Columbia-Adair County Economic Development Authority – Green River Commerce Park North Access Road Paving
Columbia-Adair County Economic Development Authority – Green River Commerce Park North Access Road Paving
The project consists of Asphalt Paving, Walker and Murrell Road Extension, approximately 1,500 feet
in the Green River Commerce Park, Columbia, Adair County.
Town of Clarksville – Providence Way Pedestrian and Stormwater Improvements – Contract 1-2025
Town of Clarksville – Providence Way Pedestrian and Stormwater Improvements – Contract 1-2025
The Project includes the following approximate quantities of Work: The installation of 900 linear feet (LF)
of stormwater sewer piping and 2,500 LF of sidewalk. The Project will be located from and through the
intersections of several streets (Emery Lane, Gutford Road, Centralia Court, Victory Court, and Lewis
and Clark Parkway) as it progresses along Providence Way.
This project consists of the medical and light boom replacements in 12 rooms of the
Emergency Department in Pavilion A of the University of Kentucky Medical Center. Existing
electrical, medical gas and low voltage system connections shall be disconnected to allow
Stryker to demolish the existing booms and install the replacements. The electrical, medical
gas and low voltage systems connections are to be reconnected to the new booms along with
a new electrical circuit to each boom for the motor/break.
Clark has been contracted for Preconstruction Services for renovation of Cherry Hall at WKU. It
is anticipated that Clark will receive a contract for Construction Management Services for the
construction phase of the project as design reaches the Construction Document level.
Cherry Hall is located on the top of the hill at WKU at 1906 College Heights Blvd. The project
includes complete interior demolition and renovation to create modern classrooms, student
collaboration spaces, a new 3-story interior atrium, and faculty offices. New fire protection,
plumbing, mechanical, and electrical systems will be provided as part of the renovation. Building
enclosure modifications and upgrades will also be completed including a new entrance at the
rear of the building (Hilltop side), roofing replacement, window replacement, masonry
restoration & cleaning, and foundation waterproofing replacement. The courtyard will be
reconfigured to provide new outdoor spaces. New landscaping will be provided throughout the
perimeter of the building. Although the project includes many new features, care will be taken to
preserve, reuse, and maintain historical components of the building including the marble
staircases, the marble paneling, base, & trim, and the patinated, copper dome.
CITB-459-2026 Perkins Building Patio & Sidewalk Renovation
CITB-459-2026 Perkins Building Patio & Sidewalk Renovation
This invitation is for the renovation of concrete patio and sidewalk outside of the Perkins Building 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.
Description
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.
The Cancer Treatment Center and Advanced Ambulatory Center will be a state-of-the-art
facility providing cancer care and research to treat patients across Kentucky. The full scope of
the program is combined in 3 project parts: Upgrades to Elizabeth Street and roadways on the
west side of the medical campus, Site and Utility upgrades, and a 9 level (including a
mechanical penthouse) 563,475 GSF Cancer Treatment Center (CTC) and Advanced
Ambulatory Center (AAC). The CTC AAC serves both inpatients and outpatients with the
lower 3 floors capable of treating inpatients. The program includes Radiation Medicine,
Imaging Services, Lab, Cancer Urgent Care, an Ambulatory Surgery Center, various cancer
and not cancer clinics, infusion, and women’s cancer services. A divided sky bridge
connection will connect to Pavilion A, primarily for the movement of families, visitors,
ambulatory patients, and staff. The site design provides generous, welcoming landscape
space to create a distinctive healing environment.
The project is the Kentucky Transportation Cabinet, Transportation Warehouse Facility Renovation – Phase B, 2131 Wilkinson Blvd., Frankfort, Kentucky, Franklin County. Project consists of removing exiting gutters, downspouts, fascia trim, concrete & masonry repair (allowance), and painting all exterior surfaces of the existing building. The approximate 11,597 square foot of existing surfaces for exterior painting include the following: existing CMU, concrete foundation walls, hollow metal doors/frames, bollards, handrails, guards, garage doors and surface mounted items. All existing steel windows have been enclosed by the user agency with unprimed aluminum panels to be painted. All surfaces shall receive pressure wash cleaning prior to painting. All surfaces shall receive primer then (2) topcoats of finish paint. Existing aluminum windows shall not be painted.
The project includes demolition of the existing pump station and construction of a new pump station with electrical improvements, construction of approximately 650 feet of gravity sewer and construction of approximately 900 feet of forcemain.
London-Laurel County Economic Development Agency – Lily Industrial Park Water, Sewer and Gas Line Extension
London-Laurel County Economic Development Agency – Lily Industrial Park Water, Sewer and Gas Line Extension
The Project includes the following Work:
The construction of approximately 720 LF of 8” Waterline, 813 of LF of 8” Sewer Line, 8” LF
of Gravity Main Sewer and 600 LF of 4” Gas Line construction.
Estimated Length of Project:
(Substantial Completion) + 90 Calendar Days (Final Completion)
The work will consist of excavation of the spoil material around the mine subsidence area. An existing concrete structure from the original mining is visible in the subsidence depression.
Excavation will extend to the lowest elevation of the face of the existing concrete structure. Side slopes for the excavation area of 3:1 to 4:1 will be required, and benching may be necessary to provide a safe working area. Once the existing concrete structure is fully exposed, a concrete cap will be constructed to fully close the mine opening. It is unclear if the concrete structure is associated with the slope shaft or an air shaft of the Goldsberry Mine. Methane monitoring is the responsibility of the contractor, and if methane is encountered, the contractor must immediately implement a plan to secure the area. Methane monitoring and control is incidental to the overall completion of the project.
The reinforced concrete mine closure will be constructed with the following general guidelines.
Excavate a 20 ft diameter circular trench to a depth reaching the bottom of the face of the
exposed existing concrete mine structure. The excavation slopes will be at approximate 3h:1v to 4h:1v. Benching will be required if needed for stability. The concrete mine structure will be examined by the engineer and a formed reinforced concrete closure will be constructed around the opening. The concrete closure will be 8 inches thick and will have #5 reinforcing steel at 12- inch centers both ways. Form work will be required on both faces with the interior face being set 4 inches inside the existing structure. The new closure will use drilled and epoxy dowel rods to attach to the existing structure wall on 2 ft. centers. The new closure will extend 12 inches beyond the existing structure on every side.
The floor of the excavation area can be stabilized with Filter Fabric and Size 2 Coarse aggregate or roadway stone if required. Pumping will be required to keep the working area dry and is incidental to the overall completion of the project. Material excavated will be stockpiled within the project limits and will be used to backfill the pit. Upon completion of the concrete mine closure, the excavated spoils will be used to fill the subsidence area by placing in 12-inch
compacted lifts. Additional material will be found on site within the project limits to bring the elevation to existing surrounding grade. Additional filter fabric and Size 2 aggregate may be required by the engineer.
Other work includes site preparation, repair of driveways, and other features disturbed during the construction process. An on-site temporary stockpile for excavated spoil will be used, but items not suitable for disposal must be taken to a landfill. Driveways damaged during the project will be repaired in kind with bituminous pavement. Removal of existing pavement is required on driveways and is incidental to repair. Standard AML revegetation methods and best management
practices for silt control will be used. All disturbed areas will be promptly revegetated at the end of construction using lime, fertilizer, AML seed mix, and mulch, as necessary.
The project site has previously been disturbed by road construction, utility installation, mining
and business development, landowner activities, and surface expression of deep mine subsidence. These disturbances consist of significant mixing, and removal of earthen material from excavation, grading, fill material placement, road construction, site development and driveway construction. There should be no undisturbed earthen material to a depth of several
feet at the areas slated for significant project-related construction activities.
Access to the site is via state and county roads, a business-maintained driveway, and an existing access road. This construction activity will consist of standard road construction practices appropriate to mitigate impacts to the local community from potential degraded road conditions to maintain public traffic safety.
The strict implementation and enforcement of standard AML sediment and erosion control Best Management Practices (BMPs) will prevent significant amounts of sediments disturbed by project related activities from entering area streams to create indirect impacts to aquatic resources.
Ohio County Water District – Waterline Extensions to Unserved Customers
Ohio County Water District – Waterline Extensions to Unserved Customers
The Base Bid scope of work includes the installation of approximately 5,252 LF of 2-inch PVC
waterline, 2,112 LF of 3-inch PVC waterline, 92 LF of ¾ -inch HDPE service line, 62 LF of 4-
inch HDPE encasement pipe (directional bore), 3 flush hydrant assemblies, 5 water meter
assemblies, and related appurtenances. Approximately 14,000 LF of various sized waterline will
be bid as Additive Alternates as well.
Estimated Length of Project:
(Substantial Completion) + 30 Calendar Days (Final Completion)
A section of slope has become unstable in the graded area between the undisturbed forest and a previously installed concrete block-tied mat ditch. This instability has constricted the ditch.
Sediment from this instability has also been deposited downstream at the intersection with an installed grated concrete ditch, allowing water to bypass the ditch and impact the citizen’s yard.
The unstable material constricting the ditch will be removed and replaced with a Class III
buttress. The affected section of ditch (approx. 80LF) will be removed and replaced with 4’ flat bottom Class III Ditch. Grates will be removed and replaced after deposited sediment has been removed and modifications complete. To prevent migration of Class III aggregate into the concrete channel, a barrier for aggregate retention will be installed at the interface of the two
types of ditch. Sediment deposited in the yard will also be removed to restore grade and
drainage.
The project limits are 3.37 acres in total with 0.7 acres of planned disturbance. These include project limits of 0.21 acres at the project site (with an expected maximum disturbance within the project limits of approximately 0.2 acres) and 3.16 acres at the off-site waste area (with an
expected maximum disturbance within these project limits of 0.5 acres).
Trees greater than 3” diameter at breast height will not be cut at the project site or waste area. If required, AML will elect to make a payment to the Imperiled Bat Conservation Fund in accordance with a determination from USFWS.
The project site has previously been disturbed by coal mining operations, road construction,
utility installation, residential development, landowner activities, and/or 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, sub-surface drilling, fill material placement, and erosion. There should be no undisturbed earthen material to a depth of several feet at the areas slated for significant project-related construction activities.
Approximately 80 LF of Concrete Block – Tied Mat will be removed and a Class III ditch
installed. The existing concrete ditch (approx. 60 LF) will have deposited sediment removed.
Nothing beyond ephemeral flow has been observed through this area.
No portals or cave-like structures will be disturbed by this project.
The strict implementation and enforcement of standard AML sediment and erosion control Best Management Practices (BMPs) will prevent significant amounts of sediments disturbed by project related activities from entering area streams to create indirect impacts to aquatic resources. Sediment control will be installed prior to beginning any major earth disturbance (excluding initial site preparation for access only) until all measures are installed. These include but are not limited to silt barriers (bales & silt fence).
This project includes 3 separate areas of Renovation. This includes renovation of the 9th floor
patient wing to provide infant abduction and a new Nursery, renovation on the 1st floor of
existing white boxed endoscopy rooms for installation of equipment and fit-up of shell space
on the 2nd floor to provide 8 new operating rooms, including 1 hybrid and pre-operative patient
and support space.
Be Advised that this Bid has been cancelled with no award.
Construct a work platform ,with underlaying foam roofing, on the perimeter of the roof-level
skylight for lift access to the copula and the rotunda walls, windows, and roof areas for
maintenance operations. The building was constructed in 1994. (Currently, the rotunda
requires cleaning, painting, and replacing several large window panes).
Erect a 60’ (width) x 168’ (length) x 14’ (height) post frame, open-sided feeding barn for the
University of Kentucky, College of Agriculture.
Stamped, engineered drawings are to be provided by the succesful bidder for the post-frame
structure.
Building to be located on the UK Research and Education Center in Princeton, KY. The
project address is 1785 Sandlick Road, Princeton, KY 42445.
The Kentucky State Capitol Renovation – Bid Package 10 – Comprehensive Restoration incorporates the primary renovation of the building, including interior and partial structural demolition and interior renovation, restoration, and historic preservation. In addition to architectural components, Bid Package 10 incorporates full replacement of all plumbing, mechanical, electrical, and telecommunications systems, and the addition of fire protection, enhanced security, and audio-visual systems. Exterior scope included in Bid Package 10 is primarily limited to reconstruction of the West Terrace and the replacement of exterior doors and windows.
The project consists of the following and other Work indicated in the Contract Documents:
a. The replacement of the entire existing infrastructure including Mechanical Systems (Heating and AC), Plumbing, Data Cabling, Power Infrastructure, etc., which is obsolete and has far exceeded its life expectancy.
b. The introduction of new but required and necessary building systems which do not currently exist, such as automatic sprinkler systems, standpipes, smoke detection and fire alarm systems.
c. To the extent possible, the pathways required to distribute the new building infrastructure will be planned, designed, and installed in a manner that will allow relatively easy access in the future, without the need of “opening up” the building again, when the time comes to replace this new infrastructure.
d. The life expectancy of the new building infrastructure is planned to be 30 years at a minimum and / or meeting the appropriate standards of the industry, such as ASHRAE, etc.
e. Life safety and ADA compliance are to be achieved through the installation of the new building infrastructure, as well as architectural improvements including enclosing egress stairs, providing guardrails and railings in selected locations, new restrooms, and creating barrier free access to and within the building.
f. Managing risk associated with an historic building of this age and character, which includes addressing chronic deferred maintenance and considerable deterioration found in the Dome and Terraces, as well as other areas of the building, such as parapets, roof slabs, and moisture protection systems.
g. Protect, preserve, and restore the significant historic fabric of the building that has remained intact over the 100-plus year history of the building.
h. Enhance space utilization, create efficiencies and synergies both within the building and coordinated with the Capitol Annex which acts as an extension of the Capitol.
i. All proposed work will be planned, designed, and performed in compliance with the Secretary of the Interior Standards which form the basis for review and approval by the Kentucky Heritage Council, State Historic Preservation Office, thereby protecting the status of the building as a National Register property, as well as allowing for the potential of being elevated to National Historic Landmark (NHL) status when the work is completed. All decisions regarding the renovations to the Capitol building will be presented to the Historic Properties Advisory Commission on a quarterly basis for advice and consent.
Louisville Water Company is requesting Bids for the furnishing of all labor, materials, tools, equipment and incidentals and performing all work required to construct complete in place and ready to operate the B.E. Payne WTP Plan Lime System Improvements Project.
A pre-bid meeting to discuss the Project and to tour the work site will be held on Tuesday, July 15, 2025, at 8:00 a.m. EST/EDT at 7400 River Road, Prospect KY 40059. Attendees shall meet at the entrance gate. Attendance at this meeting is strongly recommended, but not mandatory. An optional second site visit will occur on July 22, 2025, at 8:00 a.m. EST/EDT at the same location.
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 Heavy Construction – Plant Work Category. Contractor’s prequalification amounts must be equal to or greater than $3,000,000. Contractors may submit bids above their prequalification limit. Contractors/Subcontractors performing specialty items of work such as electrical work must be prequalified in the Electrical 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/
CCK-2564.0-18-26 Construct Health Education Building BP-07
CCK-2564.0-18-26 Construct Health Education Building BP-07
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 consists of a 520,000 sqft,10 story
structure.
This package consists of the following trade package:
TC-044 Grading & Site Storm
TC-045 Landscapes
TC-046 Hardscapes & Loading Dock
TC-047 Site Electric
Louisville Water Company is requesting Bids for the supply and install of a total of 8,640 LF of 12”, 8”, 6” & 4” water main. Also included with the project is the supply and installation of 11 fire hydrants, and the supply and transfer, renewal, relocation, or discontinue of 110+/- customer services. Fire hydrant removal, main cut and plugs, and restoration on and along Project Limits 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 $3,000,001 – $5,000,000. 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: 4”-16” PVC Water Mains, 4”-16” DI Water Mains, 1” and Smaller Water 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/
Provide raceways for KU installed underground primary electric to replace a portion of the existing overhead primary electric. Rework secondary electrical services to indicated buildings to receive power from the underground primary electric system. Install KU furnished pull boxes and single-phase transformer bases. Provide concrete pads for three phase transformers. Provide raceways for KU provided site lighting fixtures. Provide pad mounted recloser near existing generator and connect to the existing SCADA control system.