CCK-2500-21 Little Research Center – Hay Storage Building
CCK-2500-21 Little Research Center – Hay Storage Building
Project consists of erecting a 42’ (width) x 180’ (length) x 16’ (height) post frame, metal-clad shelter building with
three enclosed sides for the University of Kentucky, College of Agriculture.
Stamped, engineered drawings are being provided by the University.
Building to be located on the C. Oran Little Research Center in Versailles. KY (corner of US
60 and US 62). The address is 1171 Midway Road, Versailles, KY 40383.
Breathitt County Board of Education – LBJ Elementary School – Building & Site Demolition
Breathitt County Board of Education – LBJ Elementary School – Building & Site Demolition
Work of the
Project includes hazardous material abatement of specific building elements, demolition and
removal of existing LBJ Elementary structure, removal of underground LPG tank, and demolition
and removal of other specified site items including capping and removal of underground and
overhead utilities, paving, and stormwater elements.
Raintree Court and Marian Court Pump Station Eliminations – Phase IA
Raintree Court and Marian Court Pump Station Eliminations – Phase IA
Be Advised that the Bid Opening Date has been changed to Thursday, October 29, 2020
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of Raintree Court and Marian Court Pump Station Eliminations – Phase IA Contract No. 16,100, Budget ID No. A18354, Drawing Record No. 16100, Sheet No. 1-3, will be received at the office of MSD until 10:00am, Local Time, Thursday, October 29, 2020, and will be publicly opened and read at that place and time. The public may attend such opening via Microsoft Teams Meeting (Dial-In Number: (502) 654-8113, Conference ID: 562 521 089#)..
Description and location of Project: This Contract provides for the installation of approximately 310 linear feet of 8-inch sanitary sewer, 61 linear feet of 24-inch storm sewer, 4 sanitary manholes, 1 storm manhole, reworking 2 sanitary manholes and 1 storm catch basin, clearing, erosion control, traffic control, pavement and ground restoration, the elimination of the Marian Court Pump Station and force main, and other appurtenant work as described in the plans and bid proposal. The project is generally located in eastern Jefferson County, on Marian Court, off Gleeson Lane, south of Taylorsville Road (KY 155). 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 non-mandatory pre-bid meeting will be held via Skype Meeting (Dial-In Number: 502-564-8113, Conference ID: 93709005) at 10:00 A.M. Local Time, Tuesday, September 1, 2020. The Contractor is encouraged to make a site visit immediately following the pre-bid meeting.
The Engineer’s Construction Cost Estimate for this project is between $100.000.00 and $125.000.00.
The bid documents will be available on Wednesday, August 19, 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 Chris Gregory, EIT. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Chris Gregory, EIT E-mail: chris.gregory@louisvillemsd.org. Questions received less than ten 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 Minoritv 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, Chris Gregory, EIT
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. Lf 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.
Cedar Creek WQTC – Effluent Parshall Flume Upgrade Project
Cedar Creek WQTC – Effluent Parshall Flume Upgrade Project
Be Advised that the Bid Opening Date has been changed to Thursday, October 8, 2020
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of Cedar Creek WQTC – Effluent Parshall Flume Upgrade Project Contract No. 16239, Budget ID No. D19039, Drawing Record No. 16239, Sheet No. 1-29, will be received at the office of MSD until 10:00 A.M., Local Time, October 8, 2020 Bid opening by Microsoft Teams Call in Number (502) 654-8113 Conference ID 901 591 47#, and will be publicly opened and read at that place and time.
Description and location of Project:
• This project includes upgrading the ultraviolet (UV) disinfection effluent pipe and constructing a new effluent diversion structure to divert the plant effluent flow to an existing Parshall flume channel, a new Parshall flume channel, or both channels. The new effluent Parshall flume channel will be constructed and the existing flume channel will be modified to handle the higher flows at Cedar Creek WQTC. New process control instrumentation will be provided with the new equipment. 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. At Cedar Creek WQTC Office building located at 8405 Cedar Creek Road, with site walk to follow at 1:00 pm Local Time, September 10, 2020.
The Engineer’s Construction Cost Estimate for this project is between $1,000,000.00 and $2,000,000.00.
The bid documents will be available on August 19, 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 Steven Leong. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Steven Leong E-mail: steven.leong@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 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, Steven Leong
MSD SUPPLIER DIVERSITY PROGRAM: Yes
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
The purpose of the project is to improve the current cooling and humidity issues in the building. It has been noted from a building pressure test that the building envelope has high levels of outdoor air infiltration that leads to occupant discomfort. The scope of this project is to replace the current unit and associated ductwork to achieve the maximum cooling capacity available with the physical limitations of mechanical room and ductwork sizing as well as budget constants. New ACT ceiling, lighting, and fire protection rework will be required in spaces receive new ductwork. The contractor award the job will have fully access to the building starting 1.4.2021.
1. Removal of 20 existing detention windows, including masonry at lintels, flashing, and steel lintels at window heads.
2. Installation of new detention windows, including new masonry to match the existing, new flashing, and new steel lintels at new windows.
3. Tuck pointing approximately 5 percent (1,000 SF) of the building’s exterior surface.
4. Applying water repellant coating to entire building exterior masonry surface
Housing Authority of Richmond – Sewer Line Replacement
Housing Authority of Richmond – Sewer Line Replacement
The work to be performed consists of:
Robinson Terrace:
A. Sewer Replacement
1. Vinyl plank
2. Tub/Surround replacement
3. Paint entire unit
4. Plumbing fixture reinstallation/replacement
5. Counter tops/vanity top replacement
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.
The project includes the removal of all masonry control joints, cleaning stains from the masonry along each control joint, cleaning and water repellent treating entire masonry surface of entire building and reinstallation of new backer rod and new masonry caulk joints. The building will be occupied during the construction work.
Kentucky Dam State Park Airport – Construct Two 8-Unit T-Hangars & Associated Pavement
Kentucky Dam State Park Airport – Construct Two 8-Unit T-Hangars & Associated Pavement
The scope of this project consists of constructing two 8-unit T-Hangars.
Associated work items include unclassified excavation, pavement removal, pavement marking,
concrete footing foundations, utility connections, storm drainage structure and pipe installation,
and bituminous pavement.
Kentucky Dam State Park Airport – Construct Runway Overlay
Kentucky Dam State Park Airport – Construct Runway Overlay
The scope of this project consists of constructing a 1.5” bituminous
pavement overlay of runway 10-28, pavement markings, shoulder adjustments, seeding, and
other incidental work.
City of Elsmere – New City Building and Police Station – REBID
City of Elsmere – New City Building and Police Station – REBID
The project site is located at 3915, 3917, 3921, 3925 Dixie Highway & 412 Cross Street, Elsmere, KY
41018. The bid is to furnish all necessary labor, materials, tools, machinery, warranties, and all other
items required to meet the scope per plans and specifications. Work to include, but not limited to:
Interior and exterior concrete, brick and stone masonry, structural steel framing, interior finishes, PVC
Roofing, Aluminum Doors/Windows, Electric, Plumbing, HVAC, low voltage access control and security
systems, Casework, Furniture and equipment needed to construction a new facility.
Estimate:
$102,923.00
Estimated Length of Project:
(Substantial Completion) + 75 Calendar Days (Final Completion)
The proposed Bobby Reed AML Reclamation Project, approximately 2 acres total,
consists of the reclamation of a landslide and installation of drainage controls, near the
community of Tutor Key, in Johnson County. The project site is located in the Paintsville
Quadrangle at N 37° 50’ 42.1″, W 82° 46’ 29.5″. From Prestonsburg take KY 581 north for
approximately three miles. Turn right onto Arrowood Hollow (CR-1412), the Reed residence is
located at the end of the road, at 3172 KY Rte 581.
Reclamation at the site consists of construction of a non-reinforced block wall to stabilize
the slide behind the residence and install subdrain and ditches to divert water away from the
residence. Waste material generated during project construction will be wasted onsite. Pipe
installation is called for with headwalls to properly channel surface flow into existing channels.
The project site has previously been disturbed by coal mining operations, house seat
development, utility installation, road construction, and/or landowner activities. The waste area
has been previously disturbed by coal mining operations, as well as, as a waste area during
multiple AML projects. The disturbances at both sites consist of significant upheaval, mixing,
and removal of earthen material from deep excavation, grading, sub-surface drilling, fill material
placement, and erosion. There should be no undisturbed earthen material to a depth of several
feet at the areas slated for significant project-related construction activities.
Construction disturbances will be kept to a minimum with a stringently formulated
sediment and erosion control program. Prior to beginning any major earth disturbance, all silt
control measures will be installed. These include silt traps and silt barriers (bales & silt fence) at
the project site and the waste area. No trees greater than 3″ diameter at breast height will require
removal at the waste area or outside of the exempt unstable slope at the project site. All
disturbed areas will be promptly revegetated at the end of construction using lime, fertilizer,
residential or wildlife seed, and mulch, as necessary. Standard measures will be used for dust
control and work hours will occur during AML’s standard time frame of 7 am to 7 pm Monday-
Friday with shorter hours for (critical) work items.
Access to the project site and waste area is via county roads, an existing access road, and
a residential driveway and yard. Residential seeding is setup to reveg disturbed areas in the yard;
other revegetation bid items are setup to revegetate waste area and other non-residential area.
This project will include pre- and/or post- project maintenance and repair of existing previously
constructed public county roads utilized during the construction of this project, which are
administered by the county or local road authority. This construction activity will be conducted
under the authority and supervision of the local public road authority and will consist of standard
road construction practices appropriate to mitigate impacts to the local community from potential
degraded road conditions in order to maintain public traffic safety.
Reroof / recover the existing roof at the Armory in Barbourville, Kentucky.
Clean the existing deck of all debris, cut out all blisters and remove and replace any wet insulation.
Provide top layer of Glass Matt Faced gypsum cover board having a thickness of 1/2 inch (Weight per sq ft/lb 2.0), adhered in insulation adhesive.
Reroof / recover the existing roof at the Readiness Center in Carlisle, Kentucky. Clean the existing deck of all debris, cut out all blisters and remove and replace any wet insulation. Provide top layer of gypsum cover board having a thickness of 1/2″ (Weight per sq. ft/lb 2.0), adhered in insulation adhesive. Demo and replace existing roof edge metal and replace with new. Provide necessary masonry repair work / tuck-pointing where indicated in the design documents.
Be Advised that the Bid Opening Date has been changed to Thursday, October 15, 2020
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 Sodium Aluminate Building Contract No. 16211, Budget ID No. D20017, Drawing Record No. 16211, Sheet No. 1-34, will be received at the office of MSD until 1:00 P.M., Local Time, OCTOBER 15, 2020, and will be publicly opened and read at that place and time.
Description and location of Project:
• Construct a new Sodium Aluminate building sized to accommodate two (2) Sodium Aluminate storage tanks.
• Install two (2) chemical feed pumps with associated chemical feed lines, valves and appurtenances.
• Provide HVAC and heating inside the new Sodium Aluminate building.
• Extend the existing asphalt access drive adjacent to the clarifier splitter box to connect to the existing drive adjacent to the filter building.
• All other required site work required to restore back to existing conditions.
This work will be performed at the Cedar Creek Water Quality Treatment Center (CCWQTC), 8605 Cedar Creek Road, Louisville, KY 40291. All work shall be done in accordance to MSD’s Standard Specifications.
There will be Mandatory pre-bid meeting held for this project. Pre Bid meeting to be held in the Collections Building Breakroom at the Cedar Creek Water Quality Treatment Center (CCWQTC), 8605 Cedar Creek Road, Louisville, KY 40291. The meeting will be held on Tuesday, September 1, 2020 at 1:00 p.m. All visitors will be required to furnish their own Personal Protective Equipment (PPE) to visit the site. ALL ATTENDEES MUST WEAR A FACE MASK.
The Engineer’s Construction Cost Estimate for this project is between $ 450,000.00 and $ 500,000.00.
The bid documents will be available on August 14, 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 Tony Harover, P.E. All inquiries and questions prior to the bid opening shall be Directed, in writing, to MSD’s Project Manager, Tony Harover E-mail: tony.harover@louisvillemsd.org. Questions received less than ten 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, Tony Harover, P.E.
MSD SUPPLIER DIVERSITY PROGRAM: Yes
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
CCK-2499-21 GSH B031 Medical Air Compressor Replacement
CCK-2499-21 GSH B031 Medical Air Compressor Replacement
Location of project is University of Kentucky Good Samaritan Hospital, Room# B031.
Contractor will be required to disconnect, remove and then replace, medical air compressor#
1 and all associated equipment. This must be accomplished while leaving medical air
compressor# 2 operational and in use.
After the installation of medical air compressor# 1, the contractor will be required to test,
certify and bring on-line, the new medical air compressor and ensure it is able to provide
medical air to the building.
Once the new compressor is on-line, the contract will be required to remove medical air
compressor# 2 and all associated equipment and materials. There will not be a replacement
installed for medical air compressor# 2.
Western Kentucky University invites you to bid on Food Service Equipment for the renovation of the WKU Commons at Helm Library in Bowling Green, Kentucky. The vision of the WKU Commons is to combine learning and engagement with core campus services in a creative and innovative way that benefits the entire campus community, intended to create a flexible and modern common space that serves as a dining destination.
All bids will be accepted only through the Unimarket portal
Estimate:
$ 55,052.50
Estimated Length of Project:
(Substantial Completion) + December 31, 2020 (Final Completion)
The Division of Abandoned Mine Lands wishes to receive bids to perform reclamation work on approximately 4.5 acres of mine land in Owsley County, Kentucky. The work will consist of earthwork, gradework, revegetation and pond removal of 1 bond forfeiture permit.
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