This project includes the complete removal and replacement of the existing steel stairs (3 total, stairs B, C & D as indicated in the drawings) in Wing B of the lodge. The new steel stairs are to be primed and painted, the small stair along the sidewalk is to be replaced with a cast-in-place concrete stair with a metal guardrail/handrail.
The project is a roofing replacement and brick wall repairs of the lowest roof at the Southeastern Campus. Project work involves demolition, masonry, and roofing.
Burkesville-Cumberland County Industrial Development Authority – Cumberland River Industrial Park Development Project
Burkesville-Cumberland County Industrial Development Authority – Cumberland River Industrial Park Development Project
The Project will consist of the complete development of the Cumberland River Industrial Park as described in
the engineering plans and technical specifications. The work consists of mass grading, roadway construction,
waterline installation, sanitary sewer installation, etc. The Contractor shall furnish all materials, equipment, and
labor necessary to complete the construction of the project.
Louisville Water Company is requesting Bids for the supply and install of 1,130+/- linear feet of six (6)-inch Pressure Class 350 Ductile Iron water main using traditional trench installation techniques. Also included with the project is the supply and installation of one (1) fire hydrant, and the supply and transfer, renewal, relocation, or discontinue of 34+/- customer services. Fire hydrant removal, main cut and plugs, and restoration on and along Project Limits as stated above shall be included. Contractor shall supply and install all materials required for the completion of this project.
Questions or inquiries relating to this project must be submitted through the Louisville Water Company web-based portal by the date and time indicated for this bid. The Company’s Project Manager’s estimate for the Contract plus Company supplied materials for this Project is $250,001 – $500,000. If the Company’s Project Manager’s estimate for the Contract plus Company supplied materials exceeds $250,000: a Bid Bond is required. For this Contract, a Bid Bond is required.
Bids will only be accepted from Bidders who are Louisville Water Small Business Equity (SBE) Program Participants and have been pre-qualified by the Company in the pre-qualification category or categories that apply to this Bid. This Bid requires prequalification in 4″ – 16″Ductile Iron & 1” and Smaller Services. For information about the Louisville Water SBE Program or prequalification, contact the Company through the designated bid portal.
The Company will award the Contract to the Bidder presenting a Bid that is responsive to the Specifications, is in substantial compliance with the Contract requirements, and presents the lowest and best price for performing the Work making up the base bid and or Bid that Company determines is in the Company’s best interest, which may not necessarily be the least expensive Bid.
Bid Documents except the Bid Table may be obtained from Lynn Imaging located at 11460 Bluegrass Pkwy, Louisville, KY 40299, (502) 499-8400 and www.lwckyplanroom.com. One copy of the Bid Documents (includes technical specifications and a full set of plans) will be available at no charge (not including shipping/delivery charges) to Contractors that are prequalified with Louisville Water Company in the category(ies) specified for this bid. For details regarding the charges that apply to non-prequalified contractors, go to www.lwckyplanroom.com. The Bid Table is available in Microsoft Excel via download from the designated portal on
Louisville Water’s electronic bidding site at https://louisvillewater.bonfirehub.com/portal/
CCK-2666-23 Slone Building – Elevator Modernization
CCK-2666-23 Slone Building – Elevator Modernization
The project is to modernize the Slone Building Elevator. The project includes upgrading to
current codes and locating the elevator equipment to a dedicated elevator machine room.
Louisville Water Company is requesting Statement of Qualifications for the above-referenced project utilizing a Construction Manager At Risk (CMAR) collaborative delivery method.
A pre-RFQ meeting to discuss the Project will be held, on a TEAMS meeting at 11:00 a.m. on Monday, October 17, 2022. Access the TEAMS meeting by dialing: 502-709-7361, Conference ID: 844 775 04#. Attendance at this meeting is strongly recommended.
Questions or inquiries relating to this RFQ must be submitted through the Louisville Water Company web-based portal for this RFQ by 1:00 p.m. on Wednesday, October 26, 2022 on the web portal for this RFQ.
A Security Bond is not required for Step One Request For Qualifications (RFQ).
Statements of Qualifications (SOQ) will be accepted from all Firms. Pre-qualification is not required for SOQ. For information about pre-qualification, contact the Buyer listed above.
Sealed SOQs for the services specified above shall be accepted by Louisville Water Company until 11:00 a.m. Eastern Time on the RFQ Submittal Due Date cited above. Louisville Water Company is using a web-based portal for accepting and evaluating bid proposals digitally https://louisvillewater.bonfirehub.com/portal for this Request for Qualifications (RFQ). Documents may be uploaded at any time during the open period indicated for each RFQ. RFQ may not be submitted by other means.
RFQ Documents may be obtained from Lynn Imaging located at 11460 Bluegrass Pkwy, Louisville, KY 40299, (502) 499-8400 and www.lwckyplanroom.com. One copy of the RFP/Bid Documents (includes technical specifications and a full set of plans) will be available for purchase at $150.00 (not including shipping/delivery charges and sales tax) to all Contractors.
This door modification project includes upgrades and replacement of ten (10) selected existing doors, hardware, and associated electrical power modifications in order to implement new power operators for the doors. Add door operators to existing doors in some locations. Provide new fire rated doors in select locations. Electrical scope includes providing sources of power for new power automatic door operators, outlet boxes and raceway or conduit for control wiring and interface to existing access control systems where in place on existing doors. Some patch and repair of existing finishes may be required.
Housing Authority of Richmond – Tipton Court Porch Replacement
Housing Authority of Richmond – Tipton Court Porch Replacement
The work to be performed consists of:
Tipton Court
A. Porch Replacement
1. Concrete slab and sidewalk replacement
2. Earthwork
3. Column replacement
B. Porch Roof Replacement Bid Alt. No 1
1. Framing and 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.
The project includes the following:
1.Improvements to three existing duplex submersible wastewater pumping stations
2.Approximately 7,1250 linear feet of 1.5″, 2″, 2.5″ and 3″ low pressure wastewatercollection system piping
3.Five duplex grinder pump stations for low pressure collection system
4.Three simplex grinder pump stations for low pressure collection system
5.Approximately 7,700 linear feet of cured-in-Place pipe lining.
6.Miscellaneous excavation sewer repairs.
7.Miscellaneous electrical improvements.
8.Manhole rehabilitation.
Please note the bid date and time has been changed to November 3, 2022, 10:00 A.M. Local Time.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of 2300 Tidwell Drive Drainage Improvement Project Contract No. 2023-011, Budget ID No. C23095, will be received at the office of MSD until 10:00 a.m., Local Time, Thursday, November 3, 2022, and will be publicly opened and read at that place and time. The public may attend the bid opening via teleconference call.
Description and location of Project: To perform the drainage improvement along Tidwell Drive. 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 $50,000.00 and $90,000.00.
The bid documents will be available on October 10, 2022, 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 Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer Karen Elzy at karen.elzy@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 W. Johnson, P.E.
MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 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, Karen Elzy at karen.elzy@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 496 783 156#.
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 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.
MSD BID DISCOUNT: Applicable
This MSD construction project is bid and advertised as: check applicable below
Construction Services: X
Construction-related Services:
LOCAL LABOR COMMITMENT PREFERENCE: No
COMMUNITY BENEFITS PROGRAM: No
The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.
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
Louisville Water Company is requesting Bids for the referenced project consisting of the supply and install of 495+/- linear feet of 6-inch Pressure Class 350 Ductile Iron water main using traditional trench installation techniques. Also included with the project is the supply and installation of 1 fire hydrant, and the supply and transfer, renewal, relocation, or discontinue of 5+/- customer services. Fire hydrant removal, main cut and plugs, and restoration on and along Project Limits as stated above shall be included. Contractor shall supply and install all materials required for the completion of this project.
Questions or inquiries relating to this project must be submitted through the Louisville Water Company web-based portal by the date and time indicated for this bid.
The Company’s Project Manager’s estimate for the Contract plus Company supplied materials for this Project is $200,001.00 – $ 300,000.00. If the Company’s Project Manager’s estimate for the Contract plus Company supplied materials exceeds $250,000: a Bid Bond is required. For this Contract, a Bid Bond is not required.
Bids will only be accepted from Bidders who are Louisville Water Small Business Equity (SBE) Program Participants and have been pre-qualified by the Company in the pre-qualification category or categories that apply to this Bid. This Bid requires prequalification in 4”-16” Ductile Iron Water Mains AND 1” and Smaller Services. For information about the Louisville Water SBE Program or pre-qualification, contact the Company through the designated bid portal.
The Company will award the Contract to the Bidder presenting a Bid that is responsive to the Specifications, is in substantial compliance with the Contract requirements, and presents the lowest and best price for performing the Work making up the base bid and or Bid that Company determines is in the Company’s best interest, which may not necessarily be the least expensive Bid.
Bid Documents except the Bid Table may be obtained from Lynn Imaging located at 11460 Bluegrass Pkwy, Louisville, KY 40299, (502) 499-8400 and www.lwckyplanroom.com. One copy of the Bid Documents (includes technical specifications and a full set of plans) will be available at no charge (not including shipping/delivery charges) to Contractors that are prequalified with Louisville Water Company in the category(ies) specified for this bid. For details regarding the charges that apply to non-prequalified contractors, go to www.lwckyplanroom.com. The Bid Table is available in Microsoft Excel via download from the designated portal on Louisville Water’s electronic bidding site at https://louisvillewater.bonfirehub.com/portal/.
Warren County Board of Education – Greenwood High School Bid Group 1 – Turf Fields & New Road Construction
Warren County Board of Education – Greenwood High School Bid Group 1 – Turf Fields & New Road Construction
The Warren County Board of Education will receive sealed bids for the Bid Package listed for the GREENWOOD HIGH SCHOOL – TURF FIELD PREPARATION AND NEW ROAD CONSTRUCTION.
1. Remove existing asphalt shingles and underlayment to decking.
2. Remove existing wood siding where indicated on Drawings.
3. Remove existing plywood roof sheathing that has been damaged and deteriorated.
4. Install new 1/2″ thick plywood roof sheathing to replace roof deck that was removed.
5. Install new ice and water shield over 100% of area to be reroofed.
6. Install new 40-year, asphalt shingles.
7. Install new weather barrier where existing siding was removed.
8. Install new fiber cement board siding at mansards.
9. Install new prefinished, galvanized steel trim where indicated on Drawings.
New construction of a 3-story building for Delta Gamma Sorority 3-story house at grade level
providing ADA Accessibility, bedrooms to accommodate 2- 4 occupants, elevator addition;
laundry facilities; house mother apartment; complete mechanical electrical and plumbing
systems upgrade and connectivity to Delta Room monitoring; adding campus security
system; bringing fiber infrastructure to the house; and Sunroom/Lounge/TV Room. Goals
include providing enough Chapter Room/Dining Area space, Craft Room, Breakfast Area and
Storage, Living Room, Study Area, and adding Guest Men’s Restroom.
Estimated Length of Project:
(Substantial Completion) + 45 Calendar Days (Final Completion)
The project consist of a site that is experiencing drainage issues due to a clogged pipe. An off-site waste area will be used to receive excess material from the site.
Site Location: Latitude: 37°11’1.85″N Longitude: 82°42’13.19″W. It can be access traveling eastward 0.8 miles on highway 805 from Fleming-Neon, from the intersection highway 317 / 805. Site is on the right.
Site: Project involves a clogged 30” Dia. HDPE pipe, which in currently diverting surface drainage into the Baker side yard, and home. Pipe cleaned out bid item is included and yard area will have sediment removed from the yard; this work will be done under the Earthwork Lump Sum bid item. Also, a headwall will be installed on the inlet end of the existing pipes, and two drop boxes will be installed in the existing 30” Dia. HDPE thereby breaking it into 3 segments. This will provide for better long-term maintenance and increased drainage control in the yard. Silt Control Fence will be installed to prevent sediment from leaving the site during construction activities. Residential seeding is included to reseed the yard area. Site prep is setup as well to prep the yard for reseeding. Dense Grade is included to backfill around the existing pipe/headwall/drop box as needed. Roadway stone is included if needed for access. A combination flex-a-mat ditch and subdrain is included to eliminate sub surface saturation.
Waste Area: The waste area is a previously disturbed area, that is currently being used as a waste area for flood cleanup.