Furnishing one 40 KW, 120/240 volt, 1-phase, 3-wire exterior pad mounted, propane fueled generator with weather enclosure. Contractor shall be responsible for furnishing the propane tank and all associate piping and connection to the generator. Revise existing electric service entrance to allow generator to serve entire facility. Provide disconnect switches and automatic transfer switch. Install panelboard in existing garage building. Provide exterior concrete pads and excavation for underground services.
Louisville Water Company is requesting Bids for the Phase 2 renovation of the Crescent Hill Filter Plant Chemical & Lab Buildings located at 3018 Frankfort Avenue. Phase 2 project renovations shall consist, but not be limited to, demolition of existing structures, in
conflict with the improvements, updating all existing building areas and reclaiming all unused existing floor space for repurposing, adding new floor space with the construction of new concrete floors, and structural steel supports for the 2nd through 7th floors in the
Chemical Building which also includes completing construction of two fire rated stairwells to the new 7th floor, install a fire pump and fire protection sprinklers throughout the Lab, and Chemical Buildings, upgrade the one existing elevator with all new cab, lift mechanicals and all new controls, renovation of the existing locker rooms and restrooms and abatement of lead paint within limits of the project, including all labor, rigging, equipment and materials.
A pre-bid meeting to discuss the Project and to tour the work site will be held on April 6, 2021 at 10:00am EST/EDT. at Crescent Hill
Training Room in the Crescent Hill Pump Station Bldg, 201 Stilz Ave, Louisville, KY 40206. Attendance at this meeting is strongly
recommended.
Bidders and Subcontractors will be allowed an opportunity to revisit the site independently and review. This opportunity will only be
allowed during specified dates and times with the accompaniment of an authorized LWC representative.
Additional Project Review Opportunities will be held on:
Thursday, April 8, 2021 from 9:00am – 11:00am
Tuesday, April 13, 2021 from 9:00am – 11:00am
Thursday, April 15, 2021 from 9:00am – 11:00am
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 $5,000,000 –
$10,000,000. 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: Prime contractor must be
prequalified in “Heavy Construction – Plant Work”, OR “Building”. Subcontractors doing electrical, must be prequalified in
“Electric”, HVAC contractor must be prequalified in “HVAC”, Elevator Work must be prequalified in “Elevator Repair &
Replacement”, Painting subcontractor must be prequalified in “Painting” . For information about pre-qualification, contact the Buyer
listed above.
Award of the Contract will be based on base bid pricing and is at the Company’s sole discretion. Alternate bid(s) may or may not be
awarded. 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. The Company may accept the Bid that the Company determines is in the Company’s best interest, which may not necessarily
be the least expensive Bid.
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.
Blue Grass Airport – On Call General Aviation Engineering Services
Blue Grass Airport – On Call General Aviation Engineering Services
The Project shall consist of on-call engineering and project estimation services for
airport development projects, focusing on pavement maintenance, at the Blue Grass
Airport. Identified projects will require preliminary engineering and design sufficient
to provide an accurate construction cost estimate, with the possibility of additional
final design and construction administration services.
City of Frankfort – Holly Hills Stormwater Improvements
City of Frankfort – Holly Hills Stormwater Improvements
Mobilize (and demobilize at the end of the project) to the project site providing all traffic control,
and any erosion/sedimentation control measures, all dewatering/pumping around work areas, to
complete the project to improve the drainage system in the Holly Hills neighborhood. The project
includes: removal of 120 LF of existing corrugated metal pipe (36” x 48” approximately) and
replacement with 120 LF of Reinforced Concrete Box Culvert (36” x 60”); Headwalls at the
upsteam and downstream inverts of the Reinforced Concrete Box Culvert; 365 LF of concrete
trickle channels; headwall installation at existing 12” drainage pipe; grading and cleanup.
CCK-2530-21 UK PAV A Central Sterile Sink Addition
CCK-2530-21 UK PAV A Central Sterile Sink Addition
Install one 3 bay motorized sink. The scope will include all associated utilities and a half wall
behind the sink. All infectious control measures will be required.
The University of Kentucky desires the services of an experienced and highly qualified firm to
provide all final design and construction services via Turn-Key design and construction approach to
mitigate run off from the coal pile on Wildcat Court. The project area is the grass drainage swales
along two sides of the overflow parking lot on Wildcat Court between the practice soccer pitch and
the soccer complex
The Kentucky State Police is proposing to erect three (3) new communications towers in Western Kentucky. The site names are 1-7 Ballard County Jail, 1-9 Art’s Oasis, and 2-13 Webster County DOT. The new structures at 1-7 Ballard County Jail and 1-9 Art’s Oasis will be 250’ tall latticed steel self-supporting towers designed to accommodate future 50’ extensions. The new structure at 2-13 Webster County DOT will be a 195’ tall latticed steel self-supporting tower designed to accommodate a future 55’ extension. All towers will be designed to support equipment that will improve the Kentucky State Police communications system. This project is to procure the tower steel, hardware, and anchorage materials required to erect the structures and to store the material for up to 6 months after fabrication.
The bid is to furnish all
necessary labor, materials, tools, machinery, warranties, and all other items required to replace
asphalt shingle roof, metal flashing and downspouts, exterior siding, interior renovations
including; paint, wood trim refinishing, casework, lighting and structural floor repair.
This project scope consists mainly of a full horizontal cabling replacement for the entire building. Additional scope includes the updating of the Telecom spaces in the building and HVAC and Architectural work to support these updates. There are also two rooms that will require power, data and architectural renovations.
CODES AND REGULATIONS
The new facility will be designed under the 2018 Kentucky Building Code and according to the ADA Standards for Accessible Design. In addition, the new facility will be constructed to the standards of the Division of Engineering and Contract Administration, and the Kentucky Community and Technical College requirements.
Mt. Sterling Water and Sewer – Main Street Water & Sewer Replacement Phase 1
Mt. Sterling Water and Sewer – Main Street Water & Sewer Replacement Phase 1
This project consists of an estimated 1,630 feet of 12” and 205 feet of 8”water
main along with 1,055 feet of 8” sewer and related accessories. Please note this bid shall be
for labor only including identified components, i.e. blacktop, gravel, concrete, etc., MSWS will
supply all piping, fittings and accessories.
City of Stanford Waterworks – Pitman Creek Wholesale Fire Protection – Contract 1
City of Stanford Waterworks – Pitman Creek Wholesale Fire Protection – Contract 1
This project consists of one (1) contract. Contract 1 consists of
installing approximately 1,100 linear feet of 12” PVC SDR-17 fire protection main,
30 linear feet of open cut steel encasement for 12” fire main, 2 fire hydrants, two
(2) 12” gate valves, one (1) 8” gate valve, two (2) 6” gate valves, and a fire
protection vault. This contract will be for labor and equipment only, as the City of
Stanford Waterworks will be supplying all materials for construction.
Louisville Water Company is requesting Bids for project consisting of distribution water main replacement located in southwest Louisville Metro on four (4) different streets, includes; supply and install 2330 LF of 8” PVC water main, 895 LF of 8” ductile iron water main, 30 LF of 6” Ductile Iron water main and 20 LF of 6” PVC water main along John Adams Way, 850 LF of 6” ductile iron water main along Hinchbrook Blvd, 1400 LF of 6” PVC water main along Dunkirk Ln, 730 LF of 4” ductile iron water main along Henderson Ave. Also included with the project is the transfer, renewal, relocation or discontinue of 110 +/- customer services, install (5) Fire Hydrants , multiple tie-ins, cut and plugs and restoration of all disturbed areas.
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 $1,000,000 –
$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” PVC Water Mains OR 4”-16” Ductile Iron Water Main For information about pre-qualification, contact the Buyer listed above.
Award of the Contract will be based on base bid pricing and is at the Company’s sole discretion. Alternate bid(s) may or may not be awarded. 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. The Company may accept the Bid that the Company determines is in the Company’s best interest, which may not necessarily
be the least expensive Bid.
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 towww.lwckyplanroom.com.
Estimate:
$206,295.00
Estimated Length of Project:
(Substantial Completion) + August 31, 2021 (Final Completion)
The Division of Abandoned Mine Lands wishes to receive bids to perform reclamation work on approximately 23 acres of mine land in Hopkins County, Kentucky. The work will consist of earthwork, gradework, pipe installation and revegetation of 1 bond forfeiture permit.
This bid package includes construction drawings and specifications for the rehabilitation of
the Cooper House. The project removes the existing addition and provides a complete
update of the house including but not limited to new finishes, new restrooms, new HVAC,
electrical, plumbing, data and fire protection. A new addition will be built with limited site
work. The HVAC system is supported by a geothermal well system that is included in this
package.
City of Tompkinsville – WWTP & Sanitary Sewer Project – SBR WWTP Contract 1 Rebid
City of Tompkinsville – WWTP & Sanitary Sewer Project – SBR WWTP Contract 1 Rebid
The Project will consist of the conversion of the existing Tompkinsville WWTP to a Sequential Batch Reactor
WWTP, the construction of headworks, the construction of a new disinfection system, the conversion of an
existing clarifier to a post-equalization basin, demolition of several structures, and various other improvements.
The Contractor shall furnish all materials, equipment, and labor necessary to complete the construction of the
project.
Todd County Board of Education – School District Renovations 2021
Todd County Board of Education – School District Renovations 2021
The Todd County Board of Education will receive General Contracting bids for renovation of
existing Main school buildings (North/South Todd Elem Schools, High School, Middle School,
and Horizons Academy)
General work includes: HVAC upgrade, Bathrooms fixture upgrade, Security Upgrade, Parking
lot reseals, and some re-roofing.
Estimate:
$ 71,500.00
Estimated Length of Project:
(Substantial Completion) + July 30, 2021 (Final Completion)
The Division of Abandoned Mine Lands wishes to receive bids to perform reclamation work on approximately 6.26 acres of mine land in Letcher County, Kentucky. The work will consist of demolition work, structure removal and revegetation of 1 bond forfeiture permit.
The project involves the removal of one of the existing VRF HVAC system providing heat and cooling to the Bldg. This will include removal of the room controls, refg. piping, pipe insulation and system controls and interlock.
This project will include the installation of a new VRF systems, outdoor, indoor units, the installation of the refg. piping, pipe insulation, indoor unit support frame, frame enclosure, re-connect electrical ckts, re-connect low voltage control ckts, and complete a mfg. start-up. This contractor will need to make all of the interlocks between indoor and outdoor equipment as required a operational system.
About one third of the Bldg. is without heat and therefore we are requiring that the successful Bidder submit VRF equipment shops drawings within 24 hours. Equipment Suppliers needs to be able to have equipment on job site 7 days after shop are approved.
Project consists of furnishing all labor, materials and equipment and performing all work
necessary for the Runway Overlay Project at the Gene Snyder Airport.