Louisville Water Company is requesting Bids for the furnish and install of 60 LF of eight (8) inch PC350 Ductile Iron water main, install one (1) fire hydrant, and furnish and install one (1) master meter vault and vault contents, demolish existing master meter vault, all of the above made ready for use in accordance and compliance with the Contract Documents. Pipe and Pipe appurtenances will be supplied by Louisville Water Company.
A pre-bid meeting to discuss the Project and to tour the work site will be held on November 13, 2018 at 2:00 p.m. EST/EDT. at The John Huber Building, 550 South 3rd Street, Louisville, KY 40202. Attendance at this meeting is strongly recommended.
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, Terri Conner, email at tconner@lwcky.com.
The Company’s Project Manager’s estimate for the Contract plus Company supplied materials for this Project is $250,001 – $500,000. 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 Heavy Construction – Underground Vault/Pressure Reducing Valves. For information about pre-qualification, contact the Buyer listed above.
Bid Documents 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.
18-113 / Springhill Road Area Water Main Replacement Project
18-113 / Springhill Road Area Water Main Replacement Project
Louisville Water Company is requesting Bids for the installation of 6,400 +/- linear feet of six (6)-inch DR-18 C900 PVC water main
(using traditional trench installation techniques). Also included with the project is the installation of 11 fire hydrants and the transfer,
renewal, relocation or discontinue of 175 +/- customer services.
Louisville Water Company is requesting Bids for Installation of 230 +/- linear feet of 4-inch DR-18 C900 PVC water main (using traditional trench installation techniques), the installation of 2,200 +/- linear feet of 6-inch DR-18 C900 PVC water main (using traditional trench installation techniques), and the installation of 3,350 +/- linear feet of 8-inch DR-18 C900 PVC water main (using traditional trench installation techniques). Also included with the project is the installation of 6 fire hydrants and the transfer, renewal, relocation or discontinue of 150 +/- customer services.
LFUCG – West Hickman South Trail Project – 154-2018
LFUCG – West Hickman South Trail Project – 154-2018
Please Note: Addendum 01 has changed the Bid Date
Consisting of the construction and/or furnishing of items as listed in the Bid Schedule, plus incidentals necessary to complete the work. The work entails the construction of approximately 3500 LF of a 12 foot wide paved shared use path, a prefabricated truss bridge, low water crossings, rehabilitation/repair of an existing prefabricated bridge, and landscaping features.
LFUCG – Baker Court Pump Station Replacement – 150-2018
LFUCG – Baker Court Pump Station Replacement – 150-2018
The project includes providing all construction supervision, labor, materials, tools, test equipment
necessary for The Baker Court Pump Station Replacement.
Ashland Independent Board of Education – Paul Blazer High School Building 5 Reroof
Ashland Independent Board of Education – Paul Blazer High School Building 5 Reroof
The project consists of the demolition of the existing roof for
Paul G. Blazer High School’s Building 5’s gravel surfaced built-up roof, its
existing insulation, perimeter fascia, drip edges, and any wood blocking, down
to the existing lightweight concrete structure and bulb “T ’s”, and then re-roofing
with an architectural standing seam metal roof, with stand-off clips, on 4 1/2” of
rigid insulation as specified and mechanically fastened down and through to the
existing lightweight concrete deck.
CCK-2372-19 AG Science Center North – Rooms S306, S308, S308A, & S310 Renovation Project
CCK-2372-19 AG Science Center North – Rooms S306, S308, S308A, & S310 Renovation Project
This is Phase 3 of the lab renovation of rooms S304-S314 in the AG North Science Building. This project covers rooms S306, S308, S308A, & S310. These lab spaces will be updated. Rooms S308 & S310 will be converted into one large lab area.
Upgrades include new casework, new floors, new ceiling, new
lighting, updated HVAC, and upgraded utilities.
Greenup County Environmental Commission – Russell Overpass 16″ Force Main Relocation
Greenup County Environmental Commission – Russell Overpass 16″ Force Main Relocation
The major components of the Russell Overpass 16″ Force Main Relocation
project include approximately 825 LF of 16″ HDPE DR9 Force Main, 740 LF of
open cut 24″ Steel Casing Pipe, 75 LF of Bored Encasement for 16″ HDPE, 4 ea.
16″ x 16″ Butt Fusion Weld or MJ Sleeve Tie-Ins, 1 ea. 16″ Plug Valve, 1 ea. 4″ x
20 LF DR9 HDPE Stub-Out w/Plug Valve and Cap, 2 ea. Air Release valves and
vaults, 50 CY of Flowable Fill, and appurtenances.
RFB-120-19 Roger Cornett Slide Paving Repair AMLRP
RFB-120-19 Roger Cornett Slide Paving Repair AMLRP
Estimate:
$ 48,750.00
Estimated Length of Project:
(Substantial Completion) + 30 Calendar Days (Final Completion)
To access the site, from KY 15 take KY 7 towards Viper. Travel approx. 11 miles and turn right onto KY 699. Travel approx. 9 miles to Clover Fork Road. It will be on the left. The project consists of repaving Clover Fork Road that was damaged either from the high priority slide or reclamation efforts of the slide. Repaving of this site was deleted from the original contract due to availability of bituminous. Approximately 1586 linear feet of Clover Fork Rd. is to be repaved. Preparation of the roadbed is expected. Additionally, roadway stone has been added if needed to facilitate any unforeseen areas not normally covered in the incidentals. Any waste generated will be placed on site or hauled to an approved waste area acceptable to the Engineer in the field. No trees will be disturbed and other vegetation disturbance will be nominal with these construction efforts. The Engineer’s estimate for this project is $48,750.00
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.
Louisville Metro Government is soliciting this Request for Qualifications for General Contractors
to provide new installations, repairs, maintenance and small scope renovations in and on
various properties owned, operated, or controlled by Metro. Metro Government will select top
ranking proposers for execution of a Professional Service Contract for the work contemplated
to be performed.
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 11/29/18 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).
City of Richmond – Fountain / Garden Square Project
City of Richmond – Fountain / Garden Square Project
The scope of work includes landscaping, construction of sidewalk, fountain,
arbors, pavilion, electrical and storm utilities, and temporary erosion control as described
in the full summary of work and shown on the attachments. The project is located along
Main Street, from 1st Street to 3rd Street, and along N 1st Street, from Main Street to
Irvine Street.
This Work includes selective demolition of various components of the existing weigh station office building. The existing static scale will remain. All plumbing fixtures will be removed, water supplies and waste lines will be reused, replace stop valves on supplies. Remove all casework in 101 Break and 109 Enforcement. All doors and frames to be removed. All existing vinyl tile flooring will be removed to the existing slab. Existing slab to be patched as needed with two-part catalyzed concrete patching compound so establish an acceptable substrate for new LVT or porcelain tile flooring. Remove all existing windows and aluminum storefront system including all glazing. Remove existing asphalt shingle roof membrane to wood deck. Remove all roof vents and power vents, patch wood deck as needed. Remove existing metal fascia, metal soffit, gutters, and downspouts. Existing downspout boots and below grade drainage system to be reused, verify system freely drains to daylight. Remove existing acoustic ceiling system and grid, remove existing gypsum board ceiling in 109 Enforcement. Demolish existing exterior wall as shown on Demolition Plan to allow a new exterior door (Door 09) to be installed. Remove existing batt insultation in attic truss space. Install new R-38 blown-in fiberglass insulation. Replace existing insulation baffles at eaves. Install new acoustic ceiling tiles and grid. Install new LVT flooring throughout building, install new porcelain floor tile in Public and Private restrooms. Install new casework in 101 Break and 109 Enforcement (including new kitchen sink and faucet at Kitchenette). Install new doors (flush wood or hollow metal) and hollow metal frames per Schedule. Install new aluminum framed storefront system in 109 Enforcement and at existing punched openings throughout building, coordinate with drawings. Paint all interior gypsum board walls. Paint exterior steel lintels over doors and windows. Paint existing exterior antenna tower. Install new plumbing fixtures and accessories in 106 Private and 107 Private. Remove existing drinking fountain and replace with new dual height fixture. Existing water heater and HVAC system to remain. Clean interior of all duct work using vibratory cleaning method. Provide new steel shelving in 101 Break. Remove all existing lighting and switches, install new lighting and switches per drawings and specifications. Fill inspection pit at Inspection Barn (Pole Barn) by two riser heights of existing stairs with concrete fill. Extend existing pit drain up to new height and slope new concrete to drain. Replace lighting in Inspection Barn and Inspection Pit. Replace all mild steel column shoes (30 total, field verify) with new stainless steel shoes. Replace damaged railing and retaining wall at northeast corner
of vehicular circulation area. Refer to drawings and specifications for additional information and details.
City of Frankfort Sewer Department – Holly Hills and Meadowview Sanitary Sewer Rehabilitation Project
City of Frankfort Sewer Department – Holly Hills and Meadowview Sanitary Sewer Rehabilitation Project
Mobilize (and demobilize at the end of the project) to the project site providing all traffic control, and any erosion/sedimentation control measures, all sewage pumping around work areas, to complete the project to rehabilitate the Holly Hills and Meadowview domestic sewer system. The project includes: removal and replacement of 215 LF of 8-inch diameter gravity sewer; 220 LF of
8-inch diameter external point repairs, and 78 LF of 12-inch diameter external point repairs; 8 external manhole connection point repairs and one 12-inch external manhole connection point
repair; 5,300 LF of 8-inch CIPP pipeline rehabilitation and 460 LF of 12-inch CIPP pipeline rehabilitation; 5 LF of CIPP segmental pipeline rehabilitation; re-instate 92 existing sewer laterals;
replace 38 lateral 8-inch and one 12-inch sewer connections; repair 19 manhole connections; preform 550 LF of street cut and repair; and match 50 LF each of sidewalk and or curb and gutter.
The bid also includes contingency items to: clean 400 LF of 8-inch sewer and 400 LF of 12-inch sewer; televise 400LF of 8-inch and 12-inch sewer; provide and provide rehabilitation for 400 LF
of 8-inch sewer and 12-inch sewer utilizing the CIPP specified for the project; provide pricing for
25 CY of concrete and 25 CY of select fill that will be used to negotiate additional work if required. Finally, all final grading, seeding, clean up to leave the work sites satisfactory to the engineer
during final inspection. Special note is made concerning payment and delivery of the required reports following the installation of the CIPP, etc.
Limited scope shell stabilization of an historic structure on the campus of Mustard Seed
Hill in Millersburg Kentucky. The renovation scope shall include, selective demolition,
foundation replacement, wood framing, masonry veneer, insulation, window
reconditioning, and painting.
Tech Building ‘A’ – Roof ‘2’ Replacement:
This consists of roof replacement and masonry work.
1) Remove existing roof membrane system down to existing tectum roof deck. Repair roof deck as required, per Unit Prices. Mechanically fastened base sheet and mop two (2) layer of 2.2″ ridged roof insulation and 1-layer of 0.5″ coverboard in hot asphalt, staggering all thermal joints. Mop the base ply of the 2-Ply SBS Modified Bituminous Membrane Roofing system in hot asphalt and install the cap sheet in a cold membrane adhesive. Provide crickets where indicated.
2) Provide new metal components; e.g. metal counter flashings, roof drain leads, plumbing vent flashings, edge metal, headwall flashings, etc.
3) Masonry work: includes brick repair, repointing and application of water repellents, full height, all four (4) walls.
4) Mechanical/Electrical work: Remove existing rooftop units as noted and raise existing units that are to remain.
Tech Building ‘B’ – Roof Replacement:
This consists of roof replacement.
1) Remove existing roof membrane system down to existing roof deck. Install 2-Ply SBS Modified Bituminous Membrane Roofing system over ridged layer insulation, tapered insulation where indicated, cover board insulation. Install new sheet metal components (i.e. copings, flashings, scuppers, gutters, etc.). Provide crickets where indicated.