Monroe County Board of Education – Falcon Academy Adult Education Center & Auxiliary Athletic Training Center Roof Replacement
Monroe County Board of Education – Falcon Academy Adult Education Center & Auxiliary Athletic Training Center Roof Replacement
Please note: Addendum 01 has changed the bid time.
This project is at three buildings (Falcon Academy, Adult Education Center, and
Auxiliary Athletic Training Center) and consists of the removal of the existing roof system down to
deck and replacement with new roof system including required insulation, gutters, downspouts, etc.
New roofing system to be SBS from State Price Contract.
City of Hindman – Wastewater Treatment Plant Rehabilitation
City of Hindman – Wastewater Treatment Plant Rehabilitation
The project Includes sandblasting and recoating existing steel surfaces (including tanks, struts, beams,
handrails and steps) and replacement of equipment (including comminutor, surge tank pumps, blowers, UV
system, flow measurement, air diffusers), piping replacements and blower building demolition.
DRGWQTC Secondary Clarifier Grout Repair and Gate and Actuator Replacement
DRGWQTC Secondary Clarifier Grout Repair and Gate and Actuator Replacement
Please note: Addendum 04 has changed the Bid Date! Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of DRGWQTC Secondary Clarifier Grout Repair and Gate and Actuator Replacement Contract No. 16,083, Budget ID No. D18292, Drawing Record No. 16083, Sheet No. 1-18, will be received at the office of MSD until Thursday July 25, 2019, Local Time, 10:00 a.m., and will be publicly opened and read at that place and time.
Description and location of Project: Repair of grout in Secondary Clarifier Nos. 7-12, replacement of influent and RAS gates and actuators for Secondary Clarifier Nos. 1-6, and installation of isolation gates to Secondary Clarifier Nos. 1-6 at the Derek R Guthrie Water Quality Treatment Center (DRGWQTC) located at 11601 Lower River Road, Louisville, KY 40272.
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 DRG
WQTC located at 11601 Lower River Road on Thursday June 27, 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 $1,500,000.00 to $2,500,000.00.
The bid documents will be available on, Monday June 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 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 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.
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.
Project includes the e upgrade/replacement of all HVAC Controls for Thompson Hood Veteran’s Center. Existing controllers are BACnet and points shall be pulled into new JACES. All new graphics, trends, and Sequences of Operation shall be provided.
This Work includes a 1,444 square foot addition to an existing unheated storage building located at the Kentucky Nation Guard Armory in Tompkinsville, Kentucky. The addition will be constructed on new concrete slab with turn-down footing and similar in construction to existing pre-engineered metal building. Minor electrical renovation is included in the scope, including all new interior and exterior lighting. Existing ventilation louvers on the front elevation will be re-used on the new front elevation on the addition. The front elevation of the addition will also include a new concrete approach apron, hollow metal person door and coiling overhead door. New interior security caging will also be included in the scope.
Estimate:
$ 78,423.00
Estimated Length of Project:
(Substantial Completion) + December 31, 2019 (Final Completion)
The Division of Abandoned Mine Lands wishes to receive bids to perform reclamation work on approximately 9.31 acres of mine land in Magoffin County, Kentucky. The work will consist of earthwork, gradework, waste removal and revegetation of 1 bond forfeiture permit(s).
Renovation of (6) existing kitchen In Hazelwood Center
1. Appliances to remain – stand alone stove/oven, refrigerator.
a. Dishwasher – replace old with Hobart – hot water only.
2. Cabinets – minimum of (2) open space under the counter: 1. Under the sink, 2. 30″ work spaces
a. Remove and replace with severe use base & wall cabinet per budget with pull.
b. Wall cabinets: 1 will be lockable
c. Base cabinets – 1 will be the bank of drawers and the others with slide out trays.
d. All counter will be 34″ height to meet ADA.
e. Additional heights requested by the UA of 32″ & 30″ will be accommodated with an adjustable height dining table (NIC) in the center of the rooms that could be accommodated in place of proposed stainless steel table with lockable wheels.
f. Provide slide trays or racks in the base cabinets for accessibility.
g. Pantry type cabinet with fixed shelves on tops & pull out shelves at bottoms.
h. (5) knuckle hinges will require cabinet door closer to keep cabinet doors closed.
3. Countertop & backsplash: Solid surface.
4. Replace existing kitchen sink with (2) compartments sink with goose neck with separate sprayer fixture to meet ADA.
5. Provide small wall-hung hand washing lavatory in the space and meet ADA.
6. Remove from old cabinet and re-install in the new cabiner, existing exhaust fan & suppression system.
7. Provide corner guards on outside corner where indicated
8. Paint – kitchen walls & gypboard ceiling to match existing surrounding area.
9. Remove wall tiles above the back splash, prep and paint.
10. Floor – remove existing VCT, prep and install new VCT in (4) kitchen, prep and install new VCT in the (2) kitchen where its been abated.
West Shelby Water District – The Villas at Cardinal Club Waterline Extension
West Shelby Water District – The Villas at Cardinal Club Waterline Extension
This contract consists of constructing approximately 2,065
L.F. of 8” PVC, SDR-17 waterline and 630 L.F. of 6” PVC, SDR-17 waterline with
all other necessary appurtenances. The engineer’s estimate for the total base bid
is $130,000.
Whitley County Water District – 2019 Water System Extensions
Whitley County Water District – 2019 Water System Extensions
The 2019 Water System Extensions Project consists of the
installation of approximately 6,000 feet of three inch (3″) waterlines and
appurtenances such as gate valves, blow-off assemblies, and casing pipe.
19-70 / Cabin Creek Booster Pumping Station Replacement
19-70 / Cabin Creek Booster Pumping Station Replacement
Louisville Water Company is requesting Bids for providing all labor, rigging, tools, equipment, and materials to install pre-fabricated, underground booster pumping station, back-up diesel generator, water main and electric utilities; Furnish and install all items and accessories for a complete project. Demolish existing booster pumping station including all mechanical, electrical, and process accessories; Landscape and Restore site.
Eastern Kentucky University – Replacement of Model Lab Arts HVAC – 33-20
Eastern Kentucky University – Replacement of Model Lab Arts HVAC – 33-20
Project consists of furnishing all labor,
materials, tools, equipment, services, supplies, and related items necessary for the replacement of HVAC units
within Model Labs
The Base Bid work involves making concrete slab repairs to the front entrance at the plaza that serves The Kentucky Center for the Preforming Arts, in Louisville, Kentucky. The work will include joint sealants repairs, routing and sealing of existing cracks, and the application of penetrating concrete sealer/densifier to the entirety of the front entrance plaza concrete slab and stairs.
Alternate No. 1 consist of supplying and installing a fully functional expansion joint system for the replacement of the existing expansion joint. This shall include all equipment and material needed. See Specifications Sections 03 31 00 and 07 95 00 for additional information.
This Work includes interior renovation to Men’s and Women’s Restroom/Shower, Locker Room, and security upgrades to Vault. The Restroom/Shower areas will include removal of existing ceramic tile floors to concrete slab, all plumbing fixtures and partitions will be removed, and all light fixtures will be removed. Existing HVAC system will remain and be protected from damage. New C.M.U. partitions will be constructed in both shower areas. All floors and walls in the Restroom/Shower areas will receive new resinous coating (Methyl-Methacrylate type). New light fixtures and receptacles will be installed throughout the Restroom/Shower and Locker Room. New plumbing fixtures will be installed along with new phenolic core restroom partitions. The existing Vault will receive security caging upgrades at the interior, including steel caging panels on the walls and ceiling and 1/4″ steel plates on the floor. The Locker Room will receive new lockers on C.M.U. bases, resinous coating on floor and paint on walls. One hollow metal door will be deleted and filled in and one hollow metal door will be added from the Locker Room to the Hall.
New Albany Redevelopment Commission – Green Space, 15th and Main Street
New Albany Redevelopment Commission – Green Space, 15th and Main Street
The work involved is described below:
Primary Bid:
• Developing existing green space into pocket park featuring walking trail and fixtures
Alternate Bid:
• Install parking lane, new curb, and sidewalk along East 15th Street
• Installing storm water inlets and pipe for parking lane addition
for parking lane addition
• Pavement markings for crosswalk Pavement markings for crosswalk
The project consists of five different locations indicated as Spots 1 through 5. Spot 1 is located
on North Winter Street and includes a 2-inch mill and inlay of surface asphalt. Spot 2 is located
on US 62 (South Winter Street) and includes the removal and replacement of curb at locations
along both sides of the street. Spot 3 is located on Starks Street and includes a 1.5-inch mill and a
4-inch overlay of asphalt (2.5 inches of base and 1.5-inches of surface) with a milling taper to 4
inches through a designated area. Spot 4 is located on West Stephens Street and includes a 1.5-
inch mill and inlay of surface asphalt. Spot 5 is located on East Stephens St. and includes a 1.5-
inch mill and inlay of surface asphalt with two sections of excavation and pavement construction
with one of those sections also including curb and storm sewer construction.
Eastern Kentucky University – Cleaning of PTAC, VTAC, and Fan Coil Units – 31-20
Eastern Kentucky University – Cleaning of PTAC, VTAC, and Fan Coil Units – 31-20
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.
Springfield Water and Sewer Commission – Springfield Wastewater Treatment Plant Expansion
Springfield Water and Sewer Commission – Springfield Wastewater Treatment Plant Expansion
Please note: Addendum 01 has changed the bid date and time.
The Project consists of construction of “Springfield
Wastewater Treatment Plant Expansion” which includes three (3) Sequencing Batch Reactors (SB R’ s),
two (2) Chlorine Contact and Post Aeration Basins, Parshall Flume, and Solids Dewatering Facilities.
Existing facilities that will be modified are: revised/upgrades to Influent Pump Station No. 1 and No. 2;
Post Equalization Basin revisions; Converting the North SBR into two (2) Sludge Holding Basins. New
structures will include an Operations, Solids Dewatering, Electrical, and Storage Buildings. Demolition of
existing structures will also be included. Also, included will be a standing generator, and associated
piping and electrical.
CCK-2425-19 College Way Motor Pool Lot Phase 2 – 2518.0
CCK-2425-19 College Way Motor Pool Lot Phase 2 – 2518.0
Proposed construction activities for the 150 space parking extension to the existing College
Way Parking Lot include site demolition, site grading, and off-site underground stormwater
detention system and storm sewer improvements. The project includes coordination with
electrical, lighting, communication, and landscape improvements by others. The project is
located along College Way in Lexington, Kentucky near the Kentucky Proud Park (Baseball
Stadium). The total area disturbed by the proposed construction activities is approximately
1.1 acres.
Louisville Water Company is requesting Bids for the supply and installation of 345 +/- linear feet of 12-inch Pressure Class 350 ductile iron water main, the supply and installation of 2,500 +/- linear feet of 12-inch DR-18 C900 PVC water main, the supply and installation of 2,755 +/- linear feet of 6-inch DR-18 C900 PVC water main, the supply and installation of 540 +/- linear feet of 6-inch Pressure Class 350 ductile iron water main, and the supply and installation of 315 +/- linear feet of 4-inch DR-18 C900 PVC water main. Also included with the project is the installation of eight (8) fire hydrants and the transfer, renewal, relocation or discontinue of 66 +/- customer services.
Questions or inquiries relating to this project must be submitted in writing via email at least seven (7) calendar days prior to the bid opening date. All questions and inquiries must be sent to the Buyer, Robin Heitz, email at rheitz@lwcky.com.
The Company’s Project Manager’s estimate for the Contract plus Company supplied materials for this Project is $1.000,001 – $3,000,000. 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 have been pre-qualified by the Company in the pre-qualification category or categories that apply to this Bid. This Bid requires prequalification in the 4” – 12” PVC Water Mains prequalification category. For information about pre-qualification, contact the Buyer listed above.
Bid 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 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 specified for this bid. For details regarding the charges that apply to non-prequalified contractors, go to www.lwckyplanroom.com.