Oldham County Environmental Authority – Inflow and Infiltration Projects
Oldham County Environmental Authority – Inflow and Infiltration Projects
Please Note: Addendum 01 has changed the Bid Date
This project consists of work required to rehabilitate the portions of OCEA’s gravity sewer collection system. The
work includes but not limited to sewer cleaning works, sewer CCTV taping and review, manhole rehabilitation,
point repairs, sewer lining, service lateral grouting and lining, and sewer replacements. Sewer range in size from 6
inches to 10 inches diameter.
Work shall include all scheduling, road detour planning and implementation, products, equipment, materials and
labor necessary to complete the work including all restoration work necessary to restore all property and roads to a
minimum of pre-existing conditions.
Louisville Water Company is requesting Bids for the furnish and installation of one underground pressure reducing valve (PRV) station and associated water main.
Town of Clarksville – Elimination of Pump Station 5 and Ryan Lane Sanitary Sewer Extension Project
Town of Clarksville – Elimination of Pump Station 5 and Ryan Lane Sanitary Sewer Extension Project
The scope of work includes 2411 LF of 15–inch SDR 35 PVC, 792 LF of 15-inch SDR 26 PVC, 232 LF of 8-
inch SDR 26 PVC, 49 LF of 16-inch of CL 350 DIP gravity sewer;18 manholes; modifications to existing storm
sewer structure; abandoning and demolition of an existing pump station; pavement restoration, including traffic
control; construction of service road/trail, including drainage pipes; other appurtenances as shown on the plans,
and surface restoration.
This package involves the installation work for Bid Package # 01 – Interventional
Services Project. Automated Building Controls; furnish and install a
completed building controls package.
Hardin Co Water District No. 2 – Operations Facility
Hardin Co Water District No. 2 – Operations Facility
Project consists of the renovation of an existing masonry building, which
will include additions and a new free-standing pre-engineered metal building.
City of Jeffersonville – Utica No. 1 Pump Station Replacement
City of Jeffersonville – Utica No. 1 Pump Station Replacement
This project consists of the furnishing and installing of a new pump station, complete with
wet well, valve vault, flow meter, emergency pump connection and control panel,
approximately 2,910’ of 8” force main, approximately 100’ of 8” PVC gravity sewer, asphalt
milling and resurfacing, decommissioning of an existing pump station and all other items
shown on the plans and mentioned in the specifications for a complete project.
Furnishing all labor, materials and equipment and performing all work
necessary for Concrete T-hangar Apron Reconstruction at the Addington Field, Elizabethtown Regional Airport
This package involves the installation work for Bid Package # 02 – Interventional
Services Project. The work will be performed under contract with the Construction
Manager, Turner Construction Company.
CALL 202 CONTRACT ID 195083 BATH, FLEMING COUNTIES 121GR19D083 – STP BRZ KY 1944 (BATH), KY 111 & KY 681 (FLEMING) BATH COUNTY STP BRZ 9030 (040) : KY 1944 (MP 2.701) ADDRESS DEFICIENCIES OF KY 1944 BRIDGE OVER WHITE OAK CREEK (006B00076N), FROM MP 2.701 TO MP 2.715 (MP 2.715), A DISTANCE OF 0.01 MILES. BRIDGE SUPERSTRUCTURE REHAB. SYP NO. 09-10001.00. FLEMING COUNTY STP BRZ 9030 (041) : KY 681 (MP 1.545) ADDRESS DEFICIENCIES OF KY 681 BRIDGE OVER DELANEY CREEK (035B00103N), FROM MP 1.545 TO MP 1.555 (MP 1.555), A DISTANCE OF 0.01 MILES. BRIDGE REPLACEMENT. SYP NO. 09-10021.00. FLEMING COUNTY STP BRZ 9030 (065) : KY 111 (MP 3.863) ADDRESS DEFICIENCIES OF KY 111 BRIDGE OVER DAVIS BRANCH (035B00075N), FROM MP 3.863 TO MP 3.866. (MP 3.866), A DISTANCE OF 0.01 MILES. BRIDGE REPLACEMENT. SYP NO. 09-10020.00.
CALL 201 CONTRACT ID 195082 CASEY, MCCREARY COUNTIES 121GR19D082 – STP BRZ KY 3270 (CASEY) KY 700 & KY 478 (MCCREARY) CASEY COUNTY STP BRZ 9030 (062) : KY 3270 (MP 3.475) ADDRESS DEFICIENCIES OF KY 3270 BRIDGE OVER HOWE BRANCH (023B00077N), FROM MP 3.475 TO MP 3.479. (MP 3.479), A DISTANCE OF 0.01 MILES. BRIDGE SUPERSTRUCTURE REHAB. SYP NO. 08-10008.00. MCCREARY COUNTY STP BRZ 9030 (063) : KY 700 (MP 14.059) ADDRESS DEFICIENCIES OF KY 700 BRIDGE OVER INDIAN CREEK (074B00026N), FROM MP 14.059 TO MP 14.091. (MP 14.091), A DISTANCE OF 0.03 MILES. BRIDGE REPLACEMENT. SYP NO. 08-10003.00. MCCREARY COUNTY STP BRZ 9030 (064) : KY 478 (MP 8.388) ADDRESS DEFICIENCIES OF KY-478 BRIDGE OVER MARSH CREEK. (074B00027N) MP 8.388 TO MP 8.404 (MP 8.404), A DISTANCE OF 0.02 MILES. BRIDGE REPAIRS. SYP NO. 08-10004.00. Project Location: Casey, McCreary Counties, Kentucky
CALL 200 CONTRACT ID 195080 CHRISTIAN, HOPKINS COUNTIES 121GR19D080 – STP BRZ KY 70 (HOPKINS) & US 41 (CHRISTIAN) CHRISTIAN COUNTY STP BRZ 9030 (057) : US 41 (MP 15.333) ADDRESS DEFICIENCIES OF US-41 OVER NORTH FORK LITTLE RIVER (024B00005N), FROM MP 15.33 TO MP 15.347. (MP 15.347), A DISTANCE OF 0.01 MILES. BRIDGE SUPERSTRUCTURE REHAB. SYP NO. 02-1022.00. HOPKINS COUNTY STP BRZ 9030 (058) : KY 70 – BEULAH ROAD (MP 13.460) ADDRESS DEFICIENCIES OF KY-70 BRIDGE OVER SUGAR CREEK (054B00088N), FROM MP 13.460 TO MP 13.474. (MP 13.474), A DISTANCE OF 0.01 MILES. BRIDGE REPLACEMENT. SYP NO. 02-10005.00. HOPKINS COUNTY STP BRZ 9030 (059) : KY 70 – BEULAH ROAD (MP 14.248) ADDRESS DEFICIENCIES OF KY-70 BRIDGE OVER CLEAR CREEK (054B00182N), FROM MP 14.248 TO MP 14.272. (MP 14.272), A DISTANCE OF 0.02 MILES. BRIDGE REPLACEMENT. SYP NO. 02-10006.00.
The Base Bid work involves the repair of damaged floor slab and floor drain in the basement level women’s restroom. Removal of portions of ceramic floor tile and repair with resinous floor system to occur. In addition, overhead slab patching and epoxy injection work will take place in the two utility tunnels beneath the basement level restrooms. Slab-on-grade/vinyl floor tile removal and replacement work located in the main basement corridor in front of the elevator is to be part of Alternate No. 1.
19-26 / Glenview Avenue Area Water Main Replacement Project
19-26 / Glenview Avenue Area Water Main Replacement Project
Louisville Water Company is requesting Bids for distribution water main replacement located in the east end of Louisville Metro on four (4) different streets and one (1) easement, includes; supply and install 1000 +/- linear feet of 12 – inch Pressure Class 350 ductile iron water main (using traditional trench installation techniques), supply and install 985 +/- linear feet of 8 – inch Pressure Class 350 ductile iron water main (using traditional trench installation techniques), supply and install 1715+/- linear feet of 8-inch DR-18 C900 PVC water main (using traditional trench installation techniques), supply and install 520 +/- linear feet of 6 – inch Pressure Class 350 ductile iron water main (using traditional trench installation techniques), supply and install 860+/- 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 55 +/- customer services, install five (5) fire hydrants, multiple cut and plugs and restoration of all disturbed areas.
RFB-214-19 KEC SWB Lobby & SWABC Dock Door Hardware
RFB-214-19 KEC SWB Lobby & SWABC Dock Door Hardware
Project Manager Name: Andy Casebier
Phone: (502) 782-0316 Email:
Andy.Casebier@ky.gov
Estimate:
$189,549.00
Estimated Length of Project:
June 14, 2019 (Substantial Completion) + July 14, 2019 (Final Completion)
Project includes upgrades and replacements to doors and hardware in Lobbies and Exhibit Hall loading Dock areas. Work includes demolition, hardware, hollow metal frames, hollow metal doors, and associated painting. Work area is: South Wing Lobby A and South Wing Exhibit Halls A, B, & C.
These projects are being bid as one bid package but will be constructed and managed as
individual projects at each airport. Contracts with each airport sponsor and separate
Performance and Payment bonds payable to each airport sponsor will be required for each
location.
Estimate:
$ 93,550.00
Estimated Length of Project:
(Substantial Completion) + July 31, 2019 (Final Completion)
The Division of Abandoned Mine Lands wishes to receive bids to perform reclamation work on approximately 10 acres of mine land in Lee County, Kentucky. The work will consist of earthwork, gradework, and revegetation of 1 bond forfeiture permits.
at the Kentucky State University Chilled Water Plant. A new exterior pad mounted generator and fuel tank shall be installed with new automatic transfer switches and controls. Life Safety electrical power upgrades will be provided in the chilled water plant. Alternate scope will include removing the generator in the adjacent boiler plant and providing emergency power to the boiler plant from the new chilled water plant generator. Demolition, patching and repairing will be provided for the removal of the existing generator(s).
Add Alternate #1 – Remove Boiler Plant Generator and Transfer switch and provide new Emergency Power Connections to Boiler Plant from new Chilled Water Plant Generator
The intent of this project is to renovate the two first floor entrances and return them to a like-new condition and secondly, upgrade the east side and steps to a more acceptable appearance harmonizing with the age of the building. Generally, this project will include, but is not necessarily limited to:
1. Renovation of the South first-floor pediment, doors, step treads and handrails, and access to walkways.
2. Renovation of the South Basement entrance steps and walkway.
3. Renovation of the West first floor entrance pediment, doors and handrails.
4. Replacement of the door-system on the East Split-level entrance between the basement and first floors.
5. Removal of the existing metal canopy on the rear split-level entrance.
6. Renovation of the exterior rear step-system from the split-level entrance to the ground level.
7. Rubble stone veneer application to the rear step support system.
8. Renovation of the HC entrance on the East ground level including the addition of an entrance foyer with new HC exterior door.
9. Lighting fixture change and additions to both East entrances, and
10. Renovation and upgrading of the existing first floor exterior lighting fixtures.
Marion-Crittenden County Airport – Runway and Taxiway Extension
Marion-Crittenden County Airport – Runway and Taxiway Extension
Sealed proposals for furnishing all labor, materials and equipment and performing all work
necessary for a Runway and Taxiway Extension project at the Marion-Crittenden County Airport
New Albany WWTP Improvement – Phosphorus Removal System
New Albany WWTP Improvement – Phosphorus Removal System
The work involved is generally described as:
• Constructing a new 15’ x 20’ Chemical Building
• Furnish & Install a 6,150 gallon Chemical Storage Tank
• Furnish & Install 2 Ea chemical metering pumps
• Site work and piping
• Mechanical & Electrical
• Heavy Duty Asphalt Paving
• And all appurtenances
CCK-2406-19 Patterson Office Tower Elevator Modernization Phase II
CCK-2406-19 Patterson Office Tower Elevator Modernization Phase II
In general, the Phase II project includes, but is not limited to:
1. Complete upgrade and modernization of the Patterson Hall cable elevator system
consisting of the three (3) remaining elevators (A, B, & C) and associated work including,
but not limited to, all required equipment, machines, wiring, and other components,
2. Replacement of any worn or suspect parts anywhere in the Phase II elevators and
components, and
3. Upgrading of the cars, hoistway, pit, and as required, machine room modifications.
This Work includes replacing the roof on the two guest wings of the Buckhorn State Park Lodge, located at the address above. All existing roof membrane, flashing, insulation, gutters, downspouts and cant strip will be removed (where indicated on drawings) and disposed of off-site. The reglet counterflashing will be reused where the roof membrane terminates into the stone wall at the east side of the building. Existing double tongue and groove solid wood decking will be removed and replaced where indicated on drawings. New 4″ polyisocyanurate insulation (two layers of 2″) will be installed at the entire roof deck. New two-ply SBS modified bitumen roof membrane will be installed at areas indicated. New galvanized steel, fluoropolymer finished roof specialties, gutter, and downspouts will be installed where indicated. New downspouts will be connected to existing below grade drainage system. Below grade drainage system will be verified by Contractor from individual downspout boots to have positive outflow to existing headwalls. Downspout boots found to be significantly obstructed shall be abandoned and a kick out elbow added to the downspout directing to a new precast concrete splash block, 12″W. x 30″L. x 4″H. Recently replaced low-slope roofing on central portion of main lodge building is not in Contract and will be protected from damage. Select area of existing stone masonry walls will be pressure cleaned and sealed. Exposed surfaces of new pressure treated wood 2x fascia will be painted prior to installation. New solid wood decking will receive transparent finish on all sides prior to installation. Contractor shall take special care to avoid damage to adjacent existing roof that was recently replaced so as not to invalidate existing warranty in any way. This includes contacting existing roof membrane manufacturer’s representative prior to proceeding with demolition work. Coordinate with Drawings and Specifications for additional information and details regarding new roof installation.