CALL 104 CONTRACT ID 191010 PERRY COUNTY STP BRZ 1003 (270) : BARK CAMP BRANCH ROAD(CR-1150) ADDRESS DEFICIENCIES OR BRIDGE OVER LEATHERWOOD CREEK, A DISTANCE OF 0.04 MILES. BRIDGE REPLACEMENT. SYP NO. 10-08915.00.
CALL 103 CONTRACT ID 191007 HARDIN COUNTY STP 0311 (033) : DIXIE HIGHWAY (US-31W) ADDRESS DEFICIENCIES OF BRIDGE OVER P&L AND CSX RAILROADS FROM MP 36.4 TO MP 36.8 IN WEST POINT, A DISTANCE OF 0.40 MILES. BRIDGE SUBSTRUCTURE REHAB. SYP NO. 04-00199.00
CALL 100 CONTRACT ID 191210 LAUREL COUNTY NHPP IM 0752 (100) : I-75 (LAUREL COUNTY) (MP 28.900) IMPROVE I-75 FROM US 25E TO THE LITTLE LAUREL RIVER (MP 33.200), A DISTANCE OF 4.87 MILES. ASPHALT SURFACE WITH GRADE & DRAIN. SYP NO. 11-00009.10
Bid Dates per WC:
– WC 08B / 09C bids on 3/28/19 at 3PM
– WC 23B bids on 4/4/19 at 3PM
This Invitation for Bids is a Rebid of Subcontract 08B – Glass, Subcontract 09C – Carpet & Resilient Flooring, and a New Bid for Subcontract 23B – Controls.
The University of Kentucky received bids for Invitation for Bid CCK-2376-19 on 02/06/2019. The bids submitted pursuant to competitive sealed bidding under KRS45A.080 result in bid price in excess of the funds available for the purchases. The University of Kentucky project team determined that it is in the best interest of the project to issue this solicitation under revised specifications and scope of services, as defined in the attached Addendum No. 5 and the revised Form of Proposals.
This Invitation for Bids is for Subcontract No. 23A Plumbing, HVAC, & T&B.
The University of Kentucky received bids for Invitation for Bid CCK-2376-19 on 02/06/2019. The bids
submitted pursuant to competitive sealed bidding under KRS45A.080 result in bid price in excess of the
funds available for the purchases. The University of Kentucky project team determined that it is in the
best interest of the project to issue this solicitation under revised specifications and scope of services, as
defined in the attached Addendum No. 5 and the revised Form of Proposal.
Install new roof system including flute fill insulation, cover board, and PVC roofing membrane over existing metal roofing on entire building (approximately 8,700 sf). Remove existing equipment and / or penetrations where possible and patch existing metal roof prior to installation of new system. Replace existing gutters and edge metal as required.
This Work includes a partial interior renovation of the fourth floor of the Capitol Annex Building located at 702 Capitol Ave., Frankfort, KY 40601. Work includes installing new metal stud partitions that extend from the floor slab to the existing ceiling grid system. Ceiling grid and carpet will be adjusted as needed to accommodate new partition walls. New walls to receive painted gypsum board finish and resilient base to coordinate with existing metal base. New painted hollow metal doors and frames will be installed throughout the renovated area. New door hardware will be provided at new door locations. The electrical, mechanical, fire alarm, data voice, and sprinkler systems will be modified to accommodate the new interior partition layout. Coordinate with Drawings and Specifications for additional information.
Housing Authority of Richmond – 2018 Willis Manor Water Softener
Housing Authority of Richmond – 2018 Willis Manor Water Softener
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 is the 2018 KSP Post 4 Roofing Project, Lincoln Village, 829 New Glendale Road, Elizabethtown, Kentucky, Hardin County. Project consist of two existing buildings denoted herein as Building 1 (Main Building) & Building 2 (old Education Building). All roof areas to receive cover-over type Modified Bitumen System consisting of mechanically attached cover board over existing roofing to remain in place w/ new fully adhered 2-ply Modified Bitumen roofing system, 20-year Warranty. at the following square footages: Total of 14,140 SF of new SBS modified bitumen roofing (cover-over). Building 1 = 8,652 s.f. & Building 2 = 5,488 s.f. At Building 1: Removal of approx. 240sf of existing wet roof insulation and other associated substrates down to metal deck and provide new replacement.
Housing Authority of Richmond – 2018 Willis Manor Site Lighting
Housing Authority of Richmond – 2018 Willis Manor Site Lighting
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.
Work involves selective demolition, repairs and reconstruction to concrete slab areas in the Basement of the Capitol Building, and concrete repairs in utility tunnels below the Basement. Work includes new floor finishes in select areas where repairs occur.
Glasgow Regional Landfill – Construction of a Contained Landfill Liner System – Phase 6
Glasgow Regional Landfill – Construction of a Contained Landfill Liner System – Phase 6
The program of work for which bids are to be submitted consists of, but is not limited to, the following:
Construction of a Construction/Demolition Debris Landfill Liner System for Cell 6.
Renovations for the Daniel Boone Hotel will consist of: demolition and disposal of items, environmental mitigation.
clean up air and testing,
repair of damaged floors and walls,
stabilizing the structure, and roof replacement.
Mt. Sterling Water and Sewer System – South Queen Street and US Hwy No 460 Water Line Project
Mt. Sterling Water and Sewer System – South Queen Street and US Hwy No 460 Water Line Project
This project consists of
approximately 2,700 linear feet of 8″ water main, 100 linear feet of 6″
water main, services, and related accessories. Water Line Materials will
be supplied by the owner. Contractor shall be responsible for all final dressing, seeding, fertilizing, mulching, etc. of the disturbed area.
Contractor shall be responsible for repair of all disturbed and/or damaged areas of concrete or asphalt paving, or gravel areas such as streets, sidewalks, and driveways, and provision of materials for those repairs.
Description and location of Project: This unit base construction order is for the 12-inch pipe and drain installation along Woodbourne Ave. in Metro Council 8.
CCK-2388-19 Emergency Department Renovation UK Medical Center – PAV A
CCK-2388-19 Emergency Department Renovation UK Medical Center – PAV A
This Project encompasses the renovation of ~1,100 sf of the Emergency Department on the
Ground Floor of Pavilion A in the UK Albert B. Chandler Hospital.
Housing Authority of Middlesborough – Roof Replacements KY19-2 & KY19-4
Housing Authority of Middlesborough – Roof Replacements KY19-2 & KY19-4
The Housing Authority of Middlesborough will receive bids for the complete construction of the
project entitled Capital Funding Program KY36P019-501-18, Middlesboro, Kentucky.
Sealed proposals for furnishing all labor, materials and equipment and performing all
work necessary to complete the pavement rehabilitation on the t-hangar apron will be
received by Thomas Woosley at the Fleming – Mason Airport located at 7079 Airport Road
The project consists of the installation of approximately 2,350 linear feet of 12-inch gravity
sewers including a stream and roadway crossing, and related appurtenances.
Louisville Metro – Renovation of Louisville Metro Safe Call Center at the Central Government Center 7201 Outer Loop – 190141
Louisville Metro – Renovation of Louisville Metro Safe Call Center at the Central Government Center 7201 Outer Loop – 190141
Please Note: Add02 has changed the Bid Date.
Louisville Metro Government Department of Facilities Management is soliciting proposals for the
Renovation of Louisville Metro Safe Call Center at the Central Government Center 7201 Outer Loop.
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 03/14/19 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).
Derek R Guthrie WQTC Sodium Hypochlorite System Modifications
Derek R Guthrie WQTC Sodium Hypochlorite System Modifications
Please note: Addendum 01 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 Derek R Guthrie WQTC Sodium Hypochlorite System Modifications Contract No. 16,118, Budget ID No. D19045, Drawing Record No. 16118, Sheet No. 1-9, will be received at the office of MSD until 10:00 AM, Local Time, Tuesday March 12, 2019, and will be publicly opened and read at that place and time.
Description and location of Project: Modifications to the piping system and containment area in the Sodium Hypochlorite Building. MBE/WBE goals are waived for this project.
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. Pre Bid meeting to be held at the DRGWQTC Administration Building located at 11601 Lower River Road Louisville, KY 40272 on Tuesday March 5, 2019 at 10:00 AM Local Time. Site visit immediately following. All visitors will be required to furnish their own PPE to visit the site.
The Engineer’s Construction Cost Estimate for this project is between $20,000 to $250,000.
The bid documents will be available on, February 22, 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 at: steven.leong@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 Project Manager.
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.
Knott County Water and Sewer District – Pippa Passes Sewer Rehabilitation Project Phase II
Knott County Water and Sewer District – Pippa Passes Sewer Rehabilitation Project Phase II
The work to be bid consists of:
Installation of approximately 6725 LF of 8” SDR 35 PVC folded/formed liner or alternate method of lining and
other rehabilitation services for a Gravity Sewer Collection System. Time of Completion for this contract shall
be 270 calendar days.