Replace Existing Air Handler and corresponding Return Fan in Building 202. Decentralize Building 202 from the Central Plant Chilled/Hot Water Loop and provide two Heat Pump Air Handling Systems. Ductwork modifications in Mechanical room shall occur. Two Outdoor condensing units shall be removed and replaced with two Heat Pumps, that will serve two indoor units. Indoor units will be installed in two phases to minimize downtime. Two return fans will be installed with corresponding Air Handling Unit. Relief louver will be installed above the door for system’s economizer mode. Provide electrical modifications to serve new
HVAC equipment.
London Utility Commission – Sinking Creek Road Sanitary Sewer Extension – Phase 2
London Utility Commission – Sinking Creek Road Sanitary Sewer Extension – Phase 2
The primary scope of work includes the installation of approximately 2,255 LF of 4-inch PVC
force main, 2,190 LF of 8-inch PVC gravity sewer, 10 manholes, one 220 GPM duplex pump
station and valve vault, and related appurtenances.
Paintsville Utilities Commission – Contract 105-14-02 – Miscellaneous Water Line Extensions Phase 3 Rev. 2
Paintsville Utilities Commission – Contract 105-14-02 – Miscellaneous Water Line Extensions Phase 3 Rev. 2
CONTRACT 105-14-02 (REV 2)
Division A through Division D
Furnish and install approximately 5,680 linear feet of 3-inch PVC water line,
4-inch polyethylene water line by directional drill method, approximately 19 residential
meters and appurtenances, and 8-inch steel cover pipe by bore and jack method.
Division E
Furnish and install approximately 645 linear feet of 12-inch Class 350 ductile
iron restrained joint water line, approximately 446 linear feet of 8-inch PVC water line,
14-inch polyethylene water line by directional drill, and 20-inch steel cover pipe by jack
and bore method.
The project consists of structural repairs to exterior elements at the guestroom buildings at Dale Hollow State Resort Park. These repairs generally consist of spalled concrete, corrosion of steel, concrete cracking, and steel column repair. A new concrete pier will also be constructed at an existing retaining wall.
Hardin County Water District No. 1 – Beverly’s Lift Station Elimination Project
Hardin County Water District No. 1 – Beverly’s Lift Station Elimination Project
This project includes the installation of new lift station wet well and valve vault, the installation of new gravity sewer pipe and manholes, and the
installation of new force main.
Estimated Length of Project:
(Substantial Completion) + 270 Calendar Days (Final Completion)
The project includes two sites in Perry County located just off of Mountain Shadow Drive, behind WYMT. The Sims site consists of a pre-law auger bench, whose outer slope has become unstable. Movement along the outer slope, around the foundation and inside the home have been reported. In addition, multiple auger holes along the back yard pose a threat to Mr. Sim’s young child. Lastly, drainage and sediment flow over an OSM concrete wall and towards the home. The Whitson site consists of an augered and backfilled highwall at house level and just above the home. Drainage continues to find its way into the back of the home. In addition, the slope behind the home has become unstable and large boulders have fell and damaged the deck and pool.
Jefferson County Public Schools – Marion C. Moore School Lift Station Replacement
Jefferson County Public Schools – Marion C. Moore School Lift Station Replacement
This project consists of a sewage lift station
replacement at Marion C. Moore School in the Jefferson
County Public School District. A new duplex set of
submersible pumps will be installed in a new pump pit
which will replace the existing sewage pump system
with a wet well. New piping from the new pump system
will be connected to the existing 4” forced sewer main
that runs north to Briscoe Lane before routing to a
manhole located on Victoria Drive.
The electrical scope is limited to supporting this pump
replacement.
This project includes demolition of the existing pedestrian bridge superstructure (including slabs, trusses, and guardrails) and adjoining exterior raised landing superstructure (including slabs, beams, columns, and masonry wraps) and replacing with new steel superstructure and concrete slabs. Work includes replacement of exterior guardrails, and multi-stage painting system on all exposed faces. Work also includes select masonry and deteriorated lintel replacement, electrical lighting, signage, sealants, and traffic coating. Site control and restoration is included.
West Kentucky RRA – Riverport Public-Private Partnership – Predevelopment Services – Request for Proposal
West Kentucky RRA – Riverport Public-Private Partnership – Predevelopment Services – Request for Proposal
This RFQ is download only / NO Hardcopy Sets available
The West Kentucky Regional Riverport Authority (“WKRRA” or the “Authority”) invites proposals (“Proposals”) from qualified firms or teams to provide comprehensive pre-development services (the “Scope”) related to the design, construction, financing, operations, and maintenance of a new multimodal riverport located in West Kentucky near the confluence of the Ohio and Mississippi rivers (the “Project”). The purpose of this Scope is to assist WKRRA with making informed decisions on the Project and pave the way to publishing a future RFP to deliver the Project as a public-private partnership (“P3”).
The project is to freestanding public bathroom facility at the FFA Leadership Training Camp in Hardinsburg, KY. All four bathrooms will be ADA accessible. The building will be constructed of wood framed walls w/ pre-engineered wood trusses, on concrete slab, with 8” CMU foundation walls, on reinforced concrete footing. Exterior items include: concrete sidewalks, vinyl hopper windows w/ obscure glass & screens, prefinished metal board & batten siding, prefinished metal soffit panels, and asphalt-shingled roof (hip). Interior items include: epoxy flooring, extruded vinyl trim, ADA grab bars, SS toilet accessories, & prefinished metal fluted, siding on walls & ceiling. All wall cavities and bottom-side of roof will be insulated with spray foam. New insulated inward swinging doors w/ privacy hardware. Prefinished metal board & batten style metal wall panels (2 colors) on metal zee furring w/ rigid poly-iso insulation. 5’-0”w concrete sidewalks will be placed around full perimeter of bathroom facility and extend to existing adjacent walk. Building will only be heated and ventilated only. Exhaust ventilation will exit through the roof. Heat will be ceiling mounted electric units. Each bathroom contains a toilet (tank-type) and ADA accessible sink. Water supply shall come from adjacent swimming pool. Sanitary sewer shall be connected to manhole at the bottom of the hill to the rear of the bathroom facility. Electric will include interior and exterior light fixtures. Electric power shall come from adjacent transformer and panel box.
Bullitt County Extension District Board – Bullitt County Extension Office Addition and Renovation
Bullitt County Extension District Board – Bullitt County Extension Office Addition and Renovation
This RFP is for Construction Manager as Constructor (CMc) services.
The project consists of a comprehensive renovation of the existing Cooperative Extension building and
construction of two new additions. Renovated areas include offices, meeting rooms, reception and lobby
spaces, circulation, restrooms, and associated building systems. New construction includes a west program
addition housing a teaching kitchen, craft studio, exhibition/gallery corridor, support spaces, and an outdoor
learning terrace, as well as a separate office addition providing expanded administrative and program
workspace.
The improvements are designed to address current operational limitations, including inadequate storage,
limited acoustic privacy, outdated building systems, and constrained space for growing program demand.
Interior and exterior upgrades establish a unified look and feel across the campus through coordinated
materials, finishes, and architectural expression.
The project consists of the renovation of an existing consumer skills Masonry classroom into a Barber School in the Vocational Building. Barber school will consist of a teaching classroom and an open area with 10 hair cutting stations. Owner is furnishing barber school furniture and all associated hair cutting equipment. New ceilings and flooring will be provided. Floor and wall cutting will be required. Exposed ceilings will be replaced with lay-in ceiling grid. Minor modifications to doors and hardware will occur. New lighting, receptacles, and panel will be required. Heat Pumps, an exhaust fan, and associated ductwork will be provided to serve the project space. Plumbing fixtures will be removed and replaced. Additional fixtures will be provided. All work will be performed inside the facility perimeter Security fence.
RFB-191-26 EDU – KSB Scoggan Hall Curtainwall Replacement
RFB-191-26 EDU – KSB Scoggan Hall Curtainwall Replacement
Estimate:
$1,355,190.00
Estimated Length of Project:
August 1, 2026 (Substantial Completion) + September 1, 2026 (Final Completion)
Removal of existing single-glazed curtainwall complete.
Preparation of bearing condition at formerly cantilevered curtainwalls, to consist of steel ledger and sheet metal panel enclosure.
Installation of new 6” thermally-broken aluminum curtainwall with spandrel glass and insulation at ‘blind’ panels at all curtainwall openings, modified and as-existing.
Miscellaneous sheet metal flashing as required to make weather-resistant installation.
Mountain Comprehensive Health Corporation – Autsim Center Early Site Work
Mountain Comprehensive Health Corporation – Autsim Center Early Site Work
The project site is located at 5698 KY Highway 15, Whitesburg, KY 41858. The bid is to furnish all
necessary labor, materials, tools, machinery, warranties, and all other items required to meet the new work
per plans and specifications. Work to include, but not limited to: General Trades, Earthwork, Deep
Dynamic Compaction, Storm Drainage, and Permanent Erosion Controls.
1) The project consists of roof replacement of one (1) building at OCTC.
i) Downtown Campus Building (Owensboro, KY)
2) Roof Replacements:
a) Tear off existing roof membrane, sheet metal, metal counter flashings, and roof components as indicated.
b) Attach nailed base sheet
c) Install 2-layers of 2.2” isocyanate insulation.
a. 1st layer adhered with insulation adhesive.
b. 2nd layer staggered and adhered with insulation adhesive.
d) Install 1-layer of ½” coverboard in insulation adhesive, stagger laps
e) Install 2-ply SBS-modified bituminous membrane roofing (base & cap cold applied)
f) Install new foil faced flashings at walls and curbs
g) Install 24-gauge pre-finished sheet metal: coping caps, drip edge, expansion joints, counterflashing, gutters & downspouts
h) Also included is a new roof hatch & interior protection
The project consists of furnishing all labor, materials, equipment, and incidentals required to remove (3) existing flap gates and install (3) new self-contained, non-rising stem sluice gates within existing sanitary sewer manholes located along the West Paintsville Floodwall, as shown on the Contract Drawings.
City of Somerset – North Richardson and Eckstein Pump Station Rehabilitations
City of Somerset – North Richardson and Eckstein Pump Station Rehabilitations
The primary scope of work includes the installation of approximately 662 LF of 4-inch PVC
force main, 72 LF of 8-inch PVC gravity sewer, two (2) sanitary sewer manholes, two (2) duplex
pump stations and valve vaults, and related appurtenances.
CC-396L-26 Hester Hall Aquatherm Piping Replacement
CC-396L-26 Hester Hall Aquatherm Piping Replacement
The project consists of the demolition and replacement of all Aquatherm water mains, branches and valves. This
is located on floors one (1) through eight (8), and the penthouse. This excludes all the water loops located on
floor eight (8), which will be listed as an alternate. The project also consists of the installation of new shower
fixtures in all showers.
RFP JOC 26-04 Concrete and Paving Job Order Contracting Contractor
RFP JOC 26-04 Concrete and Paving Job Order Contracting 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) for each of the following trades:
CCK-2564.0-22-26 HEB TC-043A AV & Medical Simulation Data Cabling
CCK-2564.0-22-26 HEB TC-043A AV & Medical Simulation Data Cabling
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 TC-043A Data Cabling for AV and Medical
Simulation.
Meade County Water District – 2023 Water System Improvements
Meade County Water District – 2023 Water System Improvements
The Project includes the following Work:
• Construction of approximately 18,500 LF of 16-inch watermain and related appurtenances
along KY 313 (Joe Prather Highway) and KY 1238 (Garrett Road).
• Modifications to the existing Flaherty Pump Station which includes the installation of two (2)
125 HP VFD controlled pumps, larger electrical service, new generator and transfer switch,
and by-pass pumping.
• Installation of new Package Pump Station with two (2) 20 HP VFD controlled pumps along KY
144 in Payneville; water filling station, generator, site work, and yard piping and two (2)
electric motor actuated control valves and vault in the area.
• Rehabilitation of the 300,000 gallon elevated water storage Garrett Tank.
• Rehabilitation of the 300,000 gallon elevated water storage Payneville Tank, including the
installation of a separate 8” fill line within the riser and passive mixing system.
• Miscellaneous SCADA improvements at various system facilities.
Louisville Water Company is requesting Bids for the supply and installation of 340+/- linear feet of six (6)-inch and 400+/- linear feet of eight (8)-inch Pressure Class 350 ductile iron water main using traditional trench installation techniques. Also included with the project is the supply and installation of one (1) fire hydrant and nine (9) customer services. Fire hydrant removal, main cut and plugs, and restoration on and along Project Limits as stated above shall be included. The contractor shall supply and install all materials required for the completion of 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 $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: 4” – 16” Ductile Iron Water Mains, 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 The project consists of the supply and installation of 400+/- linear feet of 6-inch and 545+/- linear feet of 8-inch Pressure Class 350 ductile iron water main using traditional trench installation techniques. Also included with the project is the supply and installation of 3 fire hydrant and 29 customer services. Fire hydrant removal, main cut and plugs, and restoration on and along Project Limits as stated above shall be included. The contractor shall supply and install all materials required for the completion of 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 $300,001 – $500,000/Bid Bond 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 4” – 16” Ductile Iron Water Mains, AND 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/.
Bid Documents are also available for review at the following locations: Associated Builders and Contractors of Kentuckiana, Associated General Contractors, Builders Exchange of Louisville, Dodge Reports, Bid Tool, Louisville Enterprise Group, and Reed Construction Data. 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 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.