14-60 / 22nd Street Area Water Main Replacement Project
14-60 / 22nd Street Area Water Main Replacement Project
Louisville Water Company is requesting Bids for the installation of 1,275 +/- linear feet of 20-inch Pressure Class 350 ductile iron water main (using traditional trench installation techniques), the installation of 80 +/- linear feet of 12-inch Pressure Class 350 ductile iron water main (using traditional trench installation techniques), the installation of 4680 +/- linear feet of 8-inch Pressure Class 350 ductile iron water main (using traditional trench installation techniques),the installation of 1,910 +/- linear feet of 6-inch Pressure Class 350 ductile iron water main (using traditional trench installation techniques) and the installation of 200 +/- linear feet of 4-inch Pressure Class 350 ductile iron water main (using traditional trench installation techniques). Also included with the project is the installation of 11 +/- fire hydrants and the transfer, renewal, relocation or discontinue of 172 +/- customer services. Please refer to the drawings for more details. 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, Terri Conner, email at tconner@lwcky.com. The Company’s Project Manager’s estimate for the Contract plus Company supplied materials for this Project is $1,000,001 – $3,000,000. Pursuant to KRS 337.505-550, if the Company’s Project Manager’s estimate for the Contract plus Company supplied materials exceeds $250,000: (1) the Contractor must pay Prevailing Wage; and (2) a Bid Bond is required. For this Contract, prevailing wage does apply, and 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 the 4” – 16” Ductile Iron Water Mains Category. For information about pre-qualification, contact the Buyer listed above. 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.
14-47 / BE Payne Process Water and Storm Water Drainage Control and Sanitary Sewers
14-47 / BE Payne Process Water and Storm Water Drainage Control and Sanitary Sewers
Louisville Water Company is requesting bids to construct storm water collection and conveyance from the chemical delivery and storage area to a duplex submersible pump station and force main to the drainage trough behind the low lift pump station. Construct sanitary sewer from the low lift pump station and the maintenance building to convey sanitary waste flow to the Jacobs School Road Pump Station. A pre-bid meeting to discuss the project will be held on April 16, 2014 at 9:00 AM local time at the site location B.E. Payne Water Treatment Plant, 7400 Upper River Road, Prospect, Kentucky. Attendance at this meeting is highly recommended. Questions related to this Project must be submitted in writing via e-mail or fax by Monday, April 21, 2014. All inquiries must be sent to the attention of the Buyer, Renee Fromme, e-mail rfromme@lwcky.com or fax 502-569-0815. Responses to inquiries received by Monday, April 21, 2014 will be provided in an Addendum to all plan holders. Questions received after Monday, April 21, 2014 may not be addressed. The Company’s Project Manager’s estimate for the Contract plus Company supplied materials for this Project is $250,001 to $500,000. For this Contract, prevailing wage does apply, and 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 pre-qualification in Heavy Construction category. Electrical work must be performed by Contractor/Sub-Contractor pre-qualified in the Electrical Category by the Louisville Water Company. For information about pre-qualification, contact the Buyer, Renee Fromme, at (502) 569-3600, ext. 2300 or by e-mail at rfromme@lwcky.com.
City of Frankfort Thornhill Interceptor Bypass Rehabilitation
City of Frankfort Thornhill Interceptor Bypass Rehabilitation
The project scope includes the rehabilitation of 2500 LF of gravity sewer using cured in place pipe with sizes ranging from 12” to 24” in diameter and the replacement of one brick manhole. Additive alternates include an additional 1590 LF of 21-inch and 24-inch CIPP.
Georgetown Scott Co Museum HVAC and Lighting Replacement
Georgetown Scott Co Museum HVAC and Lighting Replacement
Project consists of removal of the existing HVAC systems in the building and replacement with new HVAC systems using existing ductwork; the removal of existing lighting in the Museum main display and replacement with new lighting and controls; and providing all associated work, including but not limited to, existing window insulated panel infill, roofing patching, wall patching including finishes, caulking and other work as indicated and as necessary for a complete, weather-tight, fully functional and operational and finished installation.
The project base bid will consist of grading, concrete sidewalks, storm drainage improvements, permeable concrete pedestrian plaza, segmental block walls, concrete paver steps with handrails, and site lighting for all improved areas.
There is one alternate included in the bid documents. The alternate is for the landscape plantings for the project.
Contract H – Water Line Extensions – Lawrence County
a) 13,200 LF – 3” CL 250 PVC Water Line>
b) 500 LF – 1” and 3/4” CL 250 Service Line
c) 5 EA – 3” Gate Valve and Air Release Valve
d) 12 EA – 5/8” x 3/4” Meter Assemblies
Maysville Community & Technical College
Estimate: $404,356.00
This project involves the demolition and replacement of the exterior brick veneer
façade on the Denham Building at Maysville Community & Technical College. The
brick veneer has serious deterioration due to water infiltration and freeze thaw cycles
over the life of the building. The Denham building was built in 1980 with a light
colored, two toned brick. The white brick matched the original building. Due to the low
quality of the brick and construction details that did not adequately deal with water and
moisture penetration, the brick veneer face layer has been popping off and allowing
additional water penetration at an accelerated rate. The solution includes removing the
existing brick veneer and rigid insulation. A superior quality brick shall be used as a
replacement and shall be properly detailed to allow water to properly exit the wall
assembly. Spray applied continuous installation shall be installed in the cavity space to
meet current code. The existing windows are an inferior quality and design which do
not meet today’s standards. They shall be replaced to improve the building energy
performance of the exterior envelop.
Pine Mountain State Resort Park
Estimate:
$186,900.00
The project comprises the repair of the dining room and related areas of the Pine Mountain Lodge. The work includes the insulating, furring and interior sheathing with GWB all exterior walls of the dining room; installation of a new GWB ceiling; painting and installation of LVT finish flooring throughout. Materials include white woods moldings (crown, chair rail, baseboard, base shoe, window and door casing) all to be painted. Kitchen to receive quarry tile base and thin-set quarry tile on cement board laminated to the plywood sub-floor which has been installed by others. Walls in kitchen to receive GWB and FRP panels except no FRP will be installed where shown to receive existing stainless steel wall panels. Kitchen also to receive GWB ceiling attached directly to existing wood framing and beneath that ceiling will be a second ceiling of scrub able suspended panels.
The project is the repair of a pedestrian bridge. General work includes the following: Removal, cataloging, and safe storage of cut limestone masonry wall caps. Removal of set back course of brick supporting stone caps. Removal of existing concrete topping over original concrete bridge slab. Removal of all exposed electrical conduit and boxes. Addition of masonry courses in place of the removed set-back masonry course. Installation of metal fabrications between brick walls to accept shortened existing light fixtures. Installation of new electrical conduit and wiring as shown. Installation of new concrete slab over existing repaired bridge slab. Replacement of stone caps. Cleaning of all existing brick and stone caps.
PSC Building 211 Sower Blvd.
Estimate:
$360,556.00
A. The Work of Project is defined by the Contract Documents and consists of the following:
1. The work consists of window repair and replacement of existing aluminum framed curtainwall and storefront windows on a two-story office building consisting brick and EIFS building envelope.
a. Existing aluminum framed curtainwall and storefront members are to be removed and reused.
b. All glazing is to be replaced.
c. The penthouse mechanical louvers are to be removed, openings flashed, and reinstalled.
d. Self-adhered flashing is to be installed at the perimeter of all openings before windows and louvers are re-installed.
e. Glass unit masonry units are to be tuck pointed with elastomeric sealant.
f. All exterior sealants are to be replaced.
g. Water repellant is to be applied to all existing brick.
h. EIFS is to receive a new elastomeric coating.
Restroom Construction for Fire Stations #11, #14 and #15
Restroom Construction for Fire Stations #11, #14 and #15
Construction of new restrooms, single with shower, inside existing buildings for Fire Station #11, #14 and #15. The construction and floor plan of the three stations are similar but each building is different.
RFB-216-14 Drainage Assessment and Repairs Hazelwood Center
Cabinet for Health and Family Services
Estimate:
$141,805.00
The work for this project generally consists of erosion repairs, drainage improvements, yard piping improvements, bus parking construction of an asphalt parking lot and associated drainage work.
Bluegrass Station Building #221
Estimate: $343,065.00
The project consists of approximately 1400 sq. ft of new area for a weapons repair
shop, approximately 1400 sq. ft. of mezzanine space and minor renovation to an
existing interior modular building. New construction will include interior metal stud walls
with gypsum board and metal panel wainscot, new acoustical ceiling, epoxy floor
coating, paint, structural steel mezzanine with concrete floor, metal handrails and metal
access stair and a new Electrical, Security System, and HVAC system for the new
addition. A new sprinkler system, designed in accordance with NFPA 13, in both new
and existing space will be included in the project. Also included in the project
requirements, is the relocation of owner equipment and furniture from an adjacent
location.