+ All Categories
Home > Documents > CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY...

CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY...

Date post: 20-Mar-2020
Category:
Upload: others
View: 0 times
Download: 0 times
Share this document with a friend
119
CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY FED/STATE PROJECT NUMBER FD04 021 0389 004-005 02C LETTING DATE: July 25, 2008 Sealed Bids will be received in the Division of Construction Procurement and/or the Auditorium located on the 1 st floor of the Transportation Cabinet Office Building until 10:00 AM EASTERN DAYLIGHT TIME July 25, 2008. Bids will be publicly opened and read at 10:00 AM EASTERN DAYLIGHT TIME. REQUIRED BID PROPOSAL GUARANTY: Not less than 5% of the total bid. (Check guaranty submitted: Cashier's Check Certified Check Bid Bond ) BID BONDS WHEN SUBMITTED WILL BE RETAINED WITH THE PROPOSAL DBE General Plan Included BID SPECIMEN PROPOSAL ISSUED TO: ____________________________________________ __________________________________________________________________ Address City State Zip
Transcript
Page 1: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

CALL NO. 313

CONTRACT ID. 081019

CARROLL COUNTY

FED/STATE PROJECT NUMBER FD04 021 0389 004-005 02C

LETTING DATE: July 25, 2008 Sealed Bids will be received in the Division of Construction Procurement and/or the Auditorium located on the 1st floor of the Transportation Cabinet Office Building until 10:00 AM EASTERN DAYLIGHT TIME July 25, 2008. Bids will be publicly opened and read at 10:00 AM EASTERN DAYLIGHT TIME.

REQUIRED BID PROPOSAL GUARANTY: Not less than 5% of the total bid. (Check guaranty submitted: Cashier's Check Certified Check Bid Bond )

BID BONDS WHEN SUBMITTED WILL BE RETAINED WITH THE PROPOSAL

DBE General Plan Included

BID

SPECIMEN

PROPOSAL ISSUED TO: ____________________________________________

__________________________________________________________________ Address City State Zip

Page 2: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

TABLE OF CONTENTS PART I SCOPE OF WORK

• PROJECT(S), COMPLETION DATE(S), & LIQUIDATED DAMAGES • CONTRACT NOTES • ASPHALT MIXTURE • INCIDENTAL SURFACING • OPTION B • SPECIAL NOTE(S) APPLICABLE TO PROJECT

PART II SPECIFICATIONS AND STANDARD DRAWINGS

• SPECIFICATIONS REFERENCE • SUPPLEMENTAL SPECIFICATIONS • [SP-4] WELDING STEEL BRIDGES * • [SP-82] GENERAL PROGRESS SCHEDULE *

PART III EMPLOYMENT, WAGE AND RECORD REQUIREMENTS

• LABOR AND WAGE REQUIREMENTS • EXECUTIVE BRANCH CODE OF ETHICS • KENTUCKY EQUAL EMPLOYMENT OPPORTUNITY ACT OF 1978 • PROJECT WAGE RATES

PART IV INSURANCE PART V BID ITEMS

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 2 of 119

Page 3: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

PART I

SCOPE OF WORK

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 3 of 119

Page 4: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

CONTRACT ID - 081019 ADMINISTRATIVE DISTRICT - 06

PROJECT(S) IDENTIFICATION AND DESCRIPTION:

COUNTY - CARROLL PCN - DE02103890819 FD04 021 0389 004-005 02C CARROLLTON-GRATZ ROAD (KY 389) SLOPE STABILIZATION 0.5 MILE SOUTH OF I-71 I-CHANGE AND TIEBACK RETAINING WALL AND GROUND ANCHOR BLOCKS. SLOPE STABILIZATION. SYP NO. 06-00347. 10. GEOGRAPHIC COORDINATES LATITUDE 38^37'00" LONGITUDE 85^07'00"

COMPLETION DATE(S): 150 WORKING DAYS APPLIES TO ENTIRE CONTRACT

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 4 of 119

Page 5: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

CONTRACT NOTES

PROPOSAL ADDENDAAll addenda to this proposal must be incorporated into the proposal when the bid is submitted to the Kentucky Department of Highways. Failure to use the correct and most recent bid sheet(s) may result in the bid being rejected.

BID SUBMITTALBidder must use the Department’s Highway Bid Program available on the Internet web site of the Department of Highways, Division of Construction Procurement. (www.transportation.ky.gov/contract)

The Bidder must download the bid items created from the web site to prepare a bid proposal for submission to the Department. The bidder must insert the completed bid item sheets printed from the Program into the bidder’s proposal and submit with the disk created by said program.

JOINT VENTURE BIDDINGJoint Venture bidding is permissible. However, both companies MUST purchase a bidding proposal. Either proposal may be submitted but must contain the company names and signatures of both parties where required. 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.

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 5 of 119

Page 6: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

ASPHALT MIXTURE The rate of application for all asphalt mixtures shall be estimated at 110 lbs/sy per inch of depth, unless otherwise noted. INCIDENTAL SURFACING The quantities established in the proposal include estimated quantities required for resurfacing or surfacing mailbox turnouts, farm field entrances, residential and commercial entrances, and road and street approaches. These items are to be paved to the limits as shown on Standard Drawing RPM 110 or to the limits as directed by the Engineer. In the event signal detectors are present in the intersecting streets or roads, the paving of the crossroads shall be to the right of way limit or back of the signal detector, whichever is the farthest back of the mainline. These areas are to be surfaced or resurfaced as directed by the Engineer and no direct payment will be allowed for placing and compacting. OPTION B The Contractor is advised that the compaction of asphalt mixtures furnished to this project will be accepted by OPTION B in accordance with Section 402 and Section 403 of the current Standard Specification.

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 6 of 119

Page 7: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall & Page 1 of 31 June 3, 2008 Ground Anchor Blocks

Special Note for Tieback Wall and Ground Anchor Blocks

Carroll Co; Item No. 6-347.0

The body of this Special Note specifically addresses the Tieback Wall on this project. Requirements for Ground Anchor Blocks are included in Appendices. 1.0 DESCRIPTION

1.1 This work is for the design and construction of "Permanent Ground Anchored Tieback Walls". Use an approved Specialty Contractor that has the expertise and capability to complete the work required by this Special Note. Only Contractors pre-qualified by the Kentucky Department of Highways (the Department) as Specialty Contractors for the design and construction of "Permanent Anchored Tiedback Walls" and that meet any specific requirements for this project may perform tieback wall design and construction for this project.

1.2 Subsurface data from the geotechnical exploration is included in the Contract Plans. Rock cores (if applicable) and the Geotechnical Report(s) are available for viewing at the Geotechnical Branch in Frankfort, 502-564-2374. Contractors are encouraged to view rock cores; call a minimum of two (2) days in advance to schedule a viewing.

2.0 SCOPE OF WORK

2.1 The contract item "Tieback Retaining Wall" includes furnishing the design calculations and construction plans, materials, labor, tools, equipment, and other incidental items required for the design, construction, and testing of permanent ground anchored tieback walls as described herein. See the Contract Plans for an overview of the tieback wall(s).

2.2 A permanent ground anchor is a high strength steel tendon, fitted with a stressing anchorage at one end and a means of permitting force transfer to the grout and ground at the other end (bond zone). The permanent ground anchor tieback tendon is inserted into a prepared hole of suitable length and diameter. The ground anchor tendon is then fixed and stressed to a specified force. Refer to Figure 1 in FHWA "Ground Anchors and Anchored Systems" for the components of a ground anchor.

2.3 The term "ground anchor" is a generic term. Soil anchors and rock anchors are special cases of ground anchors. When the Contract Plans and/or other sections of this Special Note refer to rock anchor construction on this project, then assume that "ground anchor" refers to "rock anchor". In this Special Note,

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 7 of 119

Page 8: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall & Page 2 of 31 June 3, 2008 Ground Anchor Blocks

consider terms such as "ground anchor", "permanent ground anchor", "ground anchor tieback", and "permanent ground anchor tieback" to be synonymous.

2.4 Subject to the requirements in the Contract Plans and this Special Note, select the permanent ground anchor type and method of installation and determine the bond length, free stressing length, and anchor diameter that will develop the design loads indicated in the Contract Plans.

2.5 In design and construction of the wall, consider the potential risks involved due to slope failure. Excavation stability, global slope stability, wall alignment, and wall stability are the Contractor's responsibilities from the beginning of work until final acceptance. Damage to property (public or private) or to the wall itself during construction is the responsibility of the Contractor. Analyze the permanent ground anchor tieback wall system in order to ensure that the wall system will function as intended.

2.6 The main body of this Special Note is general for permanent ground anchor tieback walls. Refer to the Appendix or Appendices for any project specific requirements.

3.0 REFERENCES The documents below apply to this work. Unless noted otherwise, use the current edition as of the letting date of this project. 3.1 Contract Plans and Plan Notes 3.2 Special Provisions:

4 - Welding Steel Bridges 82 - General Progress Schedule 3.3 The "Kentucky Standard Specifications for Road and Bridge Construction",

Current Edition with supplements. This document may be referred to as "Specifications" or "Standard Specifications" else where in this Special Note.

3.4 The Department Manuals "Kentucky Methods", "List of Approved Materials", and "Field Sampling and Testing Practices".

3.5 American Society for Testing and Materials (ASTM) Standards, Current Edition. 3.6 American Association of State Highway and Transportation Officials (AASHTO)

Standards, Current Edition. 3.7 FHWA Publication FHWA-IF-99-015, "Ground Anchors and Ground Anchored

Systems", June 1999. 3.8 AASHTO Standard Specifications for Highway Bridges, Current Edition, with all

interims. 3.9 AISC Steel Construction Manual for the design of structural hardware applies if

the design is not covered in the AASHTO Standard Specifications for Highway Bridges, Current Edition, with all interims.

3.10 Post Tensioning Institute (PTI) publications: a. PTI, “Post Tensioning Manual”, Current Edition; b. PTI, “Specification for Unbonded Single Strand Tendons”, Current Edition;

and

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 8 of 119

Page 9: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall & Page 3 of 31 June 3, 2008 Ground Anchor Blocks

c. PTI, “Recommendations for Prestressed Rock and Soil Anchors", Current Edition.

3.11 Embedment Properties of Headed Studs, TRW Nelson Division, latest edition applies to the design of any metal studs.

3.12 PCI Handbook for Precast and Prestressed Concrete. 3.13 AWPA C 14 “Piles for Foundation, Land, or Fresh Water Use” apply for the

pressure treating of timber lagging. 3.14 AASHTO "Construction Handbook for Bridge Temporary Work". 3.15 ADSC "Down-Hole Entry Manual: Recommended Procedures for the Entry of

Drilled Shaft Foundation Excavations". 4.0 EXPERIENCE REQUIREMENTS AND SUBMITTALS Requirements for personnel experience and pre-construction submittals, including submittal deadlines, are in this section. Do not begin construction on any tieback wall, other than stockpiling of wall materials, until the Engineer receives and accepts all submittals required in this section. Additional submittals and records required during and after construction may be included in other sections of this Special Note. Electronic submittals in pdf format are encouraged; this would eliminate the need to submit multiple copies. However, hard copies of the final Construction Plans will be required. 4.1 Personnel Experience Requirements The Department considers a satisfactory

record of experience in tieback wall design and construction important to successfully complete this work. Use personnel meeting the requirements below on this project and submit four (4) copies of all information necessary to verify that they meet the requirements. Submit this information no later than fourteen (14) calendar days after receiving Notice to Begin Work. As a minimum, include the following for each project necessary to satisfy the requirements: 1. The names and current phone numbers of the owner’s representative(s)

who can verify that the Contractor meets the requirements. 2. The dates of construction. 3. The type(temporary/permanent) of structure. 4. The type (soil/rock) and number of anchors and soldier piles or drilled

shafts. 5. The maximum wall design height. The Department will review the experience requirements and respond to the Contractor within fourteen (14) calendar days (estimated). Review and acceptance by the Engineer is for evidence of the required experience and does not in any way relieve the Contractor of full responsibility for the successful and satisfactory completion of the work.

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 9 of 119

Page 10: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall & Page 4 of 31 June 3, 2008 Ground Anchor Blocks

4.1.1 Wall Design Engineer Experience Requirements Use a Wall Design Engineer meeting the requirements below to assume full responsibility for tieback wall design on this project. One or more other Engineers may assist with the design and plan preparation under the supervision of the Wall Design Engineer, who may be an employee of the Specialty Contractor or a Consultant. However, manufacturers’ representatives may not be used to satisfy these requirements. The requirements for the Wall Design Engineer are: a. Licensed Professional Engineer (Civil and/or Structural) in Kentucky. b. A minimum of five (5) years design and/or construction experience on

temporary and/or permanent tieback ground anchor retaining walls, with experience on a minimum of five (5) projects and at least 1000 tieback ground anchors, constructed in the past five (5) years.

c. Design experience on a minimum of three (3) tieback retaining wall projects with permanent ground anchor retaining walls at least 20 ft. high constructed in the past five (5) years, and design experience with at least 600 permanent tieback ground anchors constructed in the past five (5) years.

d. Design and/or construction experience on a minimum of two (2) tieback rock anchor retaining wall projects and at least 400 tieback rock anchors with at least 200 permanent rock anchors constructed in the past five (5) years.

4.1.2 Project Engineer Experience Requirements

Use an engineer meeting the requirements below to have overall technical responsibility for tieback wall construction on this project. It is not necessary for the Project Engineer to be on site on a daily basis. Consultants or manufacturers’ representatives may not be used to satisfy these requirements. The requirements for the Project Engineer are: a. Licensed Professional Engineer in the U.S. b. A minimum of five (5) years design and/or construction experience on

temporary and/or permanent tieback ground anchor retaining walls, with experience on a minimum of five (5) projects and at least 1000 tieback ground anchors, constructed in the past five (5) years.

c. Construction experience on a minimum of three (3) tieback retaining wall projects with permanent ground anchor retaining walls at least 20 ft. high constructed in the past five (5) years, and construction experience with at least 600 permanent tieback ground anchors constructed in the past five (5) years.

d. Construction experience on a minimum of two (2) tieback rock anchor retaining wall projects and at least 400 tieback rock anchors with at least 200 permanent rock anchors constructed in the past five (5) years.

e. An employee of the Tieback Wall Specialty Contractor. The Project Engineer and the Wall Design Engineer may be the same person if that person meets all the stated requirements.

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 10 of 119

Page 11: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall & Page 5 of 31 June 3, 2008 Ground Anchor Blocks

4.1.3 On-Site Supervisor Experience Requirements Use an on-site supervisor (project manager, superintendent, etc.) meeting the requirements below to be responsible for the daily tieback wall construction activities on this project. Consultants or manufacturers’ representatives may not be used to satisfy the requirements of this section. The requirements for the On-Site Supervisor are: a. A minimum of three (3) years construction experience on temporary

and/or permanent tieback ground anchor retaining walls, with experience on a minimum of three (3) projects and at least 600 tieback ground anchors, constructed in the past three (3) years.

b. Construction experience on a minimum of two (2) tieback retaining wall projects with permanent ground anchor retaining walls at least 20 ft. high constructed in the past three (3) years, and construction experience with at least 400 permanent tieback ground anchors constructed in the past three (3) years.

c. Construction experience on a minimum of two (2) tieback rock anchor retaining wall projects and at least 400 tieback rock anchors with at least 200 permanent rock anchors constructed in the past three (3) years.

d. A minimum of three (3) years construction experience drilling soldier piles and/or drilled shafts, with experience on a minimum of three (3) projects with drilled-in soldier piles and/or drilled shafts into rock and at least 300 holes drilled into rock in the past three (3) years.

e. An employee of the Tieback Wall Specialty Contractor. The On-Site Supervisor and the Project Engineer may be the same person if that person meets all the stated requirements. The Department will consider allowing a team of more than one supervisor to satisfy these requirements and perform the associated functions, subject to certain conditions at the discretion of the Engineer.

4.1.4 The Engineer may suspend work on the wall if the Contractor substitutes

unqualified and/or unapproved personnel or if the personnel are not performing the required duties. If work is suspended due to substitution of unqualified and/or unapproved personnel, the Contractor is fully liable for all costs resulting from the suspension of work. No adjustment in contract time resulting from this suspension of work will be allowed.

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 11 of 119

Page 12: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall & Page 6 of 31 June 3, 2008 Ground Anchor Blocks

4.2 Design Calculations and Construction Plans For each wall, submit six (6) sets of Construction Plans and four (4) sets of Design Calculations prepared by or under the supervision of the Wall Design Engineer and signed by the Wall Design Engineer. Submit the same number of full sets of revisions to construction plans and design calculations each time corrections are required. In the design calculations and construction plans, show explicit details sufficient to allow an expeditious review of the proposed design and construction procedures. Submit this information no later than thirty (30) calendar days after receiving Notice to Begin Work. As a minimum, include the following:

1. A ground anchor schedule including

a. Ground anchor numbers; b. Ground anchor design loads; c. Type, size, and number of tendons; d. Total anchor lengths, bond lengths, and unbonded lengths; e. Anchor hole diameters; f. Angle of ground anchor inclination; g. Ground anchor locations and spacing; and h. Lock-off load for each ground anchor.

2. A drawing of the ground anchor tendon and the corrosion protection

system including details for the following: a. Spacers and their location; b. Centralizers and their location; c. Unbonded length corrosion protection system; d. Bond length corrosion protection system; e. Anchorage and trumpet; and f. Anchorage corrosion protection system.

3. Corrosion protection details for structural steel and miscellaneous metals. 4. Soldier pile sizes, lengths, spacing, locations, and tip elevations; wale

sizes and spacing; and anchorage hardware details. 5. Design, details, dimensions, and schedules of pressure treatment of

timber lagging. 6. Design, reinforcement and details of concrete facing, if required. 7. Calculations for each component of the wall system and the wall as a

complete system. 8. Any other documentation necessary to demonstrate that the design

complies with all requirements in the contract documents. The Department will complete the review within twenty-one (21) calendar days (estimated) of each submittal; the Department will not suspend charging working days for this review period. Insufficient design and/or plan details, as judged by the Engineer, will be cause for withholding acceptance. The Contractor is fully liable for all costs resulting from acceptance being withheld; the Department will not suspend charging working days as the result of not accepting the design, details, or plans. Review and acceptance of the plans by the Engineer is for

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 12 of 119

Page 13: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall & Page 7 of 31 June 3, 2008 Ground Anchor Blocks

evidence of work to be performed and does not in any way relieve the Contractor of full responsibility for the design and for successful and satisfactory completion of the work. After the review is completed and the Engineer accepts the Design Calculations and Construction Plans, furnish the Resident Engineer one full set of accepted Final Construction Plans on mylar, 36 x 22 x 0.004 inch, which will produce clear prints and microfilms, ten (10) full sets of accepted Final Construction Plans for the Department's use, and four (4) sets of accepted Final Design Calculations. Submit design calculations and construction plans, stamped and signed by the Specialty Contractor's Wall Design Engineer.

4.3 Construction and Materials Submittals Submit four (4) copies, including the

following. Submit this information no later than forty-five (45) calendar days after receiving Notice to Begin Work. 1. Construction sequence and schedule. 2. Description of the solider beam installation. 3. Description of the permanent ground anchor tieback installation (including

drilling, grouting, and stressing sequence and other information). 4. Detailed plans for proof, performance, extended creep, and lift-off testing

of permanent ground anchor tiebacks showing loading and measuring devices to be used, anchors to be tested, testing procedures to be followed, and any other information required in the Permanent Ground Anchor Testing and Acceptance Section of this Special Note.

5. Certificates of Compliance for the following materials, if used. Provide certificates stating that the material or assemblies to be provided will fully comply with the contract requirements: a. Anchor tendons; b. Portland cement; c. Prestressing hardware; d. Structural steel and hardware; e. Corrosion protection for anchors and structural steel; and f. Documentation to support any other requirements in the Materials

Section of this Special Note. 6. Grout submittal including:

a. type of mixer; b. water/cement ratio; c. type of additives; d. design grout pressure; e. type of cement; f. quantity of flyash; g. mix design; h. design strength of grout; and i. mix verification testing;

7. Concrete and flowable fill mix designs and trial batch test results. 8. Instrumentation submittals, if required.

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 13 of 119

Page 14: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall & Page 8 of 31 June 3, 2008 Ground Anchor Blocks

9. Any other documentation required to verify that proposed construction procedures and materials fully comply with all requirements in the contract documents.

The Department will complete the review within fourteen (14) calendar days (estimated) after accepting the Design Calculations and Construction plans or within thirty (14) calendar days (estimated) after receiving each submittal; the Department will not suspend charging working days for this review period. Unacceptable methods or documentation, as judged by the Engineer, will be cause for withholding acceptance. The Contractor is fully liable for all costs resulting from acceptance being withheld; the Department will not suspend charging working days as the result of not accepting the design, details, or plans. Review and acceptance by the Engineer is for evidence of work to be performed and does not in any way relieve the Contractor of full responsibility for the successful and satisfactory completion of the work.

5.0 DESIGN Design all permanent component parts of this wall for the permanent loading conditions and check for the loading conditions to be encountered during construction and ground anchor testing including the cantilever condition before anchors are installed. Design the wall according to the pressure diagrams and all other requirements in the Contract Plans and according the requirements in this Special Note and applicable referenced documents. Primary design references include but are not limited to: FHWA Publication FHWA-IF-99-015, "Ground Anchors and Ground Anchored Systems", June 1999; AASHTO Standard Specifications for Highway Bridges, Current Edition, with all interims; AISC Steel Construction Manual. 5.1 Permanent Ground Anchors Provide a design with anchors located

concentrically in the soldier beams, or concentrically between the soldier beams using walers. Under no circumstances will sidewinder anchors be permitted.

5.2 Permanent Ground Anchor Capacity Determine the allowable bond capacity and bond length necessary to develop the required design loads using theoretical and empirical methods, and based on evaluation of the subsurface data in the Contract Plans and/or inspection of the available rock cores. Verify the desired permanent ground anchor capacities in accordance with the Permanent Ground Anchor Testing and Acceptance Section of this Special Note.

5.3 Permanent Ground Anchor Geometry• Unless specified in the Contract Plans or elsewhere in this Special Note,

provide a minimum unbonded (free stressing) length of 15 ft. for strand tendons and 10 ft. for bar tendons.

• Provide a minimum bond length of 15 ft. for strand tendons and 10 ft. for bar tendons.

• Provide a minimum anchor hole diameter of 4 inches.

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 14 of 119

Page 15: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall & Page 9 of 31 June 3, 2008 Ground Anchor Blocks

• When Rock Anchors are required in the Contract Plans or elsewhere in this Special Note, develop the entire bond length below the top of rock.

• Incline anchors at least 10o but no more than 45o. • Space the anchor bond zones measured perpendicular to the centerline of

tendons a minimum of 5 feet apart. • Do not extend the anchors beyond the right-of-way or easement limits shown

in the Contract Plans. 5.4 Tendons Unless otherwise directed, select the type of tendon to be provided.

Size the tendon so the design load does not exceed 60 percent of the specified minimum tensile strength (SMTS) of the prestressing steel. Verify that the lock-off load for the tendon does not exceed 70 percent of the SMTS of the prestressing steel or that the maximum test load does not exceed 80 percent of the SMTS of the prestressing steel.

5.5 Corrosion Protection Provide design for encapsulated (double corrosion-protected) tendons and corrosion protection for other items as described in the Corrosion Protection Section of this Special Note.

5.6 Soldier Beams Consider the terms "Soldier Beam" and "Soldier Pile" to be synonymous. Provide structural steel members. Design the piles for bearing, shear, bending, and axial stress in accordance with the current edition of the AISC Steel Construction Manual and/or the current edition of the AASHTO Standard Specifications for Highway Bridges with interims. Where these criteria conflict, AASHTO Specifications with interims govern with the exception that a 20 percent increase in the calculated rock socket depth will not be required. The piles may be considered as fully braced for the final condition with permanent precast or cast-in-place concrete facing. For all temporary conditions consider the member to be partially supported. The unsupported length is the distance between anchors, the distance from the anchor to the bottom of excavation, etc. Design the piles to carry all the vertical loads on the wall system in end bearing; include the vertical anchor forces, lagging, concrete facing and all hardware required by the wall or anchors in the vertical load. Design the piles to withstand the temporary loads during tieback testing.

5.7 Soldier Beam Backfill Detail the soldier beams to be backfilled with Class B Concrete and verify that the compressive strength satisfies structural design considerations. Flowable Fill is allowed from 2 ft. below the bottom of lagging to the ground surface.

5.8 Structural Hardware Design wales, anchor plates, anchor heads, bearing plates and any other structural hardware in accordance with the current edition of the AISC Steel Construction Manual and the current edition of the AASHTO Standard Specifications for Highway Bridges with interims. Where these conflict, AASHTO Specifications with interims govern.

5.9 Wall Alignment Ensure that the wall is compatible with the horizontal and vertical alignment indicated in the Contract Plans. Survey control is the front face of the wall.

5.10 Timber Lagging Design timber lagging in accordance with Section 13 of the AASHTO “Standard Specifications for Highway Bridges” or select the timber

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 15 of 119

Page 16: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall & Page 10 of 31 June 3, 2008 Ground Anchor Blocks

lagging using Appendix C of AASHTO, “Construction Handbook for Bridge Temporary Work”, current edition. The span distance for the selection should read “edge to edge of the steel section”. Design or select lagging to accommodate temporary construction loading and the anchor loading in all cases, and the permanent loading if concrete facing is not used. Provide a design with a maximum gap in the lagging of 2 inches if concrete facing is used and 1 inch if concrete facing is not used. Bolts, studs, nuts, plates, etc. may be welded, to attach the lagging to the soldier pile, without any additional holes in the soldier piles. Develop design details for timber lagging in any areas to receive backfill.

5.12 Concrete Facing When concrete facing is required, provide cast-in-place concrete facing or precast concrete panels. Design concrete facing for full loads at final condition (in-place facing and complete construction). Do not consider the load carrying capacity of timber lagging in the design of the concrete facing. Provide a minimum facing thickness according to the following:

Cast-in-Place Concrete with 1 Mat of Reinforcement 10 inches Cast-in-Place Concrete with 2 Mats of Reinforcement 12 inches Precast Concrete Panels 8 inches

The minimum concrete cover over reinforcement is 3 inches against lagging and 2 inches on the front face. Provide joints and joint materials as shown in the Contract Plans.

5.13 Surface Drainage Coordinate design of surface drainage above the walls with the wall design.

6.0 MATERIALS Provide materials conforming to the requirements below when the materials are required by the Contract Plans, this Special Note, the Accepted Construction Plans, or elsewhere in the Contract Documents. 6.1 Anchorages Provide stressing anchorages that are a combination of

either a steel bearing plate with wedge plate and wedges, or a steel bearing plate with a threaded anchor nut. The steel bearing and wedge plate may also be combined into a single element. Provide anchorage devices capable of developing 95 percent of the specified minimum ultimate tensile strength (SMTS) of the prestressing steel tendon. Provide anchorage devices conforming to the static strength requirements of Section 3.1.6 (1) and Section 3.1.8 (1) and (2) of the PTI "Guide Specification for Post-Tensioning Materials."

6.2 Anchorage Covers Provide anchorage covers fabricated from steel or plastic with a minimum thickness of 0.1 inch. Provide a watertight joint between the cover and the bearing plate.

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 16 of 119

Page 17: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall & Page 11 of 31 June 3, 2008 Ground Anchor Blocks

6.3 Bearing Plates Provide bearing plates fabricated from steel conforming to AASHTO M 270 Grade 36 or 50, or equivalent or provide ductile iron casting conforming to ASTM A 536. Provide bearing plates capable of developing at least 95 percent of the minimum specified tensile strength of the tieback tendon.

6.4 Bondbreakers Provide bondbreakers fabricated from a smooth plastic tube or pipe having the following properties: a. resistant to chemical attack from aggressive environments, grout, or

corrosion inhibiting compound; b. resistant to aging by ultra-violet light; c. fabricated from material nondetrimental to the tendon; d. capable of withstanding abrasion, impact, and bending during handling

and installation; e. enables the tendon to elongate during testing and stressing; and f. allows the tendon to remain unbonded after lock-off.

6.5 Cast-in-Place Concrete Facing Provide Class A Concrete conforming to Section 601 of the Standard Specifications.

6.6 Centralizers Provide centralizers fabricated from plastic, steel or material which is non-detrimental to the tendon. Do not use wood. Prior to their use the centralizers to be used must be accepted in the field.

6.7 Corrosion Inhibiting Compound Place the corrosion-inhibiting compound in either the free length or the trumpet area. Provide an organic compound (i.e., grease or wax) with appropriate polar moisture displacing, corrosion inhibiting additives and self-healing properties. Provide compound that permanently stays viscous and is chemically stable and nonreactive with the prestressing steel, the sheathing material, and the anchor grout. Provide grease conforming to the requirements of Section 3.2.5 of Post Tensioning Institute, "Specifications for Unbonded Single Strand Tendons".

6.8 Couplers Provide couplers capable of developing 100 percent of the minimum specified ultimate tensile strength of the tendon. Couplers are not permitted with strand tendons.

6.9 Drainage Strips Provide AmerDrain® 500 Sheet Drain or approved equivalent.

6.10 Geotextile Fabric Conform to Section 843 of the Standard Specifications. 6.11 Grout Provide Type I or III Portland Cement conforming to ASTM C l50

and Section 801 of the Standard Specifications. Provide fresh cement that does not contain any lumps or other indication of hydration or “pack set.” Provide water in the grout that is potable, clean and free of injurious substances, and meets the requirements of Section 803 of the Standard Specifications, except that the chloride content of the water does not exceed 100 ppm. Provide grout consisting of a pumpable neat mixture of cement and water and is stable (bleed less than 2 percent), fluid, with a minimum 28-day compressive strength of 2000 psi and 1000 psi at the time of stressing, measured in accordance with ASTM C 109. No later than thirty days prior to beginning grouting operations, submit to the Engineer results of tests performed by an

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 17 of 119

Page 18: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall & Page 12 of 31 June 3, 2008 Ground Anchor Blocks

approved laboratory which demonstrate that the proposed grout mixture meets the requirements of this note. Include a graph with this information relating compressive strength of the grout to age covering a range of ages from 24 hours to 28 days.

Required Grout Physical Properties

Property Test Value Test Method

Water-Cement Ratio Max. 0.45 ------------------------

28 Day Compressive Strength (Avg of 3 cubes) Min. 2000 psi ASTM C109

Compressive Strength at time of Anchor Stressing (Avg of 3 cubes)

Min. 1000 psi ASTM C109

Expansion 0.5% min – 2% max ASTM C1090

Add water to the mixer first followed by cement and the admixtures. Mix the grout in mechanical mixing equipment of a type capable of continuous mixing which produce a grout free of lumps and undispersed cement. Auger mixing of the grout is not permitted. Retempering to the grout is not permitted. Continuously agitate the grout until it is placed. Place the grout within 30 minutes of the introduction of cement to water.

6.12 Grout Admixtures Use grout admixtures only if approved by the Engineer. Do not use accelerators. Expansive admixtures may only be used for secondary grouting, and filling encapsulations, trumpets and anchorage covers. Admixtures which control bleed, improve flowability, reduce water content, and retard set may be used in the grout subject to the approval of the Engineer. Use only admixtures that are compatible with the prestressing steels. Mix in accordance with the manufacturer's recommendations.

6.13 Grout Tubes Provide grout tubes with an adequate inside diameter to enable the grout to be pumped to the bottom of the drill hole. Provide grout tubes strong enough to withstand a minimum grouting pressure of 150 psi. Provide postgrout tubes strong enough to withstand postgrouting pressures, if post-grouting is necessary.

6.14 Heat Shrinkable Tubes Provide heat shrinkable tubes fabricated from a radiation crosslinked polyolefin tube internally coated with an adhesive sealant. Provide tubes with a nominal wall thickness of 24 mils (0.6 mm), prior to shrinking. Use adhesive sealant inside the heat shrinkable tube with a nominal thickness of 20 mils (0.5 mm).

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 18 of 119

Page 19: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall & Page 13 of 31 June 3, 2008 Ground Anchor Blocks

6.15 Masonry Coating Conform to Section 828 of the Standard Specifications. 6.16 Paint Conform to Section 821 of the Standard Specifications. 6.17 Piles, Wales, and Other Hardware Provide steel piles, wales, and other

steel hardware conforming to AASHTO M 270, Grade 36 or 50 for Structural Steel. Provide steel piles, structural steel, and miscellaneous metals conforming to Section 812 of the Standard Specifications. Provide shop fabricated anchor connections to piles; pile lengths may be trimmed to meet field conditions.

6.18 Precast Concrete Panel Facing Provide Class D or Class D Modified Concrete conforming to Section 601 of the Standard Specifications.

6.19 Pressure Treated Timber Lagging Provide softwood timber lagging pressure treated in accordance with AWPA C 14 for “Piles for Foundation, Land or Fresh Water Use”. Provide lagging with a uniform thickness and width of 3 inches or greater. The actual measured dimensions of the delivered lagging, corrected for estimated shrinkage, must equal or exceed the design dimensions of the lagging.

6.20 Reinforcing Steel Provide reinforcing steel conforming to Section 811 of the Standard Specifications; however epoxy coating is not required.

6.21 Sheathes Provide sheathes as part of the corrosion protection system for the unbonded length portion of the tendon. Provide sheathes fabricated from one of the following: 1. A polyethylene tube pulled or pushed over the prestressing steel. Provide

Type II, III or IV polyethylene as defined by ASTM D 1248 (or approved equal). Provide tubing with a minimum wall thickness of 60 mils (1.5 mm).

2. A hot-melt extruded polypropylene tube, cell classification B55542-11 as defined by ASTM D 4101 (or approved equal). Provide tubing with a minimum wall thickness of 60 mils (1.5 mm).

3. A hot-melt extruded polyethylene tube. Provide high density Type III polyethylen as defined by ASTM D1248 (or approved equal). Provide tubing with a minimum wall thickness of 60 mils (1.5 mm).

4. Steel tubing conforming to ASTM A 500 with a minimum wall thickness of 0.2 inch (5 mm).

5. Steel pipe conforming to ASTM A 53 with a minimum wall thickness of 0.2 inch (5 mm).

6. Plastic pipe or tube of PVC conforming to ASTM D 1784 Class 13464-B, Schedule 40 at a minimum.

7. A corrugated tube conforming to the requirement of the tendon bond length encapsulation.

6.22 Soldier Beam Backfill Provide the following with trial batches. 1. Class B Concrete conforming to Section 601 of the Standard

Specifications; however, provide a mix with a 6 to 10 inch slump at the time of placement; high range water reducing and retarding admixtures and Class F fly ash may be used to obtain this slump.

2. Flowable Fill conforming to the requirements for Flowable Fill for Pipe Backfill in Section 601 of the Standard Specifications and Supplemental Specifications.

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 19 of 119

Page 20: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall & Page 14 of 31 June 3, 2008 Ground Anchor Blocks

6.23 Spacers Provide to separate elements of multi-element tendons. Provide spacers that permit grout to freely flow around the tendon and up the drill hole. Provide spacers fabricated from plastic, steel, or material which is nondetrimental to the prestressing steel. Do not use wood. A combination centralizer-spacer may be used at the Contractor's option.

6.24 Tendons Provide ground anchor tendons fabricated from single or multiple elements of the following: 1. Steel bars conforming to AASHTO M 275 (ASTM A 722). 2. Seven-wire, low-relaxation strands conforming to AASHTO M 203 (ASTM

A 416). 3. "Compact" seven-wire strands conforming to ASTM A 779. 4. Epoxy coated strands conforming to AASHTO M 203 (ASTM A 416) and

ASTM A 882. 5. Epoxy coated reinforcing steel bars conforming to AASHTO M 275 (ASTM

A 722) and ASTM A 775. 6.25 Tendon Bond Length Encapsulations Provide encapsulation fabricated from

one of the following: 1. High density corrugated polyethylene tubing conforming to the

requirements of AASHTO M 252 and having a minimum wall thickness of 60 mils (1.5 mm) except pregrouted tendons which may have a minimum wall thickness of 40 mils (1.0 mm).

2. Deformed steel tubing or pipes conforming to ASTM A 52 or A 500 with a minimum wall thickness of 0.2 inch (5 mm).

3. Corrugated, polyvinyl chloride tubes manufactured from rigid PVC compounds conforming to ASTM D 1784, Class 13464-B.

4. Fusion-bonded epoxy conforming to the requirements of AASHTO M 284. 6.26 Trumpets Provide trumpets fabricated from steel pipes or tubes, or from PVC

pipes. Provide steel pipes or tubes conforming to the requirements of ASTM A 53 for pipes or ASTM A 500 for tubing. Provide steel trumpets with a minimum wall thickness of 0.1 inch for diameters up to 4 inches and 0.2 inches larger diameters. Provide PVC pipes conforming to ASTM A 1785, Schedule 40 minimum.

6.27 Wedges Provide wedges designed to preclude premature failure of the prestressing steel due to notch or pinching effects under static and dynamic strength requirements of Section 3.1.6 (1) and Section 3.1.8 (1) and 3.1.8 (2) of the PTI "Post Tensioning Manual." Do not reuse wedges. Design wedges for epoxy coated strand to be capable of biting through the epoxy coating and into the strand. Do not remove the epoxy coating from the strand to allow the use of standard wedges. Design anchor nuts and other threadable hardware for epoxy coated bars to thread over the epoxy coated bar and still comply with the requirements for carrying capacity.

6.28 All Other Materials Provide materials conforming to the applicable Section(s) of the Standard Specifications unless specified otherwise in this Special Note. For materials not covered in the specifications, conform to appropriate industry specifications.

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 20 of 119

Page 21: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall & Page 15 of 31 June 3, 2008 Ground Anchor Blocks

7.0 MATERIALS TESTING AND ACCEPTANCE 7.1 Materials Sampling and Testing will be in accordance with Section 106 of the

Standard Specifications, the Department’s current "Kentucky Methods", the current "Manual of Field Sampling and Testing Practices", and other referenced documents.

7.2 Use only materials accepted by the Department before use. The Engineer may suspend work on the wall if the Contractor does not have acceptance of materials to be used and there is no other work on the wall that may be done. If work is suspended due to lack of material acceptance, the Contractor is fully liable for additional cost from the suspension of work. No additional contract time resulting from the suspension of work will be allowed.

8.0 CORROSION PROTECTION

Provide encapsulated (double corrosion-protected or Class I) tendons and corrosion protection for other items as described below. Refer to Figures 60, 61, and 62 in FHWA "Ground Anchors and Anchored Systems" for examples of corrosion protection for anchorages and tendons. In all cases, provide materials conforming to the Materials Section of this Special Note. Submit details of the corrosion protection to the Engineer for review and acceptance. 8.1 Anchorage Protection 8.1.1 Provide grout-filled anchorage covers for all stressing anchorages permanently

exposed to the atmosphere. Except provide a corrosion inhibiting compound for restressable anchorages. Stressing anchorages encased in concrete at least 2 inches thick do not require a cover.

8.1.2 Provide trumpets with inside diameters equal to or larger than the holes in the bearing plates. Seal the trumpets to the bearing plates such that no voids exist between the bearing plates and trumpets. Weld steel trumpets to the bearing plates. Positively seal PVC trumpets against the bearing plate and align with the tendon to prevent cracking during stressing. Overlap the trumpets over the unbonded length corrosion protection by at least 4 inches. Provide trumpets long enough to accommodate movements of the structure and the tendon during testing and stressing. On strand tendons, provide trumpets long enough to enable the tendons to transition from the diameter of the tendons along the unbonded length to the diameter of the tendons at the wedge plate without damaging the encapsulation.

8.1.3 Completely fill the trumpets with grout, except provide corrosion inhibiting compounds for restressable anchorages. Place compounds any time during construction. Provide permanent seals between the trumpet and the unbonded length corrosion protection in compound-filled trumpets. Place grout after the anchor has been tested and stressed to the lock-off load. For trumpets filled with grout, provide either a temporary seal between the trumpet and the unbonded length corrosion protection or tightly fit the trumpet over the unbonded length corrosion protection for a minimum of 4 inches. For trumpets filled with corrosion-

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 21 of 119

Page 22: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall & Page 16 of 31 June 3, 2008 Ground Anchor Blocks

inhibiting grease, provide a tight fitting permanent Buna-N rubber or approved equal seal between the trumpet and the unbonded length corrosion protection. Provide a water tight seal capable of functioning for the expected life of the structure.

8.2 Unbonded Length Protection 8.2.1 Provide corrosion protection of the unbonded length by a combination of sheaths,

sheaths filled with a corrosion inhibiting compound or grout, or heat shrinkable tubes internally coated with a mastic compound, depending on the tendon class. The corrosion inhibiting compound must completely coat the tendon elements, fill the void between them and the sheath, and fill the interstices between the wires of 7-wire strands. Make provisions to retain the compound within the sheath.

8.2.2 Provide a corrosion protective sheath surrounding the unbonded length of the tendon long enough to extend into the trumpet, but not long enough to come into contact with the stressing anchorage during testing. Trim any excessive protection length.

8.2.3 For pregrouted encapsulations, provide a separate bondbreaker or common sheath for supplemental corrosion protection or to prevent the tendon from bonding to the grout surrounding the unbonded length.

8.2.4 Sheaths fabricated from a corrugated tube or a heat shrinkable tube require a separate bondbreaker. Provide a bondbreaker that prevents the tendon free stressing length from bonding to the grout surrounding the unbonded length.

8.2.5 If a grease-filled sheath is provided and the drill hole above the bond length is grouted after the anchor has been locked off, then grout the tendon inside a second sheath. If corrosion inhibiting grease is used, make provisions to prevent the grease from escaping at the ends of the sheath. Completely coat the tendon with the grease and fill the void between the tendon and the sheath. Use grease formulated to provide lubrication and inhibit corrosion. Submit details for the grease filled sheath. Unsatisfactory encapsulation or voids in the sheath will be cause for rejection of all tendons in the shipment. The Department will make no additional payment for any rejected tendons.

8.2.6 Do not drill or penetrate the encapsulation in any way to accommodate grouting of tendons. Demonstrate to the Engineer's satisfaction that the tendons are precisely centered within the encapsulation and that the tendons have double corrosion protection throughout.

8.3 Unbonded Length/Bond Length Transition

Design and fabricate the transition between the corrosion protection for the bonded and unbonded lengths to ensure continuous protection from corrosive attack. Show the transition between the bond length and the unbonded length corrosion protection in the Construction Plans.

8.4 Tendon Bond Length Protection for Encapsulated Tendons8.4.1 Provide Tendon Bond Length Protection that is:

a. capable of transferring stresses from the grout surrounding the tendon to the bond length grout;

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 22 of 119

Page 23: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall & Page 17 of 31 June 3, 2008 Ground Anchor Blocks

b. able to accommodate movements during testing and after lock off; c. resistant to chemical attack from aggressive environments, grout or

grease; d. resistant to aging by ultra-violet light; e. fabricated from materials non-detrimental to the tendon; f. capable of withstanding abrasion, impact and bending during handling and

installation; and g. capable of resisting internal grouting pressures developed during grouting.

8.4.2 Provide a grout-filled, corrugated plastic encapsulation or a grout-filled, deformed steel tube. Grout the prestressing steel inside the encapsulation prior to inserting the tendon into the drill hole or after the tendon has been placed.

8.4.3 Provide centralizers or grouting techniques to ensure a minimum of 0.5 inch of grout cover over the encapsulation.

8.5 Epoxy

Fusion-bonded epoxy may be used to provide a layer of protection for the steel tendon in addition to the cement grout.

8.6 Coupler Protection8.6.1 On encapsulated bar tendons, cover the coupler and any adjacent exposed bar

sections with a corrosion-proof compound or wax-impregnated cloth tape. Cover the coupler area with a smooth plastic tube; overlap the adjacent sheathed tendon by at least 1 inch. Seal the two joints each by a coated heat shrink sleeve of at least 6 inches in length, or approved equal. Completely fill the space inside the cover tube with the corrosion-proof compound.

8.6.2 Submit corrosion protection details for strand couplers for approval of the Engineer, if specifically permitted by the contract documents.

8.7 Structural Steel and Miscellaneous Metals 8.7.1 Use one of two systems below, or a combination of the systems. Clean and

paint according to Section 607.03.23 of the Standard Specifications. a. Sacrificial Thickness - Increase the design thicknesses a minimum of 1/16"

throughout. Clean and paint all faces to be exposed in the finished structure; provide a shop-applied zinc rich primer, a field-applied moisture cure aluminum polyurethane intermediate coat, and a field-applied urethane finish coat.

b. VACANT 8.7.2 If concrete facing is not used, clean and apply a shop-applied zinc rich primer,

provide a field-applied moisture cure aluminum polyurethane intermediate coat, and a field-applied urethane finish coat to all shear studs. Shear studs do not require a sacrificial thickness or painting if concrete facing is used and the studs are completely surrounded by concrete.

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 23 of 119

Page 24: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall & Page 18 of 31 June 3, 2008 Ground Anchor Blocks

9.0 CONSTRUCTION Construct the wall(s) according to the Contract Plans, Construction Plans, the Standard Specifications, and the requirements below. In all cases, provide materials conforming to the Materials Section of this Special Note. 9.1 Soldier Beams9.1.1 The Contractor is responsible for slope stability during any bench excavation

required to install soldier beams. 9.1.2 When drilled-in soldier beams are required, excavation methods and drilling tools

are at the Contractor's discretion based on site conditions; however, blasting is not permitted. If casing is not used, do not excavate for soldier beams within 24 hours of the completion of an adjacent soldier beam if the center to center spacing is less than three diameters. Dispose of excavated materials in accordance with the Standard Specifications and the contract documents.

9.1.3 Remove any obstructions at soldier beam locations. Such obstructions may include man-made materials such as old concrete foundations or natural materials such as boulders. Use special procedures and/or tools when the hole cannot be advanced using conventional augers fitted with soil teeth, drilling buckets, and/or underreaming tools. Such special procedures or tools may include but are not limited to rock augers, core barrels, air tools, hand excavation, temporary casing, and increasing the hole diameter. Promptly remove drilling tools lost in an excavation without additional compensation.

9.1.4 Use casing or slurry if necessary to maintain excavation stability and/or prevent surface sloughing. Extract temporary casing at a slow, uniform rate with the pull in line with the axis of the soldier beam. Remove temporary casings while the backfill material remains workable. When conditions warrant, pull the casing in partial stages. Do not use vibratory hammers for casing installation or removal within 50 ft. of soldier beams completed less than 24 hours. Complete casing extraction in 15 minutes or less.

9.1.5 Do not permit workpersons to enter an excavation for any reason unless both a suitable casing has been installed and adequate safety equipment and procedures have been provided to workmen entering the excavation. "Down-Hole Entry Manual: Recommended Procedures for the Entry of Drilled Shaft Foundation Excavations", prepared by ADSC, provides guideline recommendations for down-hole entry of drilled excavations.

9.1.6 Measure final soldier beam depths and check for excavation cleanliness with a suitable weighted tape or other accepted methods after final cleaning. The maximum sediment at base of each soldier beam is 0.5 inch at the time of backfill placement.

9.1.7 Install the structural steel piles so they do not vary from vertical more than 1/4 inch in 10 feet and no more than 1 inch from plan position at the top of the pile. Provide equipment for checking the dimensions and alignment of each soldier beam under the observation of the Engineer.

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 24 of 119

Page 25: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall & Page 19 of 31 June 3, 2008 Ground Anchor Blocks

9.2 Timber Lagging 9.2.1 Provide a maximum gap in the lagging of 2 inches if concrete facing is used and

1 inch if concrete facing is not used. Bolts, studs, nuts, plates, etc. may be welded, to attach the lagging to the soldier pile, without any additional holes in the soldier pile.

9.3 Tendon Storage and Handling9.3.1 Handle and store tendons in such a manner as to avoid damage or corrosion.

Damage to the prestressing steel, the corrosion protection, and/or the epoxy coating as a result of abrasions, cuts, nicks, welds and weld splatter will be cause for rejection by the Engineer. Protect the prestressing steel if welding is to be performed in the vicinity. Do not ground welding leads or elective equipment to the prestressing steel. When welding electrodes are connected to any part of the structure, electrically isolate the tiebacks from the structure. Protect prestressing steel from dirt, rust, or deleterious substances. A light coating of rust on the steel is acceptable. The Engineer will reject tendons with non-repairable damage as a result of corrosion, cuts, nicks, abrasions, welds and/or weld splatter, with no additional payment for rejected tendons.

9.3.2 Exercise care in handling and storing the tendons at the site. Prior to inserting a tendon in the drill hole, the Contractor and the Engineer will examine the tendon for damage to the encapsulation and the sheathing. If, in the opinion of the Engineer, the encapsulation is damaged, repair the encapsulation in accordance with the tendon supplier's recommendations. If, in the opinion of the Engineer, the smooth sheathing has been damaged, repair it with ultra high molecular weight polyethylene tape. Spiral wind the tape around the tendon to completely seal the damaged area. Use a spiral pitch to ensure a double thickness at all points.

9.3.3 Pad banding for fabricated tendons to avoid damage to the tendon corrosion protection. Upon delivery, store and handle the fabricated anchors or the prestressing steel for fabrication of the tendons on site and all hardware in such a manner to avoid mechanical damage, corrosion, and contamination with dirt or deleterious substances.

9.3.4 Lift the pre-grouted tendons in a manner that does not cause excessive bending, which can debond the prestressing steel from the surrounding grout.

9.4 Anchor Fabrication 9.4.1 Provide anchors either shop or field fabricated and as shown in the accepted

Construction Plans and schedules. 9.4.2 Cut prestressing steel with an abrasive saw. 9.4.3 Ensure that the tendon bond length, especially for strand, is free of dirt,

manufacturers' lubricants, corrosion-inhibitive coatings, or other deleterious substances that may significantly affect the grout-to-tendon bond or the service life of the tendon.

9.4.4 Perform pregrouting of encapsulated tendons on an inclined, rigid frame or bed by injecting the grout from the low end of the tendon.

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 25 of 119

Page 26: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall & Page 20 of 31 June 3, 2008 Ground Anchor Blocks

9.5 Anchor Drilling9.5.1 Anchor drilling methods are at the discretion of the Contractor. Use drilling

methods to establish a stable hole of adequate dimensions, within the tolerances specified. Drilling methods may involve: rotary, percussion, rotary/percussive or auger drilling, percussive or vibratory driven casing, core drilling, or other methods. If the hole will not stand open, install temporary casing to maintain a clean and open hole. Use a drill bit or casing crown not more than 0.1 inch smaller than the designed hole diameter.

9.5.2 If water is used in the drilling operation, dispose of the water in such a manner that erosion in the vicinity of the wall is minimized. The Contractor is cautioned against the indiscriminate use of water that could create unstable slopes above and/or below the wall. Immediately repair any damage to the site by water or erosion at no cost to the Department.

9.5.3 When Rock Anchors are required in the Contract Plans or in this Special Note, drill the hole to ensure that the bond length is developed in bedded rock. Extend the hole a minimum of 1 ft. beyond the bond length of tendon to be installed.

9.5.4 Drill holes for anchors at the locations, lengths, inclinations, and diameters shown on accepted Construction Plans and according to the following: • At the point of entry, locate the drill hole within the soldier pile or waler and

within 4 inches of the location shown on the accepted Construction Plans. • Locate the drill so the longitudinal axis of the drill hole and the longitudinal

axis of the tendon are parallel. In particular, do not drill the anchor hole in a location that requires the tendon to be bent in order to enable the bearing plate to be connected to the supported structure.

• At the point of entry, install the anchor within +/- 3o of the inclination from horizontal shown on the accepted Construction Plans.

• At the point of entry, install the anchor so that the horizontal angle made by the anchor and the structure is within +/- 3o of a line drawn perpendicular to the plane of the structure, unless otherwise shown on the accepted Construction Plans.

• Do not extend the anchors beyond the right-of-way or easement limits shown in the Contract Plans.

9.6 Tendon Insertion 9.6.1 Provide centralizers at maximum intervals of 10 feet, center to center, to insure

tendons do not contact the wall of the drill hole. Position the tendon in the drill hole so that a minimum of 0.5 inch of grout covers the encapsulation throughout the bond length; provide centralizers that permit the free flow of the grout. Provide a minimum of 2 centralizers in the bond length, an upper centralizer located within 5 feet of the top of the bond length and a lower centralizer located within 2 feet of the bottom of the bond length. Provide a minimum of 2 centralizers in the unbonded length, an upper centralizer located within 5 feet of the lower end of the steel trumpet and a lower centralizer located within 2 feet of the bottom of the unbonded length. If multi-element tendons are used without a fixed anchorage at the lower end, make provisions for adequate spacing of the

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 26 of 119

Page 27: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall & Page 21 of 31 June 3, 2008 Ground Anchor Blocks

tendon elements to achieve proper grout coverage. Centralizers are not required on pressure injected anchors installed in coarse grained soils when the grouting pressure exceeds 150 psi, nor on hollow stem-augered anchors when they are grouted through the auger with grout having a slump of 9 inches or less.

9.6.2 Thoroughly clean holes of all dust, grease or other deleterious material prior to inserting the tendon. Insert the tendon into the drill hole to the prescribed length without difficulty. When the tendon cannot be completely inserted, remove the tendon from the drill hole and clean or redrill the hole to permit insertion. Do not drive or force partially inserted tendons into the hole.

9.6.3 Take care to insure that the tendon's corrosion protection is not damaged during handling or installation. Degrease the bond length of strands or wires prior to installation by using a degreaser or a method accepted by the Engineer. Do not leave residue from the degreasing on the tendon. Substances other than a degreaser may be used subject to acceptance by the Engineer. All costs of cleaning tendons are incidental to the Contract price for the wall.

9.6.4 Field personnel will inspect each anchor tendon during installation into the drill hole or casing. Repair damage to the corrosion protection system, or replace the tendon if not repairable. Reconnect loose spacers or centralizers to prevent shifting during insertion. Repair damaged fusion-bonded epoxy coatings in accordance with the manufacturer's recommendations. If the patch is not allowed to cure prior to inserting the tendon in the drill hole, protect the patched area by tape or other suitable means.

9.6.5 Control the rate of placement of the tendon into the hole such that the sheathing, coating, and grout tubes are not damaged during installation of the tendon. Do not subject anchor tendons to sharp bends. The bottom end of the tendon may be fitted with a cap or bullnose to aid its insertion into the hole, casing, or sheathing.

9.7 Grouting 9.7.1 Use grouting equipment that produces a grout free of lumps and undispersed

cement. Use a positive displacement grout pump equipped with a pressure gauge to monitor grout pressures. Use a pressure gauge capable of measuring pressures of at least 150 psi or twice the actual grout pressures used, whichever is greater. Use grouting equipment sized to enable the grout to be pumped in one continuous operation. Use a mixer capable of continuously agitating the grout. Auger mixing of the grout is not allowed. Ensure that mixing and storage times do not cause excessive temperature buildup in the grout.

9.7.2 Inject the grout from the lowest point of the drill hole. Pump the grout through grout tubes, casing, hollow-stem-augers, or drill rods. Record the quantity of the grout and the grout pressures for each anchor Control the grout pressures and grout takes to prevent excessive heave or fracturing. Do not drill or puncture the sheath and/or tubing in any way to accommodate grouting of tendons.

9.7.3 Prevent the grout at the top of the drill hole from contacting the back of the structure or the bottom of the trumpet.

9.7.4 If the ground anchor is installed in a fine-grained soil using drill holes larger than 6 inches in diameter, then place the grout above the top of the bond length after

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 27 of 119

Page 28: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall & Page 22 of 31 June 3, 2008 Ground Anchor Blocks

the anchor has been tested and stressed. The Engineer will allow the Contractor to grout the entire drill hole at the same time if the Contractor can demonstrate that its particular ground anchor system does not derive a significant portion of its load-carrying capacity from the soil above the bond length portion of the anchor.

9.7.5 The grout tube may remain in the hole on completion of grouting if the tube is filled with grout.

9.7.6 After grouting, allow the ground anchor tieback to remain undisturbed until the grout has cured sufficiently to allow the anchor to be tested.

9.8 Anchorage Installation9.8.1 Install the anchor bearing plate and the anchor head or nut perpendicular to the

tendon, within +/- 3o and centered on the bearing plate, without bending or kinking the prestressing steel elements. Ensure that wedge holes and wedges are free of rust, grout, and dirt.

9.8.2 Clean the stressing tail and protect it from damage until final testing and lock-off. After the Engineer has accepted the anchor, cut the stress tail to its final length according to the tendon manufacturer's recommendations.

9.8.3 Extend the corrosion protection surrounding the unbonded length of the tendon up beyond the bottom seal of the trumpet or 4 inches into the trumpet if no trumpet seal is provided. If the protection does not extend beyond the seal or sufficiently far enough into the trumpet, extend the corrosion protection or lengthen the trumpet.

9.8.4 Do not allow the corrosion protection surrounding the unbonded length of the tendon to contact the bearing plate or the anchor head during testing and stressing. If the protection is too long, trim the corrosion protection to prevent contact.

9.8.5 Cover the insulation over the anchorage and bearing plates not encased in concrete with insulation fabricated from a heat-shrinkable cap with an elastic adhesive, a moldable sealant, or other suitable material. Submit manufacturer's literature describing the insulation to the Engineer for review.

9.8.6 Provide anchorage insulation meeting the following requirements: a. an electrical insulator; b. resistant to attack from cement, grease, or aggressive environments; c. non detrimental to the prestressing steel; and d. capable of withstanding atmospheric exposure and ultraviolet light.

9.9 Cutting Tendon ProtrusionsDo not cut the portion of the tendon protruding over the anchorage until all testing, retesting, restressing, and final lock-off is completed on that wall section. For purposes of cutting tendons, a wall section is that portion of a completed wall that encompasses five vertical piles, all anchors, and all lagging from the bottom of lagging to the top of lagging. Cut tendons according to manufacturer's recommendations and as approved by the Engineer. Take care not to damage the tendon. Torches are not permitted for cutting strand tendons. Protect the cut ends of tendons from corrosion until encapsulation.

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 28 of 119

Page 29: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall & Page 23 of 31 June 3, 2008 Ground Anchor Blocks

9.10 Excavation Limit excavation in front of walls to 2 ft. below any ground anchor until that anchor has been completed, tested, and locked off.

9.11 Drainage and Backfill Install drainage in accordance with Section 603.03.05

of the Standard Specifications. Backfill and compact any areas behind the lagging requiring backfilling prior to applying any loads to the anchors.

9.12 Wall Alignment and Facing Ensure that the wall is compatible with the

horizontal and vertical alignment indicated in the Contract Plans. Survey control is the front face of the wall. Construct the exposed face of the wall to be straight and smooth with no discontinuities. Protrusions beyond the face of the walls are not allowed. Completely fill any voids between concrete facing and lagging with grout. Provide architectural treatment for concrete facing as shown in the Contract Plans. Apply Masonry Coating to Concrete Facing in accordance with the Contract Plans and Section 601 of the Standard Specifications.

10.0 PERMANENT GROUND ANCHOR TESTING AND ACCEPTANCE 10.1 General

Test each ground anchor within 21 calendar days of installation and provide a written summary of the test results to the Engineer within 7 calendar days after each test; include the following: • bonded length • unbonded length • jacking length • number of strands or bar size • area of strands or bar • heat number • coil number, and • modulus of elasticity.

Failure to meet the submittal deadlines for anchor test results may result in the Engineer suspending anchor installation. Apply no more than ten (10) percent of the design load prior to testing. Apply a test load no less than 1.33 times the design load and no more than 80 percent of the specified minimum ultimate tensile strength of the prestressing steel in the tendon. Apply the test load simultaneously to the entire tendon and do not stress single elements of multi-element tendons.

Before testing, perform backpacking sufficient to insure that the soil is flush with the back face of the wall throughout the area affected, but no less than 2 pile spaces each side of the ground anchor tested. Excessive deflection during

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 29 of 119

Page 30: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall & Page 24 of 31 June 3, 2008 Ground Anchor Blocks

testing requires additional backpacking. All work and materials required for backpacking are at no additional cost to the Department. The Department will not make separate payment for the testing required in this section. All testing required in this section are included in the price of the wall(s).

10.2 Testing Equipment 10.2.1 Use the following testing equipment:

1. Use a dial gauge or vernier scale capable of measuring to 0.001 inch to measure the ground anchor tieback movement. Use a gage or scale with a minimum travel equal to at least 125 percent of the theoretical elastic elongation of the unbonded length plus the tendon bond length at the maximum test load. Measure the total and creep movements of the anchor to the nearest 0.001 inch with the dial gauge. Support the gauge on a fixed base independent of the structure.

2. Use a hydraulic jack, primary pressure gauge, and pump to apply the test load. Use a jack and pressure gauge that has been calibrated as a unit against a certified gauge by an independent firm within 3 months of use; if necessary, re-calibrate during the project to keep the calibration current. Submit the calibration curves for the primary pressure gauge to the Engineer for acceptance prior to performing any tests. Use a pressure gauge graduated in 100 psi increments or less to measure the applied load for Proof and Performance Tests and use equipment capable of measuring and maintaining the hydraulic pressure within 50 psi for Extended Creep Tests. Use a jack with a ram travel at least 125 percent of the theoretical elastic elongation of the tendon at the maximum test load.

3. Keep a second calibrated pressure gauge at the site as a backup gauge. Use a gauge calibrated within 3 months of use with the test jack and primary pressure gauge or by an independent firm using the same certified gauge as described above; if necessary, re-calibrate during the project to keep the calibration current. Submit the calibration curves for the backup pressure gauge to the Engineer for acceptance prior to performing any tests. Use the primary pressure gauge to measure hydraulic jack pressure for the determination of load. Use the backup pressure gauge to check the performance of the primary pressure gauge on each Performance Test. Store the backup pressure gauge inside and do not subject it to rough treatment. If the load determined by the backup pressure gauge and the load determined by the primary pressure gauge are within ten (10) percent of each other, assume that the primary pressure gauge is functioning properly. If the load determined by the backup pressure gauge and the load determined by the primary pressure gauge differ by more than ten (10) percent, recalibrate the jack, the primary pressure gauge and backup pressure gauge at no expense to the Department.

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 30 of 119

Page 31: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall & Page 25 of 31 June 3, 2008 Ground Anchor Blocks

4. Use an electrical load cell and readout or a vibrating wire load cell and readout to monitor changes in load during constant load-hold periods for performance and extended creep tests. Use a load cell calibrated within 1 year of use; if necessary, re-calibrate during the project to keep the calibration current.

5. Place the stressing equipment over the anchor tendon in such a manner that the jack, bearing plates, load cells and stressing anchorage are axially aligned with the tendon and the tendon is centered within the equipment.

10.2.2 Determine the stressing equipment, the sequence of stressing, and the procedure to be used for each stressing operation at the beginning of the project. Use the equipment strictly in accordance with the manufacturer's operating instructions.

10.2.3 Use stressing equipment capable of stressing the entire tendon in one stroke to the specified Test Load and equipment capable of stressing the tendon to the maximum specified Test Load within 75 percent of the rated capacity. Use a pump capable of applying each load increment in less than 60 seconds.

10.2.4 Use equipment that permits the tendon to be stressed in increments so that the load in the tendon can be raised or lowered in accordance with the test specifications, and allow the anchor to be lift-off tested to confirm the lock-off load.

10.2.5 Use stressing equipment calibrated within the specified time increments within an accuracy of plus or minus two (2) percent prior to use and traceable to the National Institute of Standards and Technology (NIST). Keep the calibration certificate(s) and graph(s) available on site at all times.

10.3 Load Testing Setup10.3.1 Set up the dial gauges to bear on the pulling head of the jack so their stems are

coaxial with tendon direction. Support the gauges on an independent, fixed frame, such as a tripod, which will not move as a result of stressing or other construction activities during the operation.

10.3.1 Prior to setting the dial gauges, place the Alignment Load (AL) accurately on the tendon. The magnitude of AL depends on the type and length of the tendon.

10.3.2 Avoid regripping of strands, which would cause overlapping wedge bites, or wedge bites on the tendon below the anchor head.

10.3.3 Stressing and testing of multiple element tendons with single element jacks is not permitted.

10.3.4 Begin stressing only after the grout has reached adequate strength. 10.4 Proof Tests10.4.1 Perform Proof Tests on all ground anchors not subjected to Performance or

Extended Creep Tests. Perform the Proof Tests by incrementally loading in accordance with the Proof Test Schedule. Increase the load from one increment to another immediately after recording the anchor movement. Measure and record the anchor movement to the nearest 0.001 inch with respect to an independent fixed reference point at the alignment load and at each increment of load. Monitor the load with the primary pressure gauge. Hold the load just long enough to record the movement, except hold the maximum load for 10 minutes.

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 31 of 119

Page 32: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall & Page 26 of 31 June 3, 2008 Ground Anchor Blocks

10.4.2 Adjust the jack as necessary in order to maintain a constant load. Start the load-hold period as soon as the maximum test load is applied. Measure and record the anchor movement with respect to a fixed reference at 1 minute, 2, 3, 4, 5, 6 and 10 minutes. If the anchor movement between one (1) minute and ten (10) minutes exceeds 0.04 inches, hold the maximum test load for an additional 50 minutes. If the load hold is extended, record the anchor movements at 15 minutes, 20, 30, 40, 50 and 60 minutes.

10.4.3 Plot Proof Test Data as shown in Figure 71 of FHWA "Ground Anchors and Anchored Systems".

Proof Test Schedule

Step Load

1 AL 2 0.25DL 3 0.50DL 4 0.75DL 5 1.00DL 6 1.20DL 7 1.33DL 8 Reduce to Lock-Off Load 9 AL (optional) 10 Adjust to Lock-Off Load AL - Alignment Load, DL - Design Load

10.5 Performance Tests10.5.1 Conduct Performance Tests according to Project Specific requirements provided

in an Appendix to this Special Note. 10.5.2 Conduct the Performance Tests by incrementally loading and unloading ground

anchor tiebacks in accordance with the Performance Test Schedule. Raise the load from one increment to another immediately after recording the anchor movement. Measure and record the anchor movement to the nearest 0.001 inch with respect to an independent fixed reference point at the alignment load and at each increment of load. Monitor the load with the primary pressure gauge. Place the reference pressure gauge in series with the primary pressure gauge during each performance test. If the loads determined by the primary and reference pressure gauges differ by more than ten (10) percent, recalibrate the jack, primary pressure gauge, and reference pressure gauge at no expense to the Department. Hold the load just long enough to record the movement, except hold the maximum load for 10 minutes.

10.5.2 Use a load cell to monitor small changes in load during constant load-hold periods.

10.5.3 Adjust the jack as necessary in order to maintain a constant load. Start the load-hold period as soon as the maximum test load is applied and measure the anchor movement, with respect to a fixed reference. Measure and record at 1

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 32 of 119

Page 33: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall & Page 27 of 31 June 3, 2008 Ground Anchor Blocks

minute, 2, 3, 4, 5, 6 and 10 minutes. If the movement between one (1) minute and ten (10) minutes exceeds 0.04 inches, hold the maximum test load for an additional 50 minutes. If the load hold is extended, record the movement at 15 minutes, 20, 25, 30, 45 and 60 minutes.

10.5.4 Plot Performance Test Data as shown in Figures 69 and 70 of FHWA "Ground Anchors and Anchored Systems".

Performance Test Schedule

Step Loading Applied Load 1 AL

0.25DL 2 Cycle 1 AL 0.25DL 0.50DL

3 Cycle 2

AL 0.25DL 0.50DL 0.75DL

4 Cycle 3

AL 0.25DL 0.50DL 0.75DL 1.00DL

5 Cycle 4

AL 0.25DL 0.50DL 0.75DL 1.00DL 1.20DL

6 Cycle 5

AL 0.25DL 0.50DL 0.75DL 1.00DL 1.20DL

7 Cycle 6

1.33DL 8 Hold the load for 10 minutes. Refer to Section 10.5.3. 9 Cycle 6 (con't) AL AL - Alignment Load, DL – Design Load

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 33 of 119

Page 34: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall & Page 28 of 31 June 3, 2008 Ground Anchor Blocks

10.6 Extended Creep Tests 10.6.1 Conduct Extended Creep Tests according to Project Specific requirements

provided in an Appendix to this Special Note. 10.6.2 Perform the extended creep tests by incrementally loading, holding, and

unloading the ground anchor tieback in accordance with the Extended Creep Test Schedule. The times for reading and recording the movement during each observation period are: 1 minute, 2, 3, 4, 5, 6, 10, 15, 20, 25, 30, 45, 60, 75, 90, 100, 120, 150, 180, 210, 240, 270 and 300 minutes as appropriate for the load increment. Start each load-hold period as soon as the test load is applied. In an extended creep test, use the primary pressure gauge and reference pressure gauge to measure the applied load and use the load cell to monitor small changes in load during constant load-hold periods. Adjust the jack as necessary in order to maintain a constant load plus or minus 2 percent.

10.6.3 Plot Extended Creep Test Data as shown in Figure 72 of FHWA "Ground Anchors and Anchored Systems".

Extended Creep Test Schedule

Load Observation Period

(minutes) AL 0.25DL 10 0.50DL 30 0.75DL 30 1.00DL 45 1.20DL 60 1.33DL 300 AL - Alignment Load, DL - Design Load

10.7 Ground Anchor Lock -Off After testing has been completed for a particular

anchor, lock off that anchor such that, after seating losses (i.e. wedge seating), a load of 75 +/- 10 percent of the design load for that anchor has been applied to the tendon.

10.8 Lift-Off Tests After transferring the load to the anchorage, and prior to

removing the jack, perform a Lift-Off Test on each ground anchor tieback to confirm the magnitude of the load in the anchor tendon. Determine this load by reapplying load to the tendon to lift off the wedge plate (or anchor nut) without unseating the wedges (or turning the anchor nut). This moment represents zero time for any long time monitoring.

10.9 Ground Anchor Acceptance Criteria 10.9.1 A performance-tested or proof-tested ground anchor with a 10 minute load hold

is acceptable if the: (1) anchor resists the maximum test load with less than 0.04

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 34 of 119

Page 35: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall & Page 29 of 31 June 3, 2008 Ground Anchor Blocks

inches of movement between 1 minute and 10 minutes; and (2) total elastic movement at the maximum test load exceeds 80 percent of the theoretical elastic elongation of the unbonded length.

10.9.2 A performance-tested or proof-tested ground anchor with a 60 minute load hold is acceptable if the: (1) anchor resists the maximum test load with a creep rate that does not exceed 0.08 inches in the last log cycle of time; and (2) total elastic movement at the maximum test load exceeds 80 percent of the theoretical elastic elongation of the unbonded length.

10.9.3 A ground anchor subjected to extended creep testing is acceptable if the: (1) anchor resists the maximum test load with a creep rate that does not exceed 0.08 inches in the last log cycle of time; and (2) total elastic movement at the maximum test load exceeds 80 percent of the theoretical elastic elongation of the unbonded length.

10.9.4 If the initial lift-off reading is not within plus or minus five (5) percent of the lock-off load, then adjust the tendon load accordingly and repeat the initial lift-off reading.

10.10 Procedures for Ground Anchors Failing Acceptance Criteria 10.10.1Replace ground anchors that do not satisfy the minimum apparent free length

criteria at no additional cost to the Department or lock off at not more than 50 percent of the maximum acceptable load attained. In this event, no further acceptance criteria are applied.

10.10.2Regroutable ground anchors which satisfy the minimum apparent free length criteria but which fail the extended creep test at the test load may be postgrouted and subjected to an enhanced creep criterion. This enhanced criterion requires a creep movement of not more than 0.04 inches between 1 and 60 minutes at test load. Lock off anchors that satisfy the enhanced creep criterion at the design lock-off load. Anchors that cannot be postgrouted or regroutable anchors that do not satisfy the enhanced creep criterion will be either rejected or locked off at 50% of the maximum acceptable test load attained. In this event, no further acceptance criteria are applied. The maximum acceptable test load with respect to creep is the load where acceptable creep movements are measured over the final log cycle of time.

10.10.3In the event that a ground anchor fails, modify the design and/or construction procedures. These modifications may include, but are not limited to: installing additional anchors, modifying the installation methods, reducing the anchor design load by increasing the number of anchors, increasing the anchor length, or changing the anchor type. Any modification of design or construction procedures are at no charge to the Department and with no extension of contract time. Incorporate any redesigns or modifications to the wall, tiebacks, tieback geometry, etc. only with prior acceptance by the Engineer.

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 35 of 119

Page 36: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall & Page 30 of 31 June 3, 2008 Ground Anchor Blocks

11.0 RECORDS Provide the Engineer with the following final records: 1. As-built drawings showing the location and orientation of the permanent ground

anchor tiebacks, capacity, tendon type, total length, bonded length, and unbonded length as installed.

2. Steel and grout certifications and/or mill reports. 3. Grouting records including:

a. cement type, b. volume of grout placed in bonded and unbonded length, recorded

separately, c. actual grout pressure.

4. The following on the as-built drawings: the type of testing performed for each permanent ground anchor tieback, the locations of any instruments installed.

5. Permanent ground anchor tieback test results. 6. Pile Schedule. 7. Timber lagging, size, and grade, if used. 8. Other records as required by Section 106 of the Standard Specifications. 9. Finished ground line elevations behind the wall and finished grade elevations in

front of the wall. 10. Structural Steel records required by Section 607 of the Standard Specifications. 11. Record plans conforming to Section 105.03 of the Standard Specifications. 12. Any required instrumentation records.

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 36 of 119

Page 37: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall & Page 31 of 31 June 3, 2008 Ground Anchor Blocks

12.0 MEASUREMENT AND PAYMENT 12.1 The Department will pay for the accepted quantities of "Tieback Retaining Wall"

at the contract unit bid price per "Square Foot" and will measure quantities as shown in the Contract Plans. This will constitute full compensation for all costs including materials, labor, tools, equipment, and other incidental items required for designing, constructing, and performing anchor testing for the permanent ground anchored tieback wall(s) as described herein. This may include but is not limited to the following items: installing and tensioning permanent ground anchor tiebacks, providing corrosion protection, pre-drilling for soldier piles, installing soldier piles, backfill material for soldier piles, sheeting, wales, timber lagging, concrete facing (if required), wall drainage, surface drainage, anchorage hardware, proof tests, performance tests, extended creep tests, all required submittals and records, and other incidental items necessary to provide a complete permanent ground anchored tieback wall. Earth moving, backfilling, drainage, any temporary shoring due to phased construction, and any other earthwork necessary to complete these walls and not included in other bid items, is included as an incidental part of this work.

12.2 Additional areas of wall, required due to unforeseen foundation conditions or other reasons and approved in writing by the Engineer will be paid at the contract unit prices. In the event a decrease in the area of a wall is required, subject to acceptance by the Department, payment will be reduced due to the decrease in the wall area or length.

12.3 All measurement will be based on plan dimensions or dimensions as ordered in writing.

12.4 Refer to an Appendix to this Special Note for Project Specific Measurement and Payment information.

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 37 of 119

Page 38: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall and Ground Anchor Blocks

Appendix A - Instrumentation

Carroll Co.; Item No. 06-347.0

A1.0 DESCRIPTION A1.1 This work consists of furnishing all instruments, tools, materials, and labor

necessary to install and monitor wall instrumentation. A1.2 Provide instrumentation designed, fabricated, and assembled in proper operating

condition and in full conformity with the manufacturer's requirements and this Special Note. Furnish items complete with all components specified herein, all accessories required for proper operation, and all additional materials required by the design of the system.

A1.3 Protect all instrumentation during the term of the contract. Replace or restore any defective or damaged instrumentation at no expense to the Department. Coordinate and cooperate as necessary with the Engineer.

A1.4 During the course of construction, the Contractor will be responsible for visually observing and taking instrumentation readings. The Department will be responsible for Slope Inclinometer readings. Cooperate as necessary with the Department in facilitating these readings. Any monitoring data that indicates excessive structure deflections, the potential for unstable conditions, or damage to adjacent facilities, as determined by the Engineer, is cause for preventative measures to be taken in the affected area until the causes are identified and resolved to the satisfaction of the Engineer. At completion of the tieback wall, the Department will take post construction readings.

A2.0 EXPERIENCE REQUIREMENTS AND SUBMITTALS A2.1 Use a qualified Instrumentation Specialist meeting the requirements below to

install all instrumentation. a. experience in the design and installation of load cells and slope

inclinometers on a minimum of three (3) similar projects in the last five (5) years, where tieback ground anchors or soil nails were installed; and

b. either be an employee of the Tieback Wall Specialty Contractor or an employee of a firm working directly for the Specialty Contractor.

A2.2 As part of the Construction and Materials Submittals in Section 4.3 of this Special Note, include the following:

SN for TB Wall & Ground Anchor Blocks - Appendix A Page 1 of 5 April 7, 2008

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 38 of 119

Page 39: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

a. The resume(s) of the individual(s) responsible for instrumentation installation and testing; include references, with current telephone numbers, of persons who can verify the experience requirements.

b. List of proposed instrumentation including instrument type and readout unit specifications, including instrument accuracy, sensitivity, and resolution.

c. Complete and detailed installation procedures, including the manufacturer’s recommendations, the Contractor’s step-by-step field procedures and the proposed specific locations of all instrumentation.

d. A wiring diagram detailing the wiring of the instruments to the readout station.

e. Shop drawings and specifications for ancillary equipment such as readout stations, conduit, and enclosures. Include specific details regarding the mounting procedure for the readout stations to protect them from any environmental damage, including water infiltration into the readout stations or their locks, and vandalism.

A2.3 Begin wall construction only after the Engineer has accepted the experience

qualifications and instrumentation submittals. A3.0 MATERIALS Provide instruments compatible with and calibrated using readout devices approved by the Engineer. The Department will provide a Geokon vibrating wire readout box (Model GK-403) for use on this project; this readout box will remain property of the Department. Provide load cells compatible with this readout box, or provide a comparable readout box, approved by the Engineer, at no cost to the Department. If the Department’s box is damaged or destroyed, immediately repair or replace it to the satisfaction of the Engineer, at no cost to the Department. A3.1 Vibrating Wire Load Cells Provide vibrating wire load cells with capacities no

less than 1.5 times the design load of the anchors they will be monitoring. Provide load cells containing either 4 or 6 parallel vibrating wire gauges mounted at 90o or 60o in the cylinder walls. Provide new load cells calibrated: • within 6 months of installation; • within an accuracy of plus or minus two (2) percent and traceable to the

National Institute of Standards and Technology (NIST); and • to no less than 1.5 times the design load of the anchors they will be

monitoring. Provide calibration certificates and graphs when the load cells are delivered to the site. Supply enough cable to allow connection to the readout station without splicing.

A3.2 Readout Station Provide a standard stainless electrical junction box of sufficient size and capacity to handle the required number of instruments. Provide an isolated channel for each station that can be readily identified by

SN for TB Wall & Ground Anchor Blocks - Appendix A Page 2 of 5 April 7, 2008

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 39 of 119

Page 40: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

waterproof labels resistant to vandalism and tampering. Provide a readout station that is waterproof and has locking covers.

A3.4 Slope Inclinometer (SI) Casing Provide 2.75 inch (70 mm) diameter grooved plastic "QC Casing" obtained from the Slope Indicator Company, as necessary to be compatible with the Department's current equipment. Include bottom and top caps.

A3.5 Incidental Slope Inclinometer Equipment Provide the slope inclinometer equipment in the table below. Obtain the equipment from the Slope Indicator Company, as necessary to be compatible with the Department’s current equipment. This equipment will immediately become property of the Department.

SI Equipment

Description Part No. Digitilt DataMate II 50310900

A4.0 INSTALLATION Notify the Geotechnical Branch no less than seven (7) calendar days in advance of any instrumentation installation. Perform all slope inclinometer field installations under the direction of a representative of the Division of Structural Design, Geotechnical Branch. Wire all load cell instrumentation to the readout station adjacent after the instrument has been installed and demonstrated by the Contractor to be functioning in accordance with the manufacturer’s specifications. Protect the readout station, wiring, and instrumentation throughout construction. Ensure that the readout station is available for reading at all times. Install instrumentation as shown below. In all cases, provide materials conforming to the Materials Section of this Appendix.

• Load Cells - Install one load cell each in two anchor blocks (a total of two cells). • Soldier Pile Slope Inclinometer Casing - Install three slope inclinomter casings

securely fastened to soldier piles approximately evenly spaced along the wall.

SN for TB Wall & Ground Anchor Blocks - Appendix A Page 3 of 5 April 7, 2008

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 40 of 119

Page 41: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

A4.1 Load Cells Install and protect the load cells and connections in accordance with the manufacturer’s specifications. Protect all load cells, sensors, and wire assemblies from moisture. Do not splice signal cables, unless approved by the Engineer. Test each load cell before and after anchor installation to verify that it is fully operational. Replace defective gages at an adjacent location at no additional cost to the Department and with no extension of contract time. Mount the load cells between the bearing plates and load distribution plates, according to manufacturer's recommendations. Install the bearing plates and load distribution plates perpendicular to the axis of the anchors; use a seating pad of mortar or concrete if needed to ensure the bearing plates are perpendicular. If multiple rows of anchors are used, install a load cell on each anchor at each required location. Obtain a load cell reading immediately after the lift-off test is performed on each instrumented anchor and report the measured load to the Engineer.

A4.2 Readout Station Install one readout station with clear identification of each anchor location and anchor number. Mount the readout station on the uphill side of the wall fence on the top of the wall or on the bridge so it allows easy access for the Department to take readings. Mount the readout station to protect it from any environmental damage, including water infiltration into the readout station or its lock, and vandalism. Provide electrical conduits to carry instrumentation wiring to the readout station in accordance with the manufacturer’s recommendations.

A4.3 Slope Inclinometer (SI) Casing Install SI casings vertically against the soldier beams and along the entire length of each soldier beam to the pile tip elevations. Ensure that the top of the casing will be accessible when the wall is complete. Securely fasten the casing to the soldier beams every 10 ft. Install one groove of the SI casing perpendicular to the wall. Notify the Geotechnical Branch a minimum of seven (7) calendar days prior to installation of any SI casing.

SN for TB Wall & Ground Anchor Blocks - Appendix A Page 4 of 5 April 7, 2008

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 41 of 119

Page 42: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

A5.0 MONITORING The Contractor will be responsible for monitoring survey points and load cells during construction; the Department may obtain independent data. Obtain data at least weekly. The Department will be responsible for monitoring slope inclinometers during construction and will be responsible for post-construction monitoring of the slope inclinometers, load cells, and survey points, which may last up to three (3) years after construction is complete. A5.1 Perform all necessary surveying using qualified technicians with a minimum of

one (1) year of field surveying experience and working under the general supervision of a licensed Professional Engineer or Professional Land Surveyor. Read the survey point movements to the nearest 0.01 ft.

A5.2 Perform all load cell monitoring using qualified technicians with a minimum of one

(1) year of construction and/or technical experience and trained directly by the Instrumentation Specialist referenced in Section A2.1. Read the loads to the nearest 1 kip.

A6.0 METHOD OF MEASUREMENT AND BASIS OF PAYMENT The Department will pay for the completed and accepted Instrumentation at the contract Lump Sum amounts. The Department considers payment as full compensation for all costs and delays associated with instrumenting the walls including but not limited to all materials, labor, equipment, tools, and incidentals necessary to complete the work as specified in this Appendix. Upon satisfactory installation and final acceptance by the Engineer, all instruments and readout units furnished and installed under this Section will become property of the Department.

Code Pay Item Pay Unit20610NC Instrumentation Lump Sum

SN for TB Wall & Ground Anchor Blocks - Appendix A Page 5 of 5 April 7, 2008

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 42 of 119

Page 43: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Ground Anchors Appendix B - Project Specific Tieback Wall Requirements

Carroll Co.; Item No. 06-347.0

This appendix applies only to the Tieback Wall. See Appendix C for Ground Anchor Block Requirements. B1.0 TIEBACK WALL STATION LIMITS The tieback wall extends from approximate Station 103+85 to 106+65. The actual limits will be determined in the field prior to the beginning of construction. B2.0 PERMANENT ROCK ANCHORS Provide Permanent Rock Anchors for all Ground Anchors installed on this project, in accordance with applicable sections of this Special Note. B3.0 DRILLED-IN SOLDIER BEAMS Provide drilled-in soldier beams for the permanent ground anchor tieback wall, in accordance with applicable sections of this Special Note and the Contract Plans. Embed the soldier beams a minimum of 8 feet into bedrock. B4.0 PERMANENT WALL FACING Permanent Concrete Facing is not required. B5.0 WALL DESIGN LOADS The design load for the tieback wall is 20 kips per linear foot of wall distributed over the height of lagging. B6.0 VALUE ENGINEERING AND ALTERNATE WALLS The Department will not consider any Value Engineering Proposals that would result in changes in wall location and/or elevations. B7.0 MAXIMUM ANCHOR LENGTHS Ensure that all anchors are located within right-of-way. B8.0 NON-PRODUCTION TRIAL ANCHOR A non-production trial anchors are not required. However, the Contractor may choose to install one or more trial anchors at no additional cost to the Department. In any case, the Contractor is responsible for providing production anchors that meet all applicable requirements in the contract.

SN for TB Walls & Ground Anchor Blocks - Appendix B Page 1 of 2 June 3, 2008

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 43 of 119

Page 44: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

B9.0 PERMANENT GROUND ANCHOR TESTING Perform permanent ground anchor testing according to Section 10 of this Special Note and according to the requirements below. B9.1 Conduct Performance Tests on the first production anchors installed, and on

10% of the remaining production anchors (every 10th anchor installed) or anchors designated for testing by the Engineer, not to exceed 10%.

B9.2 Perform one Extended Creep Test on the second production anchor installed. B9.3 Perform Proof Tests on all anchors not subjected to Performance or Extended

Creep Tests. B10.0 FINISHED GRADE BEHIND THE WALL Grade the area immediately behind

the proposed wall to match the existing topography, or as directed by the Engineer.

B11.0 FOUNDATION PREPARATION All excavation required to construct the

tieback wall will be included in the lump sum bid price for Foundation Preparation. This includes trench excavation required to install lagging and all excavated material in front of the wall. This also includes disposal of the material from the site. Any excavation quantities shown elsewhere in the project proposal are estimates only and excavation will be paid according to the lump sum price. A pro-rated adjustment will be made if the wall length is changed during the contract.

B12.0 MEASUREMENT AND PAYMENT B12.1 The Department will measure and pay for the accepted quantity of "Upper Slope

Stabilization" and below at the Contract Unit Bid Prices. The following are incidental to the unit bid prices for the walls: any excavation behind the front face of the walls, any required granular backfill and geotextile fabric, trial anchor installation and testing, any grading required behind the wall, and any other items required to complete the wall and not included in other bid items.

B12.2 The Department will measure and pay for the accepted quantity of "Foundation Preparation" according to Section 603 of the Standard Specifications at the Contract Lump Sum Bid Price. This will constitute full compensation for the following: • Any trench excavation required to install lagging. • Excavation and removal of ALL material in front of the wall.

Code Pay Item Pay UnitXXXX Upper Slope Stabilization Linear Foot 8003 Foundation Preparation Lump Sum

SN for TB Walls & Ground Anchor Blocks - Appendix B Page 2 of 2 June 3, 2008

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 44 of 119

Page 45: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Ground Anchors Appendix C - Ground Anchor Block Requirements

Carroll Co.; Item No. 06-347.0

As shown in Appendix D, provide anchor blocks consisting of permanent tieback ground anchors and reinforced concrete and/or reinforced shotcrete blocks. The blocks may be individual for each anchor, continuous, or grouped with two or more anchors per block. Provide a system similar to that described in publication FHWA-WY-03/03F dated December 2003. This document can be downloaded from the following website:

http://www.eng.uwyo.edu/civil/publications/reports/ C1.0 GROUND ANCHOR BLOCK STATION LIMITS The ground anchor blocks extend from approximate Station 104+00 to 106+50. The actual limits will be determined in the field prior to the beginning of construction. C2.0 CONSTRUCTION SEQUENCE Do not lock off ground anchor block anchors until tieback wall anchors have been locked off. C3.0 WATER LINE CAUTION The Contractor is advised to exercise caution in the vicinity of the water line in the slope. The Contractor will be responsible for any damage to the water line resulting from construction activities. C4.0 PERMANENT ROCK ANCHORS Provide Permanent Rock Anchors for all Ground Anchors installed on this project, in accordance with applicable sections of this Special Note. C5.0 ANCHOR DESIGN LOADS The anchor design load is 15 kips per linear foot measured parallel to the road. C6.0 SUBMITTALS Complete all applicable submittals required for the Tieback Wall in accordance with Section 4.0 of the Special Note for Ground Anchors.

SN for TB Wall & Ground Anchors Blocks - Appendix C Page 1 of 5 June 3, 2008

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 45 of 119

Page 46: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

C7.0 STRUCTURAL DESIGN Perform structural design of the blocks, connections, etc. in accordance with all other requirements in the Contract Documents and according to the requirements in this Special Note and applicable referenced documents. Primary design references include but are not limited to: FHWA Publication FHWA-IF-99-015, "Ground Anchors and Ground Anchored Systems", June 1999; AASHTO Standard Specifications for Highway Bridges, Current Edition, with all interims; AISC Steel Construction Manual. C8.0 MAXIMUM ANCHOR LENGTHS Ensure that all anchors are located within right-of-way. C9.0 ALLOWABLE BEARING CAPACITY The allowable bearing capacity for ground anchor reaction blocks is 3.33 ksf. C10.0 GROUTED SUPPORT ELEMENTS In order to improve the bearing capacity of the ground anchor reaction blocks, "grouted support elements" (GSE's) will be required adjacent to each ground anchor. The GSE's will consist of four six-inch diameter holes drilled adjacent to each ground anchor and backfilled with grout meeting the requirements of Section 6 of the Special Note Ground Anchors. Refer to the GSE schematic in Appendix E. The GSE's are not directly accounted for in the design of the reaction blocks. C11.0 NON-PRODUCTION TRIAL ANCHOR Non-production trial anchors for the anchor blocks are not required. However, in order to evaluate the bond performance, the extended creep test for the tieback wall must be performed and accepted prior to beginning installation of anchors for the anchor blocks. C12.0 PERFORMANCE TESTING AND ANCHOR ACCEPTANCE Performance testing is required for all anchor blocks. The loading procedures described below are designed to preload the anchor system to mitigate against long-term creep. The Department will consider alternate loading procedures if proposed by the Contractor. C12.1 Performance TestsC12.1.1 Conduct the Performance Tests by incrementally loading and unloading ground

anchor tiebacks in accordance with the Performance Test Schedule. Raise the load from one increment to another immediately after recording the anchor movement. Measure and record the anchor movement to the nearest 0.001 inch with respect to an independent fixed reference point at the alignment load and at each increment of load. Monitor the load with the primary pressure gauge. Place the reference pressure gauge in series with the primary pressure gauge during each performance test. If the loads determined by the primary and reference pressure gauges differ by more than ten (10) percent, recalibrate the jack, primary pressure gauge, and reference pressure gauge at no expense to the Department. Hold the load just long enough to record the movement, except hold the maximum load for 10 minutes.

SN for TB Wall & Ground Anchors Blocks - Appendix C Page 2 of 5 June 3, 2008

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 46 of 119

Page 47: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

C12.1.2 Use a load cell to monitor small changes in load during constant load-hold periods.

C12.1.3 Adjust the jack as necessary in order to maintain a constant load. Start the load-hold period as soon as the maximum test load is applied and measure the anchor movement, with respect to a fixed reference. Measure and record at 1 minute, 2, 3, 4, 5, 6 and 10 minutes. If the movement between one (1) minute and ten (10) minutes exceeds 0.04 inches, hold the maximum test load for an additional 50 minutes. If the load hold is extended, record the movement at 15 minutes, 20, 25, 30, 45 and 60 minutes.

C12.1.4 Plot Performance Test Data as shown in Figures 69 and 70 of FHWA "Ground Anchors and Anchored Systems".

Performance Test Schedule For Ground Anchor Blocks

Step Loading Applied Load

1 AL 0.25DL 2 Cycle 1 AL 0.25DL 0.50DL

3 Cycle 2

AL 0.25DL 0.50DL 0.75DL

4 Cycle 3

AL 0.25DL 0.50DL 0.75DL 1.00DL

5 Cycle 4

AL 0.25DL 0.50DL 0.75DL 1.00DL (Hold for 60 minutes)

6 Cycle 5

AL 0.25DL 0.50DL 0.75DL (Hold for 30 minutes) AL

7 Cycle 6

Adjust to 0.75DL and Lock Off AL - Alignment Load, DL – Design Load

SN for TB Wall & Ground Anchors Blocks - Appendix C Page 3 of 5 June 3, 2008

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 47 of 119

Page 48: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

C12.2 Ground Anchor Lock -Off After testing has been completed for a particular anchor, lock off that anchor such that, after seating losses (i.e. wedge seating), a load of 75 +/- 10 percent of the design load for that anchor has been applied to the tendon, unless an alternate lock-off load is approved.

C12.3 Lift-Off Tests After transferring the load to the anchorage, and prior to

removing the jack, perform a Lift-Off Test on each ground anchor tieback to confirm the magnitude of the load in the anchor tendon. Determine this load by reapplying load to the tendon to lift off the wedge plate (or anchor nut) without unseating the wedges (or turning the anchor nut). This moment represents zero time for any long time monitoring.

C12.4 Ground Anchor Acceptance CriteriaC12.4.1 A performance-tested ground anchor with a 10 minute load hold is acceptable if

the: (1) anchor resists the maximum test load with less than 0.04 inches of movement between 1 minute and 10 minutes; and (2) total elastic movement at the maximum test load exceeds 80 percent of the theoretical elastic elongation of the unbonded length.

C12.4.2 A performance-tested ground anchor with a 60 minute load hold is acceptable if the: (1) anchor resists the maximum test load with a creep rate that does not exceed 0.08 inches in the last log cycle of time; and (2) total elastic movement at the maximum test load exceeds 80 percent of the theoretical elastic elongation of the unbonded length.

C12.4.3 If the initial lift-off reading is not within plus or minus five (5) percent of the lock-off load, then adjust the tendon load accordingly and repeat the initial lift-off reading.

C12.5 Procedures for Ground Anchors Failing Acceptance CriteriaC12.5.1 Replace ground anchors that do not satisfy the minimum apparent free length

criteria at no additional cost to the Department or lock off at not more than 50 percent of the maximum acceptable load attained. In this event, no further acceptance criteria are applied.

C12.5.2 Regroutable ground anchors which satisfy the minimum apparent free length criteria but which fail the extended creep test at the test load may be postgrouted and subjected to an enhanced creep criterion. This enhanced criterion requires a creep movement of not more than 0.04 inches between 1 and 60 minutes at test load. Lock off anchors that satisfy the enhanced creep criterion at the design lock-off load. Anchors that cannot be postgrouted or regroutable anchors that do not satisfy the enhanced creep criterion will be either rejected or locked off at 50% of the maximum acceptable test load attained. In this event, no further acceptance criteria are applied. The maximum acceptable test load with respect to creep is the load where acceptable creep movements are measured over the final log cycle of time.

C12.5.3 In the event that a ground anchor fails, modify the design and/or construction procedures. These modifications may include, but are not limited to: installing additional anchors, modifying the installation methods, reducing the anchor

SN for TB Wall & Ground Anchors Blocks - Appendix C Page 4 of 5 June 3, 2008

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 48 of 119

Page 49: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

design load by increasing the number of anchors, increasing the anchor length, or changing the anchor type. Any modification of design or construction procedures are at no charge to the Department and with no extension of contract time. Incorporate any redesigns or modifications to the wall, tiebacks, tieback geometry, etc. only with prior acceptance by the Engineer.

C13.0 MEASUREMENT AND PAYMENT The Department will measure and pay for the accepted quantities of "Lower Slope Stabilization" per Linear Foot. The number of linear feet will include the total length of the slope stabilized by the anchor blocks. The measured quantity for payment will be the distance from the center of the first accepted ground anchor to the center of the last accepted ground anchor as measured in the longitudinal direction of the roadway. The following are incidental to the unit bid prices for the ground anchor blocks: any excavation behind the front face of the blocks, reaction blocks, grouted support elements anchor installation and testing, and any other items required to complete the ground anchor block and not included in other bid items.

Code Pay Item Pay Unit XXXX Lower Slope Stabilization Linear Foot

SN for TB Wall & Ground Anchors Blocks - Appendix C Page 5 of 5 June 3, 2008

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 49 of 119

Page 50: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Ground Anchors Appendix D - Horizontal Drains

Carroll Co. (Item No. 06-347.0)

The approved Ground Anchor Specialty Contractor may install the horizontal drains since construction methods for horizontal drains are very similar to those for ground anchors. However, any other contractor must meet the experience requirements in order to install the horizontal drains.

SN for TB Walls & Ground Anchors - Appendix D Page 1 of 3 June 3, 2008

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 50 of 119

Page 51: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

IV. CONSTRUCTION REQUIREMENTS

A.

B.

C.

The Contractor is advised to exercise caution in the vicinity of the water line in the slope. The Contractor will be responsible for any damage to the water line resulting from construction activities.

SN for TB Walls & Ground Anchors - Appendix D Page 2 of 3 June 3, 2008

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 51 of 119

Page 52: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

The quantity of horizontal drains is estimated to be 2000 linear feet. The quantity of horizontal drains is subject to change. The Department will pay for the completed and accepted quantities under the following:

Code Pay Item Pay Unit 22410EN Horizontal Drains Linear Foot

SN for TB Walls & Ground Anchors - Appendix D Page 3 of 3 June 3, 2008

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 52 of 119

Page 53: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Walls & Anchor Blocks Appendix E - Drawings

Carroll Co.; Item No. 06-347.0

SN for Tieback Wall & Ground Anchor Blocks - Appendix E June 3, 2008

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 53 of 119

Page 54: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Typi

cal C

orre

ctio

n (N

ot to

Sca

le)

Car

roll

Cou

nty

KY

389

Slo

pe S

tabi

lizat

ion

(6-3

47.1

) R

ev. 0

8-02

-200

7

Hor

izon

tal

Dra

ins

30° 15

kip

s/ft.

Gro

und

Anc

hor

Blo

cks

Exca

vate

Ele

v. 4

60

Ele

v. 4

55

20 k

ips/

ft.

Sol

dier

Pile

L

aggi

ng

Ele

v. 4

70

Ele

v. 4

10

8 ft.

min

.

Tieb

ack

R

etai

ning

Wal

l

Glo

bal

Fact

or o

f Saf

ety

= 1.

3

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 54 of 119

Page 55: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Enl

arge

d Ty

pica

l Cor

rect

ion

(Not

to S

cale

)

Car

roll

Cou

nty

KY

389

Slo

pe S

tabi

lizat

ion

(6-3

47.1

) R

ev. 0

8-02

-200

7

Hor

izon

tal

Dra

ins

30° 15

kip

s/ft.

Gro

und

Anc

hor

Blo

cks

Exca

vate

Ele

v. 4

60

Ele

v. 4

55

20 k

ips/

ft.

Sol

dier

Pile

L

aggi

ng

E

lev.

470

Ele

v. 4

10

8 ft.

min

.

Tieb

ack

R

etai

ning

Wal

l

Glo

bal

Fact

or o

f Saf

ety

= 1.

3

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 55 of 119

Page 56: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

15 ft

.

250

ft.

280

ft.

103+

85

Item

No.

6-3

47.1

Ti

ebac

k W

all P

rofil

e (N

ot to

Sca

le)

NO

TES

:

1.

Pro

file

show

s la

ggin

g on

ly.

106+

50

106+

65

104+

00

Ret

urn

Wal

l R

etur

n W

all 2.

W

all l

imits

to b

e de

term

ined

in th

e fie

ld.

3.

Wal

l len

gth

subj

ect t

o m

odifi

catio

n.

4.

Ret

urn

Wal

ls to

be

paid

50%

of l

engt

h.

5.

Pla

n qu

antit

y fo

r tie

back

wal

l is

265

linea

r fee

t.

Rev

. 06/

03/2

008

KY

389

Slo

pe S

tabi

lizat

ion

Car

roll

Cou

nty

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 56 of 119

Page 57: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

x

x L

W

d Le

gend

- G

rout

ed S

uppo

rt E

lem

ent (

GS

E)

-

G

roun

d A

ncho

r

A

-

Anc

hor S

paci

ng

W

-

Rea

ctio

n B

lock

Wid

th

X

-

GS

E S

paci

ng =

0.2

5W to

0.3

3W

L

-

GS

E L

engt

h =

0.7

5A, m

inim

um

d

-

GS

E D

iam

eter

= 6

inch

es, m

inim

um

Car

roll

Cou

nty

KY

389

Slo

pe S

tabi

lizat

ion

Item

No.

6-3

47.1

Gro

uted

Sup

port

Ele

men

ts -

GS

E (

Not

to S

cale

)

Rev

. 02/

04/2

008

A

W

A

x x

x x

Inst

all r

ebar

in G

SE

ext

endi

ng in

to re

actio

n bl

ock.

5

foot

min

. len

gth,

#6,

Gra

de 4

0, e

poxy

not

requ

ired

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 57 of 119

Page 58: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Walls & Anchor Blocks Appendix F - Subsurface Data

Carroll Co.; Item No. 06-347.0

SN for TB Wall & Ground Anchors - Appendix E April 4, 2008

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 58 of 119

Page 59: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

NO

T TO

SC

ALE

B

orin

g lo

catio

ns a

re o

nly

appr

oxim

ate.

Carroll County KY 389 Slope Stabilization (6-347)

Boring Layout

N

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 59 of 119

Page 60: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 60 of 119

Page 61: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 61 of 119

Page 62: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 62 of 119

Page 63: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 63 of 119

Page 64: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 64 of 119

Page 65: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 65 of 119

Page 66: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 66 of 119

Page 67: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 67 of 119

Page 68: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 68 of 119

Page 69: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 69 of 119

Page 70: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 70 of 119

Page 71: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 71 of 119

Page 72: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 72 of 119

Page 73: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 73 of 119

Page 74: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Hol

eS

amp.

Dep

thTy

peU

nifie

dLL

PL

PI

wna

t(%)

LIG

sdr

ye

S (%

)q

u

No.

No.

(ft.)

(pcf

)(p

cf)

(psf

)

A-1

13-

5S

TC

L43

2320

18.4

-0.2

32.

64A

-12

5-7

ST

CL

4123

1822

.6-0

.02

2.73

A-1

310

-12

ST

CL

3423

1115

.0-0

.73

2.64

130.

111

30.

4686

.862

66

A-2

13-

5S

TC

L43

2122

17.5

-0.1

62.

74A

-22

5-6.

5S

PT

GC

3519

162.

5-1

.03

2.64

A-2

310

-12

ST

19.5

0.03

2.66

A-2

412

-14

ST

18.7

-0.0

22.

66A

-25

15-1

7S

TC

H56

2630

25.5

-0.0

22.

6711

8.2

940.

7788

.546

70A

-26

20-2

2S

TC

L43

2122

21.0

0.00

2.69

119.

098

0.71

79.9

5619

A-2

725

-27

ST

CL

2916

1320

.80.

372.

7412

7.0

105

0.63

91.0

2162

A-2

830

-32

ST

CL

4122

1921

.0-0

.05

2.78

124.

098

7312

5.0

102

0.67

90.4

2924

125.

510

30.

6691

.399

7412

2.0

990.

6989

.497

8812

4.4

101

0.66

93.8

9873

A-3

13-

5S

T12

.8-0

.28

2.74

A-3

25-

6.5

SP

T18

.8-0

.01

2.74

A-3

310

-12

ST

36.6

0.61

2.74

A-3

412

-13.

5S

PT

24.3

0.10

2.74

2.69

Sum

mar

y of

Soi

l Tes

t Res

ults

2117

230.

12A

-210

40-4

2S

T

A-2

935

-37

ST

1222

.10.

092.

74

Pro

perti

es

Car

roll

Cou

nty

Item

No.

6-3

47K

Y 38

9 Sl

ope

Stab

iliza

tion

16

Sam

ple

Dat

a

CL

35

22

2246

24

19

CL

1941

CL

CL

3321

CL

38

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 74 of 119

Page 75: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall and Ground Anchor Block Quality Control Inspection

Carroll Co; Item No. 6-347.0

May 5, 2008

This Special Note is in addition to the requirements set forth in Section 113 of the Standard Specifications for Road and Bridge Construction, current edition. The Federal Highway Administration’s Geotechnical Engineering Circular No. 4, Ground Anchors and Anchored Systems (FHWA-IF-99-015) presents state-of-the-practice information on cement-grouted ground anchors and anchored systems for highway applications. Ensure that Quality Control field and office personnel have access to and are familiar with this document. 1.0 DESCRIPTION This work consists of developing, furnishing, executing, and maintaining a Quality Control Plan (QCP) for the inspection of the retaining wall. QC personnel will answer directly to the Department’s Resident Engineer. The work includes but is not limited to inspecting, testing, and ensuring conformance to the contract. The Contractor is responsible for executing the QCP, which includes checking and tracking material shipments, construction inspection, and on-site materials testing pertaining to drilling, installation and testing of ground anchors and instrumentation. This includes ensuring conformance with the Special Note for Tieback Wall and Ground Anchor Blocks. The Department will be responsible for quality assurance, any off-site material testing, and inspection of all other items in the contract. 2.0 QUALITY CONTROL PLAN (QCP) PERSONNEL In addition to conforming to Subsection 113.03 of the Standard Specifications for Road and Bridge Construction, conform to the following requirements. The QCP personnel’s sole duty on the project will be implementing the QCP. Provide a QCP organization to be on the site at all times during the progress of work on the specified bid items, with complete authority to take any action necessary to ensure compliance with the Contract. These individuals must not be responsible for the production of the project. Tieback ground anchor testing is considered production work performed by the Specialty Contractor’s production personnel (extended creep, performance, and proof

Tieback Wall QC Inspection Page 1 of 8 May 5, 2008

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 75 of 119

Page 76: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall Quality Control Inspection

testing). However, the QCP personnel will be responsible for monitoring the tests, independently recording data, and reviewing the Contractor’s test reports. The size and composition of the QCP organization may vary as the job progresses but at all times must be compatible with the level of effort and capability required by the Contract requirements. Any engineering firm that performed engineering analyses and/or design for this project will not be permitted to perform QC Inspection, due to the potential for conflict of interest. 2.1 QCP Personnel

As part of the QCP organization, provide a QCP Manager and specialized inspection personnel to assist and be responsible to the QCP Manager and to be physically present at the construction site during all activities covered by the QCP. Provide a QCP organization with a minimum of six (6) persons, as follows: • 1 QCP Manager and 1 Alternate QCP Manager • 1 Lead Inspector and 1 Alternate Lead Inspector • 2 Assistant Inspectors

The actual number of personnel required may be less than six (6) and will be dictated by the project size, complexity, and schedule, and is subject to Department approval. However, the six persons above must be available.

Provide personnel with the experience and credentials below. For lead and assistant inspectors, education may be substituted for experience as follows: • A Bachelors Degree in Engineering, Engineering Technology, Surveying,

Construction Management, Geology, or other related technical field (at the discretion of the Department), will count for two (2) years of experience.

• An Associates Degree in Engineering Technology, Surveying, Construction Management or other related technical field (at the discretion of the Department), will count for one (1) year of experience.

2.1.1 QCP Manager and Alternate QCP Manager(s) • Licensed Professional Engineer with a minimum of five (5) years of

engineering experience in one or more of the following areas: construction, materials, geotechnical, or structure design. A Master’s Degree in Engineering will count for one (1) year of experience.

• Experience on a minimum of three (3) projects involving the interpretation of pullout test results for drilled and grouted anchors such as soil and/or rock anchors, soil nails, rock bolts, etc.; or experience on a minimum of one (1) project involving the interpretation of pullout test results for drilled and grouted anchors such as soil and/or rock anchors, soil nails, rock bolts, etc. supplemented by design-related experience on a minimum of one (1) tieback ground anchor retaining wall project and other experience with interpretation of geotechnical-related field test results (e.g. deep foundation load testing, geotechnical instrumentation, etc.)

SN for TB Wall & Ground Anchor QC Inspection Page 2 of 8 May 5, 2008

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 76 of 119

Page 77: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall Quality Control Inspection

• Field construction engineering and/or inspection experience on a minimum of three (3) geotechnical-related projects.

2.1.2 Lead Inspector and Alternate Lead Inspector(s) • A minimum of six (6) years of construction and/or materials inspection

experience showing evidence of supervisory experience on geotechnical-related projects.

• Construction inspection experience on a minimum of two (2) projects involving inspection of installation and pullout testing of drilled and grouted anchors such as soil and/or rock anchors, soil nails, rock bolts, etc.; or experience on a minimum of one (1) project involving inspection of installation and pullout testing of drilled and grouted anchors such as soil and/or rock anchors, soil nails, rock bolts, etc., supplemented by related experience such as post-tensioned concrete inspection, deep foundation load testing, etc.

• Construction inspection experience on a minimum of one (1) project involving drilled deep foundations (drilled shafts, auger cast piles, drilled-in soldier piles, etc.) or inspection experience with driven piles supplemented by other drilling-related experience (geotechnical exploration drilling, etc.).

• ACI Level I Concrete Field Testing Technician, supplemented by a minimum of one (1) other construction-related technician certification (NICET, KYTC, etc.).

2.1.3 Assistant Inspectors • A minimum of four (4) years of construction and/or materials inspection

experience on geotechnical-related projects. • Construction inspection experience on a minimum of one (1) project involving

drilled deep foundations (drilled shafts, auger cast piles, drilled-in soldier piles, etc.) or inspection experience with driven piles supplemented by other drilling-related experience (geotechnical exploration drilling, etc.).

• ACI Level I Concrete Field Testing Technician.

SN for TB Wall & Ground Anchor QC Inspection Page 3 of 8 May 5, 2008

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 77 of 119

Page 78: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall Quality Control Inspection

2.2 QCP Personnel Duties Duties for the QCP personnel include, but are not

limited to the duties described below.

2.2.1 QCP Manager and Alternate QCP Manager(s) The QCP Manager must be available during construction activities as indicated on the QCP Plan. The QCP Manager may be removed from the project for noncompliance of quality products. Identify an Alternate QCP Manager in the QCP Plan to manage the QCP effort during the QCP Manager’s absence. In no instance may the QCP Manager be absent and the Alternate QCP Manager serve for more than a 2 week period without written permission from the Engineer. The QCP Manager must visit the project site at least one time during the first two (2) weeks of activities covered by the QCP and a minimum of one time every three (3) weeks during anchor installation and testing (approximately 1½ to 2 hours minimum per visit). The Alternate QCP Manager must visit the project site at least one time during the first two (2) weeks of activities covered by the QCP and one time during anchor installation (approximately 1½ to 2 hours minimum per visit).

The QCP Manager and/or Alternate QCP Manager must review all review all QCP reports and documentation and submit letters to the Resident Engineer documenting that they have done such.

2.2.2 Lead Inspector

The Lead Inspector or Alternate Lead Inspector must be present during all activities covered by the QCP. The Lead Inspector or Alternate Lead Inspector may request prior verbal approval for short absences from the Resident Engineer or authorized representative. Approval will be subject to the experience and competency of the Assistant Inspector(s) on the project. The Lead Inspector or Alternate Lead Inspector must review and sign all QCP reports and documentation prior to submittal to the department.

SN for TB Wall & Ground Anchor QC Inspection Page 4 of 8 May 5, 2008

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 78 of 119

Page 79: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall Quality Control Inspection

3.0 QCP Organization and Procedures The QCP must include the following: 3.1 A description of the quality control organization, including an organizational chart

showing lines of authority and acknowledgment that the QCP staff shall implement at least a 3-phase control system for all aspects of work as specified herein. Phase I Preparatory Phase prior to beginning work; Phase II Construction Phase during execution of work; and Phase III Acceptance of Work.

3.2 The name, qualifications in resume format, duties responsibilities and authorities and certifications of the QCP Manager, Alternate QCP Manager, Lead Inspector and Alternate Lead Inspector and all other personnel.

3.3 A copy of the letter to the QCP Manager, signed by an authorized official of the Contractor which describes the responsibilities and delegates sufficient authority to adequately perform the functions of the QCP Manager, including authority to stop work which is not in compliance with the Contract. The QCP Manager must issue a letter of direction to all other various quality control representatives outlining duties, authorities and responsibilities. Include copies of these letters in the QCP.

3.4 Procedures for managing submittals and approvals, including but not limited to, source of materials, shop drawings and subletting requests.

3.5 Procedures for tracking construction deficiencies from identification through acceptable corrective action shall be on the QCP. These procedures will establish verifications that identified deficiencies have been corrected. A Non-Conformance Report (NCR) with each item numbered consecutively will be prepared and signed by the QCP Manager at least weekly with recommended action, action taken and date corrected and filed separately. See Exhibit 1.

3.6 The scope of the project, including a list of definable work activities. A definable work activity is separate and distinct from other tasks, requires specific crews or Subcontractors, has different specifications, and has separate control requirements. It could be identified by different crews or Subcontractors, or it could be work performed by the same trade in a different environment. Each activity must have construction tolerances and workmanship standards identified for use by construction crews and sampling/testing frequencies identified for the QCP personnel. This list will be agreed upon during the coordination meeting.

SN for TB Wall & Ground Anchor QC Inspection Page 5 of 8 May 5, 2008

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 79 of 119

Page 80: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall Quality Control Inspection

4.0 CONTROL QCP is the means by which the Contractor ensures the quality and construction, to include subcontractors and suppliers, and complies with the requirements of the Contract. At least 3 phases of control must be conducted by the QCP Manager for each definable work activity as follows: 4.1 Preparatory Phase Perform this phase prior to beginning work in an

activity and include: 4.1.1 Review all the Contractor’s Construction and Materials Submittals

(including those required by the Special Note for Tiedback Walls, steel mill test reports, tendon QC reports, shop drawings, etc.) and provide written comments signed by the QCP Manager and Lead Inspector, to the Department within 14 calendar days; include specific recommendations for acceptance, acceptance with revisions, or non-acceptance of each submittal.

4.1.2 Prior to the start each work activity, the Contractor and QCP Manager are encouraged to conduct a meeting with each crew to discuss in detail with each crew member the quality standards and workmanship identified in the Preparatory Phase. The importance and role of each crew member in achieving quality should be stressed.

4.1.2 A review of each paragraph of applicable specifications. 4.1.3 A review of Contract and Construction Drawings. 4.1.4 A check to assure that all materials and equipment and subletting

requests have been submitted, tested and approved. 4.1.5 A review of control inspection and testing requirement has been

completed. 4.1.6 Examination of the work area to assure that all required preliminary work

has been completed and complies with the Contract. 4.1.7 A physical examination to assure all required materials and equipment are

on hand, and conform to approved shop drawings, or submitted data and are properly stored.

4.1.8 Notify the Department at least 24 hours prior to beginning aggregate or concrete work.

4.1.9 Preparation and approval of QCP staffing plan which corresponds to the working schedule.

4.1.10 Discussion of procedures for controlling quality of work, including repetitive deficiencies, with all contractor managers. Assure availability of appropriate documentation.

SN for TB Wall & Ground Anchor QC Inspection Page 6 of 8 May 5, 2008

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 80 of 119

Page 81: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall Quality Control Inspection

4.2 Construction Phase This phase includes the control measures from start

to completion of a work activity. 4.2.1 Once the work zone has been established, check it to ensure

conformance with the Contract requirements. 4.2.2 Monitor the producers’ QC testing to ensure specifications are being met. 4.2.3 Inspect, test and document in accordance with the Contract requirements

to ensure quality standards are being identified, corrective actions taken and documented using the NCR. The Lead Inspector will be responsible for completing a Daily Inspection Report (DIR) to document each day’s activities on the retaining wall work. Submit the DIR to the Resident Engineer or representative no later than the close of the next workday. Verify quality standards as work progresses and make adjustments to the QCP.

4.3 Acceptance Phase

4.3.1 Pre-final Inspection At the completion of any work activity or any increment thereof, the QCP Manger, Contractor, and Resident Engineer (or representative) must conduct an inspection of the work and develop a “punch list” of items which do not conform to the approved drawings and specifications. Include such a list of deficiencies in the QCP documentation as required herein and include the estimated date by which the deficiencies will be corrected. The Contractor must ensure all items on this list have been corrected when the Final Inspection is scheduled.

4.3.2 Final Acceptance Inspection Final acceptance and any corrective work will be in accordance with the requirements of Section 105.12 of the Standard Specifications.

5.0 QCP SUBMITTAL 5.1 Original Submittal for Approval Submit the QCP to the Engineer no later

than sixty (60) calendar days after receiving Notice to Begin Work and at least thirty (30) calendar days before beginning a specific work activity. The Department will return the QCP to the Contractor within fourteen (14) calendar days (estimated) after submittal with requests for changes, if applicable. The Contractor will then have seven (7) calendar days to correct and make changes and resubmit the QCP to the Engineer. Work cannot begin on an activity until after the QCP for that activity has been approved by the Engineer.

5.2 Subsequent Approvals Once the Contractor begins work under the approved QCP, continuously prosecute the work in accordance with the QCP. Changes must be approved by the Engineer prior to implementation.

SN for TB Wall & Ground Anchor QC Inspection Page 7 of 8 May 5, 2008

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 81 of 119

Page 82: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Tieback Wall Quality Control Inspection

6.0 DOCUMENTATION The Contractor and QCP personnel are advised that any deliberate action to the detriment of the QCP will be grounds for defaulting the Contract. This includes but is not limited to any deliberate omissions, deliberate cover-ups, or attempts by the Contractor to withhold information from the Department. Allow direct communication between QCP personnel and the Department. The Contractor and any Subcontractor involved in such detrimental action will not be considered for future bids until requalified. Maintain current records providing factual evidence that required quality control activities and tests have been performed. Include the work of subcontractors and suppliers. Document extended creep, performance, and proof tests in accordance with the Special Note for Tiedback Walls. Generate and update an anchor test summary similar to what is shown in Exhibit 2. Forms for these records must be approved by the Department. Submit all records with the last pay estimate, including but not limited to sketch books, and as-built plans. The Department will make the final payment only after all documentation has been submitted. 7.0 PAYMENT The Department will pay for Quality Control at the contract Lump Sum amount. The Department considers payment as full compensation for all labor and costs associated with performing Quality Control. In addition to conforming to Subsection 113.09 of the Standard Specifications for Road and Bridge Construction, there are the following requirements. The Department will include payment for 20 percent Lump Sum for the QCP in the first estimate. The Department will pay the remaining 80 percent based on the percentage of work completed. Additional payment for the QCP will be made when time or extra work is added according to Subsection 104.03 for the bid items included in the QCP. Additional work added to other parts of the contract will not permit additional payment for the QCP. Code Pay Item Pay Unit 2572 Quality Control Lump Sum

SN for TB Wall & Ground Anchor QC Inspection Page 8 of 8 May 5, 2008

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 82 of 119

Page 83: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 83 of 119

Page 84: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

slide.dgn 3/24/2008 1:44:40 PM

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 84 of 119

Page 85: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

SLI

DE

_XS

EC

T_X

1-X

21.d

gn 3

/27/

2008

1:2

2:54

PM

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 85 of 119

Page 86: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

SLI

DE

_XS

EC

T_X

1-X

21.d

gn 3

/27/

2008

1:2

9:01

PM

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 86 of 119

Page 87: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

SLI

DE

_XS

EC

T_X

1-X

21.d

gn 3

/27/

2008

1:2

9:26

PM

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 87 of 119

Page 88: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

SLI

DE

_XS

EC

T_X

1-X

21.d

gn 3

/27/

2008

1:2

9:57

PM

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 88 of 119

Page 89: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

SLI

DE

_XS

EC

T_X

1-X

21.d

gn 3

/27/

2008

1:3

0:31

PM

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 89 of 119

Page 90: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

SLI

DE

_XS

EC

T_X

1-X

21.d

gn 3

/27/

2008

1:3

0:58

PM

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 90 of 119

Page 91: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Alternate Slope Stabilization Methods

CARROLL COUNTY CID 081019 - KY 389 SLOPE STABILIZATION

1.0 Alternate Design Requirements Bidders will be permitted to propose alternate slope stabilization methods that may be used in lieu of either or both the tieback retaining wall and/or ground anchor blocks as provided in the "Special Note for Tieback Wall and Ground Anchor Blocks". Bidders electing to propose alternate designs will forfeit their right to file a claim resulting from their alternate design. The Department reserves the right to not award a contract for any bid containing proposed alternate methods. Alternate designs must be performed by or under the direct supervision of a Professional Engineer licensed in the Commonwealth of Kentucky. The alternate method(s) must generally be equivalent to or better than the tieback retaining wall and/or ground anchor blocks with regard to items shown on the Typical Section in Appendix E of the "Special Note for Tieback Wall and Ground Anchor Blocks". This includes but is not necessarily limited to: global factor of safety, design loads, soil strength parameters, sliding mass failure surface, and groundwater conditions. Alternate stabilization methods must have a minimum service life of 75 years. The alternates may directly or indirectly affect one or more of the bid items below. Work associated with these items may be modified but neither the work nor the bid items will be eliminated.

• Upper Slope Stabilization • Lower Slope Stabilization • Instrumentation • Horizontal Drains • Foundation Preparation • Quality Control

All bidders must indicate if their bid is based on the stabilization methods shown in the "Special Note for Tieback Wall and Ground Anchor Blocks" or if they are proposing alternate methods. Bidders electing to propose alternates must submit, with their bid, documentation that includes conceptual drawings of their proposed method and indicates which bid items will be affected by the alternate. This documentation should include enough detail for the Department to evaluate the alternate relative to general design criteria. 2.0 Evaluation of Alternates and Award of Contract If an alternate appears to be acceptable based on information included with the bid, the Department will invite the apparent low bidder to submit a detailed proposal containing design calculations, plans, and proposed construction specifications. The detailed proposal must contain sufficient information for the Department to immediately determine if the alternate is acceptable. Failure to respond within 21 calendar days after the invitation is issued will result in forfeiture of the bid. The Department may award the contract if a proposed alternate is acceptable. If an alternate is not acceptable, the Department may ask the bidder to modify their design and/or provide the tieback wall and ground anchors as specified in the "Special Note for Tieback Walls and Ground Anchor Blocks" at the original bid prices. If an agreement cannot be reached, the bidder will have the option of withdrawing their bid. If the contract is not awarded to the apparent low bidder, then the Department may follow the same procedures with the second-lowest and subsequent bidders. A bidder that elects to withdraw their bid due to not meeting requirements for alternates will not forfeit their bid bond. The Department will not release any bid bonds until either the contract has been awarded or the Department decides to re-let or cancel the project.

June 26, 2008

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 91 of 119

Page 92: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Special Note for Specialty Contractor Experience Requirements

CARROLL COUNTY CID 081019 - KY 389 SLOPE STABILIZATION

Specialty Contractors must meet the construction experience requirements below and bidders must submit (with their bid) the documentation below. Bids which do not contain documentation showing that Specialty Contractors meet the requirements will be rejected. 1.0 Specialty Contractor Requirements for Tieback Wall and/or Ground Anchor Blocks 1.1 Bidders must submit (with their bid) documentation that the Specialty Contractor which will construct the

tieback wall and/or ground anchor blocks meets the following construction experience requirements: • A minimum of three years experience constructing temporary and/or permanent tieback retaining

walls, with a minimum of five projects and at least 1000 ground anchors completed in the past five years.

• At least three of these five projects must include permanent ground anchors with a minimum of 600 permanent ground anchors.

• At least two of these five projects must include rock anchors with a minimum of 400 rock anchors. 1.2 Bidders must submit (with their bid) a statement that they have read and understand the Personnel

Experience Requirements in Section 4.1 of the Special Note for Tieback Wall and Ground Anchor Blocks and will supply personnel meeting these requirements.

1.3 The Specialty Contractors listed below have previously been pre-approved to construct tieback walls and

ground anchor blocks on this project and will not be required to submit the construction experience documentation to construct the tieback wall and ground anchor blocks. They will be required to submit the construction experience documentation to construct alternate stabilization methods. • Hayward Baker, Inc. • Nicholson Construction Company • Richard Goettle, Inc. • Schnabel Foundation Company

2.0 Specialty Contractor Requirements for Alternate Slope Stabilization Methods In order to construct alternate slope stabilization methods, a Specialty Contractor and personnel must have experience constructing the proposed alternate method(s) that is comparable to the experience required for a Specialty Contractor constructing a tieback wall and/or ground anchor blocks. 2.1 Bidders must submit (with their bid) construction experience documentation for a Specialty Contractor

which will construct alternate slope stabilization methods. 2.2 Bidders must submit (with their bid) construction experience documentation for the following personnel

that will be assigned to this project: • Design Engineer • Project Engineer • On-Site Supervisor

3.0 If any Specialty Contractor does not meet the experience requirement, the bid will be rejected and the

bidder will forfeit their bid bond.

June 26, 2008

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 92 of 119

Page 93: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

SPECIAL NOTE FOR PRE-BID CONFERENCE

CARROLL COUNTY CID 081019 - KY 389 SLOPE STABILIZATION

The Department will conduct a mandatory Pre-Bid Conference and Field Review of the subject project on July 10, 2008 at 1:00 pm EDT at:

Carrollton Equipment Garage 607 Park Ave.

Carrollton, Kentucky 41008 Phone: (502) 732-6616

Any entity interested in bidding on this project or being part of a joint venture must be represented at the conference and field review by at least one person with sufficient authority to bind the company. No individual may represent more than one company. The pre-bid conference will be followed by a mandatory field review at the project site. A roster will be taken of the representatives present at both the conference and field review. Only companies represented at the conference and field review will be eligible to have their bids opened at the date of letting. The purpose of the conference and field review is to familiarize prospective bidders with contract requirements and the location and condition of the features within the scope of the Contract. Department of Highways representatives present at the conference and field review will answer questions concerning the project. The field review is not intended for bid estimation or submittal of proposals.

June 26, 2008

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 93 of 119

Page 94: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

PART II

SPECIFICATIONS AND STANDARD DRAWINGS

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 94 of 119

Page 95: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

SPECIFICATIONS REFERENCE Any reference in the plans or proposal to the Standard Specifications for Road and Bridge Construction, Edition of 2004, and Standard Drawings, Edition of 2000 are superseded by Standard Specifications for Road and Bridge Construction, Edition of 2008 and Standard Drawings, Edition of 2003. Special Notes [SN] and Special Provisions [SP] marked with an asterisk * and listed under Part II of the Table of Contents within this proposal can be referenced in the Standard Specifications for Road and Bridge Construction, Edition of 2008. Special Notes and Special Provisions not marked with an asterisk will be attached to this proposal.

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 95 of 119

Page 96: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Supplemental Specifications to The Standard Specifications for Road and Bridge Construction, 2008 Edition

(Effective with the July 25, 2008 Letting)

Page 1 of 3

SUBSECTION: 102.07.01 General.REVISION: Replace the first sentence with the following:

Submit the Bid Proposal on forms furnished on the Department internet website (http://transportation.ky.gov/contract/), including the Bid Packet and disk created from the Expedite Bidding Program.

SUBSECTION: 102.07.02 Computer Bidding.REVISION: Replace the first paragraph with the following:

Subsequent to ordering a Bid Proposal for a specific project, use the Department’s Expedite Bidding Program on the internet website of the Department of Highways, Division of Construction Procurement (http://transportation.ky.gov/contract/). Download the bid file from the Department’s website to prepare a Bid Proposal for submission to the Department. Include the completed Bid Packet produced by the Expedite Bidding Program in the Bid Proposal and submit it along with the disk created by said program.

Replace the second paragraph with the following:

In case of a dispute, the printed Bid Proposal and bid item sheets created by the Expedite Bidding Program take precedence over any bid submittal.

SUBSECTION: 102.08 Irregular Bid Proposals.REVISION: Replace point four of the first paragraph with the following:

4) fails to submit a disk created from the Expedite Bidding Program.

Replace point one of the second paragraph with the following:

1) when the Bid Proposal is on a form other than that furnished by the Department or printed from other than the Expedite Bidding Program, or when the form is altered or any part is detached; or

SUBSECTION: 103.02 Award of Contract.REVISION: Replace the first sentence of the third paragraph with the following:

The Department will normally award the Contract within 10 working days after the date of receiving Bid Proposals unless the Department deems it best to hold the Bid Proposals of any or all bidders for a period not to exceed 60 calendar days for final disposition of award.

SUBSECTION: 112.03.12 Project Traffic Coordinator (PTC).REVISION: Add the following at the end of the subsection:

After October 1, 2008 the Department will require the PTC to have successfully completed the applicable qualification courses. Personnel that have not successfully completed the applicable courses by that date will not be considered qualified. Prior to October 1, 2008, conform to Subsection 108.06 A) and ensure the designated PTC has sufficient skill and experience to properly perform the task.

SUBSECTION: 213.03.05 Temporary Control Measures.PART: F) Temporary Mulch.

REVISION: Replace the last sentence with the following:

Place temporary mulch to an approximate 2-inch loose depth (2 tons per acre) and anchor it into the soil by mechanically crimping it into the soil surface or applying tackifier to provide a protective cover. Regardless of the anchoring method used, ensure the protective cover holds until disturbance is required or permanent controls are in installed.

SUBSECTION: 410.05 PAYMENT.REVISION: Replace the last sentence of the first paragraph with the following:

The Department will not apply positive ride adjustments to 0.1-lane-mile sections when their associated sublot’s density pay value is less than 0.95.

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 96 of 119

Page 97: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Supplemental Specifications to The Standard Specifications for Road and Bridge Construction, 2008 Edition

(Effective with the July 25, 2008 Letting)

Page 2 of 3

SUBSECTION: 509.01 DESCRIPTION.REVISION: Replace the second paragraph with the following:

The Department may allow the use of similar units that conform to the National Cooperative Highway Research Program (NCHRP) 350 Test Level 3 (TL-3) requirements and the typical features depicted by the Standard Drawings. Obtain the Engineers approval prior to use. Ensure the barrier wall shape, length, material, drain slot dimensions and locations typical features are met and the reported maximum deflection is 3 feet or less from the NCHRP 350 TL-3 for Test 3 – 11 (pickup truck impacting at 60 mph at a 25-degree angle.)

SUBSECTION: 606.02.11 Coarse Aggregate.REVISION: Replace with the following:

Conform to Section 805, size No. 8 or 9-M.SUBSECTION: 805.04 Concrete.

REVISION: Replace the “AASHTO T 160” reference in first sentence of the third paragraph with “KM 64-629”SECTION: 805 COARSE AGGREGATES.

TABLE: AGGREGATE SIZE USEPART: Cement Concrete Structures and Incidental Construction

REVISION: Replace “9-M for Waterproofing Overlays” with “8 or 9-M for Waterproofing Overlays”SUBSECTION: 805.16 Sampling and Testing

REVISION: Replace the “AASHTO T 160” reference with “KM 64-629”for the Concrete Beam Expansion Test. SUBSECTION: 810.04.01 Coating Requirements.

REVISION: Replace the “Subsection 806.07” references with “Subsection 806.06” SUBSECTION: 837.03 APPROVAL.

REVISION: Replace the last sentence with the following:

The Department will sample and evaluate for approval each lot of thermoplastic material delivered for use per contract prior to installation of the thermoplastic material. Do not allow the installation of thermoplastic material until it has been approved by the Division of Materials. Allow the Department a minimum of 10 working days to evaluate and approve thermoplastic material.

SUBSECTION: 837.03.01 Composition.REVISION: COMPOSITION Table:

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 97 of 119

Page 98: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

Supp

lem

enta

l Spe

cifi

cati

ons

to T

he S

tand

ard

Spec

ific

atio

ns

for

Roa

d an

d B

ridg

e C

onst

ruct

ion,

200

8 E

diti

on(E

ffec

tive

with

the

July

25,

200

8 Le

tting

)

Page

3of

3

Rep

lace

the

“SIZ

ES O

F C

OA

RSE

AG

GR

EGA

TES”

tabl

e in

Sec

tion

805

with

the

follo

win

g:

(1)

Gra

datio

n pe

rfor

med

by

wet

sie

veK

M 6

4-62

0 or

AA

SHTO

T 1

1/T

27.

(2)

Size

s sh

own

for

conv

enie

nce

and

are

not t

o be

con

side

red

as c

oars

e ag

greg

ates

.(3

) N

omin

al M

axim

um S

ize

is th

e la

rges

t sie

ve o

n th

e gr

adat

ion

tabl

e fo

r a

ston

e on

whi

ch a

ny m

ater

ial m

aybe

ret

aine

dN

ote:

T

he D

epar

tmen

t will

allo

w b

lend

ing

of s

ame

sour

ce/s

ame

type

agg

rega

te w

hen

prec

ise

proc

edur

es a

re u

sed

such

as

cold

feed

, bel

t, or

equ

ival

ent a

nd

com

bini

ng o

f siz

es o

r typ

es o

f agg

rega

te u

sing

the

wei

gh h

oppe

r at c

oncr

ete

plan

ts o

r con

trol

led

feed

bel

ts a

t the

pug

mill

to o

btai

n de

sign

ated

siz

es.

SIZ

ES

OF

CO

AR

SE A

GG

RE

GA

TE

S

Siev

eA

MO

UN

TS

FIN

ER

TH

AN

EA

CH

LA

BO

RA

TO

RY

SIE

VE

(SQ

UA

RE

OPE

NIN

GS)

PE

RC

EN

TA

GE

BY

WE

IGH

T

Size

Nom

inal

(3)

Max

imum

Si

ze

4 in

ch3

1/2

inch

3 in

ch2

1/2

inch

2 in

ch1

1/2

inch

1 in

ch3/

4 in

ch1/

2 in

ch3/

8 in

chN

o. 4

No.

8N

o. 1

6N

o. 3

0N

o. 1

00N

o. 2

00

13

1/2

inch

100

90-1

0025

-60

0-15

0-5

22

inch

100

90-1

0035

-70

0-15

0-5

232

1/2

inch

100

40-9

00-

150-

5

32

inch

100

90-1

0035

-70

0-15

0-5

357

2 in

ch10

095

-100

35-7

010

-30

0-5

41

1/2

inch

100

90-1

0020

-55

0-15

0-5

467

1 1/

2 in

ch10

095

-100

35-7

010

-30

0-5

51

inch

100

90-1

0020

-55

0-10

0-5

571

inch

100

95-1

0025

-60

0-10

0-5

610

1 in

ch10

085

-100

40-7

515

-40

673/

4 in

ch10

090

-100

20-5

50-

100-

5

683/

4 in

ch10

090

-100

30-6

55-

250-

100-

5

710

3/4

inch

100

80-1

0030

-75

0-30

781/

2 in

ch10

090

-100

40-7

55-

250-

100-

5

83/

8 in

ch10

085

-100

10-3

00-

100-

5

9-M

3/8

inch

100

75-1

000-

250-

5

10(2

)N

o. 4

100

85-1

0010

-30

11(2

)N

o. 4

100

40-9

010

-40

0-5

DEN

SE G

RA

DED

A

GG

REG

ATE

(1)

3/4

inch

100

70-1

0050

-80

30-6

510

-40

4-13

CR

USH

ED

STO

NE

BA

SE (1

)1

1/2

inch

100

90-1

0060

-95

30-7

015

-55

5-20

0-8

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 98 of 119

Page 99: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

PART III

EMPLOYMENT, WAGE AND RECORD REQUIREMENTS

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 99 of 119

Page 100: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

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

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 100 of 119

Page 101: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

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

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 101 of 119

Page 102: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

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.

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 102 of 119

Page 103: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

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.

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 103 of 119

Page 104: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

TRANSPORTATION CABINETDIVISION OF CONSTRUCTION PROCUREMENT

COMPLIANCE SECTIONPROJECT WAGE RATES

Three/Federal-State Sheet 1 of 11

HIGHWAY FRINGEBASIC HOURLY BENEFIT PAYMENTS

RATES COMBINED

CRAFTS: Breckinridge County:Bricklayers.............................................26.20................................................... 11.55Bullitt, Carroll, Grayson, Hardin, Henry, Jefferson, Larue, Marion, Meade, Nelson, Oldham, Shelby, Spencer and Trimble Counties:Bricklayers.............................................22.93..................................................... 8.85Bracken, Gallatin, Grant, Mason and Robertson Counties:Bricklayers.............................................25.86..................................................... 9.49Boyd, Carter, Elliott, Fleming, Greenup, Lewis and Rowan Counties:Bricklayers.............................................25.80................................................... 14.88Anderson, Bath, Bourbon, Boyle, Clark, Fayette, Franklin, Harrison, Jessamine, Madison, Mercer, Montgomery, Nicholas, Owen, Scott, Washington and Woodford Counties:Bricklayers.............................................22.93..................................................... 8.85Bricklayers (Layout Men) ......................23.18..................................................... 8.85Refractory/Acid Brick/Glass……………23.43……………………………………8.85All CountiesCarpenters: ............................................24.05..................................................... 9.77

Divers.................................................36.45..................................................... 9.77 Piledrivermen......................................24.30..................................................... 9.77

Bracken and Grant Counties:Millwrights ............................................21.90..................................................... 7.92Anderson, Bath, Bourbon, Boyle, Clark, Fayette, Franklin, Harrison, Jessamine, Madison, Mercer, Montgomery, Nicholas, Owen, Scott and Woodford Counties:Millwrights ............................................21.75................................................... 12.50Boyd, Carter, Elliott, Fleming, Greenup, Lewis, Mason, Robertson, and Rowan Counties:Millwrights ............................................29.25................................................... 12.16Breckinridge, Bullitt, Carroll, Gallatin, Grayson, Hardin, Henry, Jefferson, Larue, Marion, Meade, Nelson, Oldham, Shelby, Spencer, Trimble and Washington Counties:Millwrights ............................................23.65................................................... 14.22Bracken, Gallatin and Grant Counties:Electricians ............................................25.56................................................... 11.25Sound Communications:

CablePuller ...........................................9.00..................................................... 2.64 Installer...............................................18.00..................................................... 3.475

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 104 of 119

Page 105: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

TRANSPORTATION CABINETDIVISION OF CONSTRUCTION PROCUREMENT

COMPLIANCE SECTIONPROJECT WAGE RATES

Three/Federal-State Sheet 2 of 11

HIGHWAY FRINGEBASIC HOURLY BENEFIT PAYMENTS

RATES COMBINED

CRAFTS: (continued)Boyd, Carter, Elliott and Rowan Counties:Electricians:

Cable Splicers .....................................27.46................................................... 16.12 Electricians .........................................26.15................................................... 16.08

Anderson, Bath, Bourbon, Boyle, Breckinridge, Bullitt, Carroll, Clark, Fayette, Franklin, Grayson, Hardin, Harrison, Henry, Jefferson, Jessamine, Larue, Madison, Marion, Meade, Mercer, Montgomery, Nelson, Nicholas, Oldham, Owen, Robertson, Scott, Shelby, Spencer, Trimble, Washington and Woodford Counties:Electricians ............................................25.91................................................... 23.5% + 4.55Fleming, Greenup, Lewis and Mason Counties:Electricians ............................................29.60................................................... 11.79Bourbon (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, Poplar Plains, 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, New Liberty, 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) & Bracken, Gallatin, Grant, Harrison & Robertson Counties:Ironworkers: Fence Erector ......................................22.70................................................... 16.42Structural.............................................25.22................................................... 16.42

Bourbon (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, Great Crossing, Newtown, Stamping Ground & Woodlake); Anderson, Boyle, Breckinridge, Bullitt, Fayette, Franklin, Grayson, Hardin, Henry, Jefferson,

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 105 of 119

Page 106: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

TRANSPORTATION CABINETDIVISION OF CONSTRUCTION PROCUREMENT

COMPLIANCE SECTIONPROJECT WAGE RATES

Three/Federal-State Sheet 3 of 11

HIGHWAY FRINGEBASIC HOURLY BENEFIT PAYMENTS

RATES COMBINED

CRAFTS: (continued)Jessamine, Larue, Madison, Marion, Meade, Mercer, Nelson, Oldham, Shelby, Spencer, Trimble, Washington & Woodford Counties:Ironworkers...........................................23.49................................................... 15.99

Bourbon (Northern third, including Townships of Jackson, Millersburg, Ruddel Mills & Shawhan); Carroll (Eastern third, including the Townships 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, Poplar Plains, 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, New Liberty, 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); Bracken, Gallatin, Grant, Harrison & Robertson Counties:Ironworkers:Up to and including 30- mile radius of Hamilton County, Ohio Courthouse....... 25.15........14.85Beyond 30- mile radius of Hamilton County, Ohio Courthouse ......................... 25.40........14.85

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 Moorefield Sprout); Bath, Boyd, Carter, Elliott, Greenup, Lewis, Montgomery & Rowan Counties:Ironworkers:Zone 1 .................................................26.87................................................... 15.82Zone 2 .................................................27.27................................................... 15.82Zone 3 .................................................28.87................................................... 15.82

Zone 1 - Up to 10 mi. radius of union hall, Ashland, KY, 1643 Greenup Avenue;Zone 2 - 10 to 50 mi. radius of union hall;Zone 3 - 50 mi. radius and beyond.

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 106 of 119

Page 107: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

TRANSPORTATION CABINETDIVISION OF CONSTRUCTION PROCUREMENT

COMPLIANCE SECTIONPROJECT WAGE RATES

Three/Federal-State Sheet 4 of 11

HIGHWAY FRINGEBASIC HOURLY BENEFIT PAYMENTS

RATES COMBINED

CRAFTS: (continued)Anderson, Breckinridge, Bullitt, Carroll, Grayson, Hardin, Henry, Jefferson, Larue, Marion, Meade, Nelson, Oldham, Shelby, Spencer, Trimble and Washington Counties:Painters:Brush & Roller .....................................17.87..................................................... 9.07

Spray, Sand Blast, Power Tools, Water Blast & Steam Cleaning...............18.62..................................................... 9.07Bracken, Gallatin, Grant, Mason, and Owen Counties:Painters: (Heavy and Highway Bridges-Guardrails–Lightpoles-Striping):

Bridge/Equipment Tender andContainment Builder ...........................20.40..................................................... 6.30Brush and Roller .................................23.00..................................................... 6.30Elevated Tanks;Steeplejack Work; Bridge &Lead Abatement..................................24.00..................................................... 6.30Sand Blasting & WaterBlasting ............................................. 23.75 ..................................................... 6.30Spray................................................. 23.50 ..................................................... 6.30

Bath, Bourbon, Boyle, Clark, Fayette, Fleming, Franklin, Harrison, Jessamine, Madison, Mercer, Montgomery, Nicholas, Robertson, Scott and Woodford CountiesPainters:

Brush & Roller ..................................... 21.30 ..................................................... 5.90Elevated Tanks;Steeplejack Work; Bridge &Lead Abatement.................................... 22.30 ..................................................... 5.90Sandblasting & Waterblasting ............... 22.05 ..................................................... 5.90Spray.................................................... 21.80 ..................................................... 5.90Bridge/Equipment Tender and/orContainment Builder ............................. 18.90 ..................................................... 5.90Boyd, Carter, Elliott, Greenup, Lewis and Rowan CountiesPainters:Bridges .................................................27.13……………………………………9.95

All Other Work......................................24.23……………………………………9.95

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 107 of 119

Page 108: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

TRANSPORTATION CABINETDIVISION OF CONSTRUCTION PROCUREMENT

COMPLIANCE SECTIONPROJECT WAGE RATES

Three/Federal-State Sheet 5 of 11

HIGHWAY FRINGEBASIC HOURLY BENEFIT PAYMENTS

RATES COMBINED

CRAFTS: (continued)Breckinridge, Bullitt, Carroll (Western Half), Franklin (Western three-fourths), Grayson, Hardin, Henry, Jefferson, Larue, Marion, Meade, Nelson, Oldham, Shelby, Spencer, Trimble and Washington Counties:Plumber ................................................ 29.00 ...................................................12.17Boyd, Carter, Elliott, Greenup, Lewis and Rowan Counties:Plumbers and Steamfitters......................25.02................................................... 16.99Bracken, Carroll (Eastern Half), Gallatin, Grant, Mason, Owen and Robertson Counties:Pipefitters and Plumbers........................27.96................................................... 13.13

LABORERS: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, & Woodford Counties:

GROUP 1 - Aging and curing of concrete, Asbestos Abatement Worker, Asphalt Plant, Asphalt, Batch Truck Dump, Carpenter Tender, Cement Mason Tender, Cleaning of Machines, Concrete, Demolition, Dredging, Environmental - Nuclear, Radiation, Toxic and Hazardous Waste - Level D, Flagperson, Grade Checker, Hand Digging and Hand Back Filling, Highway Marker Placer, Landscaping Mesh Handler and Placer, Puddler, Railroad, Rip-Rap and Grouter, Right-of-Way Sign, Guard rail and Fence Installer, Signal Person, Sound Barrier Installer, Storm and Sanitary Sewer, Swamper, Truck Spotter and Dumper, and Wrecking of Concrete Forms, General Cleanup.

BASE RATE ......................................................19.33FRINGE BENEFITS ...........................................9.18

Group 2 - Batter Board Man (Sanitary And Storm Sewer), Brickmason Tender, Mortar Mixer Operator, Scaffold Builder, Burner and Welder, Bushammer, Chain Saw Operator, Concrete Saw Operator, Deckhand Scow Man, Dry Cement Handler, Environmental - Nuclear, Radiation, Toxic and Hazardous Waste - Level C, Forklift Operator for Masonary, Form Setter, Green Concrete Cutting, Hand Operated Grouter and Grinder Machine Operator, Jackhammer, Pavement Breaker, Paving Joint Machine, Pipelayer, Plastic Pipe Fusion, Power Driven Georgia Buggy and Wheel Barrow, Power Post Hole Digger, Precast Manhole Setter, Walk-Behind Tamper, Walk-Behind Trencher, Sand Blaster, Concrete Chipper, Surface Grinder, Vibrator Operator and Wagon Driller.

BASE RATE ......................................................19.58FRINGE BENEFITS ...........................................9.18

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 108 of 119

Page 109: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

TRANSPORTATION CABINETDIVISION OF CONSTRUCTION PROCUREMENT

COMPLIANCE SECTIONPROJECT WAGE RATES

Three/Federal-State Sheet 6 of 11

LABORERS: (continued)GROUP 3 - Asphalt Luteman and Raker, Gunnite Nozzleman, Gunnite Operator and Mixer, Grout Pump Operator, Side Rail Setter, Rail Paved Ditch, Screw Operator, Tunnel (Free Air) and Water Blaster.

BASE RATE ......................................................19.63FRINGE BENEFITS ...........................................9.18

GROUP 4 - Caisson Worker (Free Air), Cement Finisher, Environmental - Nuclear, Radiation, Toxic and Hazardous Waste - Levels A and B, Miner and Driller (Free Air), Tunnel Blaster and Tunnel Mucker (Free Air), Directional & Horizontal Boring, Air Track Drillers (all types), Powdermen & Blasters, Troxler & Concrete Tester if Laborer is Utilized.

BASE RATE ......................................................20.23FRINGE BENEFITS ...........................................9.18

LABORERS:Anderson, Bullitt, Carroll, Hardin, Henry, Jefferson, Larue, Marion, Meade, Nelson, Oldham, Shelby, Spencer, Trimble & Washington Counties:

GROUP 1 - Aging and curing of concrete, Asbestos Abatement Worker, Asphalt Plant, Asphalt, Batch Truck Dump, Carpenter Tender, Cement Mason Tender, Cleaning of Machines, Concrete, Demolition, Dredging, Environmental - Nuclear, Radiation, Toxic and Hazardous Waste - Level D, Flagperson, Grade Checker, Hand Digging and Hand Back Filling, Highway Marker Placer, Landscaping Mesh Handler and Placer, Puddler, Railroad, Rip-Rap and Grouter, Right-of-Way Sign, Guardrail and Fence Installer, Signal Person, Sound Barrier Installer, Storm and Sanitary Sewer, Swamper, Truck Spotter and Dumper, and Wrecking of Concrete Forms, General Cleanup.

BASE RATE ......................................................19.33FRINGE BENEFITS ...........................................9.18

Group 2 - Batter Board Man (Sanitary And Storm Sewer), Brickmason Tender, Mortar Mixer Operator, Scaffold Builder, Burner and Welder, Bushammer, Chain Saw Operator, Concrete Saw Operator, Deckhand Scow Man, Dry Cement Handler, Environmental - Nuclear, Radiation, Toxic and Hazardous Waste - Level C, Forklift Operator for Masonary, Form Setter, Green Concrete Cutting, Hand Operated Grouter and Grinder Machine Operator, Jackhammer, Pavement Breaker, Paving Joint Machine, Pipelayer, Plastic Pipe Fusion, Power Driven Georgia Buggy and Wheel Barrow, Power Post Hole Digger, Precast Manhole Setter, Walk-Behind Tamper, Walk-Behind Trencher, Sand Blaster, Concrete Chipper, Surface Grinder, Vibrator Operator and Wagon Driller.

BASE RATE ......................................................19.58FRINGE BENEFITS ...........................................9.18

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 109 of 119

Page 110: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

TRANSPORTATION CABINETDIVISION OF CONSTRUCTION PROCUREMENT

COMPLIANCE SECTIONPROJECT WAGE RATES

Three/Federal-State Sheet 7 of 11

LABORERS: (continued)GROUP 3 - Asphalt Luteman and Raker, Gunnite Nozzleman, Gunnite Operator and Mixer, Grout Pump Operator, Side Rail Setter, Rail Paved Ditch, Screw Operator, Tunnel (Free Air) and Water Blaster.

BASE RATE ......................................................19.63FRINGE BENEFITS ...........................................9.18

GROUP 4 - Caisson Worker (Free Air), Cement Finisher, Environmental - Nuclear, Radiation, Toxic and Hazardous Waste - Levels A and B, Miner and Driller (Free Air), Tunnel Blaster and Tunnel Mucker (Free Air), Directional & Horizontal Boring, Air Track Drillers (all types), Powdermen & Blasters, Troxler & Concrete Tester if Laborer is Utilized.

BASE RATE ......................................................20.23FRINGE BENEFITS ...........................................9.18

LABORERS:Breckinridge & Grayson Counties:GROUP 1 - Aging and curing of concrete, Asbestos Abatement Worker, Asphalt Plant, Asphalt, Batch Truck Dump, Carpenter Tender, Cement Mason Tender, Cleaning of Machines, Concrete, Demolition, Dredging, Environmental - Nuclear, Radiation, Toxic and Hazardous Waste - Level D, Flagperson, Grade Checker, Hand Digging and Hand Back Filling, Highway Marker Placer, Landscaping Mesh Handler and Placer, Puddler, Railroad, Rip-Rap and Grouter, Right-of-Way Sign, Guard rail and Fence Installer, Signal Person, Sound Barrier Installer, Storm and Sanitary Sewer, Swamper, Truck Spotter and Dumper, and Wrecking of Concrete Forms, General Cleanup.

BASE RATE ......................................................19.88FRINGE BENEFITS ...........................................8.63

Group 2 - Batter Board Man (Sanitary And Storm Sewer), Brickmason Tender, Mortar Mixer Operator, Scaffold Builder, Burner and Welder, Bushammer, Chain Saw Operator, Concrete Saw Operator, Deckhand Scow Man, Dry Cement Handler, Environmental - Nuclear, Radiation, Toxic and Hazardous Waste - Level C, Forklift Operator for Masonary, Form Setter, Green Concrete Cutting, Hand Operated Grouter and Grinder Machine Operator, Jackhammer, Pavement Breaker, Paving Joint Machine, Pipelayer, Plastic Pipe Fusion, Power Driven Georgia Buggy and Wheel Barrow, Power Post Hole Digger, Precast Manhole Setter, Walk-Behind Tamper, Walk-Behind Trencher, Sand Blaster, Concrete Chipper, Surface Grinder, Vibrator Operator and Wagon Driller.

BASE RATE ......................................................20.13FRINGE BENEFITS ...........................................8.63

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 110 of 119

Page 111: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

TRANSPORTATION CABINETDIVISION OF CONSTRUCTION PROCUREMENT

COMPLIANCE SECTIONPROJECT WAGE RATES

Three/Federal-State Sheet 8 of 11

LABORERS: (continued)GROUP 3 - Asphalt Luteman and Raker, Gunnite Nozzleman, Gunnite Operator and Mixer, Grout Pump Operator, Side Rail Setter, Rail Paved Ditch, Screw Operator, Tunnel (Free Air) and Water Blaster.

BASE RATE ......................................................20.18FRINGE BENEFITS ...........................................8.63

GROUP 4 - Caisson Worker (Free Air), Cement Finisher, Environmental - Nuclear, Radiation, Toxic and Hazardous Waste - Levels A and B, Miner and Driller (Free Air), Tunnel Blaster and Tunnel Mucker (Free Air), Directional & Horizontal Boring, Air Track Drillers (all types), Powdermen & Blasters, Troxler & Concrete Tester if Laborer is Utilized.

BASE RATE ......................................................20.78FRINGE BENEFITS ...........................................8.63

TRUCK DRIVER CLASSIFICATIONS: TEAMSTERS BASE RATEGROUP 1 - Mobile Batch Truck Tender.................. ……………................................ 16.57

GROUP 2 - Greaser, Tire Changer and Mechanic Tender .......................................... 16.68

GROUP 3 - Single Axle Dump, Flatbed, Semi-trailer or Pole Trailer when used to pull building materials and equipment, Tandem Axle Dump, Distributor, Mixer and Truck Mechanic....................................................... ................................................... 16.86

GROUP 4 - Euclid & Other Heavy Earthmoving Equipment & Lowboy, Articulator Cat, 5-Axle Vehicle, Winch & A-Frame when used in transporting materials, Ross Carrier, Forklift when used to transport building materials and Pavement Breaker.........................................................16.96

FRINGE BENEFITS................................................7.34

OPERATING ENGINEERS:A-Frame Winch Truck, Auto Patrol, Backfiller, Batcher Plant, Bituminous Paver, Bituminous Transfer Machine, Boom Cat, Bulldozer, Mechanic, Cableway, Carry-All Scoop, Carry Deck Crane, Central Compressor Plant, Clamshell, Concrete Mixer (21 Cu. Ft. or Over), Concrete Paver, Truck-Mounted Concrete Pump, Core Drill, Crane, Crusher Plant, Derrick, Derrick Boat, Ditching and Trenching Machine, Dragline, Dredge Operator, Dredge Engineer, Elevating Grader and Loaders, Grade-All, Gurries, Heavy Equipment Robotics Operator/Mechanic, High Lift, Hoe-Type Machine, Hoist (two or more drums), Hoisting Engine (two or more drums), Horizontal Directional Drill Operator, Hydrocrane, Hyster, Kecal Loader, Letourneau, Locomotive,

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 111 of 119

Page 112: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

TRANSPORTATION CABINETDIVISION OF CONSTRUCTION PROCUREMENT

COMPLIANCE SECTIONPROJECT WAGE RATES

Three/Federal-State Sheet 9 of 11

OPERATING ENGINEERS: (continued)Mechanically Operated Laser Screed, Mechanic Welder, Mucking Machine, Motor Scraper, Orangepeel Bucket, Piledriver, Power Blade, Pumpcrete, Push Dozer, Rock Spreader Attached to Equipment, Rotary Drill, Roller (Bituminous), Scarifier, Scoopmobile, Shovel, Side Boom, Subgrader, Tailboom, Telescoping Type Forklift, Tow or Push Boat, Tower Crane (French, German and other types), Tractor Shovel and Truck Crane, Tunnel Mining Machines, Including Moles, Shields or similar types of Tunnel Mining Equipment.

BASE RATE ......................................................23.60FRINGE BENEFITS .........................................12.40

Air Compressor (over 900 cu. ft. per min.), Bituminous Mixer, Boom Type Tamping Machine, Bull Float, Concrete Mixer (under 21 cu. ft.), Dredge Engineer, Electric Vibrator Compactor/Self-Propelled Compactor, Elevator (one drum or Buck Hoist), Elevator (when used to hoist building material), Finish Machine, Fireman & Hoist (one drum), Flexplane, Forklift (reguardless of lift height), Form Grader, Joint Sealing Machine, Outboard Motor Boat, Power Sweeper (riding type), Roller (rock), Ross Carrier, Skid Mounted Or Trailer Mounted Concrete Pump, Skid Steer Machine with all attachments, Switchman or Brakeman, Throttle Valve Person, Tractair and Road Widening Trencher, Tractor (50 H.P. or over), Truck Crane Oiler, Tugger, Welding Machine, Well Points and Whirley Oiler.

BASE RATE ......................................................21.18FRINGE BENEFITS .........................................12.40

All off road material handling equipment, including Articulating Dump Trucks, Greaser on Grease facilities servicing heavy equipment.

BASE RATE ......................................................21.56FRINGE BENEFITS .........................................12.40

Bituminous Distributor, Burlap and Curing Machine, Cement Gun, Concrete Saw, Conveyor, Deckhand Oiler, Grout Pump, Hydraulic Post Driver, Hydro Seeder, Mud Jack, Oiler, Paving Joint Machine, Power Form Handling Equipment, Pump, Roller (Earth), Steerman, Tamping Machine, Tractor (under 50 H.P.) and Vibrator.

BASE RATE ......................................................20.92FRINGE BENEFITS .........................................12.40

Cranes - with Booms 150 ft. and over (including jib), and where the length of the Boom in combination with the length of the piling leads equals or exceeds 150 ft. - $1.00 over Group 1 rate.

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 112 of 119

Page 113: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

TRANSPORTATION CABINETDIVISION OF CONSTRUCTION PROCUREMENT

COMPLIANCE SECTIONPROJECT WAGE RATES

Three/Federal-State Sheet 10 of 11

Employees assigned to work below ground level are to be paid 10% above basic wage rate. This does not apply to open cut work.

WELDERS - Receive rate for craft in which welding is incidental.

Fringe benefit amounts are applicable for all hours worked except when otherwise noted.

These rates are listed pursuant to Kentucky Determination No. CR-06-III HWY dated July 10, 2007 and/or Federal Decision Number KY20080027 dated February 8, 2008 modification #0 datedFebruary 8, 2008, modification #1 dated March 7, 2008, modification #2 dated April 4, 2008, modification #3 dated May 2, 2008 and modification #4 dated June 6, 2008.

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 training agency 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.

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 113 of 119

Page 114: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

TRANSPORTATION CABINETDIVISION OF CONSTRUCTION PROCUREMENT

COMPLIANCE SECTIONPROJECT WAGE RATES

Three/Federal-State Sheet 11 of 11

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.

Steve Waddle, DirectorDivision of Construction ProcurementFrankfort, Kentucky 40622

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 114 of 119

Page 115: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

PART IV

INSURANCE

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 115 of 119

Page 116: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

INSURANCE The Contractor shall carry the following insurance in addition to the insurance required by law:

1. Contractor's Public Liability Insurance not less than $100,000.00 for damages arising out of bodily injuries to or death to one person. Not less than $300,000.00 for damages arising out of bodily injuries to or death to two or more persons.

2. Contractor's Property Damages Liability Insurance. Not less than $100,000.00 for all damages

arising out of injury or destruction of property in any one accident. Not less than $300,000.00 for all damages during the policy period.

3. Contractor's Protective Public Liability and Property Damage Insurance. The contractor shall

furnish evidence with respect to operations performed for him by subcontractors that he carries in his own behalf for the above stipulated amounts.

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. 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.

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 116 of 119

Page 117: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

PART V

BID ITEMS

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 117 of 119

Page 118: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

KENTUCKY TRANSPORTATION CABINET DEPARTMENT OF HIGHWAYS FRANKFORT, KY 40622

CONTRACT ID: 081019 PAGE: 1 COUNTY: CARROLL LETTING: 07/25/08 PROPOSAL: FD04 021 0389 004-005 02C CALL NO: 313

---------------------------------------------------------------------------------------------------------- LINE |ITEM DESCRIPTION | APPROXIMATE UNIT | UNIT | AMOUNT NO | | QUANTITY | PRICE | ---------------------------------------------------------------------------------------------------------- SECTION 0001 ROADWAY ---------------------------------------------------------------------------------------------------------- 0010 |00190 LEVELING & WEDGING PG64-22 | 9.000 TON | | | | | | ---------------------------------------------------------------------------------------------------------- 0020 |00301 CL2 ASPH SURF 0.38D PG64-22 | 60.000 TON | | | | | | ---------------------------------------------------------------------------------------------------------- 0030 |02159 TEMP DITCH | 400.000 LF | | | | | | ---------------------------------------------------------------------------------------------------------- 0040 |02351 GUARDRAIL-STEEL W BEAM-S FACE | 800.000 LF | | | | | | ---------------------------------------------------------------------------------------------------------- 0050 |02391 GUARDRAIL END TREATMENT TYPE 4A | 1.000 EACH| | | | | | ---------------------------------------------------------------------------------------------------------- 0060 |02483 CHANNEL LINING CLASS II | 60.000 TON | | | | | | ---------------------------------------------------------------------------------------------------------- 0070 |02562 SIGNS | 112.000 SQFT| | | | | | ---------------------------------------------------------------------------------------------------------- 0080 |02585 EDGE KEY | 52.000 LF | | | | | | ---------------------------------------------------------------------------------------------------------- 0090 |02650 MAINTAIN & CONTROL TRAFFIC | ( 1.00) LS | | | | | | ---------------------------------------------------------------------------------------------------------- 0100 |02701 TEMP SILT FENCE | 500.000 LF | | | | | | ---------------------------------------------------------------------------------------------------------- 0110 |02703 SILT TRAP TYPE A | 1.000 EACH| | | | | | ---------------------------------------------------------------------------------------------------------- 0120 |02704 SILT TRAP TYPE B | 1.000 EACH| | | | | | ---------------------------------------------------------------------------------------------------------- 0130 |02705 SILT TRAP TYPE C | 1.000 EACH| | | | | | ---------------------------------------------------------------------------------------------------------- 0140 |02706 CLEAN SILT TRAP TYPE A | 1.000 EACH| | | | | | ---------------------------------------------------------------------------------------------------------- 0150 |02707 CLEAN SILT TRAP TYPE B | 1.000 EACH| | | | | | ---------------------------------------------------------------------------------------------------------- 0160 |02708 CLEAN SILT TRAP TYPE C | 1.000 EACH| | | | | | ---------------------------------------------------------------------------------------------------------- 0170 |02709 CLEAN TEMP SILT FENCE | 500.000 LF | | | | | | ---------------------------------------------------------------------------------------------------------- 0180 |02726 STAKING | ( 1.00) LS | | | | | | ---------------------------------------------------------------------------------------------------------- 0190 |05950 EROSION CONTROL BLANKET | 200.000 SQYD| | | | | | ---------------------------------------------------------------------------------------------------------- 0200 |05953 TEMP SEEDING AND PROTECTION | 4,180.000 SQYD| | | | | | ----------------------------------------------------------------------------------------------------------

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 118 of 119

Page 119: CALL NO. 313 CONTRACT ID. 081019 CARROLL COUNTY …transportation.ky.gov/Construction-Procurement/Proposals/313-CARROLL-08-1019.pdf"Field Sampling and Testing Practices". 3.5 American

KENTUCKY TRANSPORTATION CABINET DEPARTMENT OF HIGHWAYS FRANKFORT, KY 40622

CONTRACT ID: 081019 PAGE: 2 COUNTY: CARROLL LETTING: 07/25/08 PROPOSAL: FD04 021 0389 004-005 02C CALL NO: 313

---------------------------------------------------------------------------------------------------------- LINE |ITEM DESCRIPTION | APPROXIMATE UNIT | UNIT | AMOUNT NO | | QUANTITY | PRICE | ---------------------------------------------------------------------------------------------------------- 0210 |05966 TOPDRESSING FERTILIZER | 1.000 TON | | | | | | ---------------------------------------------------------------------------------------------------------- 0220 |05985 SEEDING AND PROTECTION | 4,180.000 SQYD| | | | | | ---------------------------------------------------------------------------------------------------------- 0230 |06514 PAVE STRIPING-PERM PAINT-4 IN | 1,200.000 LF | | | | | | ---------------------------------------------------------------------------------------------------------- 0240 |08712 BRIDGE CHAIN LINK FENCE-8 FT | 300.000 LF | | | | | | ---------------------------------------------------------------------------------------------------------- SECTION 0002 BRIDGE ---------------------------------------------------------------------------------------------------------- 0250 |02572 QUALITY CONTROL | ( 1.00) LS | | | | | | ---------------------------------------------------------------------------------------------------------- 0260 |08003 FOUNDATION PREPARATION | ( 1.00) LS | | | | | | ---------------------------------------------------------------------------------------------------------- 0270 |20610NC INSTRUMENTATION | ( 1.00) LS | | | | | | ---------------------------------------------------------------------------------------------------------- 0280 |22410EN HORIZONTAL DRAIN | 2,000.000 LF | | | | | | ---------------------------------------------------------------------------------------------------------- 0290 |23075EN UPPER SLOPE STABILIZATION | 265.000 LF | | | | | | ---------------------------------------------------------------------------------------------------------- 0300 |23076EN LOWER SLOPE STABILIZATION | 250.000 LF | | | | | | ---------------------------------------------------------------------------------------------------------- SECTION 0003 DEMOB AND MOBILIZATION ---------------------------------------------------------------------------------------------------------- 0310 |02568 MOBILIZATION | LUMP | | | | | | ---------------------------------------------------------------------------------------------------------- 0320 |02569 DEMOBILIZATION | LUMP | | | | | | ---------------------------------------------------------------------------------------------------------- | | | TOTAL BID | ----------------------------------------------------------------------------------------------------------

Carroll CountyFD04 021 0389 004-005 02C

Contract ID: 081019Page 119 of 119


Recommended