This invitation is for the repair/replacement of concrete on Daniel Boone drive as specified in the following bid at Eastern
Kentucky University’s Richmond, KY Campus. The work includes furnishing all labor, materials, equipment and services
necessary to complete the project outlined in the event and attachments including all items indicated throughout the event.
Work will begin immediately following an official Award of Contract and Purchase Order from Eastern Kentucky
University. A point of contact for EKU Project Management will be provided to the awarded vendor at time of award.
Scott County Fiscal Court – Scott County Courthouse HVAC Renovation
Scott County Fiscal Court – Scott County Courthouse HVAC Renovation
The Scott County Fiscal Court will be accepting bids by a qualified mechanical contractor to install new
mechanical equipment at the courthouse building, including new fan coil units, new air handler, and new
air-cooled chiller. The HVAC will also receive a new DDC control system to provide functionality of new
HVAC equipment as well as connect to existing boilers and hydronic pumps. Electrical scope is limited to
work related to replaced HVAC components. Alternate work includes lighting fixture replacements and
new hydronic pumps.
City of Celina – Cedar Hill Waterline Replacement Project – ARP
City of Celina – Cedar Hill Waterline Replacement Project – ARP
The Project will consist of the replacement and improvements of the existing waterline throughout the Cedar
Hill community in Celina, Tennessee. The intent of this project is to remedy existing system pressure and
supply issues throughout these communities.
City of Mount Washington – Greentree Lane Sewer Main Replacement
City of Mount Washington – Greentree Lane Sewer Main Replacement
The Project includes the following Work: installation of approximately 2,200 linear feet of 18-inch gravity
sewer, 50 linear feet of 10-inch force main, 50 linear feet of 6-inch force main, temporary force main &
grinders, 12 manholes, 50 lateral reconnections and other appurtenances for a complete installation per
PLANS and SPECIFICATIONS. Bids are requested for a single Contract: Greentree Sewer Main
Replacement. The Project has an expected duration of 150 days.
Barren County Fiscal Court – Barren County Courthouse – Interior Courtyard Sidewalk Rehabilitation
Barren County Fiscal Court – Barren County Courthouse – Interior Courtyard Sidewalk Rehabilitation
Rehab approximately 1400 L.F. of
sidewalk/stairs/ramping/landing infrastructure on and around the Barren County
Courthouse grounds. The project is located at 208 Court House Sq Glasgow, Barren
County Kentucky
The project is a full replacement of the marina. Each dock, gangway, landside stairs/abutments, and associated utilities are to be demolished. The existing stiff arms and their foundations will remain. The stiff arms will be sanded, painted, and attached to the new marina. The western portion of the cove will be dredged to provide adequate depth for Docks C, D, E, and F per the design drawings.
Docks G and H are to be relocated and reassembled for use as temporary dock moorage during construction. The temporary moorage will provide 22 slips that are large enough to accommodate the largest houseboats currently occupying the existing marina. Electric will be provided for the temporary dock. The temporary dock is not a recreation dock. Houseboat owners will move their boats to the temporary dock, where they will remain throughout construction.
Construction should be staged in a manner that permits 44 house boats to remain in the water with shore power. 22 houseboats will be moved to the temporary dock by the houseboat owners. The other 22 should be able to remain at the marina while other demolition, dredging, and construction occur.
Louisville Water Company is requesting Bids for the Base Bid Lump Sum Work that consists of providing all labor, rigging, tools, equipment, and materials to restore BPS and PRV. Including replacing pumps, strainer, check valves, isolation valves, pressure controls including piping and gauges, Sump Pump including pump, pit, and discharge, vent and blower including existing mushroom caps, heater, dehumidifier, hatch handle and seal, anode test stations, ladder and floor mat, flood alarm, lights, signage and other items included in drawings. Reweld and recoat exterior of piping and floor supports. Cut and plug existing recirculation line. Replace meter box enclosure for existing electric service. Replace existing service disconnects and remove existing telephone box. Replace bulbs, selector switches, and other items in the MCC, add spare conduit to re-route wire coming through existing vents. Replace existing accessory receptacles. Recoat all interior coating including steel surface preparation, Replace existing PRVs, gate valves, ladder, Holt-Open Arm, seal and other hatch hardware. Install supplemental piping and recoat flanged piping and hardware. Install necessary items, including piping, to complete the replacement of the new pump. All of the above shall be made ready for use in accordance and compliance with the Contract Documents, Plans, and Louisville Water Standard Specifications and Drawings.
A pre-bid meeting to discuss the Project and to tour the work site will be held on Thursday, October 9, 2025, at 10:00 a.m. EST/EDT at Jefferson Forest Booster Pump Station, 409 Old Brooks Hill Road, Brooks, KY 40109. Attendance at this meeting is strongly recommended, but not mandatory.
Questions or inquiries relating to this project must be submitted through the Louisville Water Company web-based portal by the date and time indicated for this bid.
The Company’s Project Manager’s estimate for the Contract plus Company supplied materials for this Project is $250,001 – $500,000. 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 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 Prime contractor to be prequalified in any of the following categories: Heavy Construction – Underground Vault and Pressure Reducing Valves, Electrical or Mechanical. Contractors/Subcontractors performing specialty items of work such as Electrical must be prequalified in the Electrical Category. Contractors/Subcontractors performing specialty items of work such as Mechanical must be prequalified in any of the following categories: Mechanical, Heavy Construction – Underground Vault and Pressure Reducing Valves or Plumbing Category. For information about pre-qualification, contact the Buyer listed above.
Bid Documents except the Bid Table 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. The Bid Table is available in Microsoft Excel via download from the designated portal on Louisville Water’s electronic bidding site at https://louisvillewater.bonfirehub.com/portal/
Estimated Length of Project:
(Substantial Completion) + 270 Calendar Days (Final Completion)
The proposed project consists of one site located in Hazard, Ky. A large slide has occurred just above the home and is currently active. Drainage is seeping through the slide area and causing the slope to stay fully saturated. The homeowner has tried to keep the slide material cleaned up but it continues to come down on and around their home. In addition to the slide, there’s a steady flow of drainage coming from the middle of the slide and is pooling up around the home’s foundation. Reclamation plans will include removing slide material and hauling it to an offsite waste area, stabilizing the toe of the slope behind the home with a concrete retaining wall and subdrain to transport drainage to the roadside ditch. Other features will include ditches along Boone Ledge Drive.
The Kentucky Department of Fish and Wildlife Resources (KDFWR) issues this solicitation with the intent of
contracting with a single vendor per geographical region (three) to provide Civil Engineer Services for FILO Projects
to be utilized by the KDFWR.
The purpose of this solicitation is to select a vendor to provide services on multiple “in lieu of
fee” mitigation projects located in the listed geographical regions, but this does not guarantee work. The vendor
may be used on a case-by-case basis. The selected firm must have the ability to provide all non-construction
related services for in-lieu fee mitigation projects for the specified geographic regions depicted in attachments and
listed below:
North Region (Northern Kentucky, Lower Licking River, and Lower Kentucky River FILO Service Areas)
East Region (Big Sandy, Upper Licking River, Upper Kentucky River FILO Service Areas)
Southwest Region (Upper Cumberland, Lower Cumberland River, Salt River, Green River, and Jackson Purchase
FILO Service Areas)
This RFP applies only to the areas listed above. In-lieu fee mitigation projects outside
of the described geographic area are not covered as part of this RFP.
Floyd County Board of Education – Betsy Layne Elementary School Gym Renovation
Floyd County Board of Education – Betsy Layne Elementary School Gym Renovation
This project is a renovation of the existing Betsy Layne Elementary Gymnasium.
Scope will include selective demolition, sprayed-in-place thermal insulation and sprayed-on acoustical
insulation on the interior side of the geodesic dome roof (a new roof membrane on the exterior side
was recently replaced). Existing glazing to be replaced with a new translucent panel system. New
wood athletic flooring and retractable bleachers will be provided. Improvements to a Band room
include new partitions, doors, flooring, storage, and ceilings. New gas water heater will be installed in
place of existing. New Packaged air conditioning units and split system will be installed in place of
existing HVAC systems. New electrical will be installed to support new HVAC equipment.
Demolition and new installation of electrical panels and distribution panel. New sound system will be
installed to replace existing and will integrate with video screen.
The project includes demolishing the existing kitchen dumbwaiter and replacing it with a new dumbwaiter. It also includes modifications to passenger elevators No. 1, No. 2, and No. 4, as well as modifications to service elevator No. 3. These modifications are to implement recommendations from an elevator assessment report.
This project is for Door Modifications at the DJJ-Adair Regional Detention Center in Columbia, Kentucky.
The scope of work includes replacing selected doors and adding new tray slots in existing doors in the dormitory units and intake.
KCTCS – RFP Job Order Contracting 26-02 – Roofing Contractor
KCTCS – RFP Job Order Contracting 26-02 – Roofing Contractor
This specific RFP will require one or more experienced and highly qualified Roofing Contractor firm(s) to provide timely and cost-effective Roofing Contractor services for indefinite delivery/ indefinite quantity Work as ordered by individual Job Orders at various locations as described herein on an as-needed basis pursuant to the issuance of a specific project Job Order (Purchase Order).
Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
Project limits include 3 acres with an expected disturbance of 0.2 acres within the project boundaries. Project limits for the offsite waste area include 1.5 acres with an expected disturbance of 1.5 acres. Within the project limits a total of 0.1 acres of trees will be disturbed. The waste area was previously disturbed and does not involve tree removal. The project boundary is primarily residential including houses, outbuildings, and driveways. Drainage structures and retaining walls will be constructed in the yards, behind the houses and structures and along the driveways. The project site is characterized by a small slide, 4 open portals, 3 collapsed portals and seepage from the portals and slide. The slide damaged an existing storage building on the property, which was subsequently replaced following clean-up of the slide by the property owner. However, there remains a significant amount of seepage from the open portals and throughout the material on the upper bench and below at the elevation of the property owner’s residence.
Estimated Length of Project:
(Substantial Completion) + 180 Calendar Days (Final Completion)
This project consists of 2 slides behind house A and House B at 144 Hosscat Lane in Perry, County. The landowner has removed some of the material away from house B but is in danger of more material sliding.
UK Project #2615.0 University of Kentucky HealthCare – Chandler Expansion (Elevator)
UK Project #2615.0 University of Kentucky HealthCare – Chandler Expansion (Elevator)
The project will involve the construction of a 2.08 million SF, 895 bed facility – with the focus on the expansion of the
Chandler Patient Care Facility. The building will accommodate additional inpatient bed and clinical support services.
General Services targeted for this location include, but are not limited to, adult and pediatric inpatient rooms,
observation spaces, operation rooms, minor procedures, diagnostic services, imaging services, pharmacy, retail, lab,
administration, support, and meeting spaces.
City of Danville – Lebanon Rd/Clarks Run Trunk Sewer Improvements – Phase 2
City of Danville – Lebanon Rd/Clarks Run Trunk Sewer Improvements – Phase 2
The Project consists of constructing gravity sanitary sewer lines, manholes and
appurtenances along J.E. Woods Drive and Clarks Run in Danville, Kentucky.
Scope of Work to include the selective demolition and replacement of (4) existing expansion joints across (2) levels between two existing parking garages and concrete repairs to the surrounding structural elements (slabs, beams, columns). Concrete Work to be performed on this Project is considered critical to the structural integrity of the structure and requires a Contractor highly skilled in expansion joint replacement and post-tension tendon repair in post-tension concrete slab system. See Section 14 Other Special Conditions of Contract for Contractor Qualification requirements. Shoring of the existing concrete slab may be required on this Project if post tension tendons are to be trenched across any portion of the concrete slab.
The garages will be occupied during the repair projects and shall remain in service during the project. The Project requires the installation of a temporary entrance to the Parking Garage along West Liberty Street at Level 1, see structural plans. After repairs are made to the expansion joints, the contractor shall remove the temporary entrance and restore it to its previous condition. The transportation, unloading, storing, erection or installation, testing, and making operable of all parts of the Project shall be included under the Agreement at times appropriate thereto
City of Manchester – Water Treatment Plant Intake Improvements
City of Manchester – Water Treatment Plant Intake Improvements
The project consists of upgrades at the existing intake structures along Goose Creek,
burying/covering the existing raw water siphon line from the reservoir, and upgrades to
controls and equipment at the water treatment plant and all necessary appurtenances.
KCTCS – RFP Job Order Contracting 26-01 – General Contractor
KCTCS – RFP Job Order Contracting 26-01 – General Contractor
The Kentucky Community and Technical College System (KCTCS), Office for Facilities Support Services through the Office of Capital Project Services (CPS), is soliciting sealed proposals from qualified firms to establish Master Agreement contracts to provide Job Order Contracting (JOC) Services for indefinite delivery indefinite quantity (IDIQ) construction, renovation, repair, and maintenance projects across the KCTCS various colleges / campuses statewide. It is the intent to award one or more Master Agreements for each of the Regions as detailed in section 40.2.
This specific RFP will require one or more experienced and highly qualified General Contractor firm(s) to provide timely and cost-effective construction and general contractor services for indefinite delivery/indefinite quantity Work as ordered by individual Job Orders at various locations as described herein on an as-needed basis pursuant to the issuance of a specific project Job Order (Purchase Order).
The JOC – General Contractor selected will become a responsible, cooperative, and contributing member of the Owner’s professional team for the scope review and construction of the project. The JOC – General Contractor will provide construction services to the Kentucky Community and Technical College System, Office of Facilities Support Services, and Consultants on behalf of the Colleges on selected projects, to ensure the project is completed within the defined budget, program, and schedule.
Projects authorized under the resultant Master Agreement Contract awards shall range from $50,001 to $1,000,000 per project. Nothing in this RFP shall be construed as a guaranteed minimum for Job Orders to be issued.
CCK-2564.0-20-26 Construct Health Education Building – BP-07 – TC-045 Landscapes Re-Bid
CCK-2564.0-20-26 Construct Health Education Building – BP-07 – TC-045 Landscapes Re-Bid
Training physicians and other healthcare professionals to practice statewide in Kentucky is of
major importance and to do that effectively, the College of Medicine and other healthcare
colleges at the University of Kentucky need the space available to grow the number of
medical/healthcare students to meet the needs of the Commonwealth. As part of the College’s
planned growth strategy, this would establish a world-class medical education facility that will
become the hub of medical education in the Commonwealth and beyond. The project
consistent of a 520,000 sqft, 10 story structure.
This package consists of trade contract for Landscapes.
CCK-2508.20-1-26 Seaton Center – Foam Roof Phase II
CCK-2508.20-1-26 Seaton Center – Foam Roof Phase II
The existing BUR roof area is to be scanned, wet insulation replaced, the coping replaced, the
expansion joints renovated, and the urethane coated foam-roof applied over the cleaned and repaired
roof surface.
Mountain Water District – MWD Capital Infrastructure Improvements Project Contract #1
Mountain Water District – MWD Capital Infrastructure Improvements Project Contract #1
The contract will consist of construction services for three (3) projects located within the Mountain Water
District’s service area in Pike County, Kentucky. Project #1 is located near Dorton Hill along US Hwy 23/119,
which will consist of the installation of 1,600 LF of 6” ductile iron pipe, 1,100 LF of 6” PVC, (2) 6” gate valves,
(1) 4” gate valve, and all related appurtenances. Project #2 is located at Smith Fork and the intersection of KY
RT 632 near the Phelps Community, which will consist of the installation of 1,300 LF of 6” ductile iron pipe, (2)
6” gate valves, (1) flush hydrant, 40 LF of conventional road bore, creek crossing, and all related
appurtenances. Project #3 is located at Big Branch near the Marrowbone Community, which will consist of the
installation of 3,600 LF of 6” ductile iron pipe, (5) 6” gate valves, 80 LF of conventional road bore, 140 LF
directional bore, creek crossing, and all related appurtenances.
Louisville Water Company is requesting Bids Base Bid Lump Sum Work consists of providing all labor, rigging, tools, equipment, and materials to perform the roof replacements and interior structural work at the North and South Coagulation Buildings. All of the above shall be made ready for use in accordance and compliance with the Contract Documents, Plans, and LWC Standard Specifications and Drawings.
Questions or inquiries relating to this project must be submitted through the Louisville Water Company web-based portal by the date and time indicated for this bid.
The Company’s Project Manager’s estimate for the Contract plus Company supplied materials for this Project is $500,001 – $1,000,000. 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 required.
Bids will only be accepted from Bidders who have been pre-qualified by the Company in the prequalification category or categories that apply to this Bid. This Bid requires prequalification in Building. Contractor/Subcontractor performing specialty items of work such as Roofing must be prequalified in Category of Roofing. For information about pre-qualification, contact the Buyer listed above.
The Company will award the Contract to the Bidder presenting a Bid that is responsive to the Specifications, is in substantial compliance with the Contract requirements, and presents the lowest and best price for performing the Work making up the base bid and or Bid that Company determines is in the Company’s best interest, which may not necessarily be the least expensive
Bid.
Bid Documents except the Bid Table 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. The Bid Table is available in Microsoft Excel via download from the designated portal on Louisville Water’s electronic bidding site at https://louisvillewater.bonfirehub.com/portal/.