Louisville Water Company is requesting Bids for the installation of 415 domestic service Pressure Reducing Valves as indicated in the Supplementary Specifications and Plans.
A pre-bid meeting to discuss the Project and to tour the work site will be held on Tuesday, December 2, 2025, at 10:00 a.m. EST/EDT at John L. Huber Corporate Headquarters, in the Kentucky River Conference Room at 550 South 3rd Street, Louisville, KY 40202. Attendance at this meeting is strongly recommended.
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 are Louisville Water Small Business Equity (SBE) Program Participants and have been pre-qualified by the Company in the pre-qualification category or categories that apply to this Bid. This Bid requires prequalification in all the following categories: 1” and Smaller Services AND 1.5” & Larger Water & Fire Services. For information about the Louisville Water SBE Program or pre-qualification, contact the Company through the designated bid portal.
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/
Louisville Water Company is requesting Bids for Installation of 400 domestic service Pressure Reducing Valves as indicted in the Supplementary Specifications and Plans.
A pre-bid meeting to discuss the Project and to tour the work site will be held on December 02, 2025 at 10:00am, at Louisville Water Company, 550 South Third, Louisville, KY 40202 – Kentucky River Room. Attendance at this meeting is strongly recommended.
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 $250001 – $500000/Bonds & Prevailing Wage Required. 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 are Louisville Water Small Business Equity (SBE) Program Participants and have been pre-qualified by the Company in the pre-qualification category or categories that apply to this Bid. This Bid requires prequalification in 1” & Smaller Water Services, AND 1.5” & Larger Water & Fire Services. For information about the Louisville Water SBE Program or pre-qualification, contact the Company through the designated bid portal.
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/.
Sealed Bids shall be accepted by Louisville Water Company until 11:00 a.m. Eastern Time on the Bid Submittal Due Date cited above. Louisville Water is using a web-based portal for accepting and evaluating bid proposals digitally at https://louisvillewater.bonfirehub.com/portal/ for this Invitation to Bid. Documents may be uploaded at any time during the open period indicated for each bid. All bids received by the bid submittal date and time, will be unsealed electronically and publicly read via a virtual conference and or conference call. You may access the public reading by calling 502-709-7361, Conference ID: 317 611 769# at the date and time of the Bid Submittal Due Date for this Bid.
Louisville Water SBE Program Participant and pre-qualified Minority/Women Business Enterprises will be afforded full opportunity to submit Bids, and no Bidder will be discriminated against on the grounds of race, color, religion, sex, sexual orientation, gender identity, age (over 40), national origin, protected veteran status, or physical or mental disability which, with or without reasonable accommodation, does not prevent the performance of essential job functions.
The Company reserves the right to reject Bids from Bidders not pre-qualified and or a Louisville Water SBE Program Participant; the right to disqualify Bids deemed to be defective and/or non-responsive; the right to waive defects in Bids where the Company determines that such defects are immaterial; and the right to reject any or all Bids deemed not to be in the best interest of the Company.
Louisville Water Company is requesting Bids for the installation of 501 domestic service Pressure Reducing Valves as indicated in the Supplementary Specifications and Plans.
A pre-bid meeting to discuss the Project and to tour the work site will be held on Tuesday, December 2, 2025, at 10:00 a.m. EST/EDT at John L. Huber Corporate Headquarters, in the Kentucky River Conference Room at 550 South 3rd Street, Louisville, KY 40202. Attendance at this meeting is strongly recommended.
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 pre-qualification category or categories that apply to this Bid. This Bid requires prequalification in all the following categories: 1” and Smaller Services and 1.5” & Larger Water & Fire Services. 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/
Louisville Water Company is requesting Bids for the installation of 481 domestic service Pressure Reducing Valves as indicated in the Supplementary Specifications and Plans.
A pre-bid meeting to discuss the Project and to tour the work site will be held on Tuesday, December 2, 2025, at 10:00 a.m. EST/EDT at John L. Huber Corporate Headquarters, in the Kentucky River Conference Room at 550 South 3rd Street, Louisville, KY 40202. Attendance at this meeting is strongly recommended.
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 are Louisville Water Small Business Equity (SBE) Program Participants and have been pre-qualified by the Company in the pre-qualification category or categories that apply to this Bid. This Bid requires prequalification in all the following categories: 1” and Smaller Services and 1.5” & Larger Water & Fire Services. For information about the Louisville Water SBE Program or pre-qualification, contact the Company through the designated bid portal.
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/
City of Glasgow – Glasgow W. Main Street Retaining Wall
City of Glasgow – Glasgow W. Main Street Retaining Wall
The project
consists of the construction of a new Redi-Rock retaining wall and stone backfill, as well as cutting
through and tying the new wall into an existing retaining wall.
City of Cynthiana – Country Club Area Pump Station Replacement
City of Cynthiana – Country Club Area Pump Station Replacement
Consisting of the replacement of three sewage pump stations, installation of sewer force main, and
gravity sewer main within the country club area of the sewer collection system along with all
related appurtenances as shown on the DRAWINGS and described in the SPECIFICATIONS.
The Project involves the replacement of the generator, automatic transfer switch and accessories that comprise the individual emergency power systems serving Green River Correction Complex (GRCC) Buildings A, G, and N. The existing interior generator set, automatic transfer switch, and associated utilities shall be removed from each of the buildings. An exterior diesel generator set with sub-base mounted fuel tank, weather enclosure and a service entrance rated automatic transfer switch shall be installed to serve each of the buildings. The generator set for each building will be located near the existing pad-mounted transformer serving the building. Modification of existing underground secondary service entrance conductors in addition to the installation of circuits, both underground and in the buildings, connecting system components. The electric water heater in building N shall be removed and replaced with two natural gas instantaneous water heaters and a storage tank. The work of the Project is both inside and outside the security perimeter fence of the GRCC. All work must be performed in a sequenced effort coordinated with the GRCC. The Contractor shall prepare and submit a schedule of work to the GRCC for review and acceptance before work of the Project begins.
Sealed Bids will be received electronically by Louisville and Jefferson County Metropolitan Sewer District, for the construction of Chickasaw Trap Catch Basin Replacement Project Phase 2, Contract No. 2026-009, Budget ID No. H25032, Drawing Record No. / Sheet No. n/a, until January 8, 2026, Local Time, 2:00 PM, and will be publicly opened and read at that time. The public may attend the bid opening via teleconference call at 502-654-8113 (Dial-in Number) Conference ID: 603
845 715#.
MSD is using a web-based portal for accepting and evaluating bid proposals digitally at http://louisvillemsd.bonfirehub.com/portal for this Invitation to Bid. Documents may be uploaded at any time during the open period indicated for each proposal.
Description and location of Project: Phase 2 is for replacing existing catch basins with new trapped catch basins within the Chickasaw neighborhood. All work shall be done in accordance to MSD’s Standard Specifications.
There will be no pre-bid meeting held for this project.
The Engineer’s Construction Cost Estimate for this project is between $450,000.00 and $750,000.00.
Persons wishing to view the bid documents may do so online at http://louisvillemsd.bonfirehub.com/portal or at the following locations: Builders Exchange of Louisville, Inc., 2300 Meadow Drive; Associated Builders & Contractors of Kentuckiana, 1810 Taylor Avenue; and F. W. Dodge, 1812 Taylor Avenue; all located in Louisville, Kentucky; and the Associated General Contractors of Kentucky, 2321 Fortune Drive, Suite 112, Lexington, Kentucky.
The Project Manager for this Invitation to Bid is Joe Exely / Tony Woods. All inquiries and questions prior to the bid opening shall be directed, in writing, to MSD’s designated web portal at http://louisvillemsd.bonfirehub.com/portal. Questions received less than five days prior to the date for opening of bids may not be answered. Only answers by formal written Addenda posted on MSD’s designated web portal will be binding. Oral and other interpretations or clarifications will be without legal effect. All inquiries and questions between the bid opening and the contract awarding shall be directed, in writing, to MSD’s Chief Engineer, David W. Johnson, P.E.
This project is Federally Funded. Federal requirements (including American Iron and Steel, Federal Davis-Bacon Wage Rates, and Build-America, Buy America, the Anti-Kickback Act and Contract Work Hours Standard Act) and all provisions must be met by the Bidder and all Subcontractors. Bidders shall comply with applicable 40 CFR 31.36 requirements in such documents and the following Title VI Civil Rights Act of 1964, as amended; The Vietnam Era Veterans Readjustment Assistance Act of 1974, as amended; Section 503 of the Rehabilitation Act of 1973, as amended; and their implementing regulations. The CONTRACTOR AND SUBCONTRACTOR shall abide by the requirements of 41 CFR §§ 60- 300.S(a) and 60-741.S(a). These regulations prohibit discrimination against qualified individuals on the basis of protected veteran status or disability and require affirmative action by covered prime and subcontractors to employ and advance in employment qualified protected veterans and individuals with disabilities.
The CONTRACTOR will not discriminate against any employee or applicant for employment because of race, religion, sex, color, national origin, physical or mental disability, or because the employee or applicant is a special disabled veteran, veteran of the Vietnam era, recently separated veteran or other protected veteran. The CONTRACTOR will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, disability, veteran status or national origin. Such actions shall include, but not be limited-to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; job assignment; leave; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The CONTRACTOR agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this non-discrimination clause, and to ensure that special disabled veterans are informed of the notices as required by the Vietnam Era Veterans Readjustment Assistance Act of 1974, as amended (“VEVRAA”). MSD SUPPLIER DIVERSITY MINORITY AND WOMAN BUSINESS ENTERPRISE PROGRAM POLICY AND PROCEDURES MANUAL (MBE/WBE PROGRAM) – FOR CONSTRUCTION CONTRACTS $200,000 AND GREATER for Minority Business Enterprise (MBE) and Woman Business Enterprise (WBE) subcontracting participation. Effective January 1, 2025, MSD has adopted and implemented the revised MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual, modifying the MBE and WBE participation goals on construction services and construction-related services, in accordance with the MSD Disparity Study (Study). The Study provided the factual predicate for MSD to establish new MBE and WBE goals in MSD contracting. The MSD MBE\WBE Program modified subcontracting goals are listed below:
If selected as applicable below, the Contractor must subcontract at least 18.0% of the total amount of the Contract Bid price to certified African American minority-owned businesses, at least 2.0% of the total amount of the Contract Bid price to a certified Asian-Indian American minority-owned businesses, and at least 15.0% total amount of the Contract Bid price to certified Caucasian Female businesses. If the Contractor is unable to meet the goals, they must demonstrate adequate “GOOD FAITH EFFORTS” in accordance with the MSD Supplier Diversity Minority and Woman Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) – (see MSD MBE/WBE Program – Construction Subcontracting Goal Documents and Forms at http://louisvillemsd.org/SupplierDiversity/forms.
The revised MSD Supplier Diversity Minority and Women Business Enterprise Program Policy and Procedures Manual (MBE/WBE Program) is effective January 1, 2025. If selected as “Applicable” or “Applicable, Partial Waiver” above, the goals are as follows:
18.0% MBE – African American participation
2.0% MBE – Asian-Indian American participation
15.0% WBE – Caucasian Female participation
MBE and WBE businesses are encouraged to bid on this project as a prime contractor.
MSD BID DISCOUNT: Applicable
This MSD construction project is bid and advertised as: check applicable below
Construction Services: X
Construction-related Services:
LOCAL LABOR COMMITMENT PREFERENCE: No
COMMUNITY BENEFITS PROGRAM: No
The contract will be awarded on the basis of the lowest, responsive, responsible bid, subject to the approval of the MSD Board. MSD reserves the right to reject any or all bids or waive any informality in any bid.
LOUISVILLE AND JEFFERSON COUNTY
METROPOLITAN SEWER DISTRICT
David Johnson, P.E.
Chief Engineer
Rene’ Lindsay, CPPO
One Water Chief Procurement Officer
City of Maysville – Phase 5: Main St., Washington St., and Limestone St. Pump Stations
City of Maysville – Phase 5: Main St., Washington St., and Limestone St. Pump Stations
This project consists of upgrading three (3) existing pump stations, master meter installations,
check valve replacement, flap gate repair, and all related appurtenances.
The project is the construction of 2,170 square feet, single-story, 3-bedroom house for the warden staff of Western Kentucky Correctional Complex. The existing single-story house and basement are to be removed as part of another project. The proposed house is conventional wood construction over encapsulated crawl space. Alternate pricing will be accepted for the construction of a detached, two-car garage cited to the east of the new house. Work scope includes concrete, concrete masonry, carpentry and wood framing, metal roofing, vinyl siding, doors and windows, finishing, painting, plumbing, heating and air conditioning, and electrical trades.
Lexington Fayette Urban County Airport Board – Aviation Fuel Facility
Lexington Fayette Urban County Airport Board – Aviation Fuel Facility
The project consists of construction of an aviation fuel facility that includes five 40,000-
gallon fuel horizontal aboveground storage tanks (ASTs), with space for three future 40,000-gallon
horizontal ASTs, one 12,000-gallon and one 6,000 gallon horizontal AST and the construction of a
control building. The project includes grading, drainage, electrical, paving, fencing, structural,
architectural, plumbing, and mechanical work.
RFB-143-26 RE-AD of RFB-27-26 EEC-AML-25049BFPFMP0
RFB-143-26 RE-AD of RFB-27-26 EEC-AML-25049BFPFMP0
Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
This project is for partial reclamation of the forfeited permit 836-9028 Landfall Mining, Inc. Uncontrolled runoff from the site is impacting downstream drainage channels, residences and municipal structures in the area with flooding and deposition of eroded material. This project will remove the sediment from the drainage channels downstream of the forfeited permit, including the existing gabion ditch and dual 60” CMP pipes flowing to Steele Creek. Sediment control in the form of a silt trap will be established at the location of the currently non-functional sediment pond and a silt check at the outlet of the dual 60” CMP pipes in addition to rock checks as necessary and silt barriers (bales and fence). Two additional silt traps will be installed at strategic points upstream. The existing access road will be repaired using onsite material and an ECB Swale ditch established for road drainage. Flow from the project site to the dual 60” CMP headwall will be through an existing gabion ditch with concrete bottom in functional condition between the former pond outlet and the deposited sediment immediately prior to the dual 60” CMP headwall. Flow through the former silt pond area will flow from a newly installed 60” HDPE pipe crossing the access road, through a silt trap, gabion weir and 70 feet of Class III ditch. The outlet of the Class III ditch will be armored with cyclopean rip-rap. The newly installed 60” HDPE pipe will have an “ell” shaped concrete headwall incorporated into the existing gabion ditch to collect all drainage from upstream. Waste material generated during this work will be used for re-establishment of the road and creation of berms as depicted on the plans, with the excess being hauled to a location upstream and upslope of the planned work but still within the project/permit area.
Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
The project site has previously been disturbed by coal mining operations, road construction, utility installation, residential development, landowner activities, and high velocity water flows associated with heavy rain events and flooding. These disturbances consist of significant upheaval, mixing, and removal of earthen material from deep excavation, grading, fill material placement, and erosion.
Access to the site is via state and county roads, a residentially maintained driveway and yard, and an existing access road. 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.
Excessive drainage from an open portal on the hillside has contributed to an unstable hillside and waterlogged soils around the property. Two additional portals on the hillside are collapsed and will remain undisturbed. The hillside behind the community center on the property shows large breaks that are indicative of future slide potential. An existing drainage structure near the roadway will be upgraded to accommodate drainage infrastructure being installed
RFB-116-26 RE-AD RFB-255-24 KSU Jackson Hall Renovation
RFB-116-26 RE-AD RFB-255-24 KSU Jackson Hall Renovation
Estimate:
$402,000.00
Estimated Length of Project:
April 10, 2026 (Substantial Completion) + April 20, 2026 (Final Completion)
The purpose of the Jackson Hall Renovation is to re-construct deteriorated existing masonry parapet crenellations and to conduct minor roof repair and a limited area of roof replacement. The existing crenellations were constructed in 2007 to match historic battlements from the original building construction in 1897.
The project scope includes removal of the existing crenelations, inspection and repair of existing sheet metal flashings, construction of new crenelations with new brick to match the existing historic brick, and installation of new sheet metal flashings. The scope of roof repair includes inspection of existing modified bitumen roofing membranes for damage and repair of damaged roof membranes. Limited area roof replacement at the tower includes removal of existing roofing and saturated insulation, and installation of new modified bitumen roofing and insulation to match the existing insulation thickness to coordinate with existing flashing and scuppers. Existing lightening protection will need to be removed and re-installed in order to perform the scope of masonry and flashing work.
The project is the Kentucky State Police, Headquarters Entrance & Water Infiltration, 919 Versailles Road, Frankfort, Kentucky, Franklin County. Project consists of the removal of existing exterior vestibules & indicated walkways. New walkways will be placed where demolished. The front (employee only) vestibule will be replaced by a new fixed prefinished aluminum storefront window system. The covered side entrance will be replaced with the same system but have an exterior sliding entrance door opening to the new entry/security Vestibule. All new glazing shall be ballistic resistant. The new Vestibule enclosure will have its existing gypsum board wall system extended to the bottom of the trusses, acoustic ceiling, & insulated. The approximate 1,728 square foot of existing Lobby shall have the entire acoustic ceiling tile system removed including lighting and mechanical grilles & diffusers. The existing HVAC system will be removed from the attic and replaced. A new ACT system will be installed with R-38 fiberglass batt insulation, new LED lighting, grilles, & diffusers. The exterior work includes preparation of the existing outdoor patio to remove the current silicone water-proofing system to be replaced with a new fluid-applied PMMA system. Existing guard rails will be brought up to code with the addition of new fabricated metal picket panels increased the height to 42” as required.
Renovation of approximately 7200 SF of existing fitness center. This renovation includes refinishing existing restrooms, exercise equipment area, and exercise studio.
Louisville Water Company is requesting Bids for HVAC modifications at the John L. Huber Corporate Headquarters Building.
A pre-bid meeting to discuss the Project and tour the work site will be held on Thursday, November 20, 2025, at 12:00 p.m. EST/EDT at John L. Huber Corporate Headquarters, 550 South 3rd Street, Louisville, KY 40202. Attendance at this meeting is strongly recommended.
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 $1,000,001 – $3,000,000. 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 pre-qualification category or categories that apply to this Bid. This Bid requires prequalification in both HVAC and Mechanical Category. Contractor’s prequalification amount must be equal to or greater than $1,000,000. Contractors may submit bids above their prequalification limit. 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/
5. Cabinet and countertop/sin reinstallation or replacement
6. Wiring, breaker and receptacle replacement
7. Waste line replacement
Work includes providing all items, articles, materials, operations or methods herein listed, mentioned
or scheduled on the Project Documents and / or herein, including all labor, materials, equipment, services and
incidentals as necessary for their completion.
This invitation is for the repair/replacement of concrete in front of Beckham Hall 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.
This invitation is for the upgrades to the boiler/mechanical room at Telford Hall 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.
Burkesville-Cumberland County Industrial Development Authority – Cumberland River Industrial Park Development Project – Phase II
Burkesville-Cumberland County Industrial Development Authority – Cumberland River Industrial Park Development Project – Phase II
The Project will consist of the complete development of the Cumberland River Industrial Park as described in
the engineering plans and technical specifications. The work consists of roadway construction, waterline
installation, sanitary sewer installation, Storm Sewer installation, Electric & Natural Gas Installation, etc. The
Contractor shall furnish all materials, equipment, and labor necessary to complete the construction of the
project. Time of completion for the contract is 180 calendar days.
London Utility Commission – 363 Force Main Replacement Project
London Utility Commission – 363 Force Main Replacement Project
The project will include the installation of approximately 7,600 LF of 12-inch PVC Force Main, 500
LF of 12” HDPE Force Main, three (3) Air Release Valves, and other associated appurtenances.