Augusta Regional Sewer Authority: Contract I – Force Main
Augusta Regional Sewer Authority: Contract I – Force Main
The Project consists of constructing:
• Contract I – Force Main: Furnishing and installation of approximately 40,200 LF of 10” force main, 9,600 LF of 6”force main, 3,000 LF of 2” and 3” force main, 1,500 LF of 12” directional bore, 593 LF of 10” gravity sewer and approximately 70 individual grinder pump stations.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of
East Pages Lane Drainage Improvement Project, Contract No. 2020-010, Budget ID No. C20236, will be received at the office of MSD until 10:00 am, Local Time, October 15, 2019 and will be publicly opened and read at that place and time.
Description and location of Project: This unit based construction order is for the 24-inch pipe, and 2-foot flat bottom paved ditch across 3rd Street Road in Metro Council District 25.
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 $70,000.00 to $100,000.00.
The bid documents will be available on, September 19, 2019, 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 Karen Knox E-mail:karen.knox@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, Angela Akridge, P.E.
IF THE ENGINEER’S CONSTRUCTION COST ESTIMATE IS $50,000 OR MORE, the Minority Business Enterprise and Woman Business Enterprise (MBE/WBE) participation goals shall be applicable to all contracts and comply with MSD’s Interim Supplier Diversity Policy and Guidelines (Interim Policy). The Interim Policy is considered as one of the elements of responsiveness in a bid. Bidders must subcontract at least 15.0% of the total amount of the Contract Bid price to a certified MBE and 6.0% to a certified WBE, or if the Contractor is unable to meet the goals, must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the Interim Policy. See (MSD Construction-Related MBE/WBE Documents and Forms at http://www.msdlouky.org/insidemsd/diverse ). Each bidder is responsible for careful review of the Interim Policy requirements contained in the bid documents. Failure to comply with the Interim Policy may be grounds for rejection of the bid as non-responsive.
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer, Karen knox at karen.knox@louisvillemsd.org .
MSD Interim Supplier Diversity Policy and Guidelines for this project is as follows:
15% MBE and 6 % WBE participation is required for this project
LOCAL LABOR PREFERENCE: NO
The Contract will be awarded on the basis of the lowest responsive, responsible bid, subject to the approval of the Board of MSD. MSD reserves the right to reject any or all bids or waive any informality in any bid.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
Impact Outdoor Adventures – RV Campground Park Project
Impact Outdoor Adventures – RV Campground Park Project
The Project will consist of the construction of 25 RV accessible parking spaces, a gravel access road, and an onsite
store and restroom facility. Sanitary sewer, water, and electrical services shall be extended to the previously
undeveloped site. The Contractor shall furnish all materials, equipment and labor necessary to complete the
construction of the parking pads, access road, on-site facility, sewer line, waterline, electrical line(s), and all
other items necessary.
Boyd County Board of Education – Boyd County High School Phase IV
Boyd County Board of Education – Boyd County High School Phase IV
Project consists of construction of a new dual use football and soccer turf
field, access drive and parking areas, a home and visitor bleachers, press box, and a field
house with restrooms, locker area, weight room, practice area and concessions.
Morris Forman WQTC East Headworks MCC and Control Room HVAC Upgrades
Morris Forman WQTC East Headworks MCC and Control Room HVAC Upgrades
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of Morris Forman WQTC East Headworks MCC and Control Room HVAC upgrades, Contract No. 16,154, Budget ID No. D20167, Drawing Record No. 16154, Sheet No. 1-4 will be received at the office of MSD until Thursday October 17, 2019, Local Time,10:00 a.m., and will be publicly opened and read at that place and time.
Description and location of Project: Installation of 3 Mini Split units in the East Headworks MCC and Control Room at the Morris Forman WQTC located at 4522 Algonquin Blvd.
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 meeting will be held at the MFWQTC located at 4522 Algonquin Blvd. Louisville, KY 40211 on Thursday October 3, 2019 at 10:00 a.m. local time with site visit to follow. Anyone wishing to view the site will be required to provide their own PPE.
The Engineer’s Construction Cost Estimate for this project is between $50,000.00 to $250,000.00.
The bid documents will be available on, September 18, 2019, 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, Mr. Steven Leong E-mail:steven.leong@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, Angela Akridge, P.E.
IF THE ENGINEER’S CONSTRUCTION COST ESTIMATE IS $50,000 OR MORE, the Minority Business Enterprise and Woman Business Enterprise (MBE/WBE) participation goals shall be applicable to all contracts and comply with MSD’s Interim Supplier Diversity Policy and Guidelines (Interim Policy). The Interim Policy is considered as one of the elements of responsiveness in a bid. Bidders must subcontract at least 15.0% of the total amount of the Contract Bid price to a certified MBE and 6.0% to a certified WBE, or if the Contractor is unable to meet the goals, must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the Interim Policy. See (MSD Construction-Related MBE/WBE Documents and Forms at http://www.msdlouky.org/insidemsd/diverse ). Each bidder is responsible for careful review of the Interim Policy requirements contained in the bid documents. Failure to comply with the Interim Policy may be grounds for rejection of the bid as non-responsive.
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Steven Leong.
MSD Interim Supplier Diversity Policy and Guidelines for this project is as follows:
15% MBE and 6 % WBE participation is not required for this project
LOCAL LABOR PREFERENCE: NO
The Contract will be awarded on the basis of the lowest responsive, responsible bid, subject to the approval of the Board of MSD. MSD reserves the right to reject any or all bids or waive any informality in any bid.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of MFWQTC Truck Unloading Station Pavement Repair. Contract No. 16117, Budget ID No. D18118, Drawing Record No.16117, Sheet No. 1 – 5, will be received at the office of MSD until 10:00 AM, Local Time, Thursday, October 10, 2019, and will be publicly opened and read at that place and time.
Description and location of Project: Demolition of existing designated truck unloading station concrete areas, installation of approximately 135 cubic yards of concrete, approximately 400 square yards of 12″ compacted dense graded aggregate base, approximately one ton of dowel bars, including all erosion control, maintenance of traffic, and other appurtenant work as described in the plans and bid documents.
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 meeting will be at 1:00 PM local time on Wednesday, September 25, 2019 at the Morris Forman Water Quality Treatment Center – Administration Building – 3rd Floor Conference Room, 4522 Algonquin Parkway, Louisville, KY 40211. A project site visit will follow.
The Engineer’s Construction Cost Estimate for this project is between $50,000.00 to $75,000.00.
The bid documents will be available on, Tuesday, September 17, 2019, 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. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Chris Gregory E-mail: chris.gregory@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, Angela Akridge, P.E.
IF THE ENGINEER’S CONSTRUCTION COST ESTIMATE IS $50,000 OR MORE, the Minority Business Enterprise and Woman Business Enterprise (MBE/WBE) participation goals shall be applicable to all contracts and comply with MSD’s Interim Supplier Diversity Policy and Guidelines (Interim Policy). The Interim Policy is considered as one of the elements of responsiveness in a bid. Bidders must subcontract at least 15.0% of the total amount of the Contract Bid price to a certified MBE and 6.0% to a certified WBE, or if the Contractor is unable to meet the goals, must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the Interim Policy. – (see MSD Construction Related MBE/WBE Documents and Forms at http://www.msdlouky.org/insidemsd/diverse ). Each bidder is responsible for careful review of the Interim Policy requirements contained in the bid documents. Failure to comply with the Interim Policy may be grounds for rejection of the bid as non-responsive.
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Chris Gregory.
MSD Interim Supplier Diversity Policy and Guidelines for this project is as follows:
15% MBE and 6% WBE participation is required for this project.
LOCAL LABOR PREFERENCE: 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
Angela Akridge, P.E.
Chief Engineer
Rene’ Thomas
One Water Chief Procurement Officer
MSD Procurement Department
The project scope includes a 9000 square foot addition of a Kitchen and
Cafeteria. The building addition is a masonry load bearing structure with metal joists and deck, a lightweight concrete roof with a single-ply membrane roof, brick and CMU veneer masonry, aluminum storefront systems, and new site elements. Major systems to include Mechanical, Plumbing, Fire Protection, Electrical & Voice/Data.
Camp Taylor Area 2A Sanitary Sewer Replacement – Union Street Sewers
Camp Taylor Area 2A Sanitary Sewer Replacement – Union Street Sewers
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of Camp Taylor Area 2A Sanitary Sewer Replacement – Union Street Sewers, Contract No. 15670, Budget ID No. H20215, Drawing Record No. 16028, Sheet No. 1 of 1, will be received at the office of MSD until 11:00 AM, Local Time, Thursday, October 10, 2019, and will be publicly opened and read at that place and time.
Description and location of Project: Installation of approximately 136 LF of 8″ gravity sewer main, approximately 54 LF of 4″ PVC service laterals for three Property Service Connections, one 4 ft. Diameter Manhole, and connection to an existing Manhole, including all erosion control, ground and pavement restoration, and other appurtenant work as described in the plans and bid documents. All Traffic Control and Permits are the Responsibility of the Contractor.
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 meeting will be at 1:00 PM local time on Tuesday, September 24, 2019 at the MSD Main Office.
The Engineer’s Construction Cost Estimate for this project is between $30,000.00 to $45,000.00.
The bid documents will be available on,Tuesday, September 17, 2019, 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 . All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Chris Gregory E-mail:chris.gregory@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, Angela Akridge, P.E.
IF THE ENGINEER’S CONSTRUCTION COST ESTIMATE IS $50,000 OR MORE, the Minority Business Enterprise and Woman Business Enterprise (MBE/WBE) participation goals shall be applicable to all contracts and comply with MSD’s Interim Supplier Diversity Policy and Guidelines (Interim Policy). The Interim Policy is considered as one of the elements of responsiveness in a bid. Bidders must subcontract at least15.0% of the total amount of the Contract Bid price to a certified MBE and 6.0% to a certified WBE, or if the Contractor is unable to meet the goals, must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the Interim Policy. See (MSD Construction-Related MBE/WBE Documents and Forms at http://www.msdlouky.org/insidemsd/diverse ). Each bidder is responsible for careful review of the Interim Policy requirements contained in the bid documents. Failure to comply with the Interim Policy may be grounds for rejection of the bid as non-responsive.
All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Chris Gregory .
MSD Interim Supplier Diversity Policy and Guidelines for this project is as follows:
15% MBE and 6 % WBE participation is not required for this project
LOCAL LABOR PREFERENCE: NO
The Contract will be awarded on the basis of the lowest responsive, responsible bid, subject to the approval of the Board of MSD. MSD reserves the right to reject any or all bids or waive any informality in any bid.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
Provide specified TAB services for the renovation of the 1st and 2nd floors of the L&N Building in Louisville, KY. TAB contractor shall furnish all required materials, tools, instruments, coordination, participation and labor to perform these services.The building system consists of a VRF system with indoor ducted units, and single and dual zone VAV terminal units. All controls are interfaced with a BAS system.
Estimate:
$720,370.00
Estimated Length of Project:
(Substantial Completion) + 300 Calendar Days (Final Completion)
The proposed Andrews Run Phase 3 AMD Abatement Project, approximately 36 acres total, consists of a 16 acre acid filled mining impoundments and 7 acres of barren refuse/acidic clays in the headwaters of Andrews Run, and correcting erosion problems at the outlet of the Andrews Run Phase 2 project area in Muhlenberg County. The sites are located in the Rochester Quadrangle. The northern access is at 37° 13′ 55″ N, 86° 57′ 35″ W, the western is at 37° 13′ 30″ N, 86° 58′ 35″ W. To reach the site from the intersection of US 431 and KY 70 in Browder take KY 70 East, go ~6.5 miles to Riverside Road. Turn left onto Riverside Road go ~2.7 miles to the north entrance to the project site on left
To access the site, an existing access road to an earthen access road constructed along the top of the spoil ridges will be used. Additional pipes are included for use if the ENGINEER deems their placement to be necessary. Use onsite materials to cover the barren area to the right and bury the exposed refuse. Downstream of the main upper work area construct a silt trap before major earthwork disturbance. At the 0.9 acre impoundment, spread agriculture limestone over the impoundment and use onsite material to fill sufficiently to create positive drainage. Release the water through a limestone sand dosing station. At the 16 acre area, use onsite material to grade and cap the existing acidic clays, refuse, and mud. Spray agriculture limestone across the impounded water. Cut the “berm” to slowly release the water through a limestone sand dosing station. The final drained and capped surface will also set the final grade for the ditches. Use the adjacent materials and backfill the pit. Leave all disturbed ground no steeper than 3:1 slopes. Construct a 2-stage meandering channel with meanders on ~30’ radius centers. Install step pools 4’ deep approximately every 200-300’ in the channel. If the grade at any point is more than 10% then construct a type “A” silt traps and step the water down to the next level with a step-pool type ditch.
At the north end of the project use the onsite large rocks and imported cyclopean rip-rap to construct a rock check in the channel. The check must be keyed into the bottom and sides of the existing channel and use large rock locked in place with smaller class III cover rock. Remove the existing culvert from the road and grade side slopes to 2:1 slope. The project site has previously been disturbed by coal mining operations. Construction disturbances will be kept to a minimum with a stringently formulated sediment and erosion control program. Prior to beginning any major earth disturbance (excluding initial site preparation for access only), all silt control measures will be installed including silt traps and silt barriers (bales & silt fence). Tree clearing must be completed before March 15th. All disturbed areas will be promptly revegetated at the end of construction. Use the AML wildlife seed mixture. Enough mulch has been included for two applications in the event the application of the cover crop is required.
RFB-19-20 Rental & Construction Services Inauguration Platform
RFB-19-20 Rental & Construction Services Inauguration Platform
Estimated Length of Project:
(Substantial Completion) + December 31, 2019 (Final Completion)
The Department for Facilities Management and Support Services desires to procure through a rental agreement a specific amount and configuration of temporary scaffolding type structures to accommodate the Official Inauguration Public Ceremonies that occur on December 10, 2019.
Nicholas County Judicial Center – Building Packages
Nicholas County Judicial Center – Building Packages
The new Nicholas County Judicial Center project will be bid and constructed utilizing the Construction
Management at Risk form of construction contract delivery. Trace Creek Construction will be the
Construction Manager for the project under direct contract with the Nicholas County Fiscal Court. The
new Nicholas County Judicial Center project is generally described as the construction of a new 2-story
judicial center, including site improvements.
Eastern Kentucky University (EKU) hereby requests sealed bids for the materials, supplies,
equipment or services set forth herein, subject to all conditions outlined in this Bid Package
LFUCG – Sharon Village Pump Station and Force Main Wastewater System Improvements – 97-2019
LFUCG – Sharon Village Pump Station and Force Main Wastewater System Improvements – 97-2019
The project includes providing all construction supervision, labor, materials, tools, test equipment
necessary for the Sharon Village Pump Station and Force Main Wastewater System Improvements.
Work includes:
• 1,040 LF 10 inch force main
• 475 LF 10 inch gravity sewer
• 1,605 LF 12 inch gravity sewer
• 1,095 LF 15 inch gravity sewer
• 225 LF 24 inch bore and jack
• 1 EA 2 MGD 4-Plex pump station
The work to be performed includes the addition of a stainless-steel weir to the pool gutter, stripping and re-painting the existing pool, replacing the filtered water return line, replacing two pool ladder sockets, refurbishing the diving stand and repairing and leveling of the concrete deck.
The Department of Criminal Justice Training, McKinney Skills Indoor Firing Range Acoustic Upgrades. Scope shall include the Install of sound absorbing mold and moisture resistant acoustical wall panels to CMU substrate using Z girt furring system, within existing firing range.
The Department of Criminal Justice Training, McKinney Skills Indoor Firing Range Flooring Upgrades. Scope shall include the removal of existing epoxy floor coating system and the installation of a new High Build floor coating system on existing concrete slab.
Estill County Board of Education – Estill County Bus Garage
Estill County Board of Education – Estill County Bus Garage
The project scope includes construction of a new 4,800 square foot bus garage to
include two service bays and covered exterior wash bay with assocaited storage space, reception and
office spaces including a training room.
Glasgow Independent Schools – Glasgow High School Football Complex
Glasgow Independent Schools – Glasgow High School Football Complex
Project consists of construction of sitework and fencing, a parking lot,
bleachers, press box, turf practice area, bathroom building, and a field house. Field house to
include locker area and weight room and accessory spaces.
Project cost range is anticipated to be under $3,300,000.