Louisville Water Company is requesting Bids for the furnishing and installation of 430 +/- linear feet of eight (8)-inch PVC DR 18 water main and 1,650+/- linear feet eight (8)-inch Ductile Iron Pressure Class 350 restrained and non-restrained joint water main. The installation of seven (7) 1” or smaller service PRV’s on Robert Burden Road. Installation of one (1) fire hydrant, and one (1) creek crossing, and restore site.
Please Note – the Technical Specifications and Plans for this rebid package are the same as the Technical Specifications and Plans for Design Release 3A and 3B. Only the Bid Manual is different.
This scope of work consists of thirty (30) Overhead Doors and one (1) Sectional Door.
CCK-1985-15 Stumbo Building Exterior Cleaning and Maintenance
CCK-1985-15 Stumbo Building Exterior Cleaning and Maintenance
The work includes maintenance and repair to the brick masonry, cleaning of the exterior windows, and cleaning of the metal panels. In addition, one add alternate is included for the installation of flashing and aluminum copings over the existing stone copings.
University of Pikeville – Hambley Boulevard Overhead Utilities Project – Rebid
University of Pikeville – Hambley Boulevard Overhead Utilities Project – Rebid
This project consists of providing all materials, labor and equipment necessary for the construction of an underground duct bank to facilitate relocation of overhead electric, phone, and other utilities, and relocation of a 12in. OJ. Waterline. Total project length is approximately 700 LF.
Middletown Sanitary Recapture Phase II – Section D and Chenoweth Run Interceptor Section 2 Project
Middletown Sanitary Recapture Phase II – Section D and Chenoweth Run Interceptor Section 2 Project
This Contract provides for the installation of approximately 2,176 linear feet of 10-inch sewer, 17 sanitary manholes, erosion control, stream bank restoration, and appurtenant work. The project is generally located along Chenoweth Run Creek and terminates near the intersection of Heafer Road and N. English Station Road.
Bid Package 6 is the flooring bid package. The previous Bid Package 1 included site utilities & excavation. Bid Package 2 included foundations and elevator, Bid Package 3 included the concrete frame, Bid Package 4 included the exterior skin and interiors bid package, and Bid Package 5 included final cleaning.
Roofing And HVAC Renovation For Coroners Office And Community Action Center
Roofing And HVAC Renovation For Coroners Office And Community Action Center
Consisting of the construction and/or furnishing of items as listed in the Bid Schedule beginning on page P-6, Part III, Form of Proposal, of this document, for the Roofing and HVAC Renovation of the Coroner’s Office located at 247 East Second Street and the Community Action Center (CAC) located at 913 Georgetown Street, Lexington-Fayette County, Kentucky.
Timberlake and Hunting Creek South WQTC Demolition
Timberlake and Hunting Creek South WQTC Demolition
Construction will include the installation of 190 LF of 10″ sewer pipe, 122 LF of 24″ pipe, 191 LF of 8″ pipe, decommissioning of Timberlake and Hunting Creek South WQTC.
Clark County Public Library Partial Roofing Replacement and Interior Repairs
Clark County Public Library Partial Roofing Replacement and Interior Repairs
The project consists of the removal of portions of the existing metal roofing and replacement with new ice and water guard membrane and new metal roofing and snow guards with limited interior repairs in Winchester , Kentucky for The Clark County Public Library as shown on the contract documents prepared by Sherman Carter Barnhart Architects. The contractor is responsible for all permits, fees, and inspections.
This project consists of a full depth tear off and replacement of approximately 8,800 SF of roof at the Bate Middle School in Danville Kentucky. Roof replacement involves removing the ballasted EPDM and fiber board placed over a graveled surfaced Built-Up Roof system on expanded polystyrene insulation on metal deck. The new work also includes the application of a two-coat polyurethane coating system to the vertical and sloped portions of the fully adhered EDPM roof, approximately 2,600 SF, adjacent to the new roof work.
City of Georgetown Building Abatement and Demolition FY 2014-15 Project
City of Georgetown Building Abatement and Demolition FY 2014-15 Project
1. Perform asbestos, lead, and hazardous material investigation
a. Certified inspector required
b. Report shall submitted to City Engineer’s office prior to abatement
2. Perform asbestos, lead, and hazardous material abatement (if required)
a. Abatement shall be performed per all current regulations and standards by a certified remediation expert
b. Prior to abatement, project work area shall be secured by construction fencing.
c. Report stating abatement complete shall be submitted to the City Engineer’s office prior to demolition
3. Perform demolition of structures
a. Work includes: demolishing structures, removing material from the site, hauling, disposing, and any other incidental activities required.
b. In addition, the completed work shall include any recommendations as provided by the Cardno letter dated 9/11/2014 (attached).
c. Contractor is encouraged to salvage building materials to the extent practical.
d. Salvaged materials remain the property of the City of Georgetown.
e. Building and deleterious materials shall be removed from all basement and subgrade areas in preparation for filling.
4. Perform backfill of basement and subgrade areas
a. All work shall be performed in full per the Cardno recommendations letter dated 9/11/2014 (attached).
b. Prior to filling, representative samples of proposed fill materials shall be collected and tested per the Cardno letter. (note the lead time)
c. Contractor shall communicate with Cardno regarding scheduling of tests and inspections.
d. Earthwork shall be graded to drain and rolled with a smooth drum roller.
e. The site shall be then proofrolled where any unsuitably soft subgrade zones shall be undercut until stable soils are encountered and replace with suitable fill
f. The final surface shall be a 6”
RFP for Louisville Metro Government’s need for Emergency Snow Plowing Services and Deicing #3297
RFP for Louisville Metro Government’s need for Emergency Snow Plowing Services and Deicing #3297
Request For Proposal a contract for a portion of Louisville Metro Government’s need for Emergency Snow Plowing Services and Deicing for twelve (12) month period.
Town of Clarksville – Pump Station Replacement Project
Town of Clarksville – Pump Station Replacement Project
Package A
1. Pump Station 0 Replacement which can be described as follows: two (2) submersible pumps rated at 1,275 gpm each, 10’ diameter wetwell, 7’ x 11’ valve vault, generator with automatic transfer switch, service rack with shelter for control and SCADA panels, electrical equipment, site paving, demolition of existing station and other appurtenances as required for a complete installation.
2. Pump Station 15 Replacement which can be described as follows: two (2) submersible pumps rated at 100 gpm each, 8’ diameter wetwell, 6’ x 8’ valve vault, all site piping as shown on the plans, service rack with shelter for control and SCADA panels, electrical equipment, site paving, demolition of existing station and other appurtenances as required for a complete installation.
3. Pump Station 16 Replacement which can be described as follows: two (2) submersible pumps rated at 200 gpm each, 8’ diameter wetwell, 6’ x 8’ valve vault, all site piping, one 4’ diameter manhole, service rack with shelter for control and SCADA panels, electrical equipment, site paving, demolition of existing station and other appurtenances as required for a complete installation.
4. Pump Station 20 Replacement which can be described as follows: two (2) submersible pumps rated at 300 gpm each, 8’ diameter wetwell, 6’ x 8’ valve vault, service rack with shelter for control and SCADA panels, electrical equipment, site paving, demolition of existing station and other appurtenances as required for a complete installation.
5. Ten (10) 4’ diameter manholes.
6. Two (2) 5’ diameter manholes
7. 660 LF of 4-inch force main.
8. 25 LF of 6-inch force main.
9. 1,635 LF of 12-inch force main.
10. 520 LF of 8-inch gravity sewer
11. 55 LF of 10-inch gravity sewer.
12. 95 LF of 18-inch gravity sewer.
13. 6-inch Property Service Connection
14. 6,220 SY of Milling and Pavement Restoration
15. 43 LF of Concrete Encasement
Package B
1. Pump Station 8 Replacement which can be described as follows: two (2) submersible pumps rated at 200 gpm each, 8’ diameter wetwell, 6’ x 8’ valve vault, service rack with shelter for control and SCADA panels, electrical equipment, site paving, demolition of existing station and other appurtenances as required for a complete installation.
2. Pump Station 13 Replacement which can be described as follows: two (2) submersible pumps rated at 100 gpm each, 8’ diameter wetwell, 6’ x 8’ valve vault, service rack with shelter for control and SCADA panels, electrical equipment, site paving, demolition of existing station and other appurtenances as required for a complete installation.
3. Pump Station 14 Replacement which can be described as follows: two (2) submersible pumps rated at 250 gpm each, 8’ diameter wetwell, 6’ x 8’ valve vault, service rack with shelter for control and SCADA panels, electrical equipment, site paving, demolition of existing station and other appurtenances as required for a complete installation.
4. Pump Station 22 Replacement which can be described as follows: two (2) submersible pumps rated at 200 gpm each, 8’ diameter wetwell, 6’ x 8’ valve vault, service rack with shelter for control and SCADA panels, electrical equipment, site paving, demolition of existing station and other appurtenances as required for a complete installation.
5. Four (4) 4’ diameter manholes.
6. 17 LF of 4-inch force main.
7. 167 LF of 6-inch force main.
8. 44 LF of 8-inch force main.
9. 86 LF of 8-inch gravity sewer.
10. 35 LF of 10-inch gravity sewer.
11. 25 LF of 12-inch gravity sewer.