Hardin County Water District No. 2 – Battle Training Road Pump Station – Engineering RFP
Hardin County Water District No. 2 – Battle Training Road Pump Station – Engineering RFP
Hardin County Water District No. 2 (the “District”) requests a Statement of Qualifications (SOQ) from consulting engineering firms interested in being selected to perform certain engineering pre-design, design, and construction engineering services for the District’s proposed Battle Training Road Pump Station project.
Scope:
The Project will consist of a large pumping station located at the 6000 block of Battle Training Road, Lot 2B of PVA map #241-00-00-013. The District already owns this property.
The pump station will be designed to have 10 million gallons per day pumping capacity though the 24” ductile iron transmission main already located on Battle Training Road. Generally, the pump station is at an elevation of 700 feet MSL and will deliver water to District tanks with an overflow elevation of 1040 feet MSL. The suction side of the pump station has a pressure range of 140 psi to 160 psi at current flow rates of 1 to 2 MGD.
This pump station will also include backup power generation, vehicle access drive, and security fencing.
The successful completion of the Project will enable the District to meet its future water supply needs as the District’s service area of Hardin, LaRue, and Hart counties continues to grow. This project will also become a vital part of the District’s future plans to assist other regional water utilities with their water supply needs as they continue to grow.
19-07 / Eastern Parkway 48-Inch Transmission Main Rehabilitation Phase 3
19-07 / Eastern Parkway 48-Inch Transmission Main Rehabilitation Phase 3
Louisville Water Company is requesting Bids for The Eastern Parkway 48-inch transmission main extends from the Crescent Hill Water Treatment Plant, down Stilz Avenue, to Lexington Road, to Grinstead Drive, to Cherokee Parkway, to Willow Avenue, to Eastern Parkway, to Third Street and ends at the intersection of Third Street and Winkler Avenue for a total length of 33,400 feet. This main was installed in the 1920’s and is composed of cast iron pipe with leadite joints. Most of the main (excluding this Phase 3) was cleaned and cement lined in the 1980’s and has weko-seals installed in some joints. In recent years Louisville Water has experienced a series of failures of this main and as a result we have initiated a project to rehabilitate this main in a phased approach. Phase 1 which included the rehabilitation of 11,225 LF was completed in April 2017. Phase 2A which included the rehabilitation of 9,135 LF was completed in April 2018. Phase 2B which included the rehabilitation of 4,800 LF will be completed in April 2019. The Bid (Phase 3- starts in the park along Grinstead Drive, heads east along Lexington Road then north along Stiltz Avenue to Crescent Hill Filter Plant) includes the rehabilitation of the existing 48-inch cast iron (7,900 lf) and pre-stressed concrete cylinder pipe (750 lf) by sliplining and open trench installation methods. The new pipeline installation includes: sliplining 8,000 +/- lineal feet of 42-inch OD welded steel pipe and open cut 695+/- lineal feet of 42-inch OD welded steel pipe along the existing route and appurtenances. Also included in this project is 250+/- lineal feet of ductile iron pipe sizes 6-inch through 24-inch for open cut tie-in connections to the existing 24” water main, drain assembly connections, disconnection of distribution mains from the existing 48” water main and re-connecting the distribution mains to the existing 24” water main.
Description and location of Project: This unit based construction order for demolition and proper disposal of all primary and secondary structures, trash, rubbish, basement walls, slabs, foundations, sidewalks, steps, driveways, and all other hardscape improvements from the specified parcel as the parcels become available.
Please Note: Addendum 02 has changed the Bid Date and added a PreBid Meeting!
Limited scope shell stabilization of an historic structure on the campus of Mustard Seed
Hill in Millersburg Kentucky. The renovation scope shall include, selective demolition,
foundation replacement, wood framing, masonry veneer, insulation, wondow
reconditioning , and painting.
The following bid packages will rebid on 2/21/2019:
Bid Package 3-Landscaping
Bid Package 4-Hollow Core Planks
Bid Package 10-Casework & Trim
Bid Package 11-Roofing
Bid Package 12-Joint Sealants & Waterproofing
Bid Package 18-Ceramic Tile
The work includes: Addition and Renovation on existing Henry County Courthouse. The Henry County Fiscal Court has retained the services of Wehr Constructors, Inc., who will serve as the Construction Manager.
All questions related to the Bidding Documents shall be addressed by email on or before Noon January 30, 2019 to:
• Jeff Boyer, Senior Project Manager (jeff@wehrconstructors.com)
LFUCG – Wolf Run Trunk B and Trunk C Wastewater System Improvements – 175-2018
LFUCG – Wolf Run Trunk B and Trunk C Wastewater System Improvements – 175-2018
The project includes providing all construction supervision, labor, materials, tools, test equipment
necessary for the Wolf Run Trunk B and Trunk C project. Construction includes approximately
8,100 LF of gravity sewers ranging in size from 42″ diameter to 6″ diameter, tunneling for 42″ and
36″ diameter sewers, 60 ea. manholes ranging in size from 4′ diameter to 8′ diameter, bypass
pumping, clearing & grubbing, pavement repairs, sidewalk and curb repairs, fencing, 9 ea. creek
crossings, connections to existing sewers (4″ – 30″), CCTV inspection of new sewers, erosion and
sediment control, traffic maintenance and control, landscaping and restoration, and all necessary
fittings, appurtenances, and miscellaneous improvements to complete the project.
Louisville Water Company is requesting Bids for the installation of 135 +/- linear feet of 12-inch DR-18 C900 PVC water main (using traditional trench installation techniques) and appurtenances.
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 $100,001 – $250,000. 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 not 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” PVC 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.
18-131 / Highway 1793 Tank & Goshen Booster Pump Station Demolition
18-131 / Highway 1793 Tank & Goshen Booster Pump Station Demolition
Louisville Water Company is requesting Bids for labor, rigging, tools, equipment, and materials to dismantle and demolish 750,000-gallon, ground-supported, welded steel water storage tank; Demolish masonry veneer booster pumping station including all mechanical, electrical, and process accessories; Demolish perimeter fencing, vaults, tanks, emergency generator, miscellaneous appurtenances and accessories; Legally dispose of all demolished items; Restore site.
Please Note: Addendum 01 has changed the PreBid and Bid Dates
Estimate:
$123,000.00
Estimated Length of Project:
(Substantial Completion) + 90 Calendar Days (Final Completion)
The proposed Billy Ratliff & Jonathan Hensley AML Reclamation Project, approximately 17.9 acres total, consists of the stabilization a landslide and the installation of drainage controls behind the Billy Ratliff & Jonathan Hensley residences, west of Pikeville in Pike County. The sites are located in the Pikeville Quadrangle. The Billy Ratliff site is at 37° 28′ 20.541″ N, 82° 33′ 32.135″ W, Jonathan Hensley site at 37° 28′ 58.78″ N, 82° 34′ 6.443″ W, and Waste Area at 37° 29′ 6.865″ N, 82° 33′ 8.884″ W. To reach the all the sites from Pikeville, take US 23 to KY 1384 west. Access the Billy Ratliff site by turning onto KY-3417, go 0.5 miles, then turn right onto Katie St. Go 0.45 miles and turn right onto King Ln and then go and additional 0.45 miles to the work area. Access the Jonathan Hensley site by turning from KY-1384 onto Mulberry Ln and going to the house at the back of the neighborhood. Access the waste area by turning from KY-1384 onto Cecil Rd and going all the way to the end at the waste area.
At the Billy Ratliff site, access from the upper road to the former OSM Emergency Project site. Improve the existing trails down to the work area, a large slip area. Stabilize the slide area by placing cyclopean riprap and Class III backfill. Remove the slide debris from the existing ditchline and regrade the old access road to tilt towards the existing ditch. Windrow trees less than 3′ and brush onsite. No trees over 3′ breast diameter height will be cut.
At the Jonathan Hensley site access from the front yard to around the side of the house. Remove the slide material and backfill with Class II/III rock. Cleanout the existing ditch running around the property. Install a French Drain (see section view) from the upper ditch down to the houseseat level. Construct a combination concrete tied mat ditch over a subdrain along the yard area daylighting the subdrain into the existing grouted ditch. Transport waste materials to the waste area, a reclaimed post-SMCRA mine site.
The project site and waste area have previously been disturbed by coal mining operations, house seat development, utility installation, road construction, and/or landowner activities. These disturbances consist of significant upheaval, mixing, and removal of earthen material from deep excavation, grading, sub-surface drilling, fill material placement, and erosion. There should be no undisturbed earthen material to a depth of several feet at the areas slated for significant project-related construction activities.
Construction disturbances will be kept to a minimum with a stringently formulated sediment and erosion control program. Prior to beginning any major earth disturbance (excluding initial site preparation for access only), all silt control measures will be installed. These include silt traps and silt barriers (bales & silt fence) at the project site and the waste area. No trees greater than 3″ diameter at breast height will be cut. No tree clearing is required at the waste area (site and access). All disturbed areas will be promptly revegetated at the end of construction using lime, fertilizer, residential or wildlife seed, and mulch, as necessary. Standard measures will be used for dust control and work hours will occur during AML’s standard time frame of 7 am to 7 pm Monday-Friday with shorter hours for “critical” work items.
Access to the site is via county roads, residential driveways and yards, and an existing access road. This project will include pre- and/or post- project maintenance and repair of existing previously constructed public county roads utilized during the construction of this project, which are administered by the county or local road authority. This construction activity will be conducted under the authority and supervision of the local public road authority and will consist of standard road construction practices appropriate to mitigate impacts to the local community from potential degraded road conditions in order to maintain public traffic safety.
Metro Louisville – Zoo Bridge Replacement – 190112
Metro Louisville – Zoo Bridge Replacement – 190112
Louisville Metro Government is currently accepting proposals for a Bridge Replacement at the
Louisville Zoo.
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 01/25/19 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).
Replace the existing mixing valves with new electronic mixing valves and repipe the assemble to match the detail. This occurs on 4 mixing valves. There is also some additional piping require in wing.
The Work includes a substantial interior and exterior renovation of the Restroom Building and Vending Building at the Woodford County Rest Area located at I-64 West Bound, Mile Marker 60.2, Woodford Co., Kentucky. All plumbing fixtures will be removed and replaced, including exposed fixture piping to the existing walls. Water closet carriers will be replaced which will include limited cutting and patching of the existing concrete slab in the mechanical chase. Existing ceramic wall and floor tile will be removed and replaced. Floor in Break Area, Chase, and Mechanical Area will receive new slip resistant epoxy coating. Floor of covered area of Vending Building will also receive slip resistant epoxy coating. Existing terrazzo floor and base in lobby and side entry vestibule’s will remain, protect from damage. Interior and exterior light fixtures (including site pole lights) will be replaced, existing circuits will typically be reused. HVAC system and rigid duct work will typically be reused, flexible connections and supply/return diffusers/grilles will be replaced. All ceilings will be removed and replaced. Gypsum board ceilings will be replaced with new painted gypsum board. Wood ceiling in lobby and side entry vestibules will be replaced with linear metal ceiling system. Exterior and interior brick masonry veneer will remain, it will be cleaned and protected from other Work. Exterior soffit and fascia will be replaced with new metal soffit and fascia. Roof framing at Restroom Building and Vending Building will be altered to improve the roof line. Existing asphalt shingle roof system will be replaced with new standing seam metal roof system with snow and ice guards (Restroom Building and Vending Building). Aluminum framed storefront system will be replaced entirely. All hollow metal doors, frames and hardware (interior and exterior) will be replaced. Existing pay phone will be re-installed, a second pay phone will be provided to match existing phone in adjacent location. A small kitchenette will be provided in the Break room. Existing downspouts on the Restroom Building will be verified to be free of clogs/debris and cleaned as needed. All exterior steel handrails will be painted. In addition to portable toilet facilities provided for Contractor’s use, Contractor to provide two additional accessible style port-o-lets adjacent the truck parking area for truck driver use throughout the duration of the Contract. Truck driver port-o-lets shall be serviced daily by port-o-let provider. See plans and specifications for additional scoping requirements.
The Work includes a substantial interior and exterior renovation of the Restroom Building and Vending Building at the Woodford County Rest Area located at I-64 East Bound, Mile Marker 60.2, Woodford Co., Kentucky. All plumbing fixtures will be removed and replaced, including exposed fixture piping to the existing walls. Water closet carriers will be replaced which will include limited cutting and patching of the existing concrete slab in the mechanical chase. Existing ceramic wall and floor tile will be removed and replaced. Floor in Break Area, Chase, and Mechanical Area will receive new slip resistant epoxy coating. Floor of covered area of Vending Building will also receive slip resistant epoxy coating. Existing terrazzo floor and base in lobby and side entry vestibule’s will remain, protect from damage. Interior and exterior light fixtures (including site pole lights) will be replaced, existing circuits will typically be reused. HVAC system and rigid duct work will typically be reused, flexible connections and supply/return diffusers/grilles will be replaced. All ceilings will be removed and replaced. Gypsum board ceilings will be replaced with new painted gypsum board. Wood ceiling in lobby and side entry vestibules will be replaced with linear metal ceiling system. Exterior and interior brick masonry veneer will remain, it will be cleaned A. The Work includes a substantial interior and exterior renovation of the Restroom Building and Vending Building at the Woodford County Rest Area located at I-64 East Bound, Mile Marker 60.2, Woodford Co., Kentucky. All plumbing fixtures will be removed and replaced, including exposed fixture piping to the existing walls. Water closet carriers will be replaced which will include limited cutting and patching of the existing concrete slab in the mechanical chase. Existing ceramic wall and floor tile will be removed and replaced. Floor in Break Area, Chase, and Mechanical Area will receive new slip resistant epoxy coating. Floor of covered area of Vending Building will also receive slip resistant epoxy coating. Existing terrazzo floor and base in lobby and side entry vestibule’s will remain, protect from damage. Interior and exterior light fixtures (including site pole lights) will be replaced, existing circuits will typically be reused. HVAC system and rigid duct work will typically be reused, flexible connections and supply/return diffusers/grilles will be replaced. All ceilings will be removed and replaced. Gypsum board ceilings will be replaced with new painted gypsum board. Wood ceiling in lobby and side entry vestibules will be replaced with linear metal ceiling system. Exterior and interior brick masonry veneer will remain, it will be cleaned and protected from other Work. Exterior soffit and fascia will be replaced with new metal soffit and fascia. Roof framing at Restroom Building and Vending Building will be altered to improve the roof line. Existing asphalt shingle roof system will be replaced with new standing seam metal roof system with snow and ice guards (Restroom Building and Vending Building). Aluminum framed storefront system will be replaced entirely. All hollow metal doors, frames and hardware (interior and exterior) will be replaced. Existing pay phone will be re-installed, a second pay phone will be provided to match existing phone in adjacent location. A small kitchenette will be provided in the Break room. Existing downspouts on the Restroom Building will be verified to be free of clogs/debris and cleaned as needed. All exterior steel handrails will be painted. In addition to portable toilet facilities provided for Contractor’s use, Contractor to provide two additional accessible style port-o-lets adjacent the truck parking area for truck driver use throughout the duration of the Contract. Truck driver port-o-lets shall be serviced daily by port-o-let provider. See plans and specifications for additional scoping requirements.
801 Colonel Anderson Parkway Flood Protection Project
801 Colonel Anderson Parkway Flood Protection Project
Description and location of Project: This unit based construction order is to provide a level of protection for 801 Colonel Anderson Parkway located in Metro Council District 18.
Proposed construction activities for the new 132 space parking lot include site demolition, site
grading, underground storm water detention system, and off-site storm sewer improvements.
The project includes coordination with electrical, lighting, communication, and landscape
improvements by others. The project is located along College Way in Lexington, Kentucky
near the Kentucky Proud Park (Baseball Stadium). The total area disturbed by the proposed
construction activities is approximately 1.6 acres.
The project involves re-roof work at the Campbell Regional Jouvenile Detention Center building in Newport, KY. The existing approximately 18,880 square foot roof to be recoved is an asphalt twp ply sytem on metal deck. The new roof system is a SBS Modified Asphalt Two Ply system that is adhered over a recover board over the existing roof system. Damaged or wet insulation will be replaced. The existing metal coping shall be removed, stored, and reinstalled.
The project consists of new PVC roofing membrane installed over existing metal panel roof system. Clean roof surface, loose lay rigid Isocyanurate insulation between standing seams, loose lay ½” cover board insulation over entire roof and mechanically fasten both layer of insulation to existing metal roof. Mechanically fasten .060 PVC membrane roof over insulation. Install all PVC flashings and metal components to complete the installation.
This Project will replace the X-ray machine in PAV H HX227. Work will include removing Xray
equipment and adding new X-ray equipment. Construction will include demo, new casework, paint, lighting, and flooring.
The project involves re-roof work at the Department of Correcetions, Luther Luckett facilitlty dorm building in LaGrange, KY. The existing approximately 10,822 square foot roof to be removed is a asphalt roof sytem on light weight concrete deck. The new roofing system is to be 2-ply SBS modified bitumen system with granulated coated cap sheet on base ply sheet on polyisocyanurate insulation. Refer to drawings for extents. The existing sheet metal coping cap, flashings, and expansion joint covers will be replaced with new sheet metal coping trim.
The project involves re-roof work at the DOC – KSR Dorm 10 building in Oldham, KY. The existing approximately 18,350 square foot roof to be removed is an balasted system on metal deck. The new roof system is a SBS Modified Asphalt Two Ply system that is cold adhered over a 3 1/2″ rigid board insulation with fully taper system. The existing coping will be removed and replaced with new sheet metal coping. Existing gutters will also be removed and new gutters installed.
The work includes the following interior building improvements.
-Dismantle existing acoustical panel ceiling and replace with new acoustical panel ceiling in the kitchen.
-Replace existing mechanical, electrical items in kitchen as indicated on drawings.
-Replace existing lighting in kitchen. Refer to Section 012300 “Alternates” and MEP sheets for lighting to be included in Additive Alternate #1.
-Provide blocking for owner furnished, owner installed TVs.
-Provide roller window shades in Conference Room.
-Provide interior maintenance repainting in public areas and kitchen areas.
-Repair quarry tile as indicated on drawings.
-Demolition and replacement of carpet in dining area.
-Installation of new rubber base and carpet base.
-Providing (furnishing & Installation) Food Service Equipment.
Estimate:
$133,800.00
Estimated Length of Project:
(Substantial Completion) + April 1, 2019 (Final Completion)
The Division of Abandoned Mine Lands wishes to receive bids to perform reclamation work on approximately 9 acres of mine land in Johnson County, Kentucky. The work will consist of earthwork, gradework, and revegetation of 1 bond forfeiture permits.