PROJECT DESCRIPTION:
This project consists of approximately 975 LF of 3” waterline, 1 meter relocate, and all necessary appurtenances. This is a relocation of existing facilities.
RFB-84-19 Testing and Balancing Services L&N Building Upgrade
RFB-84-19 Testing and Balancing Services L&N Building Upgrade
Project Manager Name: Tony Yates
Phone: (502) 782-0338 Email:
Tony.Yates@ky.gov
Estimate:
$50,000.00
Estimated Length of Project:
February 8, 2019 (Final Completion)
The specifications describe the work to be done and the material to be provided for performing HVAC Testing, Adjusting and Balancing (TAB) services for the referenced project.
LFUCG – West Hickman WWTP Final Clarifiers No. 7 and No. 8 Structural Repairs
LFUCG – West Hickman WWTP Final Clarifiers No. 7 and No. 8 Structural Repairs
Please Note: Addendum 02 has changed the Bid Date
PROJECT DESCRIPTION:
The Project includes providing all construction supervision, labor, materials, tools, test
equipment necessary for the:
• Removal, repair, rehabilitation, reinstallation of the existing final clarifier
mechanisms and bridges in Final Clarifiers No. 7 & No. 8, and all associated
piping, painting and electrical appurtenances included and shown on the Contract
Documents.
• Removal and replacement of new sluice gates at existing Final Clarifier Flow
Splitter Box No. 1 & No. 2 and all associated appurtenances.
• Removal of 8” concrete slab and swept-in grout layer in existing Final Clarifiers
No. 7 & No. 8.
• Cutting off of existing rock anchors in existing Final Clarifiers No. 7 & No. 8.
• Installation of new rock anchors, concrete base slab and swept-in grout in existing
Final Clarifiers No. 7 & No. 8.
• Allowances are provided in Bid for under slab pipe replacement and existing
Walker clarifier rehabilitation and repair work.
PROJECT DESCRIPTION:
The Cath Lab project encompasses about 800 square feet including the control room and equipment room for the Cath. The project will be in an existing space to be renovated. All Cath Lab walls and doors will need to be replaced or retrofit with lead lining for radiation protection. Some minimal work will occur in the ceiling below for plumbing hook-ups.
Description and location of Project: This unit base construction order is for the boulder wall installation along the rear property of 2417 Crystal Springs Place, in Metro Council District 19.
WKU-10168 Construct College Heights Foundation Building
WKU-10168 Construct College Heights Foundation Building
Please Note: Addendum 04 has changed the Bid Date
WKU invites you to bid on CONSTRUCT COLLEGE HEIGHTS FOUNDATION
BUILDING. The project consists of the demolition of the existing 5600 square foot
College Heights building and the new construction of a 8600 square foot
building in the same location. The exterior of the building is a brick and
stone. Interior spaces will include offices, conference rooms, library, and
atrium spaces. If there is an awardable bid, the plan is to start in
November of 2018 and complete construction in November 2019.
This link is WKU TopShop (Unimarket) sourcing. All questions and
answers will be posted on this link. You will need to join WKU TopShop in
order to post questions or see answers. If you have any questions
regarding this new process, please contact Marci Morehead, Purchasing
Agent, 270-745-6365 or Doris Hayes at 270-745-5355.
BIDS will be accepted on the Unimarket system or by hard copy only
deliverable to Marci Morehead. The physical address is posted in the bid
documents.
PROJECT DESCRIPTION:
This project renovates room 216 of the Sanders-Brown Center on Aging, 800 S Limestone, Lexington, KY 40536. Work includes demo of existing cold room and renovation of existing
flooring, walls, ceiling, etc…
This project consists of removal of existing floor electrical boxes, anchors and column surround in the Kentucky Horse Park Visitor Center’s South Theater. Construction of new column surround, installation of new fixed seating, a new seating platform for accessible seating with metal railing and wood handrail at side aisles.
Please note the bid date has been changed to October 11, 2018, 10:00 A.M. Local Time.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of 4010 Rivulet Lane Bank Repair Project, Contract No. 2019-014, Budget ID No. C19233, will be received at the office of MSD until 10:00 am, Local Time, October 9, 2018, and will be publicly opened and read at that place and time.
Description and location of Project: This unit based construction order is for the bank repair located in the rear of 4010 Rivulet Lane in Metro Council District 11.
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 $20,000.00 to $49,000.00.
The bid documents will be available on, September 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 Joseph S. Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer Tamika Davis E-mail: Tamika.davis@louisvillemsd.org. Questions received less than five days prior to the date for opening of bids will 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 Procurement Buyer, Tamika Davis at Tamika.davis@louisvillemsd.org.
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 Board of MSD. MSD reserves the right to reject any or all bids or waive any informality in any bid.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
Description and location of Project: This unit based construction order is for pipe and drain installation located at 408 Browns Lane in Metro Council District 26.
Description and location of Project: This unit base construction order is for three catch basin replacements along South 5th Street and South 7th Street.
Martin County Water District – Water Service Line & Meter Replacement
Martin County Water District – Water Service Line & Meter Replacement
PROJECT DESCRIPTION:
The program of work for which bids are to be submitted consists of
the replacement of approximately 975 existing water service lines and customer meter settings and all related
appurtenances as described in the Specifications and Plans.
Bidding General Contractors must be previously qualified and General Contractors without this qualification will not be considered.
Qualified General Contractors are:
– BEX Construction, Inc
– Churchill McGee LLC
– Dean Builds, Inc.
– Midstate Contractors, Inc.
– Structural Systems Repair Group
– Trace Creek Construction, Inc.
PROJECT DESCRIPTION:
Remove and relay masonry at North East Corner of building, remove and
relay masonry at parapets, remove and relay some facade areas and jack arch headers, masonry tuck pointing at exterior and some interior areas, new rigid insulation at roof, new roofing and gutters/downspouts, restore windows & doors at Corner Office and Main Street (see plans for locations), remaining ‘open’ and double hung windows to receive storefront type glazing, partial demo and rebuilding of wood columns and floor framing (see plans for locations), partial demo of and replacement of flooring (see plans for locations), interior walls and egress stairs. New electrical, lighting, plumbing, HVAC and fire protection.
This project is to upgrade the Barren River State Resort Park lodge swimming pool. The project includes replacing the pool filters and pumps, repairing the pool shell and applying a new epoxy coating, installing new VGB compliant grates, deck concrete and expansion joint repair, railing replacement, and replacing pole lights.
Breathitt County Board of Education – Security Vestibules
Breathitt County Board of Education – Security Vestibules
Please Note: Addendum 03 has changed the Bid Date
PROJECT DESCRIPTION:
Furnishing of the specified labor, materials, supplies, tools, and or services, indicated for the:
Breathitt County Security Vestibules
BG#18-364
CCK-2362-19 W.T. Young Cupola and Stone Belt Repairs and Cleaning
CCK-2362-19 W.T. Young Cupola and Stone Belt Repairs and Cleaning
Please Note: Addendum 01 has changed the Bid Date
PROJECT DESCRIPTION:
Contractor to furnish all labor and materials for repairs of W. T. Young Library, cupula and stone belt
repairs:
1. Removing and repairing the existing damage finial
2. Repairing the seams and cupola gutter
3. Repairing any and all interior drywall damages
4. Replacing broken or failed glazing and
5. Repainting entire rotunda; dome and wall
The project provides repairs/remediation of fire damage to the Lincoln County maintenance garage for the Kentucky Transportation Cabinet, District 8. The work includes new structural steel support columns with concrete footings, new secondary roof framing, modifications to existing steel frames, new rubber roof coating, and painting. The existing building is a 7,200 +/- square feet, pre-engineered metal building with concrete floor slab, constructed in 1967. The Owner will perform cleaning of the existing facility. The Owner will provide electric power and lighting replacement, and replacement of overhead doors via separate contracts.
Please note this bid has been cancelled and will be reposted in the coming days.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of
Leyton Ave Drainage Improvement Project, Contract No. 2019-013, Budget ID No. C19176, will be received at the office of MSD until 10:00 am, Local Time, October 9, 2018, and will be publicly opened and read at that place and time.
Description and location of Project: This unit based construction order is for the paved ditch along the rear property line of Lyndon Lake Place located in Metro Council District 18.
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 $20,000.00 to $49,000.00.
The bid documents will be available on, September 18, 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 Joseph S Exely. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer Kevin Schmidt E-mail: kevin.schmidt@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 Procurement Buyer, Kevin Schmidt at kevin.schmidt@louisvillemsd.org.
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 Board of MSD. MSD reserves the right to reject any or all bids or waive any informality in any bid.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
This project is broken down into four units as described by the engineering plans. Refer to the engineering design for all elevations and estimated quantities, dike profiles, water control structure and pipe specs, construction notes and invasive species requirements. The work consists of preparing the area for treatment; furnishing and placing seed, mulch, fertilizer, inoculant, lime, and other soil amendments; and anchoring mulch in designated areas as specified.
PROJECT DESCRIPTION:
Furnishing of all
labor, materials, supplies, tools, equipment, services, etc. necessary for the construction of The New Henry County
Judicial Center
WKU invites you to bid on CONSTRUCT WKU GOLF PRACTICE FACILITY The project consists of a 4168 square foot brick building. This building is a practice facility for the WKU golf teams. This building will be located at the WKU Intramural property just south of the existing tennis courts. Interior will include a conference room, putting area, 2 golf bays, and 2 restrooms.
This link is WKU TopShop (Unimarket) sourcing. All questions and answers will be posted on this link. You will need
to join WKU TopShop in order to post questions or see answers. If you have any questions regarding this new
process, please contact Marci Morehead, Purchasing Agent, 270-745-6365 or Doris Hayes at 270-745-5355.