Successful Offeror(s) of these services any particular number of
orders or calls as this is an on-demand service. The Successful Offeror(s) of this bid will be required to fulfill all
requirements of the contract regardless of the number of orders or calls.
The work to be performed consists of:
1. Removal of existing canopy porches.
2. Construction of new wood frame canopy porches with new metal roofing.
Work includes providing all items, articles, materials, operations or methods herein listed, mentioned
or scheduled on the Project Documents and / or herein, including all labor, materials, equipment, services and
incidentals as necessary for their completion.
20-97 / B.E. Payne WTP Chlorine Dioxide Generation System
20-97 / B.E. Payne WTP Chlorine Dioxide Generation System
Louisville Water Company is requesting Bids for providing all labor, rigging, tools, equipment, and materials to install new chlorine
dioxide generation system, including pumps, generator, storage tanks, masonry and louvered building enclosures, associated electrical
and controls, raw materials, piping, safety provisions, pavements, and restoration of site. Furnish and install all items and accessories
for a complete project.