Louisville Water Company is requesting Bids for the installation of 1,180 +/- linear feet of 12-inch DR-18 C900 PVC water main (using traditional trench installation techniques), the installation of 1,345 +/- linear feet of 8-inch DR-18 C900 PVC water main (using traditional trench installation techniques), the installation of 2,165 +/- linear feet of 6-inch DR-18 C900 PVC water main (using traditional trench installation techniques), the installation of 1,200 +/- linear feet of 4-inch DR-18 C900 PVC water main (using traditional trench installation techniques), and the installation of 45 +/- linear feet of 8-inch Pressure Class 350 ductile iron water main (using traditional trench installation techniques). Also included with the project is the installation of 20 +/- linear feet of 16-inch steel casing pipe, 7 fire hydrants, and the transfer, renewal, relocation or discontinue of 53 +/- customer services.
Louisville Water Company is requesting Bids for renewal of lead services on S. 2nd St., S. 3rd St., S. 4th St., Bowman Ave., Bradley Ave., Crittenden Dr., Eastern Pkwy., Emil Ave., Ervay Ave., S. Floyd St., Heyburn Ave., Lennox Ave., Lilly Ave., Locust Ln., M St., New High St., Park Blvd., Wainwright Ave., Warnock St., and Winkler Ave. Design information indicates a total of 145 customer service renewals/relocates, 17 customer service discontinues and 130 meter exchanges.
CCK-2291-18 Maxwell Street Security Surveillance Project 2018
CCK-2291-18 Maxwell Street Security Surveillance Project 2018
PROJECT DESCRIPTION:
This project includes the installation of 18 cameras/mounting assemblies, talkphones, connection to existing UK structures/power/communications and includes the integration of the system into the Next Level system by approved integrators (under this prime contract). Approved UK integration vendors for Next Level include the following: Schiller Hardware,
Ads, Inc., DSI…Others may be considered if certified by Next Level as integrators.
Shively Pump Station Electrical Improvements Project
Shively Pump Station Electrical Improvements Project
Description and location of Project: The scope of the project is as follows:
#1 Construct a new Motor Control Center building in close proximity to the pump station.
#2 Transfer from the old Motor Control Center to the new Motor Control Center.
#3 Install Reduced Voltage Motor Starters
#4 Install Gas Monitoring Instrumentation.
#5 Install a new generator and automatic transfer switch. This project includes all site/civil work, structural work, architectural work, instrumentation and controls work, and HVAC and electrical work as described in the plans and proposal. The project site is located in south east Jefferson County at 2998 Wilkie Road, Louisville, Kentucky 40216.
The scope of work entails replacing all exterior wood wall cladding, sheathing and batt insulation, with new; metal wall panels and trim accessories over 7/8″ metal furring, new plywood sheathing, new air barrier and new fiberglass batt insulation. Due to water damage over several years, some of the existing wood studs and base plates shall also be replaced with new, treated wood base plates and studs. The drawings reflect that portion of exterior perimeter walls that shall be included in the contractor’s bid to receive new studs and base plates. However, the exact amount of stud/sill plate replacement is currently unknown. That number could be more or less than the amount shown to be bid. The contractor shall be responsible for verifying the exact lineal feet of base plates and studs to be replaced when visual observations can be made after the contractor removes exterior wall panels. The number of units to be replaced shall be more or less and shall be adjusted by using the unit prices listed in the contractor’s bid.
Also included in the contractor’s bid shall be the following work:
1) Replacement of all wood paneling and associated wood trim on the inside of perimeter walls that are indicated in the drawings,
2) All wood windows in exterior walls shall be replaced with new-1″ thick insulated glazing in 4 ½” aluminum frames,
3) Aluminum doors/frames/hardware in exterior walls shall be replaced with new aluminum doors, frames and hardware,
4) All hollow metal doors/frames/hardware in exterior walls shall be replaced with new hollow metal doors, frames and hardware,
5) All metal gutters and downspouts shall be replaced with new prefinished aluminum gutters, downspouts and strainers,
6) All damaged exterior soffits and gutter boards shall be cut out and replaced,
7) All existing gutter boards shall be wrapped with new, pre-finished aluminum,
8) Bottom of all existing soffits shall be painted with 2-coats of latex/enamel paint.
9) Flashing shall be installed around the base of one exhaust vent that extend above the roof at the North side of the building.
The Owner will be responsible for moving, replacing and or removing all mechanical, electrical and plumbing work that will be necessary for the contractor to accomplish their work. The contractor shall be responsible for coordinating the work of the Owner.
Town of Clarksville – Clarksville Town Hall Stormwater Basins Improvements Project
Town of Clarksville – Clarksville Town Hall Stormwater Basins Improvements Project
PROJECT DESCRIPTION:
The scope of work includes the excavation of over 13,000 CY of riprap and collected sediments from two stormwater
basins, expansion of the two stormwater basins, and stabilization/restoration of sideslopes and adjacent areas to the basins.
PROJECT DESCRIPTION:
This project is to build a new driveway in an empty lot to connect WKU South Campus
Parking with Emmett Avenue. That driveway will provide a safe option to facilitate the WKU bus traffic in
and out to the South Campus area. The scope includes earthwork, curb and gutters, asphalt pavement,
drainage, sidewalks, public lighting, signage and landscaping.
Estimate:
$178,845.55
Estimated Length of Project:
(Substantial Completion) + July 31, 2018 (Final Completion)
The Division of Abandoned Mine Lands wishes to receive bids to perform reclamation work on approximately 16 acres of mine land in Letcher County, Kentucky. The work will consist of earthwork, gradework, and revegetation of 1 bond forfeiture permit.
Carroll Country Board Of Education – Kathryn Winn Elementary School Renovations
Carroll Country Board Of Education – Kathryn Winn Elementary School Renovations
PROJECT DESCRIPTION:
The scope of work includes the construction of mechanical additions, new mechanical systems, related electrical work, reroofing and structural reinforcing. Site work includes excavation, grading,
site concrete, and seeding & sodding.
Shelby County Public Schools – New P-8 Center Site Clearing Package 1.1
Shelby County Public Schools – New P-8 Center Site Clearing Package 1.1
PROJECT DESCRIPTION:
Furnishing of all labor, materials and equipment for
the performance of all work required for New P-8 Center, Site Clearing (Package 1.1).
This project is for the construction of a 60’-3″ long x 60-0″ wide x 10’ high, reinforced concrete walls to be used for the bulk storage of roadway deicing salt. Shallow, reinforced concrete spread footings will be used. The Contractor shall perform all excavation necessary for the footing. No bid item is provided for the excavation and shall be considered incidental to other items.
Walls will be ten (10) feet high x twelve (12) inches thick and will be constructed on the footing and will support a pre-engineered, membrane covered (roof) structure (PMCS). The roof structure is to be furnished and installed separately by Bulk Storage, Inc., per their Master Agreement upon completion of the footing and walls.
This project is for the construction of a 60’-3″ long x 60-0″ wide x 10’ high, reinforced concrete walls to be used for the bulk storage of roadway deicing salt. Shallow, reinforced concrete spread footings will be used. The Contractor shall perform all excavation necessary for the footing. No bid item is provided for the excavation and shall be considered incidental to other items.
Walls will be ten (10) feet high x twelve (12) inches thick and will be constructed on the footing and will support a pre-engineered, membrane covered (roof) structure (PMCS). The roof structure is to be furnished and installed separately by Bulk Storage, Inc., per their Master Agreement upon completion of the footing and walls.
Description and location of Project: This unit based construction order is for a paved ditch installation along the existing rear easement behind 9009 Annlou Dr. in Metro Council District 25.
This project is for the construction of a 60’-3″ long x 60′-0″ wide x 10’ high, reinforced concrete walls to be used for the bulk storage of roadway deicing salt. Shallow, reinforced concrete spread footings will be used. The Contractor shall perform all excavation necessary for the footing. No bid item is provided for the excavation and shall be considered incidental to other items.
Walls will be ten (10) feet high x twelve (12) inches thick and will be constructed on the footing and will support a pre-engineered, membrane covered (roof) structure (PMCS). The roof structure is to be furnished and installed separately by Bulk Storage, Inc., per their Master Agreement upon completion of the footing and walls.
Russellville Independent Schools – Middle School / High School ATC Renovation Phase 1
Russellville Independent Schools – Middle School / High School ATC Renovation Phase 1
Please Note: Addendum 01 has changed the Bid Date
PROJECT DESCRIPTION:
The Russellville MS/HS ATC Renovations Phase 1 primarily consists of a base bid for internally adding a Boys’ Toilet area in a former lab space with minor renovations to the adjacent Girls’ Toilet area in the classroom wing. Further restroom renovations occur at the main entry of the facility with other adjacent renovations as shown near all four restrooms. Alternates attempt to further finish adjacent rooms and toilet areas affected by base bid construction efforts. Additional items include providing structural openings in walls to provide more open spaces in a multipurpose room and added door and window openings. See construction documents for a full description of the scope of work.
Louisville Water Company is requesting Bids for the renewal of lead services on S. 6th St., S. 7th St., 7th St. Rd., S. 9th St., Algonquin Parkway, Arcade Ave., Bohannon Ave., Burton Ave., Central Ave., Colorado Ave., Earl Ave., Euclid Ave., Hardy Ave., Heywood Ave., Homeview Dr., Iowa Ave., Kleier Ave., Larchmont Ave., Lillian Ave., W. M St., Montana Ave., Phyllis Ave., Racine Ave., Roadway Ave., Rodman St., Taylor Blvd., Tennessee Ave., Weller Ave., and Winkler Ave. Design information indicates a total of 206 customer service renewals, 8 customer service discontinues and 204 meter exchanges.
18-26 / Woodlawn Avenue Area Lead Service Renewals Project
18-26 / Woodlawn Avenue Area Lead Service Renewals Project
Louisville Water Company is requesting Bids for the renewal of lead services on S. 1st St., S. 2nd St., S. 3rd St., S. 5th St., S. 6th St., Alger Ave., Arling Ave., E. Ashland Ave., W. Ashland Ave., Beaver St., Bellevue Ave., Bicknell Ave., Bluegrass Ave., Brookline Ave., Carolyn Rd., Churchman Ave., Cliff Ave., Craig Ave., Crittenden Dr., Dixie Hwy., Emery Ave., Evangeline Ave., Fay Ave., Gillette Ave., Glendale Ave., Heatherfield Dr., Hiawatha Ave., Iroquois Ave., W. Kenwood Dr., W. Kenwood Way, LaSalle Ave., Lentz Ave., Locust Ave., Louisville Ave., Lynnhurst Ave., Manitau Ave., Oakwood Ave., Park Blvd., Peachtree Ave., Powell Ave., Seminole Ave., Seneca Trl., Southcrest Dr., Southern Parkway, Southside Dr., Spanish Ct., Steedly Dr., Strawberry Ln., Taylor Blvd., E. Wellington Ave., Wheeler Ave., E. Woodlawn Ave., W. Woodlawn Ave., and Woodruff Ave. Design information indicates a total of 191 customer service renewals/relocates, seven (7) customer service discontinues and 179 meter exchanges.
This project primarily is for the installation of power receptacles and data to Owner furnished office furniture. The furniture installation will be underway at time of the pre-bid meeting. Some miscellaneous receptacle circuits and data installation is included throughout the facility. Work shall be performed during normal work hours in occupied areas, but loud work will be limited to after hours or weekends. One electrical wall heater is also included in this project. Project includes the re-lamping of numerous fixtures to LED type lamps.
Louisville Water Company is requesting Bids for the installation of 755 +/- linear feet of 6-inch Pressure Class 350 ductile iron water main (using traditional trench installation techniques), and the installation of 4910+/- linear feet of 6-inch DR-18 C900 PVC water main (using traditional trench installation techniques). Also included with the project is the transfer, renewal, relocation or discontinue of 166 +/- customer services, fire hydrant removals and installations, cut and plugs and restoration of all disturbed areas.
PROJECT DESCRIPTION:
Metro Parks and Recreation is requesting bids for construction of a Walkways at Shelby Park,
600 E Oak Street, Louisville, KY 40203. This project includes but is not limited to: demolishing
existing concrete walkways, construction of new concrete walkways, excavation, grading,
erosion control, upgrading electric hardware/fixtures and seeding as shown on the plans.
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 3/6/2018 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).
Hardin County Water District No. 1 – Ft. Knox 1467 Drainage Improvements
Hardin County Water District No. 1 – Ft. Knox 1467 Drainage Improvements
PROJECT DESCRIPTION: The following major Work items are included in the Contract:
Supply labor and material to construct stormwater improvements in the vicinity of Building 1467 on Ft, Knox. The project will include the installation of stormwater
piping and connection to the existing system and repair to impacted sidewalks,
paved surfaces, and grounds.
The Work shall include construction of eight 56.4 ft. diameters, concrete-filled, steel sheet pile cellular structures, and connecting arc cells. The steel sheet pile cellular structures shall be constructed along a baseline running parallel to the existing Lock and Dam No. 10, and located approximately 72.2 ft. upstream of the existing Main Dam and 222.0 ft. upstream of the existing Auxiliary Dam. The Work will also consist of site preparation, erosion control, water control with fluctuating river levels, east and west abutment tie-ins, lock wall tie-ins, concrete bulkhead wall construction across the upper lock approach, water conveyance system installation, removal of existing lock miter gates, slope construction and protection, access road improvements, selective demolition, dredging, earthwork (cut/fill) operations, site grading and restoration, tree planting, and vegetation seeding.
The west abutment features include slope regrading upstream and downstream of the new Auxiliary Dam, construction of a sheet pile cellular structure (Cell 1), an earth retaining sheet pile cutoff wall, access road improvements, and earthwork and regrading. Part of the work is on Kentucky Department of Parks’ property, which is adjacent to the subject property. As such, the OWNER has secured agreements to allow certain construction activities and permanent features on the property.
East abutment features include slope reshaping upstream and downstream of the new Main Dam, construction of a rectangular East Closure Cell, a sheet pile cellular structure (Cell 8), and a sheet pile cutoff wall.
Modifications to the upper lock approach consist of constructing an extension to the existing lock needle dam sill (including rock anchors for stability), installation of a stop log dewatering system, and a new concrete bulkhead wall with a sluice gate water conveyance system.
Demolition Work shall include full or partial demolition of the following existing structures: Auxiliary Dam, West Abutment features, Upper Guide Wall, Upper Guard Wall, Upper and Lower Lock Wingwall. The CONTRACTOR may use the area within the Work Limits shown on the Drawings for laydown, equipment storage, personnel parking, and construction activities. However, activities must adhere to the requirements within the Drawings and Specifications, and certain activities may be restricted. The CONTRACTOR shall refer to the SPECIAL CONDITIONS for access requirements. The CONTRACTOR shall maintain access to Lock and Dam No. 10 throughout construction and is responsible for repair of any damage due to CONTRACTOR activities on roads leading to the project site. It is assumed that work on the east side of the river can be performed with access only from the river. Should the CONTRACTOR desire access via land on the east side of the river, agreements for such provisions with other stakeholders are the responsibility of the CONTRACTOR.
The CONTRACTOR’S Work shall include site safety, maintenance of local traffic, water control, site security, and site cleanup.
The estimated quantities for the Work are listed on the Drawings, and are estimates only. This list is not intended to be exhaustive, but is a general list of significant aspects of the Work. The CONTRACTOR shall be solely responsible for performing its own quantity computations for bidding and construction purposes.
The OWNER has secured the land to the west of the west abutment for on-site fill placement. As such, the designed capacity of the fill placement area was developed to accommodate a significant amount of the estimated quantity of dredged, demolished, and/or excavated material during construction. It is the CONTRACTOR’S responsibility to perform its own quantity computations and identify and secure off-site disposal area(s) if needed. Certain materials are not acceptable for placement within the fill area. In particular, trash, timber cribbing debris, lead paint, or other deleterious materials will not be allowed in the fill area and shall be disposed off-site in an approved location suitable for such materials.