Estimate:
$158,300.00
Estimated Length of Project:
(Substantial Completion) + February 28, 2019 (Final Completion)
The Division of Abandoned Mine Lands wishes to receive bids to perform reclamation work on approximately 148.68 acres of mine land in Leslie County, Kentucky. The work will consist of earthwork, gradework, tree planting and revegetation of 1 bond forfeiture permit(s).
CALL 301 CONTRACT ID 181240 ROWAN COUNTY FD04 103 0060 005-006 : US 60 (MP 5.250) CONSTRUCT TURN LANES INTO LAKESIDE CHRISTIAN ACADEMY TO IMPROVE SAFETY (MP 5.800), A DISTANCE OF 0.30 MILES. GRADE & DRAIN WITH ASPHALT SURFACE. SYP NO. 09-00227.00.
CALL 300 CONTRACT ID 181238 LEE COUNTY FD04 SPP 065 0011 002-003 : BEATTYVILLE – BOONEVILLE ROAD (KY 11) (MP 2.500) CONSTRUCT LEFT TURN LANE ON KY 11 INTO SOUTH SIDE ELEMENTARY SCHOOL ROAD (MP 2.540), A DISTANCE OF 0.28 MILES. GRADE & DRAIN WITH ASPHALT SURFACE. SYP NO. 10-00370.00.
CALL 104 CONTRACT ID 181241 FLOYD COUNTY HSIP 9010 (285) : HI HAT – HAROLD ROAD (KY 979) (MP 0.000) CURVE REVISION ON KY 979 FROM KY 112 TO CR 1184 (MP 0.250), A DISTANCE OF 0.25 MILES. GRADE & DRAIN WITH ASPHALT SURFACE. SYP NO. 12-00939.01
CALL 103 CONTRACT ID 181239 SCOTT COUNTY STP 4601 (048) : GEORGETOWN NORTHWEST BYPASS (US 460) GEORGETOWN NORTHWEST BYPASS: IMPROVE CONNECTIVITY & MOBILITY AROUND GEORGETOWN FROM KY 32 TO I-75, A DISTANCE OF 5.05 MILES. GRADE & DRAIN AND PAVEMENT ALTERNATES. SYP NO. 07-00102.50.
CALL 102 CONTRACT ID 181042 CARTER COUNTY STP 0071(028) : CAROL MALONE BLVD.(KY-1/7) IMPROVE KY-7/KY-1(CAROL MALONE BLVD.) FROM LITTLE SANDY RIVER BRIDGE TO ACADEMIC PARKWAY, A DISTANCE OF 2.20 MILES. GRADE & DRAIN WITH ASPHALT SURFACE. SYP NO. 09-00144.00.
CALL 100 CONTRACT ID 181049 MCCRACKEN COUNTY NHPP 0601(205) : US-60/I-24 CONSTRUCT A DOUBLE-CROSSOVER DIAMOND INTERCHANGE ON US-60 AT THE I-24 INTERCHANGE NEAR KENTUCKY OAKS MALL, A DISTANCE OF 0.87 MILES. GRADE & DRAIN WITH ASPHALT SURFACE. SYP NO. 01-00154.00.
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 Chiller Replacement Project, Contract No. 16093 , Budget ID No. D15024, will be received at the office of MSD until 10:00 AM, Local Time, December 13, 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 removal of an old chiller and the installation of a new chiller. The chiller is 209.4 Tons capacity. The work includes setting a temporary chiller and installation of piping for building cooling, taking the chiller out of service via lock out tag out, disconnect piping, controls, and electric. Removal of the existing chiller and set new chiller on pad. Dispose of the existing chiller. Install all piping, controls, and electrical for startup of the new chiller per the factory specifications. Removal of the temporary chiller. The project will be done in accordance with an HVAC permit that the contractor will acquire. 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 2:00 PM local time on, November 27, 2018 at the Morris Forman Water Quality Treatment Center located at 4522 Algonquin Parkway, Louisville, KY 40211.
The Engineer’s Construction Cost Estimate for this project is between $ 125,000.00 to $160,000.00.
The bid documents will be available on, November 15, 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 David Coe. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, David Coe E-mail: David.Coe@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, David Coe
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 Starkey Flood Pump Station Check Valve Replacement Project
The Starkey Flood Pump Station Check Valve Replacement Project
Description and location of Project: This project will consist of replacement of 4 check valves on the 4 pumps located at the Starkey Flood Pump Station.
Please note Addendum No. 1 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 The Gates 110 & 111 Elimination (REBID) Project, Contract No. 16064, Budget ID No. F19218, Drawing Record No. 16064, Sheet No. 1-3, will be received at the office of MSD until 10:00 AM, Local Time, December 4, 2018, and will be publicly opened and read at that place and time.
Description and location of Project: The elimination and removal of flood gates 110 & 111 and the safe loading of pipe located at 1400 Southwestern Parkway, Louisville, KY.
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. at MSD’s Main Office, 700 W. Liberty Street, Louisville, KY at 10:30 am Local Time on, November 27th, 2018.
The Engineer’s Construction Cost Estimate for this project is between $ 20,000.00 to $49,999.00.
The bid documents will be available on, November 14, 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 Mary Ruth Landgrave. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Project Manager, Mary Ruth Landgrave E-mail: mary.landgrave@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, Mary Ruth Landgrave
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 MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.
Description and location of Project: This unit base construction order is for the installation of a underground storage area with a concrete basin next to 1400 Bernheim Lane in Metro Council District 3.
This project will install VFD’s and new control dampers for two of the Freedom Hall Air Handling Units. It will incorporate a new control design to be implemented by JCI via allowance.
18-119 / Glaser Lane Area Water Main Replacement Project
18-119 / Glaser Lane Area Water Main Replacement Project
Louisville Water Company is requesting Bids for the installation of 6,770 +/- linear feet of 6-inch DR-18 C900 PVC water main (using traditional trench installation techniques), installation of 430 +/- linear feet of 6-inch Pressure Class 350 ductile iron water main (using traditional trench installation techniques), and 805 +/- linear feet of 8-inch DR-18 C900 PVC water main (using traditional trench installation techniques). Also included with the project is the installation of 11 fire hydrants and the transfer, renewal, relocation or discontinue of 92 +/- customer services.
Hayfield-Dundee 1 and 2 Flood Mitigation Demolition Project
Hayfield-Dundee 1 and 2 Flood Mitigation Demolition Project
Description and location of Project: the demolition and proper disposal of all primary and secondary structures, trash, rubbish, basement walls, slabs, foundations, sidewalks, steps, driveways, and all other hardscape improvements from the specified parcel as the parcels become available.
City of Marion – Sanitary Sewer Collection System Improvements
City of Marion – Sanitary Sewer Collection System Improvements
The primary scope of work includes the installation of approximately 10,300 LF of 8-inch, 10-inch, and 15-inch PVC gravity sewer, 66 sanitary sewer manholes, rehabilitation of approximately 25,500 LF of 8-inch, 10-inch, and 15-inch gravity sewer via fold and form technology and 105 sanitary sewer manholes.
Housing Authority of Owensboro – Harry Smith Exterior Renovation
Housing Authority of Owensboro – Harry Smith Exterior Renovation
Please Note: Addendum 01 has changed the Bid Date
The work to be performed consists of:
a. New doors and frames
b. New asphalt shingles, metal, gutters and downspouts
c. New shutters
d. New exterior light fixtures
e. Exterior painting of rails and window trim
f. New mailboxes and address plaque
g. New vinyl soffit
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.
WKU-PDC-2017-004 WKU Community Bikeway Project – Section 2
WKU-PDC-2017-004 WKU Community Bikeway Project – Section 2
The WKU Community Bikeway Project Section 2 consists of improvements for pedestrians and bicyclists
along a continuous corridor approximately 1.4 miles in length from Alumni Avenue to Third Avenue
in Bowling Green KY. The objective is to create an environment that is safe and conductive to pedestrian
and bicycle traffic including the needs of individuals with physical disabilities.
The scope consists of sidewalk ramps, pavement marking, signage, concrete sidewalk and curbing,
asphalt paving, and minor landscaping.
CCK-2373-19 Central Heating Plant Window Replacement
CCK-2373-19 Central Heating Plant Window Replacement
Furnish all labor and materials required to replace existing four windows on the South West Side of the
Central Heating Plant. These windows are to have the same look and function of the existing windows.
There are three operable window in each of the four approximately 8 feet wide x 18 feet tall windows.
UK will remove the existing window and contractor will install the new windows in the 98-3/4” x 216”
opening (contractor to field verify opening size to insure correct size of the replacement windows). Also,
the contractor is to clean the brick outside of these windows on the entire south west side on building
using an approved brick cleaning solution.