The project involves transportation of an 11’6″ x 16’ pre-fabricated concrete structure to an existing site to replace the existing fiberglass structure containing radio equipment. New foundations and new grounding/electrical work will be required as well as site work associated with the new structure.
City of Hustonville – Water System Improvements Phase 2
City of Hustonville – Water System Improvements Phase 2
PROJECT DESCRIPTION: This project consists of approximately 12,100 LF of 8″ waterline, 2,600 LF of 6″ waterline, approximately 200 LF of bored and cased 8″ and 6″ waterline, 125 LF of open cut and cased 8″ waterline, 400 LF of free bore, reconnection of approximately 80 service connections, and all necessary water line fittings and appurtenances. This is a replacement and upgrading of existing facilities.
Sturgis Municipal Airport – Taxiway Rehabilitation Project
Sturgis Municipal Airport – Taxiway Rehabilitation Project
PROJECT DESCRIPTION:
Furnishing all labor, materials and equipment and performing all work necessary for Taxiway Rehabilitation Project at the Sturgis Municipal Airport
RFB-177-17 Testing and Balancing for MSU Student Services Facility ADUC
RFB-177-17 Testing and Balancing for MSU Student Services Facility ADUC
Project Manager Name: Marc Avery
Phone: (502) 782-0312 Email:
marc.avery@ky.gov
Estimate:
$ 49,000.00 Estimated Length of Project:
(Substantial Completion) + September 30, 2018 (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 Morehead State University.
RFB-167-17 Testing and Balancing for Post Secondary Center Madisonville
RFB-167-17 Testing and Balancing for Post Secondary Center Madisonville
Project Manager Name: David
Boggess Phone: (502) 782-0313
Email: David.Boggess@ky.gov
Estimate:
$ 26,000.00 Estimated Length of Project:
October 17, 2017 (Substantial Completion) + November, 16, 2017 (Final Completion)
Scope of work for the TAB (Testing Adjusting and Balancing) Agency consists of furnishing all required materials, tools, instruments, coordination, participation and labor to perform and complete the TAB services per the Project plans and specifications for the above referenced Building Project.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty St., Louisville, Kentucky 40203 for the construction of a Property Service Connection at 231 Kennedy Ave. , Contract No. 2017-004, Budget ID No. NA, will be received at the office of MSD until 10:00 am, Local Time, Tuesday March 7, 2017, and will be publicly opened and read at that place and time.
Description and location of Project: Install approximately 75 LF of 6″ PVC with 2 two way clean outs, 2 fittings, concrete driveway replacement and all appurtanances.
All work shall be done in accordance to MSD’s Standard Specifications.
There will be a mandatory pre-bid meeting held for this project. at 231 Kennedy Ave on Tuesday, February 28, 2017 at 1:00PM local time
The Engineer’s Construction Cost Estimate for this project is between $20,000.00 to $49,900.00.
The bid documents will be available on, Monday February 20, 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 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 least15.0% 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, Mr. Steven Leong .
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
PREVAILING WAGE CONTRACT: NO
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
LFUCG – LFD Facilities Maintenance Building Phase II – REBID
LFUCG – LFD Facilities Maintenance Building Phase II – REBID
Please Note: Addendum 02 has changed the Bid Date
PROJECT DESCRIPTION:
Consisting of the construction and/or furnishing of items for the LFD Facilities
Maintenance Building Phase II, 221 E Second Street, Lexington-Fayette County, Kentucky.
The project consists of reorganization and renovation of the existing laboratory spaces within the Central Laboratory in Frankfort, Kentucky. Seven areas are affected within the existing facility. Existing laboratory spaces are to be reconfigured and existing laboratory cabinetry shall be removed and reinstalled in configurations to meet laboratory needs. New plumbing, electrical and mechanical shall be provided to meet the requirements of each lab space. Interior finishes shall be upgraded to suit the needs of each space.
LFUCG – Town Branch Waste Water Treatment Plant – Door Replacement
LFUCG – Town Branch Waste Water Treatment Plant – Door Replacement
PROJECT DESCRIPTION:
The project consists of selective door replacement/ upgrades to multiple buildings on a single campus. Some selected doors will receive new hardware upgrades onto an existing door. Other selected doors will be replaced with new door, frame, and hardware.
Description and location of Project: This unit base construction order for the paved ditch and pipe installation along the rear property line of the 3800 block of Brody Lane, in Metro Council District 11.
CCK-2202-17 Leader Avenue Domestic Water RB2-2425.3
CCK-2202-17 Leader Avenue Domestic Water RB2-2425.3
Please Note: Addendum 1 has changed the Pre-Bid Date
PROJECT DESCRIPTION:
The project includes the installation of new fire and domestic water service for two existing buildings. Currently served from the old Leader Ave to the north, these services will be eliminated and replaced with new services from Gazette Ave to the south. The entry points of services into the buildings will remain the same. Coordination with Kentucky American Water Company (KAWC) will be required as they provide a new tap from Gazette, however, the University will pay KAWC directly for their work. In addition to piping and valves, the contractor shall provide and install meter vaults, post indicator valves, fire department connections, fire hydrant assemblies, pipe hangers to hang pipe off of the northern building foundation and heat trace system for pipes on the northern face of the buildings. Demolition and restoration of asphalt pavement, concrete sidewalks, curb/gutter, paver walks, site furnishings, trees, shrubs, ground covers and lawns as necessary to perform water line work is also included. Erosion control during construction is also required.
CCK-2201-17 Research Building #2 – Construct Spline Utilities – BP#6-2425.0
CCK-2201-17 Research Building #2 – Construct Spline Utilities – BP#6-2425.0
Please Note: Addendum 02 has changed the Bid Date
PROJECT DESCRIPTION: Utility Spline Project (Bid Package #6) consists of an installation of a redundant chilled water supply and return lines; in addition to, a high pressure steam vault. All lines are buried underground running the distance from the Central Utility Plan (C.U.P) and meeting the utility loop on the east side of South Lime Stone. This project includes addition of a 2500 ton chiller, generator, and utility bridge-way. Additionally, there will be complete demolition of one set of University of Kentucky Apartments. A list of trade contracts for this work is listed below.
Description and location of Project: This unit based construction order is for the paved ditch installation along the rear properties along Ashbrooke Gardens Drive, in Metro Council District 13.
City of Lawrenceburg – Phase 4 – Alton Vacuum Sewer System Replacement
City of Lawrenceburg – Phase 4 – Alton Vacuum Sewer System Replacement
PROJECT DESCRIPTION:
This project consists of replacing an existing failed vacuum sewer system with a
conventional gravity and a low pressure sewer system. There will be approximately
9,800’ of 8” PVC Gravity Sewer Line, 100 Residential Gravity Sewer Reconnects
(Includes Church), 2,700’ of 6” PVC Gravity Sewer Service Line, 48 Manholes, 60’ of 4”
PVC Force Main, 3,250’ of 3” PVC Force Main, 11,250’ of 2” PVC Force Main, 11,000’ of
1.5” PVC Force Main, 101 Residential Simplex Grinder Stations and 1 Lift Station.
Lewis County Central Elementary School – Early Site Package
Lewis County Central Elementary School – Early Site Package
PROJECT DESCRIPTION:
The Lewis Co. New Central Elementary School project will be bid and constructed utilizing the Construction Management Agency form of construction contract delivery. Trace Creek Construction will
be the Construction Manager for the project under direct contract with the Lewis County Board of Education. The early site package is generally described as the demolition of existing structures / improvements and grading associated with the building pad for the future location of the new elementary school.
The following Individual Bid Packages will be accepted:
Individual Trade Bid Packages Listing: BID PACKAGE NO. 01 – Site Development
The work consists of the following items:
Provide demolition of HVAC equipment and new HVAC equipment and required accessories on the first floor of the Southeast campus building.
Replacing hail damaged HVAC equipment as required on the Southeast, Main and Downtown Campuses.
Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of Clifton Heights Force Main Extension Contract No. 15851 , Budget ID No. H09123, Drawing Record No. / Sheet No. 1-7, 9-41, and 43-47, will be received at the office of MSD until 10:00 AM, Local Time, Thursday March 9, 2017, and will be publicly opened and read at that place and time.
Description and location of Project: Installation of approximately 3,600 linear feet of 20-inch force main sewer pipe, two (2) manhole structures, Modification of CSO 088, Modification of CSO 131, and all other appurtenant work. This project is generally located along Mellwood Ave, Brownsboro Road, Story Avenue, and Cabel Street and flood levee.
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 pre-bid meeting will be held at 11:00 AM on Tuesday February 21, 2017 at the MSD Main Office.
The Engineer’s Construction Cost Estimate for this project is between $ 2,500,000.00 to $ 4,000,000.00.
The bid documents will be available on, Monday, February 13, 2017, 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, P.E. 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, P.E.
MSD Interim Supplier Diversity Policy and Guidelines for this project is as follows:
15% MBE and 6% WBE participation is required for this project.
PREVAILING WAGE CONTRACT: No
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.
Town of Clarksville – Lombardy Drive Improvements and Traffic Signal at Sam Gwin Drive Project
Town of Clarksville – Lombardy Drive Improvements and Traffic Signal at Sam Gwin Drive Project
PROJECT DESCRIPTION:
This project includes widening of approximately 1,000 feet of Lombardy Drive from Veterans Parkway to Dave Pulliam Drive, the addition of a right turn lane from Veterans Parkway to Lombardy Drive and a connection between Turpin Drive and Hastings Drive. The project will also include two new traffic signals, one at the intersection of Lombardy Drive and Veterans Parkway and the other at the intersection of Sam Gwin Drive and Veterans Parkway. The project includes curb & gutters, sidewalk, storm sewers and all other items necessary for construction of a complete project.
An Excel Spreadsheet of the revised bid form (referenced in Addendum 01) is available for download. Click Here To Download
The Work consists of a new hangar building including a base bid of 3,316 square feet and an additive alternate of one bay containing 1,045 square feet. The Work includes site development and the extension and connection of all utilities. The building is a rigid frame pre-engineered metal building. Included in the work is a 40’ wide x 12’ rolling hangar door. There will be a men’s and women’s restroom and a closet that will be constructed with metal framing and drywall.
Fire Protection: A new underground fire protection water service is to be extended to the facility and wet sprinkler system installed.
HVAC system: Shall be a heated and ventilated facility, no cooling. All heating in the hangar area will be provided by gas fired radiant tube heaters. Heating in the rest rooms will be provided by electric resistance unit heaters.
Plumbing: Consists of two bathrooms with 3 water closets, 2 lavatories, and a mop sink located in a janitor’s closet. Floor drains are located in the rest rooms and hangar area.
Electric: A new 120/208 volt three phase 4 wire wye 800 ampere electric service panelboard will be installed. This service will be fed by a new 15kv primary underground and 225 KVA pad mounted transformer.
Lighting will be hi bay LED with several emergency battery paks used for emergency lighting. Branch circuits for owner supplied equipment (welders, magnaflux machine) and HVAC equipment are included. Wiring devices will be located throughout the facility.
Exterior lighting is comprised of LED wall paks with emergency lighting capability.
City of Frankfort – Frankfort West Main Street Two Way Conversion
City of Frankfort – Frankfort West Main Street Two Way Conversion
PROJECT DESCRIPTION:
The scope of work for this project shall consist of removing the existing curb, sidewalk and ramp at various locations along West Main Street at the Wilkinson Street, Washington Street, St. Clair Street and Ann Street intersections and other identified intersections. The contractor will be responsible for constructing new curb, sidewalk and ADA compliant ramps, installing new pavement and drainage structures as well as repairing any damaged pavement. For the duration of the project the contractor shall maintain pedestrian traffic on existing sidewalks and maintain access to all buildings at all times. The contractor shall install all traffic control devices, signs and pavement markings.