144
October 7, 2013 CALL NO. 318 CONTRACT ID NO. 131065 ADDENDUM # 1 Subject: Jefferson County, JL04 056 0264 009-010 Letting October 25, 2013 (1)Revised A complete new proposal Proposal revisions are available at http://transportation.ky.gov/Construction- Procurement/ . If you have any questions, please contact us at 502-564-3500. Sincerely, Ryan Griffith Acting Director Division of Construction Procurement RG:ks Enclosures

CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

October 7, 2013

CALL NO. 318

CONTRACT ID NO. 131065

ADDENDUM # 1

Subject: Jefferson County, JL04 056 0264 009-010

Letting October 25, 2013

(1)Revised – A complete new proposal

Proposal revisions are available at http://transportation.ky.gov/Construction-

Procurement/.

If you have any questions, please contact us at 502-564-3500.

Sincerely,

Ryan Griffith

Acting Director

Division of Construction Procurement

RG:ks

Enclosures

Page 2: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

eProposal Jan-2009

CALL NO. 318

CONTRACT ID. 131065

JEFFERSON COUNTY

FED/STATE PROJECT NUMBER JL04 056 0264 009-010

DESCRIPTION WATTERSON EXPRESSWAY(I-264)

WORK TYPE SOUND BARRIER WALL

PRIMARY COMPLETION DATE 8/1/2014

LETTING DATE: October 25,2013Sealed Bids will be received electronically through the Bid Express bidding service until10:00 AM EASTERN DAYLIGHT TIME October 25,2013. Bids will be publicly announced at 10:00 AM EASTERN DAYLIGHT TIME.

PLANS AVAILABLE FOR THIS PROJECT.

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

REVISED: 10-7-13

Page 3: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

TABLE OF CONTENTS

PART I SCOPE OF WORK PROJECT(S), COMPLETION DATE(S), & LIQUIDATED DAMAGES CONTRACT NOTES STATE CONTRACT NOTES DGA BASE DGA BASE FOR SHOULDERS SPECIAL NOTE(S) APPLICABLE TO PROJECT RIGHT OF WAY NOTES UTILITY CLEARANCE

PART II SPECIFICATIONS AND STANDARD DRAWINGS SPECIFICATIONS REFERENCE SUPPLEMENTAL SPECIFICATION [SN-11M] SPECIAL NOTE FOR BARCODES ON PERMANENT SIGNS

PART III EMPLOYMENT, WAGE AND RECORD REQUIREMENTS LABOR AND WAGE REQUIREMENTS EXECUTIVE BRANCH CODE OF ETHICS KENTUCKY EQUAL EMPLOYMENT OPPORTUNITY ACT OF 1978

LOCALITY 1,2,3,4 / STATE (OVER 250,000) PROJECT WAGE RATES LOCALITY 3 / FEDERAL & STATE

PART IV INSURANCE

PART V BID ITEMS

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 2 of 143

REVISED: 10-7-13

Page 4: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

PART I

SCOPE OF WORK

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 3 of 143

REVISED: 10-7-13

Page 5: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 4 of 143

REVISED: 10-7-13

Page 6: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

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 Expedite Bidding Program available on the Internet web site of the Department of Highways, Division of Construction Procurement. (www.transportation.ky.gov/construction-procurement)

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 is advised that the Underground Facility Damage Protection Act of 1994, became law January 1, 1995. It is the contractor’s responsibility to determine the impact of the act regarding this project, and take all steps necessary to be in compliance with the provision of the act.

SPECIAL NOTE FOR PIPE INSPECTIONContrary to Section 701.03.08 of the 2012 Standard Specifications for Road and Bridge Construction and Kentucky Method 64-114, certification by the Kentucky Transportation Center for prequalified Contractors to perform laser/video inspection is not required on this contract. It will continue to be a requirement for the Contractor performing any laser/video pipe inspection to be prequalified for this specialized item with the Kentucky Transportation Cabinet-Division of Construction Procurement.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 5 of 143

REVISED: 10-7-13

Page 7: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

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.

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 Kentucky Division of Forestry has imposed a quarantine in Anderson, Boone, Bourbon, Boyd, Boyle, Bracken, Campbell, Carroll, Fayette, Franklin, Gallatin, Garrard,

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 6 of 143

REVISED: 10-7-13

Page 8: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Grant, Greenup, Hardin, Harrison, Henry, Jefferson, Jessamine, Kenton, Oldham, Owen, Pendleton, Scott, Shelby, Trimble, and Woodford Counties 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 county of its origin. 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 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. (See attachment)

10/29/12

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 7 of 143

REVISED: 10-7-13

Page 9: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Steven L. Beshear Governor

Commonwealth of KentuckyFinance and Administration Cabinet

OFFICE OF THE SECRETARY Room 383, Capitol Annex

702 Capital Avenue Frankfort, KY 40601-3462

(502) 564-4240 Fax (502) 564-6785

Lori H. Flanery

Secretary

KentuckyUnbridledSpirit.com An Equal Opportunity Employer M/F/D

SECRETARY’S ORDER 11-004

FINANCE AND ADMINISTRATION CABINET

Vendor Document Disclosure

WHEREAS, in order to promote accountability and transparency in governmental operations, the Finance and Administration Cabinet believes that a mechanism should be created which would provide for review and assistance to an Executive Branch agency if said agency cannot obtain access to documents that it deems necessary to conduct a review of the records of a private vendor that holds a contract to provide goods and/or services to the Commonwealth; and

WHEREAS, in order to promote accountability and transparency in governmental operations, the Finance and Administration Cabinet believes that a mechanism should be created which would provide for review and assistance to an Executive Branch agency if said agency cannot obtain access to documents that it deems necessary during the course of an audit, investigation or any other inquiry by an Executive Branch agency that involves the review of documents; and

WHEREAS, KRS 42.014 and KRS 12.270 authorizes the Secretary of the Finance and Administration Cabinet to establish the internal organization and assignment of functions which are not established by statute relating to the Finance and Administration Cabinet; further, KRS Chapter 45A.050 and 45A.230 authorizes the Secretary of the Finance and Administration Cabinet to procure, manage and control all supplies and services that are procured by the Commonwealth and to intervene in controversies among vendors and state agencies; and

NOW, THEREFORE, pursuant to the authority vested in me by KRS 42.014, KRS 12.270, KRS 45A.050, and 45A.230, I, Lori H. Flanery, Secretary of the Finance and Administration Cabinet, do hereby order and direct the following:

I. Upon the request of an Executive Branch agency, the Finance and Administration Cabinet (“FAC”) shall formally review any dispute arising where the agency has requested documents from a private vendor that holds a state contract and the vendor has refused access to said documents under a claim that said documents are not directly pertinent or relevant to the agency’s inquiry upon which the document request was predicated.

II. Upon the request of an Executive Branch agency, the FAC shall formally review any situation where the agency has requested documents that the agency deems necessary to

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 8 of 143

REVISED: 10-7-13

Page 10: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

2

conduct audits, investigations or any other formal inquiry where a dispute has arisen as to what documents are necessary to conclude the inquiry.

III. Upon receipt of a request by a state agency pursuant to Sections I & II, the FAC shall consider the request from the Executive Branch agency and the position of the vendor or party opposing the disclosure of the documents, applying any and all relevant law to the facts and circumstances of the matter in controversy. After FAC’s review is complete, FAC shall issue a Determination which sets out FAC’s position as to what documents and/or records, if any, should be disclosed to the requesting agency. The Determination shall be issued within 30 days of receipt of the request from the agency. This time period may be extended for good cause.

IV. If the Determination concludes that documents are being wrongfully withheld by the private vendor or other party opposing the disclosure from the state agency, the private vendor shall immediately comply with the FAC’s Determination. Should the private vendor or other party refuse to comply with FAC’s Determination, then the FAC, in concert with the requesting agency, shall effectuate any and all options that it possesses to obtain the documents in question, including, but not limited to, jointly initiating an action in the appropriate court for relief.

V. Any provisions of any prior Order that conflicts with the provisions of this Order shall be deemed null and void.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 9 of 143

REVISED: 10-7-13

Page 11: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

SPECIAL NOTE FOR RECIPROCAL PREFERENCE

Reciprocal preference to be given by public agencies to resident bidders

By reference, KRS 45A.490 to 45A.494 are incorporated herein and in compliance regarding the bidders residency. Bidders who want to claim resident bidder status should complete the Affidavit for Claiming Resident Bidder Status along with their bid in the Expedite Bidding Program. Submittal of the Affidavit should be done along with the bid in Bid Express.

03/01/2011

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 10 of 143

REVISED: 10-7-13

Page 12: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

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

DGA BASE FOR SHOULDERSUnless otherwise noted, the Department estimates the rate of application for DGA Base for Shoulders to be 115 lbs/sy per inch ofdepth. The Department will not measure necessary grading and/or shaping of existing shoulders prior to placing of DGA Base, butshall be incidental to the Contract unit price per ton for DGA Base.Accept payment at the Contract unit price per ton as full compensation for all labor, materials, equipment, and incidentals for gradingand/or shaping of existing shoulders and furnishing, placing, and compacting the DGA Base.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 11 of 143

REVISED: 10-7-13

Page 13: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Sound Barrier Wall Project No:Page 1 of 16

JEFFERSON COUNTY Install Sound Barrier Wall on the South Side of I-264

and along the Southern Parkway Exit Ramp from Cliff Ave to Southern Parkway

Item No. 5-8633.00 Remove existing Sound Barrier Wall at Cliff Ave

Reconstruct Pedestrian Sidewalk Ramp to ADA Standards Item No. 5-8634.00

Project No. JL04 056 0264 009-010

TABLE OF CONTENTS

Project Description General Notes Special Notes for Sound Barrier Wall Construction Special Notes for Sound Barrier Walls Special Note for Disincentives Special Notes for Drilled Shafts Special Notes for Barcode Sign InventorySpecial Notes for Portable Changeable Message SignsProject Completion Date Standard DrawingsGeotechnical Document

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 12 of 143

REVISED: 10-7-13

Page 14: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Sound Barrier Wall Project No:Page 2 of 16

SOUND BARRIER WALL PROJECT DESCRIPTION

Project No. JL04 056 0264 009-010

The purpose of this project is to construct a sound barrier wall on the South side of I-264 (Watterson Expressway) and along the Southern Parkway Exit Ramp from Cliff Ave to Southern Parkway, as shown on the plan set. The project includes the following items:

Installation of sound barrier wall which includes the design of the sound barrier wall with foundation; andRemoval and disposal of the existing sound barrier wall at Cliff Ave as shown in the plans; and Removal of the existing sidewalk ramp to the pedestrian overpass at Cliff Ave; andConstruction of an ADA compliant sidewalk to the pedestrian overpass at Cliff Ave as shown in the plans; andConstruction of drainage structures; andMaintaining and controlling traffic; andOther miscellaneous items defined in the plans, notes, and estimated bid item quantities.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 13 of 143

REVISED: 10-7-13

Page 15: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Sound Barrier Wall Project No:Page 3 of 16

GENERAL NOTES

Project No. JL04 056 0264 009-010

EXISTING STORM DRAINAGE FACILITIES AND UNDERGROUND UTILITIES:The Contractor shall use all possible care in his operations to avoid damaging existing pipes and any underground existing utilities. He shall be responsible for any damages to the above mentioned items and shall repair or restore at his own expense any items damaged as the result of his operations.

The existing storm drainage facilities and underground utilities shown on the plans are based on record drawings provided by the respective agencies. It is the responsibility of the contractor to verify the accuracy (both location and elevation) of the facilities prior to fabrication of the sound wall panels due to the potential impact with the proposed drilled shafts. This work is incidental to “Site Preparation”.

OVERHEAD UTILITIES:The minimum vertical clearance of existing overhead utilities should be 18 feet on state roads and 24 feet when crossing interstate or other limited access highway roadways and ramps. Clearance must also adhere to the requirements of the National Electric Safety Code, American Standards Institute, and Institute of Electrical and Electronic Engineers, Inc. Any questions concerning working around the existing facilities in the area can be addressed at the preconstruction meeting.

UTILITIES (HAZARDOUS OR FLAMMABLE MATERIAL):The Contractor is advised to exercise caution in his operations in areas of gas line or other lines carrying hazardous material.

CONSTRUCTION MATERIAL DISPOSAL:All material that is required to be removed shall be disposed of off the Right-of-Way at sites acquired by the Contractor and approved by the Engineer, at no additional cost to the department, per section 204.03.08 of current KYTC Standard Specifications.

EXISTING SIGNS:It is the Contractor’s responsibility to remove the existing route sign on the south side of the Southern Parkway exit ramp at Sta. 121+93 as shown in the plans.

AVOIDANCE OF UNDERGROUND TRAFFIC DEVICES:It is the Contractor's responsibility to coordinate with Central Office traffic through the Engineer when working near or affecting underground traffic control devices located

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 14 of 143

REVISED: 10-7-13

Page 16: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Sound Barrier Wall Project No:Page 4 of 16

within the project limits. Locations of existing traffic devices may not be completely reflected on the plans and should be addressed before beginning construction. The Contractor shall be responsible for any damages to the above mentioned items and shall repair or restore at their own expense any items damaged as a result of his operations.

BEFORE YOU DIG:

THE CONTRACTOR IS INSTRUCTED TO CALL 1-800-752-6007 TO REACH KY 811, THE ONE-CALL SYSTEM FOR INFORMATION ON THE LOCATION OF EXISTING UNDERGROUND UTILITIES. THE CALL IS TO BE PLACED A MINIMUM OF TWO (2) AND NO MORE THAN TEN (10) BUSINESS DAYS PRIOR TO EXCAVATION. THE CONTRACTOR SHOULD BE AWARE THAT OWNERS OF UNDERGROUND FACILITIES ARE NOT REQUIRED TO BE MEMBERS OF THE KY 811 ONE-CALL BEFORE-U-DIG (BUD) SERVICE. THE CONTRACTOR MUST COORDINATE EXCAVATION WITH THE UTILITY OWNERS, INCLUDING THOSE WHOM DO NOT SUBSCRIBE TO KY 811. IT MAY BE NECESSARY FOR THE CONTRACTOR TO CONTACT THE COUNTY COURT CLERK TO DETERMINE WHAT UTILITY COMPANIES HAVE FACILITIES IN THE AREA.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 15 of 143

REVISED: 10-7-13

Page 17: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Sound Barrier Wall Project No:Page 5 of 16

SPECIAL NOTES FOR SOUND BARRIER WALL CONSTRUCTION

Project No. JL04 056 0264 009-010

THIS PROJECT IS A FULLY CONTROLLED ACCESS HIGHWAY

GENERAL

All work shall be performed in accordance with the Department's Standard Specifications, current Standard Drawings, and the Manual on Uniform Traffic Control Devices (MUTCD), latest edition adopted by the Department, except as specified in these notes or elsewhere in this proposal. Section references are to the Standard Specifications.

ON-SITE INSPECTION

Each Contractor submitting a bid for this work shall make a thorough inspection of the site prior to submitting his bid and shall thoroughly familiarize himself with existing conditions so that the work can be expeditiously performed after a contract is awarded. Submission of a bid will be considered evidence of this inspection having been made. Any claims resulting from site conditions will not be honored by the Department.

RIGHT-OF-WAY LIMITS

The Department has not established the exact limits of right-of-way with the exception of the Jefferson County School District’s property. Limit activities to obvious Right-of-Way and Temporary Easement work areas, if any, secured by the Department through consent and release of the adjacent property owners. Be responsible for all encroachments onto private lands.

PROPERTY DAMAGE AND RESTORATION

The Contractor shall be responsible for all damage to public and/or private property resulting from the work. All disturbed features shall be restored in like kind materials and designed at no additional cost to the Department.

SOUND BARRIER WALLS

See “Special Notes for Sound Barrier Walls” and the Plans.

MAINTAINING AND CONTROLLING TRAFFIC

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 16 of 143

REVISED: 10-7-13

Page 18: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Sound Barrier Wall Project No:Page 6 of 16

See “Maintenance of Traffic General Notes” in the Roadway Plan Set.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 17 of 143

REVISED: 10-7-13

Page 19: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Sound Barrier Wall Project No:Page 7 of 16

SPECIAL NOTES FOR SOUND BARRIER WALLS

Project No. JL04 056 0264 009-010

I. DESCRIPTION

All work shall be performed in accordance with the Department's latest Standards and Supplemental Specifications and applicable Special Provisions and Standard and Sepia Drawings, except as specified in these notes or elsewhere in this proposal. Section references are to the Standard Specifications. This work shall consist of the sound barrier wall and foundation design, construction plans for the foundation, shop drawing preparation, and construction of precast concrete sound barrier walls, including construction of the drilled shaft foundations, in reasonably close conformity with the lines and grades shown on the contract plans and the Contractor’s approved plans.

All references to AASHTO are to the AASHTO Standard Specifications for Highway Bridges, Current Edition with Interims.

All references to the Guide Specifications are to the AASHTO Guide Specifications for Structural Design of Barriers Current Edition with Interims.

The “Appendix” to this Special Note contains the project specific requirements.

II. DESIGN

A. General

Furnish plans for sound barrier walls and drilled shaft foundations designed by a Registered Professional engineer licensed to practice in the Commonwealth of Kentucky. Design according to the Guide Specifications, AASHTO, and the Contract plans and documents. Design for an 84-mph wind velocity. Design for exposure category in accordance with the Guide Specifications (see the “Appendix”). Design for wind pressure based on the Exposure Category and the height to the centroid (mid-height) of the loaded area. Apply the wind pressure as a uniform load.

The Contractor’s design shall comply with all restrictions imposed by the site conditions and the proposal notes and plan sheets such as drainage, accommodation of existing and proposed utilities, limitations on dimensions or sound barrier wall location, fire hydrant access, and other conditions noted or found in the field. The top and bottom of the sound barrier wall elevation throughout shall be as shown on the contract plans.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 18 of 143

REVISED: 10-7-13

Page 20: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Sound Barrier Wall Project No:Page 8 of 16

Design a free standing sound barrier wall finished on both sides. The maximum precast panel length shall be 40 feet. Design all sound barrier walls for the same appearance and materials. Design drilled shafts for foundations; spread footings or other type foundation designs will not be accepted.

Geotechnical work to determine the soil conditions and for the design of the drilled shaft foundation has been performed by the Department.

B. Site Conditions

Be advised that Section 102.06 of the Specifications applies to this project. It shall be distinctly understood that any references in the contract plans and other contract documents to rock, rock disintegration zone, earth, or any other subsurface material whether in numbers, words, letters, or lines is solely for the Department's information. The Bidder draws his own conclusions as to the field conditions to be encountered.

Tops of drilled shafts are to be a minimum of 6 inches below finished grade unless otherwise shown on the contract plans or “Appendix”.

C. Utilities

Take into consideration existing and proposed utilities and the Department's electrical service for interchange lighting in the vicinity of the sound barrier walls when developing sound barrier wall details. Show on the Contractor's plans and shop drawings additional work or materials necessary to construct the sound barrier wall without disturbing the utilities. Repair or replace features damaged during construction in like kind materials and design at no additional cost to the Department.

D. Contractor Submittals

Submit design calculations and plans to the Engineer for review within thirty calendar days of the “Notice to Begin Work”. Submit adequate documentation of proprietary designs and/or products to the Engineer for review.

Conduct a geotechnical investigation for the proposed wall. Submit a subsurface exploration and laboratory testing plan and submit for Department review prior to beginning any design work on the drilled shaft foundations. Subsurface exploration and laboratory testing must be performed by prequalified contractors/consultants on the Department’s approved list and in accordance with the Department’s Geotechnical Manual. Obtain sufficient subsurface information in order to design the drilled shaft foundations for axial and lateral loading

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 19 of 143

REVISED: 10-7-13

Page 21: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Sound Barrier Wall Project No:Page 9 of 16

conditions. Show field measured top of rock elevations, as appropriate, on the Contractor’s plans. The cost of the geotechnical investigation is incidental to the Sound Barrier Wall.

Submit three complete sets of the design calculations and five complete sets of the plans for the sound barrier wall to the Engineer for approval. Design calculations shall include the design for each component of the wall and the wall as a unit. Include the design for the horizontal connection (dowels, etc.) between panels. Include drilled shaft foundation design for axial and lateral loading. Show on the plans the drilled shaft foundations. One set of design calculations and plans, with any corrections noted will be returned to the Contractor. Each time corrections are made, three copies of the revised calculation sheets and/or five copies of the revised plan sheets shall be submitted.

The Department will review the design calculations and plans for general conformance with the Guide Specifications, AASHTO, this Special Note, and the Contract Documents. The design calculations, plans, details and dimensions may not be completely checked. The Contractor shall be responsible for the accuracy of his design calculations and for compatibility with the contract plans. The Department’s review will not relieve the Contractor of responsibility for the accuracy and completeness of the design calculations and plans.

Upon final approval by the Department, furnish original Mylar reproducible drawings of the Contractor’s approved plans to the Engineer. The Department will provide copies of the approved plans to the Contractor.

Do not produce shop drawings before the Department's approval of the design calculations and Contractor’s plans is completed. The Contractor’s wall design engineer providing the design calculations and plans shall be responsible for shop drawing review. The Contractor’s wall design engineer shall provide the Engineer ten sets of reviewed and approved shop drawings for the wall and provide the Department with a statement of assurance that the shop drawings are accurate and that they satisfy the project requirements. Each sheet of two copies of the shop drawings shall be dated, sealed, and signed by the wall design engineer providing the Contractor’s design for the wall. Place the Drawing Number on the lower right hand side of all shop drawings.

Do not order materials or begin fabrication or construction before the Department's review of the shop drawings is completed. The Contractor may request permission from the Engineer to begin foundation construction at his own risk. Written permission from the engineer is required.

After acceptance by the Department, submit requests for changes to the design calculations, Contractor’s approved plans and shop drawings to the Engineer.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 20 of 143

REVISED: 10-7-13

Page 22: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Sound Barrier Wall Project No:Page 10 of 16

Obtain written acceptance from the Engineer before incorporating any of the requested changes into the work.

Allow thirty working days for the Department’s review of each submission of the design calculations, Contractor’s plans, and shop drawings for the sound barrier wall. The thirty-day period begins when the design calculations, Contractor’s plans, or shop drawings are received by the Engineer. Additional time required by the Department to review re-submissions shall not be cause for extending the specified completion date. Provide additional re-submissions as requested at no additional cost to the Department and with no extension of the specified completion date.

III. SOUND BARRIER WALLS

See the “Appendix” for permitted wall type and architectural treatment.

Precast Concrete Wall

Precast Concrete panels may be pilaster (post), and panel design or connected panels.

Precast concrete panels, pilasters, and other precast elements shall comply with Section 605 of the Standard Specifications. Precast concrete shall be Class D with a minimum 28-day compressive strength of 5000 p.s.i. All materials and reinforcement shall conform to the Department's Standard Specifications.

Precast panels, pilasters, and other precast elements may be prestressed. Prestress fabrication shall be in accordance with Section 605 of the Standard Specifications. Prestressing tendons may be either bar or strand. Prestressing bars shall conform to ASTM A722. 'Uncoated Steel Bars for Prestressed Concrete'. Prestressing strands shall be seven wire strands conforming to ASTM A416, 'Uncoated Seven-wire Stress-Relieved Strand for Prestressed Concrete'.

Use drilled shafts as foundation. The Contractor's design should be in accordance to the Special Note for Drilled Shafts (11C) of the Standard Specifications. The Contractor's plans shall indicate whether or not permanent casings will be required. Drilled Shaft Common, Drilled Shaft Solid Rock, Rock Sounding, and Rock Coring will be incidental to the Sound Barrier Wall and will not be measured for separate payment. The Contractor will not be required to conduct a subsurface exploration as outlined in Section 3.5 of the Special Note for Drilled Shafts if an adequate subsurface exploration is conducted as outlined in Section II.D of this note.

Use preformed joint filler complying with AASHTO M153 for Types I, II, or III or AASHTO M213.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 21 of 143

REVISED: 10-7-13

Page 23: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Sound Barrier Wall Project No:Page 11 of 16

Use epoxy coated steel dowels to provide positive horizontal alignment of panels coated in accordance with Section 811.10.

Provide positive means of alignment between panels. Use tongue and grove joints or steel dowels. If steel dowels are used at horizontal joints between panels, install no less than one dowel at the mid-point for panels up to 20 feet long and no less than two dowels at the third point for panels over 20 feet long.

Seal all joints between panels and between pilasters and panels to prevent sound leaks. Obtain the Engineer’s approval of the sealant before use.

Step elevation changes at the top of the sound barrier wall except for end panels. Construct the top of sound barrier level between steps. Make steps only at the pilasters. Construct the top of the sound barrier wall at or above the elevation of the top of the sound barrier shown on the contract plans.

Construct reinforced concrete pilasters. Cast using metal forms. Construct pilasters that protrude a maximum of twelve inches from the front face of the precast panels. Connect pilasters to drilled shaft foundations above the finish grade. Use bolted galvanized steel for the connections; the Engineer will not allow or permit field welding.

Obtain the Engineer’s approval of joint materials and details before use.

Lightweight Walls

Where shown on the plans, design a free standing lightweight sound barrier wall, finished on both sides. Design all sound barrier walls for the same appearance and materials. Where applicable, design for drilled shaft foundations; other type foundation designs will not be accepted.

Provide a sound barrier wall consisting of metal panels filled with a lightweight acoustically inhibiting material. The steel panels shall be fabricated and galvanized in accordance with ASTM A-653. The fill material shall be a maximum density of 8 lbs per cubic feet.

The maximum panel length shall be 10 feet.

The lightweight wall must be an approved product and may consist of either one of the following products or an approved equivalent:

Empire Acoustical Systems Silent Screen Centria Eco Sound Barrier

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 22 of 143

REVISED: 10-7-13

Page 24: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Sound Barrier Wall Project No:Page 12 of 16

Noise barrier panels shall provide a sound transmission coefficient (STC) of at least 26 when tested in accordance with ASTM E90-04 “Standard Test Method of Laboratory Measurement of Airborne Sound Transmission Loss of Building Partitions and Elements.” The acoustically absorptive surface of the panels shall be installed facing traffic.

All fabricated steel members, posts, base plates, connection plates, fillers, etc, are to be ASTM A709 Grade A36 or Grade 50 and hot dipped galvanized after fabrication in accordance with AASHTO M111 and M232 or ASTM A123. Anchor bolts are to be A307 or A35 and all hardware shall be galvanized in accordance with ASTM A123.

Use drilled shafts as foundation where shown on the contract plans. The Contractor's design should be in accordance to the Special Note for Drilled Shafts (11C) of the Standard Specifications. The Contractor's plans shall indicate whether or not permanent casings will be required. Drilled Shaft Common, Drilled Shaft Solid Rock, Rock Sounding, and Rock Coring will be incidental to the Sound Barrier Wall and will not be measured for separate payment. The Contractor will not be required to conduct a subsurface exploration as outlined in Section 3.5 of the Special Note for Drilled Shafts if an adequate subsurface exploration is conducted as outlined in Section II.D of this note.

Longitudinally arranged channel sections on the bottom of the panel shall form a tongue and groove interlock joint when stacked.

Seal all joints between panels and between pilasters and panels to prevent sound leaks. Obtain the Engineer’s approval of the sealant before use.

Step elevation changes at the top of the sound barrier wall except for end panels. Construct the top of sound barrier level between steps. Make steps only at the pilasters. Construct the top of the sound barrier wall at the elevation shown on the contract plans. The top of the pilaster elevation should match the elevation of the highest adjacent panel.

Obtain the Engineer’s approval of joint materials and details before use.

Finish Requirements:

Panels – Provide a smooth finish, preferably without holes or perforations (though not required), as approved by the Resident Engineer.

Columns- Pilasters shall be galvanized steel and painted with a three coat system in accordance with Section 607.03.23 of the specifications. The color shall match the color of the existing wall on the south side of I-264 ending at the beginning of this project. The color shall be approved by the Resident Engineer.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 23 of 143

REVISED: 10-7-13

Page 25: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Sound Barrier Wall Project No:Page 13 of 16

Color – All surfaces of the panels and columns shall be prefinished and match the color of the existing wall on the south side of I-264 ending at the beginning of this project. The color shall be approved by the Resident Engineer.

Provide two samples of the lightweight panels, a minimum of four feet by eight feet, for the Department’s approval. Retain one sample at the plant for a standard of comparison for the production panels. Deliver the second sample to the project site. Fabrication and delivering the samples to the job site will not be measured for separate payment, but shall be incidental to Sound Barrier Wall.

IV. MATERIALS APPROVAL

All materials shall be sampled and tested in accordance with the Department's Sampling Manual and the materials shall be available for sampling a sufficient time in advance of the use of the materials to allow for the necessary time for testing. Unless otherwise specified in these Notes, obtain acceptance of materials from the Engineer before use.

V. CONSTRUCTION

Perform site preparation necessary to construct the sound barrier wall in accordance with the Standard Specifications, contract plans, Contractor's approved plans and notes in the proposal. Clear and grub the minimum area required to construct the wall. Sound standing trees and shrubs within the construction limits shall be trimmed or removed only as directed or approved by the Engineer. The Engineer may direct minor alignment changes to avoid damage to existing trees or shrubs.

Construct sound barrier walls in accordance with the contract plans, the Contractor’s approved plans, and the approved shop drawings. Construct vertical and horizontal joints so that the sound barrier wall is structurally sound and with no sound leaks. Construct the face of the completed sound barrier wall without deviation from the vertical of more than ½ inch in ten feet and with horizontal alignment conforming to the neat line shown on the contract plans.

Alternate drilled shaft foundation designs are permitted if solid rock is encountered above the solid rock line shown on the Contractor’s approved plans; however contact the Engineer before revising the drilled shaft foundations. Revised calculations and Contractor’s plans will be required. Obtain the Engineer's acceptance of revised drilled shaft foundation designs before constructing. Construct the tops of drilled shaft foundations a minimum of six inches below finish grade on both sides of the sound barrier wall. There will be no deduction in area to be measured for payment when drilled shaft foundations protrude into the sound barrier bottom pay limit.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 24 of 143

REVISED: 10-7-13

Page 26: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Sound Barrier Wall Project No:Page 14 of 16

Revising the drilled shaft foundation designs shall not be cause for an extension in contract time or change the contract price.

Transport, store, handle, and erect precast units in accordance with Section 605 of the Standard Specifications.

Protect all masonry materials from the weather from the time of manufacture until they are in the finished sound barrier walls.

Construction of the ditches shown on the plans will not be measured for payment but shall be incidental to Site Preparation.

After constructing the wall, clean all sound barrier wall surfaces. Clean from the top of the wall to twelve inches below finished grade on both sides. Use a cleaner selected by the Contractor and approved by the Engineer.

VI. MEASUREMENT

SOUND BARRIER WALL

Sound Barrier Walls will be measured in square feet of surface area in a vertical plane between the vertical and horizontal limits, top of wall elevations, and lateral limits shown on the Contractor's approved plans or approved changes; however, tops of footings may be above the minimum depth of burial with no reduction in area to be measured.

Any area of the sound barrier wall outside the approved vertical and horizontal plan limits as shown on the approved plans or changes approved or directed by the Engineer will not be measured for payment. Approved adjustments in the area will be measured in square feet and the final quantity will be increased or decreased as applicable.

The Department will not measure caps, copings, joint sealants, void fill material, weep holes, connectors, trim, surface finish, concrete stain, cleaning, sample panels, and incidental items that are a normal part of the sound barrier wall construction, but shall be incidental to Sound Barrier Wall.

FOUNDATION PREPARATION

Contrary to Section 603.04.03, Foundation Preparation will be measured as lump sum. Structure Excavation Common, Structure Excavation Solid Rock, Structure Excavation Unclassified, Foundation Undercut, Drilled Shaft Common, Drilled Shaft Solid Rock, Rock Sounding, and Rock Coring for removal of unsuitable foundation materials will not be measured for separate payment but shall be incidental to Foundation Preparation or Site Preparation.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 25 of 143

REVISED: 10-7-13

Page 27: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Sound Barrier Wall Project No:Page 15 of 16

SITE PREPARATION

Site Preparation will be measured as Lump Sum. The work will include, but not be limited to, clearing and grubbing, incidental excavation, grading, backfilling, embankment, and ditching and shouldering; removal of obstructions or any other items; disposal of materials, waste, and debris; temporary and permanent erosion control; restoration, final dressing, and seeding and protection. The Department has not determined the area of clearing and grubbing and the Contractor shall make his own determination. Construct silt traps and temporary silt fence as directed by the Engineer. Perform all site preparation only as approved or directed by the Engineer. Other than the specific items listed, all site preparation work will be incidental to the lump sum bid for Site Preparation.

VII. PAYMENT

Payment at the contract unit price per square foot shall be full complete compensation for all labor, materials, equipment, and incidentals to design and construction of the sound barrier walls.

CODE PAY ITEM PAY UNIT

21590EN Light-Weight Sound Barrier Wall Square Feet 21590EN Sound Barrier Wall Square Feet 08003 Foundation Preparation Lump Sum 20257NC Site Preparation Lump Sum

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 26 of 143

REVISED: 10-7-13

Page 28: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Sound Barrier Wall Project No:Page 16 of 16

APPENDIX

Standard Specifications: Kentucky Department of Highways Standard Specifications for Road and Bridge Construction, latest Edition.

AASHTO: AASHTO Standard Specifications for Highway Bridges, latest Edition with Current Interims.

Guide Specifications: AASHTO Guide Specifications for Structural Design of Barriers, latest Edition with Interims.

The Exposure Category is C.

The permitted Wall Type is precast concrete panels mounted on reinforced concrete pilasters, with drilled shaft foundation, no alternate.

Finish Requirements:

Precast Panels – Provide an architectural formed finish representing an ashlar stone form-lined surface on both sides of the wall as approved by the Resident Engineer.

Lightweight Panels - Provide a smooth finish, preferably without holes or perforations (though not required), as approved by the Resident Engineer.

Pilasters - Pilasters shall be concrete and shall be cast using metal forms.

Color – All concrete surfaces of the precast panels and pilasters shall be stained using pigmentation matching the existing sound barrier walls along the south side of I-264 near Taylor Blvd, as approved by the Resident Engineer.

Provide two samples of the precast concrete panels, a minimum of four feet by eight feet, cast using same form liners as proposed for production for the Department’s approval. Retain one sample at the casting yard for a standard of comparison for the production panels. Deliver the second sample to the project site.

Casting and delivering the samples to the job site will not be measured for separate payment, but shall be incidental to Sound Barrier Wall.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 27 of 143

REVISED: 10-7-13

Page 29: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Sound Barrier Wall Project No:Page 17 of 16

SPECIAL NOTE FOR DISINCENTIVES

Project No. JL04 056 0264 009-010

Disincentives or liquidated damages in the amount of $1000 will be assessed for each hour or part of an hour a lane closure remains in place during periods prohibited by the Traffic Management Plan:

Contrary to KYTC Standard Specification Section 108.09, liquidated damages will be assessed regardless of whether seasonal limitations prohibit the Contractor from performing work on the controlling operation.

All liquidated damages will be applied accumulatively.

All other applicable portions of KYTC Standard Specification Section 108 apply.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 28 of 143

REVISED: 10-7-13

Page 30: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

11C

SPECIAL NOTE FOR DRILLED SHAFTS

1.0 DESCRIPTION. Furnish all equipment, materials and labor necessary for constructingreinforced concrete drilled shafts in cylindrically excavated holes according to the details shown on the plans or as the Engineer directs. Construct the shaft to the lines and dimensionsshown on the plans, or as the Engineer directs.

2.0 MATERIALS.

2.1 Concrete. Use Class A Modified concrete unless otherwise shown on the plans.The slump at the time of placement shall be 6.5 to 9.5 inches, the coarse aggregate shall be size 67, 68, 78, 8 or 9M, and the water/cementitious material ratio shall not exceed 0.45. Include water reducing and retarding admixtures. Type F high range water reducers used in combination with retarding admixtures or Type G high range water reducers fully meetingtrial batch requirements are permitted and Class F fly ash is permitted in conformance with Section 601. Design the mix such that the concrete slump exceeds 4 inches at 4 hours after batching. If the estimated concrete transport, plus time to complete placement, exceeds 4 hours, design the concrete to have a slump that exceeds 4 inches or more for the greater timeafter batching.

Perform trial batches prior to beginning drilled shaft construction in order to demonstratethe adequacy of the proposed concrete mix. Demonstrate that the mix to be used will meet therequirements for temperature, slump, air content, water/cementitious material ratio, and compressive strength. Use the ingredients, proportions and equipment (including batching,mixing, and delivery) to be used on the project. Make at least 2 independent consecutive trialbatches of 3 cubic yards each using the same mix proportions and meeting all specificationrequirements for mix design approval. Submit a report containing these results for slump, air content, water/cement ratio, temperature, and compressive strength and mix proportions for each trial batch to the Engineer for review and approval. Failure to demonstrate the adequacyof the concrete mix, methods, or equipment to the Engineer is cause for the Engineer to require appropriate alterations in concrete mix, equipment, and/or method by the Contractor toeliminate unsatisfactory results. Perform additional trial batches required to demonstrate the adequacy of the concrete mix, method, or equipment.

2.2 Steel Reinforcement. Provide Grade 60 deformed bars conforming to Section 811of the Standard Specifications. Rail steel is permitted for straight bars only. Place according to Section 602 of the Standard Specifications, this Special Note, and the plans. Use non-corrosive centering devices and feet to maintain the specified reinforcement clearances.

2.3 Casings. Provide casing meeting the requirements of AASHTO M270 Grade 36steel unless otherwise specified. Ensure casing is smooth, clean, watertight, true and straight,and of ample strength to withstand handling, installation, and extraction stresses and the pressure of both concrete and the surrounding earth materials. Ensure the outside diameter ofcasing is not less than the specified diameter of shaft.

Use only continuous casings. Cut off the casing at the prescribed elevation and trim to within tolerances prior to acceptance. Extend casing into the Rock Disintegration Zone(RDZ), or rock, a sufficient distance to stabilize the shaft excavation against collapse,excessive deformation, and/or flow of water if required and/or shown on the plans.

Install from the work platform continuous casing meeting the design thickness requirements, but not less than 3/8 inch, to the elevations shown on the plans. When drilled shafts are located in open water areas, extend casings above the water elevation to the plan tipelevation to protect the shaft concrete from water action during concrete placement and

1

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 29 of 143

REVISED: 10-7-13

Page 31: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

11C

curing. If temporary surface casings are used, extend each casing up to the work platform.Remove all temporary surface casing prior to final acceptance unless otherwise permitted bythe Central Office Construction Engineer.

Ensure casing splices have full penetration butt welds conforming to the current editionof AWS D1.1 with no exterior or interior splice plates and produce true and straight casing.

2.4 Slurry. When slurry is to be used for installation of the Drilled Shaft, submit adetailed plan for its use and disposal. The plan should include, but not be limited to the following:

1) Material properties 2) Mixing requirements and procedures 3) Testing requirements4) Placement procedures 5) Disposal techniques

Obtain the Central Office Division of Construction’s approval for the slurry use anddisposal plan before installing drilled shafts.

2.5 Tremies. Provide tremies of sufficient length, weight, and diameter to dischargeconcrete at the shaft base elevation. Ensure the tremie diameter is least 6 times the maximumsize coarse aggregate to be used in the concrete mix and no less than 10 inches. Provide adequate wall thickness to prevent crimping or sharp bends that restrict concrete placement.Support tremies used for depositing concrete in a dry drilled shaft excavation so that the freefall of the concrete does not cause the shaft excavation to cave or slough. Maintain a clean and smooth tremie surface to permit both flow of concrete and unimpeded withdrawal during concrete placement. Do not allow any aluminum parts to contact the concrete. Constructtremies used to deposit concrete for wet excavations so that they are watertight and willreadily discharge concrete.

2.6 Concrete Pumps. Provide pump lines with a minimum diameter of 5 inches and watertight joints.

2.7 Drop Chutes. Do not use aluminum drop chutes.

3.0 CONSTRUCTION.

3.1 Preconstruction.

3.1.1 Prequalification. The Department will require prequalification by theDivision of Construction Procurement before accepting a bid for theconstruction of Drilled Shafts.

3.1.2 Pre-Bid Inspection. Inspect both the project site and all subsurface information, including any soil or rock samples, prior to submitting a bid. Contact the Geotechnical Branch (502-564-2374) to schedule a viewing ofthe subsurface information. Failure to inspect the project site and view thesubsurface information will result in the forfeiture of the right to file a claimbased on site conditions and may result in disqualification from the project.

3.1.3 Drilled Shaft Installation Plan. Upon request, the Department will reviewa Drilled Shaft Installation Plan. Submit the plan no later than 45 calendar

2

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 30 of 143

REVISED: 10-7-13

Page 32: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

11C

days prior to constructing drilled shafts. Items covered in this plan shouldinclude, but not be limited to the following:

1) Name and experience record of jobsite drilled shaft superintendent andforemen in charge of drilled shaft operations for each shift.

2) List and size of proposed equipment including cranes, drills, augers,bailing buckets, final cleaning equipment, desanding equipment, slurrypumps, core sampling equipment, tremies or concrete pumps, casings, etc.

3) Details of overall construction operation sequence and the sequence ofshaft construction in the bents or groups.

4) Details of shaft excavation methods including methods to over-ream or roughen shaft walls, if necessary.

5) Details of slurry when the use of slurry is anticipated. Include methodsto mix, circulate, and desand the proposed slurry. Provide details ofproposed testing, test methods, sampling methods, and test equipment.

6) Details of proposed methods to clean shaft and inside of casing afterinitial excavation.

7) Details of reinforcement handling, lifting, and placement includingsupport and method to center in shaft. Also include rebar cage supportduring concrete placement and temporary casing removal.

8) Details of concrete placement including procedures for concrete tremieor pump. Include initial placement, raising during placement, and overfilling of the shaft to expel contaminated concrete.

9) Required submittals including shop drawings and concrete design mixes.

10) Other information shown in the plans or requested by the Engineer. 11) Special considerations for wet construction. 12) Details of environmental control procedures to protect the environment

from discharge of excavation spoil, slurry (natural and mineral), and concrete overpour.

The Division of Construction will review the submitted procedure andprovide comments and recommendations. The Contractor is responsible for satisfactory construction and ultimate performance of the Drilled Shaft.

3.2 General Construction. Construct drilled shafts as indicated in the plans or described in this Special Note by either the dry or wet method. When the plans describe aparticular method of construction, use this method unless the Engineer permits otherwise. When the plans do not describe a particular method, propose a method on the basis of its suitability to the site conditions.

When necessary, set temporary removable surface casing. Use surface casing of sufficient length to prevent caving of the surface soils and to aid in maintaining shaft positionand alignment. Predrilling with slurry and/or over-reaming to the outside diameter of the casing may be required to install the surface casing at some sites.

Provide equipment capable of constructing shafts to the deepest shaft depth shown in theplans plus 15 feet, 20 percent greater than the longest shaft (measured from the ground orwater surface to the tip of the shaft), or 3 times the shaft diameter, whichever is greater.Blasting excavation methods are not permitted.

Use permanent casing unless otherwise noted in the Contract. Place casing as shown on the plans before beginning excavation. If full penetration cannot be attained, the Engineer may direct that excavation through the casing be accomplished and the casing advanced until

3

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 31 of 143

REVISED: 10-7-13

Page 33: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

11C

reaching the plan tip elevation. In some cases, over-reaming to the outside diameter of the casing may be required before placing the casing. Cut off the casing at the prescribed elevation and leave the remainder of the casing in place. Do not use vibratory hammers forcasing installation within 50 feet of shafts that have been completed less than 24 hours.

3.2.1 Dry Construction Method. Use the dry construction method only at sites wherethe ground water table and soil conditions (generally stiff to hard clays or rockabove the water table) make it feasible to construct the shaft in a relatively dryexcavation and where the sides and bottom of the shaft are stable and may be visually inspected by the Engineer prior to placing the concrete. The dryconstruction method consists of drilling the shaft excavation, removingaccumulated seepage water and loose material from the excavation, and placing the shaft concrete in a relatively dry excavation.

3.2.2 Wet Construction Method. Use the wet construction method at all sites where it is impractical to excavate by the dry method. The wet construction methodconsists of drilling the shaft excavation below the water table, keeping the shaftfilled with water (including natural slurry formed during the drilling process) or slurry as defined in part 2.4 of this Special Note, desanding and cleaning theslurry as required, final cleaning of the excavation by means of a bailing bucket, air lift, submersible pump or other approved devices and placing the shaftconcrete (with a tremie or concrete pump beginning at the shaft bottom) whichdisplaces the water or slurry as concrete is placed.

Where drilled shafts are located in open water areas, construct the shafts bythe wet method using casings extending from above water elevation to the plancasing tip elevation to protect the shaft concrete from water action during placement and curing. Install the casing in a manner that will produce a positiveseal at the bottom of the casing.

3.3 Slurry. When the Contractor elects to use slurry, adjust construction operations so that the slurry is in contact with the bottom 5 feet of the shaft for less than 4 hours unless theEngineer approves otherwise. If the 4-hour limit is exceeded, over-ream the bottom 5 feet of shaft.

3.4 Cleaning. Over-reaming, cleaning, or wire brushing the sidewalls of the shaftexcavation and permanent casings may be necessary to remove the depth of softening or toremove excessive slurry cake buildup as indicated by sidewall samples or other test methodsemployed by the Engineer. Over-ream around the perimeter of the excavation a minimumdepth of 1/2 inch and maximum depth of 3 inches.

3.5 Subsurface Exploration. Take subsurface exploration borings when shown on theplans or as the Engineer directs to determine the character of the material that the shaft extends through and the material directly below the shaft excavation. Complete subsurfaceexploration borings prior to beginning excavation for any drilled shaft in a group. Extendsubsurface exploration borings a minimum depth of 3 shaft diameters but not less than 10 feetbelow the bottom of the anticipated tip of drilled shaft excavation as shown on the plans. Forsubsurface exploration borings in soil use thin-wall tube samples and perform standardpenetration tests according to the Department’s Geotechnical Manual. When shafts extendinto rock, soil samples are not required unless otherwise specified. Perform rock core drilling according to the Department’s Geotechnical Manual. When the Engineer directs, performadditional subsurface exploration borings prior to and/or during the course of the drilled shaftexcavations. Measure soil samples and/or rock cores and visually identify and describe them

4

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 32 of 143

REVISED: 10-7-13

Page 34: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

11C

on the subsurface log. Subsurface exploration borings must be performed bycontractors/consultants on the Geotechnical Branch’s approved list.

The Engineer will be on-site during the subsurface exploration process to evaluate thesoil and/or rock core samples. The Engineer will determine the need to extend the borings todepths greater than the depths previously specified. Handle, label, identify, and store soil and/or rock samples according to the Department's Geotechnical Manual and deliver themwith the subsurface logs to the Engineer within 24-hours of completing the borings.

The Engineer will inspect the soil samples and/or cores and determine the final depth of required excavation (final drilled shaft tip elevation) based on evaluation of the material'ssuitability. The Engineer will establish the final tip elevations for shaft locations, other than those for which subsurface exploration borings have been performed, based on the results ofthe subsurface exploration. Within 15 calendar days after completion of the subsurface exploration borings, the Engineer will notify the contractor of the final tip elevations for shaft locations.

3.6 Excavations. The plans indicate the expected depths, the top of shaft elevations, and the estimated bottom of shaft elevations between which the drilled shaft are to beconstructed. Drilled shafts may be extended deeper when the Engineer determines that the material encountered while drilling the shaft excavation is unsuitable and/or is not the same asanticipated in the design of the drilled shaft. Drilled shafts may be shortened when theEngineer determines the material encountered is better than that anticipated.

Begin drilled shaft excavation the excavation, excavation inspection, reinforcementplacement, and concrete placement can be completed as one continuous operation. Do not construct new shafts within 24 hours adjacent to recently completed shafts if the center-to-center spacing is less than 3 shaft diameters.

Dispose of excavated material removed from the shaft according to the Standard Specifications or the contract documents.

Do not allow workmen to enter the shaft excavation for any reason unless both a suitablecasing has been installed and adequate safety equipment and procedures have been providedto the workmen entering the excavation. Recommended Procedures for the Entry of Drilled Shaft Foundation Excavations, prepared by ADSC: The International Association of Foundation Drilling provides guideline recommendations for down-hole entry of drilledexcavations.

3.7 Obstructions. Remove subsurface obstructions at drilled shaft locations. Such obstructions may include man-made materials such as old concrete foundations or naturalmaterials such as boulders. Blasting is not permitted.

3.8 Inspections of Excavations. Provide equipment for checking the dimensions andalignment of each shaft excavation. Determine the dimensions and alignment of the shaft excavation under the observation and direction of the Engineer. Provide equipment necessaryto verify shaft cleanliness for the method of inspection selected by the Engineer.

Measure final shaft depths with a weighted tape or other approved methods after finalcleaning. Ensure the base of each shaft has less than ½ inch of sediment at the time ofconcrete placement. For dry excavations, do not allow the depth of water to exceed 3 inches for tremie or pump methods of concrete placement. Verify shaft cleanliness to the Engineer using direct visual inspection or other method the Engineers determines acceptable. Video camera or underwater inspection procedures may be used if specified in the plans. Inspect theside surfaces of rock sockets to ensure they are rough and of such condition to ensure bond between the shaft concrete and the rock. Calipers, bent rods, or other devices may be used to inspect the diameter and roughness of rock sockets. When the Engineer directs, mechanicallyroughen surfaces found to be smooth.

5

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 33 of 143

REVISED: 10-7-13

Page 35: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

11C

3.9 Reinforcing Steel Cage Fabrication and Placement. Assemble the reinforcing steel cage, consisting of longitudinal bars, ties, spirals, cage stiffener bars, spacers, centeringdevices, and other necessary appurtenances and place as a prefabricated unit immediately afterthe shaft excavation is inspected and accepted, and just prior to concrete placement.

Tie the reinforcing steel with 100 percent double-wire ties and provide support so that it will remain within allowable tolerances for position. Locate splices as shown on the plans.Splice no more than 50 percent of the longitudinal reinforcing within 2-lap splice lengths ofany location or within 3 feet of the splice location if approved mechanical connectors are used. All splices are to be in accordance with plan details. Use bands, temporary cross ties, etc. as required to provide a reinforcement cage of sufficient rigidity to prevent racking, permanent deformations, etc. during installation.

Use concrete centering devices or other approved non-corrosive centering devices at sufficient intervals along the length of the reinforcement cage to ensure concentric spacing forthe entire cage length. As a minimum, provide a set of non-corrosive centering devices at intervals not exceeding 5 feet throughout the length of the shaft. When the size of the longitudinal reinforcement exceeds one inch in diameter the minimum spacing may beincreased to 10 feet. As a minimum, provide a set of centering devices within 2 feet of the top and 2 feet of the bottom of the shaft. In addition provide one set of centering devices 2 feet above and 2 feet below each change in shaft diameter. Provide feet (bottom supports) at the bottom of the shaft on vertical bars. As a minimum, provide non-corrosive centering devicesat 60 degree intervals around the circumference of the shaft to maintain the required reinforcement clearances. Ensure the centering devices maintain the specified annularclearance between the outside of the reinforcing cage and the side of the excavated hole or casing.

Concrete centering devices and feet will be constructed of concrete equal in quality anddurability to the concrete specified for the shaft. Use epoxy coated centering devices fabricated from reinforcing steel. Use feet (bottom supports) of adequate size and number toassure the rebar cage is the proper distance above the bottom as determined by part 3.11 3) of this Special Note. The feet are not intended to support the weight of the cage. In the event that the shaft has been excavated below the anticipated tip elevation, extend the reinforcing cage at the tip (low) end by lap splices, mechanical connectors, or welded splices conformingto the Standard Specifications. In this instance, splices need not be staggered and 100 percentof the reinforcing bars may be spliced at a given location. The bottom 12 inches of the shaft may not be reinforced when below plan tip elevation.

During concrete placement, support the reinforcing cage at or near the top of shaft such that the concrete feet are positioned approximately one inch above the bottom of shaftexcavation. Not sooner than 24 hours after the completion of concrete placement, removetemporary supports. Provide the needed equipment, including extra cranes if necessary, to provide this cage support.

Prior to placing the reinforcement cage, demonstrate to the satisfaction of the Engineer that the fabrication and handling methods to be used will result in a reinforcing cage placed in the proper position, with the proper clearances, and without permanent bending, squashing, or racking of the reinforcement cage. During this demonstration bring the cage to an upright position, lower into a shaft excavation, and support as if for concrete placement.

Check the elevation of the top of the reinforcing cage before and after the concrete isplaced. If the reinforcing cage is not maintained within the specified tolerances, correct to thesatisfaction of the Engineer. Do not construct additional shafts until the contractor has modified his reinforcing cage support to obtain the required tolerances.

3.10 Concrete Placement. Place concrete according to the applicable portions of the Standard Specifications and with the requirements set forth herein. Do not apply the

6

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 34 of 143

REVISED: 10-7-13

Page 36: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

11C

provisions of the Special Note 6U for Structural Mass Concrete. Place concrete as soon as practical after reinforcing steel placement but no later than 4

hours after completion of the shaft excavation. Place concrete continuously from the bottomto above the top elevation of the shaft. For shafts that extend above ground or water surface, place concrete continuously after the shaft is full until good quality concrete is evident at the top of the shaft. Form any portion of the shaft above ground with a removable form or otherapproved method to the dimensions shown on the plans.

For shafts constructed in the wet with the top of the shaft below the water surface and below top of casing, place concrete to approximately one shaft diameter but no less than 2 feetabove the top of shaft elevation. Remove contaminated concrete and deleterious material, asdetermined by the Engineer, accumulated above the top of shaft elevation immediately after completing concrete placement. Deleterious material and contaminated concrete may be airlifted under a head of water or slurry provided that the head is maintained at or near theexterior water surface elevation. Carefully remove any concrete remaining above plan top ofshaft after curing and excess casing removal.

Place concrete either by free fall, through a tremie, or concrete pump. Use the free fall placement method in dry holes only. The maximum height of free fall placement is 20 feet.Do not allow concrete placed by free fall to contact either the reinforcing cage or holesidewall. Drop chutes may be used to direct concrete to the base during free fall placement.

Place concrete in the shaft in one continuous operation. Maintain a minimum slump of 4 inches or more throughout the placement for 4 hours after batching. Adjust approvedadmixtures in the concrete mix for the conditions encountered on the job so that the concrete remains in a workable plastic state throughout the placement. Perform slump loss tests todemonstrate that the concrete will maintain a 4-inch or greater slump for a period of timeequal to the estimated transport plus the 2-hour placement time, but not less than 4 hours.

When the Engineer determines the concrete placement methods and/or equipment during construction of any technique and/or production shafts to be inadequate, make appropriatealterations to eliminate unsatisfactory results.

Drilled shafts not meeting the concrete placement requirements of this Special Note or contract plans are unacceptable. Correct all unacceptable completed shafts to the satisfaction of the Engineer.

3.10.1 Tremie Placement. Tremies may be used for concrete placement in either wet or dry holes. Extend the tremie to the shaft base elevation before starting underwater placement. Valves, bottom plates, or plugs may be used only if concrete discharge can begin approximately 2 inches above the excavation bottom. Remove plugs from the excavation unless otherwise approved by theEngineer. Maintain tremie discharge at or near the bottom of excavation as long as practical during concrete placement. Immerse tremie discharge end as deep as practical in the concrete but not less than 10 feet.

If at any time during the concrete pour the tremie line orifice is removedfrom the fluid concrete column and discharges concrete above the rising concretesurface, the entire drilled shaft is considered defective. In such case, remove the reinforcing cage and concrete, complete any necessary sidewall cleaning or over-reaming as directed by the Engineer, and repour the shaft.

3.10.2 Pumped Concrete. Concrete pumps and lines may be used for concrete placement in either wet or dry excavations. Do not begin concrete placementuntil the pump line discharge orifice is at the shaft base elevation.

For wet excavations, use a plug or similar device to separate the concrete from the fluid in the hole until pumping begins. Remove the plug unlessotherwise approved by the engineer.

7

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 35 of 143

REVISED: 10-7-13

Page 37: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

11C

Ensure the discharge orifice remains at least 10 feet below the surface of the fluid concrete. When lifting the pump line during concrete placement, reduce theline pressure until the orifice has been repositioned at a higher level in the excavation.

If at any time during the concrete pour the pump line orifice is removed fromthe fluid concrete column and discharges concrete above the rising concrete level, the Department will consider the shaft defective. In such case, remove thereinforcing cage and concrete, complete any necessary sidewall cleaning or over-reaming as the Engineer directs, and repour the shaft.

3.10.3 Drop Chutes. Drop chutes may be used to direct placement of free fall concretein excavations where the maximum depth of water does not exceed one inch. Donot use the free fall method of placement in wet excavations. Concrete may beplaced through either a hopper at the top of the tube or side openings as the drop chute is retrieved during concrete placement. Reduce the height of free fall and/or reduce the rate of concrete flow into the excavation if the concrete placementcauses the shaft excavation to cave or slough, or if the concrete strikes the reinforcing cage or sidewall. When the Engineer determines free fall placementcannot be accomplished satisfactorily, use either tremie or pumping to accomplishthe pour.

3.11 Construction Tolerances. The following construction tolerances apply to drilled shafts unless otherwise stated in the contract document:

1) Construct drilled shaft within 3 inches of plan position in the horizontal plane at the top of the shaft.

2) Do not vary the vertical alignment of a shaft excavation from the plan alignment bymore than 1/4 inch per foot of depth or 6 inches total.

3) Maintain the top of the reinforcing steel cage no more than 6 inches above and no more than 3 inches below plan position.

4) All casing diameters shown on the plans refer to O.D. (outside diameter)dimensions. The casing dimensions are subject to American Pipe Institute tolerances applicable to regular steel pipe. A casing larger in diameter than shown in the plans may be used, at no additional cost, with prior approval by the Department.

5) Maintain the top of shaft concrete within 3 inches from the plan top of shaftelevation, measured after excess shaft concrete has been removed.

6) Design excavation equipment and methods so that the completed shaft excavationwill have a planar bottom. Maintain the cutting edges of excavation equipmentnormal to the vertical axis of the equipment within a tolerance of ± 3/8 inch per footof diameter. The tip elevation of the shaft has a tolerance of ± 6 inches from finalshaft tip elevation unless otherwise specified in the plans.

Drilled shaft excavations and completed shafts not constructed within the required tolerances are unacceptable. Correct all unacceptable shaft excavations and completed shaftsto the satisfaction of the Engineer. When a shaft excavation is completed with unacceptable tolerances, present corrective measures designed by a registered Professional Engineer forapproval.

4.0 MEASUREMENT.

4.1 Drilled Shafts. The Department will not measure for payment any trial batches

8

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 36 of 143

REVISED: 10-7-13

Page 38: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

11C

required to demonstrate the adequacy of the concrete mix, method, or equipment; additional technique shafts required to demonstrate the adequacy of concrete placement methods orequipment; concrete required to fill an oversized casing or oversized excavation; obstruction removal; over-reaming or sidewall cleaning; inspection work or inspection equipment;materials or work necessary, including engineering analyses and redesign, to alterunacceptable work methods or to complete corrections for unacceptable work; and willconsider them incidental to the Drilled Shaft.

4.1.1 Drilled Shaft, Common. The Department will measure the length, in linear feet, of drilled shaft above the top of rock elevation shown on the plans. The Department will consider this quantity Drilled Shaft, Common regardless of thecharacter of material actually encountered.

4.1.2 Drilled Shafts, Solid Rock. The Department will measure the length, in linear feet, of drilled shaft below the top of rock elevation shown on plans. TheDepartment will consider this quantity Drilled Shafts, Solid Rock regardless ofthe character of material actually encountered during excavation.

4.3 Rock Coring and Rock Sounding. The Department will measure subsurface exploration borings shown on the plans, as specified in part 3.5 of this Special Note, and as the Engineer directs, in linear feet to the nearest 0.1-foot. The Department will not measureover-reaming or subsurface exploration performed deeper than the elevations indicated on theplans, unless directed by the Engineer, for payment and will consider it incidental to this itemof work. Additionally, the Department will consider all mobilization, equipment, labor, thin wall tube samples, rock cores, standard penetration tests, incidental items, and operations necessary to complete the boring operations incidental to this item or work.

5.0 PAYMENT. The Department will make payment for the completed and acceptedquantities under the following:

Code Pay Item Pay Unit----- Drilled Shaft, Diameter*, Common Linear Foot ----- Drilled Shaft, Diameter*, Solid Rock Linear Foot 20745ED Rock Sounding Linear Foot20746ED Rock Coring Linear Foot

* See Plan Sheets for sizes of shafts.

The Department will consider payment as full compensation for all work required in thisnote.

January 1, 2008

9

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 37 of 143

REVISED: 10-7-13

Page 39: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

SPECIAL NOTE FOR BARCODE LABEL ON PERMANENT SIGNS

1.0 DESCRIPTION. Install barcode label on sign as specified in the Contract. Section references herein are to the Department’s 2012 Standard Specifications for Road and Bridge Construction.

2.0 MATERIALS. The Department will provide the Contractor with a 2 inch x 1 inch foil barcode label for each permanent sign. A unique number will be assigned to each barcode label.

The Contractor shall contact the Operations and Pavement Management Branch in the Division of Maintenance at (502) 564-4556 to obtain the barcode labels.

3.0 CONSTRUCTION. Apply foil barcode label in the lower right quadrant of the sign back. Signs where the bottom edge is not parallel to the ground, the lowest corner of the sign shall serve as the location to place the barcode label. The barcode label shall be placed no less than one-inch and no more than three inches from any edge of the sign. The barcode must be placed so that the sign post does not cover the barcode label.

Barcodes shall be applied in an indoor setting with a minimum air temperature of 50°F or higher. Prior to application of the barcode label, the back of the sign must be clean and free of dust, oil, etc. If the sign is not clean, an alcohol swab shall be used to clean the area. The area must be allowed to dry prior to placement of the barcode label.

Data for each sign shall include the barcode number, MUTCD reference number, sheeting manufacturer, sheeting type, manufacture date, color of primary reflective surface, installation date,latitude and longitude using the North American Datum of 1983 (NAD83) or the State Plane Coordinates using an x and y ordinate of the installed location.

Data should be provided electronically on the TC 71-229 Sign Details Information and TC 71-230 Sign Assembly Information forms. The Contractor may choose to present the data in a different format provided that the information submitted to the Department is equivalent to the information required on the Department TC forms. The forms must be submitted in electronic format regardless of which type of form is used. The Department will not accept PDF or handwritten forms. These completed forms must be submitted to the Department prior to final inspection of the signs. The Department will not issue formal acceptance for the project until the TC 71-229 and TC-230 electronic forms are completed for all signs and sign assemblies on the project.

4.0 MEASUREMENT. The Department will measure all work required for the installation of the barcode label and all work associated with completion and submission of the sign inventory data (TC 71-229 and TC 71-230).

The installation of the permanent sign will be measured in accordance to Section 715.

5.0 PAYMENT. The Department will make payment for the completed and accepted quantities under the following:

Code Pay Item Pay Unit24584EC Barcode Sign Inventory Each

The Department will not make payment for this item until all barcodes are installed and sign inventory is complete on every permanent sign installed on the project. The Department will make payment for installation of the permanent sign in accordance to Section 715. The Department will consider payment as full compensation for all work required under this special note.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 38 of 143

REVISED: 10-7-13

Page 40: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Effective with August 16, 2013 Letting

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 39 of 143

REVISED: 10-7-13

Page 41: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Effective with August 16, 2013 Letting

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 40 of 143

REVISED: 10-7-13

Page 42: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Effective with August 16, 2013 Letting

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 41 of 143

REVISED: 10-7-13

Page 43: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Effective with August 16, 2013 Letting

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 42 of 143

REVISED: 10-7-13

Page 44: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Effective with August 16, 2013 Letting

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 43 of 143

REVISED: 10-7-13

Page 45: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

1I

1

SPECIAL NOTE FOR PORTABLE CHANGEABLE MESSAGE SIGNS

This Special Note will apply when indicated on the plans or in the proposal.

1.0 DESCRIPTION. Furnish, install, operate, and maintain variable message signs at the locations shown on the plans or designated by the Engineer. Remove and retain possession of variable message signs when they are no longer needed on the project.

2.0 MATERIALS.

2.1 General. Use LED Variable Message Signs Class I, II, or III, as appropriate, from the Department’s List of Approved Materials.

Unclassified signs may be submitted for approval by the Engineer. The Engineer may require a daytime and nighttime demonstration. The Engineer will make a final decision within 30 days after all required information is received.

2.2 Sign and Controls. All signs must:

1) Provide 3-line messages with each line being 8 characters long and at least 18 inches tall. Each character comprises 35 pixels.

2) Provide at least 40 preprogrammed messages available for use at any time. Provide for quick and easy change of the displayed message; editing of the message; and additions of new messages.

3) Provide a controller consisting of: a) Keyboard or keypad. b) Readout that mimics the actual sign display. (When LCD or LCD type

readout is used, include backlighting and heating or otherwise arrange for viewing in cold temperatures.)

c) Non-volatile memory or suitable memory with battery backup for storing pre-programmed messages.

d) Logic circuitry to control the sequence of messages and flash rate. 4) Provide a serial interface that is capable of supporting complete remote control

ability through land line and cellular telephone operation. Include communication software capable of immediately updating the message, providing complete sign status, and allowing message library queries and updates.

5) Allow a single person easily to raise the sign to a satisfactory height above the pavement during use, and lower the sign during travel.

6) Be Highway Orange on all exterior surfaces of the trailer, supports, and controller cabinet.

7) Provide operation in ambient temperatures from -30 to + 120 degrees Fahrenheit during snow, rain and other inclement weather.

8) Provide the driver board as part of a module. All modules are interchangeable, and have plug and socket arrangements for disconnection and reconnection. Printed circuit boards associated with driver boards have a conformable coating to protect against moisture.

9) Provide a sign case sealed against rain, snow, dust, insects, etc. The lens is UV stabilized clear plastic (polycarbonate, acrylic, or other approved material) angled to prevent glare.

10) Provide a flat black UV protected coating on the sign hardware, character PCB, and appropriate lens areas.

11) Provide a photocell control to provide automatic dimming.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 44 of 143

REVISED: 10-7-13

Page 46: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

1I

2

12) Allow an on-off flashing sequence at an adjustable rate. 13) Provide a sight to aim the message. 14) Provide a LED display color of approximately 590 nm amber. 15) Provide a controller that is password protected. 16) Provide a security device that prevents unauthorized individuals from accessing

the controller.17) Provide the following 3-line messages preprogrammed and available for use

when the sign unit begins operation:

/KEEP/RIGHT/ //KEEP/LEFT/ //LOOSE/GRAVEL/AHEAD//RD WORK/NEXT/**MILES/ /TWO WAY/TRAFFIC/AHEAD/ /PAINT/CREW/AHEAD/ /REDUCE/SPEED/**MPH//BRIDGE/WORK/***0 FT/ /MAX/SPEED/**MPH//SURVEY/PARTY/AHEAD/

/MIN/SPEED/**MPH//ICY/BRIDGE/AHEAD/ /ONE LANE/BRIDGE/AHEAD//ROUGH/ROAD/AHEAD//MERGING/TRAFFIC/AHEAD//NEXT/***/MILES//HEAVY/TRAFFIC/AHEAD//SPEED/LIMIT/**MPH//BUMP/AHEAD//TWO/WAY/TRAFFIC/

*Insert numerals as directed by the Engineer. Add other messages during the project when required by the Engineer.

2.3 Power.

1) Design solar panels to yield 10 percent or greater additional charge than sign consumption. Provide direct wiring for operation of the sign or arrow board from an external power source to provide energy backup for 21 days without sunlight and an on-board system charger with the ability to recharge completely discharged batteries in 24 hours.

3.0 CONSTRUCTION. Furnish and operate the variable message signs as designated on the plans or by the Engineer. Ensure the bottom of the message panel is a minimum of 7 feet above the roadway in urban areas and 5 feet above in rural areas when operating. Use Class I, II, or III signs on roads with a speed limit less than 55 mph. Use Class I or II signs on roads with speed limits 55 mph or greater.

Maintain the sign in proper working order, including repair of any damage done by others, until completion of the project. When the sign becomes inoperative, immediately repair or replace the sign. Repetitive problems with the same unit will be cause for rejection and replacement.

Use only project related messages and messages directed by the Engineer, unnecessary messages lessen the impact of the sign. Ensure the message is displayed in either one or 2 phases with each phase having no more than 3 lines of text. When no message is needed, but it is necessary to know if the sign is operable, flash only a pixel.

When the sign is not needed, move it outside the clear zone or where the Engineer directs. Variable Message Signs are the property of the Contractor and shall be removed from the project when no longer needed. The Department will not assume ownership of these signs.

4.0 MEASUREMENT. The final quantity of Variable Message Sign will be

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 45 of 143

REVISED: 10-7-13

Page 47: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

1I

3

the actual number of individual signs acceptably furnished and operated during the project. The Department will not measure signs replaced due to damage or rejection.

5.0 PAYMENT. The Department will pay for the Variable Message Signs at the unit price each. The Department will not pay for signs replaced due to damage or rejection. Payment is full compensation for furnishing all materials, labor, equipment, and service necessary to, operate, move, repair, and maintain or replace the variable message signs. The Department will make payment for the completed and accepted quantities under the following:

Code Pay Item Pay Unit02671 Portable Changeable Message Sign Each

Effective June 15, 2012

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 46 of 143

REVISED: 10-7-13

Page 48: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Sound Barrier Wall Project No:Page 18 of 16

PROJECT COMPLETION DATE

Project No. JL04 056 0264 009-010

The specified completion date for this project is August 1, 2014. See “Special Note for Disincentives”.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 47 of 143

REVISED: 10-7-13

Page 49: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Sound Barrier Wall Project No:Page 19 of 16

STANDARD DRAWINGS

Project No. JL04 056 0264 009-010

TTC-115-02 LANE CLOSURE MULTI-LANE HIGHWAY CASE I TTC-120-02 LANE CLOSURE MULTI-LANE HIGHWAY CASE II TTD-110-01 POST SPLICING DETAIL TTC-160-01 TEMPORARY PAVEMENT MARKER ARRANGMENTS FOR

LANE CLOSURES TTD-120 WORK ZONE SPEED LIMITS & DOUBLE FINES RFC-001-07 4-6’ CHAIN LINK FENCE RFG-005-05 4-6’ CHAIN LINK GATE RFW-001-05 FENCING DETAILS RGX-005-05 RIGHT-OF-WAY MONUMENTS RBI-001-10 TYPICAL GUARDRAIL INSTALLATIONS RBI-002-06 TYPICAL GUARDRAIL INSTALLATIONS RBR-001-11 STEEL BEAM GUARDRAIL (“W” BEAM) RBR-005-10 GUARDRAIL COMPONENTS RBR-010-05 GUARARIL TERMINAL SECTIONS RBR-015-04 GUARDRAIL POSTS RBR-016-04 GUARDRAIL POSTS RDH-005-02 CONCRETE HEADWALLS FOR CIRCULAR PIPE RDI 001-09 CULVERT, ENTRANCE & STORM SEWER PIPE TYPES &

COVER HEIGHTS RDI 020-08 PIPE BEDDING FOR CULVERTS, ENTRANCE AND STORM

SEWER PIPE RDI 021 PIPE BEDDING FOR CULVERTS, ENTRANCE AND STORM

SEWER REINFORCED CONCRETE PIPE RDI 025-04 PIPE BEDDING, TRENCH CONDITION RDI 026 PIPE BEDDING, TRENCH CONDITION REINFORCED CONC.

PIPERDX 210-02 TEMPORARY SILT FENCE RDX 230 SILT TRAP - TYPE C

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 48 of 143

REVISED: 10-7-13

Page 50: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

S-127-2012 cc: K. Sandefur

M E M O R A N D U M R. Powell S. Bertke

TO: Mark Hite, P.E. M. Bullock Division of Structural Design T. Wright

T. Layson FROM: Bart Asher, P.E. C. Allen

Geotechnical Branch Manager

BY: Michael Carpenter, P.E. Geotechnical Branch

DATE: March 6, 2013 SUBJECT: Jefferson County

I-264 Southside Watterson Expressway between Taylor Boulevard and Southern Parkway JL04 056 0264 009-010 01D MARS# 8491201D Noise Barrier Wall; (S-127-2012) Item No. 05-8633.00

Geotechnical Engineering Structure Foundation Report 1.0 Introduction

This abbreviated geotechnical engineering structural foundation report addresses the geotechnical issues for the proposed design and construction of a sound barrier along the east bound I-264 and the Southern Parkway exit ramp from near mileposts 9.5 to 10.0. This wall will be approximately 2354 feet long. The structure is located in the Louisville West (#1202) Geologic Quadrangle. The geologic mapping indicates that the bedrock at this site consists of New Albany Shale. 2.0 Subsurface Conditions Twenty five borings were completed for this wall. Sixteen borings were mechanical rockline soundings and nine were soil sample and rock core holes holes. The overburden depths for the wall varied as shown below:

Soil samples were determined to consist of inorganic clays and silts. Using the Unified Classification System they classified as CL, ML and CL-ML. The cores revealed dark brown to black shale with

Approximate Station Soil Overburden Depth Rock Elevation 100+00 to 112+00 9.0 to 17.0 feet 441.6 to 446.1 feet 112+00 to 123+54 18.5 to 34.5 feet 440.6 to 450.0 feet

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 49 of 143

REVISED: 10-7-13

Page 51: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Jefferson County I-264 Watterson Expressway Noise Barrier Wall Item 5-8633.00 S-127-2012

pyritic dolomite laminations. KY RQD values ranged from 0 % to 69 % and the percent of core recovery ranged from 96% to 100%. 2.0 Engineering Analysis

Drilled shafts are proposed for the noise barrier wall foundations. The shafts will be founded into bedrock. The Idealized Soil and Bedrock Profile Sheet and the Drilled Shaft Axial Tables are attached. A significant portion of the proposed sound barrier wall will be located adjacent to an existing retaining wall. Drilled shaft elements for this portion of the sound barrier wall cannot be designed with lateral support assumed through the retained fill. Drilling along the proposed sound barrier wall center line did not encounter elements of the existing retaining wall’s foundation. However, the heel of the existing retaining wall could obstruct drilling operations for the drilled shafts. Care must be taken during the drilled foundation design to avoid the retaining wall heels and contingencies for this possibility should be outlined in the final plans. A schematic of the existing retaining wall and typical concrete shoulder barrier sections are attached to this report. The approximate retained fill depths and wall heel lengths as related to the proposed sound barrier wall stations are provided in a table located in the Foundation Recommendations section of this report. Due to pre-existing site conditions embankment stability and settlement analyses were not required for the proposed structure and recommended foundation type. The shale formation encountered at this site is the New Albany Shale. This shale is classified as a durable black shale and has potential to produce acidic water runoff when exposed to oxygen and water. The New Albany Shale will require controlled drainage to contain any potential acid runoff, as directed by the Engineer. The contractor shall follow the applicable regulations regarding the disposal of acidic materials. 4.0 Foundation Recommendations Stations 100+00 through 109+15 4.1 Drilled shafts with the highest recommended tip embedded a minimum of 2 feet into

unweathered bedrock. Lower tip elevations may be necessary in order to satisfy lateral capacity or other structural requirements.

Stations 109+15 through 123+54 4.2 Drilled shafts with the highest recommended tip embedded a minimum of 2 feet into

unweathered bedrock. Lower tip elevations may be necessary in order to satisfy lateral capacity or other structural requirements. Lateral Capacity through the retained fill of the adjacent retaining wall must be neglected. Shaft placement during design must accommodate the heel component of the existing retaining wall. For convenience existing retaining wall properties have been reconciled with current project stationing in the table below. The designer may use

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 50 of 143

REVISED: 10-7-13

Page 52: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Jefferson County I-264 Watterson Expressway Noise Barrier Wall Item 5-8633.00 S-127-2012

the values provided below but verify the final design with the original typical sections and wall schematics attached to this report.

5.0 Design Recommendations: 5.1 The shale formation encountered at this site is the New Albany Shale. The contractor shall

follow the applicable regulations regarding the disposal of acidic materials for any New Albany Shale. Because the drilled shafts will be embedded into acidic shale they must be protected against chemical attack. Sulfate resistant cement (ASTM C-150 Type 11) shall be used for these subsurface structures.

5.2 Perform lateral load analyses using the geotechnical parameters provided in the attached

Idealized Soil and Bedrock Profile. These parameters may be used to perform analyses using LPILE Plus. Some of the parameters may not be required to be input, depending on the version of the program being used.

5.3 Evaluate the allowable axial capacities using the attached Drilled Shaft Axial Capacity Tables. 5.4 Permanent casing is not required. The contractor may elect to use temporary casing in deeper

soil areas. Temporary casing may be omitted if the contractor can demonstrate the ability to maintain an open excavation without collapse of the side walls, fall back of material into the excavation, or fall back into and contamination of freshly placed concrete.

5.5 From station 109+15 through 123+54: Retained fill supported by the existing retaining wall

shall be neglected for lateral support or axial resistance of drilled shafts.

Approximate Station Concrete Shoulder Barrier Typical Section (see attached typical section sheet)

Assumed Retained Fill Depth (lateral resistance not permitted through this depth)

Assumed Heel Length (measured from the front

face of the wall)

109+15 to 109+97 Type 1 5.0 feet 2.0 feet 109+97 to 111+47 Type 2A 11.0 feet 3.5 feet 111+47 to 113+03 Type 3A 12.5 feet 4.0 feet 113+03 to 115+09 Type 5A 17.0 feet 6.0 feet 115+09 to 116+09 Type 4A 14.5 feet 5.0 feet 116+09 to 116+59 Type 3A 12.5 feet 4.0 feet 116+59 to 119+07 Type 2A 11.0 feet 3.5 feet

119+07 to end of wall Type 1 5.0 feet 2.0 feet

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 51 of 143

REVISED: 10-7-13

Page 53: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Jefferson County I-264 Watterson Expressway Noise Barrier Wall Item 5-8633.00 S-127-2012

6.0 Plan Notes: Include the following plan notes on the Drilled Shaft Detail Sheet: 6.1 The drilled shafts shall be constructed in accordance with the Special Note for Drilled Shafts,

current edition. 6.2 The contractor shall follow the applicable regulations regarding the disposal of acidic materials

for New Albany Shale. 6.3 The Drilled Shafts will be embedded into New Albany (Black) Shale. They must be protected

against chemical attack. Sulfate resistant cement (ASTM C-150 Type 11) shall be used for these subsurface structures.

6.4 Permanent casing is not required. The contractor may elect to use temporary casing in deeper

soil areas. Temporary casing may be omitted if the contractor can demonstrate the ability to maintain an open excavation without collapse of the side walls, fall back of material into the excavation, or fall back into and contamination of freshly placed concrete.

Attachments:

Project Location Map Subsurface Data Sheets Idealized Soil and Bedrock Profile Sheets Existing I-264 Concrete Shoulder Barrier Typical Sections and Schematics Coordinate Data Sheet

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 52 of 143

REVISED: 10-7-13

Page 54: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Jeff

erso

n C

oun

ty

I-26

4 So

uth

sid

e W

atte

rson

Exp

ress

way

bet

wee

n T

aylo

r B

oule

vard

an

d S

outh

ern

Par

kway

JL

04 0

56 0

264

009-

010

01D

M

AR

S# 8

4912

01D

N

oise

Bar

rier

Wal

l; (S

-127

-201

2)

Item

No.

05-

8633

.00

Geo

tech

nic

al E

ngi

nee

rin

g St

ruct

ure

Fou

nd

atio

n R

epor

t

Loui

svill

eW

estG

eolo

gic

Qua

dran

gle

(#12

02)

Are

aSo

il:G

laci

alO

utw

ash

/Lo

ess

Are

aBe

droc

k:N

ewA

lban

ySh

ale

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 53 of 143

REVISED: 10-7-13

Page 55: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 54 of 143

REVISED: 10-7-13

Page 56: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 55 of 143

REVISED: 10-7-13

Page 57: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 56 of 143

REVISED: 10-7-13

Page 58: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

DPB 7/20/2007

ApproximateElevation:456 (ft.) Parameters for Lateral Load Analyses

Overburden

Stiff Clay without Free Water (Reese)t (lb/ft3) = 125 Effective Unit Weight, e (lb/in3) = 0.072

e (lb/ft3) = 125 Cohesive Strength, Cu (psi) = 3.4Cu (psf) = 500 Soil Strain Parameter, 50 = 0.01

Soil Modulus Parameter, K (lb/in3)= 30444 (ft.)

Top of Rock SocketStrata Parameters for Lateral Load Analyses

Sh l St R k (V Li t )

IDEALIZED SOIL AND BEDROCK PROFILE

Station 100+00 through 109+15Jefferson Co. S-127-2012; Noise Barrier Wall I-264 at Southern Parkway

Top of Shaft

Shale Strong Rock (Vuggy Limestone)

t (lb/ft3) = 140 Effective Unit Weight, e (lb/in3) = 0.081qu (psi) = 4000 Elastic Modulus, Er (psi) = 400,000

qeb (ksf) = 120 Uniaxial Compressive Strength, qu (psi) = 4000fs (ksf) = 21.2 Cohesive Strength, cu (psi) = 2000

** Approximate surface and rockline elevations provided for idealized profile only. For design: At each shaft location apply actual elevations using the subsurface data sheets and availble cross section information.

ADDITIONAL DATA FOR GEOTECHNICAL CALCULATIONS ONLY:min. f'c (psi) = 3500pa (psi) = 14.7

Shaft Tip

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 57 of 143

REVISED: 10-7-13

Page 59: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Rock Socket Diameter = 1.5 feetRock Socket Diameter = 18 inches DPB 7/20/2007

Nominal Nominal Nominal Factored Total TotalUnit Unit Nominal End Factored End Factored FactoredSide End Side Bearing Side Bearing Axial Uplift

Shear Bearing Resistance Resistance Resistance Resistance Resistance Resistanceqss qeb Rsr Reb Rsr Reb Rt Rtu

(ksf) (ksf) (kips) (kips) (kips) (kips) (kips) (kips)0.01.0 21.2 120 100 212 50 106 156 40

>>> 2.0 21.2 120 200 212 100 106 206 803.0 21.2 120 300 212 150 106 256 1204.0 21.2 120 400 212 200 106 306 1605.0 21.2 120 500 212 250 106 356 2006.0 21.2 120 600 212 300 106 406 2407.0 21.2 120 700 212 350 106 456 2808.0 21.2 120 800 212 400 106 506 3209.0 21.2 120 900 212 450 106 556 360

10.0 21.2 120 1000 212 500 106 606 40011.0 21.2 120 1101 212 550 106 656 44012 0 21 2 120 1201 212 600 106 706 480

Length

(ft.)

RockSocket

DRILLED SHAFT AXIAL RESISTANCE TABLE

Load and Resistance Factor Design (LRFD)

Jefferson Co. S-127-2012; Noise Barrier Wall I-264 at Southern ParkwayStation 100+00 through 109+15

12.0 21.2 120 1201 212 600 106 706 48013.0 21.2 120 1301 212 650 106 756 52014.0 21.2 120 1401 212 700 106 806 56015.0 21.2 120 1501 212 750 106 856 60016.0 21.2 120 1601 212 800 106 906 64017.0 21.2 120 1701 212 850 106 956 68018.0 21.2 120 1801 212 900 106 1006 72019.0 21.2 120 1901 212 950 106 1056 76020.0 21.2 120 2001 212 1000 106 1107 800

AASHTO Table 10.5.5.2.4-1 Resistance Factor, 0.50 0.50 0.40

>>> indicates minimum socket length into sound bedrock D (ft.) = 1.5

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 58 of 143

REVISED: 10-7-13

Page 60: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Rock Socket Diameter = 2.0 feetRock Socket Diameter = 24 inches DPB 7/20/2007

Nominal Nominal Nominal Factored Total TotalUnit Unit Nominal End Factored End Factored FactoredSide End Side Bearing Side Bearing Axial Uplift

Shear Bearing Resistance Resistance Resistance Resistance Resistance Resistanceqss qeb Rsr Reb Rsr Reb Rt Rtu

(ksf) (ksf) (kips) (kips) (kips) (kips) (kips) (kips)0.01.0 21.2 120 133 377 67 188 255 53

>>> 2.0 21.2 120 267 377 133 188 322 1073.0 21.2 120 400 377 200 188 389 1604.0 21.2 120 534 377 267 188 455 2135.0 21.2 120 667 377 333 188 522 2676.0 21.2 120 800 377 400 188 589 3207.0 21.2 120 934 377 467 188 655 3748.0 21.2 120 1067 377 534 188 722 4279.0 21.2 120 1201 377 600 188 789 480

10.0 21.2 120 1334 377 667 188 855 53411.0 21.2 120 1467 377 734 188 922 58712 0 21 2 120 1601 377 800 188 989 640

Length

(ft.)

RockSocket

DRILLED SHAFT AXIAL RESISTANCE TABLE

Load and Resistance Factor Design (LRFD)

Jefferson Co. S-127-2012; Noise Barrier Wall I-264 at Southern ParkwayStation 100+00 through 109+15

12.0 21.2 120 1601 377 800 188 989 64013.0 21.2 120 1734 377 867 188 1056 69414.0 21.2 120 1868 377 934 188 1122 74715.0 21.2 120 2001 377 1000 188 1189 80016.0 21.2 120 2134 377 1067 188 1256 85417.0 21.2 120 2268 377 1134 188 1322 90718.0 21.2 120 2401 377 1201 188 1389 96019.0 21.2 120 2535 377 1267 188 1456 101420.0 21.2 120 2668 377 1334 188 1522 1067

AASHTO Table 10.5.5.2.4-1 Resistance Factor, 0.50 0.50 0.40

>>> indicates minimum socket length into sound bedrock D (ft.) = 2.0

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 59 of 143

REVISED: 10-7-13

Page 61: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Rock Socket Diameter = 2.5 feetRock Socket Diameter = 30 inches DPB 7/20/2007

Nominal Nominal Nominal Factored Total TotalUnit Unit Nominal End Factored End Factored FactoredSide End Side Bearing Side Bearing Axial Uplift

Shear Bearing Resistance Resistance Resistance Resistance Resistance Resistanceqss qeb Rsr Reb Rsr Reb Rt Rtu

(ksf) (ksf) (kips) (kips) (kips) (kips) (kips) (kips)0.01.0 21.2 120 167 589 83 295 378 67

>>> 2.0 21.2 120 333 589 167 295 461 1333.0 21.2 120 500 589 250 295 545 2004.0 21.2 120 667 589 333 295 628 2675.0 21.2 120 834 589 417 295 711 3336.0 21.2 120 1000 589 500 295 795 4007.0 21.2 120 1167 589 584 295 878 4678.0 21.2 120 1334 589 667 295 962 5349.0 21.2 120 1501 589 750 295 1045 600

10.0 21.2 120 1667 589 834 295 1128 66711.0 21.2 120 1834 589 917 295 1212 73412 0 21 2 120 2001 589 1000 295 1295 800

Length

(ft.)

RockSocket

DRILLED SHAFT AXIAL RESISTANCE TABLE

Load and Resistance Factor Design (LRFD)

Jefferson Co. S-127-2012; Noise Barrier Wall I-264 at Southern ParkwayStation 100+00 through 109+15

12.0 21.2 120 2001 589 1000 295 1295 80013.0 21.2 120 2168 589 1084 295 1378 86714.0 21.2 120 2334 589 1167 295 1462 93415.0 21.2 120 2501 589 1251 295 1545 100016.0 21.2 120 2668 589 1334 295 1629 106717.0 21.2 120 2835 589 1417 295 1712 113418.0 21.2 120 3001 589 1501 295 1795 120119.0 21.2 120 3168 589 1584 295 1879 126720.0 21.2 120 3335 589 1667 295 1962 1334

AASHTO Table 10.5.5.2.4-1 Resistance Factor, 0.50 0.50 0.40

>>> indicates minimum socket length into sound bedrock D (ft.) = 2.5

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 60 of 143

REVISED: 10-7-13

Page 62: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Rock Socket Diameter = 3.0 feetRock Socket Diameter = 36 inches DPB 7/20/2007

Nominal Nominal Nominal Factored Total TotalUnit Unit Nominal End Factored End Factored FactoredSide End Side Bearing Side Bearing Axial Uplift

Shear Bearing Resistance Resistance Resistance Resistance Resistance Resistanceqss qeb Rsr Reb Rsr Reb Rt Rtu

(ksf) (ksf) (kips) (kips) (kips) (kips) (kips) (kips)0.01.0 21.2 120 200 848 100 424 524 80

>>> 2.0 21.2 120 400 848 200 424 624 1603.0 21.2 120 600 848 300 424 724 2404.0 21.2 120 800 848 400 424 824 3205.0 21.2 120 1000 848 500 424 924 4006.0 21.2 120 1201 848 600 424 1024 4807.0 21.2 120 1401 848 700 424 1124 5608.0 21.2 120 1601 848 800 424 1225 6409.0 21.2 120 1801 848 900 424 1325 720

10.0 21.2 120 2001 848 1000 424 1425 80011.0 21.2 120 2201 848 1101 424 1525 88012 0 21 2 120 2401 848 1201 424 1625 960

Length

(ft.)

RockSocket

DRILLED SHAFT AXIAL RESISTANCE TABLE

Load and Resistance Factor Design (LRFD)

Jefferson Co. S-127-2012; Noise Barrier Wall I-264 at Southern ParkwayStation 100+00 through 109+15

12.0 21.2 120 2401 848 1201 424 1625 96013.0 21.2 120 2601 848 1301 424 1725 104114.0 21.2 120 2801 848 1401 424 1825 112115.0 21.2 120 3001 848 1501 424 1925 120116.0 21.2 120 3202 848 1601 424 2025 128117.0 21.2 120 3402 848 1701 424 2125 136118.0 21.2 120 3602 848 1801 424 2225 144119.0 21.2 120 3802 848 1901 424 2325 152120.0 21.2 120 4002 848 2001 424 2425 1601

AASHTO Table 10.5.5.2.4-1 Resistance Factor, 0.50 0.50 0.40

>>> indicates minimum socket length into sound bedrock D (ft.) = 3.0

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 61 of 143

REVISED: 10-7-13

Page 63: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

DPB 7/20/2007

ApproximateElevation**:462 (ft.) Parameters for Lateral Load Analyses

Retained Fill and Overburden (Neglect retained fill for lateral support. see 4.0 Foundation Recommendations, 4.2 for guidance regarding depth of retained fill.)

Stiff Clay without Free Water (Reese)t (lb/ft3) = 125 Effective Unit Weight, e (lb/in3) = 0.072

e (lb/ft3) = 125 Cohesive Strength, Cu (psi) = 3.4Cu (psf) = 500 Soil Strain Parameter, 50 = 0.01

Soil Modulus Parameter, K (lb/in3)= 30444 (ft.)

Top of Rock SocketStrata Parameters for Lateral Load Analyses

Jefferson Co. S-127-2012; Noise Barrier Wall I-264 at Southern ParkwayStation 109+15 through 114+00

IDEALIZED SOIL AND BEDROCK PROFILE

Top of Shaft

Shale Strong Rock (Vuggy Limestone)

t (lb/ft3) = 140 Effective Unit Weight, e (lb/in3) = 0.081qu (psi) = 4000 Elastic Modulus, Er (psi) = 400,000

qeb (ksf) = 120 Uniaxial Compressive Strength, qu (psi) = 4000fs (ksf) = 21.2 Cohesive Strength, cu (psi) = 2000

** Approximate surface and rockline elevations provided for idealized profile only. For design: At each shaft location apply actual elevations using the subsurface data sheets and availble cross section information.

ADDITIONAL DATA FOR GEOTECHNICAL CALCULATIONS ONLY:min. f'c (psi) = 3500pa (psi) = 14.7

Shaft Tip

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 62 of 143

REVISED: 10-7-13

Page 64: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Rock Socket Diameter = 1.5 feetRock Socket Diameter = 18 inches DPB 7/20/2007

Nominal Nominal Nominal Factored Total TotalUnit Unit Nominal End Factored End Factored FactoredSide End Side Bearing Side Bearing Axial Uplift

Shear Bearing Resistance Resistance Resistance Resistance Resistance Resistanceqss qeb Rsr Reb Rsr Reb Rt Rtu

(ksf) (ksf) (kips) (kips) (kips) (kips) (kips) (kips)0.01.0 21.2 120 100 212 50 106 156 40

>>> 2.0 21.2 120 200 212 100 106 206 803.0 21.2 120 300 212 150 106 256 1204.0 21.2 120 400 212 200 106 306 1605.0 21.2 120 500 212 250 106 356 2006.0 21.2 120 600 212 300 106 406 2407.0 21.2 120 700 212 350 106 456 2808.0 21.2 120 800 212 400 106 506 3209.0 21.2 120 900 212 450 106 556 360

10.0 21.2 120 1000 212 500 106 606 40011.0 21.2 120 1101 212 550 106 656 44012 0 21 2 120 1201 212 600 106 706 480

SocketLength

(ft.)

Jefferson Co. S-127-2012; Noise Barrier Wall I-264 at Southern ParkwayStation 109+15 through 114+00

Load and Resistance Factor Design (LRFD)DRILLED SHAFT AXIAL RESISTANCE TABLE

Rock

12.0 21.2 120 1201 212 600 106 706 48013.0 21.2 120 1301 212 650 106 756 52014.0 21.2 120 1401 212 700 106 806 56015.0 21.2 120 1501 212 750 106 856 60016.0 21.2 120 1601 212 800 106 906 64017.0 21.2 120 1701 212 850 106 956 68018.0 21.2 120 1801 212 900 106 1006 72019.0 21.2 120 1901 212 950 106 1056 76020.0 21.2 120 2001 212 1000 106 1107 800

AASHTO Table 10.5.5.2.4-1 Resistance Factor, 0.50 0.50 0.40

>>> indicates minimum socket length into sound bedrock D (ft.) = 1.5

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 63 of 143

REVISED: 10-7-13

Page 65: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Rock Socket Diameter = 2.0 feetRock Socket Diameter = 24 inches DPB 7/20/2007

Nominal Nominal Nominal Factored Total TotalUnit Unit Nominal End Factored End Factored FactoredSide End Side Bearing Side Bearing Axial Uplift

Shear Bearing Resistance Resistance Resistance Resistance Resistance Resistanceqss qeb Rsr Reb Rsr Reb Rt Rtu

(ksf) (ksf) (kips) (kips) (kips) (kips) (kips) (kips)0.01.0 21.2 120 133 377 67 188 255 53

>>> 2.0 21.2 120 267 377 133 188 322 1073.0 21.2 120 400 377 200 188 389 1604.0 21.2 120 534 377 267 188 455 2135.0 21.2 120 667 377 333 188 522 2676.0 21.2 120 800 377 400 188 589 3207.0 21.2 120 934 377 467 188 655 3748.0 21.2 120 1067 377 534 188 722 4279.0 21.2 120 1201 377 600 188 789 480

10.0 21.2 120 1334 377 667 188 855 53411.0 21.2 120 1467 377 734 188 922 58712 0 21 2 120 1601 377 800 188 989 640

SocketLength

(ft.)

Jefferson Co. S-127-2012; Noise Barrier Wall I-264 at Southern ParkwayStation 109+15 through 114+00

Load and Resistance Factor Design (LRFD)DRILLED SHAFT AXIAL RESISTANCE TABLE

Rock

12.0 21.2 120 1601 377 800 188 989 64013.0 21.2 120 1734 377 867 188 1056 69414.0 21.2 120 1868 377 934 188 1122 74715.0 21.2 120 2001 377 1000 188 1189 80016.0 21.2 120 2134 377 1067 188 1256 85417.0 21.2 120 2268 377 1134 188 1322 90718.0 21.2 120 2401 377 1201 188 1389 96019.0 21.2 120 2535 377 1267 188 1456 101420.0 21.2 120 2668 377 1334 188 1522 1067

AASHTO Table 10.5.5.2.4-1 Resistance Factor, 0.50 0.50 0.40

>>> indicates minimum socket length into sound bedrock D (ft.) = 2.0

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 64 of 143

REVISED: 10-7-13

Page 66: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Rock Socket Diameter = 2.5 feetRock Socket Diameter = 30 inches DPB 7/20/2007

Nominal Nominal Nominal Factored Total TotalUnit Unit Nominal End Factored End Factored FactoredSide End Side Bearing Side Bearing Axial Uplift

Shear Bearing Resistance Resistance Resistance Resistance Resistance Resistanceqss qeb Rsr Reb Rsr Reb Rt Rtu

(ksf) (ksf) (kips) (kips) (kips) (kips) (kips) (kips)0.01.0 21.2 120 167 589 83 295 378 67

>>> 2.0 21.2 120 333 589 167 295 461 1333.0 21.2 120 500 589 250 295 545 2004.0 21.2 120 667 589 333 295 628 2675.0 21.2 120 834 589 417 295 711 3336.0 21.2 120 1000 589 500 295 795 4007.0 21.2 120 1167 589 584 295 878 4678.0 21.2 120 1334 589 667 295 962 5349.0 21.2 120 1501 589 750 295 1045 600

10.0 21.2 120 1667 589 834 295 1128 66711.0 21.2 120 1834 589 917 295 1212 73412 0 21 2 120 2001 589 1000 295 1295 800

SocketLength

(ft.)

Jefferson Co. S-127-2012; Noise Barrier Wall I-264 at Southern ParkwayStation 109+15 through 114+00

Load and Resistance Factor Design (LRFD)DRILLED SHAFT AXIAL RESISTANCE TABLE

Rock

12.0 21.2 120 2001 589 1000 295 1295 80013.0 21.2 120 2168 589 1084 295 1378 86714.0 21.2 120 2334 589 1167 295 1462 93415.0 21.2 120 2501 589 1251 295 1545 100016.0 21.2 120 2668 589 1334 295 1629 106717.0 21.2 120 2835 589 1417 295 1712 113418.0 21.2 120 3001 589 1501 295 1795 120119.0 21.2 120 3168 589 1584 295 1879 126720.0 21.2 120 3335 589 1667 295 1962 1334

AASHTO Table 10.5.5.2.4-1 Resistance Factor, 0.50 0.50 0.40

>>> indicates minimum socket length into sound bedrock D (ft.) = 2.5

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 65 of 143

REVISED: 10-7-13

Page 67: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Rock Socket Diameter = 3.0 feetRock Socket Diameter = 36 inches DPB 7/20/2007

Nominal Nominal Nominal Factored Total TotalUnit Unit Nominal End Factored End Factored FactoredSide End Side Bearing Side Bearing Axial Uplift

Shear Bearing Resistance Resistance Resistance Resistance Resistance Resistanceqss qeb Rsr Reb Rsr Reb Rt Rtu

(ksf) (ksf) (kips) (kips) (kips) (kips) (kips) (kips)0.01.0 21.2 120 200 848 100 424 524 80

>>> 2.0 21.2 120 400 848 200 424 624 1603.0 21.2 120 600 848 300 424 724 2404.0 21.2 120 800 848 400 424 824 3205.0 21.2 120 1000 848 500 424 924 4006.0 21.2 120 1201 848 600 424 1024 4807.0 21.2 120 1401 848 700 424 1124 5608.0 21.2 120 1601 848 800 424 1225 6409.0 21.2 120 1801 848 900 424 1325 720

10.0 21.2 120 2001 848 1000 424 1425 80011.0 21.2 120 2201 848 1101 424 1525 88012 0 21 2 120 2401 848 1201 424 1625 960

SocketLength

(ft.)

Jefferson Co. S-127-2012; Noise Barrier Wall I-264 at Southern ParkwayStation 109+15 through 114+00

Load and Resistance Factor Design (LRFD)DRILLED SHAFT AXIAL RESISTANCE TABLE

Rock

12.0 21.2 120 2401 848 1201 424 1625 96013.0 21.2 120 2601 848 1301 424 1725 104114.0 21.2 120 2801 848 1401 424 1825 112115.0 21.2 120 3001 848 1501 424 1925 120116.0 21.2 120 3202 848 1601 424 2025 128117.0 21.2 120 3402 848 1701 424 2125 136118.0 21.2 120 3602 848 1801 424 2225 144119.0 21.2 120 3802 848 1901 424 2325 152120.0 21.2 120 4002 848 2001 424 2425 1601

AASHTO Table 10.5.5.2.4-1 Resistance Factor, 0.50 0.50 0.40

>>> indicates minimum socket length into sound bedrock D (ft.) = 3.0

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 66 of 143

REVISED: 10-7-13

Page 68: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

DPB 7/20/2007

ApproximateElevation**:474 (ft.) Parameters for Lateral Load Analyses

Retained Fill and Overburden (Neglect retained fill for lateral support. see 4.0 Foundation Recommendations, 4.2 for guidance regarding depth of retained fill.)

Stiff Clay without Free Water (Reese)t (lb/ft3) = 125 Effective Unit Weight, e (lb/in3) = 0.072

e (lb/ft3) = 125 Cohesive Strength, Cu (psi) = 3.4Cu (psf) = 500 Soil Strain Parameter, 50 = 0.01

Soil Modulus Parameter, K (lb/in3)= 30442 (ft.)

Top of Rock SocketStrata Parameters for Lateral Load Analyses

IDEALIZED SOIL AND BEDROCK PROFILE

Jefferson Co. S-127-2012; Noise Barrier Wall I-264 at Southern ParkwayStation 114+00 through 123+54

Top of Shaft

Shale Strong Rock (Vuggy Limestone)

t (lb/ft3) = 140 Effective Unit Weight, e (lb/in3) = 0.081qu (psi) = 4000 Elastic Modulus, Er (psi) = 400,000

qeb (ksf) = 120 Uniaxial Compressive Strength, qu (psi) = 4000fs (ksf) = 21.2 Cohesive Strength, cu (psi) = 2000

** Approximate surface and rockline elevations provided for idealized profile only. For design: At each shaft location apply actual elevations using the subsurface data sheets and availble cross section information.

ADDITIONAL DATA FOR GEOTECHNICAL CALCULATIONS ONLY:min. f'c (psi) = 3500pa (psi) = 14.7

Shaft Tip

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 67 of 143

REVISED: 10-7-13

Page 69: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Rock Socket Diameter = 1.5 feetRock Socket Diameter = 18 inches DPB 7/20/2007

Nominal Nominal Nominal Factored Total TotalUnit Unit Nominal End Factored End Factored FactoredSide End Side Bearing Side Bearing Axial Uplift

Shear Bearing Resistance Resistance Resistance Resistance Resistance Resistanceqss qeb Rsr Reb Rsr Reb Rt Rtu

(ksf) (ksf) (kips) (kips) (kips) (kips) (kips) (kips)0.01.0 21.2 120 100 212 50 106 156 40

>>> 2.0 21.2 120 200 212 100 106 206 803.0 21.2 120 300 212 150 106 256 1204.0 21.2 120 400 212 200 106 306 1605.0 21.2 120 500 212 250 106 356 2006.0 21.2 120 600 212 300 106 406 2407.0 21.2 120 700 212 350 106 456 2808.0 21.2 120 800 212 400 106 506 3209.0 21.2 120 900 212 450 106 556 360

10.0 21.2 120 1000 212 500 106 606 40011.0 21.2 120 1101 212 550 106 656 44012 0 21 2 120 1201 212 600 106 706 480

SocketLength

(ft.)

Rock

Load and Resistance Factor Design (LRFD)DRILLED SHAFT AXIAL RESISTANCE TABLE

Jefferson Co. S-127-2012; Noise Barrier Wall I-264 at Southern ParkwayStation 114+00 through 123+54

12.0 21.2 120 1201 212 600 106 706 48013.0 21.2 120 1301 212 650 106 756 52014.0 21.2 120 1401 212 700 106 806 56015.0 21.2 120 1501 212 750 106 856 60016.0 21.2 120 1601 212 800 106 906 64017.0 21.2 120 1701 212 850 106 956 68018.0 21.2 120 1801 212 900 106 1006 72019.0 21.2 120 1901 212 950 106 1056 76020.0 21.2 120 2001 212 1000 106 1107 800

AASHTO Table 10.5.5.2.4-1 Resistance Factor, 0.50 0.50 0.40

>>> indicates minimum socket length into sound bedrock D (ft.) = 1.5

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 68 of 143

REVISED: 10-7-13

Page 70: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Rock Socket Diameter = 2.0 feetRock Socket Diameter = 24 inches DPB 7/20/2007

Nominal Nominal Nominal Factored Total TotalUnit Unit Nominal End Factored End Factored FactoredSide End Side Bearing Side Bearing Axial Uplift

Shear Bearing Resistance Resistance Resistance Resistance Resistance Resistanceqss qeb Rsr Reb Rsr Reb Rt Rtu

(ksf) (ksf) (kips) (kips) (kips) (kips) (kips) (kips)0.01.0 21.2 120 133 377 67 188 255 53

>>> 2.0 21.2 120 267 377 133 188 322 1073.0 21.2 120 400 377 200 188 389 1604.0 21.2 120 534 377 267 188 455 2135.0 21.2 120 667 377 333 188 522 2676.0 21.2 120 800 377 400 188 589 3207.0 21.2 120 934 377 467 188 655 3748.0 21.2 120 1067 377 534 188 722 4279.0 21.2 120 1201 377 600 188 789 480

10.0 21.2 120 1334 377 667 188 855 53411.0 21.2 120 1467 377 734 188 922 58712 0 21 2 120 1601 377 800 188 989 640

SocketLength

(ft.)

Rock

Load and Resistance Factor Design (LRFD)DRILLED SHAFT AXIAL RESISTANCE TABLE

Jefferson Co. S-127-2012; Noise Barrier Wall I-264 at Southern ParkwayStation 114+00 through 123+54

12.0 21.2 120 1601 377 800 188 989 64013.0 21.2 120 1734 377 867 188 1056 69414.0 21.2 120 1868 377 934 188 1122 74715.0 21.2 120 2001 377 1000 188 1189 80016.0 21.2 120 2134 377 1067 188 1256 85417.0 21.2 120 2268 377 1134 188 1322 90718.0 21.2 120 2401 377 1201 188 1389 96019.0 21.2 120 2535 377 1267 188 1456 101420.0 21.2 120 2668 377 1334 188 1522 1067

AASHTO Table 10.5.5.2.4-1 Resistance Factor, 0.50 0.50 0.40

>>> indicates minimum socket length into sound bedrock D (ft.) = 2.0

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 69 of 143

REVISED: 10-7-13

Page 71: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Rock Socket Diameter = 2.5 feetRock Socket Diameter = 30 inches DPB 7/20/2007

Nominal Nominal Nominal Factored Total TotalUnit Unit Nominal End Factored End Factored FactoredSide End Side Bearing Side Bearing Axial Uplift

Shear Bearing Resistance Resistance Resistance Resistance Resistance Resistanceqss qeb Rsr Reb Rsr Reb Rt Rtu

(ksf) (ksf) (kips) (kips) (kips) (kips) (kips) (kips)0.01.0 21.2 120 167 589 83 295 378 67

>>> 2.0 21.2 120 333 589 167 295 461 1333.0 21.2 120 500 589 250 295 545 2004.0 21.2 120 667 589 333 295 628 2675.0 21.2 120 834 589 417 295 711 3336.0 21.2 120 1000 589 500 295 795 4007.0 21.2 120 1167 589 584 295 878 4678.0 21.2 120 1334 589 667 295 962 5349.0 21.2 120 1501 589 750 295 1045 600

10.0 21.2 120 1667 589 834 295 1128 66711.0 21.2 120 1834 589 917 295 1212 73412 0 21 2 120 2001 589 1000 295 1295 800

SocketLength

(ft.)

Rock

Load and Resistance Factor Design (LRFD)DRILLED SHAFT AXIAL RESISTANCE TABLE

Jefferson Co. S-127-2012; Noise Barrier Wall I-264 at Southern ParkwayStation 114+00 through 123+54

12.0 21.2 120 2001 589 1000 295 1295 80013.0 21.2 120 2168 589 1084 295 1378 86714.0 21.2 120 2334 589 1167 295 1462 93415.0 21.2 120 2501 589 1251 295 1545 100016.0 21.2 120 2668 589 1334 295 1629 106717.0 21.2 120 2835 589 1417 295 1712 113418.0 21.2 120 3001 589 1501 295 1795 120119.0 21.2 120 3168 589 1584 295 1879 126720.0 21.2 120 3335 589 1667 295 1962 1334

AASHTO Table 10.5.5.2.4-1 Resistance Factor, 0.50 0.50 0.40

>>> indicates minimum socket length into sound bedrock D (ft.) = 2.5

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 70 of 143

REVISED: 10-7-13

Page 72: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Rock Socket Diameter = 3.0 feetRock Socket Diameter = 36 inches DPB 7/20/2007

Nominal Nominal Nominal Factored Total TotalUnit Unit Nominal End Factored End Factored FactoredSide End Side Bearing Side Bearing Axial Uplift

Shear Bearing Resistance Resistance Resistance Resistance Resistance Resistanceqss qeb Rsr Reb Rsr Reb Rt Rtu

(ksf) (ksf) (kips) (kips) (kips) (kips) (kips) (kips)0.01.0 21.2 120 200 848 100 424 524 80

>>> 2.0 21.2 120 400 848 200 424 624 1603.0 21.2 120 600 848 300 424 724 2404.0 21.2 120 800 848 400 424 824 3205.0 21.2 120 1000 848 500 424 924 4006.0 21.2 120 1201 848 600 424 1024 4807.0 21.2 120 1401 848 700 424 1124 5608.0 21.2 120 1601 848 800 424 1225 6409.0 21.2 120 1801 848 900 424 1325 720

10.0 21.2 120 2001 848 1000 424 1425 80011.0 21.2 120 2201 848 1101 424 1525 88012 0 21 2 120 2401 848 1201 424 1625 960

SocketLength

(ft.)

Rock

Load and Resistance Factor Design (LRFD)DRILLED SHAFT AXIAL RESISTANCE TABLE

Jefferson Co. S-127-2012; Noise Barrier Wall I-264 at Southern ParkwayStation 114+00 through 123+54

12.0 21.2 120 2401 848 1201 424 1625 96013.0 21.2 120 2601 848 1301 424 1725 104114.0 21.2 120 2801 848 1401 424 1825 112115.0 21.2 120 3001 848 1501 424 1925 120116.0 21.2 120 3202 848 1601 424 2025 128117.0 21.2 120 3402 848 1701 424 2125 136118.0 21.2 120 3602 848 1801 424 2225 144119.0 21.2 120 3802 848 1901 424 2325 152120.0 21.2 120 4002 848 2001 424 2425 1601

AASHTO Table 10.5.5.2.4-1 Resistance Factor, 0.50 0.50 0.40

>>> indicates minimum socket length into sound bedrock D (ft.) = 3.0

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 71 of 143

REVISED: 10-7-13

Page 73: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 72 of 143

REVISED: 10-7-13

Page 74: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 73 of 143

REVISED: 10-7-13

Page 75: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Cou

nty

Jefe

rson

D

ate

12/1

0/20

12

I-264

D5

Not

es:

Item

#05

-863

3.00

Mar

s #

8491

201D

Proj

ect #

JL04

056

026

4 00

09-0

10 0

1D

(circ

le o

ne)

HO

LELA

TITU

DE

LON

GIT

UD

EH

OLE

STAT

ION

OFF

SET

ELEV

ATIO

N (f

t)N

UM

BE R

NU

MB

ER10

0138

.189

0593

4-8

5.77

5426

7310

0110

0+00

.00

045

8.60

1002

38.1

8896

986

-85.

7750

9937

1002

101+

00.0

00

453.

4010

0338

.188

9947

7-8

5.77

4757

7510

0310

2+00

.00

-445

5.20

1004

38.1

8903

496

-85.

7744

1372

1004

103+

00.0

0-1

455.

6010

0538

.189

0754

7-8

5.77

4069

3710

0510

4+00

.00

-445

5.80

1006

38.1

8911

594

-85.

7737

2521

1006

105+

00.0

0-1

455.

6010

0738

.189

1562

6-8

5.77

3381

1710

0710

6+00

.00

-1.5

456.

00

CO

OR

DIN

ATE

DAT

A SU

BM

ISSI

ON

FO

RM

KYT

C D

IVIS

ION

OF

STR

UC

TUR

AL D

ESIG

N --

GEO

TEC

HN

ICAL

BR

ANC

H

Elev

atio

n D

atum

NAV

D 8

8

As

sum

ed

Roa

d N

umbe

r

Surv

ey C

rew

/ C

onsu

ltant

Con

tact

Per

son

(Dec

imal

Deg

rees

)(D

ecim

al D

egre

es)

1008

38.1

8919

690

-85.

7730

3710

1008

107+

00.0

0-3

455.

1010

0938

.189

2372

4-8

5.77

2692

7510

0910

8+00

.00

-245

5.60

1010

38.1

8933

949

-85.

7723

7462

1010

109+

00.0

04

456.

9010

1138

.189

4229

5-8

5.77

2048

9810

1111

0+00

.00

045

7.50

1012

38.1

8945

021

-85.

7717

0289

1012

111+

00.0

01

461.

0010

1338

.189

4668

4-8

5.77

1355

6810

1311

2+00

.00

346

3.20

1014

38.1

8945

038

-85.

7712

4313

1014

112+

38.7

10

464.

0010

1538

.189

4595

6-8

5.77

0965

0310

1511

3+18

.71

046

6.40

1016

38.1

8947

950

-85.

7706

1129

1016

114+

26.7

12

470.

2010

1738

.189

4652

5-8

5.77

0263

7710

1711

5+26

.71

047

0.10

1018

38.1

8943

794

-85.

7699

1760

1018

116+

26.7

10

470.

6010

1938

.189

4027

0-8

5.76

9572

5810

1911

7+26

.71

247

1.90

1020

38.1

8937

308

-85.

7692

2653

1020

118+

26.7

12

473.

4010

2138

.189

3488

5-8

5.76

8880

0010

2111

9+26

.71

047

4.00

1022

38.1

8932

305

-85.

7685

3380

1022

120+

26.7

10

475.

2010

2338

.189

2932

8-8

5.76

8187

7810

2312

1+26

.71

047

7.00

1024

38.1

8926

349

-85.

7678

4191

1024

122+

26.7

10

477.

8010

2538

.189

2220

4-8

5.76

7402

0610

2512

3+54

.00

047

7.82

Pag

e 1

of 1

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 74 of 143

REVISED: 10-7-13

Page 76: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Kentucky Transportation CabinetDivision of Highway Design

TRAFFIC MANAGEMENT PLAN

TC 61 51612/2010

Page 1 of 7

County: JEFFERSON Item No.: 5-8633

Federal Project No.: JL04 056 0264 009 - 010

Project Description: Construct a sound barrier wall along the south side of I-264 (Watterson Expressway) from M.P. 9.57 to Southern Parkway. Bring the pedestrian sidewalk ramp to the I-264 overpass to ADA compliance.

Roadway Classification: Urban Rural

Local Collector Arterial Interstate

ADT (current) 101,466 AM Peak Current PM Peak Current % Trucks

Project Designation: Significant Other:

Traffic Control Plan Design:

Taper and Diversion Design Speeds N/A

Minimum Lane Width N/A Minimum Shoulder Width N/A

Minimum Bridge Width N/A

Minimum Radius N/A Maximum Grade N/A

Minimum Taper Length N/A Minimum Intersection Level of Service N/A

Existing Traffic Queue Lengths N/A Projected Traffic Queue Lengths N/A

Comments:Latest traffic count came from 2011.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 75 of 143

REVISED: 10-7-13

Page 77: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Kentucky Transportation CabinetDivision of Highway Design

TRAFFIC MANAGEMENT PLAN

TC 61 51612/2010

Page 2 of 7

Item No. Discussion:

1) Public Information Plan

a) Prepare with assistance from KYTC or

b) Identify Trip Generators N/A f) Railroad Involvement N/A

c) Identify Types of Road Users Referencedg) Address Pedestrians, Bikes Mass Transit Referenced

d) Public Information Message Referencedh) Address Timing, Frequency, Updates,

Effectiveness of Plan N/A

e) Public Information Strategiesto be used Referenced

i) Police & Other Emergency Services N/A

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 76 of 143

REVISED: 10-7-13

Page 78: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Kentucky Transportation CabinetDivision of Highway Design

TRAFFIC MANAGEMENT PLAN

TC 61 51612/2010

Page 3 of 7

Item No. 2) Temporary Traffic Control Plan (For Each Phase of Construction)

Phase I

Exposure Control Measures Positive Protection Measures

a) Is Road Closure Allowed Referenced Type:

a) Address Drop Off Protection Criteria N/A

b) Detour Conditions N/A b) Temporary Barrier Requirements Referenced

c) Working Hour Restrictions Referenced c) Evaluation of Existing Guardrail Conditions N/A

d) Holiday or Special Event Work Restrictions Referenced d) Address Temporary Drainage N/A

e) Evaluation of Intersection LOS N/A

Uniformed Law Enforcement Officers N/A

f) Evaluation of Queue Lengths N/A Payment for Traffic Control*

g) Evaluation of User Costs andIncentives/Disincentives Referenced a) Method of Project Bidding Referenced

h) Address Pedestrians, Bikes, Mass Transit Referenced b) Special Notes Referenced

Work Vehicles andEquipment Referenced

*Payment for traffic control items shall be in accordance with the Kentucky Department of Highways Standard Specifications for Road and Bridge Construction

Comments:

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 77 of 143

REVISED: 10-7-13

Page 79: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Kentucky Transportation CabinetDivision of Highway Design

TRAFFIC MANAGEMENT PLAN

TC 61 51612/2010

Page 4 of 7

Item No. 5-8633

Temporary Traffic Control Plan (Supplement to Sheet 3)

Exposure Control Measures

a) Is Road Closure Allowed: Single lane closure on I-264 and Southern Parkway Eastbound exit ramp is allowed during specified hours. See Traffic Control plan.

b) Detour Conditions: N/A.

c) Working Hour Restrictions: See Traffic Control Plan.

d) Holiday or Special Event Work Restrictions: See Traffic Control Plan.

e) Evaluation of Intersection LOS: None required.

f) Evaluation of Queue Lengths: None required.

g) Evaluation of User Costs and Incentives/Disincentives: As stipulated in the Standard Specifications for Road and Bridge Construction and Special Note for Liquidated Damages.

h) Address Pedestrians, Bikes, and Mass Transit: See Traffic Control Plan

Work Vehicles and Equipment: As per Standard Specifications for Road and Bridge Construction, current edition.

Positive Protection Measures a) Address Drop Off Protection Criteria: N/Ab) Temporary Barrier Requirements: N/Ac) Evaluation of Existing Guardrail Conditions: N/Ad) Address Temporary Drainage: N/A

Uniform Law Enforcement Officers: None required.

Payment for Traffic Control: Payment for traffic control items shall be in accordance with the Kentucky Department of Highways Standard Specifications for Road and Bridge Construction, unless otherwise noted.

a) Method of Project Bidding: Open

b) Special Notes: See Proposal.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 78 of 143

REVISED: 10-7-13

Page 80: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Kentucky Transportation CabinetDivision of Highway Design

TRAFFIC MANAGEMENT PLAN

TC 61 51612/2010

Page 5 of 7

INTERSTATE 264 SOUND BARRIER M.P. 9.5 to 10.0

ITEM # 5-8633 and 5-8634 PUBLIC INFORMATION PLAN

The primary goal of the Public Information Plan (PIP) is to inform the motoring public and area stakeholders of project information including Maintenance of Traffic (MOT) which includes lane and ramp closures. The KYTC District 5 Public Information Officer (PIO) will coordinate and disseminate to stakeholders and the media appropriate information regarding the construction plans.

LOCAL STAKEHOLDERS

Elected Officials o State Senator Perry Clark – (502) 564-8100; [email protected] State Representative Jeff Donohue – (502) 564-8100;

[email protected] Mayor Greg Fischer – (502) 574-2003; [email protected] Metro Councilman Dan Johnson – (502) 574-1121;

[email protected] Metro Councilwoman Marianne Butler – (502) 574-1115;

[email protected]

Local Agencies o Rick Caple, Director of Transportation for Jefferson County Public Schools –

(502) 485-3470; [email protected] Barry Barker, Transit Authority of the River City (TARC) – (502) 561-5100;

[email protected] Lt. Joe Seelye, Louisville Metro Police Department Traffic Division – (502)

574-2445; [email protected]

Utility Companies o Local utility companies are kept apprised of this project at the monthly utility

coordination meetings hosted by District 5

Neighborhoods and their Mayors o Beechmont Neighborhood Association – [email protected]

TRUCKING FIRMS AND OUT OF STATE STAKEHOLDERS

Information will be distributed electronically to trucking firms via Rick Taylor at the Department of Vehicle Regulation (502-564-4540; [email protected]). Information

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 79 of 143

REVISED: 10-7-13

Page 81: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Kentucky Transportation CabinetDivision of Highway Design

TRAFFIC MANAGEMENT PLAN

TC 61 51612/2010

Page 6 of 7

will also be posted on the 511 website (www.511.ky.gov) and on the 511 telephone information system.

PRESENTATIONS

A project description including anticipated schedule will be provided to the media, stakeholders and other emergency service agencies via e-mail prior to construction. Information will be provided to these groups via traffic advisories, press releases, the District 5 website and the weekly District 5 Road Show of Construction and Maintenance Activities.

MEDIA RELATIONS

The District PIO will prepare an initial news release regarding the contract award for the project. The PIO will conduct interviews with the media throughout the project duration to keep the public informed of construction progress. Traffic advisories will be submitted to the media when a change in the MOT occurs. The contractor must provide to the PIO via the Resident Engineer notification of any change in the MOT at least five (5) days prior to the change.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 80 of 143

REVISED: 10-7-13

Page 82: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 81 of 143

REVISED: 10-7-13

Page 83: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 82 of 143

REVISED: 10-7-13

Page 84: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 83 of 143

REVISED: 10-7-13

Page 85: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

TRANSPORTATION CABINETDivision of Design

CATEGORICAL EXCLUSION PROJECTSEnvironmental Impacts Checklist

Preliminary Line Grade and Final Design Inspections Final Plans Submittal

TC 61-202

CE Approval Date August 28, 2013 Preliminary Reviewed By: Item Number: 5-8633.00 Right of Way Jeff Schaefer Route Number: I-264 Construction August 28, 2013 County: Jefferson Other Date Project Limits: I-264 @ Southern Parkway

1. PROJECT DESCRIPTION:(a) Existing Conditions:

(b) Proposed Improvements:

2. INTER-GOVERNMENTAL REVIEW COMMENTS:

3. CONTROVERSY: Yes No Explain when "Yes" is marked

4. PROJECT SCOPE/PLAN CHANGES: Yes No Explain when "Yes" is marked

5. IMPACT EVALUATION Yes No N/A COMMENTS - Clarify when "Yes" is markedA. SOCIAL IMPACTS

1. Land Use Change x2. Neighborhood Change x3. Relocations x4. Ethnic, Minority, Etc. x

B. CULTURAL IMPACTS1. Churches, Schools, Etc. x2. 4(f) Lands x3. Historic Site/District x4. Archaeological Site x

C. NATURAL ENVIRONMENT1. Wetland Involvement x2. Floodplain Involvement x3. Endangered Species/Habitat x

X

X

The residential area located adjacent to Southern Heights Blvd, and between Southern Parkway and Cliff Ave iscurrently being affected by noise pollution caused by traffic on I 264.

Construct a sound barrier wall beginning at the pedestrian overpass near M.P. 9.58 of I 264 and ending at M.P.0.00 of Southern Parkway Exit Ramp. Rebuild the existing sidewalk leading to the pedestrian overpass.

X

g p4. Prime/Unique Farmland x5. Natural Landmarks x6. Wild & Scenic River x7. Water Quality Impacts x8. Signig. Spawning Stream x9. Migratory Fowl Breeding Area x10. Air Quality Impacts x11. Noise Impacts x Noise will be reduced by proposed sound barrier wall.12 UST/HAZMAT x

D. CONSTRUCTION IMPACTS1. Permits Required x2. Stream Channel x3. Public Water Intake x4. Aquatic Species Restricted x5. Navigational Restrictions x6. High Flow Restrictions x7. Fills x

(a) Nontoxic(b) Maintenance Provisions(c) Temporaries Removed

6. ENVIRONMENTAL MITIGATION/CONDITIONS: Yes No

7. RECOMMENDATIONS:

X List all proposed environmental mitigation measures and conditions to be incorporated into the project when "Yes" is marked

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 84 of 143

REVISED: 10-7-13

Page 86: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 85 of 143

REVISED: 10-7-13

Page 87: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 86 of 143

REVISED: 10-7-13

Page 88: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 87 of 143

REVISED: 10-7-13

Page 89: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 88 of 143

REVISED: 10-7-13

Page 90: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 89 of 143

REVISED: 10-7-13

Page 91: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

SPECIAL NOTES FOR UTILITY CLEARANCEIMPACT ON CONSTRUCTION

Page 1 of 6

JEFFERSON COUNTYJL04 056 84912 01C

REPLACE OLD WOODEN BARRIER SOUTH SIDE WATTERSON EXPRESSWAY

SYP ITEM NO.: 5-8633.00

GENERAL PROJECT NOTE ON UTILITY PROTECTIONUtility coordination efforts determined that no significant utility relocation work is required to complete the project. Any work pertaining to these utility facilities is defined in the bid package and is to be carried out as instructed by the Kentucky Transportation Cabinet. The contractor will be responsible for any coordination or adjustments that are discussed or quantified in the proposal.

NOTE: DO NOT DISTURB THE FOLLOWING UTILITIES LOCATED WITHIN THE PROJECT DISTURB LIMITSLG&E (electric)—has overhead facilities crossing I-264 at approximately Stations 116+00 and 122+00 within Right-of-Way. All of these facilities are not to be disturbed and will remain in place.LG&E (gas)—has a medium pressure 12-inch gas line (plastic pipe) crossing I-264 at approximately Station 110+00. All of these facilities are not to be disturbed and will remain in place.Insight—has overhead trunk and distribution lines attached to the utility poles for the electric lines atapproximately Stations 116+00 and 122+00. All of these facilities are not to be disturbed and will remain in place.Louisville Water Company—has a 6-inch PVC water line that runs along the South side of the road nearthe end of the project area. All of these facilities are not to be disturbed and will remain in place.Metropolitan Sewer District—has a 24-inch RCP sanitary sewer line that crosses at approximate Station 110+00, a 21-inch RCP sanitary sewer line that crosses at approximately Station 114+50 and a Sanitary Manhole located at the end of the project. All of these facilities are not to be disturbed and will remain in place.AT&T KY— has overhead trunk and distribution lines attached to the utility poles for the electric lines atapproximately Stations 116+00 and 122+00. All of these facilities are not to be disturbed and will remain in place.

*The Contractor is fully responsible for protection of all utilities listed above*

THE FOLLOWING COMPANIES ARE RELOCATING/ADJUSTING THEIR UTILITIES WITHIN THE PROJECT LIMITS AND WILL BE COMPLETE PRIOR TO CONSTRUCTION

Not applicable.

THE FOLLOWING COMPANIES HAVE FACILITIES TO BE RELOCATED/ADJUSTED BY THE COMPANY OR THE COMPANY’S SUBCONTRACTOR AND IS TO BE COORDINATED WITH THE ROAD CONTRACT

LG&E (electric)—has anchors located north of Southern Heights at approximate Rt. Station 117+50 within Right-of-Way that will need to be relocated. The Contractor is to contact Greg Geiser ((502)627-3708) as soon as the location of the proposed noise barrier wall is staked in this area in order to coordinate the relocation of the anchors.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 90 of 143

REVISED: 10-7-13

Page 92: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

SPECIAL NOTES FOR UTILITY CLEARANCEIMPACT ON CONSTRUCTION

Page 2 of 6

JEFFERSON COUNTYJL04 056 84912 01C

REPLACE OLD WOODEN BARRIER SOUTH SIDE WATTERSON EXPRESSWAY

SYP ITEM NO.: 5-8633.00

THE FOLLOWING COMPANIES HAVE FACILITIES TO BE RELOCATED/ADJUSTED BY THE ROAD CONTRACTOR AS INCLUDED IN THIS CONTRACT

Not Applicable.

SPECIAL CAUTION NOTE – PROTECTION OF UTILITIES

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 Resident 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.

BEFORE YOU DIG

The contractor is instructed to call 1-800-752-6007 to reach KY 811, the one-call system for information on the location of existing underground utilities. The call is to be placed a minimum of two (2) and no more than ten (10) business days prior to excavation. The contractor should be aware that owners of underground facilities are not required to be members of the KY 811 one-call Before-U-Dig (BUD) service. The contractor must coordinate excavation with the utilityowners, including those whom do not subscribe to KY 811. It may be necessary for the contractor to contact the County Court Clerk to determine what utility companies have facilities in the area.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 91 of 143

REVISED: 10-7-13

Page 93: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

SPECIAL NOTES FOR UTILITY CLEARANCEIMPACT ON CONSTRUCTION

Page 3 of 6

JEFFERSON COUNTYJL04 056 84912 01C

REPLACE OLD WOODEN BARRIER SOUTH SIDE WATTERSON EXPRESSWAY

SYP ITEM NO.: 5-8633.00

Please Note: The information presented in this Utility Note is informational in nature and the information contained herein is not guaranteed.

Utility Owners and Contact Persons

For Jefferson County

1. LG&E KU (Electric) Greg Geiser820 West Broadway work: (502) 627-3708Louisville, KY 40202 [email protected]&E Emergency Number (502) 589-1444LG&E and KU Emergency Number 1-800-331-7370

2. LG&E (Gas) Greg Geiser820 West Broadway work: (502) 627-3708Louisville, KY 40202 [email protected] Emergency Number (502) 589-5511LG&E and KU Emergency Number 1-800-331-7370

3. Louisville Water Company Daniel Tegene, PE550 South Third Street (502) 569-3649Louisville, KY 40202 [email protected]

4. AT&T KY Morgan Herndon3719 Bardstown Road - 2nd Floor [email protected], KY 40218 (502) 458-7312

5. Oldham County Water District Russ Rose3711 W. Highway 146, P.O. Box 51 [email protected], KY 40010 (502) 222-1690

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 92 of 143

REVISED: 10-7-13

Page 94: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

SPECIAL NOTES FOR UTILITY CLEARANCEIMPACT ON CONSTRUCTION

Page 4 of 6

JEFFERSON COUNTYJL04 056 84912 01C

REPLACE OLD WOODEN BARRIER SOUTH SIDE WATTERSON EXPRESSWAY

SYP ITEM NO.: 5-8633.00

6. LaGrange Utilities Commission John Bennett203 S. Walnut St. [email protected], KY 40031 (502) 222-9325

7. Mid - Valley Pipeline Company Todd Calfee4910 Limaburg Road (859) 371-4469x14Burlington, KY 41005 Cell: (859)630-8271FAX (866) 699-1185 [email protected]

8. Shelby Energy Cooperative Jason GinnP.O. Box 311, 620 Old Finchville Road [email protected], KY 40065 cell: (502)643-2778(502) 633-4420

9. Texas Gas Transmission, LLC Tim Turner 3800 Frederica Street (270) 688-6461Owensboro, KY 42302 [email protected]

Cell: (270) 485-115210. Insight Communications Company Deno Barbour

4701 Commerce Crossings Dr. Cell: (502) 664-7395Louisville, KY 40229 Office(502) 357-4376

[email protected]

11. Oldham Co. Environmental Authority Kevin Gibson700 W. Jefferson St. [email protected]

LaGrange, KY 40031 Office: (502) 225-9477Fax: (502) 225-9468 Cell: (502) 269-1309(Sewer & Stormwater merged)

12. Metropolitan Sewer District Greg Powell700 West Liberty Street [email protected], KY 40203-1911 Brad Selch

[email protected](502) 540-6614Send to both contacts

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 93 of 143

REVISED: 10-7-13

Page 95: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

SPECIAL NOTES FOR UTILITY CLEARANCEIMPACT ON CONSTRUCTION

Page 5 of 6

JEFFERSON COUNTYJL04 056 84912 01C

REPLACE OLD WOODEN BARRIER SOUTH SIDE WATTERSON EXPRESSWAY

SYP ITEM NO.: 5-8633.00

13. Level 3 Communications (Transmission) Kevin Webster 848 S. 8th St. [email protected], KY 40203 Office (502) 777-8622

Cell (502) 777-8622Fax (502) 561-6950

Level 3 Communications (Transmission) Tim Morphew848 S. 8th St. [email protected], KY 40203 Office (502) 561-6935

Cell (502) 221-1785Fax (502) 561-6950

Level 3 Communications (Distribution) Mark Sewell962 South Third Street [email protected], KY 40203 Office (502) 515-9142

Cell (502) 295-0939Send to all 3 contacts

14. Indiana Gas Company Inc Mary Barberd.b.a. Vectren Energy Delivery of Indiana, Inc [email protected]

or (812) 948-4952Ohio River Pipeline Corporation2520 Lincoln DriveClarksville, Indiana 47129Line Maintained ByTexas Gas Transmission, LLC Tim Turner 3800 Frederica Street (270) 688-6461Owensboro, Kentucky 42302 [email protected]: (270) 485-1152

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 94 of 143

REVISED: 10-7-13

Page 96: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

SPECIAL NOTES FOR UTILITY CLEARANCEIMPACT ON CONSTRUCTION

Page 6 of 6

JEFFERSON COUNTYJL04 056 84912 01C

REPLACE OLD WOODEN BARRIER SOUTH SIDE WATTERSON EXPRESSWAY

SYP ITEM NO.: 5-8633.00

15. Crown Castle Network Operations Brian Watkins10170 Linn Station Road [email protected] 525 (502)318-1323Louisville, KY 40223 Brandy Bowling (Brian’s supervisor)(builds cell towers and leases space on them) [email protected]

(502)318-1322Cindy [email protected](502) 318-1313Chris [email protected](502)689-2162

Railroad Companies

1. C.S.X. Transportation, Inc.Contacts:David Hall, KY Liaison, (502) 815-1865Milton Holder – crossings – cell (502) 817-2011John Williams – crossings – cell (502) 376-8745, Office (502) 364-1133Joe Malandruco (Florida) – signals (904) 245-1160

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 95 of 143

REVISED: 10-7-13

Page 97: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

PART II

SPECIFICATIONS AND STANDARD DRAWINGS

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 96 of 143

REVISED: 10-7-13

Page 98: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

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 StandardSpecifications for Road and Bridge Construction, Edition of 2012 and StandardDrawings, Edition of 2012 with the 2012 Revision.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 97 of 143

REVISED: 10-7-13

Page 99: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

SSupplemental Specifications to theStandard Specifications for Road and Br idge Construction, 2012 Edition

Effective with the September 27, 2013 Letting

1

Subsection: 108.03 Preconstruction Conference.Revision: Replace 8) Staking with the following:

8) Staking (designated by a Professional Engineer or Land Surveyor licensed in the Commonwealth of Kentucky.

Subsection: 109.07.02 Fuel.Revise item Crushed Aggregate Used for Embankment Stabilization to the following: Crushed Aggregate Used for Stabilization of Unsuitable Materials Used for Embankment Stabilization

Subsection: 110.02 Demobilization.Revision: Replace the first part of the first sentence of the second paragraph with the following:

Perform all work and operations necessary to accomplish final clean-up as specified in the first paragraph of Subsection 105.12;

Subsection: 112.03.12 Project Traffic Coordinator (PTC).Revision: Replace the last paragraph of this subsection with the following:

Ensure the designated PTC has sufficient skill and experience to properly perform the task assigned and has successfully completed the qualification courses.

Subsection: 112.04.18 Diversions (By-Pass Detours).Revision: Insert the following sentence after the 2nd sentence of this subsection.

The Department will not measure temporary drainage structures for payment when the contract documents provide the required drainage opening that must be maintained with the diversion. The temporary drainage structures shall be incidental to the construction of the diversion. If the contract documents fail to provide the required drainage opening needed for the diversion, the cost of the temporary drainage structure will be handled as extra work in accordance with section 109.04.

Subsection: 201.03.01 Contractor Staking.Revision: Replace the first paragraph with the following: Perform all necessary surveying under the

general supervision of a Professional Engineer or Land Surveyor licensed in the Commonwealth of Kentucky.

Subsection: 201.04.01 Contractor Staking.Revision: Replace the last sentence of the paragraph with the following: Complete the general layout of

the project under the supervision of a Professional Engineer or Land Surveyor licensed in the Commonwealth of Kentucky.

Subsection: 206.04.01 Embankment-in-Place.Revision: Replace the fourth paragraph with the following: The Department will not measure suitable

excavation included in the original plans that is disposed of for payment and will consider it incidental to Embankment-in-Place.

Subsection: 208.02.01 Cement.Revision: Replace paragraph with the following:

Select Type I or Type II cement conforming to Section 801. Use the same type cement throughout the work.

Revision:

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 1310Page 98 of 1

REVISED: 10-7-13

Page 100: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

SSupplemental Specifications to theStandard Specifications for Road and Br idge Construction, 2012 Edition

Effective with the September 27, 2013 Letting

2

Subsection: 208.03.06 Curing and Protection.Revision: Replace the fourth paragraph with the following:

Do not allow traffic or equipment on the finished surface until the stabilized subgrade has cured for a total of 7-days with an ambient air temperature above 40 degrees Fahrenheit. A curing day consists of a continuous 24-hour period in which the ambient air temperature does not fall below 40 degrees Fahrenheit. Curing days will not be calculated consecutively, but must total seven (7) , 24-hour days with the ambient air temperature remaining at or above 40 degrees Fahrenheit before traffic or equipment will be allowed to traverse the stabilized subgrade. The Department may allow a shortened curing period when the Contractor requests. The Contractor shall give the Department at least 3 day notice of the request for a shortened curing period. The Department will require a minimum of 3 curing days after final compaction. The Contractor shall furnish cores to the treated depth of the roadbed at 500 feet intervals for each lane when a shortened curing time is requested. The Department will test cores using an unconfined compression test. Roadbed cores must achieve a minimum strength requirement of 80 psi.

Subsection: 208.03.06 Curing and Protection.Revision: Replace paragraph nine with the following:

At no expense to the Department, repair any damage to the subgrade caused by freezing. Subsection: 212.03.03 Permanent Seeding and Protection.Part: A) Seed Mixtures for Permanent Seeding.Number: 2)Revision: Replace the paragraph with the following:

Permanent Seeding on Slopes Greater than 3:1 in Highway Districts 4, 5, 6, and 7. Apply seed mix Type II at a minimum application rate of 100 pounds per acre. If adjacent to a golf course replace the crown vetch with Kentucky 31 Tall Fescue.

Subsection: 212.03.03 Permanent Seeding and Protection.Part: A) Seed Mixtures for Permanent Seeding.Number: 3)Revision: Replace the paragraph with the following:

Permanent Seeding on Slopes Greater than 3:1 in Highway Districts 1, 2, 3, 8, 9, 10, 11, and 12. Apply seed mix Type III at a minimum application rate of 100 pounds per acre. If adjacent to crop land or golf course, replace the Sericea Lespedeza with Kentucky 31 Fescue.

Subsection: 213.03.02 Progress Requirements.Revision: Replace the last sentence of the third paragraph with the following:

Additionally, the Department will apply a penalty equal to the liquidated damages when all aspects of the work are not coordinated in an acceptable manner within 7 calendar days after written notification.

Subsection: 213.03.05 Temporary Control Measures.Part: E) Temporary Seeding and Protection.Revision: Delete the second sentence of the first paragraph.Subsection: 304.02.01 Physical Properties.Table: Required Geogrid PropertiesRevision: Replace all references to Test Method "GRI-GG2-87" with ASTM D 7737.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 1310Page 99 of 1

REVISED: 10-7-13

Page 101: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

SSupplemental Specifications to theStandard Specifications for Road and Br idge Construction, 2012 Edition

Effective with the September 27, 2013 Letting

3

Subsection: 402.03.02 Contractor Quality Control and Department Acceptance.Part: B) Sampling.Revision: Replace the second sentence with the following: The Department will determine when to obtain

the quality control samples using the random-number feature of the mix design submittal and approval spreadsheet. The Department will randomly determine when to obtain the verification samples required in Subsections 402.03.03 and 402.03.04 using the Asphalt Mixture Sample Random Tonnage Generator.

Subsection: 402.03.02 Contractor Quality Control and Department Acceptance.Part: D) Testing Responsibilities.Number: 3) VMA.Revision: Add the following paragraph below Number 3) VMA: Retain the AV/VMA specimens and one

additional corresponding Gmm sample for 5 working days for mixture verification testing by the Department. For Specialty Mixtures, retain a mixture sample for 5 working days for mixture verification testing by the Department. When the Department's test results do not verify that the Contractor's quality control test results are within the acceptable tolerances according to Subsection 402.03.03, retain the samples and specimens from the affected sublot(s) for the duration of the project.

Subsection: 402.03.02 Contractor Quality Control and Department Acceptance.Part: D) Testing Responsibilities. Number: 4) Density.Revision: Replace the second sentence of the Option A paragraph with the following: Perform coring by

the end of the following work day.Subsection: 402.03.02 Contractor Quality Control and Department Acceptance.Part: D) Testing Responsibilities.Number: 5) Gradation.Revision: Delete the second paragraph.Subsection: 402.03.02 Contractor Quality Control and Department Acceptance.Part: H) Unsatisfactory Work.Number: 1) Based on Lab Data.Revision: Replace the second paragraph with the following: When the Engineer determines that safety

concerns or other considerations prohibit an immediate shutdown, continue work and the Department will make an evaluation of acceptability according to Subsection 402.03.05.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 1310Page 100 of 1

REVISED: 10-7-13

Page 102: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

SSupplemental Specifications to theStandard Specifications for Road and Br idge Construction, 2012 Edition

Effective with the September 27, 2013 Letting

4

Subsection: 402.03.03 Verification.Revision: Replace the first paragraph with the following:

402.03.03 Mixture Verification. For volumetric properties, the Department will perform a minimum of one verification test for AC, AV, and VMA according to the corresponding procedures as given in Subsection 402.03.02. The Department will randomly determine when to obtain the verification sample using the Asphalt Mixture Sample Random Tonnage Generator. For specialty mixtures, the Department will perform one AC and one gradation determination per lot according to the corresponding procedures as given in Subsection 402.03.02. However, Department personnel will not perform AC determinations according to KM 64-405. The Contractor will obtain a quality control sample at the same time the Department obtains the mixture verification sample and perform testing according to the procedures given in Subsection 402.03.02. If the Contractor's quality control sample is verified by the Department's test results within the tolerances provided below, the Contractor's sample will serve as the quality control sample for the affected sublot. The Department may perform the mixture verification test on the Contractor's equipment or on the Department's equipment.

Subsection: 402.03.03 Verification.Part: A) Evaluation of Sublot(s) Verified by Department.Revision: Replace the third sentence of the second paragraph with the following: When the paired t -test

indicates that the Contractor's data and Department's data are possibly not from the same population, the Department will investigate the cause for the difference according to Subsection 402.03.05 and implement corrective measures as the Engineer deems appropriate.

Subsection: 402.03.03 Verification.Part: B) Evaluation of Sublots Not Verified by Department.Revision: Replace the third sentence of the first paragraph with the following: When differences between

test results are not within the tolerances listed below, the Department will resolve the discrepancy according to Subsection 402.03.05.

Subsection: 402.03.03 Verification.Part: B) Evaluation of Sublots Not Verified by Department.Revision: Replace the third sentence of the second paragraph with the following: When the F -test or t -

test indicates that the Contractor's data and Department's data are possibly not from the same population, the Department will investigate the cause for the difference according to Subsection 402.03.05 and implement corrective measures as the Engineer deems appropriate.

Subsection: 402.03.03 Verification.Part: C) Test Data Patterns.Revision: Replace the second sentence with the following: When patterns indicate substantial differences

between the verified and non-verified sublots, the Department will perform further comparative testing according to subsection 402.03.05.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 1310Page 101 of 1

REVISED: 10-7-13

Page 103: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

SSupplemental Specifications to theStandard Specifications for Road and Br idge Construction, 2012 Edition

Effective with the September 27, 2013 Letting

5

Subsection: 402.03 CONSTRUCTION.Revision: Add the following subsection: 402.03.04 Testing Equipment and Technician Verification.

For mixtures with a minimum quantity of 20,000 tons and for every 20,000 tons thereafter, the Department will obtain an additional verification sample at random using the Asphalt Mixture Sample Random Tonnage Generator in order to verify the integrity of the Contractor’s and Department’s laboratory testing equipment and technicians. The Department will obtain a mixture sample of at least 150 lb at the asphalt mixing plant according to KM 64-425 and split it according to AASHTO R 47. The Department will retain one split portion of the sample and provide the other portion to the Contractor. At a later time convenient to both parties, the Department and Contractor will simultaneously reheat the sample to the specified compaction temperature and test the mixture for AV and VMA using separate laboratory equipment according to the corresponding procedures given in Subsection 402.03.02. The Department will evaluate the differences in test results between the two laboratories. When the difference between the results for AV or VMA is not within ± 2.0 percent, the Department will investigate and resolve the discrepancy according to Subsection 402.03.05.

Subsection: 402.03.04 Dispute Resolution.Revision: Change the subsection number to 402.03.05.Subsection: 402.05 PAYMENT.Part: Lot Pay Adjustment Schedule Compaction Option A Base and Binder MixturesTable: ACRevision: Replace the Deviation from JMF(%) that corresponds to a Pay Value of 0.95 to ±0.6.Subsection: 403.02.10 Material Transfer Vehicle (MTV).Revision: Replace the first sentence with the following: In addition to the equipment specified above,

provide a MTV with the following minimum characteristics:Subsection: 412.02.09 Material Transfer Vehicle (MTV).Revision: Replace the paragraph with the following:

Provide and utilize a MTV with the minimum characteristics outlined in section 403.02.10. Subsection: 412.03.07 Placement and Compaction.Revision: Replace the first paragraph with the following:

Use a MTV when placing SMA mixture in the driving lanes. The MTV is not required on ramps and/or shoulders unless specified in the contract. When the Engineer determines the use of the MTV is not practical for a portion of the project, the Engineer may waive its requirement for that portion of pavement by a letter documenting the waiver.

Subsection: 412.04 MEASUREMENT.Revision: Add the following subsection:

412.04.03. Material Transfer Vehicle (MTV). The Department will not measure the MTV for payment and will consider its use incidental to the asphalt mixture.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 1310Page 102 of 1

REVISED: 10-7-13

Page 104: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

SSupplemental Specifications to theStandard Specifications for Road and Br idge Construction, 2012 Edition

Effective with the September 27, 2013 Letting

6

Subsection: 501.03.19 Surface Tolerances and Testing Surface.Part: B) Ride Quality.Revision: Add the following to the end of the first paragraph:

The Department will specify if the ride quality requirements are Category A or Category B when ride quality is specified in the Contract. Category B ride quality requirements shall apply when the Department fails to classify which ride quality requirement will apply to the Contract.

Subsection: 603.03.06 Cofferdams.Revision: Replace the seventh sentence of paragraph one with the following:

Submit drawings that are stamped by a Professional Engineer licensed in the Commonwealth of Kentucky.

Subsection: 605.03.04 Tack Welding.Revision: Insert the subsection and the following: 605.03.04 Tack Welding. The Department does not

allow tack welding.Subsection: 606.03.17 Special Requirements for Latex Concrete Overlays.Part: A) Existing Bridges and New Structures.Number: 1) Prewetting and Grout-Bond Coat.Revision: Add the following sentence to the last paragraph: Do not apply a grout-bond coat on bridge

decks prepared by hydrodemolition.Subsection: 609.03 Construction.Revision: Replace Subsection 609.03.01 with the following:

609.03.01 A) Swinging the Spans. Before placing concrete slabs on steel spans or precast concrete release the temporary erection supports under the bridge and swing the span free on its supports. 609.03.01 B) Lift Loops. Cut all lift loops flush with the top of the precast beam once the beam is placed in the final location and prior to placing steel reinforcement. At locations where lift loops are cut, paint the top of the beam with galvanized or epoxy paint.

Subsection: 611.03.02 Precast Unit Construction.Revision: Replace the first sentence of the subsection with the following: Construct

units according to ASTM C1577, replacing Table 1 (Design Requirements for Precast Concrete Box Sections Under Earth, Dead and HL-93 Live Load Conditions) with KY Table 1 (Precast Culvert KYHL-93 Design Table), and Section 605 with the following exceptions and additions:

Subsection: 613.03.01 Design.Number: 2)Revision: Replace "AASHTO Standard Specifications for Highway Bridges" with "AASHTO LRFD

Bridge Design Specifications"Subsection: 615.06.02Revision: Add the following sentence to the end of the subsection. The ends of units shall be normal to

walls and centerline except exposed edges shall be beveled ¾ inch.Subsection: 615.06.03 Placement of Reinforcement in Precast 3-Sided Units.Revision: Replace the reference of 6.6 in the section to 615.06.06.Subsection: 615.06.04 Placement of Reinforcement for Precast Endwalls.Revision: Replace the reference of 6.7 in the section to 615.06.07.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 1310Page 103 of 1

REVISED: 10-7-13

Page 105: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

SSupplemental Specifications to theStandard Specifications for Road and Br idge Construction, 2012 Edition

Effective with the September 27, 2013 Letting

7

Subsection: 615.06.06 Laps, Welds, and Spacing for Precast 3-Sided Units.Revision: Replace the subsection with the following: Tension splices in the circumferential

reinforcement shall be made by lapping. Laps may not be tack welded together for assembly purposes. For smooth welded wire fabric, the overlap shall meet the requirements of AASHTO 2012 Bridge Design Guide Section 5.11.2.5.2 and AASHTO 2012 Bridge Design Guide Section 5.11.6.3. For deformed welded wire fabric, the overlap shall meet the requirements of AASHTO 2012 Bridge Design Guide Section 5.11.2.5.1 and AASHTO 2012 Bridge Design Guide Section 5.11.6.2. The overlap of welded wire fabric shall be measured between the outer most longitudinal wires of each fabric sheet. For deformed billet-steel bars, the overlap shall meet the requirements of AASHTO 2012 Bridge Design Guide Section 5.11.2.1. For splices other than tension splices, the overlap shall be a minimum of 12" for welded wire fabric or deformed billet-steel bars. The spacing center to center of the circumferential wires in a wire fabric sheet shall be no less than 2 inches and no more than 4 inches. The spacing center to center of the longitudinal wires shall not be more than 8 inches. The spacing center to center of the longitudinal distribution steel for either line of reinforcing in the top slab shall be not more than 16 inches.

Subsection: 615.06.07 Laps, Welds, and Spacing for Precast Endwalls.Revision: Replace the subsection with the following:

Splices in the reinforcement shall be made by lapping. Laps may not be tack welded together for assembly purposes. For smooth welded wire fabric, the overlap shall meet the requirements of AASHTO 2012 Bridge Design Guide Section 5.11.2.5.2 and AASHTO 2012 Bridge Design Guide Section 5.11.6.3. For deformed welded wire fabric, the overlap shall meet the requirements of AASHTO 2012 Bridge Design Guide Section 5.11.2.5.1 and AASHTO 2012 Bridge Design Guide Section 5.11.6.2. For deformed billet-steel bars, the overlap shall meet the requirements of AASHTO 2012 Bridge Design Guide Section 5.11.2.1. The spacing center-to-center of the wire fabric sheet shall not be less than 2 inches or more than 8 inches.

Subsection: 615.08.01 Type of Test Specimen.Revision: Replace the subsection with the following:

Start-up slump, air content, unit weight, and temperature tests will be performed each day on the first batch of concrete. Acceptable start-up results are required for production of the first unit. After the first unit has been established, random acceptance testing is performed daily for each 50 yd3 (or fraction thereof). In addition to the slump, air content, unit weight, and temperature tests, a minimum of one set of cylinders shall be required each time plastic property testing is performed.

Subsection: 615.08.02 Compression Testing.Revision: Delete the second sentence.Subsection: 615.08.04 Acceptability of Core Tests.

Delete the entire subsection.Subsection: 615.12 Inspection.Revision: Add the following sentences to the end of the subsection: Units will arrive at jobsite with the

"Kentucky Oval" stamped on the unit which is an indication of acceptable inspection at the production facility. Units shall be inspected upon arrival for any evidence of damage resulting from transport to the jobsite.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 1310Page 104 of 1

REVISED: 10-7-13

Page 106: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

SSupplemental Specifications to theStandard Specifications for Road and Br idge Construction, 2012 Edition

Effective with the September 27, 2013 Letting

8

Subsection: 716.02.02 Paint.Revision: Replace sentence with the following: Conform to Section 821.Subsection: 716.03 CONSTRUCTION.Revision: Replace bullet 5) with the following: 5) AASHTO Standard Specifications for Structural

Supports for Highway Signs, Luminaires, and Traffic Signals, 2013-6th Edition with current interims,

Subsection: 716.03.02 Lighting Standard Installation.Revision: Replace the second sentence with the following:

Regardless of the station and offset noted, locate all poles/bases behind the guardrail a minimum of four feet from the front face of the guardrail to the front face of the pole base.

Subsection: 716.03.02 Lighting Standard Installation.Part: A) Conventional Installation.Revision: Replace the third sentence with the following: Orient the transformer base so the door is

positioned on the side away from on-coming traffic.Subsection: 716.03.02 Lighting Standard Installation.Part: A) Conventional Installation.Number: 1) Breakaway Installation and Requirements.Revision: Replace the first sentence with the following: For breakaway supports, conform to Section 12

of the AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals, 2013-6th Edition with current interims.

Subsection: 716.03.02 Lighting Standard Installation.Part: B) High Mast InstallationRevision: Replace the first sentence with the following: Install each high mast pole as noted on plans.Subsection: 716.03.02 Lighting Standard Installation.Part: B) High Mast InstallationNumber: 2) Concrete Base InstallationRevision: Modification of Chart and succeeding paragraphs within this section:

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 1310Page 105 of 1

REVISED: 10-7-13

Page 107: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

SSupplemental Specifications to theStandard Specifications for Road and Br idge Construction, 2012 Edition

Effective with the September 27, 2013 Letting

9

(1): Shaft length is 22' for cohesive soil only. For cohesionless soil, contact geotechnical branch for design.(2): Do not construct high mast drilled shafts on ground slopes steeper than 1.5:1 without the approval of the Division of Traffic. If rock is encountered during drilling operations and confirmed by the engineer to be of sound quality, the shaft is only required to be further advanced into the rock by the length of rock socket shown in the table. The total length of the shaft need not be longer than that of soil alone. Both longitudinal rebar length and number of ties or spiral length shall be adjusted accordingly. If a shorter depth is desired for the drilled shaft, the contractor shall provide, for the state's review and approval, a detailed column design with individual site specific soil and rock analysis performed and approved by a Professional Engineer licensed in the Commonwealth of Kentucky. Spiral reinforcement may be substituted for ties. If spiral reinforcement is used, one and one-half closed coils shall be provided at the ends of each spiral unit. Subsurface conditions consisting of very soft clay or very loose saturated sand could result in soil parameters weaker than those assumed. Engineer shall consult with the geotechnical branch if such conditions are encountered. The bottom of the drilled hole shall be firm and thoroughly cleaned so no loose or compressible materials are present at the time of the concrete placement. If the drilled hole contains standing water, the concrete shall be placed using a tremie to displace water. Continuous concrete flow will be required to insure full displacement of any water. The reinforcement and anchor bolts shall be adequately supported in the proper positions so no movement occurs during concrete placement. Welding of anchor bolts to the reinforcing cage is unacceptable, templates shall be used.

Exposed portions of the foundation shall be formed to create a smooth finished surface. All forming shall be removed upon completion of foundation construction.

Subsection: 716.03.03 Trenching.Part: A) Trenching of Conduit for Highmast Ducted Cables.Revision: Add the following after the first sentence: If depths greater than 24 inches are necessary, obtain

the Engineer's approval and maintain the required conduit depths coming into the junction boxes. No payment for additional junction boxes for greater depths will be allowed.

Subsection: 716.03.03 Trenching.Part: B) Trenching of Conduit for Non-Highmast Cables.Revision: Add the following after the second sentence: If depths greater than 24 inches are necessary for

either situation listed previously, obtain the Engineer's approval and maintain the required conduit depths coming into the junction boxes. No payment for additional junction boxes for greater depths will be allowed.

Subsection: 716.03.10 Junction Boxes.Revision: Replace subsection title with the following: Electrical Junction Box.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 1310Page 106 of 1

REVISED: 10-7-13

Page 108: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

SSupplemental Specifications to theStandard Specifications for Road and Br idge Construction, 2012 Edition

Effective with the September 27, 2013 Letting

10

Subsection: 716.04.07 Pole with Secondary Control Equipment.Revision: Replace the paragraph with the following:

The Department will measure the quantity as each individual unit furnished and installed. The Department will not measure mounting the cabinet to the pole, backfilling, restoration, any necessary hardware to anchor pole, or electrical inspection fees, and will consider them incidental to this item of work. The Department will also not measure furnishing and installing electrical service conductors, specified conduits, meter base, transformer, service panel, fused cutout, fuses, lighting arrestors, photoelectrical control, circuit breaker, contactor, manual switch, ground rods, and ground wires and will consider them incidental to this item of work.

Subsection: 716.04.08 Lighting Control Equipment.Revision: Replace the paragraph with the following:

The Department will measure the quantity as each individual unit furnished and installed. The Department will not measure constructing the concrete base, excavation, backfilling, restoration, any necessary anchors, or electrical inspection fees, and will consider them incidental to this item of work. The Department will also not measure furnishing and installing electrical service conductors, specified conduits, meter base, transformer, service panel, fused cutout, fuses, lighting arrestors, photoelectrical control, circuit breakers, contactor, manual switch, ground rods, and ground wires and will consider them incidental to this item of work.

Subsection: 716.04.09 Luminaire.Revision: Replace the first sentence with the following:

The Department will measure the quantity as each individual unit furnished and installed.Subsection: 716.04.10 Fused Connector Kits.Revision: Replace the first sentence with the following:

The Department will measure the quantity as each individual unit furnished and installed.Subsection: 716.04.13 Junction Box.Revision: Replace the subsection title with the following: Electrical Junction Box Type Various.Subsection: 716.04.13 Junction Box.Part: A) Junction Electrical.Revision: Rename A) Junction Electrical to the following: A) Electrical Junction Box.Subsection: 716.04.14 Trenching and Backfilling.Revision: Replace the second sentence with the following: The Department will not measure excavation,

backfilling, underground utility warning tape (if required), the restoration of disturbed areas to original condition, and will consider them incidental to this item of work.

Subsection: 716.04.18 Remove Lighting.Revision: Replace the paragraph with the following: The Department will measure the quantity as a lump

sum for the removal of lighting equipment. The Department will not measure the disposal of all equipment and materials off the project by the contractor. The Department also will not measure the transportation of the materials and will consider them incidental to this item of work.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 1310Page 107 of 1

REVISED: 10-7-13

Page 109: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

SSupplemental Specifications to theStandard Specifications for Road and Br idge Construction, 2012 Edition

Effective with the September 27, 2013 Letting

11

Subsection: 716.04.20 Bore and Jack Conduit.Revision: Replace the paragraph with the following: The Department will measure the quantity in linear

feet. This item shall include all work necessary for boring and installing conduit under an existing roadway. Construction methods shall be in accordance with Sections 706.03.02, paragraphs 1, 2, and 4.

Subsection: 716.05 PAYMENT.Revision: Replace items 04810-04811, 20391NS835 and, 20392NS835 under Code, Pay Item, and Pay

Unit with the following:

Code Pay Item Pay Unit04810 Electrical Junction Box Each04811 Electrical Junction Box Type B Each20391NS835 Electrical Junction Box Type A Each20391NS835 Electrical Junction Box Type C Each

Subsection: 723.03 CONSTRUCTION.Revision: Replace bullet 5) with the following: 5) AASHTO Standard Specifications for Structural

Supports for Highway Signs, Luminaires, and Traffic Signals, 2013-6th Edition with current interims,

Subsection: 723.02.02 Paint.Revision: Replace sentence with the following: Conform to Section 821.Subsection: 723.03.02 Poles and Bases Installation.Revision: Replace the first sentence with the following:

Regardless of the station and offset noted, locate all poles/bases behind the guardrail a minimum of four feet from the front face of the guardrail to the front face of the pole base.

Subsection: 723.03.02 Poles and Bases Installation.Part: A) Steel Strain and Mastarm Poles InstallationRevision: Replace the second paragraph with the following: For concrete base installation, see Section

716.03.02, B), 2), Paragraphs 2-7. Drilled shaft depth shall be based on the soil conditions encountered during drilling and slope condition at the site. Refer to the design chart below:

Subsection: 723.03.02 Poles and Bases Installation.Part: B) Pedestal or Pedestal Post Installation.Revision: Replace the fourth sentence of the paragraph with the following: For breakaway supports,

conform to Section 12 of the AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals, 2013-6th Edition with current interims.

Subsection: 723.03.03 Trenching.Part: A) Under Roadway.Revision: Add the following after the second sentence: If depths greater than 24 inches are necessary,

obtain the Engineer's approval and maintain ether required conduit depths coming into the junction boxes. No payment for additional junction boxes for greater depths will be allowed.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 1310Page 108 of 1

REVISED: 10-7-13

Page 110: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

SSupplemental Specifications to theStandard Specifications for Road and Br idge Construction, 2012 Edition

Effective with the September 27, 2013 Letting

12

Subsection: 723.03.11 Wiring Installation.Revision: Add the following sentence between the fifth and sixth sentences: Provide an extra two feet of

loop wire and lead-in past the installed conduit in poles, pedestals, and junction boxes.Subsection: 723.03.12 Loop Installation.Revision: Replace the fifth sentence with the following: Provide an extra two feet of loop wire and lead-

in past the installed conduit in poles, pedestals, and junction boxes.Subsection: 723.04.02 Junction Box.Revision: Replace subsection title with the following: Electrical Junction Box Type.Subsection: 723.04.03 Trenching and Backfilling.Revision: Replace the second sentence with the following: The Department will not measure excavation,

backfilling, underground utility warning tape (if required), the restoration of disturbed areas to original condition, and will consider them incidental to this item of work.

Subsection: 723.04.10 Signal Pedestal.Revision: Replace the second sentence with the following: The Department will not measure excavation,

concrete, reinforcing steel, specified conduits, fittings, ground rod, ground wire, backfilling, restoring disturbed areas, or other necessary hardware and will consider them incidental to this item of work.

Subsection: 723.04.15 Loop Saw Slot and Fill.Revision: Replace the second sentence with the following: The Department will not measure sawing,

cleaning and filling induction loop saw slot, loop sealant, backer rod, and grout and will consider them incidental to this item of work.

Subsection: 723.04.16 Pedestrian Detector.Revision: Replace the paragraph with the following: The Department will measure the quantity as each

individual unit furnished, installed and connected to pole/pedestal. The Department will not measure installing R10-3e (with arrow) sign, furnishing and installing mounting hardware for sign and will consider them incidental to this item of work.

Subsection: 723.04.18 Signal Controller- Type 170.Revision: Replace the second sentence with the following: The Department will not measure constructing

the concrete base or mounting the cabinet to the pole, connecting the signal and detectors, excavation, backfilling, restoration, any necessary pole mounting hardware, electric service, or electrical inspection fees and will consider them incidental to this item of work. The Department will also not measure furnishing and connecting the induction of loop amplifiers, pedestrian isolators, load switches, model 400 modem card; furnishing and installing electrical service conductors, specified conduits, anchors, meter base, fused cutout, fuses, ground rods, ground wires and will consider them incidental to this item of work.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 1310Page 109 of 1

REVISED: 10-7-13

Page 111: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

SSupplemental Specifications to theStandard Specifications for Road and Br idge Construction, 2012 Edition

Effective with the September 27, 2013 Letting

13

Subsection: 723.04.20 Install Signal Controller - Type 170.Revision: Replace the paragraph with the following: The Department will measure the quantity as each

individual unit installed. The Department will not measure constructing the concrete base or mounting the cabinet to the pole, connecting the signal and detectors, and excavation, backfilling, restoration, any necessary pole mounting hardware, electric service, or electrical inspection fees and will consider them incidental to this item of work. The Department will also not measure connecting the induction loop amplifiers, pedestrian, isolators, load switches, model 400 modem card; furnishing and installing electrical service conductors, specified conduits, anchors, meter base, fused cutout, fuses, ground rods, ground wires and will consider them incidental to this item of work.

Subsection: 723.04.22 Remove Signal Equipment.Revision: Replace the paragraph with the following: The Department will measure the quantity as a lump

sum removal of signal equipment. The Department will not measure the return of control equipment and signal heads to the Department of Highways as directed by the District Traffic Engineer. The Department also will not measure the transportation of materials of the disposal of all other equipment and materials off the project by the contractor and will consider them incidental to this item of work.

Subsection: 723.04.28 Install Pedestrian Detector Audible.Revision: Replace the second sentence with the following: The Department will not measure installing

sign R10-3e (with arrow) and will consider it incidental to this item of work.Subsection: 723.04.29 Audible Pedestrian Detector.Revision: Replace the second sentence with the following: The Department will not measure furnishing

and installing the sign R10-3e (with arrow) and will consider it incidental to this item of work.

Subsection: 723.04.30 Bore and Jack Conduit.Revision: Replace the paragraph with the following: The Department will measure the quantity in linear

feet. This item shall include all work necessary for boring and installing conduit under an existing roadway. Construction methods shall be in accordance with Sections 706.03.02, paragraphs 1, 2, and 4.

Subsection: 723.04.31 Install Pedestrian Detector.Revision: Replace the paragraph with the following: The Department will measure the quantity as each

individual unit installed and connected to pole/pedestal. The Department will not measure installing sign R 10-3e (with arrow) and will consider it incidental to this item of work.

Subsection: 723.04.32 Install Mast Arm Pole.Revision: Replace the second sentence with the following: The Department will not measure arms, signal

mounting brackets, anchor bolts, or any other necessary hardware and will consider them incidental to this item of work.

Subsection: 723.04.33 Pedestal Post.Revision: Replace the second sentence with the following: The Department will not measure excavation,

concrete, reinforcing steel, anchor bolts, conduit, fittings, ground rod, ground wire, backfilling, restoration, or any other necessary hardware and will consider them incidental to this item of work.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 1310Page 110 of 1

REVISED: 10-7-13

Page 112: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

SSupplemental Specifications to theStandard Specifications for Road and Br idge Construction, 2012 Edition

Effective with the September 27, 2013 Letting

14

Subsection: 723.04.36 Traffic Signal Pole Base.Revision: Replace the second sentence with the following: The Department will not measure excavation,

reinforcing steel, anchor bolts, specified conduits, ground rods, ground wires, backfilling, or restoration and will consider them incidental to this item of work.

Subsection: 723.04.37 Install Signal Pedestal.Revision: Replace the second sentence with the following: The Department will not measure excavation,

concrete, reinforcing steel, anchor bolts, specified conduits, fittings, ground rod, ground wire, backfilling, restoration, or any other necessary hardware and will consider them incidental to this item of work.

Subsection: 723.04.38 Install Pedestal Post.Revision: Replace the second sentence with the following: The Department will not measure excavation,

concrete, reinforcing steel, anchor bolts, specified conduits, fittings, ground rod, ground wire, backfilling, restoration, or any other necessary hardware and will consider them incidental to this item of work.

Subsection: 723.05 PAYMENT.Revision: Replace items 04810-04811, 20391NS835 and, 20392NS835 under Code, Pay Item, and Pay

Unit with the following:

Code Pay Item Pay Unit04810 Electrical Junction Box Each04811 Electrical Junction Box Type B Each20391NS835 Electrical Junction Box Type A Each20391NS835 Electrical Junction Box Type C Each

Subsection: 813.04 Gray Iron Castings.Revision: Replace the reference to "AASHTO M105" with "ASTM A48".Subsection: 813.09.02 High Strength Steel Bolts, Nuts, and Washers.Number: A) Bolts.Revision: Delete first paragraph and "Hardness Number" Table. Replace with the following:

A) Bolts. Conform to ASTM A325 (AASHTO M164) or ASTM A490 (AASHTO 253) as applicable.

Subsection: 814.04.02 Timber Guardrail Posts.Revision: Third paragraph, replace the reference to "AWPA C14" with "AWPA U1, Section B, Paragraph

4.1".Subsection: 814.04.02 Timber Guardrail Posts.Revision: Replace the first sentence of the fourth paragraph with the following:

Use any of the species of wood for round or square posts covered under AWPA U1.Subsection: 814.04.02 Timber Guardrail Posts.Revision: Fourth paragraph, replace the reference to "AWPA C2" with "AWPA U1, Section B, Paragraph

4.1".Subsection: 814.04.02 Timber Guardrail Posts.Revision: Delete the second sentence of the fourth paragraph.Subsection: 816.07.02 Wood Posts and Braces.Revision: First paragraph, replace the reference to "AWPA C5" with "AWPA U1, Section B, Paragraph

4.1".

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 1310Page 111 of 1

REVISED: 10-7-13

Page 113: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

SSupplemental Specifications to theStandard Specifications for Road and Br idge Construction, 2012 Edition

Effective with the September 27, 2013 Letting

15

Subsection: 816.07.02 Wood Posts and Braces.Revision: Delete the second sentence of the first paragraph.Subsection: 818.07 Preservative Treatment.Revision: First paragraph, replace all references to "AWPA C14" with "AWPA U1, Section A".Subsection: 834.14 LIGHTING POLES.Revision: Replace the first sentence with the following: Lighting pole design shall be in accordance with

loading and allowable stress requirements of the AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals, 2013-6th Edition with current interims.

Subsection: 834.14.03 High Mast Poles.Revision: *Remove the second and fourth sentence from the first paragraph.

*Replace the third paragraph with the following: Provide calculations and drawings that are stamped by a Professional Engineer licensed in the Commonwealth of Kentucky. *Replace paragraph six with the following: Provide a pole section that conforms to ASTM A 595 grade A with a minimum yield strength of 55 KSI or ASTM A 572 with a minimum yield strength of 55 KSI. Use tubes that are round or 16 sided with a four inch corner radius, have a constant linear taper of .144 in/ft and contain only one longitudinal seam weld. Circumferential welded tube butt splices and laminated tubes are not permitted. Provide pole sections that are telescopically slip fit assembled in the field to facilitate inspection of interior surface welds and the protective coating. The minimum length of the telescopic slip splices shall be 1.5 times the inside diameter of the exposed end of the female section. Use longitudinal seam welds as commended in Section 5.15 of the AASHTO 2013 Specifications. The thickness of the transverse base shall not be less than 2 inches. Plates shall be integrally welded to the tubes with a telescopic welded joint or a full penetration groove weld with backup bar. The handhole cover shall be removable from the handhole frame. One the frame side opposite the hinge, provide a mechanism on the handhole cover/frame to place the Department’s standard padlock as specified in Section 834.25. The handhole frame shall have two stainless studs installed opposite the hinge to secure the handhole cover to the frame which includes providing stainless steel wing nuts and washers. The handhole cover shall be manufactured from 0.25 inch thick galvanized steel (ASTM A 153) and have a neoprene rubber gasket that is permanently secured to the handhole frame to insure weather-tight protection. The hinge shall be manufactured from 7-guage stainless steel to provide adjustability to insure weather-tight fit for the cover. The minimum clear distance between the transverse plate and the

bottom opening of the handhole shall not be less than the diameter of the bottom tube of the pole but needs to be at least 15 inches. The handhole frame width shall be 0.4 times the diameter of the bottom tube. Provide products that are hot-dip galvanized to the requirements of either ASTM A123 (fabricated products) or ASTM A 153 (hardware items).

Subsection: 834.16 ANCHOR BOLTS.Revision: Insert the following sentence at the beginning of the paragraph: The anchor bolt design shall

follow the NCHRP Report 494 Section 2.4 and NCHRP 469 Appendix A Specifications.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 1310Page 112 of 1

REVISED: 10-7-13

Page 114: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

SSupplemental Specifications to theStandard Specifications for Road and Br idge Construction, 2012 Edition

Effective with the September 27, 2013 Letting

16

Subsection: 834.17.01 Conventional.Revision: Add the following sentence after the second sentence: Provide a waterproof sticker mounted on

the bottom of the housing that is legible from the ground and indicates the wattage of the fixture by providing the fist to numbers of the wattage.

Subsection: 834.21.01 Waterproof Enclosures.Revision: *Add the following sentence in the second paragraph in the thirteenth sentence: Provide a

cabinet door with a louvered air vent, Filter-retaining brackets and an easy clean metal filter. *Replace sentence sixteen with the following: Use a 120-volt fixture and utilize a compact fluorescent or L.E.D. bulb (equivalent to 60 watt minimum).

Subsection: 835.07 Traffic Poles.Revision: Replace the first sentence of the first paragraph with the following: Pole diameter and wall

thickness shall be calculated in accordance with the AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals, 2013-6th Edition with current interims.

Subsection: 835.07 Traffic Poles.Revision: *Replace the first sentence of the fourth paragraph with the following: Ensure transverse plats

have a thickness 2 inches. *Add the following sentence to the end of the fourth paragraph: The bottom pole diameter shall not be less than 16.25 inches.

Subsection: 835.07 Traffic Poles.Revision: Replace the second sentence of the fifth paragraph with the following: For anchor bolt design,

pole forces shall be positioned in such a manner to maximize the force on any individual anchor bolt regardless of the actual anchor bolt orientation with the pole.

Subsection: 835.07 Traffic Poles.Revision: Replace the first and second sentence of the sixth paragraph with the following: The pole

handhole shall be 25 inches by 6.5 inches. The handhole cover shall be removable from the handhole frame. On the frame side opposite the hinge, provide a mechanism on the handhole cover/frame to place the Department's standard padlock as specified in Section 834.25. The handhole frame shall have two stainless studs installed opposite the hinge to secure the handhole cover to the frame which includes providing stainless steel wing nuts and washers. The handhole cover shall be manufactured from 0.25 inch thick galvanized steel (ASTM 153) and have a neoprene rubber gasket that is permanently secured to the handhole frame to insure weather-tight protection. The hinge shall be manufactured from 7 gauge stainless steel to provide adjustability to insure a weather-tight fit for the cover. The minimum clear distance between the transverse plate and the bottom opening of the handhole shall not be less than the diameter of the bottom tube but needs to be at least 12 inches.

Subsection: 835.07 Traffic Poles.Revision: *Replace the first sentence of the last paragraph with the following: Provide calculations and

drawings that are stamped by a Professional Engineer licensed in the Commonwealth of Kentucky. *Replace the third sentence of the last paragraph with the following: All tables referenced in 835.07 are found in the AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires, and Traffic Signals, 2013-6th Edition with current interims.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 1310Page 113 of 1

REVISED: 10-7-13

Page 115: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

SSupplemental Specifications to theStandard Specifications for Road and Br idge Construction, 2012 Edition

Effective with the September 27, 2013 Letting

17

Subsection: 835.07.01 Steel Strain Poles.Revision: Replace the second sentence of the second paragraph with the following:

The detailed analysis shall be certified by a Professional Engineer licensed in the Commonwealth of Kentucky.

Subsection: 835.07.01 Steel Strain Poles.Revision: Replace number 7. after the second paragraph with the following: 7. Fatigue calculations

should be shown for all fatigue related connections. Provide the corresponding detail, stress category and example from table 11.9.3.1-1.

Subsection: 835.07.02 Mast Arm Poles.Revision: Replace the second sentence of the fourth paragraph with the following: The detailed analysis

shall be certified by a Professional Engineer licensed in the Commonwealth of Kentucky.Subsection: 835.07.02 Mast Arm Poles.Revision: Replace number 7) after the fourth paragraph with the following: 7) Fatigue calculations

should be shown for all fatigue related connections. Provide the corresponding detail, stress category and example from table 11.9.3.1-1.

Subsection: 835.07.03 ANCHORS.Revision: Add the following to the end of the paragraph: There shall be two steel templates (one can be

used for the headed part of the anchor bolt when designed in this manner) provided per pole. Templates shall be contained within a 26.5 inch diameter. All templates shall be fully galvanized (ASTM A 153).

Subsection: 835.16.05 Optical Units.Revision: Replace the 3rd paragraph with the following:

The list of certified products can be found on the following website: http://www.intertek.com.

Subsection: 835.19.01 Pedestrian Detector Body.Revision: Replace the first sentence with the following: Provide a four holed pole mounted aluminum

rectangular housing that is a compatible with the pedestrian detector.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 1310Page 114 of 1

REVISED: 10-7-13

Page 116: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

SPECIAL NOTE FOR BARCODE LABEL ON PERMANENT SIGNS

1.0 DESCRIPTION. Install barcode label on sign as specified in the Contract. Section references herein are to the Department’s 2012 Standard Specifications for Road and Bridge Construction.

2.0 MATERIALS. The Department will provide the Contractor with a 2 inch x 1 inch foil barcode label for each permanent sign. A unique number will be assigned to each barcode label.

The Contractor shall contact the Operations and Pavement Management Branch in the Division of Maintenance at (502) 564-4556 to obtain the barcode labels.

3.0 CONSTRUCTION. Apply foil barcode label in the lower right quadrant of the sign back. Signs where the bottom edge is not parallel to the ground, the lowest corner of the sign shall serve as the location to place the barcode label. The barcode label shall be placed no less than one-inch and no more than three inches from any edge of the sign. The barcode must be placed so that the sign post does not cover the barcode label.

Barcodes shall be applied in an indoor setting with a minimum air temperature of 50°F or higher. Prior to application of the barcode label, the back of the sign must be clean and free of dust, oil, etc. If the sign is not clean, an alcohol swab shall be used to clean the area. The area must be allowed to dry prior to placement of the barcode label.

Data for each sign shall include the barcode number, MUTCD reference number, sheeting manufacturer, sheeting type, manufacture date, color of primary reflective surface, installation date,latitude and longitude using the North American Datum of 1983 (NAD83) or the State Plane Coordinates using an x and y ordinate of the installed location.

Data should be provided electronically on the TC 71-229 Sign Details Information and TC 71-230 Sign Assembly Information forms. The Contractor may choose to present the data in a different format provided that the information submitted to the Department is equivalent to the information required on the Department TC forms. The forms must be submitted in electronic format regardless of which type of form is used. The Department will not accept PDF or handwritten forms. These completed forms must be submitted to the Department prior to final inspection of the signs. The Department will not issue formal acceptance for the project until the TC 71-229 and TC-230 electronic forms are completed for all signs and sign assemblies on the project.

4.0 MEASUREMENT. The Department will measure all work required for the installation of the barcode label and all work associated with completion and submission of the sign inventory data (TC 71-229 and TC 71-230).

The installation of the permanent sign will be measured in accordance to Section 715.

5.0 PAYMENT. The Department will make payment for the completed and accepted quantities under the following:

Code Pay Item Pay Unit24 EC Barcode Sign Inventory Each

The Department will not make payment for this item until all barcodes are installed and sign inventory is complete on every permanent sign installed on the project. The Department will make payment for installation of the permanent sign in accordance to Section 715. The Department will consider payment as full compensation for all work required under this special note.Special Note for Barcode Label on Permanent Signs Effective with , 2013 Letting Page 1

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 115 of 143

REVISED: 10-7-13

Page 117: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Page 2 Special Note for Barcode Label on Permanent Signs Effective with , 2013 Letting

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 116 of 143

REVISED: 10-7-13

Page 118: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Page 3 Special Note for Barcode Label on Permanent Signs Effective with , 2013 Letting

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 117 of 143

REVISED: 10-7-13

Page 119: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Page 4 Special Note for Barcode Label on Permanent Signs Effective with , 2013 Letting

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 118 of 143

REVISED: 10-7-13

Page 120: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Page 5 Special Note for Barcode Label on Permanent Signs Effective with , 2013 Letting

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 119 of 143

REVISED: 10-7-13

Page 121: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Page 6 Special Note for Barcode Label on Permanent Signs Effective with , 2013 Letting

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 120 of 143

REVISED: 10-7-13

Page 122: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

PART III

EMPLOYMENT, WAGE AND RECORD REQUIREMENTS

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 121 of 143

REVISED: 10-7-13

Page 123: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

TRANSPORTATION CABINETDEPARTMENT OF HIGHWAYS

LABOR AND WAGE REQUIREMENTSAPPLICABLE TO OTHER THAN FEDERAL-AID SYSTEM PROJECTS

I. ApplicationII. Nondiscrimination of Employees (KRS 344)III. Payment of Predetermined Minimum WagesIV. Statements and Payrolls

I. APPLICATION

1. These contract provisions shall apply to all workperformed on the contract by the contractor with his ownorganization and with the assistance of workmen under hisimmediate superintendence and to all work performed on thecontract by piecework, station work or by subcontract. Thecontractor's organization shall be construed to include onlyworkmen employed and paid directly by the contractor andequipment owned or rented by him, with or without operators.

2. The contractor shall insert in each of hissubcontracts all of the stipulations contained in these RequiredProvisions and such other stipulations as may be required.

3. A breach of any of the stipulations contained inthese Required Provisions may be grounds for termination ofthe contract.

II. NONDISCRIMINATION OF EMPLOYEES

AN ACT OF THE KENTUCKYGENERAL ASSEMBLY TO PREVENTDISCRIMINATION IN EMPLOYMENT

KRS CHAPTER 344EFFECTIVE JUNE 16, 1972

The contract on this project, in accordance with KRSChapter 344, provides that during the performance of thiscontract, the contractor agrees as follows:

1. The contractor shall not fail or refuse to hire, orshall not discharge any individual, or otherwise discriminateagainst an individual with respect to his compensation, terms,conditions, or privileges of employment, because of suchindividual's race, color, religion, national origin, sex, disabilityor age (between forty and seventy); or limit, segregate, orclassify his employees in any way which would deprive ortend to deprive an individual of employment opportunities orotherwise adversely affect his status as an employee, becauseof such individual's race, color, religion, national origin, sex,disability or age (between forty and seventy). The contractoragrees to post in conspicuous places, available to employeesand applicants for employment, notices to be provided settingforth the provisions of this nondiscrimination clause.

2. The contractor shall not print or publish or causeto be printed or published a notice or advertisement relating toemployment by such an employer or membership in or anyclassification or referral for employment by the employmentagency, indicating any preference, limitation, specification, ordiscrimination, based on race, color, religion, national origin,sex, disability or age (between forty and seventy), except thatsuch notice or advertisement may indicate a preference,limitation, or specification based on religion, or national originwhen religion, or national origin is a bona fide occupationalqualification for employment.

3. If the contractor is in control of apprenticeship orother training or retraining, including on-the-job trainingprograms, he shall not discriminate against an individual

because of his race, color, religion, national origin, sex,disability or age (between forty and seventy), in admission to,or employment in any program established to provideapprenticeship or other training.

4. The contractor will send to each labor union orrepresentative of workers with which he has a collectivebargaining agreement or other contract or understanding, anotice to be provided advising the said labor union or workers'representative of the contractor's commitments under thissection, and shall post copies of the notice in conspicuousplaces available to employees and applicants for employment.The contractor will take such action with respect to anysubcontract or purchase order as the administrating agencymay direct as a means of enforcing such provisions, includingsanctions for non-compliance.

III. PAYMENT OF PREDETERMINED MINIMUMWAGES

1. These special provisions are supplementedelsewhere in the contract by special provisions which set forthcertain predetermined minimum wage rates. The contractorshall pay not less than those rates.

2. The minimum wage determination schedule shallbe posted by the contractor, in a manner prescribed by theDepartment of Highways, at the site of the work in prominentplaces where it can be easily seen by the workers.

IV. STATEMENTS AND PAYROLLS

1. All contractors and subcontractors affected by theterms of KRS 337.505 to 337.550 shall keep full and accuratepayroll records covering all disbursements of wages to theiremployees to whom they are required to pay not less than theprevailing rate of wages. Payrolls and basic records relatingthereto will be maintained during the course of the work andpreserved for a period of one (1) year from the date ofcompletion of this contract.

2. The payroll records shall contain the name,address and social security number of each employee, hiscorrect classification, rate of pay, daily and weekly number ofhours worked, itemized deductions made and actual wagespaid.

3. The contractor shall make his daily recordsavailable at the project site for inspection by the StateDepartment of Highways contracting office or his authorizedrepresentative.

Periodic investigations shall be conducted as requiredto assure compliance with the labor provisions of the contract.Interrogation of employees and officials of the contractor shallbe permitted during working hours.

Aggrieved workers, Highway Managers, AssistantDistrict Engineers, Resident Engineers and Project Engineersshall report all complaints and violations to the Division ofContract Procurement.

The contractor shall be notified in writing of apparentviolations. The contractor may correct the reported violationsand notify the Department of Highways of the action taken ormay request an informal hearing. The request for hearingshall be in writing within ten (10) days after receipt of thenotice of the reported violation. The contractor may submit

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 122 of 143

REVISED: 10-7-13

Page 124: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

records and information which will aid in determining the truefacts relating to the reported violations.

Any person or organization aggrieved by the actiontaken or the findings established as a result of an informalhearing by the Division of Contract Procurement may requesta formal hearing.

4. The wages of labor shall be paid in legal tender ofthe United States, except that this condition will be consideredsatisfied if payment is made by a negotiable check, on asolvent bank, which may be cashed readily by the employee inthe local community for the full amount, without discount orcollection charges of any kind. Where checks are used forpayments, the contractor shall make all necessaryarrangements for them to be cashed and shall give informationregarding such arrangements.

5. No fee of any kind shall be asked or accepted bythe contractor or any of his agents from any person as acondition of employment on the project.

6. No laborers shall be charged for any tools used inperforming their respective duties except for reasonablyavoidable loss or damage thereto.

7. Every employee on the work covered by thiscontract shall be permitted to lodge, board, and trade whereand with whom he elects and neither the contractor nor hisagents, nor his employees shall directly or indirectly require asa condition of employment that an employee shall lodge,board or trade at a particular place or with a particular person.

8. Every employee on the project covered by thiscontract shall be an employee of either the prime contractor oran approved subcontractor.

9. No charge shall be made for any transportationfurnished by the contractor or his agents to any personemployed on the work.

10. No individual shall be employed as a laborer ormechanic on this contract except on a wage basis, but thisshall not be construed to prohibit the rental of teams, trucks orother equipment from individuals.

No Covered employee may be employed on the workexcept in accordance with the classification set forth in theschedule mentioned above; provided, however, that in theevent additional classifications are required, application shallbe made by the contractor to the Department of Highways and(1) the Department shall request appropriate classificationsand rates from the proper agency, or (2) if there is urgent needfor additional classification to avoid undue delay in the work,the contractor may employ such workmen at rates deemedcomparable to rates established for similar classificationsprovided he has made written application through theDepartment of Highways, addressed to the proper agency, forthe supplemental rates. The contractor shall retroactivelyadjust, upon receipt of the supplemental rates schedule, thewages of any employee paid less than the established rate andmay adjust the wages of any employee overpaid.

11. No contractor or subcontractor contracting for anypart of the contract work which may require or involve theemployment of laborers or mechanics shall require or permitany laborer or mechanic in any work-week in which he isemployed on such work, to work in excess of eight hours inany calendar day or in excess of forty hours in such work-week unless such laborer or mechanic receives compensationat a rate not less than one and one half times his basic rate ofpay for all hours worked in excess of eight hours in anycalendar day or in excess of forty hours in such work-week. Alaborer, workman or mechanic and an employer may enterinto a written agreement or a collective bargaining agreementto work more than eight (8) hours a calendar day but not morethan ten (10) hours a calendar day for the straight time hourlyrate. This agreement shall be in writing and shall be executedprior to the employee working in excess of eight (8) hours, butnot more than ten (10) hours, in any one (1) calendar day.

12. Payments to the contractor may be suspended orwithheld due to failure of the contractor to pay any laborer or

mechanic employed or working on the site of the work, all orpart of the wages required under the terms of the contract.The Department may suspend or withhold payments only afterthe contractor has been given written notice of the allegedviolation and the contractor has failed to comply with thewage determination of the Department of Highways.

13. Contractors and subcontractors shall complywith the sections of Kentucky Revised Statutes, Chapter 337relating to contracts for Public Works.

Revised 2-16-95

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 123 of 143

REVISED: 10-7-13

Page 125: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

EXECUTIVE BRANCH CODE OF ETHICS

In the 1992 regular legislative session, the General Assembly passed and Governor Brereton Jones signedSenate Bill 63 (codified as KRS 11A), the Executive Branch Code of Ethics, which states, in part:

KRS 11A.040 (6) provides:

No present or former public servant shall, within six (6) months of following termination of his office oremployment, accept employment, compensation or other economic benefit from any person or businessthat contracts or does business with the state in matters in which he was directly involved during histenure. 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 ofemployment, provided that, for a period of six (6) months, he personally refrains from working on anymatter in which he was directly involved in state government. This subsection shall not prohibit theperformance of ministerial functions, including, but not limited to, filing tax returns, filing applicationsfor permits or licenses, or filing incorporation papers.

KRS 11A.040 (8) states:

A former public servant shall not represent a person in a matter before a state agency in which theformer public servant was directly involved, for a period of one (1) year after the latter of:

a) The date of leaving office or termination of employment; orb) 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 publicpolicy the idea that state employees should view their work as a public trust and not as a way to obtain privatebenefits.

If you have worked for the executive branch of state government within the past six months, you may be subjectto the law's prohibitions. The law's applicability may be different if you hold elected office or arecontemplating 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 stateexecutive-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 EthicsCommission, Room 136, Capitol Building, 700 Capitol Avenue, Frankfort, Kentucky 40601; telephone (502)564-7954.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 124 of 143

REVISED: 10-7-13

Page 126: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

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.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 125 of 143

REVISED: 10-7-13

Page 127: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

General Decision Number: KY130100 09/27/2013 KY100

Superseded General Decision Number: KY20120125

State: Kentucky

Construction Type: Highway

Counties: Anderson, Bath, Bourbon, Boyd, Boyle, Bracken, Breckinridge, Bullitt, Carroll, Carter, Clark, Elliott, Fayette, Fleming, Franklin, Gallatin, Grant, Grayson, Greenup, Hardin, Harrison, Henry, Jefferson, Jessamine, Larue, Lewis, Madison, Marion, Mason, Meade, Mercer, Montgomery, Nelson, Nicholas, Oldham, Owen, Robertson, Rowan, Scott, Shelby, Spencer, Trimble, Washington and Woodford Counties in Kentucky.

HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction;bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges).

Modification Number Publication Date0 01/04/20131 01/11/20132 02/22/20133 04/26/20134 05/31/20135 06/07/20136 06/14/20137 06/21/20138 06/28/20139 07/05/201310 07/19/201311 08/30/201312 09/20/201313 09/27/2013

BRIN0004-003 06/01/2011

BRECKENRIDGE COUNTY

Rates Fringes

BRICKLAYER.......................$ 24.11 10.07----------------------------------------------------------------BRKY0001-005 06/01/2013

BULLITT, CARROLL, GRAYSON, HARDIN, HENRY, JEFFERSON, LARUE,MARION, MEADE, NELSON, OLDHAM, SHELBY, SPENCER, & TRIMBLECOUNTIES:

Rates Fringes

BRICKLAYER.......................$ 24.82 10.71----------------------------------------------------------------BRKY0002-006 06/01/2011

Page 1 of 13

9/27/2013http://www.wdol.gov/wdol/scafiles/davisbacon/KY100.dvb?v=13

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 126 of 143

REVISED: 10-7-13

Page 128: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

BRACKEN, GALLATIN, GRANT, MASON & ROBERTSON COUNTIES:

Rates Fringes

BRICKLAYER.......................$ 26.57 10.26----------------------------------------------------------------BRKY0007-004 06/01/2011

BOYD, CARTER, ELLIOT, FLEMING, GREENUP, LEWIS & ROWAN COUNTIES:

Rates Fringes

BRICKLAYER.......................$ 28.29 16.80----------------------------------------------------------------BRKY0017-004 06/01/2009

ANDERSON, BATH, BOURBON, BOYLE, CLARK, FAYETTE, FRANKLIN,HARRISON, JESSAMINE, MADISON, MERCER, MONTGOMERY, NICHOLAS,OWEN, SCOTT, WASHINGTON & WOODFORD COUNTIES:

Rates Fringes

BRICKLAYER.......................$ 24.11 9.97----------------------------------------------------------------CARP0064-001 04/01/2013

Rates Fringes

CARPENTER........................$ 26.90 14.46Diver............................$ 40.73 14.46PILEDRIVERMAN....................$ 27.15 14.46----------------------------------------------------------------ELEC0212-008 06/03/2013

BRACKEN, GALLATIN and GRANT COUNTIES

Rates Fringes

ELECTRICIAN......................$ 26.35 16.09----------------------------------------------------------------* ELEC0212-014 07/01/2013

BRACKEN, GALLATIN & GRANT COUNTIES:

Rates Fringes

Sound & CommunicationTechnician.......................$ 22.50 9.51----------------------------------------------------------------ELEC0317-012 05/30/2012

BOYD, CARTER, ELLIOT & ROWAN COUNTIES:

Rates Fringes

Electricians:Cable Splicer...............$ 32.68 18.13Electrician.................$ 32.22 20.09

Page 2 of 13

9/27/2013http://www.wdol.gov/wdol/scafiles/davisbacon/KY100.dvb?v=13

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 127 of 143

REVISED: 10-7-13

Page 129: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

----------------------------------------------------------------ELEC0369-007 05/29/2013

ANDERSON, BATH, BOURBON, BOYLE, BRECKINRIDGE, BULLITT, CARROLL,CLARK, FAYETTE, FRAONKLIN, GRAYSON, HARDIN, HARRISON, HENRY,JEFFERSON, JESSAMINE, LARUE, MADISON, MARION, MEADE, MERCER,MONTGOMERY, NELSON, NICHOLAS, OLDHAM, OWEN, ROBERTSON, SCOTT,SHELBY, SPENCER, TRIMBLE, WASHINGTON, & WOODFORD COUNTIES:

Rates Fringes

ELECTRICIAN......................$ 29.48 14.37----------------------------------------------------------------ELEC0575-002 12/31/2012

FLEMING, GREENUP, LEWIS & MASON COUNTIES:

Rates Fringes

ELECTRICIAN......................$ 31.20 13.55----------------------------------------------------------------ENGI0181-018 07/01/2013

Rates Fringes

Operating Engineer:GROUP 1.....................$ 28.00 13.90GROUP 2.....................$ 25.45 13.90GROUP 3.....................$ 25.85 13.90GROUP 4.....................$ 25.17 13.90

OPERATING ENGINEER CLASSIFICATIONS

GROUP 1 - A-Frame Winch Truck; Auto Patrol; Backfiller;Batcher Plant; Bituminous Paver; Bituminous TransferMachine; Boom Cat; Bulldozer; Mechanic; Cableway; Carry-AllScoop; Carry Deck Crane; Central Compressor Plant; CherryPicker; Clamshell; Concrete Mixer (21 cu. ft. or Over);Concrete Paver; Truck-Mounted Concrete Pump; Core Drill;Crane; Crusher Plant; Derrick; Derrick Boat; Ditching &Trenching Machine; Dragline; Dredge Operator; DredgeEngineer; Elevating Grader & Loaders; Grade-All; Gurries;Heavy Equipment Robotics Operator/Mechanic; High Lift;Hoe-Type Machine; Hoist (Two or More Drums); HoistingEngine (Two or More Drums); Horizontal Directional DrillOperator; Hydrocrane; Hyster; KeCal Loader; LeTourneau;Locomotive; Mechanic; Mechanically Operated Laser Screed;Mechanic Welder; Mucking Machine; Motor Scraper; OrangepeelBucket; Overhead Crane; Piledriver; Power Blade; Pumpcrete;Push Dozer; Rock Spreader, attached to equipment; RotaryDrill; Roller (Bituminous); Rough Terrain Crane; Scarifier;Scoopmobile; Shovel; Side Boom; Subgrader; Tailboom;Telescoping Type Forklift; Tow or Push Boat; Tower Crane(French, German & other types); Tractor Shovel; TruckCrane; Tunnel Mining Machines, including Moles, Shields orsimilar types of Tunnel Mining Equipment

GROUP 2 - Air Compressor (Over 900 cu. ft. per min.);Bituminous Mixer; Boom Type Tamping Machine; Bull Float;

Page 3 of 13

9/27/2013http://www.wdol.gov/wdol/scafiles/davisbacon/KY100.dvb?v=13

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 128 of 143

REVISED: 10-7-13

Page 130: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Concrete Mixer (Under 21 cu. ft.); Dredge Engineer;Electric Vibrator; Compactor/Self-Propelled Compactor;Elevator (One Drum or Buck Hoist); Elevator (When used toHoist Building Material); Finish Machine; Firemen & Hoist(One Drum); Flexplane; Forklift (Regardless of LiftHeight); Form Grader; Joint Sealing Machine; Outboard MotorBoat; Power Sweeper (Riding Type); Roller (Rock); RossCarrier; Skid Mounted or Trailer Mounted Conrete Pump; SkidSteer Machine with all Attachments; Switchman or Brakeman;Throttle Valve Person; Tractair & Road Widening Trencher;Tractor (50 H.P. or Over); Truck Crane Oiler; Tugger;Welding Machine; Well Points; & Whirley Oiler

GROUP 3 - All Off Road Material Handling Equipment,including Articulating Dump Trucks; Greaser on GreaseFacilities servicing Heavy Equipment

GROUP 4 - Bituminous Distributor; Burlap & Curing Machine;Cement Gun; Concrete Saw; Conveyor; Deckhand Oiler; GroutPump; Hydraulic Post Driver; Hydro Seeder; Mud Jack; Oiler;Paving Joint Machine; Power Form Handling Equipment; Pump;Roller (Earth); Steerman; Tamping Machine; Tractor (Under50 H.P.); & Vibrator

CRANES - with booms 150 ft. & Over (Including JIB), and wherethe length of the boom in combination with the length ofthe piling leads equals or exceeds 150 ft. - $1.00 overGroup 1 rate

EMPLOYEES ASSIGNED TO WORK BELOW GROUND LEVEL ARE TO BE PAID10%

ABOVE BASIC WAGE RATE. THIS DOES NOT APPLY TO OPEN CUT WORK.

----------------------------------------------------------------IRON0044-009 06/01/2013

BRACKEN, GALLATIN, GRANT, HARRISON, ROBERTSON, BOURBON (Northern third, including Townships of Jackson,Millersburg, Ruddel Mills & Shawhan);CARROLL (Eastern third, including the Township of Ghent);FLEMING (Western part, excluding Townships of Beechburg, Colfax,Elizaville, Flemingsburg, Flemingsburg Junction, Foxport,Grange City, Hillsboro, Hilltop, Mount Carmel, Muses Mills,Nepton, Pecksridge, Plummers Landing, Plummers Mill, PoplarPlains, Ringos Mills, Tilton & Wallingford);MASON (Western two-thirds, including Townships of Dover,Lewisburg, Mays Lick, Maysville, Minerva, Moranburg,Murphysville, Ripley, Sardis, Shannon, South Ripley &Washington);NICHOLAS (Townships of Barefoot, Barterville, Carlisle,Ellisville, Headquarters, Henryville, Morningglory, Myers &Oakland Mills);OWEN (Townships of Beechwood, Bromley, Fairbanks, Holbrook,Jonesville, Long Ridge, Lusby's Mill, New, New Columbus, NewLiberty, Owenton, Poplar Grove, Rockdale, Sanders, Teresita &Wheatley);SCOTT (Northern two-thirds, including Townships of Biddle,Davis, Delaplain, Elmville, Longlick, Muddy Ford, Oxford,Rogers Gap, Sadieville, Skinnersburg & Stonewall)

Page 4 of 13

9/27/2013http://www.wdol.gov/wdol/scafiles/davisbacon/KY100.dvb?v=13

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 129 of 143

REVISED: 10-7-13

Page 131: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Rates Fringes

IRONWORKERFence Erector...............$ 22.50 18.40Structural..................$ 24.80 18.40

----------------------------------------------------------------IRON0070-006 06/01/2013

ANDERSON, BOYLE, BRECKINRIDGE, BULLITT, FAYETTE, FRANKLIN,GRAYSON, HARDIN, HENRY, JEFFERSON, JESSAMINE, LARUE, MADISON,MARION, MEADE, MERCER, NELSON, OLDHAM, SHELBY, SPENCER,TRIMBLE, WASHINGTON & WOODFORDBOURBON (Southern two-thirds, including Townships of Austerlity,Centerville, Clintonville, Elizabeth, Hutchison, Littlerock,North Middletown & Paris);CARROLL (Western two-thirds, including Townships of Carrollton,Easterday, English, Locust, Louis, Prestonville & Worthville);CLARK (Western two-thirds, including Townships of Becknerville,Flanagan, Ford, Pine Grove, Winchester & Wyandotte);OWEN (Eastern eighth, including Townships of Glenmary, Gratz,Monterey, Perry Park & Tacketts Mill);SCOTT (Southern third, including Townships of Georgetown, GreatCrossing, Newtown, Stampling Ground & Woodlake);

Rates Fringes

IRONWORKER.......................$ 26.47 19.30----------------------------------------------------------------IRON0372-006 06/01/2013

BRACKEN, GALLATIN, GRANT, HARRISON and ROBERTSONBOURBON (Northern third, including Townships of Jackson,Millersburg, Ruddel Mills & Shawhan);CARROLL (Eastern third, including the Township of Ghent);FLEMING (Western part, Excluding Townships of Beechburg, Colfax,Elizaville, Flemingsburg, Flemingsburg Junction, Foxport,Grange City, Hillsboro, Hilltop, Mount Carmel, Muses Mills,Nepton, Pecksridge, Plummers Landing, Plummers Mill, PoplarPlains,Ringos Mills, Tilton & Wallingford);MASON (Western two-thirds, including Townships of Dover,Lewisburg, Mays Lick, Maysville, Minerva, Moranburg,Murphysville, Ripley, Sardis, Shannon, South Ripley &Washington);NICHOLAS (Townships of Barefoot, Barterville, Carlisle,Ellisville, Headquarters, Henryville, Morningglory, Myers &Oakland Mills);OWEN (Townships of Beechwood, Bromley, Fairbanks, Holbrook,Jonesville, Long Ridge, Lusby's Mill, New, New Columbus, NewLiberty, Owenton, Poplar Grove, Rockdale, Sanders, Teresita &Wheatley);SCOTT (Northern two-thirds, including Townships of Biddle,Davis,Delaplain, Elmville, Longlick, Muddy Ford, Oxford, RogersGap, Sadieville, Skinnersburg & Stonewall) COUNTIES

Rates Fringes

Page 5 of 13

9/27/2013http://www.wdol.gov/wdol/scafiles/davisbacon/KY100.dvb?v=13

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 130 of 143

REVISED: 10-7-13

Page 132: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

IRONWORKER, REINFORCING..........$ 26.47 19.30----------------------------------------------------------------IRON0769-007 12/01/2012

BATH, BOYD, CARTER, ELLIOTT, GREENUP, LEWIS, MONTGOMERY & ROWAN CLARK (Eastern third, including townships of Bloomingdale,Hunt, Indian Fields, Kiddville, Loglick, Rightangele & Thomson);FLEMING (Townships of Beechburg, Colfax, Elizaville,Flemingsburg, Flemingsburg Junction, Foxport, Grange City,Hillsboro, Hilltop, Mount Carmel, Muses Mills, Nepton,Pecksridge, Plummers Landing, Plummers Mill, Poplar Plains,Ringos Mills, Tilton & Wallingford);MASON (Eastern third, including Townships of Helena, Marshall,Orangeburg, Plumville & Springdale);NICHOLAS (Eastern eighth, including the Township of MoorefieldSprout)

Rates Fringes

IRONWORKER.......................$ 32.54 20.18----------------------------------------------------------------LABO0189-003 07/01/2013

BATH, BOURBON, BOYD, BOYLE, BRACKEN, CARTER, CLARK, ELLIOTT,FAYETTE, FLEMING, FRANKLIN, GALLATIN, GRANT, GREENUP, HARRISON,JESSAMINE, LEWIS, MADISON, MASON, MERCER, MONTGOMERY, NICHOLAS,OWEN, ROBERTSON, ROWAN, SCOTT, & WOOLFORD COUNTIES

Rates Fringes

Laborers:GROUP 1.....................$ 21.35 11.61GROUP 2.....................$ 21.60 11.61GROUP 3.....................$ 21.65 11.61GROUP 4.....................$ 22.25 11.61

LABORERS CLASSIFICATIONS

GROUP 1 - Aging & Curing of Concrete; Asbestos AbatementWorker; Asphalt Plant; Asphalt; Batch Truck Dump; CarpenterTender; Cement Mason Tender; Cleaning of Machines;Concrete; Demolition; Dredging; Environmental - Nuclear,Radiation, Toxic & Hazardous Waste - Level D; Flagperson;Grade Checker; Hand Digging & Hand Back Filling; HighwayMarker Placer; Landscaping, Mesh Handler & Placer; Puddler;Railroad; Rip-rap & Grouter; Right-of-Way; Sign, Guard Rail& Fence Installer; Signal Person; Sound Barrier Installer;Storm & Sanitary Sewer; Swamper; Truck Spotter & Dumper;Wrecking of Concrete Forms; General Cleanup

GROUP 2 - Batter Board Man (Sanitary & Storm Sewer);Brickmason Tender; Mortar Mixer Operator; Scaffold Builder;Burner & Welder; Bushammer; Chain Saw Operator; ConcreteSaw Operator; Deckhand Scow Man; Dry Cement Handler;Environmental - Nuclear, Radiation, Toxic & Hazardous Waste- Level C; Forklift Operator for Masonary; Form Setter;Green Concrete Cutting; Hand Operated Grouter & GrinderMachine Operator; Jackhammer; Pavement Breaker; Paving

Page 6 of 13

9/27/2013http://www.wdol.gov/wdol/scafiles/davisbacon/KY100.dvb?v=13

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 131 of 143

REVISED: 10-7-13

Page 133: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Joint Machine; Pipelayer; Plastic Pipe Fusion; Power DrivenGeorgia Buggy & Wheel Barrow; Power Post Hole Digger;Precast Manhole Setter; Walk-Behind Tamper; Walk-BehindTrencher; Sand Blaster; Concrete Chipper; Surface Grinder;Vibrator Operator; Wagon Driller

GROUP 3 - Asphalt Luteman & Raker; Gunnite Nozzleman;Gunnite Operator & Mixer; Grout Pump Operator; Side RailSetter; Rail Paved Ditches; Screw Operator; Tunnel (FreeAir); Water Blaster

GROUP 4 - Caisson Worker (Free Air); Cement Finisher;Environmental - Nuclear, Radiation, Toxic & Hazardous Waste- Levels A & B; Miner & Driller (Free Air); Tunnel Blaster;& Tunnel Mucker (Free Air); Directional & HorizontalBoring; Air Track Drillers (All Types); Powdermen &Blasters; Troxler & Concrete Tester if Laborer is Utilized

----------------------------------------------------------------LABO0189-008 07/01/2013

ANDERSON, BULLITT, CARROLL, HARDIN, HENRY, JEFFERSON, LARUE,MARION, MEADE, NELSON, OLDHAM, SHELBY, SPENCER, TRIMBLE &WASHINGTON COUNTIES

Rates Fringes

Laborers:GROUP 1.....................$ 22.01 10.95GROUP 2.....................$ 22.26 10.95GROUP 3.....................$ 22.31 10.95GROUP 4.....................$ 22.91 10.95

LABORERS CLASSIFICATIONS

GROUP 1 - Aging & Curing of Concrete; Asbestos AbatementWorker; Asphalt Plant; Asphalt; Batch Truck Dump; CarpenterTender; Cement Mason Tender; Cleaning of Machines;Concrete; Demolition; Dredging; Environmental - Nuclear,Radiation, Toxic & Hazardous Waste - Level D; Flagperson;Grade Checker; Hand Digging & Hand Back Filling; HighwayMarker Placer; Landscaping, Mesh Handler & Placer; Puddler;Railroad; Rip-rap & Grouter; Right-of-Way; Sign, Guard Rail& Fence Installer; Signal Person; Sound Barrier Installer;Storm & Sanitary Sewer; Swamper; Truck Spotter & Dumper;Wrecking of Concrete Forms; General Cleanup

GROUP 2 - Batter Board Man (Sanitary & Storm Sewer);Brickmason Tender; Mortar Mixer Operator; Scaffold Builder;Burner & Welder; Bushammer; Chain Saw Operator; ConcreteSaw Operator; Deckhand Scow Man; Dry Cement Handler;Environmental - Nuclear, Radiation, Toxic & Hazardous Waste- Level C; Forklift Operator for Masonary; Form Setter;Green Concrete Cutting; Hand Operated Grouter & GrinderMachine Operator; Jackhammer; Pavement Breaker; PavingJoint Machine; Pipelayer; Plastic Pipe Fusion; Power DrivenGeorgia Buggy & Wheel Barrow; Power Post Hole Digger;Precast Manhole Setter; Walk-Behind Tamper; Walk-BehindTrencher; Sand Blaster; Concrete Chipper; Surface Grinder;

Page 7 of 13

9/27/2013http://www.wdol.gov/wdol/scafiles/davisbacon/KY100.dvb?v=13

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 132 of 143

REVISED: 10-7-13

Page 134: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Vibrator Operator; Wagon Driller

GROUP 3 - Asphalt Luteman & Raker; Gunnite Nozzleman;Gunnite Operator & Mixer; Grout Pump Operator; Side RailSetter; Rail Paved Ditches; Screw Operator; Tunnel (FreeAir); Water Blaster

GROUP 4 - Caisson Worker (Free Air); Cement Finisher;Environmental - Nuclear, Radiation, Toxic & Hazardous Waste- Levels A & B; Miner & Driller (Free Air); Tunnel Blaster;& Tunnel Mucker (Free Air); Directional & HorizontalBoring; Air Track Drillers (All Types); Powdermen &Blasters; Troxler & Concrete Tester if Laborer is Utilized

----------------------------------------------------------------LABO0189-009 07/01/2013

BRECKINRIDGE & GRAYSON COUNTIES

Rates Fringes

Laborers:GROUP 1.....................$ 21.96 11.00GROUP 2.....................$ 22.21 11.00GROUP 3.....................$ 22.26 11.00GROUP 4.....................$ 22.86 11.00

LABORERS CLASSIFICATIONS

GROUP 1 - Aging & Curing of Concrete; Asbestos AbatementWorker; Asphalt Plant; Asphalt; Batch Truck Dump; CarpenterTender; Cement Mason Tender; Cleaning of Machines;Concrete; Demolition; Dredging; Environmental - Nuclear,Radiation, Toxic & Hazardous Waste - Level D; Flagperson;Grade Checker; Hand Digging & Hand Back Filling; HighwayMarker Placer; Landscaping, Mesh Handler & Placer; Puddler;Railroad; Rip-rap & Grouter; Right-of-Way; Sign, Guard Rail& Fence Installer; Signal Person; Sound Barrier Installer;Storm & Sanitary Sewer; Swamper; Truck Spotter & Dumper;Wrecking of Concrete Forms; General Cleanup

GROUP 2 - Batter Board Man (Sanitary & Storm Sewer);Brickmason Tender; Mortar Mixer Operator; Scaffold Builder;Burner & Welder; Bushammer; Chain Saw Operator; ConcreteSaw Operator; Deckhand Scow Man; Dry Cement Handler;Environmental - Nuclear, Radiation, Toxic & Hazardous Waste- Level C; Forklift Operator for Masonary; Form Setter;Green Concrete Cutting; Hand Operated Grouter & GrinderMachine Operator; Jackhammer; Pavement Breaker; PavingJoint Machine; Pipelayer; Plastic Pipe Fusion; Power DrivenGeorgia Buggy & Wheel Barrow; Power Post Hole Digger;Precast Manhole Setter; Walk-Behind Tamper; Walk-BehindTrencher; Sand Blaster; Concrete Chipper; Surface Grinder;Vibrator Operator; Wagon Driller

GROUP 3 - Asphalt Luteman & Raker; Gunnite Nozzleman;Gunnite Operator & Mixer; Grout Pump Operator; Side RailSetter; Rail Paved Ditches; Screw Operator; Tunnel (FreeAir); Water Blaster

Page 8 of 13

9/27/2013http://www.wdol.gov/wdol/scafiles/davisbacon/KY100.dvb?v=13

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 133 of 143

REVISED: 10-7-13

Page 135: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

GROUP 4 - Caisson Worker (Free Air); Cement Finisher;Environmental - Nuclear, Radiation, Toxic & Hazardous Waste- Levels A & B; Miner & Driller (Free Air); Tunnel Blaster;& Tunnel Mucker (Free Air); Directional & HorizontalBoring; Air Track Drillers (All Types); Powdermen &Blasters; Troxler & Concrete Tester if Laborer is Utilized

----------------------------------------------------------------PAIN0012-005 06/11/2005

BATH, BOURBON, BOYLE, CLARK, FAYETTE, FLEMING, FRANKLIN,HARRISON, JESSAMINE, MADISON, MERCER, MONTGOMERY, NICHOLAS,ROBERTSON, SCOTT & WOODFORD COUNTIES:

Rates Fringes

PAINTERBridge/Equipment Tender and/or Containment Builder..$ 18.90 5.90Brush & Roller..............$ 21.30 5.90Elevated Tanks; Steeplejack Work; Bridge & Lead Abatement..............$ 22.30 5.90Sandblasting & Waterblasting...............$ 22.05 5.90Spray.......................$ 21.80 5.90

----------------------------------------------------------------PAIN0012-017 05/01/2013

BRACKEN, GALLATIN, GRANT, MASON & OWEN COUNTIES:

Rates Fringes

PAINTER (Heavy & HighwayBridges - Guardrails -Lightpoles - Striping)

Bridge Equipment Tender and Containment Builder.....$ 20.73 8.36Brush & Roller..............$ 23.39 8.36Elevated Tanks; Steeplejack Work; Bridge & Lead Abatement..............$ 24.39 8.36Sandblasting & Water Blasting....................$ 24.14 8.36Spray.......................$ 23.89 8.36

----------------------------------------------------------------PAIN0118-004 05/01/2010

ANDERSON, BRECKINRIDGE, BULLITT, CARROLL, GRAYSON, HARDIN,HENRY, JEFFERSON, LARUE, MARION, MEADE, NELSON, OLDHAM, SHELBY,SPENCER, TRIMBLE & WASHINGTON COUNTIES:

Rates Fringes

PAINTERBrush & Roller..............$ 18.50 10.30Spray, Sandblast, Power Tools, Waterblast & Steam

Page 9 of 13

9/27/2013http://www.wdol.gov/wdol/scafiles/davisbacon/KY100.dvb?v=13

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 134 of 143

REVISED: 10-7-13

Page 136: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Cleaning....................$ 19.50 10.30----------------------------------------------------------------PAIN1072-003 12/01/2012

BOYD, CARTER, ELLIOTT, GREENUP, LEWIS and ROWAN COUNTIES

Rates Fringes

Painters:Bridges; Locks; Dams; Tension Towers & Energized Substations.................$ 30.18 14.65Power Generating Facilities.$ 26.94 14.65

----------------------------------------------------------------PLUM0248-003 06/01/2013

BOYD, CARTER, ELLIOTT, GREENUP, LEWIS & ROWAN COUNTIES:

Rates Fringes

Plumber and Steamfitter..........$ 33.00 17.93----------------------------------------------------------------PLUM0392-007 06/01/2013

BRACKEN, CARROLL (Eastern Half), GALLATIN, GRANT, MASON, OWEN &ROBERTSON COUNTIES:

Rates Fringes

Plumbers and Pipefitters.........$ 29.60 17.09----------------------------------------------------------------PLUM0502-003 08/01/2013

BRECKINRIDGE, BULLITT, CARROLL (Western Half), FRANKLIN(Western three-fourths), GRAYSON, HARDIN, HENRY, JEFFERSON,LARUE, MARION, MEADE, NELSON, OLDHAM, SHELBY, SPENCER, TRIMBLE &WASHINGTON COUNTIES

Rates Fringes

PLUMBER..........................$ 32.00 17.17----------------------------------------------------------------

SUKY2010-160 10/08/2001

Rates Fringes

Truck drivers:GROUP 1.....................$ 16.57 7.34GROUP 2.....................$ 16.68 7.34GROUP 3.....................$ 16.86 7.34GROUP 4.....................$ 16.96 7.34

TRUCK DRIVER CLASSIFICATIONS

GROUP 1 - Mobile Batch Truck Tender

GROUP 2 - Greaser; Tire Changer; & Mechanic Tender

Page 10 of 13

9/27/2013http://www.wdol.gov/wdol/scafiles/davisbacon/KY100.dvb?v=13

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 135 of 143

REVISED: 10-7-13

Page 137: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

GROUP 3 - Single Axle Dump; Flatbed; Semi-trailer or PoleTrailer when used to pull building materials and equipment;Tandem Axle Dump; Distributor; Mixer; & Truck Mechanic

GROUP 4 - Euclid & Other Heavy Earthmoving Equipment &Lowboy; Articulator Cat; 5-Axle Vehicle; Winch & A-Framewhen used in transporting materials; Ross Carrier; Forkliftwhen used to transport building materials; & PavementBreaker

----------------------------------------------------------------

WELDERS - Receive rate prescribed for craft performingoperation to which welding is incidental.

================================================================

Unlisted classifications needed for work not included withinthe scope of the classifications listed may be added afteraward only as provided in the labor standards contract clauses(29CFR 5.5 (a) (1) (ii)).

----------------------------------------------------------------

The body of each wage determination lists the classificationand wage rates that have been found to be prevailing for thecited type(s) of construction in the area covered by the wagedetermination. The classifications are listed in alphabeticalorder of "identifiers" that indicate whether the particularrate is union or non-union.

Union Identifiers

An identifier enclosed in dotted lines beginning withcharacters other than "SU" denotes that the unionclassification and rate have found to be prevailing for thatclassification. Example: PLUM0198-005 07/01/2011. The firstfour letters , PLUM, indicate the international union and thefour-digit number, 0198, that follows indicates the local unionnumber or district council number where applicable , i.e.,Plumbers Local 0198. The next number, 005 in the example, isan internal number used in processing the wage determination.The date, 07/01/2011, following these characters is theeffective date of the most current negotiated rate/collectivebargaining agreement which would be July 1, 2011 in the aboveexample.

Union prevailing wage rates will be updated to reflect anychanges in the collective bargaining agreements governing therates.

0000/9999: weighted union wage rates will be published annuallyeach January.

Page 11 of 13

9/27/2013http://www.wdol.gov/wdol/scafiles/davisbacon/KY100.dvb?v=13

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 136 of 143

REVISED: 10-7-13

Page 138: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Non-Union Identifiers

Classifications listed under an "SU" identifier were derivedfrom survey data by computing average rates and are not unionrates; however, the data used in computing these rates mayinclude both union and non-union data. Example: SULA2004-0075/13/2010. SU indicates the rates are not union majority rates,LA indicates the State of Louisiana; 2004 is the year of thesurvey; and 007 is an internal number used in producing thewage determination. A 1993 or later date, 5/13/2010, indicatesthe classifications and rates under that identifier were issuedas a General Wage Determination on that date.

Survey wage rates will remain in effect and will not changeuntil a new survey is conducted.

----------------------------------------------------------------

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This canbe:

* an existing published wage determination* a survey underlying a wage determination* a Wage and Hour Division letter setting forth a position on

a wage determination matter* a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requestsfor summaries of surveys, should be with the Wage and HourRegional Office for the area in which the survey was conductedbecause those Regional Offices have responsibility for theDavis-Bacon survey program. If the response from this initialcontact is not satisfactory, then the process described in 2.)and 3.) should be followed.

With regard to any other matter not yet ripe for the formalprocess described here, initial contact should be with theBranch of Construction Wage Determinations. Write to:

Branch of Construction Wage DeterminationsWage and Hour DivisionU.S. Department of Labor200 Constitution Avenue, N.W.Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then aninterested party (those affected by the action) can requestreview and reconsideration from the Wage and Hour Administrator(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour AdministratorU.S. Department of Labor200 Constitution Avenue, N.W.Washington, DC 20210

The request should be accompanied by a full statement of theinterested party's position and by any information (wage

Page 12 of 13

9/27/2013http://www.wdol.gov/wdol/scafiles/davisbacon/KY100.dvb?v=13

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 137 of 143

REVISED: 10-7-13

Page 139: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

payment data, project description, area practice material,etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, aninterested party may appeal directly to the AdministrativeReview Board (formerly the Wage Appeals Board). Write to:

Administrative Review BoardU.S. Department of Labor200 Constitution Avenue, N.W.Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

================================================================

END OF GENERAL DECISION

Page 13 of 13

9/27/2013http://www.wdol.gov/wdol/scafiles/davisbacon/KY100.dvb?v=13

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 138 of 143

REVISED: 10-7-13

Page 140: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

Fringe benefit amounts are applicable for all hours worked except when otherwise noted.

These rates are listed pursuant to the Kentucky Determination No. CR-13-III- HWY dated April15, 2013.

No laborer, workman or mechanic shall be paid at a rate less than that of a Journeyman except those classified as bona fide apprentices.

Apprentices or trainees shall be permitted to work as such subject to Administrative Regulations adopted by the Commissioner of Workplace Standards. Copies of these regulations will be furnished upon request from any interested person.

Before using apprentices on the job the contractor shall present to the Contracting Officer written evidence of registration of such employees in a program of a State apprenticeship and trainingagency approved and recognized by the U. S. Bureau of Apprenticeship and Training. In the absence of such a State agency, the contractor shall submit evidence of approval and registration by the U. S. Bureau of Apprenticeship and Training.

The contractor shall submit to the Contracting Officer, written evidence of the established apprenticeship-journeyman ratios and wage rates in the project area, which will be the basis for establishing such ratios and rates for the project under the applicable contract provisions.

TO: EMPLOYERS/EMPLOYEES

PREVAILING WAGE SCHEDULE:

The wages indicated on this wage schedule are the least permitted to be paid for the occupations indicated. When an employee works in more than one classification, the employer must record the number of hours worked in each classification at the prescribed hourly base rate.

OVERTIME:

Overtime is to be paid after an employee works eight (8) hours a day or forty (40) hours a week, whichever gives the employee the greater wages. At least time and one-half the base rate is required for all overtime. A laborer, workman or mechanic and an employer may enter into a written agreement or a collective bargaining agreement to work more than eight (8) hours a calendar day but not more than ten (10) hours a calendar day for the straight time hourly rate. Wage violations or questions should be directed to the designated Engineer or the undersigned.

Ryan Griffith, Acting DirectorDivision of Construction ProcurementFrankfort, Kentucky 40622

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 139 of 143

REVISED: 10-7-13

Page 141: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

PART IV

INSURANCE

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 140 of 143

REVISED: 10-7-13

Page 142: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

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.

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 141 of 143

REVISED: 10-7-13

Page 143: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

PART V

BID ITEMS

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 142 of 143

REVISED: 10-7-13

Page 144: CONTRACT ID NO. 131065 ADDENDUM # 1 · October 7, 2013 . CALL NO. 318 . CONTRACT ID NO. 131065 . ADDENDUM # 1 . Subject: Jefferson County, JL04 056 0264 009-010 . Letting October

JEFFERSON COUNTYJL04 056 0264 009-010

Contract ID: 131065Page 143 of 143

REVISED: 10-7-13