Housing Authority of Springfield – Community Building Renovations

Housing Authority of Springfield – Community Building Renovations

The work to be performed consists of: Community Building Renovations at site KY056-02 (Hilltop)

Interior Renovations
 Lighting Replacement
 Finishing (Flooring, Paint)
 Plumbing Replacement
 HVAC Replacement
 Window Replacement
 Door Replacement
 Cabinetry Replacement

Exterior Renovations
 Roofing Replacement
 Replace concrete stoop/walk/ramp

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.

Project Location: Springfield, Kentucky

More Details

Lee County Fiscal Court – Beattyville Housing – Crystal Creek Subdivision – Phase 4

Lee County Fiscal Court – Beattyville Housing – Crystal Creek Subdivision – Phase 4

The proposed project will create affordable housing for many families in
Beattyville, KY. A two-way road will be built, as well as the installation of water
and sewer lines for the proposed development.

Contract 1 – Installation of curb & gutter, water lines, sewer lines, storm drainage, and
appurtenances.

Contract 2 – Installation of a 20’ wide asphalt road.

Project Location: Beattyville, Kentucky

More Details

Franklin County Schools – Franklin County High School & Western Hills High School Athletic Improvements

Franklin County Schools – Franklin County High School & Western Hills High School Athletic Improvements

The work includes new track field events at Western Hills High School, this includes site work, concrete,
running track surface, and track event accessories. It also includes a prefabricated concession stand
building at Franklin County High School which includes utility work, concrete slab, concrete paving, and
construction, delivery and setting of the prefabricated concession building.

Project Location: Frankfort, Kentucky

More Details

City of Booneville/Partnership Housing – Fish Creek Loop Subdivision – Phase 3

City of Booneville/Partnership Housing – Fish Creek Loop Subdivision – Phase 3

Contract 4 (curb, gutter & sidewalk) rebidding 3-10-22

The proposed project will create affordable housing for many families in Booneville, KY. A road for three duplexes’ will be built. Water, sewer, electric and fiber lines will be installed, as well as sidewalk, curb and gutter, and pavement for the proposed development.

Contract 4 – Curb & Gutter and Sidewalk – Installation of curb & gutter and sidewalk

Project Location: Booneville, Kentucky

More Details

RFB-141-22 -OAK Cottage 107 HVAC System Replacement

RFB-141-22 -OAK Cottage 107 HVAC System Replacement

Estimate:
$103,824.00

Estimated Length of Project:
180 (Substantial Completion) + 30 (Final Completion)

Project will replace dual deck dx cooling coil and outdoor condensing unit with new. Trane equipment is to be used so that new equipment will match to existing air handling unit. Existing condensing unit and coil will be removed by contractor. New condensing unit will be mounted on pad outside existing pit and protected by fencing. Building will be occupied during construction.

Project Location: Somerset

More Details

RFB-138-22 Pfeiffer Office Remodel

RFB-138-22 Pfeiffer Office Remodel

Estimate:
$349,220.00
Estimated Length of Project:
180 (Substantial Completion) + 30 (Final Completion)

The project consists selective demolition and subsequent renovation of an existing Office Building identified as the Pfeiffer Office Building located at 1375 Indian Gap Road, Frankfort, Franklin County, KY. Work includes removal of existing windows, removal and preservation of existing overhead doors, demolition of existing exterior doors, removal of existing wood frame and masonry partitions, removal of existing interior architectural finishes, doors, frames & hardware. Mechanical and electrical demolition includes removal of existing supply and waste piping, gas and pneumatic air piping, furnace, unit heaters, ductwork, registers and diffusers. Electrical demolition includes removal and disposal of existing electric panel, light fixtures, wiring, switches and receptacles. Removal and replacement of office furnishings, other than fixed improvements called out to be removed are NOT part of the work. Concrete floor slabs are to be cut and removed as required to accommodate installation of under-slab piping. All demolition debris except those improvements called out to be preserved is to be removed and properly disposed of offsite.
New work to be performed includes installation of new vinyl windows and metal clad entry doors, new wood framing with fiber cement exterior siding and composite trim. Interior improvements include patching and repair of concrete slabs, installation of one new toilet room and upgrading of an existing locker / toilet room including fixtures and finishes; erection of new wood stud and gypsum board partitions, new hollow core wood doors and frames including new door hardware, stained concrete and epoxy floor finishes, new toilet partition and plastic laminate casework. Mechanical improvements include new dual fuel heating system, new thru-wall units, realigning or replacing existing ductwork and adding new ductwork, registers and diffusers. Plumbing improvements include installation of new supply and waste piping, water heater, service sink and plumbing fixtures. Piping and ductwork is to be insulated where called out. Electrical work includes new electric panel, new circuitry, lighting, new data cabling, conduit, fixtures and trim.
In addition, the User Agency will secure and locate a temporary office trailer adjacent to the work site. As part of the work, the contractor will connect and maintain electric service to that facility.

Project Location: Frankfort

More Details

RFB-142-22 Governor’s Mansion Fence

RFB-142-22 Governor’s Mansion Fence

Estimated Length of Project:
90 (Substantial Completion) + 30 (Final Completion)

The southern end of the perimeter fence at the Governor’s Mansion is currently 4’-0″ height, whereas the northern and western fence was recently increased to 6’-0″ height. This project will replace the 4’-0″ fence with new 6’-0″ fence to match the rest of the 6’-0″ fence. This portion of the perimeter is approximately 276 linear feet of fence, including several gates. Some of the gates will be automated using existing actuators, which will be connected by Others. State seals, in the form of bronze plaques, will be included on the double gates toward Capital Avenue as a Bid Alternate.

Project Location: Frankfort

More Details

City of Jeffersontown – Veteran’s Memorial Park Phase II: BP2 Performance Pavilion – REBID

City of Jeffersontown – Veteran’s Memorial Park Phase II: BP2 Performance Pavilion – REBID

Project Overview: The City of Jeffersontown has developed plans for the development of the Veteran’s
Memorial Park: Phase Two. The park site includes a 7.5-acre area and extends west from Ruckriegal
Parkway through the former Water Treatment site to Chenoweth Run. Full construction of the park is
being completed in multiple bid packages. This bid package is the second bid set.

Base Bid: New single-story Amphitheater and Event space facility. Building contains open air, concrete
stage with metal roof; backstage dressing rooms; multipurpose event room; catering prep area;
restrooms and support spaces. Structure is steel and masonry-bearing, with steel roof beams and open
web joists, supported by shallow, spread footings with a concrete slab-on-grade. Roofing is TPO
membrane and standing seam metal with metal fascia over metal roof decking and tapered insulation.
Exterior facades are a combination of decorative concrete masonry veneer and rain-screen panels over
concrete block or light gauge metal framing with insulated cavities. Openings include aluminum
storefront and entrances, aluminum windows and curtainwall, and hollow metal doors and frames.
Interior finishes include gypsum board partitions, acoustical and wood slat ceilings, carpet, LVT, wall
covering and paint. Scope includes specialized theatrical rigging, lighting and AV systems, along with
new plumbing, HVAC, electrical, and fire protection equipment and fixtures.

Project Location: Jeffersontown, Kentucky

More Details

City of Jeffersontown – Veteran’s Memorial Park Phase II: BP3 Restrooms – REBID

City of Jeffersontown – Veteran’s Memorial Park Phase II: BP3 Restrooms – REBID

Project Overview: The City of Jeffersontown has developed plans for the development of the Veteran’s
Memorial Park: Phase Two. The park site includes a 7.5-acre area and extends east from Ruckriegal
Parkway through the former Water Treatment site to Chenoweth Run. Full construction of the park is
being completed in multiple bid packages. This bid package is the third bid set.

Base Bid: Plans call for the existing single-story masonry structure to be repurposed for use as a public
restroom building. Repurposed building will contain multiple, individual restrooms, concession area, and
mechanical room. Existing exterior brick veneer over concrete block bearing walls and hollow core
concrete roof panels to remain. Existing concrete slab to be partially removed and replaced with new
concrete slab on grade. Existing built-up roofing to be replaced with new TPO membrane over tapered
insulation and includes a metal canopy. Exterior facades are a combination of new rain-screen panels
and painted existing brick. New interior partitions are concrete block. Interior surfaces are painted.
Scope includes new plumbing, ventilation, and electrical equipment and fixtures.

Project Location: Jeffersontown, Kentucky

More Details

Lexington Housing Authority – Race on Third – Six Townhomes Project

Lexington Housing Authority – Race on Third – Six Townhomes Project

The Work consists of (6) two bedroom townhouse apartments, five identical in plan with 1,302
square feet. The sixth townhouse apartment is a two bedroom plan with 1,348 square feet. Total
area of the Project is 7,858 square feet.

Project Location: Lexington, Kentucky

More Details

Park DuValle Trap Basin Rehab Project

Park DuValle Trap Basin Rehab Project

Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the Park DuValle Trap Basin Rehab Project Contract No. 2022-022, Budget ID No. H22003, Drawing Record No. / Sheet No. N/A, will be received at the office of MSD until 10:00 a.m., Local Time, March 1, 2022, and will be publicly opened and read at that place and time. The public may attend the bid opening via teleconference call.

Description and location of Project: This project is to rehab or replace existing catch basins within Park DuValle. 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 $75,000.00 and $125,000.00.

The bid documents will be available on February 7, 2022, 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 Barry Pickett at Barry.Pickett@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, David W. Johnson, P.E.

MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:

If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms).

All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer, Barry Pickett at Barry.Pickett@louisvillemsd.org. Due to the current Coronavirus (COVID-19) pandemic measures, MSD will be hosting a Teleconference call in the place of a face-to-face public opening. MSD will also post the As-Read Bid Summary as soon as available. To take part in the Bid Opening Teleconference Call, please call 502-654-8113 and enter code 940 748 977#.

MSD SUPPLIER DIVERSITY PROGRAM: Not Applicable

The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If applicable, the goals are as follows:

18.0% MBE – African American, 2.0% MBE – Asian-Indian American and

15.0% WBE – Caucasian Female participation respectively required for this project.

MSD BID DISCOUNT: Applicable

This MSD construction project is bid and advertised as: check applicable below

Construction Services: X
Construction-related Services:

LOCAL LABOR COMMITMENT PREFERENCE: No

COMMUNITY BENEFITS PROGRAM: 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.

MBE and WBE businesses are encouraged to bid on this project as a prime contractor.

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: LOUISVILLE

More Details

CC-346B-22 Wrather West KY Museum Renovation

CC-346B-22 Wrather West KY Museum Renovation

This project includes new finishes in the Auditorium, refurbished seating, replacement stage and window curtains. New finishes include new carpet, hardwood flooring and paint on walls and ceiling. New mechanical and electrical systems are to replace outdated systems.

Alternate 1 – Balcony: Remove old carpet/install new carpet

Alternate 2 – Auditorium Exit Doors – New Doors, Frames and Hardware
Alternate 3 – Install extension/new controls for Automatic Logic Control System.
Alternate 4 – New Controls (ABC); Remove Old/Install new
Alternate 5 – Auditorium: New Ceiling/Stage Lighting & Sound System

Project Location: Murray, Kentucky

More Details

LaRue County Board of Education – Roof Replacements

LaRue County Board of Education – Roof Replacements

This project scope replacement of coated foam roofing at LaRue County
Preschool/Central Office and Hodgenville Elementary School. Approximate roof area to be replaced:
40,000 square feet.

Project Location: Hodgenville, Kentucky

More Details

Estill County Board of Education – Estill County High School ARP ESSER Sanitary Line Replacement – February REBID

Estill County Board of Education – Estill County High School ARP ESSER Sanitary Line Replacement – February REBID

This project scope includes the replacement of the sanitary line at the existing
Estill County High School building. For the FEBRUARY REBID of this project, the scope
remains the same from the REBID of the project in January 2022.

Project Location: Irvine, Kentucky

More Details

Melco Basin Improvement Project

Melco Basin Improvement Project

Sealed Bids addressed to the Louisville and Jefferson County Metropolitan Sewer District, 700 West Liberty Street, Louisville, Kentucky 40203 for the construction of the Melco Basin Improvement Project Contract No. 2022-021, Budget ID No. F22127, Drawing Record No. 15830, Sheet No. 1-4, will be received at the office of MSD until 10:00 a.m., Local Time, February 24, 2022, and will be publicly opened and read at that place and time. The public may attend the bid opening via teleconference call.

Description and location of Project: This project is to improve the Melco Basin with a new paved ditch installation. 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 $1,000,000.00 and $1,500,000.00.

The bid documents will be available on, February 4, 2022, 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 Barry Pickett at Barry.Pickett@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, David W. Johnson, P.E.

MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $150,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective June 1, 2020, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:

If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms).

All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s Procurement Buyer, Barry Pickett at Barry.Pickett@louisvillemsd.org. Due to the current Coronavirus (COVID-19) pandemic measures, MSD will be hosting a Teleconference call in the place of a face-to-face public opening. MSD will also post the As-Read Bid Summary as soon as available. To take part in the Bid Opening Teleconference Call, please call 502-654-8113 and enter code 618 271 260#.

MSD SUPPLIER DIVERSITY PROGRAM: Applicable

The revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective June 1, 2020. If applicable, the goals are as follows:

18.0% MBE – African American, 2.0% MBE – Asian-Indian American and

15.0% WBE – Caucasian Female participation respectively required for this project.

MSD BID DISCOUNT: Not Applicable

This MSD construction project is bid and advertised as: check applicable below

Construction Services: X
Construction-related Services:

LOCAL LABOR COMMITMENT PREFERENCE: No

COMMUNITY BENEFITS PROGRAM: 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.

MBE and WBE businesses are encouraged to bid on this project as a prime contractor.

LOUISVILLE AND JEFFERSON COUNTY

METROPOLITAN SEWER DISTRICT

David Johnson, P.E.
Chief Engineer

Rene’ Lindsay, CPPO
One Water Chief Procurement Officer

Project Location: LOUISVILLE

More Details

22-03 / Northwestern Area Parkway Water Main Replacement

22-03 / Northwestern Area Parkway Water Main Replacement

Questions: Renee Fromme

Louisville Water Company is requesting Bids for the supply and install a total of 7,690+/- linear feet of distribution water main using traditional trench installation techniques, including 2,000+/- linear feet of 12-inch Pressure Class 350 ductile iron water main (includes 600′ tradition trench, 1400+/- LF of flowable encasement), 170 +/- LF of 12-inch Pressure Class 350 Restrained Joint ductile iron water main inserted through four (4) sections of 20″ steel casing pipe, 1070+/- linear feet of 12-inch DR-18 C900 PVC water main, 2,430+/- linear feet of 8-inch Pressure Class 350 ductile iron water main, 1,585+/- linear feet of 6-inch Pressure Class 350 ductile iron water main, 435+/- linear feet of 6-inch DR-18 C900 PVC water main, for sections of four (4) neighborhood streets located in Portland, west of Downtown Louisville area. Also included with the project is the transfer, renewal, relocation or discontinue of 181 +/- customer services, Fire Hydrant removal and installation, cut and plugs, restoration on and along Project Limits.

Questions or inquiries relating to this project must be submitted in writing via email at least seven (7) calendar days prior to the bid opening date. All questions and inquiries must be sent to the Buyer, Renee Fromme, email at rfromme@lwcky.com.

The Company’s Project Manager’s estimate for the Contract plus Company supplied materials for this Project is $1,000,001 – $3,000,000. If the Company’s Project Manager’s estimate for the Contract plus Company supplied materials exceeds $250,000: a Bid Bond is required. For this Contract, a Bid Bond is required.

Bids will only be accepted from Bidders who have been pre-qualified by the Company in the pre-qualification category or categories that apply to this Bid. This Bid requires prequalification in all of the following prequalification categories: 4” – 16” Ductile Iron Water Mains, AND 4” – 16” PVC Water Mains, AND 1” and smaller Water Services, AND 1.5” and Larger Water and Fire Services. Subcontractors doing Boring work must be prequalified in “12” – 36” Boring. For information about pre-qualification, contact the Buyer listed above.

The Company will award the Contract to the Bidder presenting a Bid that is responsive to the Specifications, is in substantial compliance with the Contract requirements, and presents the lowest and best price for performing the Work making up the base bid and or Bid that Company determines is in the Company’s best interest, which may not necessarily be the least expensive Bid.

Company Local Preference Program applies to this bid and resultant bid award.

Bid Documents except the Bid Table may be obtained from Lynn Imaging located at 11460 Bluegrass Pkwy, Louisville, KY 40299, (502) 499-8400 and www.lwckyplanroom.com. One copy of the Bid Documents (includes technical specifications and a full set of plans) will be available at no charge (not including shipping/delivery charges) to Contractors that are prequalified with Louisville Water Company in the category(ies) specified for this bid. For details regarding the charges that apply to non-prequalified contractors, go to www.lwckyplanroom.com. The Bid Table is available in Microsoft Excel via download from the designated portal on Louisville Water’s electronic bidding site at https://louisvillewater.bonfirehub.com/portal/.

Click Here for the List of Prequalified Bidders

Project Location: Louisville, Kentucky

More Details

CCK-2608-22 Medical Science Building 6th Floor Renovation

CCK-2608-22 Medical Science Building 6th Floor Renovation

This project will include the renovations of three existing laboratory units (MS668, MS672A/B and
MS676A/B) and a conference room.

Project Location: Lexington, Kentucky

More Details

RFB-136-22 THVC Dish Washer Upgrades

RFB-136-22 THVC Dish Washer Upgrades

Estimate:
$233,497.00
Estimated Length of Project:
120 (Substantial Completion) + 30 (Final Completion)

The goal of this project is to replace the dishwasher and provide dishwash room upgrades for the Thomson Hood Veterans Center. The dishwash room upgrades include a new stainless-steel sink with disposer, new dish sprayers, new hose reels and other associated equipment. Architecturally, the project includes a new ceiling, soffit face material, and wall finishes including stainless steel wall splashes, wall guards, and paint. Flooring is also addressed with an anti-slip coating added to the existing tile floor.

Project Location: Wilmore

More Details

RFB-134-22 Re-Ad of RFB-88-22

RFB-134-22 Re-Ad of RFB-88-22

Estimate:
$ 75,000.00
Estimated Length of Project:
120 (Substantial Completion) + 30 (Final Completion)

The Work includes selective replacement of storefront window system with new thermally broken storefront window system with insulating glazing. Various aluminum break metal fabrications at sills and post wraps will be included. Aluminum storefront entrance doors at south side of building will be replaced.

Project Location: Pineville

More Details

WKU-10309 Price Contract JOC Irrigation Contractor

WKU-10309 Price Contract JOC Irrigation Contractor

Bids are requested by Western Kentucky University, from eligible firms located within a 125-mile radius of Bowling Green, KY to establish price contracts for the furnishing of labor, materials, and services for a Job Order Contract for Irrigation Contractor on facilities utilized by Western Kentucky University. The Irrigation Contractor shall be capable of providing qualified and skilled tradesmen as may be required. All jobs are to include but are not limited to the Contractor acquiring any necessary permits, inspections, and Performance Bonds where required. For question regarding this bid, please select “Messages” tab in Unimarket to send a message to your WKU contact, Marci Morehead

Project Location: Bowling Green, Kentucky

More Details

LFUCG – Leestown Road FMC Culvert Replacement

LFUCG – Leestown Road FMC Culvert Replacement

The project includes providing all construction supervision, labor, materials, tools, test equipment
necessary for Leestown FMC Culvert Replacement, Lexington-Fayette County, Kentucky.

Project Location: Lexington, Kentucky

More Details

Jefferson County Public Schools – Ballard High School CTE Program Renovations

Jefferson County Public Schools – Ballard High School CTE Program Renovations

This project consists of construction of a renovation to an existing school.
The work consists of: concrete work, masonry, demolition,
mechanical, electrical, and plumbing work, and partition, flooring,
ceiling, and painting work.

The school renovation consists of approximately 2,173 s.f. Windows are
hollow metal units. Floor finishes include vct, epoxy, and ceramic tile.
Interior walls are cmu and/or metal studs with g.w.b. Wall finishes are
paint. Ceilings are suspended acoustical tile. Partial replacement of
HVAC, electrical and lighting, and sprinkler / plumbing renovations
is also included.

Project Location: Louisville, Kentucky

More Details

Jefferson County Public Schools – Doss High School Health Program Renovations

Jefferson County Public Schools – Doss High School Health Program Renovations

This project consists of construction of a renovation to an existing school.
The work consists of: concrete work, masonry, demolition,
mechanical, electrical, and plumbing work, and partition, flooring,
ceiling, and painting work.

The school renovation consists of approximately 4,437 s.f. Windows are
hollow metal units. Floor finishes include vct and ceramic tile.
Interior walls are cmu and/or metal studs with g.w.b. Wall finishes are
paint. Ceilings are suspended acoustical tile. Partial replacement of
HVAC, electrical and lighting, and sprinkler / plumbing renovations
is also included.

Project Location: Louisville, Kentucky

More Details

RFB-133-22 Thompson Hall Window Repairs

RFB-133-22 Thompson Hall Window Repairs

Estimate:
$289,169.00
Estimated Length of Project:
90 (Substantial Completion) + 30 (Final Completion)

The Schwendeman / Thompson complex is in need of complete joint sealant replacement as the joints are currently failing as identified in EOP’s DOCJT Facility Assessment report conducted March 22, 2019. All joints are to be cut out and completely replaced with silicon sealant and backer rod, locations including: Curtain wall perimeter seals, Louvers, shelf angle joints, pre-cast and masonry control and expansion joint etc. Building vertical expansion joint to be replaced with silicon coated preformed expanding cellular foam expansion joint system.

Project Location: Richmond

More Details

Boyd County Fiscal Court – Boyd County Animal Shelter

Boyd County Fiscal Court – Boyd County Animal Shelter

The Boyd County Animal Shelter project will be bid and constructed using the CM Agency method of procurement,
consisting of multiple bid packages. Successful bid package contractors would enter a contract directly with the
Boyd County Fiscal Court, whereby Trace Creek Construction, Inc. will be serving as the Owner’s agent.

The project is generally described as new construction of a single story, approximately 3,298 square feet, Animal
Shelter facility. Roughly 1,823 SF of the facility will contain the kennel area where there will be 25 individual
kennels, the remaining spaces of the building serve as a procedure room, office, storage, cat kennels, breakroom,
mechanical, restroom, and playroom space. The building will be constructed primarily of load-bearing concrete
masonry units with wood-framed trusses.

Project Location: Ashland, Kentucky

More Details