HVAC improvements include installation of three 90 TON Packaged Gas/Dx Rooftop units for the main warehouse area in Building 415. New ductwork with insulation will be installed for Rooftop unit. Gas and Electrical utilities will be extended to new HVAC UNITS.
Oldham Reserve – East Peak Road Water and Sewer Extension 0725
Oldham Reserve – East Peak Road Water and Sewer Extension 0725
EAST PEAK ROAD SANITARY SEWER EXTENSION, FORCE: including
but not limited to 900’ 10” Sanitary Sewer, 4 manholes, 4 rock removal, and
all other incidentals.
EAST PEAK ROAD WATER MAIN EXTENSION: including but not
limited to 984’ 12” HDPE Water Main, 50’ 20” Casing pipe, 2 fire hydrants,
rock removal, and all other incidentals.
Housing Authority of Flemingsburg – Burn Unit Remodel – 575 Fox Spring Avenue
Housing Authority of Flemingsburg – Burn Unit Remodel – 575 Fox Spring Avenue
The project generally consists of, but is not limited to, the following work:
1.
Development KY060-001: Remodeling of 575 Fox Springs Avenue, a four-bedroom unit that suffered fire damage. Work includes, but is not limited to, roof truss and sheathing replacement, insulation, interior doors, gypsum board, flooring, painting, plumbing fixtures, HVAC system, water heater and new electrical service.
Letcher County Public Library Board – Blackey Public Library Renovations
Letcher County Public Library Board – Blackey Public Library Renovations
The Blackey Public Library is located at 295 Main St. Loop, Blackey KY 41804. The bid is to
furnish all necessary labor, materials, tools, machinery, warranties, and all other items
required to meet the plans and specifications. Work to include Renovation of Existing
Blackey Public Library and installation of perimeter dry-floodproof wall.
The project includes the restoration and renovation of the main entry into the Funderburke Administrative Building on the campus of the Department of Criminal Justice Training in Richmond, Kentucky. The scope of the work includes demolition of existing concrete and the construction of new walls, walkways and landscape improvements.
Louisville Water Company is requesting Bids providing all labor, rigging, tools, equipment, and materials to install 3,160 +/- linear feet of 20-inch DI solids residual force main and 260 +/- linear feet of 30-inch DI solids residual drain. Furnish and install 280 +/- linear feet of 30-inch steel casing pipe, bore and jack method, 70 +/- linear feet of 74-inch steel casing pipe, bore and jack method and 220 +/- linear feet of 66-inch steel casing pipe, bore and jack method under CSX rail. Install all tie ins while providing maintenance of plant operations. Furnish and install hydraulic structure, flushing vaults, fittings, valves and appurtenances. Install maintenance of traffic controls, devices and signs. Furnish and install all items and accessories for a complete project. Restore site.
A pre-bid meeting to discuss the Project and to tour the work site will be held on Tuesday, August 12, 2025 at 2:00 p.m. EST/EDT. at Crescent Hill Pump Station, 201 Stilz Avenue, Louisville, KY 40206. 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 $5,000,001 – $10,000,000. 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 the following categories: Heavy Construction – Plant Work. Contractor prequalification amount must be equal to or greater than $5,000,000. Contractors may submit bids above their prequalification limit. Contractor must list the Basin Draining/Dewatering Contractor and the WTR disposal site to be used on the Bidders Proposal. Contractor/Subcontractor performing specialty areas of work in 12”-36” Boring OR 36” & Larger Boring/Tunneling must be prequalified in that category. 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/..
Estimated Length of Project:
(Substantial Completion) + 60 Calendar Days (Final Completion)
This site was previously addressed under the Frank Hatcher HP AML Reclamation project and Frank Hatcher HP Repair AMLRP. Weather related erosion issues have
developed after the completion of these projects including erosion of the channel downstream of an existing 18” dia. culvert, sedimentation in the concrete block-tied mat and Class II ditch channels, erosion of the Class II and grass swale ditches upstream of the culvert and sediment deposition on the first bench above the residence. This project will remove the sediment obstructing flow in the established ditches on the first bench above the residence to existing outlets. Adjacent and downslope of the strip to rock area, the eroded grass swale ditch and impacted Class II ditch will be replaced with a 2 foot flat bottom Class II ditch. The 18” culvert will be replaced with a 24” HDPE culvert, adjusting its direction of flow onto a newly installed concrete block-tied match ditch and ultimately into the existing headwall just
downstream. An 8-inch diameter pipe draining the access road ditch beyond the replaced culvert will also be replaced and the flow path adjusted to outlet onto the newly installed concrete block-tied mat ditch.
Demolish and replace two sections of an existing concrete retaining wall are failing and beginning to lean.
Construction items will include the following:
1. Demolition and removal of existing concrete retaining wall & footings.
2. Cutting and removal of a portion of existing asphalt pavement along the base of the wall to allow for wall
demolition and construction.
3. Cutting and removal of a portion of existing concrete pavement along the base of the wall to allow for wall demolition and construction.
4. Installation of new concrete footings and retaining wall.
5. Patching existing asphalt pavement and concrete pavement that was removed.
Repair to existing concrete slab. Construction items will include the following:
1. Mud jacking and leveling of the affected area
2. Re-alignment of existing fencing and gates.
Louisville Water Company is requesting Bids Limits of the referenced project include sections of four (4) neighborhood streets located in the Jefferson County area; Deering Road between Flowervale Lane and Pierce Way, E. Pages Lane at Dixie Highway, S. 11th Street between W. Broadway and W. Breckinridge Street, and E. Saint Catherine Street between Logan Street and Swan Street. The referenced project consists of the supply and install a total of 940 LF of water main, including supply and install of 195+/- linear feet of 6-inch (restrained and non-restrained joint) Pressure Class 350 ductile iron water main, 255+/- linear feet of 8-inch (restrained and non-restrained joint) Pressure Class 350 ductile iron water main, 200+/- linear feet of 12-inch (restrained and non-restrained joint) Pressure Class 350 ductile iron water main, 290+/- linear feet of 16-inch (restrained and non-restrained joint) Pressure Class 350 ductile iron water main, and the supply, bore, and installation of 80+/- linear feet of 12-inch, 115+/- linear feet of 16-inch, 110+/- linear feet of 24-inch, and 230+/- linear feet of 30-inch steel casing pipe and appurtenances. Also included with the project is the supply and transfer, renewal, relocation, or discontinue of 9+/- customer services. Fire hydrant removal, main cut and plugs, and restoration on and along Project Limits as stated above shall be included. Contractor shall supply and install all materials required for the completion of this project. Contractor shall perform all paving associated with this project.
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 $1,500,001 – $2,000,000. 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 4”-16” Ductile Iron Water Mains, AND 1” and Smaller Services, AND 1.5” Larger Water & Fire Services. Boring shall be completed by prequalified contractor in area of 12” – 36” Boring. 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.
Company Small Business Equity (SBE) Program Preference and Local Preference Program applies to this bid and resultant bid award. SBE Program Preference shall apply first.
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/.
Bid Documents are also available for review at the following locations: Allied Construction Plan Room, Associated Builders and Contractors (ABC), and Builders Exchange of Kentucky. All recipients of the Bid Documents are required to sign a planholder sheet confirming receipt.
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 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.
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; 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.
Estimated Length of Project:
(Substantial Completion) + 90 Calendar Days (Final Completion)
This site will consist of installing and replacing HDPE pipe and installing a drainage system for possible mine behind Johnston residence. The drainage system will consist of 100 LF of class two ditch with a two-foot flat bottom with 3-6 inches of limestone sand in the bottom. This project will also have one section of 24-inch HDPE pipe at 100 feet total and two sections of 36-inch HDPE pipe at 100 feet total with 85 feet being removed and replaced. The project will have one 36-inch drop box. One 24-inch and two 36-inch standard headwall will be installed and connected to the HDPE pipe. The final section will have 35 feet of class three ditch with a four-foot flat bottom ditch. Any waste will be excavated and transported to the designated waste area behind the jobsite. Project limits will be a total of 1.62 Acres with a maximum total area to be disturbed of 0.74 Acres.
OFS-26-002 Jefferson CTC – Replace Hartford Building Phase II
OFS-26-002 Jefferson CTC – Replace Hartford Building Phase II
The Kentucky Community and Technical College, represented by the Office for Facilities Support Services (FSS)
is seeking the services of an experienced and highly qualified Construction Management/ General
Contractor firm to provide construction management and general contractor services on the proposed
project.
The Construction Manager/ General Contractor (CM/GC) selected will become a responsible,
cooperative, and contributing member of the Owner’s professional team for the design review and
construction of the project. The Construction Manager/ General Contractor (CM/GC) will provide
assistance and advice and provide management services to the Kentucky Community and Technical
College System, Office of Facilities Support Services, the College, and Consultants to ensure the
project is completed within the defined budget, program, and schedule.
There is a possibility that the construction of the building as indicated in the exhibits will be
implemented in multiple bid packs staged to take advantage of fast-tracking and/or phasing the
construction. The decision to fast-track or phase construction will be a joint decision by the A/E, the
CM/GC and KCTCS FSS Project Management. This project currently has an approved total project
budget of $35,700,000.00 and a current Construction Budget of $26,300,000.00 plus CM/GC fee.
Estimated Length of Project:
(Substantial Completion) + 120 Calendar Days (Final Completion)
This project is for 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 will be established at the location of the non-functional sediment pond. Further sediment control measures upstream will include installation of Class III ditches, construction of sediment retention basins along the current flow paths and installation of ECB ditches in relatively flat areas. Grading of material will occur to facilitate installation of drainage features and support existing drainage features.
This project consists of upgrading an existing National Guard Arms Room by lining the walls of the existing concrete vault with ¼ inch steel plate and installing a new Vault Door. Contractor will have to remove existing electrical components on the walls of the vault and reinstall after steel plating is complete
The project will consist of renovating approx. 9,500 SF of existing science labs and associated storage rooms, located on the Southwest Campus of the Jefferson Community Technical College. The renovation will include bringing the 6 labs up to current standards and reconfiguring the labs to comply with ADA guidelines.
RFP-464-2026 Construction Manager at Risk (CMAR): Model Laboratory School
RFP-464-2026 Construction Manager at Risk (CMAR): Model Laboratory School
Eastern Kentucky University seeks proposals from qualified firms for Construction Management At Risk Services
(CMAR) to include but not be limited to Pre-Construction and Construction Management for construction of a new Model
Laboratory School.
City of Lebanon – Wastewater System Improvements Contract 2
City of Lebanon – Wastewater System Improvements Contract 2
Separate sealed Bids for the construction of WWTP and System Improvements – Contract 1 – WWTP Improvements and Contract 2 – Wastewater Collection System Improvements. Contract 2 Consists of approximately 4,250LF of 8” PVC gravity sewer, upgrading the existing Wal-Mart lift station, converting three (3) existing wet wells into manholes, and all related appurtenances as shown on the DRAWINGS and described in the SPECIFICATIONS.