BLOCK PAGE!!!
Get Full Details

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Published November 10, 2025 at 7:00 PM

Updated November 14, 2025

Site work for a water / sewer project in Lexington, Kentucky. Completed plans call for site work for a one-story above grade water / sewer project.

The work includes providing all construction supervision, labor, materials, tools, and test equipment necessary for the Merrick Trunk Sewer Improvements Project (RMP WH-7). The project consists of the replacement of approximately 7,200 linear feet of 30-inch sanitary sewer and appurtenance structures starting on Greentree Road near Tates Creek Road, continuing through backyards along Willowood Road and Tates Creek Road, crossing Tates Creek near Gainesway Drive, crossing the New Circle Road Ramp, then crossing Tates Creek again, extending along Tates Creek Road to Dove Run Road and Montavesta Road, and ending at the City Park Property at the corner of Montavesta Road and Dove Run Road. The project also includes several tunnel sections of 48-inch casing pipe with 30-inch carrier pipe and four creek crossings. The Affirmative Action Plan of the Lexington-Fayette Urban County Government applies, and additional federal regulations may apply; bidders should review the bid documents for further details. Attendance at a designated pre-bid meeting is mandatory. The CONTRACTOR shall furnish all the materials, supplies, machinery, equipment, tools, supervision, labor, insurance, and other accessories and services necessary to complete the said project in accordance with the BID, the Contract Documents, and the Specifications prepared by the Engineer for the A. This Section includes administrative and procedural requirements governing allowances. Certain items are specified in the Contract Documents by allowances. Allowances have been established in lieu of additional requirements and to defer selection of actual materials and equipment to a later date when additional information is available for evaluation. If necessary, additional requirements will be issued by Change Order. B. Types of allowances include the following: 1. Defined, allowances. Defined allowances include equipment, systems, or services that have been selected by the Owner from a designated supplier. These will be handled in accordance with paragraph 1.06 of this specification. 2. Undefined allowances. Undefined allowances are intended for work which has an unknown scope at the time of bidding. These will be handled in accordance with paragraph 1.07 of this specification. C. C. The following allowances shall be included in the Contractor's bid: 1. Miscellaneous Site Improvements (defined allowance) - $1,000,000 has been established for owner selected miscellaneous site improvements. An allocation has been established for Miscellaneous Site Improvements or other work not included in the Contract Documents but deemed necessary for the project during construction. Miscellaneous Site Improvements will be as directed by the Engineer in a Field Order which will document costs associated with the directed Miscellaneous Site Improvement(s). Costs shall include all labor, equipment, materials, and other incidental costs required to perform the directed work. Funds from the Miscellaneous Site Improvements allocation not encumbered by a Field Order will be credited to the final contract amount in a Final Adjusting Change Order. 2. Third Party Professional Pre-Construction Photographic Documentation- $7,000 has been established for pre-construction photographic documentation of existing conditions. An allocation has been established for utilization of an approved consultant to provide thorough documentation of existing conditions with photos and or videos. 3. Landscaping at 3504 Tates Creek Road- $2,000 has been established for landscaping as agreed upon by LFUCG and the property owner at this address. A. The Contractor shall provide signs near the site of the Work. The sign shall set forth the description of the Work and the names of the Owner, Engineer, and Contractor A. Furnish all labor and equipment required to dewater all excavations. B. Dewatering of all excavations shall be the responsibility of the Contractor, and no additional compensation will be allowed for same. A. This Section includes, but is not limited to, the following: 1. Shoring and bracing necessary to protect existing buildings, streets, walkways, utilities, and other improvements and excavation against loss of ground or caving embankments. 2. Maintenance of shoring and bracing. 3. Removal of shoring and bracing, as required. B. Types of shoring and bracing systems include, but are not limited to, the following: 1. Steel H-section (soldier) piles. 2. Timber lagging. 3. Steel sheet piles. 4. Portable steel trench box. C. Building excavation is specified in another Division 2 Section. A. The Contractor shall furnish all labor, materials, and equipment required for installing, maintaining, amending, and removing temporary soil erosion, sediment, and pollutant controls as shown in the Erosion and Sediment Control Plan or Stormwater Pollution Prevention Plan (hereinafter referred to generally as the SWPPP) and as specified herein and as required by the LFUCG Land Disturbance Permit, Chapter 16-Article X, Division 5 of the LFUCG Code of Ordinances, and the KPDES General Permit for Stormwater Discharges Associated with Construction Activities (KYR10). B. The Contractor shall take all site management measures necessary to minimize erosion and contain sediment, construction materials (including excavation and backfill), and pollutants (such as chemicals, fuels, lubricants, bitumen, raw sewage, and other harmful waste) on the site, and prevent them from being discharged offsite or into or alongside any body of water or into natural or man-made conveyances leading thereto. C. The Contractor shall at all times minimize land disturbance and the period of time that the disturbed area is exposed without stabilization practices. In "critical areas" (within 25 feet of a perennial or intermittent stream, wetland, sinkhole, inlet or other waterbody) erosion prevention measures such as working during dry periods, use of sediment controls, and use of erosion control mats/blankets, mulch, or straw blown in and stabilized with tackifiers or by treading, etc. shall be implemented on disturbed areas within 24 hours or "as soon as practical" after completion of disturbance/grading or following cessation of activities. D. Temporary erosion controls include, but are not limited to sodding, mulching, seeding, providing erosion control blankets and turf reinforcement mats on all disturbed surfaces including waste area surfaces and stockpile and borrow area surfaces; covering small disturbed areas with tarps or other materials; scheduling work to minimize erosion; and providing diversion or interceptor ditches to minimize the discharge of sediment. E. Temporary sedimentation controls include, but are not limited to, silt fences, rock check dams, berms, traps, barriers, fiber logs, storm drain inlet filters, and appurtenances on sloped surfaces to minimize the discharge of sediment. F. Contractor is responsible for providing and maintaining effective temporary erosion and sediment control measures prior to and during construction or until final controls become effective and the site is stabilized in accordance with state and local requirements. G. Prior to construction, the Contractor shall obtain an LFUCG Land Disturbance Permit and shall obtain coverage under the KPDES General Permit for Stormwater Discharges Associated with Construction Activities (KYR10) (see Article 3.24 in this Section) if required. The Contractor shall be responsible for placement of pollutant, erosion, and sedimentation controls as shown in the Stormwater Pollution Prevention Plan (SWPPP) prior to excavation, fill, or grade work. If during the course of construction, the state and/or LFUCG determine additional controls are required, the Contractor shall furnish, install, and maintain additional seeding, mulch, blankets, sediment barriers, diversion or other ditches, and/or other controls as necessary to control pollution, erosion, and sedimentation to the satisfaction of the regulatory agency. H. The Contractor shall inspect and repair all erosion and sedimentation controls as follows: 1. At least once every seven (7) calendar days, and 2. Within 24 hours after any rainfall event of 0.5 inch or greater (or 4 inches of snow or greater). I. Final stabilization practices on those portions of the project where land disturbance activities have permanently ceased shall be initiated within fourteen (14) days of the date of cessation of land disturbance activities. Temporary stabilization for those portions of the project where land disturbance has temporarily ceased (e.g., temporary seeding, mulching, etc.) shall be initiated within fourteen (14) days of the date of cessation of land disturbance activities. J. Erosion and Sediment Control prevention measures shall be installed prior to removal of vegetation, grading, and/or stripping of topsoil. The Contractor is responsible for preparing and submitting the Kentucky Division of Water Notice of Intent and attachments and obtaining state permit approval, if applicable, prior to the beginning of any construction activities. A. The Contractor shall furnish all labor, materials, and equipment required for installing all structural and vegetative features associated with stream/creek crossings and streambank restoration areas. Work in this section may include installation of Temporary Stream Crossings and/or Streambank Restoration. B. The Contractor shall take all measures necessary to minimize the use of equipment within the banks of a stream. C. The Contractor shall follow the Streambank Restoration Phase I Details included in the RMP Standard Detail Drawings. A. The Work described by this Section consists of furnishing all materials and incidentals required for the initial support system(s) proposed by the Contractor to be provided as a part of the tunneling operations. B. The work shall be done in accordance with all Federal, State, and local laws, regulations and requirements as shown on the Drawings and as specified herein. C. All available and known geotechnical reports, logs, borings, and laboratory testing performed within close proximity of the project corridor have been made available as "technical data" and are not part of the Contract Documents. These reports are provided as information only and solely for the convenience of Bidders. The Owner and/or the Consultant do not warrant or guarantee the accuracy or correctness of this material with respect to actual subsurface conditions. Subsurface conditions are considered unclassified and no expectation of quantity, specific location of ground conditions, or geotechnical baselines are provided or assumed herein. D. Contractor shall review all available geotechnical reports and data and perform any additional subsurface investigations the Contractor deems necessary at his own expense for the planning and the selection of tunneling techniques and methods in order to enable proper construction as shown on the Drawings and other requirements of Contract Documents. E. Contractor shall be responsible for designing, furnishing and installing the initial tunnel support system(s) that complement the means and methods selected in excavating the tunnels and shafts proposed for the Project. F. Contractor may increase the diameter of the initial support system(s) from that indicated on the Drawings and as listed in the Tunneling Method Table in Project Specific Notes (PSN), at no additional cost to the Owner, if the Contractor deems it necessary to provide additional internal work area to account for all project site conditions, variability in subsurface conditions, selected tunnel construction methods, operational procedures, carrier pipe support and restraint systems, steering and guidance system accuracy, and line and grade tolerances to meet the carrier pipe acceptance criteria for the project. Contractor may also elect to increase the diameter of the initial support system(s) from that indicated on the Drawings and as listed in the Tunneling Method Table in Project Specific Notes (PSN), at no additional cost to the Owner, to best fit the Contractor's selected tunnel excavation equipment diameter, worker safety, tunnel construction production efficiency, or to otherwise reduce project risk. If Contractor elects to modify the diameter from the minimum size shown in the Contract Documents, the Contractor accepts all responsibility for clearance from existing buried conflicts, acquiring approval for any modification or addenda to all right-of-way encroachment agreements, occupancy permits, or other established requirements and specifications of the entity being crossed. Contractor shall not increase the diameter of the initial tunnel support system if the combination of the selected tunnel construction means and methods and the increased tunnel lining diameter increases the potential for surface settlement or damage to existing structures. G. Follow all OSHA regulations regarding confined space for installation of the initial support system(s). H. Conform with all Kentucky Transportation Cabinet (KYTC) and Federal Highway Administration requirements for work within their respective highway rights-of-way and any additional requirements of the contiguous property and utility owners. I. The Contractor shall retain the service of a professional engineer registered in the Commonwealth of Kentucky to design the initial support system(s) and prepare submittals as described herein. A. Furnish all labor, materials, equipment and incidentals required to clean all sewer pipe, laterals and fittings installed and/or rehabilitated, as specified herein. B. Cleaning shall include the proper high pressure water jetting, rodding, snaking, bucketing, brushing and flushing of sewers, laterals, and manholes prior to inspection by closed circuit television, pipeline rehabilitation or replacement, point repairs, manhole preparation, and testing operations. C. Cleaning shall dislodge, transport and remove all sludge, mud, sand, gravel, rocks, bricks, grease, roots, sticks, and all other debris from the interior of the sewer pipe and manholes as required for pipeline rehabilitation. A. Furnish all necessary labor, materials, equipment, services and incidentals required to visually inspect by means of closed-circuit television (CCTV) designated sewer line sections and sewer laterals, including, but not limited to, recording and playback equipment, materials and supplies. B. The inspection shall be performed on one sewer line section (i.e. manhole to manhole) or one sewer lateral (i.e. sewer main toward property) at a time. The section being inspected shall be suitably isolated from the remainder of the sewer system. C. Video recordings shall be made of the television inspections and copies of both the recordings and printed inspection logs shall be supplied to the Owner. D. Contractor may have to perform point repairs, remove obstructions or remove protruding service connections to complete pre-rehabilitation TV inspection A. The asphalt paving replacement work includes the construction of an aggregate base course, asphalt binder and wearing courses to match existing courses and as specified herein. This work is to replace paving disturbed by the construction and any damages to paving by Contractor's operations, as well as new pavement and driveways, within the limits shown on the plans. A. Furnish all labor, materials, equipment and services required for constructing concrete sidewalks where shown on the Drawings and as specified herein. The subsurface exploration for WHTE consisted of 130 rock-line soundings. The sounding locations were selected, staked (or marked) and surveyed in the field by Integrated Engineering, PLLC. Soundings S-1 through S-89 were located on Greentree Road; S-88 through S-91 were located on Greentree Circle; S-92 and S-93 were located on private property off of Greentree Circle; and Soundings S-94 through S-130 were located along the south boundary of the Chinoe Creek Apartments. It should be noted that Soundings S-50 through S-77 were not drilled due to a high concentration of existing utilities in the area. Also, Soundings S-92 and S-93 were not drilled to avoid property access and restoration issues with the private property owner. The soundings were drilled between July 7 and July 9. Sampling was not performed at any location. As each boring was advanced, the Drilling Foreman kept a tabulation of the depths until auger refusal. It should be noted that "Auger Refusal" as determined in the rockline soundings is defined as rock-like resistance to the advancement of the augers using carbide steel cutting teeth. This may indicate the presence of weathered bedrock, boulders, or rock remnants. The subsurface exploration for MT was originally planned to include 112 rockline soundings, numbered S-1 through S-45, S-47, S-49 through S-59, S-62 through S-64, S-68, S-70 through S118, S-120, and S-122. The sounding locations were selected, staked and surveyed in the field by Integrated Engineering, PLLC as follows: o Soundings S-1 through S-45 were located on private property east of the properties that front onto Willowood and Winding Drives, and extending along the proposed alignment towards Tates Creek Road; o Sounding S-47 was located in the median strip on Tates Creek Road, where the alignment will cross the roadway; o Soundings S-49 through S-59 and S-62 through S-64 were located to the east of and roughly parallel to Tates Creek Road, between Gainesway Drive and New Circle Road; o Soundings S-68 and S-70 through S-91 followed along the west edge of Tates Creek Road from New Circle Road to Dove Run Road; o S-92 through S-108 were located in the pavement along the northbound lane of Dove Run Road from Tates Creek Road to Montavesta Road; o S-109 through S-113 were located in the pavement along Montavesta Road, extending northeast from the intersection with Dove Run Road; and o S-114 through S-118 were located on private property along the east boundary of The Reserve at Merrick Apartments & Townhomes. Of the 112 planned soundings for MT, 42 were not performed due to private property access issues, site access issues, conflicts with overhead utilities, and traffic control issues as noted in the Sounding Summary in Appendix B. In addition, two of the soundings were scheduled to be completed at a later date along with borings near several proposed roadway crossings. The 70 completed soundings were drilled by a Geotechnology drilling crew between November 1 and November 10, 2021 or performed with hand equipment by Geotechnology between December 20 and 21, 2021. Sampling was not performed at the sounding locations. As each boring was advanced, the Drilling Foreman kept a tabulation of the auger refusal depths. It should be noted that "Auger Refusal" as determined in the rockline soundings is defined as rock-like resistance to the advancement of the augers using carbide steel cutting teeth. This may indicate the presence of weathered bedrock, boulders, or rock remnants. Question Cut Off Date 10/27/2025 04:00:00 PM (ET)

Post-Bid

Water / Sewer

$25,000,000.00

Public - City

Site Work

50

11

47

8

Subscribe For Documents

24 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
201
Active Projects
135
Bidding Soon
1,512
All Active Projects
0
Updated Recently

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

November 13, 2025

January 12, 2026

Project location map

328 Old Vine St, Lexington, KY

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.