Richmond Industrial Development Corporation – Richmond Industrial Park South III Water Line Extension
Richmond Industrial Development Corporation – Richmond Industrial Park South III Water Line Extension
Construction of 3,305 LF of 12″ PVC, C-900, C1200, Water Main, 1 Dry Tap Connection, 8-12″
Gate Valves, 2 Air Relief Valve. 7 Fire Hydrants, 210 LF of Bore and Jack with Steel Encasement. 10
CY of Concrete Encasement and other necessary items as shown on Drawings and Specifications. A
deductive alternate is included requiring the use of Ductile Iron. Class 350 pipe.
Project Location: Bill Robertson Way, Richmond, Kentucky
Jenkins Independent Board of Education – Jenkins Independent Various Improvements
Jenkins Independent Board of Education – Jenkins Independent Various Improvements
Furnishing of the specified labor, materials, supplies, tools, and or services, indicated for the:
Jenkins Independent – Various Improvements BG#19-133
Bluegrass Area Development District – Site Improvement Project
Bluegrass Area Development District – Site Improvement Project
Please Note: Addendum 01 has changed the Bid Date
The scope of work includes the demolition of the existing asphalt parking lot, concrete
sidewalks and a portion of the drainage system. Then reconstruction of the site to include low retaining walls new paving and new handicap access to the existing building that will remain in operation though construction.
Project consists of a new events center, three cabins, and surrounding
parking / site work. The Occupancy Classifications are Assembly (A-2) for the events center
and Residential (R-2) for the cabins. The Construction Type is VB and the total square footage
of the events center is approximately 6,649 SF. The events center includes a banquet space,
commercial kitchen, restrooms, storage and an office.
Douglass Community Center Reinforcement Project – 190091
Douglass Community Center Reinforcement Project – 190091
Louisville Metro Government is currently accepting bids for Douglass Community Center
Reinforcement Project.
Project description is as follows
The existing first floor approximately 3500 Sf requires installation of a floor structural reinforcement system. The project will require selective demolition and replacement of existing portions of: the existing concrete floor, drywall ceiling, boiler piping, domestic water piping and
electrical circuits, installation of new concrete footings, new steel columns and steel beams.
The existing second floor requires limited selective demolition of existing plaster ceilings, wall
demolition at existing openings, electric demolition, casework demolition. New work includes
new floor joists, new steel columns and beams, new drywall at cased opening, new drinking
fountain, new casework, new lighting and electrical circuiting.
Louisville Metro Government uses Bonfire portal for accepting and evaluating proposals digitally (https://louisvilleky.bonfirehub.com/portal)
. Bidders must submit all pages of bid document through Bonfire. Sealed Proposals must be uploaded,
submitted, and finalized prior to the closing at 12/18/18 3:00pm. The bid document and drawings
are available on Bonfire and Lynn Imaging, all other forms, documents and attachments are available
on (https://louisvilleky.bonfirehub.com/portal).
The project scope is restoration efforts focused on fire/water damage throughout Levels 4-7, including a complete put-back of the vaulted ceiling (from deck down) at The Kentucky Center for the Arts located at 501 West Main Street in Louisville, KY. The current occupancy classification of the facility is Assembly (A-1) and will not require a class change because the use is not changing. The renovations will consists of a new acoustical plaster vaulted ceiling, new and refinished drywall repair on multiple levels, carpet flooring on multiple levels. There is one (1) alternate to update casework and add new vestibule walls on Level 4 (Main Lobby). The existing main systems for the mechanical, electrical, plumbing, and fire protection infrastructure will remain. Construction will be sequenced to expedite the resumption of occupancy. The building will be occupied during the construction duration but the area impacted by the renovation will be unoccupied according to the sequencing of the project. Coordination with the Owner during the renovation will be required.
This project is an equipment pre-purchase to furnish new equipment as part of an ESPC project at the Kentucky Exposition Center. The scope of this project includes the replacement of existing boilers with (3) new natural gas fired condensing boilers.
RFB-129-19 KEC Pre-Purchase East Hall Air Handling Units
RFB-129-19 KEC Pre-Purchase East Hall Air Handling Units
Project Manager Name: Paul Cable Phone:
(502) 782-0324 Email:
Paul.Cable@ky.gov
Estimate:
$150,000.00
Estimated Length of Project:
(Final Completion) 70 DAYS
This project is an equipment pre-purchase to furnish new equipment as part of an ESPC project at the Kentucky Exposition Center. The scope of this project includes the replacement of existing air handlers in the East Hall with (4) new 2-pipe Air Handling Units.
18-124 / Rollingwood Booster Pump Station Renovation
18-124 / Rollingwood Booster Pump Station Renovation
Louisville Water Company is requesting Bids for providing all labor, rigging, tools, equipment, and materials to Furnish and Install and Maintain Temporary Potable Water VFD Booster Pumping Station. Demolish existing hydro-pneumatic tank, pumping system, and accessories. Furnish and Install Permanent booster pumping station pre-manufactured skid, controls, and accessories in existing concrete vault. Upgrade electrical service and controls. Restore site.
Mercer County Board of Education – Mercer County District Improvements
Mercer County Board of Education – Mercer County District Improvements
The Middle School improvements will include the addition of a student drop off
canopy and sidewalk/stair replacement, improved drainage along the back side of the building, limited
number of glazing reaplcements, and masonry opening repairs. The Intermediate School
improvements include glazing replacement, new secure entry/reception and office area next to
vestibule (currently FRC) and a small conference room, including a new door and windows. Work at
this facility also includes moving the FRC to the old science room with a new exterior entrance and
creation of a second resource room and a school storage room, as well as replacements of several areas
of concrete walk. The Elementary School improvements include glazing replacement.
The project consists of 2-roof areas with low-sloped roofs for repairs/overlays. Roof Repairs/Overlays: Remove wet roofing as indicated, match existing. Attach recovery board over existing roof systems. Install 2-Ply SBS Modified Bituminous Membrane Roofing system over recovery board insulation. Provide new metal components; e.g. metal counter flashings, scuppers, conductor heads, downspouts, plumbing vent flashings, metal expansion joint, etc.
Demolition of existing 977 Phillips Lane, Department of Transportation office/storage building including the concrete first floor slab, partial basement, exterior sub-grade stairs and cheek walls, foundations and footings.
New construction site enclosure fencing and gates. Site enclosure fencing to remain in place upon completion of this work and become property of the Owner. Site fencing to be maintained by the General Contractor of this work until Final Completion.
Compacted fill to be placed in below grade voids as a result of demolition work to basements, foundations, and footings. DGA to be placed over compacted fill. Care to be taken in not disturbing the property directly adjacent to the project site. Owner has fill material that can be used by the contractor, see drawing 2/D-1 for fill material location.
Site features not identified to be removed to remain in place including but not limited to asphalt parking lots and drives, concrete parking lots and drives, public sidewalks and curbs, overhead utilities and other Work indicated in the Contract Documents.
Capping of utilities at the Limits of Disturbance lines including natural gas, sanitary sewer, domestic water, and electrical supply to the site.
Town of Marengo – Wastewater Treatment Plant Improvements
Town of Marengo – Wastewater Treatment Plant Improvements
The project consists of the construction of a new splitter box, new clarifier site
piping modifications, modifications to Pump Station #3 together with all related work as specified and shown on the Drawings.
Harlan County Fiscal Court – Harlan County Business Park
Harlan County Fiscal Court – Harlan County Business Park
The project consists of a new entrance roady off US 119 into a new
Business Park, including turn lanes and acceleration lane. New parking area and walk for the
Veterans walking trail and grading for the first lot (lot 10) in the Business Park.
A. The Work of the Project is defined by the Contract Documents and consists of, but not limited to, the following Demolition work:
1. Temporary site enclosure fencing and gates. Site enclosure fencing to be removed upon completion of demolition and necessary sitework remediation.
2. Demolition of existing 937 Phillips Lane, Cardinal Stadium as described below and indicated in the Contract Documents:
a. All above grade structures, included perimeter walls, roof canopy, press boxes, horse stalls, and exterior circulation ramps to be demolished.
b. All slabs on grade and asphalt inside limits of disturbance to be removed.
c. Refer to drawings for specific direction on removal of below grade structures including elevator pits, dugouts, footings, foundations, and foundation walls.
d. Field turf, rubber padding, and asphalt under current field to be demolished.
e. The seating inside the stadium is multi-colored and modular. The seats are constructed in modules, where multiple seats are interconnected and share supports. Contractor to SALVAGE one-hundred (100) modules of two (2) seats in the Red color, and deliver to the owner’s storage facility approximately two miles from the project site. Final storage location to be determined by Owner. Contractor to select the modules with Owner’s participation. All other seating shall be removed by this scope.
f. Compacted fill to be placed in below grade voids as a result of demolition work to basements, foundations, and footings.
g. DGA, or approved alternate, to be placed over entire building footprint and compacted fill upon completion of demolition and final grading work.
3. Demolition of adjacent existing University of Louisville Golf building at north-west end of Cardinal Stadium at the Kentucky Fair and Expo Center, office building structure as described below and indicated in the Contract Documents:
a. The timeline for this structure’s demolition is dependent on the current tenant’s lease termination. The occupants of this building are to be moved out by January 1st. Demolition of this building cannot begin until the building is unoccupied, utilities are disconnected, and the Owner has provided, in writing, permission to proceed.
b. All above grade structures to be demolished.
c. Refer to drawings for specific direction on footing, foundation, and foundation wall removal.
d. Compacted fill to be placed in below grade voids as a result of demolition work to basements, foundations, and footings.
e. DGA to be placed over entire building footprint and compacted fill upon completion of demolition and final grading work.
4. Demolition of existing billboard adjacent to Cardinal Stadium complete to the concrete foundations.
a. The billboard’s concrete foundations to be removed in the future.
5. Site features not identified to be removed to remain in place including but not limited to asphalt parking lots and drives, concrete parking lots and drives, public sidewalks and curbs, overhead utilities and other Work indicated in the Contract Documents.
MFWQTC Ground Water Well No. 10 Replacement Project
MFWQTC Ground Water Well No. 10 Replacement Project
This bid has been canceled. This project will be revised and posted for rebid in the near future.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the MFWQTC Ground Water Well No. 10 Replacement Project, Contract No. 16101 , Budget ID No. D19046, will be received at the office of MSD until 10:00AM, Local Time, December 18, 2018, and will be publicly opened and read at that place and time.
Description and location of Project: The scope of the project is as follows:
This Contract provides for the installation of a ground water well approximately 70 feet deep with 20 feet deep stainless steel wire wrapped screen at the bottom. Extend casing approximately 1 ft above grade and construct a 2′ x 2′ concrete pedestal. All electrical switch gear from the existing ground water well shall be re-used. Provide and install a 460 Volt, 15 HP to produce 600 gpm @ 60 TDH Ground water well pump, similar to the other existing ground water well pumps on site. Tie in to existing discharge piping for old ground water well No.10. Cap existing old well No. 10. Construct 3 guard posts. Furnish water level meter equipped with a reel, pressure-proof probe, and heat embossed tape. The project includes all clean up and appurtenant work as described in bid proposal and specifications. The project site is located in western Jefferson County at the Morris Forman Water Quality Treatment Center, 4522 Algonquin Parkway, Louisville, KY 40211.
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 meeting will be at 10:00 AM local time on Tuesday, December 4, 2018 at the Morris Forman Water Quality Treatment Center located at 4522 Algonquin Parkway, Louisville, KY 40211, 3rd floor administration building conference room.
The Engineer’s Construction Cost Estimate for this project is between $ 100,000.00 to $120,000.00.
The bid documents will be available on, November 20, 2018, 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 Meskerem Eshetu. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Meskerem Eshetu E-mail: Meskerem.Eshetu@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, Meskerem Eshetu, PE.
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.
The project is the replacement of the existing low slope roof of the International Museum of the Horse at the Kentucky Horse Park. The following description is given as an aid to the bidder in achieving a general understanding of the scope of the work. Contractor shall review the entire set of Contract Documents for the preparation of the bid. Work is generally confined to the following areas:
1. Selective demolition.
2. SBS modified bitumen roof and accessories.
3. Prefinished metal coping.
Housing Authority of Olive Hill – RFQ for Architect/Engineer & Consulting Services
Housing Authority of Olive Hill – RFQ for Architect/Engineer & Consulting Services
The Housing Authority of Olive Hill is requesting Statements of Qualification from interested professionals to perform Architectural & Engineering Services associated with the construction of two new dwelling units (compliant with ADAAG) at Hydreco Village, funded by The Department of Housing & Urban Development.
The project is to be a new maintenance garage and support facilities for the Kentucky Transportation Cabinet, District 2. The garage building will be an 8,000 square feet pre-engineered metal building with metal wall and roof panels and a thermal insulation/liner system. The structural system consists of a pre-engineered steel frame skeleton with conventional poured in place concrete shallow foundations, piers, grade beams and concrete floor slabs. The building layout consists of a 6,000 sf vehicle area with two vehicle bays, and a 2,000 sf support area containing offices, toilets, shower, break room and storage. Interior partitions will be light gauge steel framing with gypsum board surface and sound batt insulation. Occupied support spaces will have sealed concrete flooring and acoustic panel ceilings. Pedestrian doors will be hollow metal, windows will be aluminum framed with insulating glass. Vehicle doors will be by Owner. Site work consists of excavation and engineered fill for the building pad, minimal sidewalks, and parking and asphalt paving. Site furnishings include signage and flagpole. Water service shall be from municipal system, sanitary will gravity flow to municipal system. The building will utilize natural gas for heat. HVAC for occupied support spaces will be a packaged horizontal HVAC unit. Vehicle bays will be heated with gas unit heaters and ventilated with exhaust fans. Electrical work includes a 120/240V power distribution system and LED lighting. Communications systems will include telephone and data wiring and devices.
The equipment storage shed will be a 2,160 square feet wood framed building, open on one side, with metal wall and roof panels. The structural system consists of concrete pier foundations, wood posts/columns with wood secondary framing and wood truss roof structure.
The salt storage structure, to be bid as an Alternate, will be a 3,600 square feet cast-in-place concrete structure with a pre-engineered, membrane covered roof structure. The membrane covered roof structure will be provided and installed by Owner.
City of Taylorsville – Contract 22 300k Gallon Elevated Water Tank
City of Taylorsville – Contract 22 300k Gallon Elevated Water Tank
The project includes but is not limited to the following:
CONTRACT 22 TAYLORSVILLE 300,000 GALLON ELEVATED WATER TANK
a) 1 LS 300,000 Gallon elevated water tank with site grading & preparation, access road, fencing,
electrical service, yard piping and miscellaneous appurtenances at Possum Ridge.
b) 2 LS Demolition and disposal of existing 100,000 gallon elevated lank at Possum Ridge & Whitfield.
c) 2 LS Demolition and disposal of existing 50,000 gallon elevated tank at Mt Eden & Little Union.
City of Coal Run Village – Old House Hollow Drainage Project
City of Coal Run Village – Old House Hollow Drainage Project
The work includes: Replacement of approximately 45 LF of dual 24” CMP culverts with a new 6’x2’ precast
concrete box culvert, and pavement replacement.