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.
Repair 24 Inch Brick Sewer at 416 W. Muhammad Ali Blvd
Repair 24 Inch Brick Sewer at 416 W. Muhammad Ali Blvd
Description and location of Project: Replace approximately 45 LF of brick sewer with 21″SDR18 PVC Pipe and all appurtenances located at 416 W. Muhammad Ali Blvd.
City of Monticello – South Main Streetscape Phase 1
City of Monticello – South Main Streetscape Phase 1
PROJECT DESCRIPTION:
Construction of approximately 1,500 square feet of concrete sidewalk and 610 square feet of brick pavers to replace existing sidewalk and asphalt surface. Install approximately 220 l.F. of curb and gutter and 160 L.F. of header curb. Install approximately 365 L.F. of 1·1/4 inch electric conduit and 8 light pole bases and
fixtures.
Arbor Youth Services – Rehabilitation and Mechanical System Upgrades
Arbor Youth Services – Rehabilitation and Mechanical System Upgrades
PROJECT DESCRIPTION:
Arbor Youth Services, as a recipient of Community Development Block Grant project (CDGB) funded through the Lexington-Fayette Urban County Government, is seeking bids for two separate projects for their buildings at 536 & 540 W Third Street, Lexington KY 40508.
#1: Rehabilitation and Building Improvements
Pre-Bid Time: 1:30 PM EST
Bid Time: 3:30 PM EST
#2: Installation of New HVAC System
Pre-Bid Time: 1:00 PM EST
Bid Time: 3:00 PM EST
CCK-2290-18 Good Samaritan Hospital AHU #24 & #54 – 2462.0
CCK-2290-18 Good Samaritan Hospital AHU #24 & #54 – 2462.0
PROJECT DESCRIPTION:
Project consists of combining existing AHU-23 and AHU-24 into a single unit and replacing
AHU-54 with a new unit in the existing penthouse on top of A-wing for Good Samaritan
Hospital.
West Laurel Water Association – KY 312 Waterline Relocation
West Laurel Water Association – KY 312 Waterline Relocation
Please note: Addendum 1 has changed the Bid Date!
PROJECT DESCRIPTION
This contract consists of replacing a total of approximately
1,060 feet of 10-inch water line at two (2) lengths and appurtenances such as,
gate valves, blow-off assemblies, etc.
The project consists of the following main activities:
1) Demolition of existing concrete and other structures; 2) Site preparation/clearing and working platform construction; 3) Construction of Deep Mixing Method (DMM) zone; 4) Pre- and post-construction DMM testing and verification; 5) Stockpiling of spoil materials; 6) Erosion protection and sediment control; 7) Reservoir control; 8) Construction of temporary trapezoidal channel for spillway overflow until Phase II work commences
Salyersville Water Works – Salyersville Water Tank Project
Salyersville Water Works – Salyersville Water Tank Project
PROJECT DESCRIPTION:
This project consists of the providing of all materials, labor, and equipment for the construction of one 500,000
gallon water storage tank.
CALL 200 CONTRACT ID 181005 UNION COUNTY 113GR18D005-STP BRO MORGANFIELD-SMITH MILLS ROAD(KY-359) UNION COUNTY STP BRO 5050(008) : MORGANFIELD-SMITH MILLS ROAD(KY-359) REPLACE BRIDGE ON KY-359 (MP 1.193) OVER SINKING CREEK 1.1 MILE NORTHEAST OF JCT US-60, A DISTANCE OF 0.17 MILES. BRIDGE WITH GRADE, DRAIN & SURFACE. SYP NO. 02-01074.00. UNION COUNTY STP BRO 5050(009) : MORGANFIELD-SMITH MILLS ROAD(KY-359) REPLACE BRIDGE ON KY-359(MP 0.971) OVER LOST CREEK 0.95 MILE NORTHEAST OF JCT US-60, A DISTANCE OF 0.13 MILES. BRIDGE WITH GRADE, DRAIN & SURFACE. SYP NO. 02-01073.00.
PROJECT DESCRIPTION:
This project renovates room 7 for use as classroom space. Improvements will include new flooring, paint, doors and hardware, HVAC and lighting upgrades and installation of AV components.
LFUCG – Black and Williams Neighborhood Center Window Replacement REBID
LFUCG – Black and Williams Neighborhood Center Window Replacement REBID
PROJECT DESCRIPTION:
Consisting of the construction and/or furnishing of items for the Black and
Williams Neighborhood Center Window Replacement Reissued, Lexington-Fayette County,
Kentucky.
Vendor Qualifications – Kentucky Center for African-American Heritage Building Improvements-180151
Vendor Qualifications – Kentucky Center for African-American Heritage Building Improvements-180151
PROJECT DESCRIPTION:
Through this RFQ the Louisville Metro Government is now accepting qualifications from vendors for the
Kentucky Center for African American Heritage Building Improvement project. An RFP will be broadcast
to the vendors qualified through this RFQ.
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 2/19/2018 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).