Professional Services for Study/Design — Boiler MACT
Professional Services for Study/Design — Boiler MACT
Western Kentucky University requests proposals from qualified Architectural/Engineering Firms to enter into a contract to conduct a feasibility study on the coal boilers in the Heat Plant at Western Kentucky University. It is almost time to renew the permit and as requirements have changed WKU is requiring a feasibility study to determine if it is in its best interest to update to coal boilers, put it scrubbers, etc. in order to permit, or to remove them and only use the gas boilers already in place. If it is determined to be the best decision to proceed with new permits on the coal boilers, it is the intent of the RPF to select an Architectural/Engineering Firm that can not only complete a feasibilty study (Phase 1), but to proceed with the redesign phase (Phase 2) and design the update that will be required to permit. This RFP will only move into Phase 2 if evaluated to be in the best interest of WKU.
City of Danville Harding Street Storm Water Improvements
City of Danville Harding Street Storm Water Improvements
Harding Street Storm Water Improvements including work on Rosemont Ave, Cottage Manor and Forest Ave. This project is for approximately 1340 feet of 30″, 248 of 24″, 963 of 18″, 322 of 15″ and other storm water pipe line construction and related small storm water structures. Sets will NOT be issued after 10/18/11 5:00pm.
Remove existing shingle roof, gutters and downspouts. All roofing debris to be removed by contractor that is certified to remove ACM. Please refer to the attached “Analysis of Roof Samples.” All roof debris is to be disposed to according to projetc specifications. Any exposed sheathing is to be protected from the elements at all times. If a complete tear off is performed prior to replacement of roof, the entire roof will need to be protected. After removal of shingles and felt paper, roof sheating shall be inspected for rotted plywood, 1x, rafter facia, and/or rotted structural members (rafters/trusses). A University Representative shall inspect the rotted areas and review the quantities to be replaced prior to replacement.Install new exposed fastner, ribbed roof panels according to manufacturer’s and project’s specifications. If 2x or 1x nailers are required these are to be included in the lump sum bid price. Within 10 days of award, the contractor shall provide all submittals indicated, including color charts, samples and product data of all roofing products.Include new gutters and downspouts according to manufacturer’s and projetc specifications. Gutters to be 5″ seamless coil stock with 1 expansion joint per side and 4-5″ square downspouts per side with hidden fastners. Once a University Representative has inspected the new ribbed roof panel installation, install new ice guards per manufacturer’s and project specifications. Ice guards to be adhered to the metal panel and not mechanically fastened.
City of Caneyville Wastewater Treatment Plant Improvements-Phase 3
City of Caneyville Wastewater Treatment Plant Improvements-Phase 3
The Wastewater Treatment Plant Improvements-Phase 3 Project generally consists of the replacement of the plant secondary treatment mechanical aeration assembly, construction of a new primary treatment structure including a mechanically cleaned bar screen, replacement of sludge pumps and controls, construction of a new aluminum service walkway structure, metal painting and construction of approximately 250 linear feet of new aluminum safety railing.
CALL 312 CONTRACT ID 111346
PIKE COUNTY
JL03 098 3419 004-005: SMITH FORK ROAD (KY 3419) REPLACE BRIDGE ON KY 2419 OVER
SMITH FORK AT THE INTERSECTION OF KY 632, A DISTANCE OF 0.05 MILES. GRADE, DRAIN &
SURFACE WITH BRIDGE.
SYP NO. 12- 08101.0.
CALL 315 CONTRACT ID 111050
BOYD COUNTY
FD39 010 0538 006-007: LAKE BONITA ROAD(KY 538) RELOCATION OF KY-538 FROM MP 6.5 TO
US-23. ASPHALT SURFACE WITH GRADE & DRAIN.
SYP NO. 09-00203.00.
Crescent Hill Water Treatment Plant Masonry Veneer Installation
Crescent Hill Water Treatment Plant Masonry Veneer Installation
Louisville Water Company is requesting bids to provide all labor, rigging, tools, equipment, and materials to provide and install new limestone veneer on the existing retaining wall along Grinstead Drive and Stilz Avenue, and other work as noted in the contract documents. Refer to contract documents, which include specifications and drawings, for further description of scope of work
Louisville Water Company is requesting Bids for the installation of 860 +/- linear feet of 6-inch Pressure Class 350 ductile iron water main and appurtences, and restore the site.
DB Services for Muhammad Ali Center Pedestrian Bridge Rebid
DB Services for Muhammad Ali Center Pedestrian Bridge Rebid
A Request for Proposals to furnish all labor, material & necessary equipment for Design Build Services for the Muhammad Ali Center Pedestrian Bridge ReBid.
Eurie Tackett Repair (AML) Reclamation Project, 30th Annual Construction Grant
RFB-101-12
The Eurie Tackett Repair AMLProject consists of repaving approximately 1.4 total miles of Road proximate to the Glen Bentley, Kermit Dailey, Jeanene Hamilton, and Dale Newsome sites of the Eurie Tackett Group AML Project. Cover is anticipated to be two inches at the Hamilton and Newsome sites, and 1.5 inches at the Bentley and Dailey sites.
Dense Grade Aggregate is included for holes in pavement as encountered
Mobilization is included, and Traffic Control is to be considered as incidental to paving. For continued project description see Special Conditions.
Wayland Drainage (AML) Reclamation Project, 30th Annual Construction Grant
RFB-99-12
The Division of Abandoned mine lands wishes to receive bids on the following Project: The Wayland Drainage (AML) Reclamation Project is located in Wayland, in western Floyd County, Kentucky at approximately 37 degrees, 26 minutes, 44 seconds north latitude and 82 degrees, 48 minutes, 20 seconds west longitude . Mine drainage at the site is saturating the house seat of Cybil Bentley and neighbors.
A Tank and Pump System, subdrain with 12 inch pipe, and construction of a Class II/III Ditch with ECB and Filter Fabric are planned to control the drainage problem in the vicinity.
Hay bales will be placed for sediment control, and Residential Seeding is planned for the yard areas affected by construction activities. For continued project description see Special Conditions.
This project is to complete a repurposed space and adding on the that space that will require all trades, including but no limited to HVAC, electrical, carpentry/structural, concrete floor, block walls, roofing, painting, and plumbing.
CALL 201 CONTRACT ID 111345
CLINTON, OTHER STATE (TN) COUNTIES
121GR11D045
ALBANY BYPASS AND US127
CLINTON COUNTY
HPSTP 0139 (003): ALBANY BY-PASS (US 127) BEGINNING JUST NORTH OF SPRING CREEK
EXTENDING NORTH TO KY 1590, A DISTANCE OF 4.22 MILES. GRADE & DRAIN AND PAVEMENT
ALTERNATES. SYP NO. 08-00260.02.
CLINTON COUNTY
NH 1271 (105): ALBANY-TENNESSEE STATE LINE ROAD (US 127) RECONSTRUCT US 127 FROM
THE KENTUCKY STATE LINE EXTENDING NORTH TO THE ALBANY BYPASS, A DISTANCE OF 2.51
MILES. GRADE & DRAIN AND PAVEMENT ALTERNATES. SYP NO. 08-00260.10.
OTHER STATE (TN) COUNTY
NH 1271 (105): ALBANY-TENNESSEE STATE LINE ROAD (US 127) RECONSTRUCT US 127 FROM 0.
6 MILE SOUTH OF THE KENTUCKY STATE LINE EXTENDING NORTH TO THE KENTUCKY STATE LINE,
A DISTANCE OF 0.60 MILES. GRADE & DRAIN WITH ASPHALT SURFACE. SYP NO. 08-00260.10.
CALL 309 CONTRACT ID 111343
HARDIN COUNTY
JP02 047 NEW-ROUTE: ELIZABETHTOWN-RADCLIFFE CONNECTOR ROAD SECTION 2
FROM
CELLILLIANA DRIVE TO KY 220, A DISTANCE OF 2.82 MILES. GRADE & DRAIN
AND PAVEMENT
ALTERNATES.
SYP NO. 04-08103.30.
CALL 103 CONTRACT ID 111342
BARREN COUNTY
IM-NH 0652 (081): TENNESSEE STATE LINE-ELIZABETHTOWN ROAD (I-65) WIDEN I-65 TO
6-LANES FROM 1.1 MILE NORTH OF KY 255 I-CHNG TO 1.0 MILE SOUTH OF THE HART COUNTY
LINE. ASPHALT SURFACE WITH GRADE & DRAIN.
SYP NO. 03-00013.11.