311 BELL 12 2908

User Manual: 311

Open the PDF directly: View PDF PDF.
Page Count: 74

eProposal Jan-2009
CALL NO. 311
CONTRACT ID. 122908
BELL COUNTY
FED/STATE PROJECT NUMBER FE02 007 2133 B00016N
DESCRIPTION KY 2133 OVER LEFT FORK OF STRAIGHT CREEK
WORK TYPE BRIDGE DECK RESTORATION & WATERPROOFING
PRIMARY COMPLETION DATE 11/15/2012
LETTING DATE: January 27, 2012
Sealed Bids will be received electronically through the Bid Express bidding service until
10:00 AM EASTERN STANDARD TIME January 27, 2012. Bids will be publicly
announced at 10:00 AM EASTERN STANDARD TIME.
REQUIRED BID PROPOSAL GUARANTY: Not less than 5% of the total bid.
TABLE OF CONTENTS
PART I SCOPE OF WORK
PROJECT(S), COMPLETION DATE(S), & LIQUIDATED DAMAGES
CONTRACT NOTES
STATE CONTRACT NOTES
SPECIAL NOTE(S) APPLICABLE TO PROJECT
LIQUIDATED DAMAGES
TRAFFIC CONTROL PLAN
SKETCH MAP(S)
BRIDGE DRAWINGS
PRE-BID CONFERENCE
PART II SPECIFICATIONS AND STANDARD DRAWINGS
SPECIFICATIONS REFERENCE
SUPPLEMENTAL SPECIFICATIONS
STANDARD DRAWINGS THAT APPLY
PART III EMPLOYMENT, WAGE AND RECORD REQUIREMENTS
LABOR AND WAGE REQUIREMENTS
EXECUTIVE BRANCH CODE OF ETHICS
KENTUCKY EQUAL EMPLOYMENT OPPORTUNITY ACT OF 1978
PROJECT WAGE RATES
PART IV INSURANCE
PART V BID ITEMS
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 2 of 74
PART I
SCOPE OF WORK
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 3 of 74
CONTRACT ID - 122908 ADMINISTRATIVE DISTRICT - 11
PROJECT(S) IDENTIFICATION AND DESCRIPTION:
COUNTY - BELL PCN - MB00721331201
FE02 007 2133 B00016N
KY 2133 (MP 0.80) BRIDGE OVER LEFT FORK OF STRAIGHT CREEK 0.5 MILES NW OF JCT KY 66.
BRIDGE DECK RESTORATION & WATERPROOFING.
GEOGRAPHIC COORDINATES LATITUDE 36^48'44" LONGITUDE 83^38'44"
COMPLETION DATE(S):
COMPLETION DATE - November 15, 2012
APPLIES TO ENTIRE CONTRACT
30 CALENDAR DAYS
APPLIES TO B00016N
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 4 of 74
CONTRACT NOTES
PROPOSAL ADDENDA
All addenda to this proposal must be applied when calculating bid and certified in the bid
packet submitted to the Kentucky Department of Highways. Failure to use the correct
and most recent addenda may result in the bid being rejected.
BID SUBMITTAL
Bidder must use the Department’s Expedite Bidding Program available on the Internet
web site of the Department of Highways, Division of Construction Procurement.
(www.transportation.ky.gov/contract)
The Bidder must download the bid file located on the Bid Express website
(www.bidx.com) to prepare a bid packet for submission to the Department. The bidder
must submit electronically using Bid Express.
JOINT VENTURE BIDDING
Joint venture bidding is permissible. All companies in the joint venture must be
prequalified in one of the work types in the Qualifications for Bidders for the project.
The bidders must get a vendor ID for the joint venture from the Division of Construction
Procurement and register the joint venture as a bidder on the project. Also, the joint
venture must obtain a digital ID from Bid Express to submit a bid. A joint bid bond of
5% may be submitted for both companies or each company may submit a separate bond
of 5%.
UNDERGROUND FACILITY DAMAGE PROTECTION
The contractor is advised that the Underground Facility Damage Protection Act of 1994,
became law January 1, 1995. It is the contractor’s responsibility to determine the impact
of the act regarding this project, and take all steps necessary to be in compliance with the
provision of the act.
REGISTRATION WITH THE SECRETARY OF STATE BY A FOREIGN
ENTITY
Pursuant to KRS 176.085(1)(b), an agency, department, office, or political subdivision of
the Commonwealth of Kentucky shall not award a state contract to a person that is a
foreign entity required by KRS 14A.9-010 to obtain a certificate of authority to transact
business in the Commonwealth (“certificate”) from the Secretary of State under KRS
14A.9-030 unless the person produces the certificate within fourteen (14) days of the bid
or proposal opening. If the foreign entity is not required to obtain a certificate as
provided in KRS 14A.9-010, the foreign entity should identify the applicable exception.
Foreign entity is defined within KRS 14A.1-070.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 5 of 74
For all foreign entities required to obtain a certificate of authority to transact
business in the Commonwealth, if a copy of the certificate is not received by the
contracting agency within the time frame identified above, the foreign entity’s
solicitation response shall be deemed non-responsive or the awarded contract shall
be cancelled.
Businesses can register with the Secretary of State at
https://secure.kentucky.gov/sos/ftbr/welcome.aspx .
SPECIAL NOTE FOR PROJECT QUESTIONS DURING ADVERTISEMENT
Questions about projects during the advertisement should be submitted in writing to the
Division of Construction Procurement. This may be done by fax (502) 564-7299 or
email to kytc.projectquestions@ky.gov. The Department will attempt to answer all
submitted questions. The Department reserves the right not to answer if the question is
not pertinent or does not aid in clarifying the project intent.
The deadline for posting answers will be 3:00 pm Eastern Daylight Time, the day
preceding the Letting. Questions may be submitted until this deadline with the
understanding that the later a question is submitted, the less likely an answer will be able
to be provided.
The questions and answers will be posted for each Letting under the heading “Questions
& Answers” on the Construction Procurement website
(www.transportation.ky.gov/contract). The answers provided shall be considered part of
this Special Note and, in case of a discrepancy, will govern over all other bidding
documents.
ACCESS TO RECORDS
The contractor, as defined in KRS 45A.030 (9) agrees that the contracting agency, the
Finance and Administration Cabinet, the Auditor of Public Accounts, and the Legislative
Research Commission, or their duly authorized representatives, shall have access to any
books, documents, papers, records, or other evidence, which are directly pertinent to this
contract for the purpose of financial audit or program review. Records and other
prequalification information confidentially disclosed as part of the bid process shall not
be deemed as directly pertinent to the contract and shall be exempt from disclosure as
provided in KRS 61.878(1)(c). The contractor also recognizes that any books, documents,
papers, records, or other evidence, received during a financial audit or program review
shall be subject to the Kentucky Open Records Act, KRS 61.870 to 61.884.
In the event of a dispute between the contractor and the contracting agency, Attorney
General, or the Auditor of Public Accounts over documents that are eligible for
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 6 of 74
production and review, the Finance and Administration Cabinet shall review the dispute
and issue a determination, in accordance with Secretary's Order 11-004. (See attachment)
10/18/2011
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 7 of 74
Steven L. Beshear
Governor
Commonwealth of Kentuck
y
Finance and Administration Cabinet
OFFICE OF THE SECRETARY
Room 383, Capitol Annex
702 Capital Avenue
Frankfort, KY 40601-3462
(502) 564-4240
Fax (502) 564-6785
Lori H. Flanery
Secretary
KentuckyUnbridledSpirit.com An Equal Opportunity Employer M/F/D
SECRETARY’S ORDER 11-004
FINANCE AND ADMINISTRATION CABINET
Vendor Document Disclosure
WHEREAS, in order to promote accountability and transparency in governmental operations, the
Finance and Administration Cabinet believes that a mechanism should be created which would provide
for review and assistance to an Executive Branch agency if said agency cannot obtain access to
documents that it deems necessary to conduct a review of the records of a private vendor that holds a
contract to provide goods and/or services to the Commonwealth; and
WHEREAS, in order to promote accountability and transparency in governmental operations, the
Finance and Administration Cabinet believes that a mechanism should be created which would provide
for review and assistance to an Executive Branch agency if said agency cannot obtain access to
documents that it deems necessary during the course of an audit, investigation or any other inquiry by an
Executive Branch agency that involves the review of documents; and
WHEREAS, KRS 42.014 and KRS 12.270 authorizes the Secretary of the Finance and
Administration Cabinet to establish the internal organization and assignment of functions which are not
established by statute relating to the Finance and Administration Cabinet; further, KRS Chapter 45A.050
and 45A.230 authorizes the Secretary of the Finance and Administration Cabinet to procure, manage and
control all supplies and services that are procured by the Commonwealth and to intervene in controversies
among vendors and state agencies; and
NOW, THEREFORE, pursuant to the authority vested in me by KRS 42.014, KRS 12.270, KRS
45A.050, and 45A.230, I, Lori H. Flanery, Secretary of the Finance and Administration Cabinet, do
hereby order and direct the following:
I. Upon the request of an Executive Branch agency, the Finance and Administration Cabinet
(“FAC”) shall formally review any dispute arising where the agency has requested
documents from a private vendor that holds a state contract and the vendor has refused
access to said documents under a claim that said documents are not directly pertinent or
relevant to the agency’s inquiry upon which the document request was predicated.
II. Upon the request of an Executive Branch agency, the FAC shall formally review any
situation where the agency has requested documents that the agency deems necessary to
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 8 of 74
2
conduct audits, investigations or any other formal inquiry where a dispute has arisen as to
what documents are necessary to conclude the inquiry.
III. Upon receipt of a request by a state agency pursuant to Sections I & II, the FAC shall
consider the request from the Executive Branch agency and the position of the vendor or
party opposing the disclosure of the documents, applying any and all relevant law to the
facts and circumstances of the matter in controversy. After FAC’s review is complete,
FAC shall issue a Determination which sets out FAC’s position as to what documents
and/or records, if any, should be disclosed to the requesting agency. The Determination
shall be issued within 30 days of receipt of the request from the agency. This time period
may be extended for good cause.
IV. If the Determination concludes that documents are being wrongfully withheld by the
private vendor or other party opposing the disclosure from the state agency, the private
vendor shall immediately comply with the FAC’s Determination. Should the private
vendor or other party refuse to comply with FAC’s Determination, then the FAC, in
concert with the requesting agency, shall effectuate any and all options that it possesses to
obtain the documents in question, including, but not limited to, jointly initiating an action
in the appropriate court for relief.
V. Any provisions of any prior Order that conflicts with the provisions of this Order shall be
deemed null and void.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 9 of 74
SPECIAL NOTE FOR RECIPROCAL PREFERENCE
Reciprocal preference to be given by public agencies to resident bidders
By reference, KRS 45A.490 to 45A.494 are incorporated herein and in compliance
regarding the bidders residency. Bidders who want to claim resident bidder status
should complete the Affidavit for Claiming Resident Bidder Status along with their
bid in the Expedite Bidding Program. Submittal of the Affidavit should be done
along with the bid in Bid Express.
03/01/2011
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 10 of 74
SPECIAL NOTE FOR BRIDGE RESTORATION AND WATERPROOFING
WITH CONCRETE OVERLAYS
I. DESCRIPTION. Perform all work in accordance with the Kentucky Transportation
Cabinet, Department of Highway’s 2008Standard Specifications for Road and Bridge
Construction and applicable Supplemental Specifications, the Standard Drawings, this
Note, and the attached detail drawings. Section references are to the Standard
Specifications.
This work consists of the following: (1) Furnish all labor, materials, tools, and
equipment; (2) Remove the existing overlay or machine prep the existing slab; (3)
Complete full-depth and partial depth repairs as directed by the Engineer; (4)
Repair/replace damaged and corroded reinforcing bars; (5) Place new concrete overlay
and epoxy-sand slurry in accordance with Section 606; (6) Complete asphalt approach
pavement; (7) Maintain and control traffic; and (8) Any other work specified as part of
this contract.
All construction will be in accordance with Section 606 unless otherwise
specified.
II. MATERIALS.
A. Latex Concrete. See Section 606.03.17.
B. Class “M” Concrete. Use either “M1” or “M2”. See Section 601.
C. Bituminous Asphalt. Use CL2ASPH SURF 0.38D PG64-22.
D. Epoxy-Sand Slurry. See Section 606.03.10.
III. CONSTRUCTION.
A. Machine prep of existing slab. Remove concrete from existing slab to a depth of at
least ¼” below the existing surface, and remove all patches completely,in accordance
with the requirements of Section 606.03.03. See Special Note for Use of
Hydrodemolition Method.
B. Partial Depth Slab Repair. Remove areas determined to be unsound by the Engineer
via Hydrodemolition or via hand held jackhammers weighing less than 40lbs. No
wrecking balls, drop hammers, or rig-mounted breakers are allowed. Repair/Replace
all damaged or severely corroded reinforcing bars prior to partial depth repair
operation. The Department will not measure material removal and will consider this
work incidental to the bid item “PARTIAL DEPTH PATCHING”.
C. Asphalt Approach Pavement. Mill the NW existing asphalt approach for a distance
of 100’ from the bridge end. Mill the SE existing asphalt approach from the bridge
end to the edge of pavement of KY 66. Remove the bituminous material uniformly by
making an edge key, so as to provide a smooth transition to the finished bridge when a
new bituminous overlay of compacted depth of approximately 1½” is added to the
approaches. The grinding depth may vary depending of the condition of the existing
approach and final elevation of bridge end. Dispose of all removed material away
from the site.
E. Surface Texturing. Texture the concrete surface of the overlay in accordance with
Section 609.03.10.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 11 of 74
IV. MEASUREMENT. See Section 606 and the following:
A. Latex Modified Concrete (1 1/2inches thick). The Department will measure the
quantity in cubic yards using the theoretical volume as follows for each bridge:
007B00016N ((66’x22’)+ 33’x0.5(30’+22’))x1.50” = 10.7 cuyd
B. Latex Modified Concrete for Partial Depth Patching. The Department will
measure the quantity in cubic yards by deducting the theoretical volume of bridge deck
overlay (LMC) from the total volume (as indicated by the batch quantity tickets) of
Concrete required to obtain the finished grade shown on the Plans or established by
the Engineer.
C. Machine Prep of Slab. The Department will measure the maching preparation of the
existing bridge deck in square yards, which shall include all labor, equipment, and
material needed to complete this work.
D. Steel Reinforcement. The Department will measure any reinforcing steel necessary
for the partial or full depth patch in pounds, which shall include all labor, equipment,
and material needed to complete this work.
E. Asphalt Approach Pavement. The Department will measure the quantity in square
yards, which shall include all labor, equipment, and material needed to complete this
work.
V. PAYMENT. See Section 606 and the following:
A. Latex Modified Concrete (1 1/2 inches thick). The Department will make payment
for the Latex Modified Concrete under bid item #08534 “CONCRETE OVERLAY
LATEX” for the quantity in cubic yards complete in place.
B. Latex Modified Concrete for Partial Depth Patching. The Department will make
payment for the Partial Depth Patching under bid item #24094EC “PARTIAL DEPTH
PATCHING”. Payment will be for the quantity per cubic yard complete in place.
C. Machine Prep of Slab. The Department will make payment for the removal of the
existing overlay under bid item #08510 “MACHINE PREP OF SLAB. Payment will
be for the square yard complete.
D. Steel Reinforcement. The Department will make payment for steel reinforcement, if
necessary, under bid item #08150 “STEEL REINFORCEMENT”. Payment will be at
the unit price per pound.
E. Asphalt Approach Pavement. The Department will make payment for the
completed and accepted quantity of this work under the bid item #03304 “BRIDGE
OVERLAY APPROACH PAVEMENT”.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 12 of 74
SPECIAL NOTE FOR REPLACING EXPANSION DAMS AND/OR
INSTALLING ARMORED EDGES FOR CONCRETE ON BRIDGES
1. DESCRIPTION. Perform all work in accordance with the Kentucky Transportation
Cabinet, Department of Highway’s 2008Standard Specifications for Road and Bridge
Construction and applicable Supplemental Specifications, the Standard Drawings, this Note, and
the attached detail drawings. Section references are to the Standard Specifications.
This work consists of the following: (1) Furnish all labor, materials, tools, and
equipment; (2) Remove existing concrete and expansion device(s) and/or bridge ends; (3) Install
armored edges and new concrete as specified and in accordance with the attached detail
drawings; (4) Maintain and control traffic; and (5) Any other work specified as part of this
contract.
2. MATERIALS.
A. Class “M” Concrete. Use either “M1” or “M2”. See Section 601.
B. Structural Steel. Use new, commercial grade steel suitable for welding. The
Engineer will base acceptance on visual inspection. See Standard Drawing BJE-001,
current edition.
C. Stud Anchors. The armored edge stud anchors are ¾” x 6” embedded stud shear
connectors conforming to ASTM A108, Grade 1015 (Nelson Studs or equal).
D. Steel Reinforcement. Use Grade 60. See Section 602.
E. Epoxy Bond Coat. See Section 511.
3. EQUIPMENT.
A. Hammer. Provide Power driven Hammers lighter than nominal 45 lb. class.
B. Sawing Equipment. Sawing equipment shall be a concrete saw capable of sawing
concrete to the specified depth.
C. Hydraulic Impact Equipment. Hydraulic Impact/Skid Steer Type Equipment with a
maximum rated striking Energy of 360 ft-lbs are permitted only in areas of concrete removal
more than 6 inches away from boundaries of surface areas to remain in service. The
Contractor is to provide data information to the engineer on the equipment they wish to
utilize to ensure compliance with this note.
4. CONSTRUCTION.
A. Remove Existing Materials. Remove existing Expansion Dam, Bridge End,
Armored Edges and specified areas of concrete as shown on the attached sketches.
Remove debris and/or expansion joint filler as directed by the Engineer. . Clean and
leave all existing steel reinforcement encountered in place. Damaged steel reinforcement will
be repaired/replaced as directed by the Engineer at no additional cost to the Department.
Dispose of all removed material entirely away from the job site. This work is incidental to
the contract unit price for "Expansion Joint Replacement" or “Armored Edge for
Concrete”.
B. Place New Concrete and Armored Edges. After all specified existing materials
have been removed; place new armored edges to match the grade of the proposed
overlay or to match the original grade (See attached detail drawings). Place the new
Class “M” concrete to the scarified grade and finish to receive the new overlay or
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 13 of 74
place the new Class “M” concrete to the original grade and finish with broom strokes
drawn transversely from curb to curb.
All new structural steel shall be cleaned and painted in accordance with
requirements of Section 607.03.23, except that surfaces to come in contact with
concrete are not to be painted.
Blast clean all areas of existing concrete and structural steel to come in contact
with new concrete until free of all laitance and deleterious substances immediately
prior to the placement of the Class "M" Concrete. The surface areas of existing
concrete to come in contact with the new Class "M" Concrete are to be coated with an
epoxy bond coat immediately prior to placing new concrete in accordance with
Section 511. The interfaces of the new and old concrete shall be as nearly vertical
and horizontal as possible.
C. Additional Steel Reinforcement. Furnish for replacement, as directed by the
Engineer, 1300 linear feetof #4 steel reinforcing bars in 20’ lengths. Place these
bars in areas deemed by the Engineer to require additional reinforcement. Field
cutting and bending is permitted. Do not place any additional steel reinforcement
above the height of the top row of Nelson Studs on the armored edges. Ensure that all
exposed steel reinforcement is tied in accordance with Section 602.03.04 prior to
pouring the new Class “M” concrete. Deliver unused bars to the Local County
Maintenance Barn. Payment will be made in accordance with Section 602.
D. Stage Construction. Installation of concrete and armored edges in two (or more if
specified) stages is necessary. Join the armored edges at or near the centerline of the
roadway or lane line, field weld and grind smooth.
E. Shop Plans. Shop plans will not be required. The Contractor is responsible for
obtaining field measurements and supplying properly sized materials to complete the
work.
IV MEASUREMENT.
A. Armored Edge for Concrete. The Department will measure the quantity in linear
feet from gutterline to gutterline along the face of the bridge end.
B. Steel Reinforcement. See Section 602.
V. PAYMENT.
A. Armored Edge for Concrete. Payment at the contract unit price per linear foot is
full compensation for removing specified existing materials, furnishing and installing
the new armored edges, concrete and all incidental items necessary to complete the
work (except the overlay material) within the specified pay limits as specified by this
note and as shown on the attached detail drawings.
B. Steel Reinforcement. See Section 602.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 14 of 74
SPECIAL NOTE FOR ELIMINATING TRANSVERSE JOINTS ON BRIDGES
This Special Note will apply where indicated on the plans or in the proposal. Section references herein
are to the Department’s 2008 Standard Specifications for Road and Bridge Construction.
1.0.DESCRIPTION. Remove existing concrete and existing joint material to eliminate the
transverse joint. Install additional reinforcing steel and place concrete.
2.0 MATERIALS.
A. Class “M” Concrete. Use either “M1” or “M2”. See Section 601.
B. Steel Reinforcement. Use Grade 60. See Section 602.
C. Epoxy Bond Coat. See Section 511.
3.0 EQUIPMENT.
A. Hammer. Provide Power driven Hammers lighter than nominal 45 lb. class.
B. Sawing Equipment. Sawing equipment shall be a concrete saw capable of sawing
concrete to the specified depth.
C. Hydraulic Impact Equipment. Hydraulic Impact/Skid Steer Type Equipment with a
maximum rated striking Energy of 360 ft-lbs are permitted only in areas of concrete removal
more than 6 inches away from boundaries of surface areas to remain in service. The
Contractor is to provide data information to the engineer on the equipment they wish to
utilize to ensure compliance with this note.
4.0 CONSTRUCTION.
A. Remove Existing Materials. Remove the existing transverse joints, joint filler, and specified
areas of concrete as shown on the plans or as directed by the Engineer. Clean and leave all
existing steel reinforcement encountered in place. Damaged steel reinforcement will be
repaired/replaced as directed by the Engineer at no additional cost to the Department.
Dispose of all removed material entirely away from the job site. This work is incidental to the
contract unit price for "Eliminate Transverse Joint".
B. Additional Steel Reinforcement. Furnish for this work steel reinforcing bars as shown on
the plans. Splice these bars to the existing longitudinal reinforcement in the deck and
curb/sidewalk in the areas of removed concrete to tie the slabs together as shown on the
plans. Ensure that all exposed steel reinforcement is tied in accordance with Section
602.03.04 prior to pouring the new Class “M” concrete.
C. Place New Concrete. Blast clean all areas of existing concrete and structural steel to come
in contact with new concrete until free of all laitance and deleterious substances immediately
prior to the placement of the Class "M" Concrete. The surface areas of existing concrete to
come in contact with the new Class "M" Concrete are to be coated with an epoxy bond coat
immediately prior to placing new concrete in accordance with Section 511. The interfaces of
the new and old concrete shall be as nearly vertical and horizontal as possible.
Place new Class "M" Concrete to the specified grade and finish to receive the new overlay or
as shown on the plans. On the sidewalk and curb, place the new concrete to original grade
and finish to match the existing curb/sidewalk.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 15 of 74
5.0 MEASUREMENT.
A. Eliminate Transverse Joint. The Department will measure the quantity in linear feet from
plinth to plinth perpendicular to the centerline of the bridge.
B. Steel Reinforcement. See Section 602.
6.0 PAYMENT.
A. Eliminate Transverse Joint. Payment at the contract unit price per linear foot is full
compensation for furnishing equipment, labor, tools and materials needed to complete
removal and disposal of the specified existing materials, cleaning and straighting of existing
steel reinforcement, furnishing and installing the concrete, and all incidental items necessary
to complete the work (except the overlay material if specified elsewhere in the contract)
within the specified pay limits as indicated on the drawings.
B. Steel Reinforcement. See Section 602.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 16 of 74
NOTES FOR BRIDGE PIER AND EXTERIOR BEAM CONCRETE PATCHING
These Notes or designated portions thereof, apply where so indicated on the plans,
proposals or bidding instruction.
I. DESCRIPTION. Perform all work in accordance with the Department's 2008Standard
Specifications, and applicable Supplemental Specifications, the attached sketches, and
these Notes. Section references are to the Standard Specifications.
This work consists of: (1) Furnish all labor, materials, tools, and equipment; (2) Remove
existing spalled/delaminated concrete; (3) Prepare the existing surface for concrete
patching; (4) Place hook fasteners and welded wire fabric over surfaces to be repaired
(where applicable); (5) Apply concrete patching as specified by this note and as shown on
the attached detail drawings; (6) Finish and cure the new Concrete Patches; (7) Maintain
& control traffic; and, (8) Any other work specified as part of this contract.
II. MATERIALS.
A. Concrete. Approved Concrete Product for Vertical and Overhead Repair Patch.
B. Steel Reinforcement. Use Grade 60. See Section 602
C. Welded Steel Wire Fabric (WWF). Conform to Section 811
D. Hook Fasteners. Use commercial grade galvanized hook fasteners. Minimum
3/16” diameter.
III. CONSTRUCTION.
A. Concrete Removal and Preparation. The Contractor, as directed by the
Engineer shall locate and remove all loose, spalled, deteriorated and delaminated
concrete. Sounding shall be used to locate delaminated areas. Care shall be
exercised not to damage areas of sound concrete or reinforcing steel during
concrete removal operations. Unless specifically directed by the Engineer, depth
of removal shall not exceed 6 inches. Concrete removal shall be in accordance
with a sequence approved by the Engineer.
Concrete removal shall be accomplished by chipping with hand picks, chisels or
light duty pneumatic or electric chipping hammers (not to exceed 15 lbs.). If
sound concrete is encountered before existing reinforcing steel is exposed, the
surface shall be prepared and repaired without further removal of the concrete.
When corroded reinforcing steel is exposed, concrete removal shall continue until
there is a minimum ¾ inch clearance around the exposed, corroded reinforcing bar.
Care shall be taken to not damage bond to adjacent non-exposed reinforcing steel
during concrete removal processes.
The perimeter of all areas where concrete is removed shall be tapered at an
approximately 45° angle, except that the outer edges of all chipped areas shall be
saw cut to minimum depth of ¾ inch to prevent featheredging unless otherwise
approved by the Engineer.
After all deteriorated concrete has been removed; the repair surface to receive
concrete patching shall be prepared by abrasive blast cleaning. Abrasive blast
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 17 of 74
cleaning shall remove all fractured surface concrete and all traces of any unsound
material or contaminants such as oil, grease, dirt, slurry, or any materials which
could interfere with the bond of freshly placed concrete.
The Contractor shall dispose all removed material off State Right Of Way in an
approved site.
B. Steel Reinforcement. All corroded reinforcing steel exposed during concrete
removal shall have corrosion products removed by abrasive grit blasting or wire
brush whichever is more appropriate. Furnish for replacement steel reinforcing bars
½” diameter by 20-foot lengths. Place these bars in areas deemed by the Engineer
to require additional reinforcement. Field cutting and bending is permitted.
Deliver unused bars to the nearest County Maintenance Barn. Payment will be
made in accordance with Section 602.
Reinforcing steel displaying deep pitting or loss of more than 20 percent of cross-
sectional area shall be removed and replaced. Such bars shall be placed in
accordance with the recommendations of ACI 506R, Sections 5.4 and 5.5. In
particular, bars shall not be bundled in lapped splices, but shall be placed such that
the minimum spacing around each bar is three times the maximum aggregate size
to allow for proper encapsulation with concrete patching.
Intersecting reinforcing bars shall be tightly secured to each other using tie wire
and adequately supported to minimize movement during concrete placement.
Welded wire fabric (WWF) shall be provided as shown on the attached sketches
and at each repair area larger than 1 square foot if the depth of the repair exceeds
3 inches from the original dimension of the repaired member. Sheets of adjoining
WWF shall be lapped by at least one and one-half spaces at all intersections, in
both directions, and be securely fastened. WWF fabric shall be supported no
closer than ½ inch to the prepared concrete surface and shall have a minimum
concrete cover of 1.5 inches.
WWF shall be fastened to preset anchors on a grid not more than 12 inches square.
Large knots of tie wire which could result in sand pockets and voids during
patching shall be avoided.
C. Hook Fasteners. Hook fasteners shall be positioned at the spacing as stated
above or as directed by the Engineer. Any given area shall have a minimum of
four anchors. The WWF shall not move or deform excessively during concrete
patching. Maximum hook fastener spacing shall not exceed 2 feet on a grid
pattern over the entire repair area.
Hook fasteners shall be of commercial grade galvanized steel with a minimum
diameter of 3/16”. They may be mechanically set or grouted, as approved by the
Engineer.
The Department will randomly select hook fasteners to be tested to verify pullout
force is sufficient. If any anchors fail to meet the minimum acceptable pullout
value, corrective measures shall be taken by the Contractor and further testing will
be conducted.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 18 of 74
D. Concrete Patching. Place and finish the new concrete for the patching area in
accordance with the manufacturer’s recommendations, as shown on the attached
detail drawings, or as directed by the Engineer. The Engineer shall approve the
Contractor’s method of placing and consolidating the concrete prior to the
beginning of this operation.
E.Curing. On completion of finishing operation, patching concrete shall immediately
be prevented from drying out and cracking by fogging, wetting, and/or any
appropriate method approved by the Engineer. Curing shall continue for duration
recommended by the product manufacturer.
Each Contractor submitting a bid for this work shall make a thorough inspection of the site prior to
submitting his bid and shall thoroughly familiarize himself with existing conditions so that the work can
be expeditiously performed after a contract is awarded. Submission of a bid will be considered evidence
of this inspection having been made. Any claims resulting from site conditions will not be honored by
the Department.
Quantities given are approximate. The quantity for “Concrete Patching Repair” shall be bid with
the contingency that quantities may be increased, decreased, or eliminated by the Engineer.
Dispose of all removed material entirely away from the job site as approved by the Engineer. This
work is incidental to the contract unit price for “Concrete Patching Repair”.
IV. MEASUREMENT
A. Concrete Patching. The Department will measure the quantity per cubic feet of
each area restored.
B. Steel Reinforcement. See Section 602.
C. Welded Wire Fabric & Hook Fasteners. Welded Wire Fabric and Hook
Fasteners will not be measured for payment, but shall be considered incidental to
“Concrete Patching Repair”.
V. PAYMENT
A. Concrete Patching Repair. Payment at the contract unit price per cubic feet is
full compensation for the following: (1) Furnish all labor, materials, tools,
equipment; (2) preparation of specified bents including removing and disposing of
specified existing materials; (3) place, finish and cure new concrete patches; and
(4) all incidentals necessary to complete the work as specified by this note and as
shown on the attached detail drawings.
B. Steel Reinforcement. See Section 602.
The Department will consider payment as full compensation for all work required by these
notes and detail drawings.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 19 of 74
SPECIAL NOTE FOR USE OF HYDRODEMOLITION METHOD
To be used if the Contractor chooses to use Hydrodemolition method to complete partial and full
depth removal. Also see Section 606.03.03.
Description
This work consists of bridge surface deck preparation using Hydrodemolition to provide a uniform
depth, highly bondable surface and to remove all variable depth, unsound material. This item also
includes the removal and disposal of all concrete and debris, vacuuming, shielding, water control,
additional jack hammering and all other aspects of work necessary to prepare the deck for the
placement of the new latex modified concrete overlay.
Equipment
Sawing Equipment. Sawing equipment shall be a concrete saw capable of sawing concrete to the
specified depth.
Mechanical Scarifying Equipment. The scarifying equipment shall be a power operated
mechanical scarifier capable of uniformly scarifying or removing the old concrete or asphalt wearing
surface from the bridge deck to the depths required in the plans or as directed by the Engineer. The
equipment shall be self-propelled with sufficient power, traction and stability to maintain accurate
depth of cut and slope. The equipment shall be capable of accurately and automatically establishing
profile grades along each edge of the machine by referencing the existing bridge deck by means of a ski
or matching shoe, or from an independent grade control; in addition, it shall be equipped with an
integral loading means to remove the material being cut from the bridge deck and to discharge the
cuttings into a truck all in a single operation.
Hydro-Demolition Equipment. The Hydrodemolition equipment shall consist of a filtering and
pumping unit operating with a self-propelled computerized robot that utilizes a high pressure water jet
capable of removing concrete to the depth specified on the plans or as directed by the Engineer and be
capable of removing rust and concrete particles from reinforcing steel. The equipment shall provide a
rough and bondable surface and remove all unsound concrete during the initial pass. The minimum
water usage shall be 43 gal/min operating at 13,000 psi minimum.
Vacuum Cleanup Equipment. The vacuum cleanup equipment shall be equipped with fugitive
dust control devices and be capable of removing wet debris and water all in the same pass. Provide
equipment capable of washing the deck with pressurized water prior to the vacuum operation to
dislodge all debris and slurry from the deck surface.
Hand Held Blast Cleaning Equipment. Hand held blast shall be either sand or water as
necessary to expose fine and coarse aggregates; thoroughly clean all exposed reinforcing steel; and
remove any unsound concrete or laitance layers from the proposed concrete overlay surface. If sand
blasting equipment is utilized, the equipment shall have oil traps. If water blasting equipment is utilized,
the equipment must be capable of delivering a minimum of 5,000 psi.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 20 of 74
Power Driven Hand Tools. Power driven hand tools and jackhammers will be permitted, but
shall not be heavier than the nominal 35 lb class. Chipping hammers shall not be heavier than the
nominal 15 lb class. Only hand chipping tools shall be used when removing concrete within 1 in. of
reinforcing steel. Mechanically driven tools shall be operated at a maximum angle of 45 degrees from
the bridge floor surface.
Construction Methods
General:Perform Hydrodemolition surface preparation over the entire top surface of the
reinforced concrete bridge deck to provide a rough and bondable surface and to remove all unsound
concrete during the initial Hydrodemolition surface preparation pass. The use of hand chipping tools,
either hand or mechanically driven, shall be limited to trim work and areas inaccessible or inconvenient
for the hydro-demolition equipment.
Description:This work shall consist of furnishing the necessary labor, materials and equipment to
completely remove the top surface of the Portland cement concrete bridge deck surface in accordance
with these Specifications and in reasonably close conformity with the grades, thickness, or sections
shown on the Plans or as directed by the Engineer. This work shall include the removal of patches other
than sound Portland cement concrete and all loose and unsound concrete by Hydrodemolition;
preparation of the sound existing concrete surface; removal, forming and concrete for full depth repairs;
blast cleaning or high pressure water cleaning the existing deck prior to placement of the modified
concrete overlay; and all other operations necessary to complete this work according to these
specifications and to the satisfaction of the Engineer.
Preparation of Existing Deck
No operations without reasonably available engineering controls that limit fugitive dust will be
acceptable.
The Contractor shall be aware that there are federal, state, regional, and local government agencies
that have requirements regarding the control of fugitive dust generated by concrete removal and
blasting operations.
The Contractor is responsible for protecting traffic traveling adjacent to and under the work zone
while removing bridge deck concrete.
Where the deck is sound for less than one third of its original depth, the concrete shall be removed
full depth for limited areas as designated by the Engineer. Full depth repairs shall be completed as
specified for Full Depth Repair.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 21 of 74
Removal of Existing Asphaltic Concrete Overlays
If an existing asphaltic concrete overlay is present upon the original bridge deck surface to be
prepared by Hydrodemolition, the overlay and any waterproofing material that was part of the deck
must be removed, and the bridge deck cleaned, prior to commencement of the Hydrodemolition
operation. The Contractor may utilize conventional scarifying equipment conforming to these
specifications to remove the existing bituminous overlay and waterproofing material from the original
bridge deck. Acceptable depth of scarification shall be the overlay and waterproofing material thickness
plus ¼“ below the original bridge deck surface. Additional removal depth of existing deck concrete is
permitted by mechanical scarification provided. Total surface Hydrodemolition is used to provide a
highly bondable surface and to remove partial depth deteriorated concrete.
If the use of mechanical scarifying equipment results in the snagging of the top mat of steel
reinforcement, the scarifying equipment shall be immediately stopped and the depth of removal
adjusted. Damaged or dislodged reinforcing steel shall be repaired or replaced at the Contractor's
expense. Replacement shall include the removal of any additional concrete required to position the new
reinforcing steel at the correct height and required lap splice lengths.
Removal of Existing Modified Concrete Overlays
If an existing modified concrete overlay is present upon the original bridge deck surface to be
prepared by Hydrodemolition, the overlay material that was part of the deck must be removed, and the
bridge deck cleaned, prior to commencement of the Hydrodemolition operation. The Contractor may
utilize conventional scarifying equipment conforming to these specifications to remove the existing
concrete overlay from the original bridge deck. Acceptable depth of scarification shall be the overlay
thickness plus ¼” below the original bridge deck surface. Additional removal depth of existing deck
concrete is permitted by mechanical scarification provided. Total surface Hydrodemolition is used to
provide a highly bondable surface and to remove partial depth deteriorated concrete.
Existing overlay material which is sound and bonded may be left in patch areas with approval of the
Project Engineer. If determined the existing patches are to be removed, jackhammers, not to be heavier
than the nominal 35 lb class shall be used to remove debonded areas.
If the use of mechanical scarifying equipment results in the snagging of the top mat of steel
reinforcement, the scarifying equipment shall be immediately stopped and the depth of removal
adjusted. Damaged or dislodged reinforcing steel shall be repaired or replaced at the Contractor's
expense. Replacement shall include the removal of any additional concrete.
Bridge Decks with No Existing Concrete Overlay
If Hydrodemolition is to be performed on an original bridge deck surface without a bituminous or
concrete bridge deck overlay, the Contractor may use mechanical scarification equipment conforming to
these specifications to remove an initial portion of the hydro-demolition depth. The scarification depth
shall be ¼”. Total surface Hydrodemolition is used to provide a highly bondable surface and to remove
partial depth deteriorated concrete.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 22 of 74
If the use of mechanical scarifying equipment results in the snagging of the top mat of steel
reinforcement, the scarifying equipment shall be immediately stopped and the depth of removal
adjusted. Damaged or dislodged reinforcing steel shall be repaired or replaced at the Contractor's
expense. Replacement shall include the removal of any additional concrete required to position the new
reinforcing steel at the correct height and required lap splice lengths.
Concrete Removal by Hydro-Demolition
General:The total surface area of the reinforced concrete bridge deck shall be completely
prepared by Hydrodemolition as necessary to provide a highly roughened and bondable surface prior to
placement of the proposed bridge deck overlay while removing any deteriorated and unsound concrete
in the initial pass. Unsound concrete is defined as existing bridge deck concrete that is deteriorated,
spalled, or determined by the engineer to be unsound.
With the use of Hydrodemolition surface preparation, the requirement to provide a minimum ¼”
clearance around all reinforcing bars that are more than ½” diameter exposed is waived, providing that
the existing concrete is sound. The amount of steel exposed shall be kept to a minimum.
Damaged or dislodged reinforcing steel shall be repaired or replaced at the Contractor's expense.
Replacement shall include the removal of any additional concrete required to position the new
reinforcing steel at the correct height and to provide the required lap splice lengths as required.
Calibration:Prior to commencement of the Hydrodemolition removal operation, the
Hydrodemolition equipment shall be calibrated on an existing sound concrete surface as designated by
the Engineer. The calibration area shall be a minimum of 7 feet wide by 7 feet long to demonstrate the
desired result of this specification.
Move the Hydrodemolition equipment to a second area (7’x7’) that is unsound as designated by the
Engineer to demonstrate the desired result of this specification which is providing a highly rough and
bondable surface and removing all unsound concrete during the initial pass is being achieved.
The Engineer shall verify the following settings:
1. Water pressure gauge (13,000 psi minimum)
2. Machine staging control (step)
3. Nozzle size
4. Nozzle speed (travel)
5. Depth of removal
6. Minimum water usage (43 gallons per minute)
During the Hydrodemolition operations of any or all of the above settings may be modified in order
to achieve removal of all unsound concrete and to provide a highly bondable surface. The settings may
be changed by the Contractor to achieve total removal of unsound concrete, but the Engineer must be
notified of all changes. The Engineer may change any or all of the settings in order to achieve the desired
results with Hydrodemolition. The removals and depth shall be verified, as necessary, and at least every
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 23 of 74
30 feet along the cutting path. The readings shall be documented and, if necessary, the equipment re-
calibrated to insure the Hydrodemolition process achieves the desired results and removal of unsound
concrete.
Calibration shall be required on each structure; each time Hydrodemolition is performed and as
required to achieve the results specified by the plan.
Debris and Fluid Containment:Prior to commencement of the Hydrodemolition operation, the
Contractor shall submit a plan for approval to the engineer for control and filtering of all water
discharged during operation. The Contractor, at a minimum, shall block all drains on the deck and install
aggregate dams every 150 feet; 6 inches high by 1 foot wide minimum, to strain runoff. The deck shall
be used as a settlement basin within itself unless an alternate method of water control, satisfactory to
the Engineer and meeting the environmental requirements of any associated Regulatory Agency, is
required.
The Contractor shall provide shielding, as necessary, to insure containment of all dislodged concrete
within the removal area in order to protect the public from flying debris both on and under the work
site.
Cleaning
Cleaning shall be performed with a vacuum system capable of removing wet debris and water all in
the same pass. The vacuum equipment shall be capable of washing the deck with pressurized water
prior to the vacuum operation to dislodge all debris and slurry from the deck surface. Cleaning shall be
done in a timely manner, before debris and water is allowed to dry on the deck surface.
Resounding
After the Hydrodemolition operation has completed the removal, and the deck is cleaned and
allowed to dry, the deck shall be resounded to assure that the all unsound concrete deck material has
been removed. The final sounding of the deck shall be done by the Engineer and shall be performed
only when the entire deck is completely dry.In no case shall the final sounding be made unless the deck
is dry and frost-free. Final sounding shall consist of as many successive resounding as required to ensure
that all deteriorated and fractured concrete has been removed. Additional removal shall be performed
with 35 lb maximum weight jackhammers operated at an angle of no more than 45 degrees from
horizontal. Aerosol spray paint for outlining and sounding chains shall be provided by the Contractor.
Full Depth Repair
Where the deck is sound for less than one third of its original depth, the concrete shall be removed
full depth except for limited areas as may be designated by the Engineer. Forms shall be provided to
support concrete placed in full depth repair areas. The forms for areas of up to 4 square feet may be
suspended from wires from the reinforcing steel. For areas greater than 4 square feet, the forms shall be
suspended from the primary members of the superstructure or by shoring below. Areas of full depth
repair shall have the concrete faces and reinforcing steel cleaned. Only those areas marked in the field
by the Engineer as full depth repair will be paid for as full depth repair.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 24 of 74
Preparation Prior to Overlay Placement
Vehicles other than approved construction equipment will not be permitted on those sections of the
deck where Hydrodemolition has begun. Contamination of the deck by construction equipment or from
any other source shall be prevented.
Method of Measurement
Wearing Course Removed Asphalt shall be measured as the actual square yards of the existing
asphalt wearing course and waterproofing material removed and shall include all labor, materials and
equipment required to complete the work.
Existing Modified Concrete Overlay Removed shall be measured as the actual square yards of the
existing concrete overlay removed and shall include all labor, materials and equipment required to
complete the work.
Surface Preparation Using Hydrodemolition shall be measured as the actual deck area in square
yards overlaid and shall include the costs of surface preparation, Hydrodemolition, ¼” (min.) milling into
the original concrete bridge deck surface, removal of the surface preparation debris, cleaning, any
incidental materials, and all labor and equipment as necessary to complete the work as described in this
specification, but not specifically included in other items for payment.
Full Depth Repair when encountered on a bridge deck and marked in the field by the Engineer, full
depth repair shall be paid for per Cubic Yard of Class M Concrete used.
Basis of Payment
Payment for completed and accepted quantities as measured above will be made at the contract
price for one of the following:
Item Unit Description
24094EC Cubic Yard Partial Depth Patching
08551 Square yard Machine Prep of Slab
Removal of existing flexible (asphalt) concrete overlays and rigid modified concrete overlays are
included as parts of this work if the above bid items are part of the project plans:
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 25 of 74
SPECIAL NOTE FOR CONTRACT COMPLETION DATE AND
LIQUIDATED DAMAGES ON BRIDGE REPAIR CONTRACTS
I. COMPLETION DATE. The Contractor has the option of selecting the starting date for
this Contract. Once selected, notify the Department in writing of the date selected at least
two weeks prior to beginning work. All work is to be completed by November 15, 2012.
An allotted number of Calendar days are assigned to each structure in this contract as
shown below.
STRUCTURE NO. OF CALENDAR DAYS COMPLETION DATE
007B00016N 30 November 15, 2012
Contrary to Section 108.07.02, the Engineer will begin charging calendar days for a
structure on the day the Contractor starts work or sets up traffic control on that particular
structure.
II. LIQUIDATED DAMAGES. Liquidated damages will be assessed the Contractor in
accordance with the Transportation Cabinet, Department of Highway’s 2008Standard
Specifications for Road and Bridge Construction, Section 108.09, when either the allotted
number of calendar days or the November 15, 2012date isexceeded.
Contrary to the Standard Specifications, liquidated damages will be assessed the
Contractor during the months of December, January, February and March when the
contract time has expired on any individual bridge or bridges. Contract time will be
charged during these months.
All construction must be completed in accordance with the weather limitations specified in
Section 606 and/or Section 601 as applicable. No extension of Contract time will be
granted due to inclement weather or temperature limitations that occur due to starting
work on the Contract or a structure late in the construction season.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 26 of 74
SPECIAL NOTE FOR TRAFFIC CONTROL ON BRIDGE REPAIR CONTRACTS
I. TRAFFIC CONTROL GENERAL
Except as provided herein, traffic shall be maintained in accordance with the 2008Standard
Specifications, Section 112. Except for the roadway and traffic control bid items listed, all items
of work necessary to maintain and control traffic will be paid at the lump sum bid price to
“Maintain and Control Traffic”.
Contrary to Section 106.01, traffic control devices used on this project may be new or used in
new condition, at the beginning of the work and maintained in like new condition until
completion of the work.
II. TRAFFIC COORDINATOR
Furnish a Traffic Coordinator as per Section 112. The Traffic Coordinator shall inspect the
project maintenance of traffic, at least three times daily, or as directed by the Engineer, during
the Contractor’s operations and at any time a lane closure is in place. The personnel shall have
access on the project to a radio or telephone to be used in case of emergencies or accidents.
The Traffic Coordinator shall report all incidents throughout the work zone to the Engineer on
the project. The Contractor shall furnish the name and telephone number where the Traffic
Coordinator can be contacted at all times.
III. SIGNS
Contrary to Section 112.04.02, only long term signs (sign intended to be continuously in place
for more than 3 days) will be measured for payment; short term signs (signs intended to be left in
place for 3 days or less) will not be measured for payment but will be incidental to Maintain and
Control Traffic.
The contractor is to install warning signs for wide loads in advance of the bridge under the
direction of the Engineer. The Department will not measure installation, maintenance, or
removal for payment, and will consider these incidentals to Maintain and Control Traffic.
IV. TEMPORARY PAVEMENT STRIPING
Skip lines and/or solid lines through the length of the tapers for lane closures and other striping
as directed by the Engineer shall be temporarily covered with 6” black removable tape.
Permanent removal of all other pavement striping for traffic control shall be considered
incidental to Maintain and Control Traffic. Temporary pavement striping shall be paid only once
per course in accordance with Section 112.04.07. The Contractor shall replace any temporary
striping that becomes damaged or fails to adhere to the pavement before dark on the day of the
notification. Liquidated damages shall be assessed to the Contractor at a rate of $500 per day for
failing to replace temporary striping within this time limit.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 27 of 74
V. PROJECT PHASING & CONSTRUCTION PROCEDURES
Maintain one lane of traffic during construction in accordance with Standard Drawing No. TTC-
110 for lane closures, and the attached detail drawing. The minimum clear lane width required
is 10’-6”.
VI. TEMPORARY SIGNAL
Provide, install, and maintain a temporary multi phase traffic signal. The Contractor must
provide a 24-hour contact person and number available to maintain the temporary signals as
needed.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 28 of 74
!
(
U
V
66
U
V
1524
U
V
1850
U
V
1780
U
V
6
U
V
233
U
V
2011
U
V
459
U
V
1304
U
V
718
U
V
2014
U
V
2058
U
V
11
U
V
830
U
V
3441
U
V
3442
U
V
223
U
V
229
U
V
406
U
V
3085
U
V
1023
U
V
1418
U
V
2467
U
V
3438
U
V
221
U
V
1530
U
V
225
U
V
1803
U
V
3449
U
V
930
U
V
2015
U
V
3440
U
V
3439
U
V
2007
U
V
1630
U
V
2423
U
V
3437
U
V
1527
U
V
2418
U
V
1223
U
V
1487
U
V
3153
U
V
3448
U
V
2133
U
V
2409
U
V
2414
U
V
2406
U
V
11
U
V
1304
U
V
830
U
V
3085
U
V
1803
BELL COUNTY
BRIDGE 007B00016N
KY 2133 (MP 0.80)
0.05 MILES NW OF JCT KY 66
LatDD=36.8122 LonDD=-83.6455
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 29 of 74
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 30 of 74
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 31 of 74
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 32 of 74
BELL COUNTY
FE02 007 2133 B00016N Contract ID: 122908
Page 33 of 74
COMPLETELY REPLACE SECTION OF CONCRETE HANDRAIL.
ADD STEEL REINFORCEMENT AS DIRECTED
BID ITEM #03301 "REPAIR CONCRETE HANDRAIL"
12 LF TOTAL
SPECIAL NOTE FOR PRE-BID CONFERENCE
BELL COUNTY
KY 2133 (MP 0.8) OVER LEFT FORK OF STRAIGHT CREEK
CID 122908
The Department will conduct a Non-mandatory Pre-Bid Conference forthe subject
project January 23, 2012 at 9:00 AM. at;
Transportation Cabinet Building
200 Mero Street
Frankfort, Ky 40622
Any company that is interested in bidding on the subject project or being part of a joint
venture is encouraged to attend.
Meeting minutes will be provided on the Department’s website for those unable to attend.
The purpose of the conference is to familiarize all prospective bidders with the contract
requirements.
Department of Highways officials present at the conference will answer questions
concerning the projects.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 34 of 74
PART II
SPECIFICATIONS AND STANDARD DRAWINGS
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 35 of 74
SPECIFICATIONS REFERENCE
Any reference in the plans or proposal to the Standard Specifications for Road and
Bridge Construction, Edition of 2004, and Standard Drawings, Edition of 2000 are
superseded by Standard Specifications for Road and Bridge Construction, Edition of
2008 and Standard Drawings, Edition of 2003 with the 2008 Revision.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 36 of 74
Supplemental Specifications to The Standard Specifications
for Road and Bridge Construction, 2008 Edition
(Effective with the July15, 2011 Letting)
SUBSECTION:
REVISION:
101.02 Abbreviations.
Insert the following abbreviation and text into the section:
KEPSC Kentucky Erosion Prevention and Sediment Control
SUBSECTION:
101.03 Definitions.
REVISION:
Replace the definition for Specifications Special Provisions with the following:
Additions and revisions to the Standard and Supplemental Specifications covering conditions
peculiar to an individual project.
SUBSECTION:
REVISION:
102.03 Contents of the Bid Proposal Form.
Replace the first sentence of the first paragraph with the following:
The Bid Proposal form will be available on the
Department internet website
(http://transportation.ky.gov/contract/
).
Delete the second paragraph.
Delete the last paragraph.
SUBSECTION:
REVISION:
102.04 Issuance of Bid Proposal Form.
Replace Heading with the following:
102.04 Bidder Registration.
Replace the first sentence of
the first paragraph with the following:
The Department reserves the right to disqualify or refuse to place a bidder on the eligible bidder’s
list for a project for any of the following reasons:
Replace the last sentence of the subsection with the follow
ing:
The Department will resume placing the bidder on the eligible bidder’s list for projects after the
bidder improves his operations to the satisfaction of the State Highway Engineer.
SUBSECTION:
REVISION:
102.06 Examination of Plans, Specifications, Special Provisions, Special Notes, and Site of Work.
Replace the first paragraph with the following:
Examine the site of the proposed work, the Bid Proposal, Plans, specifications, contract forms, and
bulletins and addendums posted to the Department’s website and the Bid Express Bidding Service
Website before submitting the Bid Proposal. The Department considers the submission of a Bid
Proposal prima facie evidence that the bidder has made such examination and is satisfied as to the
condit
ions to be encountered in performing the work and as to the requirements of the Contract.
SUBSECTION:
REVISION:
102.07.01 General.
Replace the first sentence with the following:
Submit the Bid Proposal on forms furnished on the
Bid Express Bidding Service website
(www.bidx.com
).
Replace
the first sentence of the third paragraph with the following:
Bid proposals submitted shall use an eligible Digital ID issued by Bid Express.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 37 of 74
Supplemental Specifications to The Standard Specifications
for Road and Bridge Construction, 2008 Edition
(Effective with the July15, 2011 Letting)
SUBSECTION:
102.07.02 Computer Bidding.
REVISION:
Replace the first paragraph with the following:
Subsequent to
registering
for a specific project, use the Department’s Expedite Bidding Program on
the internet website of the Department of Highways, Division of Construction Procurement
(http://transportation.ky.gov/contract/
). Download the bid file from the Bid Express Bidding
Service
Website to prepare a Bid Proposal for submission to the Department. Submit
Bid Proposal
electronically through Bid Express Bidding Service.
Delete
the second and third paragraph.
SUBSECTION:
102.08 Irregular Bid Proposals.
REVISION:
Delete the following from the first paragraph: 4) fails to submit a disk created from the Highway
Bid Program.
Replace the second paragraph with the following:
The Department will consider Bid Proposals
irregular and may reject them for the following
reasons:
1)
when there are unauthorized additions, conditional or alternate bids, or irregularities of any
kind which may tend to make the Bid Proposal incomplete, indefinite, or ambiguous as to its
meaning; or
2)
when the bidder adds any provisions reserving the right to accept or reject an award, or to enter
into a Contract pursuant to an award; or
3)
any failure to comply with the provisions of Subsection 102.07; or
4)
Bid Proposals in which the Department determines that the prices are unbalanced; or
when the sum of the total amount of the Bid Proposal under cons
ideration exceeds the bidder’s
Current Capacity Rating.
SUBSECTION:
REVISION:
102.09 Bid Proposal Guaranty.
Insert the following after the first sentence:
Bid Proposals must have a bid proposal guaranty in the amount indicated in the bid proposal form
accompany the submittal. A guaranty in the form of a paper bid bond
, cashier’s check,
or certified
c
heck in an amount no less than the amount
indicated on the submitted electronic bid is required
when the
electronic bid bond was not utilized with the Bid Express Bidding Service. Paper bid
bonds
must be delivered to the Division of Construction Procurement prior to the time of the
letting.
SUBSECTION:
REVISION:
102.10 Delivery of Bid Proposals.
Replace paragraph with the following:
Submit all Bid Proposals prior to the time specified in the Notice to Contractors.
All bids
shall be
submitted electronically using Bid Express Bidding Services.
Electronically submitted bids
must
be done in accordance with the requirements of the Bid Express Bidding Service.
SUBSECTION:
REVISION:
102.11 Withdrawal or Revision of Bid Proposals.
Replace
the paragraph with the following:
Bid Proposals can be
withdrawn in accordance the requirements of the
Bid Express Bidding Service
prior to the time of the Letting
.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 38 of 74
Supplemental Specifications to The Standard Specifications
for Road and Bridge Construction, 2008 Edition
(Effective with the July15, 2011 Letting)
SUBSECTION:
REVISION:
102.13 Public Opening of Bid Proposals.
Replace Heading with the
following:
102.13 Public Announcement of Bid Proposals.
Replace the paragraph with the following:
The Department will publicly announce all Bid Proposals at the time indicated in the Notice to
Contractors.
SUBSECTION:
103.02 Award of Contract.
REVISION:
Replace the first sentence of the third paragraph with the following:
The Department will normally award the Contract within 10 working days after the date of
receiving Bid Proposals unless the Department deems it best to hold the Bid Proposals of any or all
bidders for a period not to exceed 60 calendar days for final disposition of award.
SUBSECTION:
REVISION:
105.02 Plans and Working Drawings.
Insert the following after the fourth paragraph:
Submit
electrical shop
drawings, design data, and descriptive literature for materials in electronic
format to the Division of Traffic Operations for approval.
Drawings and literature shall be
submitted for lighting and signal components.
Notify the Engineer when submitting i
nformation to
the Division of Traffic Operations
. Do not begin work until shop drawings are approved.
Submit shop drawings for traffic counting equipment and materials in electronic format to the
Engineer or the Division of Planning. Notify the Engineer when submitting information directly to
the Division of Planning.
Do not begin work until shop drawings are reviewed and approved.
SUBSECTION:
REVISION:
105.03 Record Plans.
Replace the section with the following:
Record Plans are those reproductions of the original Plans on which the accepted Bid Proposal was
based
and,
and signed by a duly authorized representative of the Department. The Department will
make these plans available for inspection in the Central Office at least 24 hours prior to the time of
opening bids and up to the time of letting of a project or projects. The quantities appearing on the
Record Plans are the same as those on which Bid Proposals are received. The Department will use
these Record Plans as the controlling plans in the prosecution of the Contract. The Department will
not make any changes on Record Plans subsequent to their issue
unless done so by an approved
contract modification
. The Department will make 2 sets of Record Plans for e
ach project, and will
maintain one on file in the Central Office and one of file in the District Office. The Department
will furnish the Contractor with
the following:
1 full size, 2 half size and an electronic file copy of
the Record Plans at the Pre
-Construction conference.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 39 of 74
Supplemental Specifications to The Standard Specifications
for Road and Bridge Construction, 2008 Edition
(Effective with the July15, 2011 Letting)
SUBSECTION:
105.12 Final Inspection and Acceptance of Work.
REVISION:
Insert the following paragraphs after the first paragraph:
Notify the Engineer when all electrical items are complete. A notice of the electrical work
completion shall be made in writing to the Contractor. Electrical items will be inspected when the
electrical work is complete and are not subject to waiting until the project as a whole has been
completed. The Engineer will notify the Division of Traffic Operations within 3 days that all
electrical items are complete and ready for a final inspection. A final inspection will be completed
within 90 days after the Engineer notifies the Division of Traffic Operations of the electrical work
completion.
Energize all electrical items prior to notifying the Engineer that all electrical items are complete.
Electrical items must remain operational until the
Division of Traffic Operations has inspected and
accepted the electrical portion of the project. Payment for the electrical service is the responsibility
of the Contractor from the time the electrical items are energized until the Division of Traffic
Ope
rations has accepted the work.
Complete all corrective work within 90 calendar days of receiving the original electrical
inspection report. Notify the Engineer when all corrective work is complete. The Engineer will
notify the Division of Traffic Operations that the corrective work has been completed and the
project is ready for a follow
-up inspection. Upon re-
inspection, if additional corrective work is
required, complete within the same 90 calendar day allowance. The Department will not include
time
between completion of the corrective work and the follow up electrical inspection(s). The 90
calendar day allowance is cumulative regardless of the number of follow
-
up electrical inspections
required.
The Department will assume responsibility for th
e electrical service on a project once the
Division of Traffic Operations gives final acceptance of the electrical items on the project. The
Department will also assume routine maintenance of those items. Any damage done to accepted
electrical work items
by other Contractors shall be the responsibility of the Prime Contractor. The
Department will not be responsible for repairing damage done by other contractors during the
construction of the remaining project.
Failure to complete the electrical cor
rective work within the 90 calendar day allowance will
result in penalties assessed to the project. Penalties will be assessed at ½ the rate of liquidated
damages established for the contract.
Replace the following in the second sentence of the second pa
ragraph:
Replace Section 213 with Section 212.
Delete the f
ifth paragraph from the section.
SUBSECTION:
105.13 Claim Resolution Process.
REVISION:
Replace the last sentence of the 3. Bullet with the following:
If the Contractor did not submit an as
-bid schedule at the Pre-Construction Meeting
or a written
narrative
in accordance with Subsection 108.02, the Cabinet will not consider the claim for delay.
Delete the last paragraph from the section.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 40 of 74
Supplemental Specifications to The Standard Specifications
for Road and Bridge Construction, 2008 Edition
(Effective with the July15, 2011 Letting)
SUBSECTION:
REVISION:
106.04 Buy America Requirement.
Replace the section with the following:
106.04 Buy America Requirement.
Follow the “Buy America” provisions as required by Title 23
Code of Federal Regulations § 635.410. Except as expressly provided herein all manufacturing
processes of steel or iron materials including but not limited to structural steel, guardrail materials,
corrugated steel, culvert pipe, structural plate, prestressing strands, and steel reinforcing bars shall
occur in the United States of Am
erica, including the application of:
Coating,
Galvanizing,
Painting, and
Other coating that protects or enhances the value of steel or iron products.
The following are exempt, unless processed or refined to include substantial amounts of steel
or iron material, and may be used regardless of source in the domestic manufacturing process for
steel or iron material:
Pig iron,
Processed, pelletized, and reduced iron ore material, or
Processed alloys.
The Contractor shall submit a certification stating that all
manufacturing processes involved
with the production of steel or iron materials occurred in the United States.
Produce, mill, fabricate, and manufacture in the United States of America all aluminum
components of bridges, tunnels, and large sign support systems, for which either shop fabrication,
shop inspection, or certified mill test reports are required as the basis of acceptance by the
Department.
Use foreign materials only under the following conditions:
1)
When the materials are not permanently incorporated into the project; or
2)
When the delivered cost of such materials used does not exceed 0.1 percent of the total
Contract amount or $2,500.00, whichever is greater.
The Contractor shall submit to the Engineer the origin and value of any
foreign material used.
SUBSECTION:
106.10 Field Welder Certification Requirements.
REVISION:
Insert the following sentence before the first sentence of the first paragraph:
All field welding must be performed by a certified welder unless otherwise
noted.
SUBSECTION:
REVISION:
108.02 Progress Schedule.
Insert the following prior to the first paragraph:
Specification 108.02 applies to all Cabinet projects except the following project types:
tion
Right of Way Mowing and/or Litter Removal
Waterborne Paint Striping
Projects that contain Special Provision 82
Projects that contain the Special Note for CPM Scheduling
Insert the following paragraph after paragraph two:
Working without the submittal of a Written Narrative is violation of this specification and
additionally voids the Contractor’s right to delay claims.
Insert the following paragraph after paragraph six:
The submittal of bar chart or Critical Path Method schedule does not relieve the Contractor’s
requirement to submit a Written Narrative schedu
le.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 41 of 74
Supplemental Specifications to The Standard Specifications
for Road and Bridge Construction, 2008 Edition
(Effective with the July15, 2011 Letting)
Insert the following at the beginning of the first paragraph of A) Written Narrative.:
Submit the Written Narrative Schedule using form TC 63
-50 available at the Division of
Construction’s website (
http://www.transportation.ky.gov/construction/ResCenter/ResCenter.htm
).
Replace Part A) Written Narrative 1. And 2. with the following:
1. Provide a description that includes how the Contractor will sequence and stage
the work,
how the Contractor plans to maintain and control traffic being specific and detailed, and
what equipment and crew sizes are planned to execute the work.
2. Provide a list of project milestones including, if applicable, winter shut-
downs, holidays,
or special events. The Contractor shall describe how these milestones and other dates
effect the prosecution of the work. Also, include start date and completion date
milestones for the contract, each project if the contract entails multiple projects, each
phase of work, site of work, or segment of work as divided in the project plans, proposal,
or as subdivided by the Contractor.
SUBSECTION:
REVISION:
109.07.01 Liquid Asphalt.
Add the following to the Adjustable Contract Items:
Stone Matrix Asphalt for Base
Stone Matrix Asphalt for Surface
SUBSECTION:
REVISION:
110.01 Mobilization.
Replace paragraph three with the following:
Do not bid an amount for Mobilization that exceeds 5 percent of the sum of the total amounts bid
for all items in the Bid Proposal, excluding Mobilization, Demobilization, and contingent amounts
established for adjustments and incentives. The Department will automatically adjust any Bid
Proposals that are in excess of this amount down to 5 percent to compare Bid Proposals and
award
the Contract. The Department will award a Contract for the actual amount bid when the amount bid
for Mobilization is less than 5 percent, or the Department will award the Contract for the adjusted
bid amount of 5 percent when the amount bid for Mob
ilization is greater than 5 percent. If any
errors in unit bid prices for other Contract items in a Contractor’s Bid Proposal are discovered after
bid opening and such errors reduce the total amount bid for all other items, excluding Mobilization,
Demobili
zation, and contingent amounts established for adjustments and incentives, so that the
percent bid for Mobilization is larger than 5 percent, the Department will adjust the amount bid for
Mobilization to 5 percent of the sum of the corrected total bid amou
nts.
SUBSECTION:
REVISION:
110.02 Demobilization.
Replace the third paragraph with the following:
Bid an amount for Demobilization that is a minimum of $1,000 or 1.5 percent of the sum of the
total amounts bid for all other items in the Bid Proposal, excluding Mobilization, Demobilization,
and contingent amounts established for adjustments and incentives. The Department will
automatically adjust any Bid Proposal that is less than this amount up to $1,000 or 1.5 percent to
compare Bid Proposals and award the Contract. The Department will award a Contract for the
actual amount bid when the amount bid for demobilization exceeds 1.5 percent, or the Department
will award the Contract for the adjusted bid amount when the amount bid for demobilization is less
than the minimum of $1,000 or less than 1.5 percent of the sum of the total amounts bid for all
other items in the Bid Proposal, excluding Mobilization, Demobilization, and contingent amounts
established for adjustments and incentives.
SUBSECTION:
REVI
SION:
110.04 Payment.
Insert the following paragraph following the demobilization payment schedule (4
th paragraph):
The Department will withhold an amount equal to $1,000 for demobilization, regardless of the
schedule listed above. The $1,000 withheld for demobilization will be paid when the final estimate
is paid.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 42 of 74
Supplemental Specifications to The Standard Specifications
for Road and Bridge Construction, 2008 Edition
(Effective with the July15, 2011 Letting)
SUBSECTION:
REVISION:
112.03.01 General Traffic Control.
Replace paragraph three with the following:
All flaggers shall be trained in current MUTCD flagging procedures. Proof of training
must be
available for review at the Department’s request. Flagging credentials must be current within the
last 5 years.
SUBSECTION:
112.03.11 Temporary Pavement Markings.
PART:
B) Placement and Removal of Temporary Striping.
REVISION:
Replace the 2nd sentence of the first paragraph with the following:
On interstates and parkways, and other roadways approved by the State Highway Engineer, install
pavement striping that is 6 inches in width.
SUBSECTION:
112.03.12 Project Traffic Coordinator (PTC).
REVISION:
Add the following at the end of the subsection:
After October 1, 2008 the Department will require the PTC to have successfully completed the
applicable
qualification courses. Personnel that have not successfully completed the applicable
courses by that date will not be considered qualified. Prior to October 1, 2008, conform to
Subsection 108.06 A) and ensure the designated PTC has sufficient skill and experience to properly
perform the task.
SUBSECTION:
REVISION:
112.03.15 Non-Compliance of Maintain and Control of Traffic.
Add the following section:
112.03.15 Non
-Compliance of Maintain and Control of Traffic. It is the Contractor’s
responsibility to conform to the traffic control requirements in the TCP, Proposal, plan sheets,
specifications, and the Manual on Uniform Traffic Control Devices.
Unless specified elsewhere in the contract, a penalty will be a
ssessed in the event of non-
compliance with Maintain and Control of Traffic requirements. These penalties will be assessed
when the Contractor fails to correct a situation or condition of non
-
compliance with the contract
traffic control requirements after
being notified by the Engineer. The calculation of accrued
penalties for non
-compliance will be based upon the date/time of notification by the Engineer.
The amount of the penalty assessed for non
-
compliance will be determined based upon the work
zone
duration, as defined by the MUTCD, and will be the greatest of the different calculation
methods indicated below:
A) Long-term stationary work that occupies a location more than 3 days.
Correct the non-compliant issue within 24 hours from initial notifi
cation by the Engineer.
If the issue is not corrected within 24 hours from the initial notification, a penalty for non-
compliance will be assessed on a daily basis beginning from the initial notification of non-
compliance. The Contractor will be assessed
a $1,000 daily penalty or the amount equal
to the contract liquidated damages in Section 108.09, whichever of the 2 is greater. The
penalty for non-compliance will escalate as follows for continued non-
compliance after
the initial notification.
3 Days after Notification
$1,500 daily penalty or 1.5 times the contract liquidated damages daily charge rate in
Section 108.09, whichever is greater.
7 Days after Notification
$2,000 daily penalty or double the contract liquidated damages daily charge rate in
Section 108.09, whichever is greater.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 43 of 74
Supplemental Specifications to The Standard Specifications
for Road and Bridge Construction, 2008 Edition
(Effective with the July15, 2011 Letting)
B) Intermediate-term stationary work that occupies a location more than one daylight
period up to 3 days, or nighttime work lasting more than 1 hour.
Correct the non-compliant issue within 4 hours from initial notific
ation by the Engineer.
If the issue is not corrected within 4 hours from notification, a penalty for non-
compliance
will be assessed on an hourly basis beginning from the initial notification of non-
compliance. The penalty for non-compliance will be assessed at $200 per hour.
C) Short-
term stationary is work that occupies a location for more than 1 hour within a
single 24-hour period.
Correct the non-
compliant issue within 1 hour from initial notification by the Engineer. If
the issue is not corrected within 1 hour from notification, a penalty for non-
compliance
will be assessed on an hourly basis beginning from the initial notification of non-
compliance. The penalty for non-compliance will be assessed at $200 per hour.
If the Contractor remains in violation of the Maintain and Control of Traffic requirements, or if the
Department determines it to be in the public’s interest, work will be suspended in accordance with
Section 108.08 until the deficiencies are corrected. The Department reserves the right to correct
deficiencies by any means available and charge the Contractor for labor, equipment, and material
costs incurred in emergenc
y situations.
SUBSECTION:
REVISION:
206.03.02 Embankment
Replace the last paragraph with the following:
When rock roadbed is specified, construct the upper 2 feet of the embankment according to
Subsection 204.03.09 A).
SUBSECTION:
213.03.03 Inspection and Maintenance.
REVISION:
Replace the last sentence of the second paragraph with the following:
Initiate corrective action within 24 hours of any noted deficiency and complete the work within 7
calendar
days of receipt of the report. The Contractor shall make a
concentrated effort to complete
any corrective action required prior to the next
predicted rainfall event.
Insert the following paragraph after the second paragraph:
When the Contractor is requ
ired to obtain the KPDES permit, it is their responsibility to ensure
compliance with the inspection and maintenance requirements of the permit. The Engineer will
perform verification inspections a minimum of once per month and within 7 days of a ½ inch or
greater rainfall event. The Engineer will document these inspections using Form TC 63
-
61 A. The
Engineer will provide copies of the inspection only when improvements to the BMP’s are required.
Verification inspections performed by the Engineer do not
relieve the Contractor of any
responsibility for compliance with the KPDES permit. Initiate corrective action within 24 hours of
any noted deficiency and complete the work within
7calendar
days of receipt of the report. The
Contractor shall make a concentrated effort to complete any corrective action required prior to the
next
predicted rainfall event.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 44 of 74
Supplemental Specifications to The Standard Specifications
for Road and Bridge Construction, 2008 Edition
(Effective with the July15, 2011 Letting)
SUBSECTION:
PART:
REVISION:
213.03.05 Temporary Control Measures.
E) Temporary Seeding and Protection.
Replace the first paragraph with the following:
Apply an Annual Rye seed mix at a rate of 100 pounds per acre during the months of March
through August. In addition to the Annual Rye, add 10 pounds of German Foxtail
-
Millet (Setaria
italica), when performing temporary seeding during the months of June through August. During
the months of September through February, apply Winter Wheat or Rye Grain at a rate of 100
pounds per acre. Obtain the Engineer’s approval prior to the application of the seed mixture.
SUBSECTION:
213.03.05 Temporary Control Measures.
PART:
F) Temporary Mulch.
REVISION:
Replace the last sentence with the following:
Place temporary mulch to an approximate 2
-
inch loose depth (2 tons per acre) and anchor it into the
soil by mechanically crimping it into the soil surface or applying tackifier to provide a protective
cover. Regardless of the anchoring method used, ensure the protective cover holds until disturbance
is required or permanent controls are in installed.
SUBSECTION:
303.05 Payment.
REVISION:
Replace the second paragraph of the section with the following:
The Department will make payment for Drainage Blanket
-
Type II (ATDB) according to the Lot
Pay Adjustment Schedule for Specialty Mixtures in Section 402.
SUBSECTION:
401.02.04 Special Requirements for Dryer Drum Plants.
PART:
F) Production Quality Control.
REVISION:
Replace the first sentence with the following:
Stop mixing operations immediately if, at any time, a failure of the automatic electronic weighing
system of the aggregate feed, asphalt binder
feed, or water injection system control occurs.
SUBSECTION:
401.02.04 Special Requirements for Dryer Drum Plants.
REVISION:
Add the following:
Part G)
Water Injection System. Provided each system has prior approval as specified in
Subsection 402.01.01, the Department will allow the use of water injection systems for purposes of
foaming the asphalt binder and lowering the mixture temperature for production of Warm Mix
Asphalt (WMA).
Ensure the equipment for water injection meets the following requirements:
1)
Injection equipment computer controls are automatically coupled to the plants controls
(manual operation is not permitted);
2)
Injection equipment has variable controls that introduce water ratios based on production
rates of mixtures;
3) Injects water into the flow of asphalt binder prior to contacting the aggregate;
4) Provides alarms on the water injection system that operate when the flow of water is
interrupted or deviates from the prescribed water rate.
SUBSECTION:
401.03.01 Preparation of Mixtures.
REVISION:
Replace the last sentence of the second paragraph with the following:
Do not use asphalt binder while it is foaming in a storage tank.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 45 of 74
Supplemental Specifications to The Standard Specifications
for Road and Bridge Construction, 2008 Edition
(Effective with the July15, 2011 Letting)
SUBSECTION:
401.03.01 Preparation of Mixtures.
REVISION:
Replace the third paragraph and Mixing and Laying Temperature table with the following:
Maintain the temperature of the component materials and asphalt mixture within the ranges listed in
the following table:
MIXING AND LAYING TEMPERATURES ( F)
Material
Minimum
Maximum
Aggregates
240
330
Aggregates used with Recycled Asphalt Pavement
(RAP)
240
Asphalt Binders
PG 64-22
230
330
PG 76-22
285
350
Asphalt Mixtures at Plant
PG 64-22 HMA
250
330
(Measured in Truck)
PG 76-22 HMA
PG 64
-22 WMA
PG 76-22 WMA
310
230
250
350
275
300
Asphalt Mixtures at Project
PG 64-22 HMA
230
330
(Measured in Truck
PG 76-22 HMA
300
350
When Discharging)
PG 64-22 WMA
PG 76-22 WMA
210
240
275
300
SUBSECTION:
402.01 Description.
REVISION:
Replace the paragraph with the following:
Provide the
process control and acceptance testing of all classes and types of asphalt mixtures
which may be furnished either as hot mix asphalt (HMA) or warm mix asphalt (WMA) produced
with water injection systems.
SUBSECTION
REVISION:
402.01.01 Warm Mix Asphalt (WMA) Evaluation and Approval.
Add the following subsection:
402.01.01 Warm Mix Asphalt (WMA) Evaluation and Approval.
The Department will evaluate trial production of WMA by use of a water injection system provided
the system is installed according to the manufacturer’s requirements and satisfies the requirements
of Section 401. Evaluation will include production and placement of WMA to demonstrate
adequate mixture quality including volumetric properties and density by Option A as specified in
Subsection 402.03.02 D). Do not place WMA for evaluation on Department projects. Provided
production and placement operations satisfy the applicable quality levels, the Department will
approve WMA production on Department projects using the water injection system as
installed on
the specific asphalt mixing plant evaluated.
SUBSECTION:
402.05.02 Asphalt Mixtures and Mixtures With RAP.
REVISION:
Replace Subsection Title as below:
402.05.02 Asphalt Mixtures, HMA and WMA, Including Mixtures With RAP.
SUBSECTION:
402.05.02 Asphalt Mixtures, HMA and WMA, Including Mixtures With RAP.
REVISION:
Replace the paragraph with the following:
The Department will pay for the mixture at the Contract unit bid price and apply a Lot Pay
Adjustment for each lot placed based on the degree of compliance with the specified tolerances.
Using the appropriate Lot Pay Adjustment Schedule, the Department will assign a pay value for the
applicable properties within each sublot and average the sublot pay values to determine the pay
value for a given property for each lot. The Department will apply the Lot Pay Adjustment for each
lot to a defined unit price of $50.00 per ton. The Department will calculate the Lot Pay Adjustment
using all possible incentives and disincentives but will not allow the overall pay value for a lot to
exceed 1.00.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 46 of 74
Supplemental Specifications to The Standard Specifications
for Road and Bridge Construction, 2008 Edition
(Effective with the July15, 2011 Letting)
SUBSECTION:
402.05.02 Asphalt Mixtures, HMA and WMA, Including Mixtures With RAP.
PART:
C) Conventional and RAP Mixtures Placed on Shoulders.
REVISION:
Replace Title and Text with the following:
C) HMA, WMA and RAP Mixtures Placed on Shoulders or Placed as Asphalt Pavement Wedge.
1) Placed monolithically with the Mainline
Width of 4 feet or less. The Department will
pay as mainline mixture.
2) Placed monolithically with the Mainline Width of greater
than 4 feet. The Department
will pay as mainline mixture but use 1.00 for the Lane and Joint Density Pay Value for
shoulder or Asphalt Pavement Wedge quantities.
3) Placed Separately. The Department will use 1.00 for the Lane and Joint Density Pay
Value.
SUBSECTION:
402.05.02 Asphalt Mixtures, HMA and WMA, Including Mixtures With RAP.
PART:
D) Conventional and RAP Mixtures Placed Monolithically as Asphalt Pavement Wedge.
REVISION:
Replace the title with the following:
D) HMA, WMA, and RAP Mixtures Placed
Monolithically as Asphalt Pavement Wedge.
Delete the following:
D) HMA, WMA, and RAP Mixtures Placed Monolithically as Asphalt Pavement Wedge. The
Department will pay as mainline mixture but use a 1.00 pay value for all properties.
SUBSECTION:
PART:
REVISION:
402.05.02 Asphalt Mixtures for Temporary Pavement.
E) Asphalt Mixtures for Temporary Pavement.
Replace E) Asphalt Mixtures for Temporary Pavement with the following:
D) Asphalt Mixtures for Temporary Pavement.
SUBSECTION:
402.05.02 Asphalt Mixtures, HMA and WMA, Including Mixtures With RAP.
PART:
Lot Pay Adjustment Schedule, Compaction Option A, Base and Binder Mixtures
TABLES:
VMA
REVISION:
Replace the VMA table with the following:
VMA
Pay Value
Deviation
From Minimum
1.00
min. VMA
0.95
0.1-0.5 below min.
0.90
0.6-1 0 below min.
(1)
> 1.0 below min.
SUBSECTION:
402.05.02 Asphalt Mixtures, HMA and WMA, Including Mixtures With RAP.
PART:
Lot Pay Adjustment Schedule, Compaction Option A, Surface Mixtures
TABLES:
VMA
REVISION:
Replace the VMA table with the following:
VMA
Pay Value
Deviation
From Minimum
1.00
min. VMA
0.95
0.1-0.5 below min.
0.90
0.6-1.0 below min.
(1)
> 1.0 below min.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 47 of 74
Supplemental Specifications to The Standard Specifications
for Road and Bridge Construction, 2008 Edition
(Effective with the July15, 2011 Letting)
SUBSECTION:
402.05.02 Asphalt Mixtures, HMA and WMA, Including Mixtures With RAP.
PART:
Lot Pay Adjustment Schedule, Compaction Option B Mixtures
TABLE:
VMA
REVISION:
Replace the VMA table with the following:
VMA
Pay Value
Deviation
From Minimum
1.00
min. VMA
0.95
0 1-0.5 bel w
min.
0.9
0.6-1.0 below min.
(2)
> 1.0 below min.
SUBSECTION:
403.03.03 Preparation of Mixture.
PART:
C) Mix Design Criteria.
NUMBER:
1) Preliminary Mix Design.
REVISION:
Replace the last two sentences of the paragraph and table with the following:
Complete the volumetric mix design at the appropriate number of gyrations as given in the table
below for the number of 20-year ESAL’s. The Department will define the relat
ionship
between ESAL classes, as given in the bid items for Superpave mixtures, and 20-
year ESAL
ranges as follows:
Number of Gyrations
Class
ESAL’s (millions)
Ninitial
Ndesign
Nmax
2
< 3.0
6
50
75
3
3.0 to < 30.0
7
75
115
4
> 30.0
8
100
160
SUBSECTION:
403.03.09 Leveling and Wedging, and Scratch Course.
PART:
A) Leveling and Wedging.
REVISION:
Replace the first sentence of the first paragraph with the following:
Conform to the gradation requirements (control points) of AASHTO M 323 for
base, binder, or
surface as the Engineer directs.
SUBSECTION:
403.03.09 Leveling and Wedging, and Scratch Course.
PART:
B) Scratch Course.
REVISION:
Replace the second sentence of the first paragraph with the following:
Conform to the gradation
requirements (control points) of AASHTO M 323 for base, binder, or
surface as the Engineer directs.
SUBSECTION:
407.01 DESCRIPTION.
REVISION:
Replace the first sentence of the paragraph with the following:
Construct a pavement wedge composed of a
hot-mixed or warm-mixed asphalt mixture.
SUBSECTION:
409.01 DESCRIPTION.
REVISION:
Replace the first sentence of the paragraph with the following:
Use reclaimed asphalt pavement (RAP) from Department projects or other approved sources in hot
mix
asphalt (HMA) or warm mix asphalt (WMA) provided mixture requirements are satisfied.
SUBSECTION:
410.01 DESCRIPTION.
REVISION:
Delete the second sentence of the paragraph.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 48 of 74
Supplemental Specifications to The Standard Specifications
for Road and Bridge Construction, 2008 Edition
(Effective with the July15, 2011 Letting)
SUBSECTION:
410.03.01 Corrective Work.
REVISION:
Replace the last sentence of the paragraph with the following:
Provide a final surface comparable to the adjacent pavement that does not require corrective work
in respect to texture, appearance, and skid resistance.
SUBSECTION:
410.03.02 Ride Quality.
PART:
B) Requirements.
NUMBER:
1) Category A.
REVISION:
Replace the last sentence of the first paragraph with the following:
At the Department’s discretion, a pay deduction of $1200 per 0.1
-lane-
mile section may be applied
in lieu of corrective work.
SUBSECTION:
410.03.02 Ride Quality.
PART:
B) Requirements.
NUMBER:
2) Category B.
REVISION:
Replace the second and third sentence of the first paragraph with the following:
When the IRI is greater than 90 for a 0.1
-mile section, perform corrective work, or remove and
replace the pavement to achieve the specified IRI. At the Department’s discretion, a pay deduction
of $750 per 0.1
-lane-mile section may be applied in lieu of corrective work.
SUBSECTION:
410.05 PAYMENT.
REVISION:
Add the following sentence to the end of the first paragraph:
The sum of the pay value adjustments for ride quality shall not exceed $0 for the project as a whole.
SUBSECTION:
413.05.02 CL3 SMA BASE 1.00D PG76-22.
REVISION:
Insert the following sentence between the first and second sentence of the first paragraph:
The Department will calculate the Lot Pay Adjustment using all possible incentives and
disincentives but will not allow the overall pay value for a lot to exceed 1.00.
SUBSECTION:
413.05.02 CL3 SMA BASE 1.00D PG 76-22.
TABLE:
JOINT DENSITY TABLE
REVISION:
Replace the joint density table with the following:
LANE DENSITY
Pay Value
Test Result (%)
1.05
95.0-96.5
1.00
93.0-94.9
0.95
92.0-92.9 or 96.6-97.0
0.90
91.0-91.9 or 97.1-97.5
(1)
< 91.0 or > 97.5
SUBSECTION:
413.05.03 CL3 SMA SURF 0.50A PG76-22 and CL3 SMA SURF 0.38A PG76-22.
REVISION:
Insert the following sentence between the first and second sentence of the first paragraph:
The Department will calculate the Lot Pay Adjustment using all possible incentives
and
disinc
entives but will not allow the overall pay value for a lot to exceed 1.00.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 49 of 74
Supplemental Specifications to The Standard Specifications
for Road and Bridge Construction, 2008 Edition
(Effective with the July15, 2011 Letting)
SUBSECTION:
413.05.03 CL3 SMA SURF 0.50A PG76-22 and CL3 SMA SURF 0.38A PG76-22.
TABLE:
JOINT DENSITY TABLE
REVISION:
Replace the joint density table with the following:
DENSITY
Pay Value
Lane Density
Test Result (%)
Joint Density
Test Result (%)
1.05
95.0-96.5
92.0-96.0
1.00
93.0-94.9
90.0-91.9
0.95
92.0-92.9 or 96.6-97.0
89.0-89.9 or 96.1-96.5
0.90
91.0-91.9 or 97.1-97.5
88.0-88.9 or 96.6-97.0
0.75
----
< 88.0 or > 97.0
(1)
< 91.0 or > 97.5
----
SUBSECTION:
501.05.02 Ride Quality.
REVISION:
Add the following sentence to the end of the first paragraph:
The sum of the pay value adjustments for the ride quality shall not exceed $0 for the project as a
whole.
SUBSECTION:
505.03.04 Detectable Warnings.
REVISION:
Replace the first sentence with the following:
Install detectable warning pavers at all sidewalk ramps and on all commercial entrances according to the
Standard Drawings.
SUBSECTION:
REVISION:
505.04.04 Detectable Warnings.
Replace the paragraph with the following:
The Department will measure the quantity in square feet. All retrofit applications for maintenance
projects will require the removal of existing sidewalks to meet the requirements of the standard drawings
applicable to the project. The cost associated with the removal of the existing sidewalk will be
incidental to the detectable warnings bid item or incidental to the bid item for the construction of the
concre
te sidewalk unless otherwise noted.
SUBSECTION:
505.05 PAYMENT.
REVISION:
Add the following to the bid item table:
Code
Pay Item Pay Unit
23158ES505 Detectable Warnings Square Fo
ot
SUBSECTION:
509.01 DESCRIPTION.
REVISION:
Replace the second paragraph with the following:
The Department may allow the use of similar units that conform to the National Cooperative Highway
Research Program (NCHRP) 350 Test Level 3 (TL
-
3) requirements and the typical features depicted by
the Standard Drawings. Obtain the Engineers approval prio
r to use. Ensure the barrier wall shape,
length, material, drain slot dimensions and locations typical features are met and the reported maximum
deflection is 3 feet or less from the NCHRP 350 TL
-3 for Test 3
11 (pickup truck impacting at 60 mph
at a 25
-degree angle.)
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 50 of 74
Supplemental Specifications to The Standard Specifications
for Road and Bridge Construction, 2008 Edition
(Effective with the July15, 2011 Letting)
SUBSECTION:
601.03.02 Concrete Producer Responsibilities.
REVISION:
Replace the first sentence with the following:
Obtain the concrete from producers that are in compliance with KM 64
-
323 and on the Department’s
List of Approved
Materials.
Add the following to the first paragraph:
If a concrete plant becomes unqualified during a project and there are no other qualified plants in the
region, the Department will provide qualified personnel to witness and ensure the producer follows the
required specifications. The Department will assess the Contractor a $100 per hour charge for this
service.
SUBSECTION:
PART:
REVISION:
601.03.02 Concrete Producer Responsibilities.
B) Certified Personnel.
Replace the second sentence with th
e following:
Ensure that the concrete technicians are certified as ACI Level I (Level I) and KRMCA Level II (Level
II).
SUBSECTION:
PART:
REVISION:
601.03.02 Concrete Producer Responsibilities.
C) Quality Control.
Replace the second sentence with the
following:
Ensure that the Level II concrete technician is present when work is in progress and is responsible for
inspecting trucks, batch weight calculations, monitoring batching, making mixture adjustments,
reviewing the slump, air content, unit weight, temperature, and aggregate tests, all to provide conforming
concrete to the project.
SUBSECTION:
PART:
REVISION:
601.03.02 Concrete Producer Responsibilities.
D) Producer Testing.
Replace with the following:
When producing for state work, have a Qualified Concrete Aggregate Technician or KYTC Qualified
Aggregate Technician perform, at a minimum, weekly gradations and minus 200 wash tests and daily
moisture contents of coarse and fine aggregate (Fine aggregates will not require a minus 200 wash test).
Using the daily moisture contents, adjust the approved mix design accordingly prior to production.
Ensure that the Level II concrete technician is present when work is in progress and is responsible for
inspecting trucks, batch weight calculations, mo
nitoring batching, making mixture adjustments,
reviewing the slump, air content, unit weight, temperature, and aggregate tests, all to provide conforming
concrete to the project.
SUBSECTION:
PART:
REVISION:
601.03.02 Concrete Producer Responsibilities.
E
) Trip Tickets.
Replace the second sentence with the following:
Include on the trip ticket the Sample ID for the approved mix design and a statement certifying that the
data on the ticket is correct and that the mixture conforms to the mix design.
SUBSECTION:
PART:
NUMBER:
REVISION:
601.03.03 Proportioning and Requirements.
C) Mixtures Using Type IP, IS, and I(SM) Cement or Mineral Admixtures
2) Mineral Admixtures.
Replace the second sentence with the following:
Reduction of the total cement content by a combination of mineral admixtures will be allowed, up to a
maximum of 40 percent.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 51 of 74
Supplemental Specifications to The Standard Specifications
for Road and Bridge Construction, 2008 Edition
(Effective with the July15, 2011 Letting)
SUBSECTION:
PART:
NUMBER:
LETTER:
REVISION:
601.03.03 Proportioning and Requirements.
C) Mixtures Using Type IP, IS, and I(SM) Cement or Mineral Admixtures
2) Mineral
Admixtures.
a) Fly Ash.
Delete the last sentence of the third paragraph.
SUBSECTION:
PART:
NUMBER:
LETTER:
REVISION:
601.03.03 Proportioning and Requirements.
C) Mixtures Using Type IP, IS, and I(SM) Cement or Mineral Admixtures
2) Mineral Admixtures.
b) Ground Granulated Blast Furnace Slag (GGBF Slag).
Delete the second sentence of the third paragraph.
SUBSECTION:
PART:
REVISION:
601.03.03 Proportioning and Requirements.
E) Measuring.
Add the following sentence:
Conform to the individual
ingredient material batching tolerances in Appendix A.
SUBSECTION:
PART:
REVISION:
601.03.09 Placing Concrete.
A) General.
Replace the last sentence of the fourth paragraph with the following:
Do not use aluminum or aluminum alloy troughs, pipes, or
chutes that have surface damage or for
lengths greater than 20 feet.
Replace the second sentence of the fifth paragraph with the following:
When pumping, equip the delivery pipe with a nozzle, having a minimum of 2 right angles, at the
discharge end. Alt
ernate nozzles or restriction devices may be allowed with prior approval by the
Engineer.
SUBSECTION:
REVISION:
605.02.05 Forms.
Delete the last sentence.
SUBSECTION:
REVISION:
605.03.04 Tack Welding.
Replace with the following:
The Department does
not allow tack welding.
SUBSECTION:
606.02.11 Coarse Aggregate.
REVISION:
Replace with the following:
Conform to Section 805, size No. 8 or 9
-M.
SUBSECTION:
PART:
REVISION:
609.03.04 Expansion and Fixed Joints.
D) Preformed Neoprene Joint Seals.
Replace the last sentence of paragraph seven with the following:
Field splices will not be allowed during partial width construction. It is Contractor’s responsibility to
determine and install the length of seal required for the joint to barrier wall as per the standard drawing.
SUBSECTION:
REVISION:
609.03.09 Finish with Burlap Drag.
Delete the entire section.
SUBSECTION:
609.04.06 Joint Sealing.
REVISION:
Replace Subsection 601.04 with the following:
Subsection 606.04.08.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 52 of 74
Supplemental Specifications to The Standard Specifications
for Road and Bridge Construction, 2008 Edition
(Effective with the July15, 2011 Letting)
SUBSECTION:
609.05 Payment.
REVISION:
Replace the Pay Unit for Joint Sealing with the following:
See Subsection 606.05.
SUBSECTION:
701.03.06 Initial Backfill.
REVISION:
Replace the first sentence of the last paragraph with the following:
When the Contract specifies, perform quality control testing to verify compaction according to KM 64-
512
.
SUBSECTION:
701.03.08 Testing of Pipe.
REVISION:
Replace and rename the subsection with the following:
701.03.08 Inspection of Pipe. The engineer will visually inspect all pipe.
The Department will
require camera/video inspection on a minimum of 50 percent of the linear feet of all installed pipe
structures.
Conduct camera/video inspection according to KM 64-
114. The pipe to be installed under
pavement will be selected first. If the total linear feet of pipe under pavement is less than 50 percent of
the linear feet of all pipe installed, the Engineer will randomly select installations from the remaining
pipe structures on the project to provide for the minimum inspection requirement. The pipe will be
selected in complete runs (junction
-junction or headwall-
headwall) until the total linear feet of pipe to be
inspected is at least 50 percent of the total linear feet of all installed pipe on the project.
Unless the Engineer directs otherwise, schedule the inspections no sooner than 30 days after
completing the installation and completion of earthwork to within 1 foot of the finished subgrade. When
final surfacing conflicts with the 30
-day minimum, conduct the inspections prior to placement of the
final surface. The contractor must ensure that all pipe are free and clear of any debris so that a complete
inspection is possible.
Notify the Engineer immediately if distresses or locations of improper installation are discovered.
When camera testing shows distresses or improper installation in the installed pipe, the Engineer may
require addit
ional sections to be tested. Provide the video and report to the Engineer when testing is
complete in accordance with KM 64
-114.
Pipes that exhibit distress or signs of improper installation may necessitate repair or removal as the
Engineer directs. These signs include, but are not limited to: deflection, cracking, joint separation,
sagging or other interior damage. If corrugated metal or thermoplastic pipes exceed the deflection and
installation thresholds indicated in the table below, provide the Department with an evaluation of each
location conducted by a Professional Engineer addressing the severity of the deflection
, structural
integrity, environmental conditions, design service life, and an evaluation of the factor of safety using
Section 12, “Buried Structures and Tunnel Liners,” of the AASHTO LRFD Bridge Design
Specifications. Based on the evaluation, the Departme
nt may allow the pipe to remain in place at a
reduced unit price as shown in the table below. Provide 5 business days for the Department to review the
evaluation. When the pipe shows deflection of 10 percent or greater, remove and replace the pipe. When
the camera/video or laser inspection results are called into question, the Department may require direct
measurements or mandrel testing.
The Cabinet may elect to conduct Quality Assurance verifications of any pipe inspections.
SUBSECTION:
701.04.07 Testing.
REVISION:
Replace and rename the subsection with the following:
701.04.07 Pipeline Video Inspection.
The Department will measure the quantity in linear feet
along the pipe invert of the structure inspected. When inspection a
bove the specified 50 percent is
performed due to a disagreement or suspicion of additional distresses and the Department is found in
error, the Department will measure the quantity as Extra Work according to Subsection 104.03.
However, if additional dist
resses or non-conformance is found, the Department will not measure the
additional inspection for payment.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 53 of 74
Supplemental Specifications to The Standard Specifications
for Road and Bridge Construction, 2008 Edition
(Effective with the July15, 2011 Letting)
SUBSECTION:
701.05 PAYMENT.
REVISION:
Add the following pay item to the list of pay items:
Code
Pay Item Pay Unit
23131ER701
Pipeline Video Inspection Linear Foot
SUBSECTION:
701.05 PAYMENT
TABLE:
PIPE DEFLECTION DETERMINED BY CAMERA TESTING
REVISION:
Replace this table with the following table and note:
PIPE DEFLECTION
Amount of Deflection (%)
Payment
0.0 to 5.0
100% of the Unit Bid Price
5.1 to 9.9
50% of the Unit Bid Price (1)
10 or greater
Remove and Replace
(1) Provide Structural Analysis as indicated
above. Based on the structural analysis, pipe may be
allowed to remain in place at the reduced unit price.
SUBSECTION:
701.05 PAYMENT
TABLE:
PIPE DEFLECTION DETERMINED BY MANDREL TESTING
REVISION:
Delete this table.
SUBSECTION:
713.02.01 Paint.
REVISION:
Replace with the following:
Conform to Section 842 and Section 846.
SUBSECTION:
713.03 CONSTRUCTION.
REVISION:
Replace the first sentence of the second paragraph with the following:
On interstates and parkways, and other routes approved by the State Highway Engineer, install pavement
striping that is 6 inches in width.
SUBSECTION:
713.03.03 Paint Application.
REVISION:
Replace the second paragraph with the following table:
Material
Paint Application Rate
Glass Beads Application Rate
4 inch waterborne paint
Min. of 16.5 gallons/mile
Min. of 6 pounds/gallon
6 inch waterborne paint
Min. of 24.8 gallons/mile
Min. of 6 pounds/gallon
6 inch durable waterborne paint
Min. of 36 gallons/mile
Min. of 6 pounds/gallon
SUBSECTION:
713.03.04 Marking Removal.
REVISION:
Replace the last sentence of the paragraph with the following:
Vacuum all marking material and removal debris concurrently with the marking removal operation.
SUBSECTION:
713.05 PAYMENT.
REVISION:
Insert the following codes and pay items below the Pavement Striping Permanent Paint:
Code
Pay Item Pay Unit
24189ER
Durable Waterborne Marking 6 IN W Linear Foot
24190ER
Durable Waterborne Marking 6 IN Y Linear Foot
24191ER Durable Waterborne Marking
12 IN W Linear Foot
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 54 of 74
Supplemental Specifications to The Standard Specifications
for Road and Bridge Construction, 2008 Edition
(Effective with the July15, 2011 Letting)
SUBSECTION:
714.03 CONSTRUCTION.
REVISION:
Insert the following paragraph at the end of the third paragraph:
Use Type I Tape for markings on bridge decks, JPC pavement and JPC intersections. Thermoplastic
should only be used
for markings on asphalt pavement.
SUBSECTION:
714.03.07 Marking Removal.
REVISION:
Replace the third sentence of the paragraph with the following:
Vacuum all marking material and removal debris concurrently with the marking removal operation.
SUBSECTION:
716.01 DESCRIPTION.
REVISION:
Insert the following after the first sentence:
Energize lighting as soon
as it is fully functional and ready for inspection. Ensure that lighting remains
operational until the Division of Traffic Operations has provided written acceptance of the electrical
work.
SUBSECTION:
716.02.01 Roadway Lighting Materials.
REVISION:
Replace the last two sentences of the paragraph with the following:
Submit for material approval an electronic file of descriptive literature, drawings, and any requested
design data
to the Division of Traffic Operations. Do not begin work until shop draw
ings are approved.
Notify the Engineer when submitting any information to the Division of Traffic Operations. Do not
make substitutions for approved materials without written permission as described above.
SECTION:
717 THERMOPLASTIC INTERSECTION MARKINGS.
REVISION:
Replace the section name with the following:
INTERSECTION MARKINGS.
SUBSECTION:
717.01 DESCRIPTION:
REVISION:
Replace the paragraph with the following:
Furnish and install thermoplastic or Type I tape intersection markings (Stop Bars,
Crosswalks, Turn
Arrows, etc.) Thermoplastic markings may be installed b
y
either a machine applied, screed extrusion
process or by applying preformed thermoplastic intersection marking material.
SUBSECTION:
717.02 MATERIALS AND EQUIPMENT.
REVISION:
Insert the following subsection:
717.02.06 Type I Tape. Conform to Section 836.
SUBSECTION:
717.03.03 Application.
REVISION:
Insert the following part to the subsection:
B) Type I Tape Intersection Markings. Apply according to the manufacturer’s recommendations. Cut
all tape
at pavement joints when applied to concrete surfaces.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 55 of 74
Supplemental Specifications to The Standard Specifications
for Road and Bridge Construction, 2008 Edition
(Effective with the July15, 2011 Letting)
SUBSECTION:
717.03.05 Proving Period.
PART:
A) Requirements.
REVISION:
Insert the following to this section:
2) Type I Tape. During the proving period, ensure that the pavement marking material shows no signs
of failure due to blistering, excessive cracking, bleeding, staining, discoloration, oil content of the
pavement materials, drippings, chipping, spalling, poor adhesion to the pavement, loss of
retro
reflectivity, vehicular damage, and normal wear. Type I Tape is manufactured off site and
warranted by the manufacturer to meet certain retroreflective requirements. As long as the material is
adequately bonded to the surface and shows no signs of failur
e due to the other items listed in
Subsection 714.03.06 A) 1), retroreflectivity readings will not be required. In the absence of readings,
the Department will accept tape based on a nighttime visual observation.
SUBSECTION:
717.03.06 Marking Removal.
REVISION:
Replace the third sentence of the paragraph with the following:
Vacuum all marking material and removal debris concurrently with the marking removal operation.
SUBSECTION:
717.05 PAYMENT.
REVISION:
Insert the following bid item codes:
Code
Pay Unit
Pay Item
06563
Pave Marking R/R X Bucks 16 IN Linear Foot
20782NS714
Pave Marking Thermo Bike Each
23251ES717
, 23264ES717 Pave Mark TY I Tape X-Walk, Size Linear Foot
2325
2ES717, 23265ES717 Pave Mark TY I Tape Stop Bar, Size Linear Foot
2325
3ES717 Pave Mark TY I Tape Cross Hatch
Square Foot
2325
4ES717 Pave Mark TY I Tape Dotted Lane Extension Linear Foot
2325
5ES717
Pave Mark TY I Tape Arrow, Type Each
23268ES717
-23270ES717
2325
6ES717 Pave Mark TY I Tape- ONLY Each
2325
7ES717 Pave Mark TY I Tape- SCHOOL Each
23266ES717
Pave Mark TY 1 Tape R/R X Bucks-16 IN Linear Foot
23267ES717
Pave Mark TY 1 Tape-Bike Each
SUBSECTION:
REVISION:
725.02.02 Type VI Class C & CT.
Replace bullet 2) with
the following:
2) The SCI100GM System as developed by SCI Products, Inc. of St. Charles, Illinois. For all
miscellaneous metal work conform to ASTM A 36 and galvanize according to ASTM A 123.
For the SCI100GM fender panels conform to AASHTO 180. Galvanize th
e SCI100GM fender
panels and SCI100GM -beam connectors after fabrication according to ASTM A 123.
SUBSECTION:
REVISION:
725.02.04 Type VII Class C.
Replace bullet 2) with the following:
2) The SCI100GM System as developed by SCI Products, Inc. of St. Charles, Illinois. For all
miscellaneous metal work conform to ASTM A 36 and galvanize according to ASTM A 123.
For the SCI100GM fender panels conform to AASHTO 180. Galvanize the SCI100GM fender
panels and SCI100GM-beam connectors after fabrication according to ASTM A 123.
SUBSECTION:
REVISION:
801.01 REQUIREMENTS.
Delete the fourth sentence of the first paragraph and add the following to the second paragraph.
When supplying cement with a SO
3 content above the value in table I of ASTM C 150, include
su
pportive ASTM C 1038 14-day expansion test data for the supplied SO3
content on the certification.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 56 of 74
Supplemental Specifications to The Standard Specifications
for Road and Bridge Construction, 2008 Edition
(Effective with the July15, 2011 Letting)
SUBSECTION:
805.01 GENERAL.
REVISION:
Replace the second paragraph with the following:
The Department’s List of Approved Materials includes the Aggregate Source List, the list of Class A and
Class B Polish
-Resistant Aggregate Sources, and the Concrete Restriction List.
SUBSECTION:
REVISION:
805.04 CONCRETE.
Delete
footnote (1) The permissible lightweight particle content of gravel coarse
aggregate for reinforced
concrete box culvert sections, concrete pipe, pipe arches, or for use only in concrete that will be
permanently protected from freezing by 2 feet or more of cover is 10.0 percent.
SUBSECTION:
805.04 CONCRETE.
REVISION:
Replace the “AASHTO T 160” reference in first sentence of the third paragraph with “KM 64-629”
SUBSECTION:
805.15 GRADATION ACCEPTANCE OF NON-SPECIFICATION COARSE AGGREGATE.
TABLE:
AGGREGATE SIZE USE
PART:
Cement Concrete Structures and Incidental Construction
REVISION:
Replace “9-M for Waterproofing Overlays” with “8 or 9-M for Waterproofing Overlays”
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 57 of 74
Supplemental Specifications to The Standard Specifications
for Road and Bridge Construction, 2008 Edition
(Effective with the July15, 2011 Letting)
SUBSECTION: 805.15 GRADATION ACCEPTANCE OF NON-SPECIFICATION COARSE AGGREGATE.
REVISION: Replace the “SIZES OF COARSE AGGREGATES” table in with the following:
(1) Gradation performed by wet sieve KM 64-620 or AASHTO T 11/T 27.
(2) Sizes shown for convenience and are not to be considered as coarse aggregates.
(3) Nominal Maximum Size is the largest sieve on the gradation table for an aggregate size on which any material may be retained.
Note: The Department will allow blending of same source/same type aggregate when precise procedures are used such as cold feed, belt, or equivalent and
combining of sizes or types of aggregate using the weigh hopper at concrete plants or controlled feed belts at the pugmill to obtain designated sizes.
SIZES OF COARSE AGGREGATES
Sieve AMOUNTS FINER THAN EACH LABORATORY SIEVE (SQUARE OPENINGS) PERCENTAGE BY WEIGHT
Aggregate Size
Nominal (3)
Maximum
Aggregate Size
4 inch
3 1/2 inch
3 inch
2 1/2 inch
2 inch
1 1/2 inch
1 inch
3/4 inch
1/2 inch
3/8 inch
No. 4
No. 8
No. 16
No. 30
No. 100
No. 200
1 3 ½ inch
100
90-
100
25-
60
0-
15
0
-5
2 2 ½ inch
100
90-
100
35-70
0-
15
0
-5
23 2 inch
100
40-90
0-15
0
-5
3 2 inch
100
90-100
35-
70
0-15
0
-5
357 2 inch
100
95-100
35-70
10
-30
0
-5
4 1 ½ inch
100
90-
100
20-55
0-
15
0
-5
467 1 ½ inch
100
95-
100
35
-70
10
-30
0
-5
5 1 inch
100
90-100
20
-55
0-
10
0
-5
57 1 inch
100
95-100
25
-60
0-
10
0-
5
610 1 inch
100
85-100
40
-75
15
-40
67 3/4 inch
100
90
-
100
20
-55
0-
10
0-
5
68 3/4 inch
100
90
-
100
30
-65
5-
25
0-
10
0-5
710 3/4 inch
100
80
-
100
30
-75
0-
30
78 1/2 inch
100
90
-
100
40
-75
5-
25
0-
10
0-5
8 3/8 inch
100
85
-
100
10
-30
0-
10
0-5
9-M 3/8 inch
100
75
-
100
0-
25
0-
5
10(2) No. 4
100
85
-
100
10
-30
11(2) No. 4
100
40
-90
10-
40
0
-5
DENSE GRADED
AGGREGATE (1)
3/4 inch
100
70
-
100
50
-80
30
-65
10
-40
4-
13
CRUSHED
STONE BASE (1)
1 ½ inch
100
90-
100
60
-95
30
-70
15
-55
5-
20
0
-8
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 58 of 74
Supplemental Specifications to The Standard Specifications
for Road and Bridge Construction, 2008 Edition
(Effective with the July15, 2011 Letting)
SUBSECTION:
805.16 SAMPLING AND TESTING.
REVISION:
Replace the “AASHTO T 160” method with the “KM 64-629” method for the Concrete Beam Expansion
Test.
Replace the “
ASTM D 3042” method with the “KM 64-625” method for Insoluble Residue.
SUBSECTION:
810.04.01 Coating Requirements.
REVISION:
Replace the “Subsection 806.07” references with “Subsection 806.06”
SUBSECTION:
810.06.01 Polyvinyl Chloride (PVC) Pipe.
PART:
B) Culvert and Entrance Pipe.
REVISION:
Replace the title with the following:
B) Culvert Pipe, Storm Sewer, and Entrance Pipe.
SUBSECTION:
REVISION:
823.02 LIQUID MEMBRANE FORMING COMPOUNDS.
Add the following:
Effective July 1, 2011, to remain on or
be added to the Department’s approved list, products must have
completed testing or been submitted for testing through the National Transportation Product Evaluation
Program (NTPEP) for Concrete Curing Compounds.
SUBSECTION:
837.03 APPROVAL.
REVISION:
Replace the last sentence with the following:
The Department will sample and evaluate for approval each lot of thermoplastic material delivered for
use per contract prior to installation of the thermoplastic material. Do not allow the installation of
thermoplastic material until it has been approved by the Division of Materials. Allow the Department a
minimum of 10 working days to evaluate and approve thermoplastic material.
SUBSECTION:
837.03.01 Composition.
REVISION:
COMPOSITION Table:
SUBSECTION:
TABLE:
REVISION:
842.02 APPROVAL.
PAINT COMPOSITION
Revise the following in the table:
Replace the 2.0
E* values in the table with 4.0E* for both Yellow and White Paint on both the
Daytime and Nighttime Color Spectrophotometer.
SECTION:
DIVISION 800 MATERIAL DETAILS
REVISION:
Add the following section in Division 800
SECTION 846 DURABLE WATERBORNE PAINT
846.01 DESCRIPTION
. This section covers quick-
drying durable waterborne pavement striping paint
for permanent
applications. The paint shall be ready-mixed, one-
component, 100% acrylic waterborne
striping paint suitable for application on such traffic
-
bearing surfaces as Portland cement concrete,
bituminous cement concrete, asphalt, tar, and previously painted area
s of these surfaces.
846.02 Approval.
Select materials that conform to the composition requirements below. Provide
independent analysis data and certification for each formulation stating the total concentration of each
heavy metal present, the test met
hod used for each determination, and compliance to 40 CFR 261 for
leachable heavy metals content. Submit initial samples for approval before beginning striping
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 59 of 74
Supplemental Specifications to The Standard Specifications
for Road and Bridge Construction, 2008 Edition
(Effective with the July15, 2011 Letting)
operations. The initial sample may be sent from the manufacture of the paint. The Department will
randomly sample and evaluate the paint each week that the striping operations are in progress.
The non-volatile portion of the vehicle shall be composed of a 100% acrylic polymer as
determined by infrared spectral analysis. The acrylic resin used sha
ll be a 100% cross-
linking acrylic as
evidenced by infrared peaks at wavelengths 1568, 1624, and 1672 cm
-
1 with intensities equal to those
produced by an acrylic resin known to be 100% cross-linking.
PAINT COMPOSITION
Property and Test Method
Yellow
White
Daytime Color (CIELAB)
Spectrophotometer using
illuminant D65 at 45º
illumination and 0º viewing with
a 2º observer
L* 81.76
a* 19.79
b* 89.89
Maximum allowa
le
variation 4.0E*
L* 93.51
a* -1.01
b* 0.70
Maximum allowable variation
4.0E*
Nighttime Color (CIELAB)
Spectrophotometer using
illuminant A at 45º illumination
and 0º viewing with a 2º observer
L* 86.90
a* 24.80
b* 95.45
Maximum allowable variation
4.0E*
L* 93.45
a* -0.79
b* 0.43
Maximum allowable variation
4.0E*
Heavy Metals Content
Comply with 40 CFR 261
Comply with 40 CFR 261
Titanium Dioxide
ASTM D 4764
NA
10% by weight of pigment
min.
VOC
ASTM D 2369 and D 4017
1.25 lb/gal max.
1.25 l /gal ma .
Contrast Ratio
(at 15 mils wft)
0.97
0.99
846.02.01 Manufacturers Certification. Provide a certification of analysis for each lot of
traffic paint produced stating conformance to the requirements of this section. Report the formulation
identification, traffic paint trade name, color, date of manufacturer, total quantity of lot produced, actual
quantity of traffic paint represented, sampling method utilized to obtain the samples, and data for each
sample tested to represent each lot produced.
846.03 ACCEPTANCE PR
OCEDURES FOR NON-
SPECIFICATION DURABLE
WATERBORNE PAVEMENT
STRIPING PAINT. When non-
specification paint is inadvertently
incorporated into the work the Department will accept the material with a reduction in pay. The
percentage deduction is cumulative based on its compositional properties, but will not exceed 60 percent.
The Department will calculate the payment reduction on the unit bid price for the routes where the non-
specification paint was used.
DURABLE WATERBORNE PAVEMENT STRIPING PAINT REDUCTION SCHEDULE
Non-
conforming
Property
Resin
Color
Contrast
TiO
2
VOC
Heavy
Metals
Content
Reduction
Rate
60%
10%
10%
10%
60%
60%
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 60 of 74
Supplemental Specifications to The Standard Specifications
for Road and Bridge Construction, 2008 Edition
(Effective with the July15, 2011 Letting)
APPENDIX A:
PART:
REVISION:
APPENDIX A:
PART:
REVISION:
TABLUATION OF CONSTRUCTION TOLERANCES.
601.03.03
Replace with the following:
Concrete
accuracy of individual ingredient material for each batch.
± 2.0
% for aggregates
± 1.0
% for water
± 1.0
% for cement in batches of 4 cubic yards or greater
± 1.0
% for total cementitious materials in batches of 4 cubic yards or greater
0.0%
to + 4.0% for cement in batches less than 4 cubic yards
0.0
% to + 4.0% for total cementitious materials in batches less than 4 cubic yards
± 3.0
% for admixtures
TABLUATION OF CONSTRUCTION TOLERANCES.
601.03.03 C) 2)
Delete
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 61 of 74
STANDARD DRAWINGS THAT APPLY
TRAFFIC
~ TEMPORARY ~
TRAFFIC CONTROL
LANE CLOSURE USING TRAFFIC SIGNALS TTC-110
DEVICES
POST SPLICING DETAIL TTD-110
BRIDGES
MISCELLANEOUS STANDARDS
BRIDGE RESTORATION AND WATERPROOFING WITH CONCRETE OVERLAYS BGX-009-04
JOINTS
NEOPRENE EXPANSION DAMS AND ARMORED EDGES BJE-001-11
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 62 of 74
PART III
EMPLOYMENT, WAGE AND RECORD REQUIREMENTS
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 63 of 74
TRANSPORTATION CABINET
DEPARTMENT OF HIGHWAYS
LABOR AND WAGE REQUIREMENTS
APPLICABLE TO OTHER THAN FEDERAL-AID SYSTEM PROJECTS
I. Application
II. Nondiscrimination of Employees (KRS 344)
III. Payment of Predetermined Minimum Wages
IV. Statements and Payrolls
I. APPLICATION
1. These contract provisions shall apply to all work
performed on the contract by the contractor with his own
organization and with the assistance of workmen under his
immediate superintendence and to all work performed on the
contract by piecework, station work or by subcontract. The
contractor's organization shall be construed to include only
workmen employed and paid directly by the contractor and
equipment owned or rented by him, with or without operators.
2. The contractor shall insert in each of his
subcontracts all of the stipulations contained in these Required
Provisions and such other stipulations as may be required.
3. A breach of any of the stipulations contained in
these Required Provisions may be grounds for termination of
the contract.
II. NONDISCRIMINATION OF EMPLOYEES
AN ACT OF THE KENTUCKY
GENERAL ASSEMBLY TO PREVENT
DISCRIMINATION IN EMPLOYMENT
KRS CHAPTER 344
EFFECTIVE JUNE 16, 1972
The contract on this project, in accordance with KRS
Chapter 344, provides that during the performance of this
contract, the contractor agrees as follows:
1. The contractor shall not fail or refuse to hire, or
shall not discharge any individual, or otherwise discriminate
against an individual with respect to his compensation, terms,
conditions, or privileges of employment, because of such
individual's race, color, religion, national origin, sex, disability
or age (between forty and seventy); or limit, segregate, or
classify his employees in any way which would deprive or
tend to deprive an individual of employment opportunities or
otherwise adversely affect his status as an employee, because
of such individual's race, color, religion, national origin, sex,
disability or age (between forty and seventy). The contractor
agrees to post in conspicuous places, available to employees
and applicants for employment, notices to be provided setting
forth the provisions of this nondiscrimination clause.
2. The contractor shall not print or publish or cause
to be printed or published a notice or advertisement relating to
employment by such an employer or membership in or any
classification or referral for employment by the employment
agency, indicating any preference, limitation, specification, or
discrimination, based on race, color, religion, national origin,
sex, disability or age (between forty and seventy), except that
such notice or advertisement may indicate a preference,
limitation, or specification based on religion, or national origin
when religion, or national origin is a bona fide occupational
qualification for employment.
3. If the contractor is in control of apprenticeship or
other training or retraining, including on-the-job training
programs, he shall not discriminate against an individual
because of his race, color, religion, national origin, sex,
disability or age (between forty and seventy), in admission to,
or employment in any program established to provide
apprenticeship or other training.
4. The contractor will send to each labor union or
representative of workers with which he has a collective
bargaining agreement or other contract or understanding, a
notice to be provided advising the said labor union or workers'
representative of the contractor's commitments under this
section, and shall post copies of the notice in conspicuous
places available to employees and applicants for employment.
The contractor will take such action with respect to any
subcontract or purchase order as the administrating agency
may direct as a means of enforcing such provisions, including
sanctions for non-compliance.
III. PAYMENT OF PREDETERMINED MINIMUM
WAGES
1. These special provisions are supplemented
elsewhere in the contract by special provisions which set forth
certain predetermined minimum wage rates. The contractor
shall pay not less than those rates.
2. The minimum wage determination schedule shall
be posted by the contractor, in a manner prescribed by the
Department of Highways, at the site of the work in prominent
places where it can be easily seen by the workers.
IV. STATEMENTS AND PAYROLLS
1. All contractors and subcontractors affected by the
terms of KRS 337.505 to 337.550 shall keep full and accurate
payroll records covering all disbursements of wages to their
employees to whom they are required to pay not less than the
prevailing rate of wages. Payrolls and basic records relating
thereto will be maintained during the course of the work and
preserved for a period of one (1) year from the date of
completion of this contract.
2. The payroll records shall contain the name,
address and social security number of each employee, his
correct classification, rate of pay, daily and weekly number of
hours worked, itemized deductions made and actual wages
paid. 3. The contractor shall make his daily records
available at the project site for inspection by the State
Department of Highways contracting office or his authorized
representative.
Periodic investigations shall be conducted as required
to assure compliance with the labor provisions of the contract.
Interrogation of employees and officials of the contractor shall
be permitted during working hours.
Aggrieved workers, Highway Managers, Assistant
District Engineers, Resident Engineers and Project Engineers
shall report all complaints and violations to the Division of
Contract Procurement.
The contractor shall be notified in writing of apparent
violations. The contractor may correct the reported violations
and notify the Department of Highways of the action taken or
may request an informal hearing. The request for hearing
shall be in writing within ten (10) days after receipt of the
notice of the reported violation. The contractor may submit
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 64 of 74
records and information which will aid in determining the true
facts relating to the reported violations.
Any person or organization aggrieved by the action
taken or the findings established as a result of an informal
hearing by the Division of Contract Procurement may request
a formal hearing.
4. The wages of labor shall be paid in legal tender of
the United States, except that this condition will be considered
satisfied if payment is made by a negotiable check, on a
solvent bank, which may be cashed readily by the employee in
the local community for the full amount, without discount or
collection charges of any kind. Where checks are used for
payments, the contractor shall make all necessary
arrangements for them to be cashed and shall give information
regarding such arrangements.
5. No fee of any kind shall be asked or accepted by
the contractor or any of his agents from any person as a
condition of employment on the project.
6. No laborers shall be charged for any tools used in
performing their respective duties except for reasonably
avoidable loss or damage thereto.
7. Every employee on the work covered by this
contract shall be permitted to lodge, board, and trade where
and with whom he elects and neither the contractor nor his
agents, nor his employees shall directly or indirectly require as
a condition of employment that an employee shall lodge,
board or trade at a particular place or with a particular person.
8. Every employee on the project covered by this
contract shall be an employee of either the prime contractor or
an approved subcontractor.
9. No charge shall be made for any transportation
furnished by the contractor or his agents to any person
employed on the work.
10. No individual shall be employed as a laborer or
mechanic on this contract except on a wage basis, but this
shall not be construed to prohibit the rental of teams, trucks or
other equipment from individuals.
No Covered employee may be employed on the work
except in accordance with the classification set forth in the
schedule mentioned above; provided, however, that in the
event additional classifications are required, application shall
be made by the contractor to the Department of Highways and
(1) the Department shall request appropriate classifications
and rates from the proper agency, or (2) if there is urgent need
for additional classification to avoid undue delay in the work,
the contractor may employ such workmen at rates deemed
comparable to rates established for similar classifications
provided he has made written application through the
Department of Highways, addressed to the proper agency, for
the supplemental rates. The contractor shall retroactively
adjust, upon receipt of the supplemental rates schedule, the
wages of any employee paid less than the established rate and
may adjust the wages of any employee overpaid.
11. No contractor or subcontractor contracting for any
part of the contract work which may require or involve the
employment of laborers or mechanics shall require or permit
any laborer or mechanic in any work-week in which he is
employed on such work, to work in excess of eight hours in
any calendar day or in excess of forty hours in such work-
week unless such laborer or mechanic receives compensation
at a rate not less than one and one half times his basic rate of
pay for all hours worked in excess of eight hours in any
calendar day or in excess of forty hours in such work-week. A
laborer, workman or mechanic and an employer may enter
into a written agreement or a collective bargaining agreement
to work more than eight (8) hours a calendar day but not more
than ten (10) hours a calendar day for the straight time hourly
rate. This agreement shall be in writing and shall be executed
prior to the employee working in excess of eight (8) hours, but
not more than ten (10) hours, in any one (1) calendar day.
12. Payments to the contractor may be suspended or
withheld due to failure of the contractor to pay any laborer or
mechanic employed or working on the site of the work, all or
part of the wages required under the terms of the contract.
The Department may suspend or withhold payments only after
the contractor has been given written notice of the alleged
violation and the contractor has failed to comply with the
wage determination of the Department of Highways.
13. Contractors and subcontractors shall comply
with the sections of Kentucky Revised Statutes, Chapter 337
relating to contracts for Public Works.
Revised 2-16-95
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 65 of 74
EXECUTIVE BRANCH CODE OF ETHICS
In the 1992 regular legislative session, the General Assembly passed and Governor Brereton Jones signed
Senate Bill 63 (codified as KRS 11A), the Executive Branch Code of Ethics, which states, in part:
KRS 11A.040 (6) provides:
No present or former public servant shall, within six (6) months of following termination of his office or
employment, accept employment, compensation or other economic benefit from any person or business
that contracts or does business with the state in matters in which he was directly involved during his
tenure. This provision shall not prohibit an individual from returning to the same business, firm,
occupation, or profession in which he was involved prior to taking office or beginning his term of
employment, provided that, for a period of six (6) months, he personally refrains from working on any
matter in which he was directly involved in state government. This subsection shall not prohibit the
performance of ministerial functions, including, but not limited to, filing tax returns, filing applications
for permits or licenses, or filing incorporation papers.
KRS 11A.040 (8) states:
A former public servant shall not represent a person in a matter before a state agency in which the
former public servant was directly involved, for a period of one (1) year after the latter of:
a) The date of leaving office or termination of employment; or
b) The date the term of office expires to which the public servant was elected.
This law is intended to promote public confidence in the integrity of state government and to declare as public
policy the idea that state employees should view their work as a public trust and not as a way to obtain private
benefits.
If you have worked for the executive branch of state government within the past six months, you may be subject
to the law's prohibitions. The law's applicability may be different if you hold elected office or are
contemplating representation of another before a state agency.
Also, if you are affiliated with a firm which does business with the state and which employs former state
executive-branch employees, you should be aware that the law may apply to them.
In case of doubt, the law permits you to request an advisory opinion from the Executive Branch Ethics
Commission, Room 136, Capitol Building, 700 Capitol Avenue, Frankfort, Kentucky 40601; telephone (502)
564-7954.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 66 of 74
Kentucky Equal Employment Opportunity Act of 1978
The requirements of the Kentucky Equal Employment Opportunity Act of 1978 (KRS 45.560-
45.640) shall not apply to this Contract.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 67 of 74
TRANSPORTATION CABINET
DIVISION OF CONSTRUCTION PROCUREMENT
COMPLIANCE SECTION
PROJECT WAGE RATES
Federal-State Sheet 1of 1
WORKERS……………………………………………………..MINIMUM HOURLY
RATE…..$7.25
Note: Parts III and IV of “Labor and Wage Requirements Applicable to Other Than Federal-
Aid System Projects” do not apply to this project.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 68 of 74
EMPLOYEE RIGHTS
UNDER THE FAIR LABOR STANDARDS ACT
THE UNITED STATES DEPARTMENT OF LABOR WAGE AND HOUR DIVISION
FEDERAL MINIMUM WAGE
At least 1 times your regular rate of pay for all hours worked over 40 in a workweek.
An employee must be at least 16 years old to work in most non-farm jobs and at least
18 to work in non-farm jobs declared hazardous by the Secretary of Labor.
Youths 14 and 15 years old may work outside school hours in various non-manufactur-
ing, non-mining, non-hazardous jobs under the following conditions:
No more than
3hours on a school day or 18 hours in a school week;
8hours on a non-school day or 40 hours in a non-school week.
Also, work may not begin before 7 a.m. or end after 7 p.m., except from June 1
through Labor Day, when evening hours are extended to 9 p.m. Different rules
apply in agricultural employment.
Employers of “tipped employees” must pay a cash wage of at least $2.13 per hour if
they claim a tip credit against their minimum wage obligation. If an employee's tips
combined with the employer's cash wage of at least $2.13 per hour do not equal the
minimum hourly wage, the employer must make up the difference. Certain other
conditions must also be met.
The Department of Labor may recover back wages either administratively or through
court action, for the employees that have been underpaid in violation of the law.
Violations may result in civil or criminal action.
Employers may be assessed civil money penalties of up to $1,100 for each willful or
repeated violation of the minimum wage or overtime pay provisions of the law and up
to $11,000 for each employee who is the subject of a violation of the Act’s child labor
provisions. In addition, a civil money penalty of up to $50,000 may be assessed for each
child labor violation that causes the death or serious injury of any minor employee, and
such assessments may be doubled, up to $100,000, when the violations are determined
to be willful or repeated. The law also prohibits discriminating against or discharging
workers who file a complaint or participate in any proceeding under the Act.
• Certain occupations and establishments are exempt from the minimum wage and/or
overtime pay provisions.
• Special provisions apply to workers in American Samoa and the Commonwealth of the
Northern Mariana Islands.
Some state laws provide greater employee protections; employers must comply with both.
• The law requires employers to display this poster where employees can readily see it.
Employees under 20 years of age may be paid $4.25 per hour during their first 90
consecutive calendar days of employment with an employer.
• Certain full-time students, student learners, apprentices, and workers with disabilities
may be paid less than the minimum wage under special certificates issued by the
Department of Labor.
For additional information:
1-866-4-USWAGE
(1-866-487-9243) TTY: 1-877-889-5627
WWW.WAGEHOUR.DOL.GOV
U.S. Department of Labor Wage and Hour Division
OVERTIME PAY
CHILD LABOR
TIP CREDIT
ENFORCEMENT
ADDITIONAL
INFORMATION
WHD Publication 1088 (Revised July 2009)
12
/
$7.25 PER HOUR
BEGINNING JULY 24, 2009
ELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 69 of 74
BELL COUNTY
FE02 007 2133 B00016N Contract ID: 122908
Page 69 of 74
PART IV
INSURANCE
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 70 of 74
INSURANCE
The Contractor shall procure and maintain the following insurance in addition to the insurance required by law:
1) Commercial General Liability-Occurrence form – not less than $2,000,000 General aggregate,
$2,000,000 Products & Completed Aggregate, $1,000,000 Personal & Advertising, $1,000,000 each
occurrence.
2) Automobile Liability- $1,000,000 per accident
3) Employers Liability:
a) $100,000 Each Accident Bodily Injury
b) $500,000 Policy limit Bodily Injury by Disease
c) $100,000 Each Employee Bodily Injury by Disease
4) The insurance required above must be evidenced by a Certificate of Insurance and this Certificate of
Insurance must contain one of the following statements:
a) "policy contains no deductible clauses."
b) "policy contains _________________ (amount) deductible property damage clause but company
will pay claim and collect the deductible from the insured."
5) KENTUCKY WORKMEN'S COMPENSATION INSURANCE. The contractor shall furnish evidence
of coverage of all his employees or give evidence of self-insurance by submitting a copy of a certificate
issued by the Workmen's Compensation Board.
The cost of insurance is incidental to all contract items. All subcontractors must meet the same minimum
insurance requirements.
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 71 of 74
PART V
BID ITEMS
BELL COUNTY
FE02 007 2133 B00016N
Contract ID: 122908
Page 72 of 74
KENTUCKY TRANSPORTATION CABINET
DEPARTMENT OF HIGHWAYS
FRANKFORT, KY 40622
CONTRACT ID: 122908 PAGE: 1
COUNTY: BELL LETTING: 01/27/12
PROPOSAL: FE02 007 2133 B00016N CALL NO: 311
----------------------------------------------------------------------------------------------------------
LINE |ITEM DESCRIPTION | APPROXIMATE UNIT | UNIT | AMOUNT
NO | | QUANTITY | PRICE |
----------------------------------------------------------------------------------------------------------
SECTION 0001 BRIDGE
----------------------------------------------------------------------------------------------------------
0010 |02562 SIGNS | 149.000 SQFT| |
| | | |
----------------------------------------------------------------------------------------------------------
0020 |02650 MAINTAIN & CONTROL TRAFFIC | ( 1.00) LS | |
| APPLIES TO 007B00016N | | |
----------------------------------------------------------------------------------------------------------
0030 |02653 LANE CLOSURE | 2.000 EACH| |
| | | |
----------------------------------------------------------------------------------------------------------
0040 |03299 ARMORED EDGE FOR CONCRETE | 44.000 LF | |
| | | |
----------------------------------------------------------------------------------------------------------
0050 |03300 ELIMINATE TRANSVERSE JOINT | 52.000 LF | |
| | | |
----------------------------------------------------------------------------------------------------------
0060 |03301 REPAIR CONCRETE HANDRAIL | 12.000 LF | |
| | | |
----------------------------------------------------------------------------------------------------------
0070 |03304 BRIDGE OVERLAY APPROACH PAVEMENT | 489.000 SQYD| |
| | | |
----------------------------------------------------------------------------------------------------------
0080 |04934 TEMP SIGNAL MULTI PHASE | 1.000 EACH| |
| | | |
----------------------------------------------------------------------------------------------------------
0090 |06549 PAVE STRIPING-TEMP REM TAPE-B | 500.000 LF | |
| | | |
----------------------------------------------------------------------------------------------------------
0100 |06550 PAVE STRIPING-TEMP REM TAPE-W | 1,000.000 LF | |
| | | |
----------------------------------------------------------------------------------------------------------
0110 |06551 PAVE STRIPING-TEMP REM TAPE-Y | 2,000.000 LF | |
| | | |
----------------------------------------------------------------------------------------------------------
0120 |06557 PAVE STRIPING-DUR TY 1-6 IN Y | 598.000 LF | |
| | | |
----------------------------------------------------------------------------------------------------------
0130 |08150 STEEL REINFORCEMENT | 868.000 LB | |
| | | |
----------------------------------------------------------------------------------------------------------
0140 |08504 EPOXY SAND SLURRY | 84.300 SQYD| |
| | | |
----------------------------------------------------------------------------------------------------------
0150 |08534 CONCRETE OVERLAY-LATEX | 10.700 CUYD| |
| | | |
----------------------------------------------------------------------------------------------------------
0160 |08549 BLAST CLEANING | 326.000 SQYD| |
| | | |
----------------------------------------------------------------------------------------------------------
0170 |08551 MACHINE PREP OF SLAB | 242.000 SQYD| |
| | | |
----------------------------------------------------------------------------------------------------------
0180 |23879EC ACRYLIC GLASS | 37.500 SQFT| |
| | | |
----------------------------------------------------------------------------------------------------------
0190 |24094EC PARTIAL DEPTH PATCHING | 6.700 CUYD| |
| | | |
----------------------------------------------------------------------------------------------------------
SECTION 0002 DEMOBILIZATION
----------------------------------------------------------------------------------------------------------
BELL COUNTY
FE02 007 2133 B00016N Contract ID: 122908
Page 73 of 74
KENTUCKY TRANSPORTATION CABINET
DEPARTMENT OF HIGHWAYS
FRANKFORT, KY 40622
CONTRACT ID: 122908 PAGE: 2
COUNTY: BELL LETTING: 01/27/12
PROPOSAL: FE02 007 2133 B00016N CALL NO: 311
----------------------------------------------------------------------------------------------------------
LINE |ITEM DESCRIPTION | APPROXIMATE UNIT | UNIT | AMOUNT
NO | | QUANTITY | PRICE |
----------------------------------------------------------------------------------------------------------
0200 |02569 DEMOBILIZATION (AT LEAST 1.5%) | LUMP | |
| | | |
----------------------------------------------------------------------------------------------------------
| |
| TOTAL BID |
----------------------------------------------------------------------------------------------------------
BELL COUNTY
FE02 007 2133 B00016N Contract ID: 122908
Page 74 of 74

Navigation menu