FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call...

40
eProposal Jan-2009 CALL NO. 351 CONTRACT ID. 184004 FAYETTE COUNTY FED/STATE PROJECT NUMBER FE01 034 8213 000-001 DESCRIPTION BG COMMUNITY &TECHNICAL COLLEGE PARKING LOT (LT 8213) WORK TYPE GRADE & DRAIN WITH ASPHALT SURFACE PRIMARY COMPLETION DATE 8/1/2018 LETTING DATE: May 25,2018 Sealed Bids will be received electronically through the Bid Express bidding service until 10:00 AM EASTERN DAYLIGHT TIME May 25,2018. Bids will be publicly announced at 10:00 AM EASTERN DAYLIGHT TIME. NO PLANS ASSOCIATED WITH THIS PROJECT. REQUIRED BID PROPOSAL GUARANTY: Not less than 5% of the total bid.

Transcript of FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call...

Page 1: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

eProposal Jan-2009

CALL NO. 351

CONTRACT ID. 184004

FAYETTE COUNTY

FED/STATE PROJECT NUMBER FE01 034 8213 000-001

DESCRIPTION BG COMMUNITY &TECHNICAL COLLEGE PARKING LOT (LT 8213)

WORK TYPE GRADE & DRAIN WITH ASPHALT SURFACE

PRIMARY COMPLETION DATE 8/1/2018

LETTING DATE: May 25,2018Sealed Bids will be received electronically through the Bid Express bidding service until 10:00 AM EASTERN DAYLIGHT TIME May 25,2018. Bids will be publicly announced at 10:00 AM EASTERN DAYLIGHT TIME.

NO PLANS ASSOCIATED WITH THIS PROJECT.

REQUIRED BID PROPOSAL GUARANTY: Not less than 5% of the total bid.

Page 2: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

TABLE OF CONTENTS

PART I SCOPE OF WORK• PROJECT(S), COMPLETION DATE(S), & LIQUIDATED DAMAGES• CONTRACT NOTES• STATE CONTRACT NOTES• EXPEDITE WORK ORDER• SURFACING AREAS• ASPHALT MIXTURE• DGA BASE• COMPACTION OPTION B• WASTE AND BORROW SITES• SIDEWALK RAMPS & DETECTABLE WARNINGS• TRAFFIC CONTROL PLAN PARKING LOT• PARKING LOT STRIPING• UTILITY IMPACT & RAIL CERTIFICATION NOTES• DETAIL SHEET(S)

PART II SPECIFICATIONS AND STANDARD DRAWINGS• SPECIFICATIONS REFERENCE• SUPPLEMENTAL SPECIFICATION• 2016 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

LOCALITY / STATE• PROJECT WAGE RATES / STATE

PART IV INSURANCE

PART V BID ITEMS

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 2 of 40

Page 3: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

PART I

SCOPE OF WORK

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 3 of 40

Page 4: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

ADMINISTRATIVE DISTRICT - 07CONTRACT ID - 184004

COUNTY - FAYETTE

PCN - 0703482131801FE01 034 8213 000-001

BLUEGRASS COMMUNITY AND TECHNICAL COLLEGE PARKING LOT (LT 8213) (MP 0.000) CONSTRUCTION OFPARKING LOT ON BCTC NEWTOWN PIKE CAMPUS (MP 0.100), A DISTANCE OF 0.10 MILES.GRADE & DRAINWITH ASPHALT SURFACEGEOGRAPHIC COORDINATES LATITUDE 38:34:01.00 LONGITUDE 84:29:51.00

FE01 034 8213 000-001

COMPLETION DATE(S):COMPLETED BY 08/01/2018 APPLIES TO ENTIRE CONTRACT

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 4 of 40

Page 5: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

CONTRACT NOTES

PROPOSAL ADDENDAAll 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 SUBMITTALBidder must use the Department’s electronic bidding software. 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 BIDDINGJoint 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 PROTECTIONThe contractor shall make every effort to protect underground facilities from damage as prescribed in the Underground Facility Damage Protection Act of 1994, Kentucky Revised Statute KRS 367.4901 to 367.4917. It is the contractor’s responsibility to determine and take steps necessary to be in compliance with federal and state damage prevention directives. When prescribed in said directives, the contractor shall submit Excavation Locate Requests to the Kentucky Contact Center (KY811) via web ticket entry. The submission of this request does not relieve the contractor from the responsibility of contacting non-member facility owners, whom shall be contacted through their individual Protection Notification Center. Non-compliance with these directives can result in the enforcement of penalties.

REGISTRATION WITH THE SECRETARY OF STATE BY A FOREIGN ENTITYPursuant 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.

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 5 of 40

Page 6: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

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 [email protected]. 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.

HARDWOOD REMOVAL RESTRICTIONSThe US Department of Agriculture has imposed a quarantine in Kentucky and several surrounding states, to prevent the spread of an invasive insect, the emerald ash borer. Hardwood cut in conjunction with the project may not be removed from the state. Chipping or burning on site is the preferred method of disposal.

INSTRUCTIONS FOR EXCESS MATERIAL SITES AND BORROW SITESIdentification of excess material sites and borrow sites shall be the responsibility of the Contractor. The Contractor shall be responsible for compliance with all applicable state and federal laws and may wish to consult with the US Fish and Wildlife Service to seek protection under Section 10 of the Endangered Species Act for these activities.

ACCESS TO RECORDSThe 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

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 6 of 40

Page 7: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

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 production and review, the Finance and Administration Cabinet shall review the dispute and issue a determination, in accordance with Secretary's Order 11-004.

April 30, 2018

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 7 of 40

Page 8: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

SPECIAL NOTE FOR RECIPROCAL PREFERENCE

RECIPROCAL PREFERENCE TO BE GIVEN BY PUBLIC AGENCIES TO RESIDENT BIDDERSBy 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 electronic bidding software. Submittal of the Affidavit should be done along the bid in Bid Express.

April 30, 2018

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 8 of 40

Page 9: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

EXPEDITE PROJECT WORK ORDER

The Contractor may request that the Department expedite the work order for this project to allow for maximization of time to

complete the work. In order for the Department to accomplish this task, the Contractor may be required to “hand carry” all required

project documentation to facilitate the process. Immediately UPON NOTIFICATION OF AWARD OF THE CONTRACT, deliver

required project documentation to:

Division of Construction Procurement

200 Mero St.

Frankfort, KY 40602

SURFACING AREAS

The Department estimates the paving area to be 3600 square yards.

ASPHALT MIXTURE

Unless otherwise noted, the Department estimates the rate of application for all asphalt mixtures to be 110 lbs/sy per inch of depth.

DGA BASE

Unless otherwise noted, the Department estimates the rate of application for DGA Base to be 115 lbs/sy per inch of depth.

OPTION B

Be advised that the Department will control and accept compaction of asphalt mixtures furnished on this project under OPTION B in

accordance with Sections 402 and 403.

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 9 of 40

Page 10: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

SPECIAL PROVISION FOR WASTE AND BORROW SITES

Obtain U.S. Army Corps of Engineer’s approval before utilizing a waste or borrow site that involves “Waters of the United States”. The Corps of Engineers defines “Waters of the United States” as perennial or intermittent streams, ponds or wetlands. The Corps of Engineers also considers ephemeral streams, typically dry except during rainfall but having a defined drainage channel, to be jurisdictional waters. Direct questions concerning any potential impacts to “Waters of the United States” to the attention of the appropriate District Office for the Corps of Engineers for a determination prior to disturbance. Be responsible for any fees associated with obtaining approval for waste and borrow sites from the U.S. Army Corps of Engineer or other appropriate regulatory agencies.

1-296 Waste & Borrow Sites01/02/2012

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 10 of 40

Page 11: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

SPECIAL NOTE FOR SIDEWALK RAMPS & DETECTABLE WARNINGS

GENERAL

Unless otherwise stated in the contract, or as directed by or with prior approval from the Engineer, construct Sidewalk Ramps and Detectable Warnings in accordance with Sections 505 and 720;Supplemental Specifications; Standard Drawings RGX-040-03, RPM-150-08, RPM-152-08, RPM-170-09, and RPM-172-07; current editions, as applicable. In lieu of the Detectable Warnings shown on Standard Drawing RGX-040-03, the Department will also allow the use of any Detectable Warnings listed as Phase XI on the Kentucky Product Evaluation List(http://www.ktc.uky.edu/kytc/kypel/allevaluations.php). For Detectable Warnings as shown on Standard Drawing RGX-040-03, saw cut existing sidewalks, curb and gutter, and pavement, if present, as shown on the detail and reconstruct sidewalk ramps with detectable warnings as directed or approved by the Engineer. For Detectable Warnings from the Kentucky Product Evaluation List, install according to the manufacturer’s recommendations. Unless specified otherwise in the Contract, construct sidewalk with 4” nominal minimum required thickness; however, if the existing sidewalk thickness is found to be greater or less than the thickness specified, transition the thickness as directed by the Engineer.

Except as required by the work, do not disturb drainage pipe, catch basins, and other roadway features, appurtenances and installations. Restore any roadway features, appurtenances, and installations damaged by the work in like kind materials and design at no additional cost to the Department. Dispose of all waste off the right of way at sites obtained by the Contractor at no additional cost to the Department (see Special Note for Waste and Borrow).

MEASUREMENT & PAYMENT

SIDEWALK RAMPS – The Department will measure Sidewalk Ramps in accordance with Section 505.04.01 and Standard Drawing RPM-170-09, current editions; however, contrary to Sections 505.04.05 and 505.04.06, the Department will not measure Roadway Excavation or Embankment in Place, but shall be incidental to the Sidewalk. Accept payment at the Contract unit price per square yard as full compensation for all labor, materials, equipment, and incidentals required for removal and disposal of existing sidewalk and curb and gutter, excavation and embankment, construction of the sidewalk ramps, reconstruction of the adjacent curb and/or sidewalk as necessary to install the sidewalk ramps, and restoration of disturbed features in accordance with these notes or as directed by the Engineer.

DETECTABLE WARNINGS – The Department will measure Detectable Warnings in accordance with Section 505.04.04 and Standard Drawings RGX-040-03 and RPM-170-09, current editions. The Department will make payment according to Section 505.05.

HANDRAIL – The Department will measure and make payment for Handrail in accordance with Section 720.05 and Standard Drawing RPM-172-07, current editions.

1-3791 Sidewalk Ramps Pay SY06/10/2016

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 11 of 40

Page 12: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

TRAFFIC CONTROL PLAN FOR PARKING LOT TRAFFIC CONTROL GENERAL Except as specified herein, maintain and control traffic in accordance with the Standard and Supplemental Specifications and the Standard and Sepia Drawings, current editions. Except for the roadway and traffic control bid items listed, furnish all other items necessary to maintain and control traffic incidental to the Contract lump sum price Maintain and Control Traffic. Contrary to Section 106.01, furnish new, or used in like new condition, traffic control devices, at the beginning of the work and maintain the devices in like new condition until completion of the work. PROJECT PHASING & CONSTRUCTION PROCEDURES The Engineer may specify days and hours when lane or lot closures will not be allowed. Prior to beginning work, provide a proposed closure and work schedule for the approval of the Engineer and the BCTC Facilities Management. The Department will provide public notification. Notify the Engineer immediately and obtain prior approval of any proposed deviations from the approved schedule. Maintain one way, two way, or alternating one way traffic during construction as directed or approved by the Engineer. Unless directed otherwise by the Engineer, provide a minimum clear lane width of 9 feet. If traffic should be stopped due to construction operations, and a school bus on an official run arrives on the scene, immediately make provisions for the passage of the bus. LANE & LOT CLOSURES Except as approved by the Engineer, do not leave lane and lot closures in place during non-working hours. CHANGEABLE MESSAGE SIGNS If deemed necessary by the Engineer, the Department will furnish, operate, and maintain Changeable Message Signs.

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 12 of 40

Page 13: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

Traffic Control Plan for Parking Lot Page 2 of 2 SIGNS Contrary to section 112.04.02, the Department will measure only long term signs (signs intended to be continuously in place for more than 3 days) for payment. The Department will not measure; short term signs (signs intended to be left in place for 3 days or less) for payment, but shall be incidental to Maintain and Control Traffic. Contrary to Section 112.04.02, the Department will measure individual signs only once for payment, regardless of how many times they are erected or relocated. BARRICADES The Department will not measure Barricades used in lieu of barrels and cones for channelization or delineation, but shall be incidental to Maintain and Control Traffic according to Section 112.04.01. The Department will measure Barricades used for road or lot closures and protection of pavement removal areas according to Section 112.04.04. Retain possession of the barricades upon completion of the work. PAVEMENT MARKINGS See Special Note for Parking Lot Striping. PAVEMENT EDGE DROP-OFFS Do not allow a difference in elevation of a pavement edge between opposing directions of traffic or lanes that traffic is expected to cross in a lane change situation greater than 1½”. Place warning signs ((MUTCD W8-9, W8-9A, or W8-11) in advance of and at 1500 feet intervals throughout the drop-off area. Dual post the signs on both sides of the traveled way. Wedge transverse transitions between newly surfaced pavement and the existing pavement areas that traffic may cross with asphalt mixture for leveling and wedging. Remove wedges prior to placement of the final surface course. Treat pavement edges that traffic is not expected to cross, except accidentally, as follows:

Less than 2” - No protection required.

2” to 4” - Place plastic drums, vertical panels, or barricades every 50 feet. The Engineer will allow cones to be used in lieu of plastic drums, panels, and barricades during daylight working hours only. Wedge drop-offs within 8 feet of traffic with DGA or asphalt mixture for leveling and wedging as directed or approved by the Engineer with a 1:1 or flatter slope in daylight working hours, or 3:1 or flatter slope during nighttime hours or when work is not active in the drop-off area.

1-3801 Traffic Control Plan Parking Lot. 01/02/2012

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 13 of 40

Page 14: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

SPECIAL NOTE FOR PARKING LOT STRIPING

I. DESCRIPTION

Except as specified herein, perform all work in accordance with the Department's Standard and Supplemental Specifications and Standard and Sepia Drawings, current editions. Article references are to the Standard Specifications. This work shall consist of the following:

(1) Placing of parking lot striping; (2) Placing of parking lot symbols; (3) Placing of parking lot words; and (4) all other work specified as part of this contract.

II. MATERIALS

Allow for materials to be sampled and tested in accordance with the Department's Sampling Manual and make the materials available for sampling a sufficient time in advance of the use of the materials to allow for the necessary time for testing.

A. Maintain and Control Traffic. See Traffic Control Plan.

B. Parking Lot Striping, Symbols, and Words. Furnish paint for Parking Lot Striping conforming to Section 842. Furnish white, yellow, and blue paint as applicable.

III. CONSTRUCTION METHODS

A. Maintain and Control Traffic. See Traffic Control Plan.

B. Parking Lot Striping, Symbols, and Words. Install Parking lot Striping in accordance with Section 713 requirements for 4 inch waterborne paint or as directed by the Engineer; however, the Department will not require binder surface preparation on concrete pavements. The Engineer will furnish a detailed striping plan to the Contractor prior to beginning work. If there is any discrepancy between the existing striping pattern and the plan furnished by the Engineer, immediately notify the Engineer. Obtain resolution of the conflict from the Engineer before placing the striping in such areas.

IV. METHOD OF MEASUREMENT

A. Maintain and Control Traffic. See Traffic Control Plan.

B. Parking Lot Striping. The Department will measure Parking Lot Striping in linear feet.

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 14 of 40

Page 15: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

Parking Lot StripingPage 2 of 2

C. Parking Lot Symbols. The Department will measure Parking Lot Symbols in individual units, Each.

D. Parking Lot Words. The Department will measure Parking Lot Words Symbols in individual units, Each.

V. BASIS OF PAYMENT

A. Maintain and Control Traffic. See Traffic Control Plan.

B. Parking Lot Striping. Accept payment at the contract unit price per linear as full compensation for all materials, equipment, labor and incidentals necessary to complete the work.

C. Parking Lot Symbols. Accept payment at the contract unit price each as full compensation for all materials, equipment, labor and incidentals necessary to complete the work.

D. Parking Lot Words. Accept payment at the contract unit price each as full compensation for all materials, equipment, labor and incidentals necessary to complete the work.

1-3852 ParkingLotStriping01/02/2012

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 15 of 40

Page 16: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

  UTILITIES AND RAIL CERTIFICATION NOTE  

    

Fayette County  FE01 034 8213 000‐001 

BCTC Parking Lot 

THE FOLLOWING RAIL COMPANIES HAVE FACILITIES IN CONJUNCTION WITH THIS PROJECT AS NOTED 

☒ No Rail Involved            ☐ Minimal Rail Involved (See Below)            ☐ Rail Involved (See Below)  

UNDERGROUND FACILITY DAMAGE PROTECTION – BEFORE YOU DIG

The contractor shall make every effort to protect underground facilities from damage as prescribed in the Underground Facility Damage Protection Act of 1994, Kentucky Revised Statute KRS 367.4901 to 367.4917. It is the contractor’s responsibility to determine and take steps necessary to be in compliance with federal and state damage prevention directives. The contractor is instructed to contact KY 811 for the location of existing underground utilities. Contact shall be made a minimum of two (2) and no more than ten (10) business days prior to excavation.

The contractor shall submit Excavation Locate Requests to the Kentucky Contact Center (KY 811) via web ticket entry. The submission of this request does not relieve the contractor from the responsibility of contacting non-member facility owners, whom are to be contacted through their individual Protection Notification Center. It may be necessary for the contractor to contact the County Court Clerk to determine what utility companies have facilities in the area. Non-compliance with these directives can result in the enforcement of penalties.

SPECIAL CAUTION NOTE – PROTECTION OF UTILITIES

Underground utilities do exist within the limits of this project. Coordination with the utility, BCTC, and/or their representative(s) may be required. Modifications may be required in order to complete the work, including but not limited to changes in the drainage structures and/or grade. The contractor will be responsible for any coordination or adjustments that are identified. The contractor will be responsible for contacting all utility facility owners on the subject project to coordinate his activities. The contractor will coordinate his activities to minimize and, where possible, avoid conflicts with utility facilities. Due to the nature of the work proposed, it is unlikely to conflict with the existing utilities beyond minor facility adjustments. Where conflicts with utility facilities are unavoidable, the contractor will coordinate any necessary relocation work with the facility owner and the Engineer. The Kentucky Transportation Cabinet maintains the right to remove or alter portions of this contract if a utility conflict occurs.

The utility facilities as noted in the previous section(s) have been determined using data garnered by varied means and with varying degrees of accuracy: from the facility owners, a result of S.U.E., field inspections, and/or reviews of record drawings. The facilities defined may not be inclusive of all utilities in the project scope and are not Level A quality, unless specified as such. It is the contractor’s responsibility to verify all utilities and their respective locations before excavating. Please Note: The  information presented  in this Utility Note  is  informational  in nature and the  information contained herein is not guaranteed.  

 

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 16 of 40

Page 17: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 17 of 40

Page 18: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 18 of 40

Page 19: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 19 of 40

Page 20: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

AS

BU

ILT

DA

TE

DR

AW

ING

NO

BC

TC

- U

PG

RA

DE

NE

WT

OW

N C

AM

PU

S B

LDG

S &

IN

FRA

ST

RU

CT

UR

EP

hase

1 -

SIT

E W

OR

K /

IMP

RO

VE

ME

NT

S -

LEX

ING

TO

N, K

Y

DA

TE

DE

CA

LO

G #

DE

SC

RIP

TIO

N O

F R

EV

ISIO

NS

CO

MM

ON

WE

ALT

H O

F K

EN

TUC

KY

FIN

AN

CE

AN

D A

DM

INIS

TRA

TIO

N C

AB

INE

TD

EP

AR

TME

NT

FOR

FA

CIL

ITIE

S A

ND

SU

PP

OR

T S

ER

VIC

ES

DIV

ISIO

N O

F E

NG

INE

ER

ING

& C

ON

TRA

CT

AD

MIN

ISTR

ATI

ON

FRA

NK

FOR

T, K

EN

TUC

KY

AC

CO

UN

T N

O.

DE

SC

RIP

TIO

N O

F R

EV

ISIO

NS

DA

TE

5 6 7 8

DR

AW

N B

Y

CH

EC

KE

D B

Y

A &

E F

ILE

NO

10/1

5/17

1738

EP

MB

JM/D

LWP

HA

SE

RT

A

DR

AW

ING

DA

TE

1 2 3 4

DR

AW

ING

INFO

RM

ATI

ON

RTA

DA

TE

##/#

#/##

11/0

2/17

land

scap

e ar

chite

ctur

e+ci

vil

engi

neer

ing+

plan

ning

366

S Br

oad

way

lexin

gton

, ky

405

08p.

859

.389

.653

3

f.

859

.389

.653

4w

ww

.ele

men

t-site

.com

L 5.

1

+

ACCESSIB

LE W

AR

NIN

G T

ILES S

ET

IN C

ONCR

ETE (

USE R

AD

IUS

SYSTEM

ON C

URV

ES); R

EFER

TO

MANUF

ACTUR

ER

SPECIF

ICATIO

NS

AND

INSTALLATIO

NIN

STR

UCTIO

NS.

AC

CES

SIBL

E RA

MP

- TYP

E 1

N.T

.S.

A

N.T

.S.

B

N.T

.S.

C

CO

NC

RETE

SPE

ED H

UMP

N.T

.S.

E

N.T

.S.

D

THER

MO

PLA

STIC

STR

IPIN

G, S

TOP

BAR,

AN

D C

HEV

RON

CRO

SSW

ALK

STR

IPIN

GST

OP

BAR

SIG

N &

PO

ST S

HALL C

OM

PLY W

ITH R

ULES G

OV

ER

NED

BY T

HE A

ASHTO

AND

THE (

M.U

.T.C

.D.) W

HIC

HEV

ER

IS

MO

ST A

PPLIC

AB

LE.

2" X 2

" G

ALV

. STEEL T

UBE W

/ B

LACK P

OW

DER

CO

AT

FIN

ISH

.063 A

LUM

INUM

PLATE S

IGN P

ER

M

UTCD

STAND

AR

DS

SECUR

E P

LATE T

O S

TEEL P

OST W

/ G

ALV

. STEEL

RO

UND

HEAD

BO

LTS O

F P

RO

PER

SIZ

E A

SR

ECO

MM

END

ED

BY S

IGN M

ANUF

ACTUR

ER

& T

HE

M.U

.T.C

.D.

NO

TES:

INSTALL S

TO

P S

IGN W

ITH E

ACH S

TO

P B

AR

, W

HER

E IND

ICATED

ON P

LANS. S

TO

PSIG

N T

O B

E 3

6" FR

OM

ED

GE O

F R

OAD

WAY, CENTER

ED

ON S

TO

P B

AR

.SEE S

PECS. FO

R A

DD

ITIO

NAL R

EQ

UIR

EM

ENTS.

EM

BED

PO

ST IN 1

2" X 3

0" CO

NCR

ETE F

OO

TIN

G.

SLO

PE T

OP O

F F

OO

TIN

G

1 8"/

FO

OT T

O D

RAIN

AW

AY

FR

OM

PO

ST

STO

P SI

GN

ALL

SIG

NS

TO B

E FI

ELD

LO

CA

TED

VA

RIO

US S

ITE R

EGUL

ATO

RY S

IGN

S

N.T

.S.

FC

ON

CRE

TE S

PEED

TA

BLE

- CRO

SSW

ALK

PLA

N V

IEW

CRO

SS S

ECTIO

N "A

"

CRO

SS S

ECTIO

N "B

"

CRO

SS S

ECTIO

N "A

"

PLA

N V

IEW

B

A

CHE

VRO

N

NO

TE:

1. SEE E

XTER

IOR

PAIN

TIN

G A

ND

PAV

EM

ENT S

TR

IPIN

GSPECIF

ICATIO

NS F

OR

MO

RE INFO

RM

ATIO

N.

2. D

IMENSIO

NS M

AY V

AR

Y, SEE P

LANS.

A

ALL

SIG

NS

TO B

E FI

ELD

LO

CA

TED

CO

LLEG

E /

CAM

PUS

LO

GO

4" M

YR

IAD

WEB

PR

OFO

NT L

ETTER

S

NO

TES:

1. O

PPO

SIT

E F

ACE B

LANK; TEXT F

ACE T

OW

AR

DS P

AR

KIN

G A

REA T

O N

OR

TH (

AW

AY F

RO

MB

LD

G.); PR

OV

IDE S

HO

P D

RAW

ING

S T

O C

ONFIR

M T

EXT, LAYO

UT &

MATER

IAL

CO

NNECTIO

NS.

2. S

EE S

PECS. SECTIO

N 1

014

26 F

OR

AD

DIT

IONAL R

EQ

UIR

EM

ENTS.

ON B

LUE

BCKG

RD

., CO

LO

RTO

BE S

ELECTED

BY

Com

mun

ity &

Tec

hnic

al C

olle

ge

CO

MPACTED

SUB

GR

AD

E

CO

NCR

ETE F

OO

TIN

G-

SLO

PE

TO

P @

1/2

" /

FO

OT T

O D

RAIN

AR

CHIT

ECT

ALUM

INUM

PANEL

SIG

N

GALV

. STEEL B

ASE A

NCHO

RED

TO

FO

OTIN

G W

/ G

ALV

. ANCHO

R B

OLTS.

SIZ

E A

S R

EQ

UIR

ED

BY S

PECS.

SIN

GLE

SID

ED D

IREC

TION

AL

SIG

NN

.T.S

.G

OV

ER

FLO

WP

AR

KIN

GE

NTR

AN

CE

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 20 of 40

Page 21: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

PART II

SPECIFICATIONS AND STANDARD DRAWINGS

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 21 of 40

Page 22: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

SPECIFICATIONS REFERENCE Any reference in the plans or proposal to previous editions of the Standard Specifications for Road and Bridge Construction and Standard Drawings are superseded by Standard Specifications for Road and Bridge Construction, Edition of 2012 and Standard Drawings, Edition of 2016.

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 22 of 40

Page 23: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

SUPPLEMENTAL SPECIFICATIONS

The contractor shall use the Supplemental Specifications that are effective at the time of letting. The Supplemental Specifications can be found at the following link:

http://transportation.ky.gov/Construction/Pages/Kentucky-Standard-Specifications.aspx

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 23 of 40

Page 24: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

2016 KENTUCKY STANDARD DRAWINGSSUPPLEMENTS TO STANDARD SPECIFICATIONS

TABLE OF CONTENTS

ROADWAY~ BARRIERS ~

GUARDRAIL AND BRIDGE END DRAINAGEGUARDRAIL AND BRIDGE END DRAINAGE FOR SINGLE STRUCTURES ...................................RBB-001-08GUARDRAIL AND BRIDGE END DRAINAGE FOR TWIN STRUCTURES .......................................RBB-002-09LAYOUT OF GUARDRAIL AT TWIN STRUCTURES (DEPRESSED MEDIAN) ...............................RBB-003-03GUARDRAIL TRANSITION FROM NORMAL SHOULDER TO NARROW BRIDGE........................RBB-010-05

GUARDRAIL CONNECTORS TO BRIDGE ENDSGUARDRAIL CONNECTOR TO BRIDGE END TYPE A COMPONENTS ..........................................RBC-002-03GUARDRAIL CONNECTOR TO BRIDGE END TYPE A AND A-1 COMPONENTS..........................RBC-003-08GUARDRAIL CONNECTOR TO BRIDGE END TYPE D ......................................................................RBC-004-07GUARDRAIL CONNECTOR TO BRIDGE END TYPE A ..........................................................................RBC-005GUARDRAIL CONNECTOR TO BRIDGE END TYPE A-1 ........................................................................RBC-006GUARDRAIL CONNECTOR TO CONCRETE MEDIAN BARRIER END ............................................RBC-100-04CONNECTION DETAILS OF CRASH CUSHION TYPE VI TO DOUBLE FACE GUARDRAIL........RBC-110-11

ENERGY ABSORPTION DEVICESCRASH CUSHION TYPE VII CLASS B AND C (ONE & TWO DIRECTION) .....................................RBE-040-10CRASH CUSHION TYPE VI (ONE & TWO DIRECTION) ....................................................................RBE-060-14CONCRETE MEDIAN BARRIER END....................................................................................................RBE-065-07CONCRETE MEDIAN BARRIER END FOR CRASH CUSHION TYPE IX ..........................................RBE-070-06

ENERGY ABSORPTION DEVICES (CONTINUED)CRASH CUSHION TYPE VI-BT ..............................................................................................................RBE-100-10CRASH CUSHION TYPE IX.....................................................................................................................RBE-200-06CRASH CUSHION TYPE IX-A .............................................................................................................................RBE-205-06

TYPICAL BARRIER INSTALLATIONSTYPICAL GUARDRAIL INSTALLATIONS.............................................................................................RBI-001-11TYPICAL GUARDRAIL INSTALLATIONS.............................................................................................RBI-002-07TYPICAL INSTALLATION FOR GUARDRAIL END TREATMENT TYPE 2A ...................................RBI-003-09INSTALLATION OF GUARDRAIL END TREATMENT TYPE 1 ..........................................................RBI-004-05GUARDRAIL INSTALLATION AT BRIDGE COLUMNS ......................................................................RBI-005-08GUARDRAIL INSTALLATION AT SIGN SUPPORTS............................................................................RBI-006-07CRASH CUSHION TYPE IX INSTALLATION AT MEDIAN PIERS (DEPRESSED MEDIAN) ..........RBI-007-09

CONCRETE MEDIAN BARRIERSCONCRETE MEDIAN BARRIER FIXED-FORM OR SLIP-FORM (PERMANENT)...........................RBM-001-10CONCRETE MEDIAN BARRIER PRECAST (PERMANENT - NEW PAVEMENT)...........................RBM-003-11CONCRETE MEDIAN BARRIER PRECAST (PERMANENT – EXISTING PAVEMENT).................RBM-006-10CONCRETE MEDIAN BARRIER SYMMETRICAL & ASYMMETRICAL SEPARATE AND TRANSITIONDETAILS ...................................................................................................................................................RBM-015-06DELINEATORS FOR CONCRETE BARRIERS......................................................................................RBM-020-09CONCRETE MEDIAN BARRIER FIXED-FORM OR SLIP-FORM (PERMANENT) (50” TALL WALL)...................................................................................................................................................................................RBM-050-01CONCRETE MEDIAN BARRIER PRECAST (PERMANENT) (50” TALL WALL).............................RBM-053-01

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 24 of 40

Page 25: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

CONCRETE MEDIAN BARRIER SYMMETRICAL & ASYMMETRICAL SEPARATE AND TRANSITION DETAILS (50” TALL WALL) ..................................................................................................................RBM-060-01CONCRETE BARRIER WALL TYPE 9T (TEMPORARY)....................................................................RBM-115-10BOX BEAM STIFFENING OF TEMPORARY CONCRETE BARRIER................................................RBM-120-01CURB TO BARRIER WALL TRANSITION ...........................................................................................RBM-130-05

GUARDRAIL HARDWARESTEEL BEAM GUARDRAIL (“W”-BEAM).............................................................................................RBR-001-12GUARDRAIL COMPONENTS..................................................................................................................RBR-005-11GUARDRAIL TERMINAL SECTIONS ....................................................................................................RBR-010-06STEEL GUARDRAIL POSTS....................................................................................................................RBR-015-05TIMBER GUARDRAIL POSTS.................................................................................................................RBR-016-05GUARDRAIL END TREATMENT TYPE 1 ............................................................................................RBR-020-06GUARDRAIL END TREATMENT TYPE 2A ..........................................................................................RBR-025-05GUARDRAIL END TREATMENT TYPE 3 .............................................................................................RBR-030-05GUARDRAIL END TREATMENT TYPE 3 PIPE DRAINAGE DETAIL ...............................................RBR-031-01GUARDRAIL END TREATMENT TYPE 3 ALTERNATE ANCHOR ........................................................RBR-032GUARDRAIL END TREATMENT TYPE 4A ..........................................................................................RBR-035-11GUARDRAIL END TREATMENT TYPE 7 .............................................................................................RBR-050-07GUARDRAIL END TREATMENT TYPE 7 ALTERNATE ANCHOR ........................................................RBR-051DELINEATORS FOR GUARDRAIL..............................................................................................................RBR-055DELINEATORS AT NARROW SHOULDER BRIDGES..............................................................................RBR-060STEEL BEAM GUARDRAIL (THRIE BEAM) ........................................................................................RBR-100-07

~ DRAINAGE ~BOX INLETS AND OUTLETS

DROP BOXESDROP BOX INLET TYPE 1 ..................................................................................................................... RDB-001-12DROP BOX INLET TYPE 2 ..................................................................................................................... RDB-002-12DROP BOX INLET TYPE 3 ..................................................................................................................... RDB-003-08DROP BOX INLET TYPE 4 ..................................................................................................................... RDB-004-10DROP BOX INLET TYPE 5A-5B-5C-5D-5E AND 5F ............................................................................ RDB-005-09DROP BOX INLET TYPE 6A-6B-6C-6D-6E AND 6F ............................................................................ RDB-006-08DROP BOX INLET TYPE 7 (LAYOUT & STEEL PATTERN) ............................................................. RDB-007-03DROP BOX INLET TYPE 7 (DIMENSION & STEEL CHARTS).......................................................... RDB-008-04DROP BOX INLET TYPE 10 ................................................................................................................... RDB-010-07DROP BOX INLET TYPE 11 ................................................................................................................... RDB-011-08DROP BOX INLET TYPE 12 OR 12A..................................................................................................... RDB-012-10DROP BOX INLET TYPE 13 (DETAIL SHEET).................................................................................... RDB-013-07DROP BOX INLET TYPE 13 AND TYPE 16 (FRAME & GRATE DETAILS)..................................... RDB-014-06DROP BOX INLET TYPE 13 (DETAIL & BAR CHART FOR LID)...................................................... RDB-015-04DROP BOX INLET TYPE 13 (PIPE CHAMBER - GRADE CONDITION)........................................... RDB-016-03DROP BOX INLET TYPE 13 (PIPE CHAMBER - SAG CONDITION)................................................. RDB-017-03DROP BOX INLET TYPE 13 (ADDITIONAL STEEL - RISER)............................................................ RDB-018-04DROP BOX INLET TYPE 13 (ADDITIONAL STEEL - CHAMBER) ................................................... RDB-019-04DROP BOX INLET TYPE 14 & 15 .......................................................................................................... RDB-020-05DROP BOX INLET TYPE 16 (DETAIL SHEET).................................................................................... RDB-030-04DROP BOX INLET TYPE 16 (STEEL SHEET) ...................................................................................... RDB-031-04DROP BOX INLET TYPE 16 (DETAIL & BAR CHART FOR LID)...................................................... RDB-032-04DROP BOX INLET TYPE 16 (DIMENSIONS & ESTIMATE OF QUANTITIES)................................ RDB-033-03DROP BOX INLET TYPE 16 (ADDITIONAL STEEL - RISER)............................................................ RDB-034-04DROP BOX INLET TYPE 16 (ADDITIONAL STEEL - CHAMBER) ................................................... RDB-035-04

SLOPED BOXES

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 25 of 40

Page 26: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

SLOPED BOX OUTLET TYPE 1............................................................................................................. RDB-100-05GRATES FOR SLOPED BOX OUTLET TYPE 1.................................................................................... RDB-101-05SLOPED AND FLARED BOX INLET-OUTLET 18”-24”-30”-36” ALL SKEWS ................................. RDB-105-06GRATES FOR SLOPED AND FLARED BOX INLET-OUTLET ........................................................... RDB-106-05SLOPED BOX INLET OR OUTLET TYPE 1.......................................................................................... RDB-110-08SLOPED BOX INLET OR OUTLET TYPE 2.......................................................................................... RDB-111-08METAL END SECTION TYPE 1 & 2 (PARALLEL STRUCTURES) .................................................... RDB-150-02METAL END SECTION TYPE 3 & 4 (CROSS STRUCTURES)............................................................ RDB-155-02DIMENSIONS FOR METAL END SECTIONS....................................................................................... RDB-160-02

CURB BOXESCONCRETE MEDIAN BARRIER BOX INLET (CAST-IN-PLACE) ..................................................... RDB-230-09CONCRETE MEDIAN BARRIER BOX INLET (SLIP-FORM).............................................................. RDB-231-11CONCRETE MEDIAN BARRIER BOX INLET (50” TALL WALL CAST-IN-PLACE)....................... RDB-240-02CONCRETE MEDIAN BARRIER BOX INLET (50” TALL WALL SLIP-FORM)................................ RDB-241-02CURB BOX INLET TYPE A (DETAIL DRAWING) .............................................................................. RDB-270-09CURB BOX INLET TYPE A (STEEL DRAWING)................................................................................. RDB-271-05CURB BOX INLET TYPE A (TOP PHASE TABLE).............................................................................. RDB-272-07CURB BOX INLET TYPE A (DETAIL & BAR CHART FOR 8” LID).................................................. RDB-273-06CURB BOX INLET TYPE B (DETAIL DRAWING) .............................................................................. RDB-280-06CURB BOX INLET TYPE B (STEEL DRAWING)................................................................................. RDB-281-03CURB BOX INLET TYPE B (TOP PHASE TABLE).............................................................................. RDB-282-04CURB BOX INLET TYPE B (DETAIL & BAR CHART FOR 8” LID).................................................. RDB-283-04CURB BOX INLET TYPE F..................................................................................................................... RDB-320-06BOX INLET RISER................................................................................................................................... RDB-400-05BOX INLET PIPE CHAMBER ................................................................................................................. RDB-410-06BOX INLET PIPE CHAMBER (ADDITIONAL STEEL)........................................................................ RDB-420-05

PAVED DITCHES, FLUME INLETS AND CHANNEL LININGSPAVED DITCH TYPE 1 ........................................................................................................................... RDD-001-06PAVED DITCH TYPE 2 ........................................................................................................................... RDD-002-07FLUME INLET TYPE 1............................................................................................................................ RDD-020-07FLUME INLET TYPE 2............................................................................................................................ RDD-021-07CHANNEL LINING CLASS IA (MATTRESS UNITS)........................................................................... RDD-030-08CHANNEL LINING CLASS II AND III................................................................................................... RDD-040-05

PIPE AND BOX CULVERT AND HEADWALLSFOR ALL PIPE AND BOX CULVERT HEADWALLS (RDH SERIES) SEE HEADWALL SUPPLEMENT

TYPICAL DRAINAGE INSTALLATIONSCULVERT, ENTRANCE & STORM SEWER PIPE TYPES & COVER HEIGHTS ................................RDI-001-10CULVERT, ENTRANCE & STORM SEWER PIPE TYPES & COVER HEIGHTS ................................RDI-002-05CULVERT & STORM SEWER PIPE TYPES & COVER HEIGHTS .......................................................RDI-003-05CULVERT & STORM SEWER PIPE TYPES & COVER HEIGHTS .......................................................RDI-004-04CULVERT & STORM SEWER PIPE TYPES & COVER HEIGHTS .......................................................RDI-005-04CULVERT & STORM SEWER PIPE TYPES & COVER HEIGHTS .......................................................RDI-006-04CULVERT & STORM SEWER PIPE TYPES & COVER HEIGHTS .......................................................RDI-007-04CULVERT & STORM SEWER PIPE TYPES & COVER HEIGHTS .......................................................RDI-008-04CULVERT, ENTRANCE & STORM SEWER PIPE TYPES & COVER HEIGHTS ................................RDI-011-03CULVERT & STORM SEWER PIPE TYPES & COVER HEIGHTS .......................................................RDI-012-03NON-CIRCULAR PIPE ALTERNATES ....................................................................................................RDI-016-03PIPE BEDDING FOR CULVERTS, ENTRANCE AND STORM SEWER PIPE......................................RDI-020-09PIPE BEDDING FOR CULVERTS, ENTRANCE AND STORM SEWER REINFORCED CONC.PIPERDI-021-01PIPE BEDDING, TRENCH CONDITION..................................................................................................RDI-025-05

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 26 of 40

Page 27: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

PIPE BEDDING, TRENCH CONDITION REINFORCED CONC. PIPE..................................................RDI-026-01COATINGS, LININGS AND PAVINGS FOR NON-STRUCTURAL PLATE PIPE ................................RDI-035-02EROSION CONTROL BLANKET SLOPE INSTALLATION...................................................................RDI-040-01EROSION CONTROL BLANKET CHANNEL INSTALLATION............................................................RDI-041-01TYPICAL MEDIAN DRAIN INSTALLATIONS.......................................................................................RDI-045-02FILL HEIGHTS FOR PRECAST REINFORCED CONCRETE BOX CULVERTS..................................RDI-100-05BEDDING FOR PRECAST BOX CULVERTS, SEWERS, STORM DRAINS AND THEIR COMBINATIONS ............................................................................................................................................................................RDI-120-04SLOTTED DRAIN PIPE (DETAIL SHEET) ..............................................................................................RDI-200-05

MANHOLESMANHOLE TYPE A .................................................................................................................................RDM-001-07MANHOLE TYPE B .................................................................................................................................RDM-005-06MANHOLE TYPE C (CHAMBER LAYOUT).........................................................................................RDM-010-06MANHOLE TYPE C (TOWER APPLICATIONS) ..................................................................................RDM-011-05MANHOLE TYPE C (STEEL PATTERN)...............................................................................................RDM-012-03MANHOLE TYPE C (TABLE OF QUANTITIES) ..................................................................................RDM-013-04TRAPPED MANHOLE .............................................................................................................................RDM-050-07MANHOLE STEPS ........................................................................................................................................RDM-055FRAME AND LID TYPE 1 .......................................................................................................................RDM-100-03FRAME AND LID TYPE 2 .......................................................................................................................RDM-105-03

PERFORATED PIPEPERFORATED PIPE TYPES AND COVER HEIGHTS...........................................................................RDP-001-06PERFORATED PIPE FOR SUBGRADE DRAINAGE ON TWO-LANE (CLASS 2) AND MULTI-LANE ROADS.....................................................................................................................................................................RDP-005-05PERFORATED PIPE UNDERDRAINS (LONGITUDINAL AND TRANSVERSE) ...............................RDP-006-04PERFORATED PIPE DETAILS (SOLID ROCK) .....................................................................................RDP-007-04PERFORATED PIPE HEADWALLS ........................................................................................................RDP-010-09

MISCELLANEOUS DRAINAGEJUNCTION BOX....................................................................................................................................... RDX-001-06JUNCTION BOX (DIMENSIONS AND QUANTITIES)......................................................................... RDX-002-04JUNCTION BOX TYPE B ........................................................................................................................ RDX-005-03SPRING BOX INLET TYPE “A” ............................................................................................................. RDX-010-05SPRING BOX INLET TYPE “B”.............................................................................................................. RDX-011-05TRAP FOR BOX INLETS......................................................................................................................... RDX-020-05SUBGRADE DRAINAGE - CONCRETE PAVEMENT .......................................................................... RDX-050-05INTERMEDIATE AND END ANCHORS FOR CIRCULAR PIPE......................................................... RDX-060-04INTERMEDIATE AND END ANCHORS FOR NON-CIRCULAR PIPE ............................................... RDX-065-04SIDE TAPERED INLETS – 30” TO 60” DIA. ALL SLOPES - ALL SKEWS ...................................... RDX-150-06SECURITY DEVICES FOR FRAMES, GRATES AND LIDS ................................................................ RDX-160-06TEMPORARY SILT FENCE .................................................................................................................... RDX-210-03TEMPORARY SILT FENCE WITH WOVEN WIRE FENCE FABRIC ................................................. RDX-215-01SILT TRAP - TYPE A............................................................................................................................... RDX-220-05SILT TRAP - TYPE B ............................................................................................................................... RDX-225-01SILT TRAP - TYPE C ............................................................................................................................... RDX-230-01CHANNEL HABITAT IMPROVEMENT STRUCTURES (DUMPED STONE).................................... RDX-240-04CHANNEL HABITAT IMPROVEMENT STRUCTURES (GABIONS)................................................. RDX-245-04PRECAST BOX CULVERT EXTENSION .............................................................................................. RDX-300-04

~ FENCES AND GATES ~ CHAIN LINK FENCE

CHAIN LINK FENCE 4’ TO 6’ HIGH ...................................................................................................... RFC-001-08

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 27 of 40

Page 28: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

CHAIN LINK FENCE 8’ TO 12’ HIGH .................................................................................................... RFC-002-05

GATESWOVEN WIRE GATES.............................................................................................................................RFG-001-074’ TO 12’ HIGH CHAIN LINK GATE ......................................................................................................RFG-005-06WATER GATE TYPE 1 .............................................................................................................................RFG-010-05WATER GATE TYPE 3 .............................................................................................................................RFG-011-06

WOVEN WIRE FENCEFENCING DETAILS .................................................................................................................................RFW-001-06WOVEN WIRE FENCE TYPE 1 ..............................................................................................................RFW-005-08WOVEN WIRE FENCE TYPE 2 ..............................................................................................................RFW-006-07

~ GENERAL ~CURVE WIDENING AND SUPERELEVATION

CURVE WIDENING AND SUPERELEVATION TRANSITIONS..........................................................RGS-001-07SUPERELEVATION FOR MULTILANE PAVEMENT...........................................................................RGS-002-06

MISCELLANEOUS STANDARDSMISCELLANEOUS STANDARDS .......................................................................................................... RGX-001-06RETAINING WALL GRAVITY TYPE NON-REINFORCED ................................................................ RGX-002-09TEMPORARY BRIDGE OR PAVEMENT CROSSOVER ...................................................................... RGX-003-03RIGHT-OF-WAY MONUMENTS............................................................................................................ RGX-005-06TYPICAL EMBANKMENT FOUNDATION BENCHES........................................................................ RGX-010-04SETTLEMENT PLATFORM.................................................................................................................... RGX-015-03CONCRETE STEPS .................................................................................................................................. RGX-020-13HANDRAIL TYPE A, A-1, A-2, A-3, A-4 ................................................................................................ RGX-030-07DETECTABLE WARNINGS ................................................................................................................... RGX-040-03GABION RETAINING WALLS ............................................................................................................... RGX-050-02BREAKAWAY SIGN SUPPORT SYSTEM FOR TYPE C BEAM......................................................... RGX-060-01FOOTING DETAILS FOR TYPE C BEAM ............................................................................................. RGX-061-01TYPE D BREAKAWAY SIGN SUPPORT .............................................................................................. RGX-065-02TREATMENT OF EMBANKMENTS AT END-BENTS......................................................................... RGX-100-06TREATMENT OF EMBANKMENTS AT END-BENTS - DETAILS..................................................... RGX-105-08ONE POINT PROCTER FAMILY OF CURVES ..................................................................................... RGX-200-01

~ PAVEMENT ~MEDIANS, CURBS, APPROACHES, ENTRANCES, ETC.

PERMANENT U-TURN MEDIAN OPENING ........................................................................................ RPM-001-04STANDARD BARRIER MEDIAN ........................................................................................................... RPM-010-06MOUNTABLE MEDIAN.......................................................................................................................... RPM-011-06MOUNTABLE MEDIAN TYPE 6A ......................................................................................................... RPM-012-04MOUNTABLE MEDIAN TYPE 7A ......................................................................................................... RPM-015-04CURB AND GUTTER, CURBS AND VALLEY GUTTER..................................................................... RPM-100-10APPROACHES, ENTRANCES, AND MAIL BOX TURNOUT.............................................................. RPM-110-07CONCRETE TERMINAL SECTION TYPE 1.......................................................................................... RPM-115-05CONCRETE ISLAND CURB CONSTRUCTION DETAILS (RIGID & FLEXIBLE PAVEMENT) ..... RPM-120-07PRECAST VEHICLE STOP...................................................................................................................... RPM-130-04RUMBLE STRIPS TYPE 3 ....................................................................................................................... RPM-145-04CONCRETE ENTRANCE PAVEMENT AND SIDEWALK................................................................... RPM-150-08CONCRETE ENTRANCE PAVEMENT AND SIDEWALK................................................................... RPM-152-08SIDEWALK RAMPS................................................................................................................................. RPM-170-09SIDEWALK RAMP WITH HANDRAIL ................................................................................................. RPM-172-07

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 28 of 40

Page 29: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

NON-REINFORCED CONCRETE PAVEMENTJOINTED PLAIN CONCRETE PAVEMENT FOR SHOULDERS AND MEDIANS..............................RPN-001-07PAVEMENT TRANSITIONS AND JOINT DETAILS FOR JOINTED PLAIN CONCRETE PAVEMENT AT BRIDGE ENDS...........................................................................................................................................RPN-010-07JOINTED PLAIN CONCRETE PAVEMENT ...........................................................................................RPN-015-05CONCRETE PAVEMENT JOINTS - TYPES AND SPACING................................................................RPN-020-04

STANDARD REINFORCED CONCRETE PAVEMENTCONCRETE PAVEMENT JOINT DETAILS............................................................................................ RPS-010-11EXPANSION AND CONTRACTION JOINT - LOAD TRANSFER ASSEMBLIES............................... RPS-020-14CONCRETE PAVEMENT JOINTS - TYPES AND SPACING................................................................ RPS-030-06CONCRETE PAVEMENT JOINTS - TYPES AND SPACING................................................................ RPS-031-06CONCRETE PAVEMENT JOINTS - TYPES AND SPACING................................................................ RPS-032-06CONCRETE PAVEMENT JOINTS - TYPES AND SPACING................................................................ RPS-033-07CONCRETE PAVEMENT JOINTS - TYPES AND SPACING................................................................ RPS-034-07CONCRETE PAVEMENT JOINTS - TYPES AND SPACING................................................................ RPS-035-06CONCRETE PAVEMENT JOINTS - TYPES AND SPACING................................................................ RPS-036-06CONCRETE PAVEMENT JOINTS - TYPES AND SPACING................................................................ RPS-037-06CONCRETE PAVEMENT JOINTS - TYPES AND SPACING................................................................ RPS-038-06CONCRETE PAVEMENT JOINTS - TYPES AND SPACING................................................................ RPS-039-06

MISCELLANEOUS PAVINGSTATION MARKINGS - CONCRETE PAVEMENT...............................................................................RPX-001-04PREFORMED COMPRESSION JOINT SEAL FOR CONCRETE PAVEMENT ....................................RPX-010-05HOT - POURED ELASTIC JOINT SEALS FOR CONCRETE PAVEMENT..........................................RPX-015-04SILICONE RUBBER SEALS FOR CONCRETE PAVEMENT................................................................RPX-020-06ACCESSIBLE PARKING SPACE DETAILS............................................................................................RPX-100-03

TRAFFIC~ PERMANENT ~

RAISED PAVEMENT MARKERSPAVEMENT MARKER ARRANGEMENTS MULTI-LANE ROADWAYS.......................................... TPM-100-03PAVEMENT MARKER ARRANGEMENTS MULTI-LANE ROADWAYS.......................................... TPM-105-03PAVEMENT MARKER ARRANGEMENTS MULTI-LANE ROADWAYS.......................................... TPM-110-03PAVEMENT MARKER ARRANGEMENTS TWO-LANE, TWO-WAY ROADWAYS ....................... TPM-115-03PAVEMENT MARKER ARRANGEMENT TWO-LANE TO FOUR-LANE TRANSITIONS .............. TPM-120-03PAVEMENT MARKER ARRANGEMENT EXIT-GORE AND OFF-RAMP......................................... TPM-125-03PAVEMENT MARKER ARRANGEMENT FOR PARALLEL DECELERATION LANE...........................TPM-126PAVEMENT MARKER ARRANGEMENT ON-RAMP WITH TAPERED ACCELERATION LANE. TPM-130-03PAVEMENT MARKER ARRANGEMENT ON-RAMP WITH PARALLEL ACCELERATION LANETPM-135-03PAVEMENT MARKER ARRANGEMENTS TWO-WAY LEFT, TURN LANE ................................... TPM-140-03PAVEMENT MARKER ARRANGEMENT CHANNELIZED INTERSECTION................................... TPM-145-03CENTERLINE RUMBLE STRIPS............................................................................................................ TPM-150-02CENTERLINE RUMBLE STRIP 4 INCH STRIPING ............................................................................. TPM-155-02CENTERLINE RUMBLE STRIP 6 INCH STRIPING ............................................................................. TPM-160-02SHOULDER AND EDGE LINE RUMBLE STRIP DETAILS.......................................................................TPM-165FLEXIBLE DELINEATOR POST ARRANGEMENTS FOR HORIZONTAL CURVES .............................TPM-170FLEXIBLE DELINEATOR POST ARRANGEMENTS FOR INTERCHANGE RAMPS AND CROSSOVERS..................................................................................................................................................................................TPM-171

~ TEMPORARY ~

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 29 of 40

Page 30: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

TRAFFIC CONTROLLANE CLOSURE TWO-LANE HIGHWAY .............................................................................................TTC-100-04LANE CLOSURE USING TRAFFIC SIGNALS .......................................................................................TTC-110-03LANE CLOSURE MULTI-LANE HIGHWAY CASE I ............................................................................TTC-115-03LANE CLOSURE MULTI-LANE HIGHWAY CASE II...........................................................................TTC-120-03DOUBLE LANE CLOSURE ......................................................................................................................TTC-125-03SHOULDER CLOSURE.............................................................................................................................TTC-135-02MEDIAN CROSSOVER CASE I ...............................................................................................................TTC-140-03MEDIAN CROSSOVER CASE I ...............................................................................................................TTC-141-03MEDIAN CROSSOVER CASE II ..............................................................................................................TTC-145-03MEDIAN CROSSOVER CASE II ..............................................................................................................TTC-146-03ROAD CLOSURE WITH DIVERSION.....................................................................................................TTC-150-03TEMPORARY PAVEMENT MARKER ARRANGEMENTS FOR CONSTRUCTION ZONES ............TTC-155-02TEMPORARY PAVEMENT MARKER ARRANGEMENTS FOR LANE CLOSURES.........................TTC-160-02

DEVICESDOUBLE FINES ZONES SIGNS ..............................................................................................................TTD-120-02PAVEMENT CONDITION WARNING SIGNS .......................................................................................TTD-125-02

STRIPING OPERATIONSMOBILE OPERATION FOR PAINT STRIPING CASE I ........................................................................ TTS-100-02MOBILE OPERATION FOR PAINT STRIPING CASE II ....................................................................... TTS-105-02MOBILE OPERATION FOR PAINT STRIPING CASE III...................................................................... TTS-110-02MOBILE OPERATION FOR PAINT STRIPING CASE IV ..................................................................... TTS-115-02MOBILE OPERATION FOR DURABLE STRIPING CASE I ................................................................. TTS-120-02MOBILE OPERATION FOR DURABLE STRIPING CASE II ................................................................ TTS-125-02MOBILE OPERATION FOR DURABLE STRIPING CASE III............................................................... TTS-130-02MOBILE OPERATION FOR DURABLE STRIPING CASE IV............................................................... TTS-135-02

BRIDGESBEARING DEVICES

ELASTOMERIC BEARING PADS FOR PRESTRESSED BEAMS ........................................................BBP-001-12BEARING DETAILS..................................................................................................................................BBP-002-04ELASTOMERIC BEARING PADS FOR BOX BEAMS...........................................................................BBP-003-02

BOX BEAMSBOX BEAM GENERAL NOTES & REFERENCES.................................................................................BDP-001-05BOX BEAM BEARING DETAILS............................................................................................................BDP-002-03BOX BEAM MISCELLANEOUS DETAILS.............................................................................................BDP-003-03BOX BEAM TENSION ROD DETAILS ...................................................................................................BDP-004-03RAILING SYSTEM TYPE II .....................................................................................................................BDP-005-05BOX BEAM B12 & CB12 DETAILS ........................................................................................................BDP-006-04BOX BEAM B17 & CB17 DETAILS ........................................................................................................BDP-007-04BOX BEAM B21 & CB21 DETAILS ........................................................................................................BDP-008-04BOX BEAM B27 & CB27 DETAILS ........................................................................................................BDP-009-04BOX BEAM B33 & CB33 DETAILS ........................................................................................................BDP-010-04BOX BEAM B42 DETAILS.......................................................................................................................BDP-011-04BOX BEAM CB42 DETAILS ....................................................................................................................BDP-012-04SLAB BRIDGE FOR 12” & 17” BEAMS..................................................................................................BDP-013-03

MISCELLANEOUS STANDARDSCONCRETE SLOPEWALLS FOR GRADE SEPARATION BRIDGES ................................................. BGX-004-09CONCRETE SLOPEWALLS FOR GRADE SEPARATION BRIDGES ................................................. BGX-005-09

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 30 of 40

Page 31: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

STENCILS FOR STRUCTURES .............................................................................................................. BGX-006-10BRIDGE RESTORATION AND WATERPROOFING WITH CONCRETE OVERLAYS..................... BGX-009-04GEOTECHNICAL LEGEND .................................................................................................................... BGX-012-02BRIDGE DRAINS ..................................................................................................................................... BGX-015-03LOW FLOW DIVERSION CURB ............................................................................................................ BGX-016-01APPROACH SLAB.................................................................................................................................... BGX-017-02

RAILING SYSTEMSRAILING SYSTEM, TYPE II, GUARDRAIL TREATMENT..................................................................BHS-007-07RAIL SYSTEM TYPE 3.............................................................................................................................BHS-008-02

JOINTSNEOPRENE EXPANSION DAMS AND ARMORED EDGES .................................................................BJE-001-13

CONCRETE PILES14” REINFORCED CONCRETE PILE......................................................................................................BPC-002-0814” PRECAST PRESTRESSED CONCRETE PILE..................................................................................BPC-011-07

STEEL PILESHP12 X 53 STEEL PILE ............................................................................................................................ BPS-003-09HP14 X 73 STEEL PILE ............................................................................................................................ BPS-009-08HP14 X 89 STEEL PILE ............................................................................................................................ BPS-011-04

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 31 of 40

Page 32: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

PART III

EMPLOYMENT, WAGE AND RECORD REQUIREMENTS

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 32 of 40

Page 33: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

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) 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 (forty and above); 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 forty (40) and over. 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, or age forty (40) and over, or because the person is a qualified individual with a disability, except that such a notice or advertisement may indicate a preference, limitation, or specification based on religion, national origin, sex, or age forty (40) and over, or because the person is a qualified individual with a disability, when religion, national origin, sex, or age forty (40) and over, or because the person is a qualified individual with a disability, 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 forty (40) and over, 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. Revised: January 25, 2017

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 33 of 40

Page 34: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

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 (7) provides:

No present or former public servant shall, within six (6) months 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, or is regulated by, the state in matters in which he was directly involved during the last thirty-six (36) months of 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, or for which he received, prior to his state employment, a professional degree or license, provided that, for a period of six (6) months, he personally refrains from working on any matter in which he was directly involved during the last thirty-six (36) months of his tenure 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, nor shall it prohibit the former officer or public servant from receiving public funds disbursed through entitlement programs.

KRS 11A.040 (9) states: A former public servant shall not represent a person or business before a state agency in a matter in

which the former public servant was directly involved during the last thirty-six (36) months of his tenure, 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, 3 Fountain Place, Frankfort, Kentucky 40601; telephone (502) 564-7954. Revised: January 27, 2017

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 34 of 40

Page 35: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

Kentucky Equal Employment Opportunity Act of 1978

The requirements of the Kentucky Equal Employment Opportunity Act of 1978 (KRS 45.560-45.640) shall apply to this Contract. The apparent low Bidder will be required to submit EEO forms to the Division of Construction Procurement, which will then forward to the Finance and Administration Cabinet for review and approval. No award will become effective until all forms are submitted and EEO/CC has certified compliance. The required EEO forms are as follows: • EEO-1: Employer Information Report • Affidavit of Intent to Comply • Employee Data Sheet • Subcontractor Report These forms are available on the Finance and Administration’s web page under Vendor Information, Standard Attachments and General Terms at the following address: https://www.eProcurement.ky.gov. Bidders currently certified as being in compliance by the Finance and Administration Cabinet may submit a copy of their approval letter in lieu of the referenced EEO forms. For questions or assistance please contact the Finance and Administration Cabinet by email at [email protected] or by phone at 502-564-2874.

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 35 of 40

Page 36: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

EMPLOYEE RIGHTSUNDER THE FAIR LABOR STANDARDS ACTTHE 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 least18 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• 3 hours on a school day or 18 hours in a school week; • 8 hours 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 1through Labor Day, when evening hours are extended to 9 p.m. Different rulesapply in agricultural employment.

Employers of “tipped employees” must pay a cash wage of at least $2.13 per hour ifthey claim a tip credit against their minimum wage obligation. If an employee's tipscombined with the employer's cash wage of at least $2.13 per hour do not equal theminimum 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 throughcourt 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 eachchild 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/orovertime pay provisions.

• Special provisions apply to workers in American Samoa and the Commonwealth of theNorthern 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 theDepartment of Labor.

For additional information:

1-866-4-USWAGE(1-866-487-9243) TTY: 1-877-889-5627

WWW.WAGEHOUR.DOL.GOVU.S. Department of Labor Wage and Hour Division

OVERTIME PAY

CHILD LABOR

TIP CREDIT

ENFORCEMENT

ADDITIONALINFORMATION

WHD Publication 1088 (Revised July 2009)

12/

$7.25 PER HOUR

BEGINNING JULY 24, 2009

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 36 of 40

Page 37: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

PART IV

INSURANCE

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 37 of 40

Page 38: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

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.

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 38 of 40

Page 39: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

PART V

BID ITEMS

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 39 of 40

Page 40: FAYETTE COUNTY WORK TYPE GRADE & DRAIN WITH ASPHALT … · 2018. 5. 4. · eproposal jan -2009 call no. 351 contract id. 184004 fayette county fed/state project number fe01 034 8213

PROPOSAL BID ITEMS

Report Date 5/2/18Page 1 of 1

184004

Section: 0001 - PAVINGLINE BID CODE ALT DESCRIPTION QUANTITY UNIT UNIT PRIC FP AMOUNT0010 00001 DGA BASE 2,000.00 TON $0020 00272 CL2 ASPH BIND 0.50D PG64-22 300.00 TON $0030 00301 CL2 ASPH SURF 0.38D PG64-22 300.00 TON $0040 00356 ASPHALT MATERIAL FOR TACK 2.00 TON $0050 06514 PAVE STRIPING-PERM PAINT-4 IN 2,520.00 LF $

Section: 0002 - ROADWAYLINE BID CODE ALT DESCRIPTION QUANTITY UNIT UNIT PRIC FP AMOUNT0060 00520 STORM SEWER PIPE-12 IN 280.00 LF $0070 01487 CURB BOX INLET TYPE F 2.00 EACH $0080 01577 DROP BOX INLET TYPE 14 2.00 EACH $0090 01810 STANDARD CURB AND GUTTER 1,162.00 LF $0100 02200 ROADWAY EXCAVATION 2,861.00 CUYD $0110 02460 REMOVE TREES OR STUMPS 1.00 EACH $0120 02562 TEMPORARY SIGNS 210.00 SQFT $

0130 02650MAINTAIN & CONTROL TRAFFICBCTC LOT 1.00 LS $

0140 02720 SIDEWALK-4 IN CONCRETE 542.00 SQYD $

0150 02726STAKINGBCTC LOT 1.00 LS $

0160 20550ND SAWCUT PAVEMENT 1,010.00 LF $0170 21289ED LONGITUDINAL EDGE KEY 500.00 LF $

0180 23158ES505DETECTABLE WARNINGS2 TYPE 1 RAMPS 20.00 SQFT $

0190 30050SPEED HUMPCONCRETE WITH MARKINGS #1 1.00 LS $

0200 30050SPEED HUMPCONCRETE WITH MARKINGS #2 1.00 LS $

0210 30050SPEED HUMPCONCRETE WITH MARKINGS #3 1.00 LS $

0220 30050SPEED HUMPCONCRETE WITH MARKINGS #4 1.00 LS $

Section: 0003 - DEMOBLINE BID CODE ALT DESCRIPTION QUANTITY UNIT UNIT PRIC FP AMOUNT0230 02569 DEMOBILIZATION 1.00 LS $

FAYETTE COUNTYFE01 034 8213 000-001

Contract ID: 184004Page 40 of 40