Similar Projects
Scattered Site Bathroom Renovations
Renovation
Design
$200,000 CJ est. value
Louisville, KY 40272

Caldwell County Schools - Security Vestibules
Renovation
Bidding
$7,000,000 CJ est. value
Princeton, KY 42445

2023 Annual Bid - Concrete
Term Contract
Sub-Bidding
Burlington, KY 41005

2023 Annual Bid - Concrete Retaining Wall Block
Term Contract
Sub-Bidding
Burlington, KY 41005

Annual Concrete Maintenance
Alteration
Post-Bid
Bellevue, KY

Jet-A Installation
Infrastructure
Post-Bid
Hartford, KY 42347

Ready-Mixed Concrete
Infrastructure
Results
Owensboro, KY

Resurfacing and Pavement Repair on Banklick Road- Phase 1
Infrastructure
Results
$238,000 est. value
Wilder, KY 41076

Gymnasium Entryway Replacement
Alteration
Post-Bid
Simpsonville, KY

Second Street Streetscape
Infrastructure, Alteration
Results
Pikeville, KY 41501

Concrete
Term Contract
Post-Bid
Owensboro, KY

Renovation to the Robert Cherry Civic Cener
Renovation - 9,300 SF
Results
$1,365,799 CJ est. value
Paducah, KY 42001

Ready Mix Concrete
Alteration
Post-Bid
KY

Corridor Improvements Phase 2 - Shive Lane
Infrastructure
Results
Bowling Green, KY 42128

Synthetic Turf Fields
Infrastructure
Post-Bid
Barbourville, Corbin, KY 40701

Last Updated 05/05/2023 11:06 AM
Project Title

Residential Sound Insulation Program

Physical Address View project details and contacts
City, State (County) Louisville, KY 40209   (Jefferson County)
Category(s) Single Trades
Sub-Category(s) Concrete
Contracting Method Competitive Bids
Project Status Bidding, Construction start expected May 2023
Bids Due View project details and contacts
Estimated Value $210,000 [brand] Estimate
Plans Available from Copy Center
Owner View project details and contacts
Architect View project details and contacts
Description

This project consists of: Contracting for alterations and modifications to existing privately owned and occupied residences of various types and sizes in the City of Louisville. Acoustical treatments will be added to Thirty-Four (34) dwellings to achieve an interior reduction of noise from aircraft. The work includes, but is not limited to, the replacement of existing windows, doors, mechanical and electrical modifications and related items required as part of the work. The Contractor is allotted six (6) working days for single-family residences with doors & windows only, nine (9) working days for single-family residences with doors & windows & HVAC and fifteen (15) working days for multi-family residences for contract work from commencement of scheduled physical construction of each individual dwelling. Contractor is allowed five (5) additional calendar days to complete Asbestos Containing Materials (ACMs) removal for each home requiring such work. ACMs removal work shall be completed prior to commencement of construction. The Contractor shall complete the contract within Two Hundred Fifty (295) calendar days from receipt of written Preliminary Notice to Proceed (P/NTP) by the Authority. Any questions from the prospective Bidders will be accepted in writing until noon, Thursday, April 6, 2023. After this date no questions will be answered. Questions submitted should be directed to Robert Slattery. All questions must be put on the Bid Question Form (See Attachment #7). please contact Lynn Imaging, the administrator of website, at 800-888-0693 or email support@lynnimaging.com in order to submit your bid electronically to set up an account. All documents required for the bid submission must be submitted separately. No contract will be awarded unless and until the Federal Aviation Administration approves and awards an Airport Improvement Program grant for this Project and concurs with the Authority's recommendation for the award. Contractors at every tier must comply with all applicable federal requirements, including but not limited to: the Buy American Preference, Foreign Trade Restriction, Davis Bacon Act, Affirmative Action Requirement, Governmentwide Debarment and Suspension, Governmentwide Requirements for Drug-Free Workplace. The proposed Contract is under and subject to Executive Order 11246 of 24 September 1965 and its subsequent revisions. Bidders will be required to comply with the affirmative action plan for Equal Employment Opportunity prescribed by the Office of Federal Contract Compliance (OFCC), United States Department of Labor in Chapter 60, Regulations of the Secretary of Labor (41 C.F.R Chapter 60), or by other relevant orders of that office. The Authority reserves the right to waive any informality in any Bid or Bid Guaranty, to reject any and all Bids and to negotiate with any Bidder to such extent as may be necessary. All prospective Bidders are invited and encouraged to attend this conference. The Authority has a No Contact Policy which prohibits communication or contact by Bidders(s) or its representative(s) directed at members of the Authority's Board, its employees, its consultants, or its other representatives concerning the subject of the Bid Documents except as permitted by the Bid Documents. The Authority will encourage the successful Bidder to enter into, and will assist the successful Bidder in securing, a project agreement, or other agreement, to reduce the risk of work stoppages or other labor related delays during the term of the Project. The Authority will encourage the successful Bidder to employ local labor for all but supervisory personnel for the Project. 71599

Details

Division 03 - Concrete, Cast-in-Place Concrete.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents