+ All Categories
Home > Documents > KENTON COUNTY WORK TYPE BRIDGE PAINTING &...

KENTON COUNTY WORK TYPE BRIDGE PAINTING &...

Date post: 26-Jul-2018
Category:
Upload: doannhi
View: 218 times
Download: 0 times
Share this document with a friend
183
eProposal Jan-2009 CALL NO. 203 CONTRACT ID. 102954 KENTON COUNTY FED/STATE PROJECT NUMBER 059GR10M084 IM DESCRIPTION BRIDGE CLEANING AND PAINTING IN KENTON COUNTY WORK TYPE BRIDGE PAINTING & CLEANING PRIMARY COMPLETION DATE 11/15/2011 LETTING DATE: November 19, 2010 Sealed Bids will be received electronically through the Bid Express bidding service until 10:00 AM EASTERN STANDARD TIME November 19, 2010. Bids will be publicly announced at 10:00 AM EASTERN STANDARD TIME. DBE CERTIFICATION REQUIRED - 4% REQUIRED BID PROPOSAL GUARANTY: Not less than 5% of the total bid.
Transcript

eProposal Jan-2009

CALL NO. 203

CONTRACT ID. 102954

KENTON COUNTY

FED/STATE PROJECT NUMBER 059GR10M084 IM

DESCRIPTION BRIDGE CLEANING AND PAINTING IN KENTON COUNTY

WORK TYPE BRIDGE PAINTING & CLEANING

PRIMARY COMPLETION DATE 11/15/2011

LETTING DATE: November 19, 2010Sealed Bids will be received electronically through the Bid Express bidding service until 10:00 AM EASTERN STANDARD TIME November 19, 2010. Bids will be publicly announced at 10:00 AM EASTERN STANDARD TIME.

DBE CERTIFICATION REQUIRED - 4%

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

TABLE OF CONTENTS

PART I SCOPE OF WORK• PROJECT(S), COMPLETION DATE(S), & LIQUIDATED DAMAGES• CONTRACT NOTES• FEDERAL CONTRACT NOTES• SPECIAL NOTE(S) APPLICABLE TO PROJECT• MATERIAL SUMMARY

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

PART III EMPLOYMENT, WAGE AND RECORD REQUIREMENTS• FEDERAL-AID CONSTRUCTION CONTRACTS - FHWA 1273• NONDISCRIMINATION OF EMPLOYEES• EXECUTIVE BRANCH CODE OF ETHICS• PROJECT WAGE RATES• NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EEO

PART IV INSURANCE

PART V BID ITEMS

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 2 of 183

PART I

SCOPE OF WORK

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 3 of 183

CONTRACT ID - 102954 ADMINISTRATIVE DISTRICT - 06

PROJECT(S) IDENTIFICATION AND DESCRIPTION:

COUNTY - KENTON 059GR10M084 IM BRIDGE CLEANING AND PAINTING IN KENTON COUNTY

COUNTY - KENTON PES - MB05902751001 IM 275-9 (120) BRIDGE CLEANING AND PAINTING IN KENTON COUNTY I-71/I-75 OVER VARIOUS RAMPS. BRIDGE PAINTING & CLEANING. SYP NO. 06-00019.01. GEOGRAPHIC COORDINATES LATITUDE 39^02'05" LONGITUDE 84^35'58"

COUNTY - KENTON PES - MB05902751002 IM 275-9 (120) BRIDGE CLEANING AND PAINTING IN KENTON COUNTY MP 0.000 ON I-275 I-71/I-75 NB OVER VARIOUS RAMPS. BRIDGE PAINTING & CLEANING. SYP NO. 06-00019.01. GEOGRAPHIC COORDINATES LATITUDE 39^02'05" LONGITUDE 84^35'58"

COUNTY - KENTON PES - MB05902751003 IM 275-9 (120) BRIDGE CLEANING AND PAINTING IN KENTON COUNTY I-275 EB OVER I-71/I-75. BRIDGE PAINTING & CLEANING. SYP NO. 06-00019.01. GEOGRAPHIC COORDINATES LATITUDE 39^02'06" LONGITUDE 84^35'56"

COUNTY - KENTON PES - MB05902751004 IM 275-9 (120) BRIDGE CLEANING AND PAINTING IN KENTON COUNTY I-275 EB OVER I-71/I-75. BRIDGE PAINTING & CLEANING. SYP NO. 06-00019.01. GEOGRAPHIC COORDINATES LATITUDE 39^02'06" LONGITUDE 84^35'56"

COUNTY - KENTON PES - MB05902751005 IM 275-9 (120) BRIDGE CLEANING AND PAINTING IN KENTON COUNTY I-275 EB TO I-71/I-75 NB RAMP OVER I-71/I-75 & I-275. BRIDGE PAINTING & CLEANING. SYP NO. 06-00019.01. GEOGRAPHIC COORDINATES LATITUDE 39^03'06" LONGITUDE 84^35'56"

COUNTY - KENTON PES - MB05902751006 IM 275-9 (120) BRIDGE CLEANING AND PAINTING IN KENTON COUNTY I-275 WB TO I-71/I-75 SB RAMP OVER I-71/I-75 & I-275. BRIDGE PAINTING & CLEANING. SYP NO. 06-00019.01. GEOGRAPHIC COORDINATES LATITUDE 39^03'04" LONGITUDE 84^35'58"

COUNTY - KENTON PES - MB05902751007 IM 275-9 (120) BRIDGE CLEANING AND PAINTING IN KENTON COUNTY I-75 NB TO I-275 EB RAMP OVER I-75 NB COLLECTOR. BRIDGE PAINTING & CLEANING. SYP NO. 06-00019.01. GEOGRAPHIC COORDINATES LATITUDE 39^01'54" LONGITUDE 84^36'18"

COUNTY - KENTON PES - MB05902751008 IM 275-9 (120) BRIDGE CLEANING AND PAINTING IN KENTON COUNTY RT 3144 (ERLANGER CRESCENT ROAD) OVER I-275. BRIDGE PAINTING & CLEANING. SYP NO. 06-00019.01. GEOGRAPHIC COORDINATES LATITUDE 39^01'57" LONGITUDE 84^35'35"

COUNTY - KENTON PES - MB05902751009 IM 275-9 (120) BRIDGE CLEANING AND PAINTING IN KENTON COUNTY NORFOLK SOUTHERN RAILROAD OVER I-275. BRIDGE PAINTING & CLEANING. SYP NO. 06-00019.01. GEOGRAPHIC COORDINATES LATITUDE 39^01'55" LONGITUDE 84^35'14"

COUNTY - KENTON PES - MB05902751010 IM 275-9 (120) BRIDGE CLEANING AND PAINTING IN KENTON COUNTY I-275 EB OVER US 25. BRIDGE PAINTING & CLEANING. SYP NO. 06-00019.01. GEOGRAPHIC COORDINATES LATITUDE 39^01'43" LONGITUDE 84^34'40"

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 4 of 183

CONTRACT ID - 102954 (CONTINUED)

COUNTY - KENTON PES - MB05902751011 IM 275-9 (120) BRIDGE CLEANING AND PAINTING IN KENTON COUNTY I-275 WB OVER US 25. BRIDGE PAINTING & CLEANING. SYP NO. 06-00019.01. GEOGRAPHIC COORDINATES LATITUDE 39^01'44" LONGITUDE 84^34'39"

COUNTY - KENTON PES - MB05902751012 IM 275-9 (120) BRIDGE CLEANING AND PAINTING IN KENTON COUNTY I-275 WB TO US 25 SB RAMP OVER US 25. BRIDGE PAINTING & CLEANING. SYP NO. 06-00019.01. GEOGRAPHIC COORDINATES LATITUDE 39^01'43" LONGITUDE 84^34'38"

COUNTY - KENTON PES - MB05902751013 IM 275-9 (120) BRIDGE CLEANING AND PAINTING IN KENTON COUNTY I-275 EB TO CR 1303 RAMP OVER US 25 TO I-275 EB RAMP. BRIDGE PAINTING & CLEANING. SYP NO. 06-00019.01. GEOGRAPHIC COORDINATES LATITUDE 39^01'35" LONGITUDE 84^34'28"

COUNTY - KENTON PES - MB05902751014 IM 275-9 (120) BRIDGE CLEANING AND PAINTING IN KENTON COUNTY CR 1303 (TURKEYFOOT ROAD) OVER I-275. BRIDGE PAINTING & CLEANING. SYP NO. 06-00019.01. GEOGRAPHIC COORDINATES LATITUDE 39^01'35" LONGITUDE 84^34'10"

COUNTY - KENTON PES - MB05902751015 IM 275-9 (120) BRIDGE CLEANING AND PAINTING IN KENTON COUNTY I-275 WB OVER KY 17, BANK LICK CREEK & CSX RAILROAD. BRIDGE PAINTING & CLEANING. SYP NO. 06-00019.01. GEOGRAPHIC COORDINATES LATITUDE 39^01'40" LONGITUDE 84^31'57"

COUNTY - KENTON PES - MB05902751016 IM 275-9 (120) BRIDGE CLEANING AND PAINTING IN KENTON COUNTY I-275 EB OVER KY 17, BANK LICK CREEK & CSX RAILROAD. BRIDGE PAINTING & CLEANING. SYP NO. 06-00019.01. GEOGRAPHIC COORDINATES LATITUDE 39^01'39" LONGITUDE 84^31'57"

COUNTY - KENTON PES - MB05902751017 IM 275-9 (120) BRIDGE CLEANING AND PAINTING IN KENTON COUNTY KY 16 (TAYLOR MILL ROAD) OVER I-275. BRIDGE PAINTING & CLEANING. SYP NO. 06-00019.01. GEOGRAPHIC COORDINATES LATITUDE 39^01'19" LONGITUDE 84^30'42"

COUNTY - KENTON PES - MB05902751018 IM 275-9 (120) BRIDGE CLEANING AND PAINTING IN KENTON COUNTY I-275 WB OVER KY 117, CSX RR & LICKING RIVER. BRIDGE PAINTING & CLEANING. SYP NO. 06-00019.01. GEOGRAPHIC COORDINATES LATITUDE 39^01'22" LONGITUDE 84^29'23"

COUNTY - KENTON PES - MB05902751019 IM 275-9 (120) BRIDGE CLEANING AND PAINTING IN KENTON COUNTY I-275 EB OVER KY 117, CSX RR & LICKING RIVER. BRIDGE PAINTING & CLEANING. SYP NO. 06-00019.01. GEOGRAPHIC COORDINATES LATITUDE 39^01'22" LONGITUDE 84^29'23"

COMPLETION DATE(S): COMPLETION DATE - November 15, 2011 APPLIES TO SECTION 1

COMPLETION DATE - November 15, 2012 APPLIES TO SECTION 2

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 5 of 183

CONTRACT NOTES PROPOSAL ADDENDA All addenda to this proposal must be applied when calculating bid and certified in the bid packet submitted to the Kentucky Department of Highways. Failure to use the correct and most recent addenda may result in the bid being rejected. BID SUBMITTAL Bidder must use the Department’s Expedite Bidding Program available on the Internet web site of the Department of Highways, Division of Construction Procurement. (www.transportation.ky.gov/contract) The Bidder must download the bid file located on the Bid Express website (www.bidx.com) to prepare a bid packet for submission to the Department. The bidder must submit electronically using Bid Express. JOINT VENTURE BIDDING Joint venture bidding is permissible. All companies in the joint venture must be prequalified in one of the work types in the Qualifications for Bidders for the project. The bidders must get a vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the project. Also, the joint venture must obtain a digital ID from Bid Express to submit a bid. A joint bid bond of 5% may be submitted for both companies or each company may submit a separate bond of 5%. UNDERGROUND FACILITY DAMAGE PROTECTION The contractor is advised that the Underground Facility Damage Protection Act of 1994, became law January 1, 1995. It is the contractor’s responsibility to determine the impact of the act regarding this project, and take all steps necessary to be in compliance with the provision of the act. 07/01/2010

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 6 of 183

FEDERAL CONTRACT NOTES

The Kentucky Department of Highways, in accordance with the Regulations of the United States Department of Transportation 23 CFR 635.112 (h), hereby notifies all bidders that failure by a bidder to comply with all applicable sections of the current Kentucky Standard Specifications, including, but not limited to the following, may result in a bid not being considered responsive and thus not eligible to be considered for award:

102.02 Current Capacity Rating 102.10 Delivery of Proposals 102.08 Irregular Proposals 102.14 Disqualification of Bidders 102.09 Proposal Guaranty

CIVIL RIGHTS ACT OF 1964 The Kentucky Department of Highways, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252) and the Regulations of the Federal Department of Transportation (49 C.F.R., Part 21), issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that the contract entered into pursuant to this advertisement will be awarded to the lowest responsible bidder without discrimination on the ground of race, color, or national origin.

NOTICE TO ALL BIDDERS To report bid rigging activities call: 1-800-424-9071.

The U.S. Department of Transportation (DOT) operates the above toll-free “hotline” Monday through Friday, 8:00 a.m. to 5:00 p.m. eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the “hotline” to report such activities.

The “hotline” is part of the DOT’s continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. All information will be treated confidentially and caller anonymity will be respected.

FHWA 1273 Contrary to Paragraph VI of FHWA 1273, contractors on National Highway System (NHS) Projects of $1 million or more are no longer required to submit Form FHWA-47.

Contrary to Form FHWA-1273, Section V, paragraph 2.b personal addresses and full social security numbers (SSN) shall not be included on weekly payroll submissions by contractors and subcontractors. Contractors and subcontractors shall include the last four digits of the employee’s SSN as an individually identifying number for each employee on the weekly payroll submittal. This in no way changes the requirement that contractors and subcontractors maintain complete SSN and home addresses for employees and provide this information upon request of KYTC, FHWA, and the U.S. Department of Labor.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 7 of 183

SECOND TIER SUBCONTRACTS Second Tier subcontracts on federally assisted projects shall be permitted. However, in the case of DBE’s, second tier subcontracts will only be permitted where the other subcontractor is also a DBE. All second tier subcontracts shall have the consent of both the Contractor and the Engineer.

DISADVANTAGED BUSINESS ENTERPRISE PROGRAM

It is the policy of the Kentucky Transportation Cabinet (“the Cabinet”) that Disadvantaged Business Enterprises (“DBE”) shall have the opportunity to participate in the performance of highway construction projects financed in whole or in part by Federal Funds in order to create a level playing field for all businesses who wish to contract with the Cabinet. To that end, the Cabinet will comply with the regulations found in 49 CFR Part 26, and the definitions and requirements contained therein shall be adopted as if set out verbatim herein.

The Cabinet, contractors, subcontractors, and sub-recipients shall not discriminate on the basis of race, color, national origin, or sex in the performance of work performed pursuant to Cabinet contracts. The contractor shall carry out applicable requirements of 49 CFR 26 in the award and administration of federally assisted highway construction projects. The contractor will include this provision in all its subcontracts and supply agreements pertaining to contracts with the Cabinet.

Failure by the contractor to carry out these requirements is a material breach of its contract with the Cabinet, which may result in the termination of the contract or such other remedy as the Cabinet deems necessary.

DBE GOAL The Disadvantaged Business Enterprise (DBE) goal established for this contract, as listed on the front page of the proposal, is the percentage of the total value of the contract.

The contractor shall exercise all necessary and reasonable steps to ensure that Disadvantaged Business Enterprises participate in a least the percent of the contract as set forth above as goals for this contract.

OBLIGATION OF CONTRACTORS Each contractor prequalified to perform work on Cabinet projects shall designate and make known to the Cabinet a liaison officer who is assigned the responsibility of effectively administering and promoting an active program for utilization of DBEs.

If a formal goal has not been designated for the contract, all contractors are encouraged to consider DBEs for subcontract work as well as for the supply of material and services needed to perform this work.

Contractors are encouraged to use the services of banks owned and controlled by minorities and women.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 8 of 183

CERTIFICATION OF CONTRACT GOAL Contractors shall include the following certification in bids for projects for which a DBE goal has been established. BIDS SUBMITTED WHICH DO NOT INCLUDE CERTIFICATION OF DBE PARTICIPATION WILL NOT BE READ PUBLICLY. These bids will not be considered for award by the Cabinet and they will be returned to the bidder. “The bidder certifies that it has secured participation by Disadvantaged Business Enterprises (“DBE”) in the amount of ____ percent of the total value of this contract and that the DBE participation is in compliance with the requirements of 49 CFR 26 and the policies of the Kentucky Transportation Cabinet pertaining to the DBE Program.” The certification statement is located in the printed bid packet. All contractors must certify their DBE participation on that page. DBEs utilized in achieving the DBE goal must be certified and prequalified for the work items at the time the bid is submitted. DBE PARTICIPATION PLAN All bidders are encouraged to submit their General DBE Participation Plan with their bid on the official form. Lowest responsive bidders whose bid packages include DBE Participation Plans may be awarded the contract at the next Awards Committee meeting provided that the DBE goal is met. The DBE Participation Plan shall include the following:

1. Name and address of DBE Subcontractor(s) and/or supplier(s) intended to be used in the proposed project;

2. Description of the work each is to perform including the work item , unit, quantity, unit price and total amount of the work to be performed by the individual DBE;

3. The dollar value of each proposed DBE subcontract and the percentage of total project contract value this represents. DBE participation may be counted as follows; a) If DBE suppliers and manufactures assume actual and contractual

responsibility, the dollar value of materials to be furnished will be counted toward the goal as follows: • The entire expenditure paid to a DBE manufacturer; • 60 percent of expenditures to DBE suppliers that are not manufacturers

provided the supplier is a regular dealer in the product involved. A regular dealer must be engaged in, as its principal business and in its own name, the sale of products to the public, maintain an inventory and own and operate distribution equipment; and

• the amount of fees or commissions charged by the DBE firms for a bona fide service, such as professional, technical, consultant, or managerial services and assistance in the procurement of essential personnel,

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 9 of 183

facilities, equipment, materials, supplies, delivery of materials and supplies or for furnishing bonds, or insurance, providing such fees or commissions are determined to be reasonable and customary.

b) The dollar value of services provided by DBEs such as quality control testing, equipment repair and maintenance, engineering, staking, etc.;

c) The dollar value of joint ventures. DBE credit for joint ventures will be limited to the dollar amount of the work actually performed by the DBE in the joint venture;

4. Written and signed documentation of the bidder’s commitment to use a DBE contractor whose participation is being utilized to meet the DBE goal; and

5. Written and signed confirmation from the DBE that it is participating in the contract as provided in the prime contractor’s commitment.

The apparent low bidder who does not submit a General DBE Participation Plan with the bid shall submit it within 10 calendar days after receipt of notification that they are the apparent low bidder. The project will not be considered for award prior to submission and approval of the apparent low bidder’s DBE Participation Plan. Detailed DBE Participation Plan forms will be included in the Contractor Package presented to successful bidders following the awarding of the project. The Detailed DBE Participation Plan must be completed and returned to Contract Procurement in accordance with Cabinet policy. A copy of the blank estimate will be included with the Detailed DBE Participation Plan to list sequence items by PCN (Project Control Number). Changes to DBE Participation Plans must be approved by the Cabinet. The Cabinet may consider extenuating circumstances including, but not limited to, changes in the nature or scope of the project, the inability or unwillingness of a DBE to perform the work in accordance with the bid, and/or other circumstances beyond the control of the prime contractor. CONSIDERATION OF GOOD FAITH EFFORTS REQUESTS If the DBE participation submitted in the bid by the apparent lowest responsive bidder does not meet or exceed the DBE contract goal, the apparent lowest responsive bidder must submit a Good Faith Effort Package to satisfy the Cabinet that sufficient good faith efforts were made to meet the contract goals prior to submission of the bid. Efforts to increase the goal after bid submission will not be considered in justifying the good faith effort, unless the contractor can show that the proposed DBE was solicited prior to the letting date. DBEs utilized in achieving the DBE goal must be certified and prequalified for the work items at the time the bid is submitted. One complete set and nine (9) copies of this information must be received in the office of the Division of Contract Procurement no later than 12:00 noon of the tenth calendar day after receipt of notification that they are the apparent low bidder.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 10 of 183

Where the information submitted includes repetitious solicitation letters it will be acceptable to submit a sample representative letter along with a distribution list of the firms solicited. Documentation of DBE quotations shall be a part of the good faith effort submittal as necessary to demonstrate compliance with the factors listed below which the Cabinet considers in judging good faith efforts. This documentation may include written subcontractors’ quotations, telephone log notations of verbal quotations, or other types of quotation documentation. The Good Faith Effort Package shall include, but may not be limited to information showing evidence of the following:

1. Whether the bidder attended any pre-bid meetings that were scheduled by the Cabinet to inform DBEs of subcontracting opportunities;

2. Whether the bidder provided solicitations through all reasonable and available means;

3. Whether the bidder provided written notice to all DBEs listed in the DBE directory at the time of the letting who are prequalified in the areas of work that the bidder will be subcontracting;

4. Whether the bidder followed up initial solicitations of interest by contacting DBEs to determine with certainly whether they were interested. If a reasonable amount of DBEs within the targeted districts do not provide an intent to quote or no DBEs are prequalified in the subcontracted areas, the bidder must notify the DBE Liaison in the Office of Minority Affairs to give notification of the bidder’s inability to get DBE quotes;

5. Whether the bidder selected portions of the work to be performed by DBEs in order to increase the likelihood of meeting the contract goals. This includes, where appropriate, breaking out contract work items into economically feasible units to facilitate DBE participation, even when the prime contractor might otherwise perform these work items with its own forces;

6. Whether the bidder provided interested DBEs with adequate and timely information about the plans, specifications, and requirements of the contract;

7. Whether the bidder negotiated in good faith with interested DBEs not rejecting them as unqualified without sound reasons based on a thorough investigation of their capabilities. Any rejection should be so noted in writing with a description as to why an agreement could not be reached;

8. Whether quotations were received from interested DBE firms but were rejected as unacceptable without sound reasons why the quotations were considered unacceptable. The fact that the DBE firm’s quotation for the work is not the lowest quotation received will not in itself be considered as a sound reason for rejecting the quotation as unacceptable. The fact that the bidder has the ability and/or desire to perform the contract work with its own forces will not be considered a sound reason for rejecting a DBE quote. Nothing in this provision shall be construed to require the bidder to accept unreasonable quotes in order to satisfy DBE goals;

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 11 of 183

9. Whether the bidder specifically negotiated with subcontractors to assume part of the responsibility to meet the contract DBE goal when the work to be subcontracted includes potential DBE participation;

10. Whether the bidder made any efforts and/or offered assistance to interested DBEs in obtaining the necessary equipment, supplies, materials, insurance and/or bonding to satisfy the work requirements of the bid proposal; and

11. Any other evidence that the bidder submits which may show that the bidder has made reasonable good faith efforts to include DBE participation.

FAILURE TO MEET GOOD FAITH REQUIREMENT Where the apparent lowest responsive bidder fails to submit sufficient participation by DBE firms to meet the contract goal and upon a determination by the Good Faith Committee based upon the information submitted that the apparent lowest responsive bidder failed to make sufficient reasonable efforts to meet the contract goal, the bidder will be offered the opportunity to meet in person for administrative reconsideration. The bidder will be notified of the Committee’s decision within 24 hours of its decision. The bidder will have 24 hours to request reconsideration of the Committee’s decision. The reconsideration meeting will be held within two days of the receipt of a request by the bidder for reconsideration. The request for reconsideration will be heard by the Office of the Secretary. The bidder will have the opportunity to present written documentation or argument concerning the issue of whether it met the goal or made an adequate good faith effort. The bidder will receive a written decision on the reconsideration explaining the basis for the finding that the bidder did or did not meet the goal or made adequate Good Faith efforts to do so. The result of the reconsideration process is not administratively appealable to the Cabinet or to the United States Department of Transportation. The Cabinet reserves the right to award the contract to the next lowest responsive bidder or to rebid the contract in the event that the contract is not awarded to the low bidder as the result of a failure to meet the good faith requirement. SANCTIONS FOR FAILURE TO MEET DBE REQUIREMENTS OF THE PROJECT Failure by the prime contractor to fulfill the DBE requirements of a project under contract or to demonstrate good faith efforts to meet the goal constitutes a breach of contract. When this occurs, the Cabinet will hold the prime contractor accountable, as would be the case with all other contract provisions. Therefore, the contractor’s failure to carry our the DBE contract requirements shall constitute a breach of contract and as such the Cabinet reserves the right to exercise all administrative remedies at its disposal including, but not limited to the following:

• Disallow credit toward the DBE goal; • Withholding progress payments;

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 12 of 183

• Withholding payment to the prime in an amount equal to the unmet portion of the contract goal; and/or

• Termination of the contract. PROMPT PAYMENT The prime contractor will be required to pay the DBE within seven (7) working days after he or she has received payment from the Kentucky Transportation Cabinet for work performed or materials furnished. CONTRACTOR REPORTING All contractors must keep detailed records and provide reports to the Cabinet on their progress in meeting the DBE requirement on any highway contract. These records may include, but shall not be limited to payroll, lease agreements, cancelled payroll checks, executed subcontracting agreements, etc. Prime contractors will be required to submit certified reports on monies paid to each DBE subcontractor or supplier utilized to meet a DBE goal. Payment information that needs to be reported includes date the payment is sent to the DBE, check number, Contract ID, amount of payment and the check date. Before Final Payment is made on this contract, the Prime Contractor will certify that all payments were made to the DBE subcontractor and/or DBE suppliers. The Prime Contractor should supply the payment information at the time the DBE is compensated for their work. Form to use is located at: http://transportation.ky.gov/construction/forms/DBEcheck.xls Photocopied payments and completed form to be submitted to: Office of Civil Rights and Small Business Development 6th Floor West 200 Mero Street Frankfort, KY 40622 DEFAULT OR DECERTIFICATION OF THE DBE If the DBE subcontractor or supplier is decertified or defaults in the performance of its work, and the overall goal cannot be credited for the uncompleted work, the prime contractor may utilize a substitute DBE or elect to fulfill the DBE goal with another DBE on a different work item. If after exerting good faith effort in accordance with the Cabinet’s Good Faith Effort policies and procedures, the prime contractor is unable to replace the DBE, then the unmet portion of the goal may be waived at the discretion of the Cabinet. 06/29/2009

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 13 of 183

Page

1of 3

Kentucky Transportation C

abinet06/13/2005

General D

BE Participation Plan*

Letting Date:

Contract ID

Num

berP

roject Num

ber: D

esignated DB

E G

oal %

Prim

e Contractor

Type of DB

E W

ork:(all applicable) S

upplierS

ubcontractorM

anufacturerE

ngineeringO

ther

Itemized w

orked to be performed by D

BE

Com

pany:Supplier

Item60%

Y/NN

umber

Total other PageTotal This D

BE

Total Bid

% C

redited toward G

oal, this DB

E

Title:D

ate:

Title:D

ate:*This form

must be com

pleted for each DB

E participan t

Prim

e Contractor's S

ignature:

DB

E P

articipant Signature:

City, S

tate, Zip

Description of Participation Item

DB

E Unit Price **

Dollar A

mount

(based on DB

E U

nit of M

easureQ

uantity to be Performed

by DB

E

Federal Tax ID

DB

E C

ompany N

ame

Address

**Note: 60 percent of expenditures to D

BE

suppliers that are not manufacturers provided the supplier

is a regular dealer in the product involved. A regular dealer m

ust be engaged in, as its principal business and in its ow

n name, the sale of products to the public, m

aintain an inventory and own and

operate distribution equipment

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 14 of 183

KYTCDBE Payments

updated 2/28/08

attach copy of check here

Office of Civil Rights and Small Business Development200 Mero Street6th Floor West TCOBFrankfort, KY 40622

PAYMENT DATE

DBE Contractor CHECK #

Prime Contractor Cont-ID

Cont-ID Amount Cont-ID Amount

Mail to:

Amount of Payment

Use the section below to show multiple payments using the same check

Comments:

to be Submitted within 7 days of receipt of payment from KYTC

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 15 of 183

BRIDGE CLEANING AND PAINTING

DISTRICT NO. 6

IM 2579 (116)FD52 059 0275 000-000

Kenton County

SECTION 1

MP 059 0275 B00053L 0.00I-71/I-75 SB over I-71/I-75 SB ramp to I-275 WB & I-71/I-75 NB ramp to I-275 EB

Geographic CoordinatesLatitude – 39° 02’ 05.44’’Longitude – 84° 35’ 58.29’’

Description50 ft. – 72 ft. – 72 ft. – 51 ft. Steel Girder Spans

MP 059 0275 B00053R 0.00I-71/I-75 NB over I-71/I-75 SB ramp to I-275 WB & I-71/I-75 NB ramp to I-275 EB

Geographic CoordinatesLatitude – 39° 02’ 04.99’’Longitude – 84° 35’ 58.31’’

Description66 ft. – 72 ft. – 72 ft. – 41 ft. Steel Girder Spans

MP 059 0275 B00054L 0.00I-275 WB over I-71/I-75

Geographic CoordinatesLatitude – 39° 02’ 05.04”Longitude – 84° 35’ 58.20’’

Description83 ft. – 96 ft. – 116 ft. – 118 ft. Steel Girder Spans

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 16 of 183

MP 059 0275 B00054R 0.00I-275 EB over I-71/I-75

Geographic CoordinatesLatitude – 39° 02’ 05.71”Longitude – 84° 35’ 55.74’’

Description121 ft. – 116 ft. – 96 ft. – 82 ft. Steel Girder SpansMP 059 0275 B00055N 0.00I-275 EB to I-71/I-75 NB ramp over I-71/I-75 & I-275

Geographic CoordinatesLatitude – 39° 02’ 06.32”Longitude – 84° 35’ 56.18’’

Description106 ft. – 158 ft. – 151 ft. – 126 ft. – 119 ft. – 200 ft. – 103 ft. Steel Girder Spans

MP 059 0275 B00056N 0.00I-275 WB to I-71/I-75 SB ramp over I-71/I-75 & I-275

Geographic CoordinatesLatitude – 39° 02’ 04.88”Longitude – 84° 35’ 57.81’’

Description80 ft. – 83 ft. – 126 ft. – 151 ft. – 158 ft. – 139 ft. Steel Girder Spans

MP 059 0275 B00072N 0.00I-75 NB to I-275 EB ramp over I-75 NB collector

Geographic CoordinatesLatitude – 39° 01’ 54.29”Longitude – 84° 36’ 18.77’’

Description108 ft. Steel Girder Span (Average, varies 103 ft. to 115 ft.)

MP 059 0275 B00057N 83.40RT 3144 (Erlanger Crescent Road) over I-275

Geographic CoordinatesLatitude – 39° 01’ 57.01’’Longitude – 84° 35’ 34.87’’

Description127 ft. – 94 ft. – 77 ft. Steel Girder Spans

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 17 of 183

MP 059 0275 B00058N 83.08Norfolk Southern Railroad over I-275

Geographic CoordinatesLatitude – 39° 01’ 54.58’’Longitude – 84° 35’ 13.65’’

Description105 ft – 105 ft. Steel Girder Spans

MP 059 0275 B00059L 82.51I-275 EB over US 25

Geographic CoordinatesLatitude – 39° 01’ 42.39’’Longitude – 84° 34’ 39.74’’

Description87 ft. -87 ft. Steel Girder Spans

MP 059 0275 B00059R 82.51I-275 WB over US 25

Geographic CoordinatesLatitude – 39° 01’ 42.87’’Longitude – 84° 34’ 38.78’’

Description87 ft. – 87 ft. Steel Girder Spans

MP 059 0275 B00060N 82.51I-275 WB to US25 SB Ramp over US 25

Geographic CoordinatesLatitude – 39° 01’ 43.31’’Longitude – 84° 34’ 37.79’’

Description90 ft. – 90 ft. Steel Girder Spans

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 18 of 183

SECTION 2

MP 059 0275 B00061N 82.31I-275 EB to CR 1303 Ramp over US 25 to I-275 EB Ramp

Geographic CoordinatesLatitude – 39° 01’ 35.40’’Longitude – 84° 34’ 27.71’’

Description85 ft. – 115 ft. – 85 ft. Steel Girder Spans

MP 059 0275 B00051N 82.05CR 1303 (Turkeyfoot Road) over I-275

Geographic CoordinatesLatitude – 39° 01’ 34.84’’Longitude – 84° 34’ 10.10’’

Description108 ft. – 102 ft. – 75 ft. Steel Girder Spans

MP 059 0275 B00063L 79.99I-275 WB over KY 17, Bank Lick Creek & CSX Railroad

Geographic CoordinatesLatitude – 39° 01’ 40.32’’Longitude – 84° 31’ 56.96’’

Description122 ft. – 122 ft. – 163 ft. - 228 ft. – 163 ft. – 145 ft. - 189 ft. - 145 ft. – 120 ft. – 150 ft. –120 ft. Steel Girder Spans

MP 059 0275 B00063R 79.97I-275 EB over KY 17, Bank Lick Creek & CSX Railroad

Geographic CoordinatesLatitude – 39° 01’ 39.31’’Longitude – 84° 31’ 57.21’’

Description122 ft. – 122 ft. – 163 ft. - 228 ft. – 163 ft. – 145 ft. - 189 ft. - 145 ft. – 120 ft. – 150 ft. –120 ft. Steel Girder Spans

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 19 of 183

MP 059 0275 B00050N 78.79KY 16 (Taylor Mill Road) over I-275

Geographic CoordinatesLatitude – 39° 01’ 19.35’’Longitude – 84° 30’ 42.42’’

Description116 ft. – 116 ft. Steel Girder Spans

MP 059 0275 B00052L 77.64I-275 EB over KY 177, CSX RR & Licking River

Geographic CoordinatesLatitude – 39° 01’ 22.32’’Longitude – 84° 29’ 22.66’’

Description74 ft. – 140 ft. -151 ft. – 220 ft. – 150 ft. – 270 ft. – 220 ft. – 150 ft. 147 ft. Steel Girder Spans

MP 059 0275 B00052R 77.64I-275 WB over KY 177, CSX RR & Licking River

Geographic CoordinatesLatitude – 39° 01’ 22.32’’Longitude – 84° 29’ 22.73’’

Description74 ft. – 140 ft. -151 ft. – 220 ft. – 150 ft. – 270 ft. – 220 ft. – 150 ft. 147 ft. Steel Girder Spans

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 20 of 183

SPECIAL NOTES FOR CLEANING AND PAINTING

District 6

IM 275-9 (108)

SPECIAL NOTE FOR BIDDING PREQUALIFICATION AND STAFFING

SPECIAL NOTE FOR START DATES AND COMPETION DATES

SPECIAL NOTE FOR SURFACE PREPARATION AND PAINT APPLICATION

SPECIAL NOTE FOR WASTE MANAGEMENT

SPECIAL NOTE FOR RECYCLABLE SURFACE PREPARATION RESIDUE MANAGEMENT

SPECIAL NOTE FOR QUALITY CONTROL

SPECIAL NOTE FOR PAINT

SPECIAL NOTE FOR ENVIRONMENTAL AND WORKER SAFETY REGULATIONS

SPECIAL NOTE FOR PRE-BID CONFERENCE

SPECIAL NOTE FOR PAYMENT

SPECIAL NOTE FOR STENCILING

SPECIAL NOTE FOR UTILITIES AND SIGNS

SPECIAL NOTES FOR UTILITY CLEARANCE IMPACT ON CONSTRUCTION

SPECIAL NOTE FOR MOBILIZATION

SPECIAL NOTE FOR COAST GUARD REQUIREMENTS

SPECIAL NOTE FOR RAILROAD – CSXT

SPECIAL NOTE FOR RAILROAD-NORFOLK SOUTHRERN RAILROAD

SPECIAL NOTE FOR NORFOLK SOUTHERN RAILWAY FLAGGING SERVICES

GENERAL NOTE FOR CONTROLLING AND MAINTAINING TRAFFIC

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 21 of 183

SPECIAL NOTE FOR BIDDING PREQUALIFICATIONAND STAFFING

Bidders must be Pre-qualified under 18B – Bridge Painting to have a bid opened and read.

The contractor must retain staff meeting the requirements listed below for the duration of this contract. Any production work conducted while not meeting these requirements is not eligible for payment. Company personnel must have been directly responsible for field operations of a bridge painting project;

1. Over a river or having multiple structures (more than three), 2. Having specific containment requirements, and3. Maintaining vehicular traffic.

The projects must have been completed to the facility owners’ satisfaction

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 22 of 183

SPECIAL NOTE FOR START DATES AND COMPETION DATES

This contract shall be started and complete in two separate sections.

SECTION ONE shall have a state date of April 1, 2011 and a completion date of November 15, 2011.SECTION TWO shall have a start date of April 1, 2012 and a completion date of November 15, 2012.

Sections are detailed in the description portion at the beginning of this proposal.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 23 of 183

SPECIAL NOTE FOR SURFACE PREPARATION AND PAINT APPLICATION

Clean and paint all structural steel in accordance with the Kentucky Transportation Cabinet, Department of Highways, Standard Specifications for Road and Bridge Construction (current edition), and the following requirements:

A. SUBMITTALS

The Contractor will comply with the submittal requirements detailed in Section 108 of the 2008 Standard Specifications for Road and Bridge Construction and submit the following written items to the Project Engineer 14 days prior to the Pre-Construction Conference:

1. A detailed Progress of Work Schedule. The Progress of Work Schedule will be reviewed and approved by the KYTC Engineer.

2. Worker Protection Plan. The Worker Protection Plan will be reviewed by the KYTC Engineer.

3. Environmental Compliance Plan, including a Waste Management and a Groundwater and Surface Water Protection Plan. The Environmental Compliance Plans will be reviewed by the KYTC Engineer.

4. Manufacturers’ recommended Film Thickness and application conditions for the coating system to be used.

5. Design for containment shall be signed and stamped by a licensed Kentucky Professional Engineer. The Design for containment will be reviewed by the KYTC Engineer.

B. CONTAINMENT

Totally enclose all structural steel during all phases of the work. Use containment that meets the criteria for SSPC Guide 6 – Containment Classification Class 2A for cleaning and painting of structural steel bridges.

Air Pressure- Negative air pressure meeting the requirements for Type H2 will be maintained.

Air Movement- A minimum air movement in containment is not specified but the contractor will demonstrate that the air movement in the containment will provide the necessary engineering control to comply with OSHA worker safety requirements (i.e., lead standards as required by 29 CFR 1926).

Emissions - Quantity of emissions from containment for structural steel bridges will be assessed using Method A – Visible Emissions of SSPC Guide 6 - Level 1 Emissions. Emissions will be monitored for at least 15 minutes and reported in the logbook (SEE SPECIAL NOTE FOR QUALITY CONTROL) at least once for every four (4) hours of cleaning and painting.

Quantity of emissions from containment will be assessed using Method G – Visual Assessment of Site Cleanliness. Results of the Method G assessment will be reported in the logbook (SEE SPECIAL NOTE FOR QUALITY CONTROL).

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 24 of 183

Observance of emissions at any time may require (at the discretion of the Engineer) that cleaning and painting cease until the containment is sufficient to prevent emissions.

Provide proper (OSHA COMPLIANT) lighting on all operations (i.e. surface preparation, painting and inspection). Lighting for QA inspection will meet the criteria described in SSPC Guide 12 (Guide for Illumination of Industrial Painting Projects) for inspection.

The contractor will provide OSHA compliant safe access for all cleaning, painting, and inspections.

Collect wastes and residue deposited on the containment materials daily. In addition, clean containment materials prior to moving/dismantling. The Engineer may direct additional cleaning as conditions warrant.

C. SURFACE PREPARATIONSolvent Cleaning Prior to abrasive blast cleaning, remove visible grease and oil from the surface. Clean the surface in accordance with SSPC-SP 1 to remove oil, grease, and any other surface contaminants. Use only solvents or detergents that are acceptable to the coating manufacturer and the Department. Use a clean cloth for the final wiping of the cleaned surface. Collect, handle, store, and dispose of all cleaning materials as hazardous waste.

Compressed AirWhen compressed air is used for any work, use only compressed air that is free from oil and/or water. Verify the cleanliness of the compressed air in accordance with ASTM D4285 (blotter test). Verify the cleanliness of the compressed air at least once per shift per compressor or as directed by the Engineer.

Abrasive BlastAll structural steel will be abrasive blast cleaned to an SSPC-SP 10/NACE NO. 2 “Near White Metal Blast Cleaning” standard as described in the current SSPC documents. After blast cleaning, remove all surface imperfections that remain (e.g. sharp fins, sharp edges, weld splatter, burning slag, scabs, slivers, etc.). Surface profile 1.5 to 4.5 mils as measured in accordance with ASTM D 4417 Method B.

Abrasive MediaUse clean, dry, uniformly graded recyclable steel grit or grit/shot abrasive mix to produce an angular profile for blast cleaning that is free of oil, soluble salts and other similar substances which could contaminate the blasted surface. The abrasive will meet the SSP-AB 2 “Cleanliness of Recycled Ferrous Metallic Abrasive” standard.

D. PAINT APPLICATIONDo not paint areas until they have been inspected and approved by the Engineer. Apply paint only to clean, dry surfaces. Ensure that the appropriate surface condition, as described in the Abrasive Blast Cleaning section, is present at the time of primer application (i.e. re-treat if rust-back occurs). Apply a Class II (Type I or Type II)system from the approved list referenced in the SPECIAL NOTES FOR PAINT.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 25 of 183

Apply all coating within manufacturers recommended dry film thickness range. Comply with KYTC “Standard Specifications for Road and Bridge Construction” Section 614.03.02 and coatings supplier recommended conditions for application.

The finish coat will be gray closely approaching Federal Standard No. 595B-X6187.

Damages - Take all steps necessary to preclude damage to public property from paint overspray. Those steps may include changes in the type of containment or cessation of spraying operations. The contractor is solely responsible for any damages arising from the painting operations.

Repair of paint defects - Repair all defects in new paint.

E. PAINT STORAGE, HANDLING, SAMPLING, MIXING AND THINNINGEstablish a paint storage site for receiving and storing paint delivered for use on the project. Locate the paint storage site separate from the job site. Receive all new paint at the storage site for inventory and acceptance testing. At that time, have the Contractor’s QC inspector (SEE SPECIAL NOTES FOR QUALITY CONTROL) and the Department’s inspectors independently inventory the supplied paint by batch number and quantities delivered. Their tallies should be compared and any differences resolved. The Department’s inspector examines all paint containers delivered and rejects those with 1) broken seals, 2) rust, 3) and altered, missing or illegible batch numbers or labels. The Department’s inspector numbers and initials each container with an indelible marker. A representative of the Department samples each lot of material (SEE SPECIAL NOTES FOR PAINT). Label rejected paint containers “REJECTED” and dispose of them promptly. Store the unapproved and/or rejected containers of paint separately from thosethat have been approved. Allow no paint at the actual job site until the Division of Materials has approved it.

Have both the Contractor’s QC inspector and the Department’s inspector conduct a daily start-up inventory of containers of approved paint brought to the job site noting batch numbers and the Department inspector’s container number. At the end of the work day, have the QC inspector and the Department’s inspector conduct another inventory noting the number of paint containers expended, Department inspector’s inventory numbers, and types of paint. Inventory paint containers brought on the job site and not used. Re-inventory those when they are taken back to the job site to be used.

The addition of solvents to paint is permitted only by written approval from the Engineer. Use only new solvents supplied by the paint manufacturer. Add solvents at the job site in the presence of the Department inspector. Use only solvents from new, unopened containers with the solvent manufacturer’s labeling intact. The QC inspector will record locations where solvent-thinned paint was used.

Keep solvents used for cleaning at the job site in sealed containers away from mixing operations. Collect solvents used to clean brushes, rollers, or spray equipment in sealed containers and store them as a hazardous waste.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 26 of 183

The paint manufacturer is required to provide a technical representative at the job site when requested by the contractor or the Department at no additional cost to the Department.

F. WORKMANSHIPAll structural steel surfaces are to be properly cleaned and painted to the satisfaction of the Engineer. There will be no provision for missed areas or substandard work regardless of size of the area in question. All improperly prepared or painted surfaces are to be repaired to meet the provisions of this specification.

Allowable field variation of the color of all cured finish coats on structural steel will be2.0∆E*. These values shall be obtained from a spectrophotometer utilizing a D65 illuminant at 45° illumination and 0° viewing with a 2° observer. The reference for this test will be readings obtained on the initial test patch (SEE SPECIAL NOTES FOR QUALITY CONTROL). Surfaces with finish coats with color variations exceeding the 2.0∆E* value will be repainted at the option of the Engineer.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 27 of 183

SPECIAL NOTE FOR WASTE MANAGEMENT

All wastes are to be collected and placed in appropriate containers on a daily basis. (SeeSPECIAL NOTE FOR ENVIRONMENTAL AND WORKER SAFETY REGULATIONS).

Industrial wasteDispose of industrial wastes (non-hazardous wastes) such as paint buckets, paint-contaminated rags, rollers, clogged spray hoses and brushes. Store industrial waste in appropriate containers, and appropriately labeled, prior to disposal. Industrial waste containers not covered or designed to prohibit entry of water, must be included in and comply with Ground Water Protection requirements (see SPECIAL NOTE FOR ENVIRONMENTAL AND WORKER SAFETY REGULATIONS - D. Groundwater Protection).

Hazardous WasteHazardous materials are to be stored separate from paint debris. All non-reusable solvents used in cleaning are also to be considered hazardous waste. Store solvent wastes in separate containers (i.e. not with the paint debris).

The Department will provide a site on its property for the Contractor to erect a temporary waste storage facility. Store hazardous waste at that site, in a secured six-foot high chain-link fence enclosure. The enclosure shall be built in accordance with Standard Drawing No. RFC-001-07 of the Kentucky Department of Highways Standard Drawings Book, with the exception that concrete is not required for installation of posts. The fence of the storage area must be firmly attached to metal posts and have a locked gate. The gate must be secured to the fence post by a chain and a lock. Each side of the enclosure is to have appropriate placards forbidding unauthorized entrance and announcing that the area is a hazardous waste/lead storage site. Cover the ground where the containers will be stored with a waterproof tarpaulin. The contractor shall maintain the tarpaulin to avoid tears or punctures. The drums will be set on skids that are placed on the tarpaulin. There must be adequate aisle space between the rows of stored drums so that the drums and labels can be inspected at any time.

The storage area is to be maintained / operated to prevent releases. The storage area must have a spill clean-up kit. The kit must include, but not be limited to shovel, broom, dustpan and absorbent material for solvents. There must be access to communications or alarms whenever authorized personnel are in the storage compound.

The designated area must be constructed and accepted by the Engineer prior to the onset of operations at the job site.

Maintain the hazardous waste storage facility and return the site to its original state when the work is completed.

The Contractor is solely responsible for the management and the disposal of allhazardous waste generated during the cleaning and painting operations in accordance with the Kentucky Revised Statutes, Chapter 224, Subchapter 46, and the Kentucky Administrative Regulations promulgated pursuant thereto.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 28 of 183

The Kentucky Transportation Cabinet will file a Notification of Hazardous Waste Activity with the Kentucky Division of Waste Management to obtain an EPA Identification Number in accordance with 401 KAR 32:010, Section 3. The Cabinet will provide the Contractor with this EPA ID number to be used in hazardous waste management in compliance with 401 KAR 32:010, Section 3 (1).

The Contractor is responsible for furnishing appropriate U.S. DOT containers that are made or lined with materials which are compatible with the hazardous waste to be stored in accordance with 401 KAR 35:180, Section 3. All hazardous wastes collected at the job site will be placed in those containers for transport to the storage site. The containers will be used and managed at the job site and at the storage site in accordance with 401KAR 35:180. Prior to the transfer of the containers of hazardous waste from the job site to the storage area, the containers will be correctly sealed, labeled, marked and placarded as defined in the pre-transport requirements of 401 KAR 32:030.

Each container will be labeled “Hazardous Waste” and the date clearly marked when the hazardous waste is first added to the container in compliance with 401KAR35:180, Section 4(3). That date marked is the start date of the seventy-five (75) day storage period

The generator for the waste under this contract is the Kentucky Transportation Cabinet. All records including the labels on the waste containers and the manifests are to be completed using the Transportation Cabinet as the generator.

The Department requires that all hazardous waste be removed within seventy-five (75) days of the accumulation start date. The Contractor will select a registered hazardous waste transporter to transport the containers of hazardous waste generated during the painting operations to a permitted hazardous waste treatment, storage or disposal facility. The hazardous waste will be manifested with a Uniform Hazardous Waste Manifest that is to be completed, in entirety, as per the regulations of 401 KAR 32:020 and 401 KAR32:100. Copies of all manifests with the Land Disposal Restriction Notice will be provided to the Project Manager and the Central Office, Division of Construction. Final partial payment of 15% for the project will not be released until the Department receives all copies of the manifests.

Failure to remove the hazardous waste within Seventy-Five (75) days will result in a performance penalty of Two Thousand Dollars ($2,000.00) per drum per day or Eight Thousand Dollars ($8,000.00) per cubic yard per day that the containers are left in storage. This penalty is in addition to any fines that may be assessed by regulatory agencies other than the Transportation Cabinet.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 29 of 183

SPECIAL NOTE FOR RECYCLABLE SURFACE PREPARATION RESIDUE MANAGEMENT

The surface preparation debris generated at structural steel bridges will be transported and recycled as a commercial substitute material in a recycling effort. All waste/debris collection, handling, storage, transportation, and disposal are the responsibility of the contractor.

Abrasive Media

Use clean, dry, uniformly graded recyclable steel grit abrasives for blast cleaning that are free of oil, soluble salts and other similar substances which could contaminate the blasted surface. The abrasive will meet the SSP-AB 2 “Cleanliness of Recycled Ferrous MetallicAbrasive” standard.

Collection, Handling, and Storage of Wastes and Surface Preparation DebrisHave a “Competent Person for lead abatement” as defined by OSHA 1926.62 on site during any operations which disturb lead. The “competent person” will have successfully completed the SSPC C3 “Supervisor/Competent Person Training for Deleading of Industrial Structures” or equivalent training.

All surface preparation debris are to be collected separate from waste materials and placed in appropriate containers on a daily basis. (See SPECIAL NOTE FOR ENVIRONMENTAL AND WORKER SAFETY REGULATIONS).

Surface preparation debrisSurface preparation debris is to be separated from all wastes. While on-site, the surface preparation debris is to be managed as lead containing material. Precautions are to be taken to protect employees and the public from exposure to lead. Handling and storage of surface preparation debris are to be accomplished to prevent releases to the environment.

The Department will provide a site on its property for the Contractor to erect a temporary storage facility. Store surface preparation debris and hazardous wastes at that site, in a secured six-foot high chain-link fence enclosure. The enclosure shall be built in accordance with Standard Drawing No. RFC-001-07 of the Kentucky Department of Highways Standard Drawings Book, with the exception that concrete is not required for installation of posts. The fence of the storage area must be firmly attached to metal posts and have a locked gate. The gate must be secured to the fence post by a chain and a lock. Each side of the enclosure is to have appropriate placards forbidding unauthorized entrance and announcing that the area is a storage site for lead and hazardous wastes. Cover the ground where the containers will be stored with a waterproof tarpaulin. The contractor shall maintain the tarpaulin to avoid tears or punctures. Drums will be set on skids that are placed on the tarpaulin. There must be adequate aisle space between the rows of stored drums so that the drums and labels can be inspected at any time. Areas around roll off containers will be covered with tarpaulins.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 30 of 183

Tarpaulins are to be cleaned daily to remove collected lead bearing debris. The storage area is to be maintained / operated to prevent releases. The storage area must have a spill clean-up kit. The kit must include, but not be limited to shovel, broom, dustpan and absorbent material for solvents. There must be access to communications or alarms whenever authorized personnel are in the storage compound.

The designated temporary storage facility must be constructed and accepted by the Engineer prior to the onset of operations at the job site. Maintain the temporary storage facility during the active cleaning and painting of the bridge and return the site to its original state when the work is completed.

The Contractor is solely responsible for the management and the disposal of all surface preparation debris and hazardous waste generated during the cleaning and painting operations. Hazardous wastes are to be managed in accordance with the Kentucky Revised Statutes, Chapter 224, Subchapter 46, and the Kentucky Administrative Regulations.

The Contractor is responsible for furnishing appropriate U.S. DOT-specified containers that are made or lined with materials that are compatible with the surface preparation debris per 49CFR173.213 (non-bulk containers) or 49CFR173.240 (bulk containers). All surface preparation debris collected at the job site will be placed in those containers for transport to the storage site. Prior to the transfer of the containers of surface preparation debris from the job site to the storage area, the containers will be correctly sealed, labeled, marked and placarded as defined in the pre-transport requirements of 49CFR172.301 (non-bulk containers) or 49CFR172.302 (bulk containers). The Contractor must check with the recycler and the transporter to insure that containers acceptable to both parties are employed.

The Contractor is responsible for the quality of the surface preparation debris placed in disposal containers. Under NO circumstances should that debris become wet or be co-mingled with miscellaneous wastes.

Transportation and recyclingAll surface preparation debris will be transported for recycling within 90 days of initial container filling operations. The contractor will contact the recycler to arrange for the delivery of the surface preparation debris. The recycler is: The Doe Run Company: Resource Recycling Division, HC1 Box 1395, HWY 10K, Boss, MO 65440, phone (573) 626-4813, fax (573) 626-3304, email www.doerun.com. The contractor will complete the Doe Run Supplier Profile Form and provide copies of it to both Doe Run and the Engineer prior to transporting the surface preparation debris.

The contractor will select a registered hazardous material (HAZMAT) transporter for transportation of the surface preparation debris. The contractor will provide the necessary waste storage/transportation containers. The contractor will arrange for the pick-up of the containers and delivery to the recycler.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 31 of 183

NOTE: The contractor is responsible for the condition of the surface preparation debris provided to the recycler. Surface preparation debris that is wet debris or that is co-mingled with other waste will be rejected by the recycler. If that occurs, the contractor must dispose of the debris as a hazardous waste. The contractor must promptly inform the Engineer in that event so that KYTC can obtain the proper permitting from the Kentucky Environmental and Public Protection Cabinet. Additionally, the contractor will be responsible for all transportation costs, hazardous waste disposal costs and fines that are incurred.

The contractor will supply the Engineer with all weight tickets for the commercial substitute material transported and delivered to the recycler and all Certificates of Recycling issued by the recycler for material deliveries related to this project. Final partial payment of 15% for the project will not be released until the Engineer receives those documents.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 32 of 183

SPECIAL NOTE FOR QUALITY CONTROL

The contractor will provide QC inspectors to monitor all work, insure that all work is completed in accordance with the Special Notes and Standard Specifications, and record inspection results. All QC inspectors will possess at a minimum one of the following certifications: SSPC-BCI level 1 or NACE CIP level 1 & CIP One Day Bridge Course. The QC inspector(s) may not perform production work that requires QC/QA inspection. The Department’s (QA) inspector will conduct in-progress reviews of the Contractor’s operations and perform follow-up quality assurance (QA) inspections after the QC inspector has certified that a portion of work is complete.

Progress of Work - Work shall proceed by sections, bays or other readily identifiable parts of the structure. All work will proceed from top to bottom of the structure. The work will be broken down into adjacent sections (control areas) separated by bulkheads. Bulkheads will be sealed to the containment and meet all SSPC Guide 6 – Containment Classification Class 2A requirements. Only one phase of work will be permitted in a given control area at any time.

In any control area, Quality Control Point inspection and approval must precede the start of succeeding phases of work. Quality Control Points are progress milestones that occur when one phase of work is complete and ready for inspection prior to continuing with the next operational step. At those points, the Contractor will provide the Departments QA inspectors with OSHA compliant access to inspect all pertinent surfaces. If QA inspection indicates a deficiency, that phase of the work shall be corrected and re-inspected prior to beginning the next phase of work.

Quality Control Point QC Inspection Function1. Surface Preparation A. Solvent Cleaning Visually inspect. B. Abrasive Blast Cleaning Measure profile

Visually inspect for cleanliness.

2. Full Prime CoatApplication

Check for dry film thickness, and defects in paint

3. Full Intermediate Coat (if applicable)

Check for dry film thickness, and defects in paint

4. Finish Coat Application Check for dry film thickness, paint appearance, color and quality of application

Verify the surface profile with a minimum of 3 measurements per shift. Each measurement shall be the average of 3 individual readings. Record individual gage readings and averages in the log book. The Engineer may request additional measurements at any time.

The QC Inspector will inspect prepared surfaces to determine whether those conform to the specification (see SPECIAL NOTE FOR SURFACE PREPARATION AND PAINT APPLICATION). Inspect each individual coat of paint using KM 64-258-08 Procedure C. Inspect for areas of incomplete coating coverage and coating defects. The Engineer may request tests, including destructive DFT tests, at additional sites or he may elect to perform additional tests.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 33 of 183

The QC inspector will maintain a handwritten record of all-painting activities, operations and inspections in the log book(s). At a minimum, the following information must be recorded:

1. all paint inventory and approval information, 2. daily records of ambient conditions (including all measurements taken), 3. daily progress of work information including start-up/shut-down times, bridge locations

by control numbers, structural steel components by proper terminology and pertinent operations by control points, and

4. QC inspection information including evaluations at control points, rework comments, or approvals.

Make entries on consecutive pages of the logbook (in indelible ink) and make corrections by marking through mistakes with a single line. Do not remove pages or erase or obliterate entries in the logbook.

The QC inspector and QA inspector will jointly assign adjacent control areas consecutive numbers and a short description defining their location. After completion of a phase of work in a control area, the QC inspector will perform an inspection and will determine whether the area has been satisfactorily prepared. If work in a control area is unsatisfactory, the QC inspector will require the contractor to make the necessary corrections. That process will be repeated as necessary until suitable corrections have been made. Maintain all logbooks at the job site at all times during the project. Make those available, upon request, to the Department’s representatives. At the end of the project, submit all such logs to the Engineer for his review and records.

Test Patch - Prior to initiation of painting, prepare at least one test patch in each Section of work to serve as a standard for reference during the balance of the painting operations. Locate the test patch at an accessible area incorporating surface types of the project. Use the specified surface preparation on a surface with at least 20 ft2 per application method per coating plus 20 ft2 for surface preparation.

When Central office personnel, the Engineer, QC inspector, and the QA inspector, agree that the appropriate level of cleanliness and surface preparation have been achieved, the contractor will apply a clear sealer, supplied by the coatings manufacturer, to at least 20 ft2 of the prepared surface. The contractor will then apply coating to the remainder (at least 20-ft2) of the test patch. Set aside the test patch area as a standard for proper application and appearance. Do not paint the reference areas until the balance of the project is completed. After the project is complete, re-blast the area of the test patch with clear sealer, and apply all specified coatings. Apply all coatings, including the clear sealer, in the presence of Central Office personnel, the Engineer, the QA inspector, QC inspector, and a technical representative of the paint manufacturer. If QC and QA inspectors agree, clear coat preservation of the test patch may be replaced with pictorial records.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 34 of 183

SPECIAL NOTE FOR PAINT

Use a coatings system from an approved supplier. A list of approved suppliers may be found in the Department’s List of Approved Materials maintained by the Division of Materials. All paint supplied must conform to the applicable Special Notes contained in this proposal. The Department requires acceptance testing of samples obtained on a per-lot basis per-shipment. The Division of Materials will perform acceptance testing. At his option, the Engineer may elect to conduct more frequent sampling and testing. Test samples will be taken at the Contractor’s paint storage site. Department personnel will perform sampling. Allow (10) working days for testing and approval of the sampled paint.

Note: It is the Contractor’s responsibility to maintain an adequate inventory of approved paint. The Department assumes no responsibility for lost work due to rejection of paint or approved paint subsequently found to be defective during the application process.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 35 of 183

SPECIAL NOTE FOR ENVIRONMENTAL AND WORKER SAFETY REGULATIONS

(A) Governing regulationsThe existing paint in this project may contain lead, which is classified as a hazardous (toxic) material. Be knowledgeable of and comply with, all lead-related environmental and health regulations governing the Contractor's operations. Comply with regulations current at the time the work is performed and all requirements herein. Collect, transport to waste storage sites, and store hazardous wastes in accordance with applicable environmental and health regulations. The contractor is solely responsible for collection, transport, storage and disposal of all industrial wastes.

(B) Liabilities and ObligationsThe contractor is solely responsible for compliance with all applicable environmental and health and safety regulations to the satisfaction of the applicable government regulatory agencies and the Department. The Department assumes no obligations or liabilities for work stoppages or fines due to enforcement actions by government regulatory agencies or to related delays that the Department deems necessary.

(C) State and Local Regulatory AgenciesState and local regulatory agencies charged with enforcing most regulations affecting the generation of hazardous wastes and worker safety issues are:

Kentucky Occupational Safety and Health Program, Labor Cabinet, Commonwealth of Kentucky, Frankfort, Kentucky

Environmental and Public Protection Cabinet, Commonwealth of Kentucky, Frankfort, Kentucky

(D) Groundwater and Surface water Protection The contractor will prepare and implement a groundwater and surface water protection plan in accordance with 401 KAR 5:037 (Ground Water), KRS 224.70-110 and 401 KAR 10:031 (Surface water) with the exception that hazardous waste or hazardous materials container volume is not limited to greater than 55 gallons or weight to 100 pounds.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 36 of 183

SPECIAL NOTE FOR PRE-BID CONFERENCEDISTRICT 6

IM 275-9 (116)FD52 059 0275 000-000

The Department will conduct a Pre-Bid Conference and Field Review of the subject project on Monday, October 25, 2010 at 9:00 AM at;

Sanitation District #11045 Eaton DriveFort Wright, KY 41017

Any company that is interested in bidding on the subject project or being part of a joint venture must be represented at the conference by at least one person of sufficient authority to bind the company. No individual can represent more than one company. At the conference and, during the subsequent field review of the subject bridges, a roster will be taken of the representatives present. Only companies represented at the conference and during the field review will be eligible to have their bids opened atthe date of letting.

During the field review, the company representatives and The Department of Highways officials will travel to all the project sites. The field review is not intended for bid estimation. The Contractor will be required to furnish approved High Visibility Apparel for all of their representatives present at the field review.

The purpose of the conference and field review is to familiarize all prospective bidders with the contract requirements and the location and condition of all structures within the scope of the contract.

Department of Highways officials present at the conference and during the field review will answer questions concerning the projects.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 37 of 183

SPECIAL NOTE FOR PAYMENT

Payment for cleaning and painting structural steel will be according to Standard Specifications for Road and Bridge Construction (2008) Section 614.05 with the following modification to Section 614.05.

Three-Coat Field Applied System. Partial payments will be based on acceptance of the following:

Surface Preparation 25%Prime Coat 20%Intermediate Coat 20%Finish Coat 20%De-rigging, touch-up of de-rigging marks and damage, andEnvironmental documentation 15%

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 38 of 183

SPECIAL NOTE FOR STINCELING

Stencil the Bridge Number, the Month and year of the completion date, and any existing panel number system or panel number system set forth in the contract on the structure at locations determined by the Engineer. Make the legend in letters and numerals at a minimum of 3 inches and maximum of 6 inches tall, and use a paint color that contrasts with the background.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 39 of 183

SPECIAL NOTE FOR UTILITIES AND SIGNS

Protect all utilities, traffic lighting, and traffic signs from damage. Maintain all functional lighting and signs. See Special Notes for Utility Clearance Impact on Construction.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 40 of 183

SPECIAL NOTES FOR UTILITY CLEARANCEIMPACT ON CONSTRUCTION

Kenton CountyFD52 059 0275 000-000

IM 2759 (120)Clean and Paint All Steel Bridges on I-275

Bridge PaintingItem No. 06-0019.01

GENERAL NOTES AND NOTICES RELATIVE TO EXISTING UTILITIES FOR ALL BRIDGES WITHIN THE CONTRACT LIMITS

The utility information provided in the plans and in these Special Notes for Utility Clearance Impact on Construction may not be exact nor complete. The information provided is for the contractor's use in planning the execution of the work. It shall be the road contractor’s responsibility to verify the completeness and/or accuracy of all such information being furnished.Upon arrival on the project, it shall be the priority of the road contractor to verify the existence, location and ownership of any overhead or underground facility.

Utility coordination efforts determined that there are utility facilities within the project limits. Any work pertaining to these utility facilities are defined in the bid package and are to be carried out as instructed by the Kentucky Transportation Cabinet. The contractor will be responsible for any coordination or adjustments that are discussed or quantified in the proposal.

KYTC has underground electric service for lighting along the edge of roadway. These poles and associated electric services are to be protected by the contractor during construction.

CSX & NORFOLK SOUTHERN RAILROADS are involved in this project. Notes pertaining to roadway work involving the railroad are contained elsewhere in the proposal. The contractor is reminded that he must notify the railroad when any work is occurring within the Railroad Right-of-Way. Railroad insurance will be at the contractor’s expense and shall be incidental to the contract.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 41 of 183

ADDITIONAL UTILITY NOTES SPECIFIC TO BRIDGES LISTED BELOW

MP 059 0275 B00053L 0.00 NO ADDITIONAL NOTES

MP 059 0275 B00053R 0.00 NO ADDITIONAL NOTES

MP 059 0275 B00054L 0.00 NO ADDITIONAL NOTES

MP 059 0275 B00054R 0.00 NO ADDITIONAL NOTESMP 059 0275 B00055N 0.00 NO ADDITIONAL NOTES

MP 059 0275 B00056N 0.00 NO ADDITIONAL NOTES

MP 059 0275 B00072N 0.00 NO ADDITIONAL NOTES

MP 059 0275 B00057N 83.40 OVERHEAD ELECTRIC CLOSE TO BRIDGE

MP 059 0275 B00058N 83.08 WORK UNDER NORFOLK SOUTHERN TRACKS

MP 059 0275 B00059L 82.51 NO ADDITIONAL NOTES

MP 059 0275 B00059R 82.51 NO ADDITIONAL NOTES

MP 059 0275 B00060N 82.51 NO ADDITIONAL NOTES

MP 059 0275 B00061N 82.31 NO ADDITIONAL NOTES

MP 059 0275 B00051N 82.05 DUCTS ATTACHED: TO REMAIN

MP 059 0275 B00063L 79.99 ELECTRIC TRANSMISSION OVERHEAD, ELECTRIC & TELEPHONE ATTACHED UNDER ROADWAY: TO REMAIN

CSX UNDER BRIDGE

MP 059 0275 B00063R 79.97 ELECTRIC TRANSMISSION OVERHEAD, ELECTRIC & TELEPHONE ATTACHED UNDER ROADWAY: TO REMAIN

CSX UNDER BRIDGE

MP 059 0275 B00050N 78.79 DUCTS ATTACHED: TO REMAIN

MP 059 0275 B00052L 77.64 ELECTRIC ATTACHED: TO REMAIN OVERHEAD TELEPHONE UNDER BRIDGE: TO REMAIN. CSX UNDER BRIDGE

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 42 of 183

MP 059 0275 B00052R 77.64 ELECTRIC ATTACHED: TO REMAIN OVERHEAD TELEPHONE UNDER BRIDGE: TO REMAIN. CSX UNDER BRIDGE

SPECIAL CAUTION NOTE – PROTECTION OF UTILITIES

The contractor will be responsible for contacting all utility facility owners on the subject project to coordinate his activities. The contractor will coordinate his activities to minimize and, where possible, avoid conflicts with utility facilities. Due to the nature of the work proposed, it is unlikely to conflict with the existing utilities beyond minor facility adjustments. Where conflicts with utility facilities are unavoidable, the contractor will coordinate any necessary relocation work with the facility owner and Resident Engineer. The Kentucky Transportation Cabinet maintains the right to remove or alter portions of this contract if a utility conflict occurs.

The Kentucky Transportation Cabinet makes no guarantees regarding: the existence of utilities, the location of utilities, the utility companies in the project scope, or the potential for conflicts encountered during construction. Any location of utilities provided herein has been furnished by the facility owners, field inspection, and/or reviewing record drawings. The accuracy of the information provided is undetermined. It will be the contractor’s responsibility to locate utilities before excavating. If necessary, the roadway contractor shall determine the exact location and elevation of utilities by hand digging to expose utilities before excavating in the area of a utility.

PROTECTION OF UTILITIES

THE LOCATION OF UTILITIES PROVIDED IN THE CONTRACT DOCUMENTS HAS BEEN FURNISHED BY THE FACILITY OWNERS AND/OR BY REVIEWING RECORD DRAWINGS. THE INFORMATION MAY NOT BE EXACT OR COMPLETE. IT WILL BE THE ROAD CONTRACTORS RESPONSIBILITY TO LOCATE UTILITIES BEFORE EXCAVATING BY CALLING THE VARIOUS UTILITY OWNERS AND BY EXAMINING ANY SUPPLEMENTAL INFORMATION PROVIDED BY THE CABINET AND/OR UTILITY OWNER. THE ROAD CONTRACTOR SHALL DETERMINE THE EXACT LOCATION AND ELEVATION OF UTILITIES BY HAND DIGGING TO EXPOSE UTILITIES BEFORE HE EXCAVATES IN THE AREA OF A UTILITY. THE COST FOR REPAIR AND ANY OTHER ASSOCIATED COSTS FOR ANY DAMAGE TO UTILITIES CAUSED BY THE ROAD CONTRACTOR’S OPERATIONS SHALL BE BORNE BY THE ROAD CONTRACTOR.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 43 of 183

THE CONTRACTOR IS ALSO ADVISED TO REVIEW THE PROJECT IN THE FIELD AND BE AWARE OF OVERHEAD LINES WITHIN THE PROJECT LIMITS. THE CONTRACTOR SHOULD BE CAUTIOUS WHEN WORKING UNDER THESE LINES. THE CONTRACTOR IS RESPONSIBLE FOR MAKING ANY ARRANGEMENTS HE FEELS PRUDENT TO AVOID CONTACT WITH THESE OVERHEAD LINES.

BEFORE YOU DIG

THE CONTRACTOR IS INSTRUCTED TO CALL 1-800-752-6007 TO REACH KY 811, THE ONE-CALL SYSTEM FOR INFORMATION ON THE LOCATION OF EXISTING UNDERGROUND UTILITIES. THE CALL IS TO BE PLACED A MINIMUM OF TWO (2) AND NO MORE THAN TEN (10) BUSINESS DAYS PRIOR TO EXCAVATION. THE CONTRACTOR SHOULD BE AWARE THAT OWNERS OF UNDERGROUND.

FACILITIES ARE NOT REQUIRED TO BE MEMBERS OF THE KY 811 ONE-CALL BEFORE-U-DIG (BUD) SERVICE. THE CONTRACTOR MUST COORDINATE EXCAVATION WITH THE UTILITY OWNERS, INCLUDING THOSE WHOM DO NOT SUBSCRIBE TO KY 811. IT MAY BE NECESSARY FOR THE CONTRACTOR TO CONTACT THE COUNTY COURT CLERK TO DETERMINE WHAT UTILITY COMPANIES HAVE FACILITIES IN THE AREA.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 44 of 183

SPECIAL NOTE FOR MOBILIZATION

Contrary to Section 110.04 of the KYTC Standard Specification, payment for Mobilization will be separated percentagewise as bid by the Contractor for each structure, per the Specification.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 45 of 183

SUMMARY FOR KYTC PROJECTS THAT INVOLVE A RAILROAD

This project actively involves the below listed railroad company. This Project Summary provides an abbreviated listing of project specific railroad data. The detailed needs of the specified railroad company are included in the Special Railroad Coordination Notes in the propose package. By submitting a bid the contractor attest that they have dutifully considered and accepted the provisions as defined in both documents.

GENERAL ROAD PROJECT INFORMATION

County: KentonFederal Number: IM 275-9(116)State Number: FD52 059 0275 000-000Route: I-275Project Description: Bridge Cleaning and PaintingItem Number: 016-19.01

GENERAL RAIL INFORMATION

Rail Company Name: CSXTAAR-DOT# 915 003A & 353 296BCSXT Reference Milepost: 00T-103.30 / LCL Subdivision

Milepost: OKC-5.91 / Cincinnati Terminal Subdivision Louisville Division OP No.: KY0191

Milepost 00T-103.30Train Count (6am to 6pm) 7 Train Count (6pm to 6am) 7 Train Count (24 hr total) 14Maximum Train Speed: 25 mph

Milepost 00T-105.95Train Count (6am to 6pm) 8 Train Count (6pm to 6am) 8 Train Count (24 hr total) 16Maximum Train Speed: 30 mph

INSURANCE REQUIRMENTS

The name insured, description of the work and designation of the job site to shown on the Policy are as follows:

(a) Name Insured: Organization(b) The project description should be as indicated in the General Road Project Information

Section.(c) The designation of the jobsite is the route, Milepost, and AAR-DOT# listed above.

FLAGGING INFORMATION

Flagging estimateDaily Rate: $585.00 per day based on a 8 hour day effective as the date of this document.

$735.00 per day based on a 10 hour day effective as the date of this document. $885.00 per day based on a 12 hour day effective as the date of this document.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 46 of 183

1

SPECIAL NOTES FORPROTECTION OF RAILROAD INTEREST - CSXT

1. AUTHORITY OF RAILROAD ENGINEER AND STATE ENGINEER:

The authorized representative of the Railroad Company, hereinafter referred to as Railroad Engineer, shall have final authority in all matters affecting the safe maintenance of Railroad traffic of his Company including the adequacy of the foundations and structures supporting the Railroad tracks.

The authorized representative of the State, hereinafter referred to as the Engineer, shall have authority over all other matters as prescribed herein and in the Project Specifications.

2. NOTICE OF STARTING WORK:

A. The Contractor shall not commence any work on Railroad rights of way until he has complied with the following conditions:

1. Given the Railroad written notice, with copy to the Engineer who has been designated to be in charge of the work, at least ten days in advance of the date he proposes to begin work on Railroad rights of way.

Benjamin Biesterveld, Jr., Principle Engineer Public ProjectsCSX Engineering Department500 Water Street – J301Jacksonville, Florida 32202(P) 904-359-1158; (F) 904-366-4042

2. Notify the Railroad’s Chief Regional Engineer’s representative, Troy Conner – Road master at Worthville, KY (502) 732-5251 or cell (502) 741 0460 for the MP 00T-103.30 DOT#915 003A OP#KY0191 location and Willie Stamper– Road master at Cincinnati, OH (513) 369-5524 for the MP OKC-5.91, DOT#353 296B OP#KY0191 location at least 72 hours (not including Saturday, Sunday or Holidays) before proceeding with the work on Railroad property and shall abide by the instructions of said Railroad representative, insofar as the safety of the Railroad is concerned.

3. Obtain written authorization from the Railroad to begin work on Railroad rights of way, such authorization to include an outline of specific conditions with which he must comply.

4. Obtain written approval from the Railroad of Railroad

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 47 of 183

2

Protective Insurance Liability coverage as required by paragraph 14 herein.

5. Furnish a schedule for all work within the Railroad rights of way as required by paragraph 7, B, 1.

B. The Railroad's written authorization to proceed with the work shall include the names, addresses, and telephone numbers of the Railroad's representatives who are to be notified as hereinafter required. Where more than one representative is designated, the area of responsibility of each representative shall be specified.

3. INTERFERENCE WITH RAILROAD OPERATIONS:

A. The Contractor shall so arrange and conduct his work that there will be no interference with Railroad operations, including train, signal, telephone and telegraphic services, or damage to the property of the Railroad Company or to poles, wires, and other facilities of tenants on the rights of way of the Railroad Company. Whenever work is liable to affect the operations or safety of trains, the method of doing such work shall first be submitted to the Railroad Engineer for approval, but such approval shall not relieve the Contractor from liability. Any work to be performed by the Contractor which requires flagging service or inspection service (watchman) shall be deferred by the Contractor until the flagging protection required by the Railroad is available at the job site.

B. Whenever work within Railroad rights of way is of such a nature that impediment to Railroad operations such as use of runaround tracks or necessity for reduced speed is unavoidable, the Contractor shall schedule and conduct his operations so that such impediment is reduced to the absolute minimum.

C. Should conditions arising from, or in connection with the work, require that immediate and unusual provisions be made to protect operations and property of the Railroad, the Contractor shall make such provisions. If in the judgment of the Railroad Engineer, or in his absence, the Engineer, such provisions are insufficient, either may require or provide such provisions, as he deems necessary. In any event, such unusual provisions shall be at the Contractor's expense and without cost to the Railroad or the State.

4. TRACK CLEARANCES

A. The minimum track clearances to be maintained by the Contractor during construction are shown on the Project Plans.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 48 of 183

3

However, before undertaking any work within Railroad rights of way, or before placing any obstruction over any track, the Contractor shall:

1. Notify the Railroad's representative at least 72 hours in advance of the work.

2. Receive assurance from the Railroad's representative that arrangements have been made for flagging service as necessary.

3. Receive permission from the Railroad's representative to proceed with the work.

4. Ascertain that the Engineer has received copies of notice to the Railroad and of the Railroad's response thereto.

5. CONSTRUCTION PROCEDURES

A. General:

Construction work on Railroad property shall be:

1. Subject to the inspection and approval of the Railroad.

2. In accord with the Railroad's written outline of specific conditions.

3. In accord with the Railroad’s general rules, regulations and requirements including those relating to safety, fall protection and personal protective equipment.

4. In accordance with these Special Notes.

B. Excavation:

The subgrade of an operated track shall be maintained with edge of berm at least 10'0" from centerline of track and not more than 24 inches below top of rail. Contractor will not be required to make existing section meet this specification if substandard, in which case the existing section will be maintained.

C. Excavation of Structures:

The Contractor will be required to take special precaution and care in connection with excavating and shoring pits, and in driving piles, or sheeting for footings adjacent to tracks to provide adequate lateral support for the tracks and the loads which they carry, without disturbance of track alignment and surface, and to avoid obstructing track clearances with

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 49 of 183

4

working equipment, tools or other material. The procedure for doing such work, including need of and plans for shoring, shall first be approved by the Engineer and the Railroad Engineer, but such approval shall not relieve the Contractor from liability.

D. Blasting:

1. The Contractor shall obtain advance approval of the Railroad Engineer and the Engineer for use of explosive on or adjacent to Railroad property. The request for permission to use explosives shall include a detailed blasting plan. If permission for use of explosives is granted, the Contractor will be required to comply with the following:

(a) Blasting shall be done with light charges under the direct supervision of a responsible officer or employee of the Contractor and a licensed blaster.

(b) Electric detonating fuses shall not be used because of the possibility of premature explosions resulting from operation of two-way train radios.

(c) No blasting shall be done without the presence of an authorized representative of the Railroad. At least 72 hours advance notice to the person designated in the Railroad's notice of authorization to proceed (see paragraph 2B above) will be required to arrange for the presence of an authorized Railroad representative and such flagging as the Railroad may require.

(d) Have at the job site adequate equipment, labor and materials and allow sufficient time to clean up debris resulting from the blasting without delay to trains, as well as correcting at his expense any track misalignment or other damage to Railroad property resulting from the blasting as directed by the Railway's authorized representative. If his actions result in delay of trains, the Contractor shall bear the entire cost thereof.

2. The Railroad representative will:

(a) Determine the approximate location of trains and advise the Contractor the approximate amount of time available for the blasting operation and clean-up.

(b) Have the authority to order discontinuance of

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 50 of 183

5

blasting if, in his opinion, blasting is too hazardous or is not in accord with these Special Notes.

E. Maintenance of Railroad Facilities:

1. The Contractor will be required to maintain all ditches and drainage structures free of silt or other obstructions which may result from his operations and provide and maintain any erosion control measures as required. The Contractor will promptly repair eroded areas with Railroad rights of way and to repair any other damage to the property of the Railroad or its tenants.

2. All maintenance and repair of damages due to the Contractor's operations shall be done at the Contractor's expense.

F. Storage of Materials and Equipment:

Materials and equipment shall not be stored where they will interfere with Railroad operations, nor on the rights of way of the Railroad Company without first having obtained permission from the Railroad Engineer, and such permission will be with the understanding that the Railroad Company will not be liable for damage to such material and equipment from any cause and that the Railroad Engineer may move or require the Contractor to move, at the Contractor's expense, such material and equipment.

All grading or construction machinery that is left parked near the track unattended by a watchman shall be effectively immobilized so that it cannot be moved by unauthorized persons. The Contractor shall protect, defend, indemnify and save Railroad, and any associated, controlled or affiliated corporation, harmless from and against all losses, costs, expenses, claim or liability for loss or damage to property or the loss of life or personal injury, arising out of or incident to the Contractor's failure to immobilize grading or construction machinery.

G. Cleanup:

Upon completion of the work, the Contractor shall remove from within the limits of the Railroad rights of way, all machinery, equipment, surplus materials, false work, rubbish or temporary buildings of the Contractor, and leave said rights of way in a neat condition satisfactory to the Chief Engineer of the Railroad or his authorized representative.

6. DAMAGES:

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 51 of 183

6

A. The Contractor shall assume all liability for any and all damages to his work, employees, equipment and materials caused by Railroad traffic.

B. Any cost incurred by the Railroad for repairing damages to its property or to property of its tenants, caused by or resulting from the operations of the Contractor, shall be paid directly to the Railroad by the Contractor.

7. FLAGGING SERVICES:

A. When Required:

Under the terms of the agreement between the Department and the Railroad, the Railroad has sole authority to determine the need for flagging required to protect its operations. In general, the requirements of such services will be whenever the Contractor's personnel or equipment are likely to be, working on the Railroad's rights of way, or across, over, adjacent to, or under a track, or when such work has disturbed or is likely to disturb a railroad structure or the railroad roadbed or surface and alignment of any track to such extent that the movement of trains must be controlled by flagging.

Normally, the Railroad will assign one flagman to a project; but in some cases, more than one may be necessary, such as yard limits where three- (3) flagmen may be required. However, if the Contractor works within distances that violates instructions given by the Railroad's authorized representative or performs work that has not been scheduled with the Railroad's authorized representative, a flagman or flagmen may be required until the project has been completed.

B. Scheduling and Notification:

1. Not later than the time that approval is initially requested to begin work on Railroad rights of way, Contractor shall furnish to the Railroad and the Department a schedule for all work required to complete the portion of the project within Railroad rights of way and arrange for a job site meeting between the Contractor, the Department, and the Railroad's authorized representative. Flagman or Flagmen may not be provided until the job site meeting has been conducted and the Contractor's work scheduled.

2. The Contractor will be required to give the Railroad representative at least 10 working days of advance written notice of intent to begin work within Railroad

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 52 of 183

7

rights of way. Once begun, when work is suspended at any time for any reason, the Contractor will be required to give the Railroad representative at least 3 working days of notice before resuming work on Railroad rights of way. Such notice shall include sufficient details of theproposed work to enable the Railroad representative to determine if flagging will be required. If such notice is in writing, the Contractor shall furnish the Engineer a copy; if notice is given verbally it shall be confirmed in writing with copy to the Engineer. If flagging is required, no work shall be undertaken until the flagman, or flagmen is present at the job site. It may take up to 30 days to obtain flagging initially from the Railroad. When flagging begins the flagman is usually assigned by the Railroad to work at the project site on a continual basis until no longer needed and cannot be called for on a spot basis. If flagging becomes unnecessary and is suspended, it may take up to 10 days to again obtain flagging services from the Railroad. Due to labor agreements, it is necessary to give 5 working days notice before flagging service may be discontinued and responsibility for payment stopped.

3. If, after the flagman is assigned to the project site, emergencies arise which require the flagman's presence elsewhere, and then the Contractor shall delay work on Railroad rights of way until such time as the flagman is again available. Any additional costs resulting from such delay shall be borne by the Contractor and not the Department or Railroad.

C. Payment:

1. The Contractor will be responsible for paying the Railroad directly for any and all costs of flagging, which may be required to accomplish the construction.

2. The estimated cost of flagging is $585 per 8 hour day, $735 per 10 hour day and $885 for 12 hour day. This cost includes the base pay for the flagman, overhead, and includes an estimated $50 per diem charge for travel expenses, meals and lodging. The charge to the Contractor by the Railroad will be the actual cost based on the rate of pay for the Railroad's employees who are available for flagging service at the time the service is required.

3. Work by a flagman in excess of 8 hours per day or 40 hours per week, but not more than 12 hours a day will result in overtime pay at 1 ½ times the appropriate rate. Work by a flagman in excess of 12 hours per day will

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 53 of 183

8

result in overtime pay at 2 times the appropriate rate. If work is performed on a holiday, the flagging rate is 2 ½ times the normal rate.

4. Railroad work involved in preparing and handling bills will also be charged to the Contractor. Charges to the Department by the Railroad shall be in accordance with applicable provisions of Subchapter B, Part 140, Subpart I and Subchapter G, Part 646, Subpart B of the Federal-Aid Policy Guide issued by the Federal Highway Administration on December 9, 1991, including all current amendments. Flagging costs are subject to change. The above estimates of flagging cost are provided for information only and are not binding in any way.

D. Verification:

1. The Contractor and Department will review and sign the Railroad flagman's time sheet, attesting that the flagman was present during the time recorded. Flagman may be removed by Railroad if form is not signed. If flagman is removed, the Contractor will not be allowed to re-enter the Railroad rights of way until the issue is resolved. Any complaints concerning flagman or flagmen must be resolved in a timely manner. If need for flagman or flagmen is questioned, please contact Railroad's Projects Engineer (904) 359-1158. All verbal complaints must be confirmed in writing by the Contractor within 5 working days with copy to the Highway Engineer. All written correspondence should be addressed to:

Benjamin Biesterveld, Principle Engineer Public ProjectsCSX Engineering Department500 Water Street – J301Jacksonville, Florida 32202(P) 904-359-1158; (F) 904-366-4042

2. The Railroad flagman assigned to the project will be responsible for notifying the Project Engineer upon arrival at the job site on the first day (or as soon thereafter as possible) that flagging services begin and on the last day that he performs such services for each separate period that services are provided. The Project Engineer will document such notification in the project records. When requested, the Project Engineer will also sign the flagman's diary showing daily time spent and activity at the project site.

8. HAUL ACROSS RAILROAD:

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 54 of 183

9

A. Where the plans show or imply that materials of any naturemust be hauled across a Railroad, unless the plans clearly show that the State has included arrangements for such haul in its agreement with the Railroad, the Contractor will be required to make all necessary arrangements with the Railroad regarding means of transporting such materials across the Railroad. The Contractor will be required to bear all costs incidental, including flagging, to such crossings whether services are performed by his own forces or by Railroad personnel.

B. No crossing may be established for use of the Contractor for transporting materials or equipment across the tracks of the Railroad Company unless specific authority for is installation, maintenance, necessary watching and flagging thereof and removal, all at the expense of the Contractor, is first obtained from the Railroad Engineer.

9. WORK FOR THE BENEFIT OF THE CONTRACTOR:

A. All temporary or permanent changes in wire lines or other facilities which are considered necessary to the project are shown on the plans; included in the force account agreement between the State and the Railroad or will be covered by appropriate revisions to same which will be initiated and approved by the State and/or the Railroad.

B. Should the Contractor desire any changes in addition to the above, then he shall make separate arrangements with the Railroad for same to be accomplished at the Contractor's expense.

10. COOPERATION AND DELAYS:

A. It shall be the Contractor's responsibility to arrange a schedule with the Railroad for accomplishing stage construction involving work by the Railroad or tenants of the Railroad. In arranging his schedule he shall ascertain, from the Railroad, the lead time required for assembling crews and materials and shall make due allowance therefore.

B. No charge or claims of the Contractor against either the Department or the Railroad will be allowed for hindrance or delay on account of railroad traffic; any work done by the Railroad or other delay incident to or necessary for safe maintenance of Railroad traffic or for any delays due to compliance with these Special Notes.

11. TRAINMAN'S WALKWAYS:

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 55 of 183

10

Along the outer side of each exterior track of multiple operated track, and on each side of single operated track, an unobstructed continuous space suitable for trainman's use in walking along trains, extending to a line not less than 10 feet from centerline of track, shall be maintained. Any temporary impediments to walkways and track drainage encroachments or obstructions allowed during work hours while Railroad's protective service is provided shall be removed before the close of each day. If there is any excavation near the walkway, a handrail, with 10'-0" minimum clearance from centerline of track, shall be placed.

12. GUIDELINES FOR PERSONNEL ON RAILROAD RIGHTS OF WAY:

A. All persons shall wear hard hats. Appropriate eye and hearing protection must be used. Working in shorts is prohibited. Shirts must cover shoulders, back and abdomen. Working in tennis or jogging shoes, sandals, boots with high heels, cowboy and other slip on type boots is prohibited. Hard-sole, lace-up footwear, zippered boots cinched with straps which fit snugly about the ankle are adequate. Safety boots are strongly recommended.

B. No one is allowed within 25' of the centerline of the track without specific authorization from the flagman.

C. All persons working near track when train is passing are to look out for dragging bands, chains and protruding or shifting cargo.

D. No one is allowed to cross tracks without specific authorization from the flagman.

E. All welders and cutting torches working within 25' of track must stop when train is passing.

F. No steel tape or chain will be allowed to cross or touch rails without permission.

13. GUIDELINES FOR EQUIPMENT ON RAILROAD RIGHTS OF WAY:

A. No crane or boom equipment will be allowed to set up to work or park within boom distance plus 15' of centerline of track without specific permission from railroad official and flagman.

B. No crane or boom equipment will be allowed to foul track or lift a load over the track without flag protection and track time.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 56 of 183

11

C. All employees will stay with their machines when crane or boom equipment is pointed toward track.

D. All cranes and boom equipment under load will stop work while a train is passing (including pile driving).

E. Swinging loads must be secured to prevent movement while train is passing.

F. No loads will be suspended above a moving train.

G. No equipment will be allowed within 25' of centerline of track without specific authorization of the flagman.

H. Trucks, tractors or any equipment will not touch ballast line without specific permission from railroad official and flagman.

I. No equipment or load movement within 25' or above a standing train or other equipment without specific authorization of the flagman.

J. All operating equipment within 25' of track must halt operations when a train is passing. All other operating equipment may be halted by the flagman if the flagman views the operation to be dangerous to the passing train.

K. All equipment, loads and cables are prohibited from touching rails.

L. While clearing and grubbing, no vegetation will be removed from railroad embankment with heavy equipment without specific permission from the Railroad Engineer and flagman.

M. No equipment or materials will be parked or stored on Railroad’s property unless specific permission is granted from the Railroad Engineer.

N. All unattended equipment that is left parked on Railroad property shall be effectively immobilized so that it can not be moved by unauthorized persons.

O. All cranes and boom equipment will be turned away from track after each work day or whenever unattended by an operator.

14. INSURANCE:

A. In addition to any other forms of insurance or bonds required under the terms of the contract and specifications, the Contractor will be required to carry insurance of the following kinds:

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 57 of 183

12

1. Commercial General Liability and Property Damage Liability Insurance. Insurance shall include "XCU" coverage.

The Contractor shall furnish to the Department, for transmittal to the Railroad Company, certificate of insurance in triplicate as evidence that with respect to the operations he performs he carries regular Contractor's Public Liability Insurance and Contractor's Property Damage Liability Insurance both providing for limits of liability as follows:

MINIMUM COMBINED LIMITS COVERAGE OF LIABILITY

Bodily Injury Liability ) $3,000,000 Per OccurrenceProperty Damage Liability ) $3,000,000 AggregatePhysical Damage to Property)

2. Contractor's Protective Liability and Property Damage Liability Insurance.

The Contractor shall furnish the Department, for transmittal to the Railroad Company, certificate of insurance in triplicate as evidence that with respect to the operations performed for him by any subcontractor, he carries in his own behalf regular Contractor's Public Liability Insurance and regular Contractor's Protective Property Damage Liability Insurance both providing for limits of liability as follows:

MINIMUM COMBINED LIMITS COVERAGE OF LIABILITY

Bodily Injury Liability ) $3,000,000 Per OccurrenceProperty Damage Liability ) $3,000,000 AggregatePhysical Damage to Property)

3. Railroad Protective Liability Insurance.

The Contractor shall furnish to the Department, for transmittal to the Railroad Company, original and two (2) copies of Railroad Protective Insurance Policy with limits of liability as follows:

MINIMUM COMBINED LIMITS COVERAGE OF LIABILITY

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 58 of 183

13

Bodily Injury Liability ) $5,000,000 Per OccurrenceProperty Damage Liability ) $10,000,000 AggregatePhysical Damage to Property)

The Standard for this protective insurance shall follow the requirements of Subchapter G, Part 646, Subpart A of the Federal-Aid Policy Guide issued by the Federal Highway Administration on December 9, 1991, including all current amendments.

Evidence of insurance as required above shall be furnished to the address shown below for review by the Department and transmittal to the Railroad:

Department: Railroad:

Mr. Ryan Griffith, Director Ms. Donna W. Melton,Div. of Contract Procurement Manager - InsuranceKY Transportation Cabinet CSX Transportation, Inc.200 Mero Street, 3rd Floor West 500 Water Street – C907Frankfort, Kentucky 40622 Jacksonville, Florida 32203Phone (502) 564-3500 Phone (904) 359-1247Fax (502) 564-8961 Fax (904) 245-2833

The named insured, description of the work and designation of the job site to be shown on the Policy are as follows:

(a) Named Insured:

CSX Transportation, Inc.

(b) Description and Designation:

Kenton County; I-275 Phase II Bridge Cleaning and Painting

IM 275-9 (116) Item No. 6-0019.00 AAR DOT#: 915 003A and AAR DOT#: 353 296B

As Shown in the Advertisement

B. If any part of the work is sublet, similar insurance and evidence thereof in the same amounts as required of the Prime Contractor shall be provided by or in behalf of the subcontractor to cover his operations. Endorsements to the Prime Contractor's policies specifically naming subcontractors and describing their operations will be acceptable for this purpose.

C. All insurance herein before specified shall be carried until

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 59 of 183

14

all work required to be performed under the terms of the contract has been satisfactorily completed within the limits of the rights of way of the Railroad as evidenced by the formal acceptance by the Department. Insuring Companies may cancel insurance by permission of the Department and Railroad or on thirty (30) days written notice to the Department and Railroad as follows:

Department: Railroad:

Mr. Ryan Griffith, Director Ms. Donna W. Melton,Div. of Contract Procurement Manager - InsuranceKY Transportation Cabinet CSX Transportation, Inc.200 Mero Street, 3rd Floor West 500 Water Street – C907Frankfort, Kentucky 40622 Jacksonville, Florida 32203Phone (502) 564-3500 Phone (904) 359-1247Fax (502) 564-8961 Fax (904) 245-2833

15. FAILURE TO COMPLY:

These Special Notes are supplemental and amendatory to the Kentucky Department of Highways' Standard Specifications for Road and Bridge Construction, Edition of 2004, and amendments thereof, and where in conflict therewith, these Special Notes shall govern.

In the event the Contractor violates or fails to comply with any of the requirements of these Special Notes:

A. The Railroad Engineer may require that the Contractor vacate Railroad property.

B. The Engineer may withhold all monies due the Contractor on monthly statements.

Any such orders shall remain in effect until the Contractor has remedied the situation to the satisfaction of the Railroad Engineer and the Engineer.

16. PAYMENT FOR COST OF COMPLIANCE:

No separate payment will be made for any extra cost incurred on account of compliance with these Special Notes. All such cost shall be included in prices bid for other items of the work as specified in the payment items.

Office of the Principle Engineer Public ProjectsCSX Engineering Department500 Water Street – J301Jacksonville, Florida 32202

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 60 of 183

15

Date: August 25, 2010File: Latonia Lakes, Kenton County, KentuckyMilepost: 00T-103.3AAR-DOT# 915 003A

File: Decoursey, Kenton County, KentuckyMilepost: OKC 5.91AAR-DOT# 353 296B

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 61 of 183

SUMMARY FOR KYTC PROJECTS THAT INVOLVE A RAILROAD

This project actively involves the below listed railroad company. This Project Summary provides an abbreviated listing of project specific railroad data. The detailed needs of the specified railroad company are included in the Special Railroad Coordination Notes in the propose package. By submitting a bid the contractor attest that they have dutifully considered and accepted the provisions as defined in both documents.

GENERAL ROAD PROJECT INFORMATION

County: KentonFederal Number: IM 275-9(116)State Number: FD52 059 0275 000-000Route: I-275Project Description: Bridge Cleaning and PaintingItem Number: 016-19.01

GENERAL RAIL INFORMATION

Rail Company Name: Norfolk and Southern RailwayAAR-DOT# MP 8.67 CNO & TP File 117-14153 (BR0013807)Train Count (6am to 6pm) 26 Train Count (6pm to 6am) 26 Train Count (24 hr total) 52Maximum Train Speed: 55 mph

INSURANCE REQUIRMENTS

The name insured, description of the work and designation of the job site to shown on the Policy are as follows:

(a) Name Insured: Organization(b) The project description should be as indicated in the General Road Project Information

Section.(c) The designation of the jobsite is the route, Milepost, and AAR-DOT# listed above.

FLAGGING INFORMATION

Flagging estimate

Daily Rate: $983.00 per day based on a 12 hour day effective as the date of this document.Travel Expenses: $100.00 per day.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 62 of 183

SPECIAL PROVISIONS FOR PROTECTION OF RAILWAY INTERESTS

NORFOLK SOUTHERN RAILWAY COMPANY

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 63 of 183

1. AUTHORITY OF RAILROAD ENGINEER AND DEPARTMENT ENGINEER: The authorized representative of the Railroad Company, hereinafter referred to as

Railroad Engineer, shall have final authority in all matters affecting the safe maintenance of Railroad traffic of his Company including the adequacy of the foundations and structures supporting the Railroad tracks.

The authorized representative of the Department, hereinafter referred to as the

Department Engineer, shall have authority over all other matters as prescribed herein and in the Project Specifications.

2. NOTICE OF STARTING WORK: A. The Department’s Prime contractor shall not commence any work on

railroad rights-of-way until he has complied with the following conditions: 1. Given the Railroad written notice, with copy to the Department

Engineer who has been designated to be in charge of the work, at least ten days in advance of the date he proposes to begin work on Railroad rights-of-way.

Office of Chief Engineer Bridges & Structures Norfolk Southern Corporation 1200 Peachtree Street NE Internal Box #142 Atlanta, Georgia 30309

2. Obtained written approval from the Railroad of Railroad Protective Liability Insurance coverage as required by paragraph 14 herein. It should be noted that Railroad Company does not accept notation of Railroad Protective insurance on a certificate of liability insurance form or Binders as Railroad Company must have the full original countersigned policy. Further, please note that mere receipt of the policy is not the only issue but review for compliance. Due to the number of projects system-wide, it typically takes a minimum of 30-45 days for Railroad Company to review.

3. Obtained Railroad’s Flagging Services as required by paragraph 7

herein. 4. Obtained written authorization from the Railroad to begin work on

Railroad rights-of-way, such authorization to include an outline of specific conditions with which he must comply.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 64 of 183

5. Furnished a schedule for all work within the Railroad rights-of-way as required by paragraph 7,B,1.

B. The Railroad’s written authorization to proceed with the work shall include

the names, addresses, and telephone numbers of the Railroad’s representatives who are to be notified as hereinafter required. Where more than one representative is designated, the area of responsibility of each representative shall be specified.

3. INTERFERENCE WITH RAILROAD OPERATIONS:

A. The Contractor shall so arrange and conduct his work that there will be no interference with Railroad operations, including train, signal, telephone and telegraphic services, or damage to the property of the Railroad Company or to poles, wires, and other facilities of tenants on the rights-of-way of the Railroad Company. Whenever work is liable to affect the operations or safety of trains, the method of doing such work shall first be submitted to the Railroad Engineer for approval, but such approval shall not relieve the Contractor from liability. Any work to be performed by the Contractor which requires flagging service or inspection service shall be deferred by the Contractor until the flagging service or inspection service required by the Railroad is available at the job site.

B. Whenever work within Railroad rights-of-way is of such a nature that

impediment to Railroad operations such as use of runaround tracks or necessity for reduced speed is unavoidable, the Contractor shall schedule and conduct his operations so that such impediment is reduced to the absolute minimum.

C. Should conditions arising from, or in connection with the work, require that

immediate and unusual provisions be made to protect operations and property of the Railroad, the Contractor shall make such provisions. If in the judgment of the Railroad Engineer, or in his absence, the Railroad’s Division Engineer, such provisions is insufficient, either may require or provide such provisions as he deems necessary. In any event, such unusual provisions shall be at the Contractor’s expense and without cost to the Railroad or the Department.

4. TRACK CLEARANCES:

A. The minimum track clearances to be maintained by the Contractor during construction are shown on the Project Plans. However, before undertaking any work within Railroad right-of-way, or before placing any obstruction over any track, the Contractor shall:

3

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 65 of 183

1. Notify the Railroad’s representative at least 72 hours in advance of the work.

2. Receive assurance from the Railroad’s representative that

arrangements have been made for flagging service as may be necessary.

3. Receive permission from the Railroad’s representative to proceed

with the work. 4. Ascertain that the Department Engineer has received copies of notice

to the Railroad and of the Railroad’s response thereto. 5. CONSTRUCTION PROCEDURES: A. General: Construction work and operations by the Contractor on Railroad property

shall be: 1. Subject to the inspection and approval of the Railroad. 2. In accord with the Railroad’s written outline of specific

conditions. 3. In accord with the Railroad’s general rules, regulations and

requirements including those relating to safety, fall protection and personal protective equipment.

4. In accord with these Special Provisions. B. Excavation: The subgrade of an operated track shall be maintained with edge of berm at

least 10’-0” from centerline of track and not more than 24- inches below top of rail. Contractor will not be required to make existing section meet this specification if substandard, in which case existing section will be maintained.

Additionally, the Railroad Engineer may require installation of orange

construction safety fencing for protection of the work area. C. Excavation for Structures:

4

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 66 of 183

The Contractor will be required to take special precaution and care in

connection with excavating and shoring pits, and in driving piles or sheeting for footings adjacent to tracks to provide adequate lateral support for the tracks and the loads which they carry, without disturbance of track alignment and surface, and to avoid obstructing track clearances with working equipment, tools or other material. All plans and calculations for shoring shall be prepared and signed by a Registered Professional Engineer. The Registered Professional Engineer will be responsible for the accuracy for all controlling dimensions as well as the selection of soil design values which will accurately reflect the actual field conditions. The procedure for doing such work, including need of and plans and calculations for shoring, shall first be approved by the Department Engineer and the Railroad Engineer, but such approval shall not relieve the Contractor from liability.

Additionally, walkway with handrail protection may be required as noted in

paragraph 11 herein. .

D. Demolition, Erection, Hoisting

1. Railroad tracks and other railroad property must be protected from damage during the procedure.

2. The Contractor is required to submit a plan showing the location of

cranes, horizontally and vertically, operating radii, with delivery or disposal locations shown. The location of all tracks and other railroad facilities as well as all obstructions such as wire lines, poles, adjacent structures, etc. must also be shown.

3. Crane rating sheets showing cranes to be adequate for 150% of the

actual weight of the pick. A complete set of crane charts, including crane, counterweight, and boom nomenclature is to be submitted.

4. Plans and computations showing the weight of the pick must be

submitted. Calculations shall be made from plans of the existing and/or proposed structure showing complete and sufficient details with supporting data for the demolition or erection of the structure. If plans do not exist, lifting weights must be calculated from field measurements. The field measurements are to be made under the supervision of the Registered Professional Engineer submitting the procedure and calculations.

5. A data sheet must be submitted listing the types, size, and

arrangements of all rigging and connection equipment.

5

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 67 of 183

6. A complete procedure is to be submitted, including the order of lifts, time required for each lift, and any repositioning or re-hitching of the crane or cranes.

7. All erection or demolition plans, procedures, data sheets, etc.

submitted must be prepared, signed and sealed by a Registered Professional Engineer.

8. The Railroad Engineer or his designated representative must be

present at the site during the entire demolition and erection procedure period.

9. All procedures, plans and calculations shall first be approved by the

Department Engineer and the Railroad Engineer, but such approval does not relieve the Contractor from liability.

E. Blasting: 1. The Contractor shall obtain advance approval of the Railroad

Engineer and the Department Engineer for use of explosives on or adjacent to Railroad property. The request for permission to use explosives shall include a detailed blasting plan. If permission for use of explosives is granted, the Contractor will be required to comply with the following:

(a) Blasting shall be done with light charges under the direct

supervision of a responsible officer or employee of the Contractor and a licensed blaster.

(b) Electric detonating fuses shall not be used because of the

possibility of premature explosions resulting from operation of two-way radios.

(c) No blasting shall be done without the presence of the Railroad

Engineer or his authorized representative. At least 72 hours advance notice to the person designated in the Railroad’s notice of authorization to proceed (see paragraph 2B) will be required to arrange for the presence of an authorized Railroad representative and such flagging as the Railroad may require.

(d) Have at the job site adequate equipment, labor and materials

and allow sufficient time to clean up debris resulting from the blasting without delay to trains, as well as correcting at his expense any track misalignment or other damage to Railroad property resulting from the blasting as directed by the Railway’s authorized representative. If his actions result in

6

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 68 of 183

delay of trains, the Contractor shall bear the entire cost thereof.

2. The Railroad representative will: (a) Determine approximate location of trains and advise the

Contractor the appropriate amount of time available for the blasting operation and clean up.

(b) Have the authority to order discontinuance of blasting if, in his

opinion, blasting is too hazardous or is not in accord with these special provisions.

F. Maintenance of Railroad Facilities: 1. The Contractor will be required to maintain all ditches and drainage

structures free of silt or other obstructions which may result from his operations and provide and maintain any erosion control measures as required. The Contractor will promptly repair eroded areas within Railroad rights-of-way and repair any other damage to the property of the Railroad or its tenants.

2. All such maintenance and repair of damages due to the Contractor’s

operations shall be done at the Contractor’s expense. G. Storage of Materials and Equipment: Materials and equipment shall not be stored where they will interfere with

Railroad operations, nor on the rights-of-way of the Railroad Company without first having obtained permission from the Railroad Engineer, and such permission will be with the understanding that the Railroad Company will not be liable for damage to such material and equipment from any cause and that the Railroad Engineer may move or require the Contractor to move, at the Contractor’s expense, such material and equipment.

All grading or construction machinery that is left parked near the track

unattended by a watchman shall be effectively immobilized so that it cannot be moved by unauthorized persons. The Contractor shall protect, defend, indemnify and save Railroad, and any associated, controlled or affiliated corporation, harmless from and against all losses, costs, expenses, claim or liability for loss or damage to property or the loss of life or personal injury, arising out of or incident to the Contractor’s failure to immobilize grading or construction machinery.

H. Cleanup:

7

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 69 of 183

Upon completion of the work, the Contractor shall remove from within the limits of the Railroad rights-of-way, all machinery, equipment, surplus materials, falsework, rubbish or temporary buildings of the Contractor, and leave said rights-of-way in a neat condition satisfactory to the Chief Engineer of the Railroad or his authorized representative.

6. DAMAGES:

A. The Contractor shall assume all liability for any and all damages to his work, employees, servants, equipment and materials caused by Railroad traffic.

B. Any cost incurred by the Railroad for repairing damages to its property or to

property of its tenants, caused by or resulting from the operations of the Contractor, shall be paid directly to the Railroad by the Contractor.

7. FLAGGING SERVICES: A. Requirements: Flagging services will not be provided until the contractor’s insurance has

been reviewed & approved by the Railroad. Under the terms of the agreement between the Department and the Railroad,

the Railroad has sole authority to determine the need for flagging required to protect its operations. In general, the requirements of such services will be whenever the Contractor’s personnel or equipment are or are likely to be, working on the Railroad’s right-of-way, or across, over, adjacent to, or under a track, or when such work has disturbed or is likely to disturb a railroad structure or the railroad roadbed or surface and alignment of any track to such extent that the movement of trains must be controlled by flagging.

Normally, the Railroad will assign one flagman to a project; but in some

cases, more than one may be necessary, such as yard limits where three (3) flagmen may be required. However, if the Contractor works within distances that violate instructions given by the Railroad’s authorized representative or performs work that has not been scheduled with the Railroad’s authorized representative, a flagman or flagmen may be required full time until the project has been completed.

B. Scheduling and Notification:

1. The Contractor’s work requiring railroad flagging should be scheduled to limit the presence of a flagman at the site to a maximum of 50

8

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 70 of 183

hours per week. The Contractor shall receive Railroad approval of work schedules requiring a flagman’s presence in excess of 40 hours per week.

2. Not later than the time that approval is initially requested to begin

work on Railroad right-of-way, Contractor shall furnish to the Railroad and the Department a schedule for all work required to complete the portion of the project within Railroad right-of-way and arrange for a job site meeting between the Contractor, the Department, and the Railroad’s authorized representative. Flagman or Flagmen may not be provided until the job site meeting has been conducted and the Contractor’s work scheduled.

3. The Contractor will be required to give the Railroad representative at

least 10 working days of advance written notice of intent to begin work within Railroad right-of-way in accordance with this special provision. Once begun, when such work is then suspended at any time, or for any reason, the Contractor will be required to give the Railroad representative at least 3 working days of advance notice before resuming work on Railroad right-of-way. Such notices shall include sufficient details of the proposed work to enable the Railroad representative to determine if flagging will be required. If such notice is in writing, the Contractor shall furnish the Engineer a copy; if notice is given verbally, it shall be confirmed in writing with copy to the Engineer. If flagging is required, no work shall be undertaken until the flagman, or flagmen are present at the job site. It may take up to 30 days to obtain flagging initially from the Railroad. When flagging begins, the flagman is usually assigned by the Railroad to work at the project site on a continual basis until no longer needed and cannot be called for on a spot basis. If flagging becomes unnecessary and is suspended, it may take up to 30 days to again obtain from the Railroad. Due to Railroad labor agreements, it is necessary to give 5 working days notice before flagging service may be discontinued and responsibility for payment stopped.

4. If, after the flagman is assigned to the project site, an emergency

arises that requires the flagman’s presence elsewhere, then the Contractor shall delay work on Railroad right-of-way until such time as the flagman is again available. Any additional costs resulting from such delay shall be borne by the Contractor and not the Department or Railroad.

9

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 71 of 183

C. Payment: 1. The Department will be responsible for paying the Railroad directly

for any and all costs of flagging which may be required to accomplish the construction.

2. The estimated cost of flagging is current rate per day based on a 12-

hour work day. This cost includes the base pay for the flagman, overhead, and includes a per diem charge for travel expenses, meals and lodging. The charge to the Department by the Railroad will be the actual cost based on the rate of pay for the Railroad’s employees who are available for flagging service at the time the service is required.

3. Work by a flagman in excess of 8 hours per day or 40 hours per week,

but not more than 12 hours a day will result in overtime pay at 1 and 1/2 times the appropriate rate. Work by a flagman in excess of 12 hours per day will result in overtime at 2 times the appropriate rate. If work is performed on a holiday, the flagging rate is 2 and 1/2 times the normal rate.

4. Railroad work involved in preparing and handling bills will also be

charged to the Department. Charges to the Department by the Railroad shall be in accordance with applicable provisions of Subchapter B, Part 140, Subpart I and Subchapter G, Part 646, Subpart B of the Federal-Aid Policy Guide issued by the Federal Highway Administration on December 9, 1991, including all current amendments. Flagging costs are subject to change. The above estimates of flagging costs are provided for information only and are not binding in any way.

D. Verification: 1. Railroad’s flagman will electronically enter flagging time via

Railroad’s electronic billing system. Any complaints concerning flagging must be resolved in a timely manner. If need for flagging is questioned, please contact Railroad’s System Engineer Public Improvements (404) 529-1641. All verbal complaints will be confirmed in writing by the Contractor within 5 working days with a copy to the Highway Engineer. Address all written correspondence to:

Office of Chief Engineer Attn: Bridges & Structures System Engineer

10

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 72 of 183

Norfolk Southern Corporation Public Improvements 1200 Peachtree Street NE, Internal Box 142 Atlanta, Georgia 30309 2. The Railroad flagman assigned to the project will be responsible for

notifying the Department Engineer upon arrival at the job site on the first day (or as soon thereafter as possible) that flagging services begin and on the last day that he performs such services for each separate period that services are provided. The Department Engineer will document such notification in the project records. When requested, the Department Engineer will also sign the flagman’s diary showing daily time spent and activity at the project site.

8. HAUL ACROSS RAILROAD: A. Where the plans show or imply that materials of any nature must be hauled

across a Railroad, unless the plans clearly show that the Department has included arrangements for such haul in its agreement with the Railroad, the Contractor will be required to make all necessary arrangements with the Railroad regarding means of transporting such materials across the Railroad. The Contractor will be required to bear all costs incidental to such crossings whether services are performed by his own forces or by Railroad personnel.

B. No crossing may be established for use of the Contractor for transporting

materials or equipment across the tracks of the Railroad Company unless specific authority for its installation, maintenance, necessary watching and flagging thereof and removal, until a temporary private crossing agreement has been executed between the Contractor and Railroad. The approval process for an agreement normally takes 90-days.

9. WORK FOR THE BENEFIT OF THE CONTRACTOR:

A. All temporary or permanent changes in wire lines or other facilities which

are considered necessary to the project are shown on the plans; included in the force account agreement between the Department and the Railroad or will be covered by appropriate revisions to same which will be initiated and approved by the Department and/or the Railroad.

B. Should the Contractor desire any changes in addition to the above, then he

shall make separate arrangements with the Railroad for same to be accomplished at the Contractor’s expense.

11

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 73 of 183

10. COOPERATION AND DELAYS: A. It shall be the Contractor’s responsibility to arrange a schedule with the

Railroad for accomplishing stage construction involving work by the Railroad or tenants of the Railroad. In arranging his schedule he shall ascertain, from the Railroad, the lead time required for assembling crews and materials and shall make due allowance therefore.

B. No charge or claim of the Contractor against either the Department or the

Railroad Company will be allowed for hindrance or delay on account of railway traffic; any work done by the Railway Company or other delay incident to or necessary for safe maintenance of railway traffic or for any delays due to compliance with these special provisions.

11. TRAINMAN’S WALKWAYS: Along the outer side of each exterior track of multiple operated track, and on each

side of single operated track, an unobstructed continuous space suitable for trainman’s use in walking along trains, extending to a line not less than 10 feet from centerline of track, shall be maintained. Any temporary impediments to walkways and track drainage encroachments or obstructions allowed during work hours while Railway’s protective service is provided shall be removed before the close of each work day. If there is any excavation near the walkway, a handrail, with 10’-0” minimum clearance from centerline of track, shall be placed and must conform to AREMA and/or FRA standards.

12. GUIDELINES FOR PERSONNEL ON RAILROAD RIGHT-OF-WAY: A. All persons shall wear hard hats. Appropriate eye and hearing protection

must be used. Working in shorts is prohibited. Shirts must cover shoulders, back and abdomen. Working in tennis or jogging shoes, sandals, boots with high heels, cowboy and other slip-on type boots is prohibited. Hard-sole, lace-up footwear, zippered boots or boots cinched up with straps which fit snugly about the ankle are adequate. Wearing of safety boots is strongly recommended. In the vicinity of at-grade crossings, it is strongly recommended that reflective vests be worn.

B. No one is allowed within 25’ of the centerline of track without specific

authorization from the flagman. C. All persons working near track while train is passing are to lookout for

dragging bands, chains and protruding or shifted cargo. D. No one is allowed to cross tracks without specific authorization from the

flagman.

12

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 74 of 183

E. All welders and cutting torches working within 25’ of track must stop when

train is passing. F. No steel tape or chain will be allowed to cross or touch rails without

permission. 13. GUIDELINES EQUIPMENT ON RAILROAD RIGHT-OF-WAY: A. No crane or boom equipment will be allowed to set up to work or park within

boom distance plus 25’ of centerline of track without specific permission from railroad official and flagman.

B. No crane or boom equipment will be allowed to foul track or lift a load over

the track without flag protection and track time. C. All employees will stay with their machines when crane or boom equipment

is pointed toward track. D. All cranes and boom equipment under load will stop work while train is

passing (including pile driving). E. Swinging loads must be secured to prevent movement while train is passing. F. No loads will be suspended above a moving train. G. No equipment will be allowed within 25’ of centerline of track without

specific authorization of the flagman. H. Trucks, tractors or any equipment will not touch ballast line without specific

permission from railroad official and flagman. I. No equipment or load movement within 25’ or above a standing train or

railroad equipment without specific authorization of the flagman. J. All operating equipment within 25’ of track must halt operations when a

train is passing. All other operating equipment may be halted by the flagman if the flagman views the operation to be dangerous to the passing train.

K. All equipment, loads and cables are prohibited from touching rails. L. While clearing and grubbing, no vegetation will be removed from railroad

embankment with heavy equipment without specific permission from the Railroad Engineer and flagman.

13

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 75 of 183

M. No equipment or materials will be parked or stored on Railroad’s property unless specific authorization is granted from the Railroad Engineer.

N. All unattended equipment that is left parked on Railroad property shall be

effectively immobilized so that it cannot be moved by unauthorized persons. O. All cranes and boom equipment will be turned away from track after each

work day or whenever unattended by an operator. 14. INSURANCE:

A. In addition to any other forms of insurance or bonds required under the terms of the contract and specifications, the Prime Contractor will be required to carry insurance of the following kinds and amounts: 1. Commercial General Liability Insurance having a combined single

limit of not less than $2,000,000 per occurrence for all loss, damage, cost and expense, including attorneys' fees, arising out of bodily injury liability and property damage liability during the policy period. Said policy shall include explosion, collapse, and underground hazard (XCU) coverage, shall be endorsed to name Railroad specified in item A.2.c. below both as the certificate holder and as an additional insured, and shall include a severability of interests provision.

2. Railroad Protective Liability Insurance having a combined single limit

of not less than $2,000,000 each occurrence and $6,000,000 in the aggregate applying separately to each annual period. If the project involves track over which passenger trains operate, the insurance limits required are not less than a combined single limit of $5,000,000 each occurrence and $10,000,000 in the aggregate applying separately to each annual period. Said policy shall provide coverage for all loss, damage or expense arising from bodily injury and property damage liability, and physical damage to property attributed to acts or omissions at the job site.

The standards for the Railroad Protective Liability Insurance are as follows:

a. The insurer must be rated A- or better by A.M. Best Company, Inc.

b. The policy must be written using one of the following combinations of Insurance Services Office (“ISO”) Railroad Protective Liability Insurance Form Numbers:

c. (1) CG 00 35 01 96 and CG 28 31 10 93; or

14

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 76 of 183

(2) CG 00 35 07 98 and CG 28 31 07 98; or (3) CG 00 35 10 01; or (4) CG 00 35 12 04.

d. The named insured shall read: Norfolk Southern Railway Company Three Commercial Place Norfolk, Virginia 23510-2191 Attn: Risk Management

e. The description of operations must appear on the Declarations, must match the project description in this agreement, and must include the appropriate Department project and contract identification numbers.

f. The job location must appear on the Declarations and must

include the city, state, and appropriate highway name/number. NOTE: Do not include any references to milepost on the insurance policy.

g. The name and address of the prime contractor must appear on

the Declarations.

h. The name and address of the Department must be identified on the Declarations as the “Involved Governmental Authority or Other Contracting Party.”

i. Other endorsements/forms that will be accepted are:

(1) Broad Form Nuclear Exclusion – Form IL 00 21 (2) 30-day Advance Notice of Non-renewal or cancellation (3) Required State Cancellation Endorsement (4) Quick Reference or Index Form CL/IL 240

j. Endorsements/forms that are NOT acceptable are:

(1) Any Pollution Exclusion Endorsement except CG 28 31 (2) Any Punitive or Exemplary Damages Exclusion (3) Known injury or Damage Exclusion form CG 00 59 (4) Any Common Policy Conditions form (5) Any other endorsement/form not specifically authorized

in item no. 2.h above.

15

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 77 of 183

B. If any part of the work is sublet, similar insurance, and evidence thereof as specified in A.1 above, shall be provided by or on behalf of the subcontractor to cover its operations on Railroad’s right of way.

C. Prior to entry on Railroad right-of-way, the original Railroad Protective

Liability Insurance Policy shall be submitted by the Prime Contractor to the Department at the address below for its review and transmittal to the Railroad. In addition, certificates of insurance evidencing the Prime Contractor’s and any subcontractors’ Commercial General Liability Insurance shall be issued to the Railroad and the Department at the addresses below, and forwarded to the Department for its review and transmittal to the Railroad. The certificates of insurance shall state that the insurance coverage will not be suspended, voided, canceled, or reduced in coverage or limits without (30) days advance written notice to Railroad and the Department. No work will be permitted by Railroad on its right-of-way until it has reviewed and approved the evidence of insurance required herein.

DEPARTMENT: RAILROAD:

Mr. Steve Criswell, P. E. Mr. Scott Dickerson Kentucky Transportation Cabinet Risk Management Division of Construction Norfolk Southern Railway Company TCOB 200 Mero Street Three Commercial Place 3rd Floor West Wing Norfolk, Virginia 23510-2191 Frankfort, Kentucky 40622

D. The insurance required herein shall in no way serve to limit the liability of Department or its Contractors under the terms of this agreement.

15. FAILURE TO COMPLY:

In the event the Contractor violates or fails to comply with any of the requirements of these Special Provisions:

A. The Railroad Engineer may require that the Contractor vacate Railroad

property.

B. The Engineer may withhold all monies due the Contractor on monthly statements.

Any such orders shall remain in effect until the Contractor has remedied the situation to the satisfaction of the Railroad Engineer and the Engineer.

16. PAYMENT FOR COST OF COMPLIANCE:

16

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 78 of 183

No separate payment will be made for any extra cost incurred on account of compliance with these special provisions. All such costs shall be included in prices bid for other items of the work as specified in the payment items.

Office of Chief Engineer Bridges & Structures Norfolk Southern Corporation 1200 Peachtree Street, N. E. Internal Box 142 Atlanta, GA 30309 Date: File: Milepost:

17

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 79 of 183

SPECIAL NOTE FOR COAST GUARD REQUIREMENTSMP 059 0275 B00052L & R Structures Only

The Coast Guard determined the work does not result in the permanent encroachment on the navigation clearances or change in the configuration of the structure. Therefore, the work may be performed as routine maintenance and a Coast Guard bridge permit is not required.

Our approval requires the following precautionary measures be taken during the performance of the work:

Condition 1: Temporary access platform, containment tarps, or nets and steel cables shall be allowed to extend below the low steel of the bridge over the channel by not more than 4 feet. A minimum vertical clearance above normal pool of 112 feet shall be maintained at all times. When rising water elevation reduces this clearance, the containment apparatus must be raised to restore the minimum clearance. This office shall be advised prior to installation of the access platform so that we may alert navigation to the work.

Condition 2: The Commander, Eighth Coast Guard District (dwb), shall be provided a schedule of work and be notified prior to any change to the work schedule. The name of the person who may be contacted on a 24-hours basis to respond to an emergency at the work site shall also be provided.

Condition 3: All work shall be conducted so that the free flow of navigation is not unreasonably interfered with and the navigable depths are not impaired.

Condition 4: The work should not be allowed to interfere with the proper display of navigation lights or retro-reflective panels at night.

Condition 5: Floating plant shall not be permanently moored between the channel piers and shall be moved upon request for passage of river traffic.

Condition 6: Floating plant working in the channel shall display lights and signals as required by “Inland Navigation Rules of 1980”.

Condition 7: Positive precautions shall be taken to prevent the accidental dropping of spark-producing, flame-producing, lighted or other damaging objects onto barges and vessels passing beneath the bridge. All flame-cutting, welding and similar spark-producing “hot work” shall cease over the channel when vessels are passing beneath the bridge.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 80 of 183

Condition 8: The work must comply with the Federal Water Pollution Control Act, as amended, which prohibits the discharge of oil (including oil based paints) or hazardous substances into the waters of the United States. The Act requires any person in charge of a vessel or facility from which oil or a hazardous substance is discharged to immediately report the discharge to the U.S. Coast Guard National Response Center, 1-800-424-8802 (toll free). The owner/operator of the vessel or facility from which the pollutant is discharged is subject to a civil penalty of up to $10,000 and is liable for cleanup costs, if any.

This office must be kept informed on the status of the work to enable us to issue cautionary notices to mariners. Please prepare the enclosed Project Information Record and submit it to us so that we may contact the responsible individual for an emergency. If there is a marine radio at the job site, please include the call sign and operating frequency in the information form for our use in mariner notices.

Contact Dave Studt at the above number to provide updates or for any questions about our requirements.

Contact information:

Commander (dwb)Eighth Coast Guard District1222 Spruce StreetSt. Louis, MO 63103-2832

Phone: 314-269-2381Fax: 314-269-2737E-Mail [email protected]

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 81 of 183

GENERAL NOTE FOR TRAFFIC CONTROL

The contractor shall execute all temporary traffic control as indicated in this general note and traffic control drawings.

The contractor shall be required to coordinate his efforts with those of any other contractor in the construction area so as to eliminate any lane closures which conflict with this traffic note.

In the event it becomes necessary to make emergency repairs of this project by state forces or by other outside contractors, the (painting) contractor agrees to alter his work pattern as directed by the engineer so as not to interfere with the emergency work.

The contractor will be required to furnish all traffic control devices whenever his operations endanger or interfere with vehicular traffic as determined by the engineer. The contractor shall furnish any additional traffic control devices necessary to protect traffic and his workmen. Any costs associated with the added traffic control devices (including arrow boards) shall be incidental to the contract lump sum amount for "maintain and control traffic."

Placement of all devices for lane closures shall start and proceed in the direction of flow of traffic. Removal of devices shall start at the end of the construction area and proceed toward oncoming traffic. The contractor shall provide for the installation of all necessary traffic control devices before beginning work and their immediate removal as soon as work is suspended or completed. During the fully operational periods, when no lane closures are permitted, all equipment shall be totally removed from the job site. Traffic control signs shall be removed or covered (if left in a curb lane).

The contractor's vehicles shall always move with and not across or against the flow of traffic. Vehicles shall enter or leave work areas in a manner that will not be hazardous to or interfere with normal roadway traffic. Vehicles shall not park or stop except within designated work areas.

A “police officer with vehicle” will be used for installation of and removal of all laneclosures and deployment of rolling roadblocks. The Contractor will be responsible for allcoordination with the local law enforcement and the KYTC engineer. Payment for thisitem will be included in the lump sum bid for Maintain and Control Traffic.

The Engineer may elect to use Variable Message Boards when necessary. Lane closures should be used only when absolutely necessary and kept to the shortest duration possible in order to minimize disruption to the traveling public.

The Contractor shall notify the Cabinet’s Department of Motor Vehicle Oversize PermitsSection for height and width restrictions when using platforms with minimal clearance.

The Contractor shall reduce the speed limit to 55 MPH in and approaching the work zones unless otherwise noted (see attached traffic control drawing 2 of 36).

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 82 of 183

The contractor shall maintain a minimum of 16.5 foot of vertical clearance over any lanewhere traffic is allowed unless otherwise noted. No work will be conducted overunprotected traffic at any location.

Rolling roadblocks will be used for rigging, erecting platforms and containment for.When using rolling road blocks the Contractor shall employ one marked police vehicle per lane including ramps as necessary, in one direction at a predetermined time andpredetermined speed as directed by the Engineer. There shall be no stopping of the rolling roadblock. Prior to instituting such the roadway ahead shall be cleared of traffic as directed by the Engineer. The area of influence shall be sealed of (all on-ramps or access intersection closed) by use Flaggers and or Contractor’s vehicles. The purpose is to seal off a certain work area and/or work function as designated in the notes so that theContractor can perform certain work without any hazard to traffic. The rolling roadblockshall prevent any other vehicles at a slower speed than normal and forcing all vehicles tofollow behind the marked police vehicles at their predetermined speed. Rolling roadblock will be used during non-peak hours as directed by the Engineer and the General Note for Traffic Control.

The use of Double Fine Zones may be used at the Contractor’s discretion.

Personal vehicles will not be permitted to park within the state right-of-way. The contractor's vehicles will be prohibited from crossing the roadway and all pedestrian movement of the contractor's personnel on the roadway will be limited to within the closed work areas.

PaymentContrary to Standard Specifications, payment of the contract lump sum amount for "maintain and control traffic" shall be full compensation for all items necessary to maintain and control traffic on this project. All traffic control items shall remain the property of the contractor when the work is complete.

No lane closure is permitted on the following dates:

2011March 31 Cincinnati Reds Opening Day

April 30 - May 1 Flying Pig Marathon

May 28-30 Memorial Day

July 2-4 Independence Day

September 3-5 Labor Day weekend

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 83 of 183

2012April Cincinnati Reds Opening Day

(Exact date to be determined by the Resident Engineer when available)

May 1 Flying Pig Marathon

May 26-28 Memorial Day

July 4 Independence Day

September 1-3 Labor Day weekend

All traffic control details will comply with the following descriptions, referenced plan drawings, KYTC Standard Drawings, and the current FHWA - MUTCD.

SECTION ONE

See attached traffic control drawings (sheets 1 and 2 of 37) for index of plan drawings and speed reduction plan.

MP 059 0275 B00059L 82.51I-275 EB over US 25

All cleaning and painting work will be performed on working platform. Use rolling road blocks from 7:00 PM until 7:00 AM each day to install cables / rigging. The left southbound US 25 lane will be closed per the attached traffic control drawings (17 of 36)to install / remove working platform. Maintain 15 foot vertical clearance at all time. Use rolling road blocks from 7:00 PM until 7:00 AM each day for the purpose of placing /removing rigging / containment / working platform. Contrary to section 108.09 of the KYTC Standard Specification the contractor will be assessed a liquidated damage of $10,000.00 per hour or any portion of an hour for any lane closure outside the allotted time.

MP 059 0275 B00059R 82.51I-275 WB over US 25

All cleaning and painting work will be performed on working platform. Use rolling road blocks from 7:00 PM until 7:00 AM each day to install cables / rigging. The left southbound US 25 lane will be closed per the attached traffic control drawings (17 of 36)to install / remove working platform. Maintain 15 foot vertical clearance at all time. Contrary to section 108.09 of the KYTC Standard Specification the contractor will be assessed a liquidated damage of $10,000.00 per hour or any portion of an hour for any lane closure outside the allotted time.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 84 of 183

MP 059 0275 B00060N 82.51I-275 WB to US25 SB Ramp over US 25

All cleaning and painting work will be performed on working platform. Use rolling road blocks from 7:00 PM until 7:00 AM each day to install cables / rigging. The left southbound US 25 lane will be closed per the attached traffic control drawings (1736) to install / remove working platform. Maintain 15 foot vertical clearance at all time. Contrary to section 108.09 of the KYTC Standard Specification the contractor will be assessed a liquidated damage of $10,000.00 per hour or any portion of an hour for any lane closure outside the allotted time.

MP 059 0275 B00058N 83.08Norfolk Southern Railroad over I-275

Westbound I-275Left shoulder closure, right shoulder closure, and double left lane closure per KYTC Standard Drawings are allowed. A double right lane closure per the attached traffic control drawings (18 through 22 of 36) is allowed. The double lane closures may be from 10:00 PM until 6:00 AM each day. Contrary to section 108.09 of the KYTC Standard Specification the contractor will be assessed a liquidated damage of $10,000.00 per hour or any portion of an hour for any I-275 lane closure outside the allotted time.

Eastbound I-275All cleaning and painting work will be performed on working platform. Use shoulder closures and rolling road block to install cables. Use the attached traffic control drawings (18 through 22 of 36) for double right lane closure and double left lane closure to install and remove working platform only. The double lane closures may be from 10:00 PM until 6:00 AM each day. Contrary to section 108.09 of the KYTC Standard Specification the contractor will be assessed a liquidated damage of $10,000.00 per hour or any portion of an hour for any I-275 lane closure outside the allotted time.

MP 059 0275 B00057N 83.40RT 3144 (Erlanger-Crescent Springs Road) over I-275

Ramp (Westbound I-275 to I-75)All cleaning and painting work will be performed on working platform. Use rolling road blocks from 10:00 PM until 6:00 AM each day to install cables / rigging. Use shoulder closures, right lane closure, and left lane closure per KYTC Standard Drawings to install /remove working platform. Maintain at least one usable 12 foot lane on ramp at all times. The lane closures may be from 10:00 PM until 6:00 AM each day. Contrary to section 108.09 of the KYTC Standard Specification the contractor will be assessed a liquidated damage of $10,000.00 per hour or any portion of an hour for any lane closure outside the allotted time.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 85 of 183

Westbound I-275All cleaning and painting work will be performed on working platform. Use rolling road blocks from 10:00 PM until 6:00 AM each day to install cables / rigging. Use shoulder closures, right lane closure, and double left lane closure per KYTC Standard Drawings to install / remove working platform. Maintain at least one usable 12 foot lane at all times. The lane closures may be from 10:00 PM until 6:00 AM each day. Contrary to section 108.09 of the KYTC Standard Specification the contractor will be assessed a liquidated damage of $10,000.00 per hour or any portion of an hour for any I-275 lane closure outside the allotted time.

Ramp (I-75 to Eastbound I-275)Maintain at least one usable 12 foot lane on the ramp at all times. Work from the abutment through the right lane will be completed using right shoulder and right lane closures per KYTC Standard Drawings. The right lane may be closed from 7:00 PM until 6:00 AM each day. After work through the right lane is completed, the two right lanes may be closed per the attached traffic control drawings (23 through 28 of 36). The double right lane may be closed from 10:00 PM until 6:00 AM each day. A single left lane may be closed per the attached traffic control drawings (23 through 28 of 36). The left lane may be closed from 7:00 PM until 6:00 AM each day. Contrary to section 108.09 of the KYTC Standard Specification the contractor will be assessed a liquidated damage of $10,000.00 per hour or any portion of an hour for any lane closure outside the allotted time.

Eastbound I-275Use a right shoulder closure per KYTC Standard Drawings to complete work over the cross-hatched right shoulder. The two right lanes may be closed per the attached traffic control drawings (23 through 28 of 36). The double right lane closure may be from 10:00 PM until 6:00 AM each day. A single left lane may be closed per the attached traffic control drawings (23 through 28 of 36). The left lane may be closed from 7:00 PM until 6:00 AM each day. A left shoulder closure per KYTC Standard Drawings is allowed. Contrary to section 108.09 of the KYTC Standard Specification the contractor will be assessed a liquidated damage of $5,000.00 per hour or any portion of an hour for any I-275 lane closure outside the allotted time.

MP 059 0275 B00053L 0.00I-71/I-75 SB over I-71/I-75 SB ramp to I-275 WB & I-71/I-75 NB ramp to I-275 EB

Lane shifts per the attached traffic control drawings (29 and 30 of 36). Shoulder closures per KYTC Standard Drawings on I-75/I-72 northbound and southbound may be used.

MP 059 0275 B00053R 0.00I-71/I-75 NB over I-71/I-75 SB ramp to I-275 WB & I-71/I-75 NB ramp to I-275 EBLane shifts per the attached traffic control drawings (29 and 30 of 36). Shoulder closures per KYTC Standard Drawings on I-75/I-72 northbound and southbound may be used.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 86 of 183

MP 059 0275 B00054L 0.00I-275 WB over I-71/I-75

All cleaning and painting work will be performed on working platform. Use rolling road blocks from 10:00 PM until 6:00 AM each day to install cables / rigging. Use shoulder closures, single right lane closure on I-75/I-71 southbound, and double left lane closure per KYTC Standard Drawings to install / remove working platform. Use a single right lane closure on I-75/I-71 northbound per plan drawing (31 and 32 of 36) to install /remove working platform. Maintain at least one usable 12 foot lane on I-75/I-71. A single lane may be closed from 7:00 PM until 6:00 AM each day and the double lane closure may be from 10:00 PM until 6:00 AM each day. Contrary to section 108.09 of the KYTC Standard Specification the contractor will be assessed a liquidated damage of $10,000.00 per hour or any portion of an hour for any lane closure outside the allotted time.

MP 059 0275 B00054R 0.00I-275 EB over I-71/I-75

Use shoulder closures, single right lane closure on I-75/I-71 southbound, and double left lane closure per KYTC Standard Drawings. Use a single right lane closure on I-75/I-71 northbound per plan drawing (31 and 32 of 36). Maintain at least one usable 12 foot lane on I-75/I-71at all times. A single lane may be closed from 7:00 PM until 6:00 AM each day and the double lane closure may be from 10:00 PM until 6:00 AM each day. Contrary to section 108.09 of the KYTC Standard Specification the contractor will be assessed a liquidated damage of $10,000.00 per hour or any portion of an hour for any lane closure outside the allotted time.

MP 059 0275 B00055N 0.00I-275 EB to I-71/I-75 NB ramp over I-71/I-75 & I-275

Use shoulder closures per KYTC Standard Drawings on ramps. Use shoulder closures per KYTC Standard Drawings on I-275 eastbound and westbound. Use single right lane closure and double left lane closure per KYTC Standard Drawings on I-275 eastbound and I-275 westbound. Closures must comply with the attached traffic control drawing (33 of 36).

Portions of B00056N extend over I-75/I-71 and will require traffic control on I-75/I-71 when installing the working platform. Use shoulder closures, single right lane closure southbound, and double left lane closure per KYTC Standard Drawings on I-75/I-71. Use a single right lane closure on I-75/I-71 northbound per plan drawings (33 of 36). A single lane may be closed from 7:00 PM until 6:00 AM each day and the double lane closure may be from 10:00 PM until 6:00 AM each day. Contrary to section 108.09 of the KYTC Standard Specification the contractor will be assessed a liquidated damage of $10,000.00 per hour or any portion of an hour for any lane closure outside the allotted time.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 87 of 183

MP 059 0275 B00056N 0.00I-275 WB to I-71/I-75 SB ramp over I-71/I-75 & I-275

Use shoulder closures per KYTC Standard Drawings on ramps. Use shoulder closures per KYTC Standard Drawings on I-275 eastbound and westbound. Use single right lane closure and double left lane closure per KYTC Standard Drawings on I-275 eastbound and I-275 westbound. Closures must comply with the attached traffic control drawing (33 of 36).

Portions of B00056N extend over I-75/I-71 and will require traffic control on I-75/I-71 when installing the working platform. Use shoulder closures, single right lane closure southbound, and double left lane closure per KYTC Standard Drawings on I-75/I-71. Use a single right lane closure on I-75/I-71 northbound per plan drawing (31 and 32 of 36). A single lane may be closed from 7:00 PM until 6:00 AM each day and the double lane closure may be from 10:00 PM until 6:00 AM each day. Contrary to section 108.09 of the KYTC Standard Specification the contractor will be assessed a liquidated damage of $10,000.00 per hour or any portion of an hour for any lane closure outside the allotted time.

MP 059 0275 B00072N 0.00I-75 NB to I-275 EB ramp over I-75 NB collector

Use lane shifts per the attached traffic control drawings (34 through 36 of 36).

SECTION TWO

See attached traffic control drawings (sheets 1 and 2 of 36) for index of plan drawings and speed reduction plan.

MP 059 0275 B00052R 77.64I-275 EB over KY 177, CSX RR & Licking River

Maintain at least one usable 12 foot lane on eastbound I-275 at all times. All work on B00052L and B00052R will be performed from a right shoulder closure in compliance with the attached traffic control drawings (3 through 6 of 36). The two right lanes may be closed from 10:00 PM until 6:00 AM for the purpose of placing and removing the right shoulder closure. A left shoulder closure per KYTC Standard Drawing may be used to place rigging and containment. Contrary to section 108.09 of the KYTC Standard Specification the contractor will be assessed a liquidated damage of $10,000.00 per hour or any portion of an hour for any I-275 lane closure outside the allotted time.

MP 059 0275 B00052L 77.64I-275 WB over KY 177, CSX RR & Licking River

No lane closure allowed. Shoulder closures per KYTC Standard Drawing may be used to place rigging and containment.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 88 of 183

MP 059 0275 B00050N 78.79KY 16 (Taylor Mill Road) over I-275

The ramp (eastbound KY 16 to westbound I-275) may be closed per the attached traffic control drawings (7 through 9 of 36) for 5 consecutive days. During the time the ramp is closed, all cleaning and painting over the acceleration lane and the right through lane must be completed using a single right lane closure per KYTC Standard Drawing. The right lane may be closed from 7:00 PM until 6:00 AM each day the ramp is closed. When the ramp is open to traffic, the two I 275 westbound left lanes may be closed from 10:00 PM until 6:00 AM each day. Contrary to section 108.09 of the KYTC Standard Specification the contractor will be assessed a liquidated damage of $20,000.00 per day or any portion of a day for any closure of ramp outside the allotted time. Contrary to section 108.09 of the KYTC Standard Specification the contractor will be assessed a liquidated damage of $10,000.00 per hour or any portion of an hour for any I-275 lane closure outside the allotted time.

The ramp (westbound KY 16 to eastbound I-275) may be closed per the attached traffic control drawings (7 through 9 of 36) for 5 consecutive days. During the time the ramp is closed, all cleaning and painting over the acceleration lane and the right through lane must be completed using a single right lane closure per KYTC Standard Drawing. The right lane may be closed from 7:00 PM until 6:00 AM each day the ramp is closed. When the ramp is open to traffic, the two I-275 eastbound left lanes may be closed from 10:00 PM until 6:00 AM each day. Contrary to section 108.09 of the KYTC Standard Specification the contractor will be assessed a liquidated damage of $20,000.00 per day or any portion of a day for any closure of ramp outside the allotted time. Contrary to section 108.09 of the KYTC Standard Specification the contractor will be assessed a liquidated damage of $10,000.00 per hour or any portion of an hour for any I-275 lane closure outside the allotted time.

MP 059 0275 B00063L 79.99I-275 WB over KY 17, Bank Lick Creek & CSX Railroad

No lane closure of I-275 or KY 17. Shoulder closures on I-275 and KY 17 per KYTC Standard Drawings are allowed. Rolling road blocks with one police vehicle per lane may be used from 7:00 PM until 7:00 AM each day for the purpose of placing/removing rigging/containment/working platform. The contractor may not impact traffic on KY 17 until the detours associated with B00050N are removed. Contrary to section 108.09 of the KYTC Standard Specification the contractor will be assessed a liquidated damage of $10,000.00 per hour or any portion of an hour for any lane closure outside the allotted time.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 89 of 183

MP 059 0275 B00063R 79.97I-275 EB over KY 17, Bank Lick Creek & CSX Railroad

No lane closure of I-275 or KY 17. Shoulder closures on I-275 and KY 17 per KYTC Standard Drawings are allowed. Rolling road blocks with one police vehicle per lane may be used from 7:00 PM until 7:00 AM each day for the purpose of placing/removing rigging/containment/working platform. The contractor may not impact traffic on KY 17 until the detours associated with B00050N are removed. Contrary to section 108.09 of the KYTC Standard Specification the contractor will be assessed a liquidated damage of $10,000.00 per day or any portion of a day for any closure of ramp outside the allotted time. Contrary to section 108.09 of the KYTC Standard Specification the contractor will be assessed a liquidated damage of $10,000.00 per hour or any portion of an hour for any lane closure outside the allotted time.

MP 059 0275 B00051N 82.05CR 1303 (Turkeyfoot Road) over I-275

RampThe ramp (westbound I-275 to US 25) will remain open and all work over the ramp will be completed using a working platform. For work over the ramp, shoulder closures on CR 1303 (per KYTC Standard Drawings) and on the ramp (per attached traffic control drawings (10 through 14 of 36) may be used. Rolling road blocks with one police vehicle per lane may be used from 7:00 PM until 7:00 AM each day for the purpose of placing /removing rigging / containment / working platform.

Westbound I-275Two westbound right lanes may be closed from 10:00 PM until 6:00 AM each day. The double right lane closure must comply with the attached traffic control drawings (10through 14 of 36). Maintain at least one usable 12 foot lane on westbound I 275 at all times. A single westbound left lane (per KYTC Standard Drawing) may be closed from 7:00 PM until 6:00 AM each day. Contrary to section 108.09 of the KYTC Standard Specification the contractor will be assessed a liquidated damage of $10,000.00 per hour or any portion of an hour for any I-275 lane closure outside the allotted time.

Eastbound I-275A right shoulder closure (per KYTC Standard Drawings) is allowed. The right lane will be closed (per attached traffic control drawings (10 through 14 of 36) during the ramp closure for B00061N. The right lane may be closed from 7:00 PM until 6:00 AM each day during the ramp closure. Maintain at least one usable 12 foot lane on westbound I 275 at all times. Two left lanes may be closed (per KYTC Standard Drawings) from 10:00 PM until 6:00 AM each day. Contrary to section 108.09 of the KYTC Standard Specification the contractor will be assessed a liquidated damage of $20,000.00 per day or any portion of a day for any closure of ramp outside the allotted time. Contrary to section 108.09 of the KYTC Standard Specification the contractor will be assessed a liquidated damage of $10,000.00 per hour or any portion of an hour for any I-275 lane closure outside the allotted time.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 90 of 183

MP 059 0275 B00061N 82.31I-275 EB to CR 1303 Ramp over US 25 to I-275 EB Ramp

The US 25 to I-275 EB ramp may be closed per the attached traffic control drawings (15 through 16 of 36) for 5 consecutive days. Other than the 5 day ramp closure, a shoulder closure (per KYTC Standard Drawings) is allowed. Contrary to section 108.09 of the KYTC Standard Specification the contractor will be assessed a liquidated damage of $20,000.00 per day or any portion of a day for any closure of ramp outside the allotted time.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 91 of 183

GR

EE

NM

AN

-PE

DE

RS

EN

, INC

.

CO

NS

UL

TIN

G E

NG

INE

ER

S

CO

UN

TY

OF

IT

EM

NO

.S

HE

ET

NO

.

KE

NT

ON

1 O

F 3

6

PR

EP

AR

ED

BY

CH

EC

KE

D B

Y

AP

PR

OV

ED

BY

DA

TE

DA

TE

DA

TE

...\M

isc\Index o

f D

raw

ings.d

gn

FIL

E N

AM

E:

$$

$$

US

ER

$$

$$

US

ER

:

10

/15

/20

10

DA

TE

:

E-S

HE

ET

NA

ME

:

TE

MP

OR

AR

Y T

RA

FF

IC C

ON

TR

OL

PL

AN

IND

EX

OF

DR

AW

ING

S

1234567891011

12

13

14

15

16

17

18

19

20

21

22

23

24

25

26

27

28

29

30

31

32

33

34

35

36

IND

EX

, LE

GE

ND

, AB

BR

EV

IAT

ION

S

TY

PIC

AL

I-275 S

PE

ED

RE

DU

CT

ION

PL

AN

EB

I-27

5 D

OU

BL

E R

IGH

T L

AN

E C

LO

SU

RE

EB

I-27

5 D

OU

BL

E R

IGH

T L

AN

E C

LO

SU

RE

EB

I-275 S

HO

UL

DE

R C

LO

SU

RE

- S

TA

GE

1

EB

I-275 S

HO

UL

DE

R C

LO

SU

RE

- S

TA

GE

2

KY

16

& I-2

75

SH

OU

LD

ER

CL

OS

UR

E

RA

MP

CL

OS

UR

E A

DV

AN

CE

SIG

NS

RA

MP

CL

OS

UR

E D

ET

OU

R

RA

MP

SH

OU

LD

ER

CL

OS

UR

E P

LA

N - S

TA

GE

1

RA

MP

SH

OU

LD

ER

CL

OS

UR

E P

LA

N - S

TA

GE

2

WB

I-275 R

AM

P A

DV

AN

CE

SIG

NS

WB

I-27

5 D

OU

BL

E R

IGH

T L

AN

E C

LO

SU

RE

EB

I-275 R

IGH

T L

AN

E C

LO

SU

RE

RA

MP

CL

OS

UR

E A

DV

AN

CE

SIG

NS

AN

D D

ET

OU

R

EB

I-27

5 R

AM

P C

LO

SU

RE

PL

AN

SB

US

25

LE

FT

LA

NE

CL

OS

UR

E

EB

I-27

5 D

OU

BL

E L

EF

T L

AN

E C

LO

SU

RE

EB

I-27

5 D

OU

BL

E L

EF

T L

AN

E C

LO

SU

RE

EB

I-27

5 D

OU

BL

E R

IGH

T L

AN

E C

LO

SU

RE

EB

I-27

5 D

OU

BL

E R

IGH

T L

AN

E C

LO

SU

RE

WB

I-27

5 D

OU

BL

E R

IGH

T L

AN

E C

LO

SU

RE

EB

I-275 L

EF

T L

AN

E C

LO

SU

RE

EB

I-275 L

EF

T L

AN

E C

LO

SU

RE

EB

I-27

5 D

OU

BL

E R

IGH

T L

AN

E C

LO

SU

RE

EB

I-27

5 D

OU

BL

E R

IGH

T L

AN

E C

LO

SU

RE

EB

RA

MP

FR

OM

I-75

LE

FT

LA

NE

CL

OS

UR

E

EB

RA

MP

FR

OM

I-75

DO

UB

LE

RIG

HT

LA

NE

CL

OS

UR

E

RA

MP

SH

OU

LD

ER

CL

OS

UR

E - S

TA

GE

1

RA

MP

SH

OU

LD

ER

CL

OS

UR

E - S

TA

GE

2

NB

I-75

RIG

HT

LA

NE

CL

OS

UR

E

ST

AG

ING

PL

AN

ST

AG

ING

PL

AN

RA

MP

SH

OU

LD

ER

CL

OS

UR

E - S

TA

GE

1

RA

MP

SH

OU

LD

ER

CL

OS

UR

E - S

TA

GE

2

SH

OU

LD

ER

CL

OS

UR

E A

DV

AN

CE

SIG

NS

BR

IDG

ET

ITL

ES

HE

ET

PC

MS

PC

MS

AR

RO

W P

AN

EL

BA

RR

IER

DR

UM

SIG

N

TY

PE

III BA

RR

ICA

DE

WO

RK

AR

EA

LE

GE

ND

AB

BR

EV

IAT

ION

S

IND

EX

OF

DR

AW

ING

S

EB

KY

MIN

NB

SB

TY

P

WB

PO

RT

AB

LE

CH

AN

GE

AB

LE

ME

SS

AG

E S

IGN

(PC

MS

)

EA

ST

BO

UN

D

KE

NT

UC

KY

MIN

IMU

M

NO

RT

HB

OU

ND

PO

RT

AB

LE

CH

AN

GA

BL

E

ME

SS

AG

E S

IGN

SO

UT

HB

OU

ND

TY

PIC

AL

WE

ST

BO

UN

D

B52L

, B52R

B52L

, B52R

B52L

, B52R

B52L

, B52R

B50

B50

B50

B51

B51

B51

B51

B51

B61

B61

B59L

, B59R

, B60

B5

8

B58

B58

B58

B58

B57

B57

B57

B57

B5

7

B5

7

B53L

, B53R

B53L

, B53R

B54L

, B54R

B54L

, B54R

B55, B

56

B7

2

B7

2

B7

2

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 92 of 183

MATCH LINE A-A

SC

AL

E IN

FE

ET

03

00

15

0

MATCH LINE A-A

SC

AL

E: 1

"=

30

0’

CO

UN

TY

OF

IT

EM

NO

.S

HE

ET

NO

.

KE

NT

ON

2 0

F 3

6

PR

EP

AR

ED

BY

CH

EC

KE

D B

Y

AP

PR

OV

ED

BY

DA

TE

DA

TE

DA

TE

...\M

isc\S

peed

Red

uctio

n_1

.dg

nF

ILE

NA

ME

:

$$

$$

US

ER

$$

$$

US

ER

:

10

/15

/20

10

DA

TE

:

E-S

HE

ET

NA

ME

:

TE

MP

OR

AR

Y T

RA

FF

IC C

ON

TR

OL

PL

AN

TY

PIC

AL

I-275 S

PE

ED

RE

DU

CT

ION

PL

AN

TH

IS P

LA

N S

HO

WS

TE

MP

OR

AR

Y S

IGN

INS

TA

LL

AT

ION

S F

OR

RE

DU

CIN

G P

OS

TE

D S

PE

ED

LIM

IT A

S S

HO

WN

ON

TH

E D

RA

WIN

GS

AN

D A

S D

IRE

CT

ED

BY

TH

E E

NG

INE

ER

.

FO

R D

OU

BL

E L

AN

E C

LO

SU

RE

S, T

HIS

AR

EA

IS T

HE

TA

NG

EN

T

BE

TW

EE

N M

ER

GIN

G T

AP

ER

S.

NO

TE

S:

1.

2.

RO

AD

WO

RK

1 M

ILE

RIG

HT

LA

NE

CL

OS

ED

1/2

MIL

E

WA

RN

ING

FIN

ES

IN

WO

RK

ZO

NE

DO

UB

LE

D

50

0’

600’

50

0’

21

00

’5

00

24

0’

SH

OU

LD

ER

TA

PE

R

72

0’

50

0’

50

0’

50

0’

50

0’

AR

RO

W P

AN

EL

(TY

P.)

RIG

HT

LA

NE

CL

OS

ED

1500 F

T

WO

RK

AR

EA

ME

RG

ING

TA

PE

RS

EE

NO

TE

2

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 93 of 183

SC

AL

E IN

FE

ET

0150

300

D IV IS O N O F T

RA

FFIC

E

LEC T R IC A L B R A N C H

D IV IS O N O F T

RA

FFIC

E

LEC T R IC A L B R A N C H

MATCH LINE A-A

MATCH LINE A-A

GR

EE

NM

AN

-PE

DE

RS

EN

, INC

.

CO

NS

UL

TIN

G E

NG

INE

ER

S

MATCH LINE SEE SHEET 4 OF 36

SC

AL

E: 1

"=

30

0’

CO

UN

TY

OF

IT

EM

NO

.S

HE

ET

NO

.

KE

NT

ON

3 O

F 3

6

PR

EP

AR

ED

BY

CH

EC

KE

D B

Y

AP

PR

OV

ED

BY

DA

TE

DA

TE

DA

TE

...\Brid

ge 5

2\R

_52_00

100

MT

.dg

nF

ILE

NA

ME

:

$$

$$

US

ER

$$

$$

US

ER

:

10

/15

/20

10

DA

TE

:

E-S

HE

ET

NA

ME

:

TE

MP

OR

AR

Y T

RA

FF

IC C

ON

TR

OL

PL

AN

B0

05

2L

, B0

05

2R

- I-27

5 B

RID

GE

OV

ER

KY

17

7E

B I-2

75 D

OU

BL

E R

IGH

T L

AN

E C

LO

SU

RE

NO

TE

S:

TH

IS S

HO

RT

TE

RM

CL

OS

UR

E S

HA

LL

BE

US

ED

TO

INS

TA

LL

TE

MP

OR

AR

Y C

ON

CR

ET

E B

AR

RIE

R

AS

SH

OW

N O

N E

AS

TB

OU

ND

I-27

5 S

HO

UL

DE

R C

LO

SU

RE

PL

AN

S. S

EE

GE

NE

RA

L T

RA

FF

IC C

ON

TR

OL

NO

TE

S F

OR

AL

LO

WA

BL

E T

IME

S.

AL

L S

IG

NS

SH

AL

L B

E 4

8" X

48

".

SP

AC

ING

OF

DR

UM

S T

HR

U T

AP

ER

S S

HA

LL

BE

40’.

SP

AC

ING

OF

DR

UM

S T

HR

U T

AN

GE

NT

S S

HA

LL

BE

80’

1.

2.

3.

4.

RO

AD

WO

RK

1

MIL

E

RIG

HT

TW

O LA

NES

CLOSED

1/2

MIL

E

RIG

HT

TW

O LA

NES

CLOSED

1500 FT

2600’

1100’

50

0’

I-275

WB

I-275 EB

RAMP FROMKY 16

RA

MP FRO

M

KY 16

RA

MP TO KY 16

1000’

840’ M

ERGING TAPER

280’ S

HOULDER

TAPER

PHYSICAL

NOSE

50

0’

I-275

WB

I-275 EB

KY 16

RA

MP TO KY 16

RA

MP FRO

M

KY 16

RA

MP FRO

M

KY 16

RA

MP FRO

M

KY 16

500’ T

ANGENT

AR

RO

W P

AN

EL

(TY

P.)

RO

AD

WO

RK

AHEA

D

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 94 of 183

SC

AL

E IN

FE

ET

0150

300

D IV IS

ON

OF

TR

AF

FIC

EL

EC

TRIC

AL

B R A N C H

D IV IS O N

OF

TR

AF

FIC

EL

EC

TR

IC A L B R A N C H

MATCH LINE B-B

MATCH LINE B-B

GR

EE

NM

AN

-PE

DE

RS

EN

, INC

.

CO

NS

UL

TIN

G E

NG

INE

ER

S

MATCH LINE SEE SHEET 3 OF 36

SC

AL

E: 1

"=

30

0’

CO

UN

TY

OF

IT

EM

NO

.S

HE

ET

NO

.

KE

NT

ON

4 O

F 3

6

PR

EP

AR

ED

BY

CH

EC

KE

D B

Y

AP

PR

OV

ED

BY

DA

TE

DA

TE

DA

TE

...\Brid

ge 5

2\R

_5

2_

00

10

1M

T.d

gn

FIL

E N

AM

E:

$$

$$

US

ER

$$

$$

US

ER

:

10

/15

/20

10

DA

TE

:

E-S

HE

ET

NA

ME

:

TE

MP

OR

AR

Y T

RA

FF

IC C

ON

TR

OL

PL

AN

B0

05

2L

, B0

05

2R

- I-27

5 B

RID

GE

OV

ER

KY

17

7E

B I-2

75 D

OU

BL

E R

IGH

T L

AN

E C

LO

SU

RE

NO

TE

S:

TH

IS S

HO

RT

TE

RM

CL

OS

UR

E S

HA

LL

BE

US

ED

TO

INS

TA

LL

TE

MP

OR

AR

Y C

ON

CR

ET

E B

AR

RIE

R

AS

SH

OW

N O

N E

AS

TB

OU

ND

I-27

5 S

HO

UL

DE

R C

LO

SU

RE

PL

AN

S. S

EE

GE

NE

RA

L T

RA

FF

IC C

ON

TR

OL

NO

TE

S F

OR

AL

LO

WA

BL

E T

IME

S.

EN

D R

OA

D W

OR

K S

IGN

SH

AL

L B

E 3

6" X

18".

AL

L O

TH

ER

SIG

NS

SH

AL

L B

E 4

8" X

48

".

SP

AC

ING

OF

DR

UM

S T

HR

U T

AP

ER

S S

HA

LL

BE

40’.

SP

AC

ING

OF

DR

UM

S T

HR

U T

AN

GE

NT

S S

HA

LL

BE

80’

TH

E L

IMIT

OF

DR

UM

S A

LO

NG

TA

NG

EN

T S

EC

TIO

N O

N T

HE

ST

RU

CT

UR

E M

AY

BE

AD

JU

ST

ED

AS

DIR

EC

TE

D B

Y T

HE

EN

GIN

EE

R F

OR

BA

RR

IER

INS

TA

LL

AT

ION

AN

D R

EM

OV

AL

AC

TIV

ITIE

S.

1.

2.

3.

4.

5.

6.

1780’ T

ANGENT

1000’

I-275 W

B

I-275 E

B

840’ M

ER

GIN

G T

AP

ER

500’ T

ANGENT

EN

D

RO

AD

WO

RK

EAST ABUTMENT

WEST ABUTMENT

1780’ T

ANGENT

100’

1000’

840’ M

ERGING TAPER

LICKING RIVER

CSX RAILROAD

CSX RAILROAD

KY 177

I-275 W

B

I-275 E

B

1000’ T

ANGENT - SEE NOTE 6

AR

RO

W P

AN

EL

(TY

P.)

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 95 of 183

ST

AG

E 1

SC

AL

E IN

FE

ET

0150

300

D IV IS O N

OF

TR

AF

FIC

EL

EC

TR

IC A L B R A N C H

GR

EE

NM

AN

-PE

DE

RS

EN

, INC

.

CO

NS

UL

TIN

G E

NG

INE

ER

SS

CA

LE

: 1"=

30

0’

CO

UN

TY

OF

IT

EM

NO

.S

HE

ET

NO

.

KE

NT

ON

5 O

F 3

6

PR

EP

AR

ED

BY

CH

EC

KE

D B

Y

AP

PR

OV

ED

BY

DA

TE

DA

TE

DA

TE

...\Brid

ge 5

2\R

_52_00200M

T.d

gn

FIL

E N

AM

E:

$$

$$

US

ER

$$

$$

US

ER

:

10

/15

/20

10

DA

TE

:

E-S

HE

ET

NA

ME

:

TE

MP

OR

AR

Y T

RA

FF

IC C

ON

TR

OL

PL

AN

B0

05

2L

, B0

05

2R

- I-27

5 B

RID

GE

OV

ER

KY

17

7E

B I-2

75

SH

OU

LD

ER

CL

OS

UR

E - S

TA

GE

1

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

11.

NO

TE

S:

TH

IS L

ON

G T

ER

M C

LO

SU

RE

SH

AL

L B

E U

SE

D T

O P

RO

VID

E A

PR

OT

EC

TE

D W

OR

K A

ND

ST

AG

ING

AR

EA

DU

RIN

G T

HE

WO

RK

. SE

E G

EN

ER

AL

TR

AF

FIC

CO

NT

RO

L N

OT

ES

.

EN

D R

OA

D W

OR

K S

IGN

SH

AL

L B

E 3

6" X

18".

AL

L O

TH

ER

SIG

NS

SH

AL

L B

E 4

8" X

48

".

SP

AC

ING

OF

DR

UM

S S

HA

LL

BE

40’.

CO

NT

RA

CT

OR

SH

AL

L F

UR

NIS

H A

ND

INS

TA

LL

CR

AS

H C

US

HIO

N IN

AC

CO

RD

AN

CE

WIT

H K

EN

TU

CK

Y T

RA

NS

PO

RT

AT

ION

CA

BIN

ET

DE

PA

RT

ME

NT

OF

HIG

HW

AY

S S

TA

ND

AR

D S

PE

CIF

ICA

TIO

NS

AN

D S

TA

ND

AR

D D

RA

WIN

GS

.

INS

TA

LL

TE

MP

OR

AR

Y W

HIT

E E

DG

E L

INE

AD

JA

CE

NT

TO

TE

MP

OR

AR

Y C

ON

CR

ET

E B

AR

RIE

R

AN

D T

EM

PO

RA

RY

WH

ITE

BR

OK

EN

LA

NE

LIN

ES

TO

PR

OV

IDE

11’ W

IDE

TR

AV

EL

LA

NE

S.

INS

TA

LL

20

0 L

INE

AR

FE

ET

OF

TE

MP

OR

AR

Y S

OL

ID W

HIT

E L

INE

S F

OR

TR

AN

SIT

ION

S

BE

TW

EE

N E

XIS

TIN

G 1

2’ W

IDE

TR

AV

EL

LA

NE

S A

ND

TE

MP

OR

AR

Y 1

1’ W

IDE

TR

AV

EL

LA

NE

S.

CO

VE

R O

R R

EM

OV

E C

ON

FL

ICT

ING

EX

IST

ING

MA

RK

ING

S IN

AC

CO

RD

AN

CE

WIT

H

TH

E S

PE

CIF

ICA

TIO

NS

AN

D A

S D

IRE

CT

ED

BY

TH

E E

NG

INE

ER

.

CO

NT

RA

CT

OR

MA

Y T

EM

PO

RA

RIL

Y E

XT

EN

D S

HO

UL

DE

R C

LO

SU

RE

BE

YO

ND

TH

E L

IMIT

OF

TE

MP

OR

AR

Y

CO

NC

RE

TE

BA

RR

IER

WIT

H D

RU

MS

DU

RIN

G W

OR

KIN

G H

OU

RS

AS

DIR

EC

TE

D B

Y T

HE

EN

GIN

EE

R.

CO

NT

RA

CT

OR

MA

Y IN

ST

AL

L A

DD

ITIO

NA

L T

EM

PO

RA

RY

CO

NC

RE

TE

BA

RR

IER

TO

EX

TE

ND

TH

E S

HO

UL

DE

R C

LO

SU

RE

LIM

IT A

S D

IRE

CT

ED

BY

TH

E E

NG

INE

ER

IN L

IEU

OF

IMP

LE

ME

NT

ING

ST

AG

E 2

.

CO

NT

RA

CT

OR

SH

AL

L S

EC

UR

E T

HE

WO

RK

AR

EA

DU

RIN

G N

ON

-WO

RK

ING

HO

UR

S.

200’

500’

1000’

RO

AD

WO

RK

AH

EA

D

600’

RIG

HT

SH

OU

LD

ER

CL

OS

ED

RIG

HT

SH

OU

LD

ER

CL

OS

ED

1500 F

T

EN

D

RO

AD

WO

RK

280’

1600’

WEST

ABUTMENT

100’

TE

MP

OR

AR

Y T

RA

FF

IC B

AR

RIE

R

CSX RAILROAD

KY 177

CSX RAILROAD

LICKING RIVER

I-275 EB

I-275

WB

AA

TY

PE

III BA

RR

ICA

DE

SE

E N

OT

E 1

1

140’ T

EM

PO

RA

RY

CO

NC

RE

TE

BA

RR

IER

AT

15:1

SHOULDER TAPER

CR

AS

H C

US

HIO

N

SE

E N

OT

E 5

TRANSITION

SEE NOTE 7

EAST

ABUTMENT

WORK AREA

SEE NOTES 9 AND 10

200’

TRANSITION

SEE NOTE 7

TR

AV

EL

LA

NE

WO

RK

AR

EA

TR

AV

EL

LA

NE

TR

AV

EL

LA

NE

SH

OU

LD

ER

SE

CT

ION

A-A

EA

ST

BO

UN

D

(LO

OK

ING

IN D

IRE

CT

ION

OF

TR

AV

EL

)

N.T

.S.

TE

MP

OR

AR

Y C

ON

CR

ET

E B

AR

RIE

R

TE

MP

OR

AR

Y W

HIT

E E

DG

E L

INE

SE

E N

OT

E 6

TE

MP

OR

AR

Y W

HIT

E

BR

OK

EN

LA

NE

LIN

ES

SE

E N

OT

E 6

TE

MP

OR

AR

Y W

HIT

E

BR

OK

EN

LA

NE

LIN

ES

SE

E N

OT

E 6

10

’-6

"1

1’

11

’1

1’

EX

IST

ING

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 96 of 183

ST

AG

E 2

SC

AL

E IN

FE

ET

0150

300

D IV IS O N

OF

TR

AF

FIC

EL

EC

TR

IC A L B R A N C H

GR

EE

NM

AN

-PE

DE

RS

EN

, INC

.

CO

NS

UL

TIN

G E

NG

INE

ER

SS

CA

LE

: 1"=

30

0’

CO

UN

TY

OF

IT

EM

NO

.S

HE

ET

NO

.

KE

NT

ON

6 O

F 3

6

PR

EP

AR

ED

BY

CH

EC

KE

D B

Y

AP

PR

OV

ED

BY

DA

TE

DA

TE

DA

TE

...\Brid

ge 5

2\R

_52_00201M

T.d

gn

FIL

E N

AM

E:

$$

$$

US

ER

$$

$$

US

ER

:

10

/15

/20

10

DA

TE

:

E-S

HE

ET

NA

ME

:

TE

MP

OR

AR

Y T

RA

FF

IC C

ON

TR

OL

PL

AN

B0

05

2L

, B0

05

2R

- I-27

5 B

RID

GE

OV

ER

KY

17

7E

B I-2

75

SH

OU

LD

ER

CL

OS

UR

E - S

TA

GE

2

1.

2.

3.

4.

5.

6.

7.

8.

9.

10. N

OT

ES

:

TH

IS L

ON

G T

ER

M C

LO

SU

RE

SH

AL

L B

E U

SE

D T

O P

RO

VID

E A

PR

OT

EC

TE

D W

OR

K A

ND

ST

AG

ING

AR

EA

DU

RIN

G T

HE

WO

RK

. SE

E G

EN

ER

AL

TR

AF

FIC

CO

NT

RO

L N

OT

ES

.

EN

D R

OA

D W

OR

K S

IGN

SH

AL

L B

E 3

6" X

18".

AL

L O

TH

ER

SIG

NS

SH

AL

L B

E 4

8" X

48

".

SP

AC

ING

OF

DR

UM

S S

HA

LL

BE

40’.

CO

NT

RA

CT

OR

SH

AL

L F

UR

NIS

H A

ND

INS

TA

LL

CR

AS

H C

US

HIO

N IN

AC

CO

RD

AN

CE

WIT

H K

EN

TU

CK

Y T

RA

NS

PO

RT

AT

ION

CA

BIN

ET

DE

PA

RT

ME

NT

OF

HIG

HW

AY

S S

TA

ND

AR

D S

PE

CIF

ICA

TIO

NS

AN

D S

TA

ND

AR

D D

RA

WIN

GS

.

INS

TA

LL

TE

MP

OR

AR

Y W

HIT

E E

DG

E L

INE

AD

JA

CE

NT

TO

TE

MP

OR

AR

Y C

ON

CR

ET

E B

AR

RIE

R

AN

D T

EM

PO

RA

RY

WH

ITE

BR

OK

EN

LA

NE

LIN

ES

TO

PR

OV

IDE

11’ W

IDE

TR

AV

EL

LA

NE

S.

INS

TA

LL

20

0 L

INE

AR

FE

ET

OF

TE

MP

OR

AR

Y S

OL

ID W

HIT

E L

INE

S F

OR

TR

AN

SIT

ION

S

BE

TW

EE

N E

XIS

TIN

G 1

2’ W

IDE

TR

AV

EL

LA

NE

S A

ND

TE

MP

OR

AR

Y 1

1’ W

IDE

TR

AV

EL

LA

NE

S.

CO

VE

R O

R R

EM

OV

E C

ON

FL

ICT

ING

EX

IST

ING

MA

RK

ING

S IN

AC

CO

RD

AN

CE

WIT

H

TH

E S

PE

CIF

ICA

TIO

NS

AN

D A

S D

IRE

CT

ED

BY

TH

E E

NG

INE

ER

.

CO

NT

RA

CT

OR

MA

Y T

EM

PO

RA

RIL

Y E

XT

EN

D S

HO

UL

DE

R C

LO

SU

RE

BE

YO

ND

TH

E L

IMIT

OF

TE

MP

OR

AR

Y

CO

NC

RE

TE

BA

RR

IER

WIT

H D

RU

MS

DU

RIN

G W

OR

KIN

G H

OU

RS

AS

DIR

EC

TE

D B

Y T

HE

EN

GIN

EE

R.

CO

NT

RA

CT

OR

SH

AL

L S

EC

UR

E T

HE

WO

RK

AR

EA

DU

RIN

G N

ON

-WO

RK

ING

HO

UR

S.

RO

AD

WO

RK

AH

EA

D

RIG

HT

SH

OU

LD

ER

CL

OS

ED

RIG

HT

SH

OU

LD

ER

CL

OS

ED

1500 F

T1600’

1000’

LICKING RIVER

CSX RAILROAD

CSX RAILROAD

KY 177

I-275

WB

I-275 EB

100’

EN

D

RO

AD

WO

RK

WEST

ABUTMENT

TE

MP

OR

AR

Y T

RA

FF

IC B

AR

RIE

R

BB

600’

280’

200’

500’

800’

SHOULDER TAPER

TRANSITION

140’ T

EM

PO

RA

RY

CO

NC

RE

TE

BA

RR

IER

AT

15:1

CR

AS

H C

US

HIO

N

SE

E N

OT

E 5

EAST

ABUTMENT

TY

PE

III BA

RR

ICA

DE

SE

E N

OT

E 1

0

WORK AREA

SEE NOTE 9

TRANSITION

SEE NOTE 7

TRANSITION

SEE NOTE 9

200’

SE

CT

ION

B-B

EA

ST

BO

UN

D

(LO

OK

ING

IN D

IRE

CT

ION

OF

TR

AV

EL

)

N.T

.S.

TE

MP

OR

AR

Y C

ON

CR

ET

E B

AR

RIE

R

TE

MP

OR

AR

Y W

HIT

E E

DG

E L

INE

SE

E N

OT

E 6

TR

AV

EL

LA

NE

TR

AV

EL

LA

NE

TR

AV

EL

LA

NE

SH

OU

LD

ER

TE

MP

OR

AR

Y W

HIT

E

BR

OK

EN

LA

NE

LIN

ES

SE

E N

OT

E 6

TE

MP

OR

AR

Y W

HIT

E

BR

OK

EN

LA

NE

LIN

ES

SE

E N

OT

E 6

10

’-6

"1

1’

11

’1

1’

EX

IST

ING

WO

RK

AR

EA

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 97 of 183

D IV IS O N

OF

TR

AF

FIC

EL

EC

TR

IC A L B R A N C H

SC

AL

E IN

FE

ET

0150

300

GR

EE

NM

AN

-PE

DE

RS

EN

, INC

.

CO

NS

UL

TIN

G E

NG

INE

ER

SS

CA

LE

: 1"=

30

0’

CO

UN

TY

OF

IT

EM

NO

.S

HE

ET

NO

.

KE

NT

ON

7 O

F 3

6

PR

EP

AR

ED

BY

CH

EC

KE

D B

Y

AP

PR

OV

ED

BY

DA

TE

DA

TE

DA

TE

...\Brid

ge 5

0\R

_5

0_

00

10

0M

T.d

gn

FIL

E N

AM

E:

$$

$$

US

ER

$$

$$

US

ER

:

10

/15

/20

10

DA

TE

:

E-S

HE

ET

NA

ME

:

TE

MP

OR

AR

Y T

RA

FF

IC C

ON

TR

OL

PL

AN

B0050 - K

Y 1

6 B

RID

GE

OV

ER

I-275

KY

16 &

I-275 S

HO

UL

DE

R C

LO

SU

RE

NO

TE

S:

TH

IS L

ON

G T

ER

M C

LO

SU

RE

SH

AL

L B

E U

SE

D T

O C

OM

PL

ET

E W

OR

K A

T A

ND

AD

JA

CE

NT

TO

EN

TR

AN

CE

RA

MP

LA

NE

S F

RO

M K

Y 1

6 T

O I-2

75

. SE

E G

EN

ER

AL

TR

AF

FIC

CO

NT

RO

L N

OT

ES

FO

R A

LL

OW

AB

LE

TIM

ES

.

TH

IS C

LO

SU

RE

IS R

EQ

UIR

ED

DU

RIN

G IM

PL

EM

EN

TA

TIO

N O

F A

N E

AS

TB

OU

ND

I-275 R

IGH

T

LA

NE

CL

OS

UR

E T

O C

OM

PL

ET

E T

HE

WO

RK

AT

TH

IS L

OC

AT

ION

. SE

E G

EN

ER

AL

TR

AF

FIC

CO

NT

RO

L N

OT

ES

.

SE

E S

HE

ET

8 O

F 3

6 F

OR

AD

VA

NC

E S

IG

NS

ON

I-2

75

AN

D K

Y 1

6.

EN

D R

OA

D W

OR

K S

IGN

SH

AL

L B

E 3

6" X

18".

RO

AD

CL

OS

ED

SIG

N S

HA

LL

BE

48

" X

30

".

SP

AC

ING

OF

DR

UM

S S

HA

LL

BE

40’.

INS

TA

LL

TE

MP

OR

AR

Y W

HIT

E E

DG

E L

INE

AC

RO

SS

EN

TR

AN

CE

RA

MP

OP

EN

ING

S

ON

I-27

5 A

ND

KY

16

TO

PR

OV

IDE

CO

NT

INU

OU

S S

HO

UL

DE

R L

INE

DU

RIN

G R

AM

P

CL

OS

UR

ES

. CO

NT

RA

CT

OR

SH

AL

L M

AIN

TA

IN M

INIM

UM

12’ W

IDE

AD

JA

CE

NT

TR

AV

EL

LA

NE

.

1.

2.

3.

4.

5.

6.

7.

DR

UM

S C

ON

TIN

UE

B

EN

EA

TH

OV

ER

PA

SS

DR

UM

S C

ON

TIN

UE

B

EN

EA

TH

OV

ER

PA

SS

250’

TE

MP

OR

AR

Y P

AV

EM

EN

T M

AR

KIN

GS

EE

NO

TE

7

200’

500’

EN

D

RO

AD

WO

RK

E

ND

RO

AD

WO

RK

500’

200’

EN

D

RO

AD

WO

RK

250’

280’

280’

200’

EN

D

RO

AD

WO

RK

200’

TE

MP

OR

AR

Y P

AV

EM

EN

T M

AR

KIN

GS

EE

NO

TE

7

TE

MP

OR

AR

Y P

AV

EM

EN

T M

AR

KIN

GS

EE

NO

TE

7

TE

MP

OR

AR

Y P

AV

EM

EN

T M

AR

KIN

GS

EE

NO

TE

7

I-275

WB

I-275 EB

KY 16

RA

MP FRO

M

KY 16

RA

MP FRO

M

KY 16

RA

MP T

O

KY 16

RA

MP T

O

KY 16

RAMP FROM KY 16

RA

MP TO KY 16

SHOULDERTAPER

SHOULDER TAPER

SHOULDERTAPER

SHOULDER TAPER

RO

AD

CL

OS

ED

RO

AD

CL

OS

ED

TY

PE

III BA

RR

ICA

DE

(TY

P.)

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 98 of 183

D IV IS O N

OF

TR

AF

FIC

EL

EC

TR

IC A L B R A N C H

SC

AL

E IN

FE

ET

0300

600

GR

EE

NM

AN

-PE

DE

RS

EN

, INC

.

CO

NS

UL

TIN

G E

NG

INE

ER

SS

CA

LE

: 1"=

600’

CO

UN

TY

OF

IT

EM

NO

.S

HE

ET

NO

.

KE

NT

ON

8 O

F 3

6

PR

EP

AR

ED

BY

CH

EC

KE

D B

Y

AP

PR

OV

ED

BY

DA

TE

DA

TE

DA

TE

...\Brid

ge 5

0\R

_50_00101M

T.d

gn

FIL

E N

AM

E:

$$

$$

US

ER

$$

$$

US

ER

:

10

/15

/20

10

DA

TE

:

E-S

HE

ET

NA

ME

:

TE

MP

OR

AR

Y T

RA

FF

IC C

ON

TR

OL

PL

AN

B0050 - K

Y 1

6 B

RID

GE

OV

ER

I-275

RA

MP

CL

OS

UR

E A

DV

AN

CE

SIG

NS

NO

TE

S:

TH

IS L

ON

G T

ER

M C

LO

SU

RE

SH

AL

L B

E U

SE

D T

O C

OM

PL

ET

E W

OR

K A

T A

ND

AD

JA

CE

NT

TO

EN

TR

AN

CE

RA

MP

LA

NE

S F

RO

M K

Y 1

6 T

O I-2

75

. SE

E G

EN

ER

AL

TR

AF

FIC

CO

NT

RO

L N

OT

ES

FO

R A

LL

OW

AB

LE

TIM

ES

.

SE

E S

HE

ET

9 O

F 3

6 F

OR

RA

MP

CL

OS

UR

E D

ET

OU

R P

LA

N

AL

L S

IG

NS

SH

AL

L B

E 4

8" X

48"

CO

NT

RA

CT

OR

SH

AL

L N

OT

IFY

TH

E D

IST

RIC

T 6

PU

BL

IC IM

FO

RM

AT

ION

OF

FIC

ER

TW

O

WE

EK

S P

RIO

R T

O T

HE

SC

HE

DU

LE

D C

LO

SU

RE

.

CO

NT

RA

CT

OR

SH

AL

L IN

ST

AL

L P

OR

TA

BL

E C

HA

NG

AB

LE

ME

SS

AG

E S

IGN

(PC

MS

) TW

O

WE

EK

S P

RIO

R T

O C

LO

SU

RE

OF

RA

MP

TO

EA

ST

BO

UN

D I-2

75

WIT

H T

HR

EE

LIN

E

ME

SS

AG

ES

: 1. - R

AM

P/C

LO

SE

D/A

HE

AD

AN

D 2

.- DA

TE

/US

E A

LT

/RO

UT

E.

CO

NT

RA

CT

OR

SH

AL

L C

HA

NG

E P

CM

S M

ES

SA

GE

WH

EN

RA

MP

IS C

LO

SE

D T

O T

HR

EE

LIN

E

ME

SS

AG

E: 1

. - R

AM

P/C

LO

SE

D/A

HE

AD

AN

D 2

. - U

SE

/AL

T/R

OU

TE

.

1.

2.

3.

4.

5.

6.

500’

500’ 500’

1000’

1600’

500’

280’

1000’

500’

280’

1600’

250’

500

500

250’

SE

E N

OT

ES

5 A

ND

6

RA

MP

CL

OS

ED

S

EE

DE

TA

IL

ON

S

HE

ET

7 O

F 3

6

RA

MP

CL

OS

ED

S

EE

DE

TA

IL O

NS

HE

ET

7 O

F 3

6

RO

AD

WO

RK

AH

EA

D

RA

MP

CL

OS

ED

10

00

FT

RIG

HT

SH

OU

LD

ER

CL

OS

ED

RIG

HT

SH

OU

LD

ER

CL

OS

ED

1500 F

T

RO

AD

WO

RK

1 M

ILE

RIG

HT

SH

OU

LD

ER

CL

OS

ED

RIG

HT

SH

OU

LD

ER

CL

OS

ED

1500 F

T

RO

AD

WO

RK

1 M

ILE

DE

TO

UR

AH

EA

D

RO

AD

WO

RK

AH

EA

D

RA

MP

CL

OS

ED

10

00

FT

RA

MP

CL

OS

ED

10

00

FT

PC

MS

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 99 of 183

D IV IS O N

OF

TR

AF

FIC

EL

EC

TR

IC A L B R A N C H

INT

ER

ST

AT

E

275

WE

ST

DE

TO

UR

INT

ER

ST

AT

E

275

WE

ST

DE

TO

UR

INT

ER

ST

AT

E

275

DE

TO

UR

INT

ER

ST

AT

E

275

WE

ST

DE

TO

UR

I-275

HO

WARD LIT

ZLER DRIV

E

SC

AL

E IN

FE

ET

0150

300

KY-17

GR

EE

NM

AN

-PE

DE

RS

EN

, INC

.

CO

NS

UL

TIN

G E

NG

INE

ER

S

EA

ST

INT

ER

ST

AT

E

275

DE

TO

UR

EA

ST

INT

ER

ST

AT

E

275

WE

ST

DE

TO

UR

INT

ER

ST

AT

E

275

DE

TO

UR

EA

ST

INT

ER

ST

AT

E

275

WE

ST

DE

TO

UR

EA

ST

INT

ER

ST

AT

E

275

DE

TO

UR

SC

AL

E: 1

"=

30

0’

CO

UN

TY

OF

IT

EM

NO

.S

HE

ET

NO

.

KE

NT

ON

9 O

F 3

6

PR

EP

AR

ED

BY

CH

EC

KE

D B

Y

AP

PR

OV

ED

BY

DA

TE

DA

TE

DA

TE

...\Brid

ge 5

0\R

_50_00300M

T.d

gn

FIL

E N

AM

E:

$$

$$

US

ER

$$

$$

US

ER

:

10

/15

/20

10

DA

TE

:

E-S

HE

ET

NA

ME

:

TE

MP

OR

AR

Y T

RA

FF

IC C

ON

TR

OL

PL

AN

B0050 - K

Y 1

6 B

RID

GE

OV

ER

I-275

RA

MP

CL

OS

UR

E D

ET

OU

R

EA

ST

INT

ER

ST

AT

E

275

DE

TO

UR

EA

ST

INT

ER

ST

AT

E

275

DE

TO

UR

KY-16

INT

ER

ST

AT

E

275

DE

TO

UR

EA

ST

INT

ER

ST

AT

E

275

DE

TO

UR

EA

ST

NO

TE

S:

TH

IS D

ET

OU

R S

HA

LL

BE

US

ED

TO

PR

OV

IDE

AL

TE

RN

AT

E R

OU

TE

S D

UR

ING

CL

OS

UR

E O

F

I-275 E

NT

RA

NC

E R

AM

PS

. SE

E G

EN

ER

AL

TR

AF

FIC

CO

NT

RO

L N

OT

ES

FO

R A

LL

OW

AB

LE

TIM

ES

.

CO

NT

RA

CT

OR

SH

AL

L C

OM

PL

ET

E A

LL

SIG

N IN

ST

AL

LA

TIO

NS

PR

OIR

TO

CL

OS

ING

RA

MP

S.

CO

NT

RA

CT

OR

SH

AL

L C

OM

PL

ET

EL

Y C

OV

ER

AL

L C

ON

FL

ICT

ING

SIG

NS

TO

TH

E S

AT

ISF

AC

TIO

N

OF

TH

E E

NG

INE

ER

WH

EN

RA

MP

CL

OS

UR

E A

ND

DE

TO

UR

AR

E IN

EF

FE

CT

.

1.

2.

3.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 100 of 183

D IV IS O N O F

T

RA

FFIC

EL

EC

TRIC A L B R A N C H

SC

AL

E IN

FE

ET

01

50

75

GR

EE

NM

AN

-PE

DE

RS

EN

, INC

.

CO

NS

UL

TIN

G E

NG

INE

ER

SS

CA

LE

: 1"=

150’

CO

UN

TY

OF

IT

EM

NO

.S

HE

ET

NO

.

KE

NT

ON

10

OF

36

PR

EP

AR

ED

BY

CH

EC

KE

D B

Y

AP

PR

OV

ED

BY

DA

TE

DA

TE

DA

TE

...\Brid

ge 5

1\R

_51_00100-1M

T.d

gn

FIL

E N

AM

E:

$$

$$

US

ER

$$

$$

US

ER

:

10

/15

/20

10

DA

TE

:

E-S

HE

ET

NA

ME

:

TE

MP

OR

AR

Y T

RA

FF

IC C

ON

TR

OL

PL

AN

B0

05

1 - K

Y 1

30

3 B

RID

GE

OV

ER

I-27

5R

AM

P S

HO

UL

DE

R C

LO

SU

RE

- ST

AG

E 1

1.

2.

3.

4.

NO

TE

S:

TH

IS S

HO

RT

TE

RM

CL

OS

UR

E S

HA

LL

BE

US

ED

TO

PR

OV

IDE

A W

OR

K A

RE

A F

OR

INS

TA

LL

AT

ION

OF

A W

OR

K P

LA

TF

OR

M. S

EE

GE

NE

RA

L T

RA

FF

IC C

ON

TR

OL

NO

TE

S F

OR

AL

LO

WA

BL

E T

IME

S.

SE

E S

HE

ET

12

OF

36

FO

R A

DV

AN

CE

SIG

NS

.

EN

D R

OA

D W

OR

K S

IGN

SH

AL

L B

E 3

6" X

18".

SP

AC

ING

OF

DR

UM

S S

HA

LL

BE

40

’ EX

CE

PT

AD

JA

CE

NT

TO

WO

RK

AR

EA

,

WH

ER

E S

PA

CIN

G O

F D

RU

MS

SH

AL

L B

E 2

0’.

10

0’

EN

D

RO

AD

WO

RK

TRANSITION

WO

RK

AR

EA

BU

FF

ER

TRANSITION

240’

360’ S

HIFTING TAPER

100’ T

ANGENT

200’ T

ANGENT

360’ S

HIFTING TAPER

TIP OF

STRIPED GORE

I-275 EXIT RA

MP

WB I-275

EB I-275

PR

OV

IDE

MIN

IMU

M 1

0’ W

IDE

TR

AV

EL

LA

NE

TH

RO

UG

H T

HE

WO

RK

AR

EA

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 101 of 183

D IV IS O N O F

T

RA

FFIC

EL

EC

TRIC A L B R A N C H

SC

AL

E IN

FE

ET

01

50

75

GR

EE

NM

AN

-PE

DE

RS

EN

, INC

.

CO

NS

UL

TIN

G E

NG

INE

ER

SS

CA

LE

: 1"=

150’

CO

UN

TY

OF

IT

EM

NO

.S

HE

ET

NO

.

KE

NT

ON

11

OF

36

PR

EP

AR

ED

BY

CH

EC

KE

D B

Y

AP

PR

OV

ED

BY

DA

TE

DA

TE

DA

TE

...\Brid

ge 5

1\R

_5

1_

00

10

0-2

MT

.dg

nF

ILE

NA

ME

:

$$

$$

US

ER

$$

$$

US

ER

:

10

/15

/20

10

DA

TE

:

E-S

HE

ET

NA

ME

:

TE

MP

OR

AR

Y T

RA

FF

IC C

ON

TR

OL

PL

AN

B0

05

1 - K

Y 1

30

3 B

RID

GE

OV

ER

I-27

5R

AM

P S

HO

UL

DE

R C

LO

SU

RE

- ST

AG

E 2

NO

TE

S:

TH

IS S

HO

RT

TE

RM

CL

OS

UR

E S

HA

LL

BE

US

ED

TO

PR

OV

IDE

A W

OR

K A

RE

A F

OR

INS

TA

LL

AT

ION

OF

A W

OR

K P

LA

TF

OR

M. S

EE

GE

NE

RA

L T

RA

FF

IC C

ON

TR

OL

NO

TE

S F

OR

AL

LO

WA

BL

E T

IME

S.

SE

E S

HE

ET

12

OF

36

FO

R A

DV

AN

CE

SIG

NS

.

EN

D R

OA

D W

OR

K S

IGN

SH

AL

L B

E 3

6" X

18".

SP

AC

ING

OF

DR

UM

S S

HA

LL

BE

40

’ EX

CE

PT

AD

JA

CE

NT

TO

WO

RK

AR

EA

,

WH

ER

E S

PA

CIN

G O

F D

RU

MS

SH

AL

L B

E 2

0’.

1.

2.

3.

4.

10

0’

EN

D

RO

AD

WO

RK

TRANSITION

WO

RK

AR

EA

BU

FF

ER

TRANSITION

TIP OF

STRIPED GORE

WB I-275

EB I-275

I-275 EXIT RA

MP

240’ S

HOULDER TAPER

360’ S

HIFTING TAPER

100’ T

ANGENT

200’ T

ANGENT

360’ S

HIFTING TAPER

PR

OV

IDE

MIN

IMU

M 1

0’ W

IDE

TR

AV

EL

LA

NE

TH

RO

UG

H T

HE

WO

RK

AR

EA

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 102 of 183

D IV IS O N O F T R

AF

FIC

ELE C T R IC A L B R A N C H

SC

AL

E IN

FE

ET

0150

300

GR

EE

NM

AN

-PE

DE

RS

EN

, INC

.

CO

NS

UL

TIN

G E

NG

INE

ER

SS

CA

LE

: 1"=

30

0’

CO

UN

TY

OF

IT

EM

NO

.S

HE

ET

NO

.

KE

NT

ON

12

OF

36

PR

EP

AR

ED

BY

CH

EC

KE

D B

Y

AP

PR

OV

ED

BY

DA

TE

DA

TE

DA

TE

...\Brid

ge 5

1\R

_5

1_

00

10

1M

T.d

gn

FIL

E N

AM

E:

$$

$$

US

ER

$$

$$

US

ER

:

10

/15

/20

10

DA

TE

:

E-S

HE

ET

NA

ME

:

TE

MP

OR

AR

Y T

RA

FF

IC C

ON

TR

OL

PL

AN

B0

05

1 - K

Y 1

30

3 B

RID

GE

OV

ER

I-27

5W

B I-2

75

RA

MP

AD

VA

NC

E S

IGN

S

NO

TE

S:

TH

IS S

IGN

PL

AN

SH

AL

L B

E U

SE

D F

OR

TH

E S

HO

RT

TE

RM

CL

OS

UR

ES

SH

OW

N O

N

SH

EE

TS

10

AN

D 1

1. S

EE

GE

NE

RA

L T

RA

FF

IC C

ON

TR

OL

NO

TE

S F

OR

AL

LO

WA

BL

E T

IME

S.

AL

L S

IG

NS

SH

AL

L B

E 4

8" X

48

".

1.

2.

500’

500’

500’

RO

AD

WO

RK

AH

EA

DL

EF

T

SH

OU

LD

ER

CL

OS

ED

1000 F

T

RIG

HT

SH

OU

LD

ER

CL

OS

ED

1000 F

T

ST

AG

E 2

ST

AG

E 1

ST

AG

E 2

ST

AG

E 1

TIP OF

STRIPED

GORE

WB I-275

EB I-275

RA

MP TO US 25

RA

MP TO KY-1303

RA

MP FRO

M

KY-1303

240’

ON

RA

MP

ON

RA

MP

ON

RA

MP

ON

RA

MP

ON

RA

MP

KY 1303

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 103 of 183

D IV IS O N O F

T

RA

FFIC

EL

E

CT

R IC A L B R A N C H

SC

AL

E IN

FE

ET

03

00

15

0

GR

EE

NM

AN

-PE

DE

RS

EN

, INC

.

CO

NS

UL

TIN

G E

NG

INE

ER

S

MATCH LINE A-A

MATCH LINE A-A

SC

AL

E: 1

"=

30

0’

CO

UN

TY

OF

IT

EM

NO

.S

HE

ET

NO

.

KE

NT

ON

13

OF

36

PR

EP

AR

ED

BY

CH

EC

KE

D B

Y

AP

PR

OV

ED

BY

DA

TE

DA

TE

DA

TE

...\Brid

ge 5

1\R

_51_00102M

T.d

gn

FIL

E N

AM

E:

$$

$$

US

ER

$$

$$

US

ER

:

10

/15

/20

10

DA

TE

:

E-S

HE

ET

NA

ME

:

TE

MP

OR

AR

Y T

RA

FF

IC C

ON

TR

OL

PL

AN

B0

05

1 - K

Y 1

30

3 B

RID

GE

OV

ER

I-27

5W

B I-2

75 D

OU

BL

E R

IGH

T L

AN

E C

LO

SU

RE

NO

TE

S:

TH

IS S

HO

RT

TE

RM

CL

OS

UR

E S

HA

LL

BE

US

ED

TO

CO

MP

LE

TE

WO

RK

AT

KY

13

03

BR

IDG

E O

VE

R I-2

75. S

EE

GE

NE

RA

L T

RA

FF

IC C

ON

TR

OL

NO

TE

S F

OR

AL

LO

WA

BL

E T

IME

S.

TH

E C

ON

TR

AC

TO

R S

HA

LL

INC

OR

PO

RA

TE

I-27

5 S

PE

ED

RE

DU

CT

ION

PL

AN

SH

OW

N O

N

SH

EE

T 2

WIT

H T

HIS

CL

OS

UR

E.

EN

D R

OA

D W

OR

K S

IGN

SH

AL

L B

E 3

6" X

18".

EX

IT

OP

EN

SIG

NS

SH

AL

L B

E 4

8" X

48

".

AL

L O

TH

ER

SIG

NS

SH

AL

L B

E 4

8" X

48

".

SP

AC

ING

OF

DR

UM

S T

HR

U D

OW

NS

TR

EA

M T

AP

ER

SH

AL

L B

E 2

0’.

SP

AC

ING

OF

AL

L O

TH

ER

DR

UM

S S

HA

LL

BE

40’.

1.

2.

3.

4.

5.

6.

7.

BU

FF

ER

WO

RK

AR

EA

300’

TANGENT

I-2

75

EB

I-2

75

WB

RA

MP FRO

M

KY-1303

RA

MP TO KY-1303

400’

200’ T

APER

1060’ T

AN

GE

NT

200’ T

AP

ER

720’ T

AP

ER

100’

200’

100’

TA

PE

R

500’E

ND

RO

AD

WO

RK

KY 1303

AR

RO

W P

AN

EL

(TY

P.)

EX

IT

EX

IT

EX

IT

OP

EN

RIG

HT

TW

O L

AN

ES

CL

OS

ED

1500 F

T

RO

AD

WO

RK

1 M

ILE

500’

2600’

1100’

1000’

720’ T

APER

300’

TANGENT

WB I-275

EB I-275

240’

SHOULDER TAPER

RIG

HT

TW

O L

AN

ES

CL

OS

ED

12 M

ILE

EX

IT

OP

EN

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 104 of 183

D IV IS O N O F T R A FF

IC

E LE C T R IC A L B R A N C H

SC

AL

E IN

FE

ET

03

00

15

0

GR

EE

NM

AN

-PE

DE

RS

EN

, INC

.

CO

NS

UL

TIN

G E

NG

INE

ER

S

MATCH LINE A-A

MATCH LINE A-A

TE

MP

OR

AR

Y T

RA

FF

IC C

ON

TR

OL

PL

AN

B0

05

1 - K

Y 1

30

3 B

RID

GE

OV

ER

I-27

5E

B I-2

75

RIG

HT

LA

NE

CL

OS

UR

ES

CA

LE

: 1"=

30

0’

CO

UN

TY

OF

IT

EM

NO

.S

HE

ET

NO

.

KE

NT

ON

14

OF

36

PR

EP

AR

ED

BY

CH

EC

KE

D B

Y

AP

PR

OV

ED

BY

DA

TE

DA

TE

DA

TE

...\Brid

ge 5

1\R

_51_00103M

T.d

gn

FIL

E N

AM

E:

$$

$$

US

ER

$$

$$

US

ER

:

10

/15

/20

10

DA

TE

:

E-S

HE

ET

NA

ME

:

NO

TE

S:

TH

IS S

HO

RT

TE

RM

CL

OS

UR

E S

HA

LL

BE

US

ED

TO

CO

MP

LE

TE

WO

RK

AT

KY

13

03

BR

IDG

E O

VE

R I-2

75. S

EE

GE

NE

RA

L T

RA

FF

IC C

ON

TR

OL

NO

TE

S F

OR

AL

LO

WA

BL

E T

IME

S.

TH

IS C

LO

SU

RE

SH

AL

L B

E IM

PL

EM

EN

TE

D A

S D

IRE

CT

ED

BY

TH

E E

NG

INE

ER

IN C

ON

JU

NC

TIO

N W

ITH

CL

OS

UR

E

OF

TH

E E

B I

-2

75

EN

TR

AN

CE

RA

MP

FR

OM

US

25

. SE

E S

HE

ET

S 1

5 A

ND

16

FO

R R

AM

P C

LO

SU

RE

DE

TA

IL

S.

TH

E C

ON

TR

AC

TO

R S

HA

LL

INC

OR

PO

RA

TE

I-27

5 S

PE

ED

RE

DU

CT

ION

PL

AN

SH

OW

N O

N

SH

EE

T 2

WIT

H T

HIS

CL

OS

UR

E.

EN

D R

OA

D W

OR

K S

IGN

SH

AL

L B

E 3

6" X

18".

AL

L O

TH

ER

SIG

NS

SH

AL

L B

E 4

8" X

48

".

SP

AC

ING

OF

DR

UM

S T

HR

U D

OW

NS

TR

EA

M T

AP

ES

SH

AL

L B

E 2

0’.

SP

AC

ING

OF

AL

L O

TH

ER

DR

UM

S S

HA

LL

BE

40’.

1.

2.

3.

4.

5.

6.

7.

RIG

HT

LA

NE

CL

OS

ED

15

00

FT

EB I-275

WB I-275

2600’

1000’

500’

1100’

RIG

HT

LA

NE

CL

OS

ED

12 M

ILE

RO

AD

WO

RK

1 M

ILE

US 25

RA

MP FRO

M

US 25

RA

MP TO US 25

RAMP TO

US 25

500’

840’ T

APER

300’ T

ANGENT

EN

D

RO

AD

WO

RK

240’ S

HO

UL

DE

R T

AP

ER

EB I-275

WB I-275

1000’

100’

TAPER

200’

WORK AREA

TIP OF STRIPED GORE

KY 1303

RA

MP TO KY 1303

RA

MP FR

OM

KY 13

03

RA

MP TO US 25

RA

MP FRO

M

US 25

AR

RO

W P

AN

EL

(TY

P.)

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 105 of 183

D IV IS O N

OF

TR

AF

FIC

EL

EC

TR

IC A L B R A N C H

SC

AL

E IN

FE

ET

0300

600

GR

EE

NM

AN

-PE

DE

RS

EN

, INC

.

CO

NS

UL

TIN

G E

NG

INE

ER

S

TE

MP

OR

AR

Y T

RA

FF

IC C

ON

TR

OL

PL

AN

B0

06

1 - I-2

75

RA

MP

D B

RID

GE

OV

ER

RA

MP

FR

AM

P C

LO

SU

RE

AD

VA

NC

E S

IGN

S A

ND

DE

TO

UR

SC

AL

E: 1

" =

60

0’

CO

UN

TY

OF

IT

EM

NO

.S

HE

ET

NO

.

KE

NT

ON

15

OF

36

PR

EP

AR

ED

BY

CH

EC

KE

D B

Y

AP

PR

OV

ED

BY

DA

TE

DA

TE

DA

TE

...\Brid

ge 6

1\R

_61_00100M

T.d

gn

FIL

E N

AM

E:

$$

$$

US

ER

$$

$$

US

ER

:

10

/15

/20

10

DA

TE

:

E-S

HE

ET

NA

ME

:

1.

2.

3.

4.

5.

6.

NO

TE

S:

TH

IS L

ON

G T

ER

M C

LO

SU

RE

SH

AL

L B

E U

SE

D T

O C

OM

PL

ET

E W

OR

K A

T R

AM

P D

BR

IDG

E

OV

ER

RA

MP

F. S

EE

GE

NE

RA

L T

RA

FF

IC C

ON

TR

OL

NO

TE

S F

OR

AL

LO

WA

BL

E T

IME

S.

AL

L N

ON

-DE

TO

UR

SIG

NS

SH

AL

L B

E 4

8" X

48

".

CO

NT

RA

CT

OR

SH

AL

L C

OM

PL

ET

EL

Y C

OV

ER

AL

L C

ON

FL

ICT

ING

SIG

NS

TO

TH

E

SA

TIS

FA

CT

ION

OF

TH

E E

NG

INE

ER

WH

EN

RA

MP

CL

OS

UR

E A

ND

DE

TO

UR

AR

E E

FF

EC

T.

CO

NT

RA

CT

OR

SH

AL

L N

OT

IFY

TH

E D

IST

RIC

T 6

PU

BL

IC IN

FO

RM

AT

ION

OF

FIC

ER

TW

O

WE

EK

S P

RIO

R T

O T

HE

SC

HE

DU

LE

D C

LO

SU

RE

.

CO

NT

RA

CT

OR

SH

AL

L IN

ST

AL

L P

OR

TA

BL

E C

HA

NG

AB

LE

ME

SS

AG

E S

IGN

(PC

MS

) TW

O

WE

EK

S P

RIO

R T

O C

LO

SU

RE

OF

RA

MP

EA

ST

BO

UN

D I-2

75

WIT

H T

HR

EE

LIN

E M

ES

SA

GE

S:

1. -

RA

MP

/CL

OS

ED

/AH

EA

D A

ND

2. -

DA

TE

/US

E A

LT

/RO

UT

E.

CO

NT

RA

CT

OR

SH

AL

L C

HA

NG

E P

CM

S M

ES

SA

GE

WH

EN

RA

MP

IS C

LO

SE

D T

O T

HR

EE

LIN

E

ME

SS

AG

E: 1

. - R

AM

P/C

LO

SE

D/A

HE

AD

AN

D 2

. - U

SE

/AL

T/R

OU

TE

.

EA

ST

INT

ER

ST

AT

E

275

DE

TO

UR

RO

AD

WO

RK

AH

EA

D

RO

AD

WO

RK

AH

EA

D

RA

MP

CL

OS

ED

10

00

FT

RA

MP

CL

OS

ED

50

0 F

T

RA

MP

CL

OS

ED

50

0 F

T

PCMS

EN

D

DE

TO

UR

INT

ER

ST

AT

E

275

EA

ST

DE

TO

UR

INT

ER

ST

AT

E

275

EA

ST

DE

TO

UR

INT

ER

ST

AT

E

275

EA

ST

DE

TO

UR

INT

ER

ST

AT

E

275

EA

ST

DE

TO

UR

INT

ER

ST

AT

E

275

EA

ST

DE

TO

UR

INT

ER

ST

AT

E

275

EA

ST

DE

TO

UR

INT

ER

ST

AT

E

275

EA

ST

DE

TO

UR

500’

500’

500’

170’

500’

500’

500’

450’

450’

WO

RK

AR

EA

340’

STOP LINE

TURKEYFOOT RD. (KY-1303)

I-275

TIP OF

STRIPED GORE

RA

MP

CL

OS

ED

10

00

FT

US 25

SE

E N

OT

ES

5 A

ND

6

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 106 of 183

SC

AL

E IN

FE

ET

01

50

75

D IV IS O N

OF

TR

AF

FIC

EL

EC

TR

IC A L B R A N C H

GR

EE

NM

AN

-PE

DE

RS

EN

, INC

.

CO

NS

UL

TIN

G E

NG

INE

ER

S

I-275

TE

MP

OR

AR

Y T

RA

FF

IC C

ON

TR

OL

PL

AN

B0

06

1 - I-2

75

RA

MP

D B

RID

GE

OV

ER

RA

MP

FE

B I-2

75

RA

MP

CL

OS

UR

E P

LA

NS

CA

LE

: 1"=

15

0’

CO

UN

TY

OF

IT

EM

NO

.S

HE

ET

NO

.

KE

NT

ON

16

OF

36

PR

EP

AR

ED

BY

CH

EC

KE

D B

Y

AP

PR

OV

ED

BY

DA

TE

DA

TE

DA

TE

...\Brid

ge 6

1\R

_6

1_

00

30

0M

T.d

gn

FIL

E N

AM

E:

$$

$$

US

ER

$$

$$

US

ER

:

10

/15

/20

10

DA

TE

:

E-S

HE

ET

NA

ME

:

NO

TE

S:

TH

IS L

ON

G T

ER

M C

LO

SU

RE

SH

AL

L B

E U

SE

D T

O C

OM

PL

ET

E

WO

RK

AT

RA

MP

D B

RID

GE

OV

ER

RA

MP

F. S

EE

GE

NE

RA

L T

RA

FF

IC C

ON

TR

OL

NO

TE

S F

OR

AL

LO

WA

BL

E T

IME

S.

EN

D R

OA

D W

OR

K S

IGN

SH

AL

L B

E 3

6" X

18".

RO

AD

CL

OS

ED

SIG

N S

HA

LL

BE

48

" X

30

".

INS

TA

LL

TE

MP

OR

AR

Y W

HIT

E E

DG

E L

INE

AC

RO

SS

EN

TR

AN

CE

RA

MP

OP

EN

ING

S O

N U

S 2

5 T

O P

RO

VID

E C

ON

TIN

OU

S

SH

OU

LD

ER

LIN

E D

UR

ING

RA

MP

CL

OS

UR

E. C

ON

TR

AC

TO

R S

HA

LL

MA

INT

AIN

MIN

IMU

M 1

2’ W

IDE

AD

JA

CE

NT

TR

AV

EL

LA

NE

.

SP

AC

ING

OF

AL

L D

RU

MS

SH

AL

L B

E 2

0’.

1.

2.

3.

4.

5.

STOP LINE

170’

RO

AD

CL

OS

ED

100’ T

APER

100’ T

APER

RAMP FROM EB I-275

RA

MP TO EB 1-275

DIXIE H

WY. (K

Y-127)

340’ T

ANGENT

340’ T

ANGENT

EN

D

RO

AD

WO

RK

EN

D

RO

AD

WO

RK

TE

MP

OR

AR

Y

ED

GE

LIN

E

(S

EE

NO

TE

4)

TE

MP

OR

AR

Y

ED

GE

LIN

E

(S

EE

NO

TE

4)

TIP

OF

S

TR

IPE

D G

OR

E

TE

MP

OR

AR

Y

ED

GE

LIN

E

(S

EE

NO

TE

4)

TY

PE

III

BA

RR

ICA

DE

(T

YP

.)

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 107 of 183

DIV

ISO

N

OF

TR

AF

FIC

EL

EC

TRIC

AL

BR

AN

CH

SC

AL

E IN

FE

ET

03

00

15

0

GR

EE

NM

AN

-PE

DE

RS

EN

, INC

.

CO

NS

UL

TIN

G E

NG

INE

ER

S TH

IS L

ON

G T

ER

M C

LO

SU

RE

SH

AL

L B

E U

SE

D T

O P

RO

VID

E A

PR

OT

EC

TE

D W

OR

K A

ND

ST

AG

ING

AR

EA

DU

RIN

GT

HE

WO

RK

. SE

E G

EN

ER

AL

TR

AF

FIC

CO

NT

RO

L N

OT

ES

.

EN

D R

OA

D W

OR

K S

IGN

SH

AL

L B

E 3

6" X

18".

AL

L O

TH

ER

SIG

NS

SH

AL

L B

E 4

8" X

48

".

SIG

N S

HA

LL

BE

INS

TA

LL

ED

IN T

HE

ME

DIA

N IF

SP

AC

E P

ER

MIT

S.

SP

AC

ING

OF

DR

UM

S T

HR

U T

AP

ER

S S

HA

LL

BE

20’.

SP

AC

ING

OF

AL

L O

TH

ER

DR

UM

S S

HA

LL

BE

40’.

INS

TA

LL

LO

W C

LE

AR

AN

CE

SIG

NS

PR

IOR

TO

INS

TA

LL

AT

ION

OF

WO

RK

PL

AT

FO

RM

S A

T I-2

75

BR

IDG

EO

VE

R U

S 2

5. C

ON

TR

AC

TO

R S

HA

LL

MA

INT

AIN

TH

ES

E S

IGN

S U

NT

IL W

OR

K P

LA

TF

OR

MS

HA

VE

BE

EN

RE

MO

VE

D.

INS

TA

LL

AD

DIT

ION

AL

RO

AD

WO

RK

AH

EA

D S

IGN

AL

ON

G N

OR

TH

BO

UN

D U

S 2

5 IN

AD

VA

NC

E O

F T

HE

WO

RK

AR

EA

AS

DIR

EC

TE

D B

Y T

HE

EN

GIN

EE

R. C

ON

TR

AC

TO

R S

HA

LL

MA

INT

AIN

AL

L R

OA

D W

OR

K A

HE

AD

SIG

NS

UN

TIL

WO

RK

IS C

OM

PL

ET

ED

AT

TH

IS L

OC

AT

ION

.

NO

TE

S:

1.

2.

3.

4.

5.

6.

7.

8.

SC

AL

E: 1

"=

30

0’

CO

UN

TY

OF

IT

EM

NO

.S

HE

ET

NO

.

KE

NT

ON

17

OF

36

PR

EP

AR

ED

BY

CH

EC

KE

D B

Y

AP

PR

OV

ED

BY

DA

TE

DA

TE

DA

TE

...\Brid

ge 5

9\R

_5

9_

00

10

1M

T.d

gn

FIL

E N

AM

E:

$$

$$

US

ER

$$

$$

US

ER

:

10

/15

/20

10

DA

TE

:

E-S

HE

ET

NA

ME

:

TE

MP

OR

AR

Y T

RA

FF

IC C

ON

TR

OL

PL

AN

B0059L

&R

AN

D B

0060 - I-2

75 B

RID

GE

S O

VE

R U

S 2

5S

B U

S 2

5 L

EF

T S

HO

UL

DE

R C

LO

SU

RE

EN

D

RO

AD

WO

RK

RO

AD

WO

RK

AH

EA

D

500’

500’

500’

80’

300’

361’

100’

RAMP FROM EB I-275

WB I-275

EB I-275

RAMP FROM WB I-275

RAMP TO

EB I-275

RAMP TO

WB I-275

NB US 25

SB US 25

PHYSICAL NOSE

TAPER

TANGENT

TANGENT

TAPER

LE

FT

SH

OU

LD

ER

CL

OS

ED

LE

FT

SH

OU

LD

ER

CL

OS

ED

1000 F

T

140’

TAPER

TE

MP

OR

Y

CO

NC

RE

TE

BA

RR

IER

SE

E N

OT

E 4

15

’-0

"

15

’-0

"

AT 11:

1

EN

D

RO

AD

WO

RK

RO

AD

WO

RK

AH

EA

D

RO

AD

WO

RK

AH

EA

D

SE

E N

OT

E 7

SE

E N

OT

E 7

INS

TA

LL

TA

PE

RE

DE

ND

SE

CT

ION

SE

E N

OT

E 8

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 108 of 183

SC

AL

E IN

FE

ET

03

00

15

0

D IV IS O N O F

T

RA

FFIC

EL

EC

TRIC A L B R A N C H

MATCH LINE

GR

EE

NM

AN

-PE

DE

RS

EN

, INC

.

CO

NS

UL

TIN

G E

NG

INE

ER

SS

CA

LE

: 1"=

30

0’

CO

UN

TY

OF

IT

EM

NO

.S

HE

ET

NO

.

KE

NT

ON

18

OF

36

PR

EP

AR

ED

BY

CH

EC

KE

D B

Y

AP

PR

OV

ED

BY

DA

TE

DA

TE

DA

TE

...\Brid

ge 5

8\R

_58_00

100

MT

.dg

nF

ILE

NA

ME

:

$$

$$

US

ER

$$

$$

US

ER

:

10

/15

/20

10

DA

TE

:

E-S

HE

ET

NA

ME

:

TE

MP

OR

AR

Y T

RA

FF

IC C

ON

TR

OL

PL

AN

B0058 - C

NO

& T

P R

R B

RID

GE

OV

ER

I-275

EB

I-275 D

OU

BL

E L

EF

T L

AN

E C

LO

SU

RE SEE SHEET 19 OF 36

NO

TE

S:

TH

IS S

HO

RT

TE

RM

CL

OS

UR

E S

HA

LL

BE

US

ED

TO

CO

MP

LE

TE

TH

E W

OR

K

AT

CN

O &

TP

RA

ILR

OA

D B

RID

GE

OV

ER

I-27

5. S

EE

GE

NE

RA

L T

RA

FF

IC

CO

NT

RO

L N

OT

ES

FO

R A

LL

OW

ED

TIM

ES

.

AL

L S

IG

NS

SH

AL

L B

E 4

8" X

48

".

SP

AC

ING

OF

DR

UM

S S

HA

LL

BE

40’.

1.

2.

3.500’

1100’

50

0’

500’

500’

50

0’

500’

500’

72

0’ M

ER

GIN

G T

AP

ER

1000’

TIP

OF

ST

RIP

ED

GO

RE

42

0’ S

HIF

TIN

G T

AP

ER

I-275

WB

I-275 EB

I-75 NB

I-75 SB

RAMP FROM I-75 SB

RA

MP FRO

M I-75 NB

2600’

RO

AD

WO

RK

1 M

ILE

LE

FT

TW

O L

AN

ES

CL

OS

ED

1/2

MIL

E

LE

FT

TW

O L

AN

ES

CL

OS

ED

1500 F

T

LE

FT

LA

NE

CL

OS

ED

10

00

FT

LE

FT

LA

NE

CL

OS

ED

15

00

FT

LE

FT

LA

NE

CL

OS

ED

10

00

FT

1100’

RO

AD

WO

RK

AH

EA

D

24

0’ S

HO

UL

DE

R

TA

PE

R

AR

RO

W P

AN

EL

(TY

P.)

RO

AD

WO

RK

AH

EA

D

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 109 of 183

SC

AL

E IN

FE

ET

03

00

15

0

D IV IS O N O F

T

RA

FFIC

EL

EC

TRIC A L B R A N C H

MATCH LINE

GR

EE

NM

AN

-PE

DE

RS

EN

, INC

.

CO

NS

UL

TIN

G E

NG

INE

ER

SS

CA

LE

: 1"=

30

0’

CO

UN

TY

OF

IT

EM

NO

.S

HE

ET

NO

.

KE

NT

ON

19

OF

36

PR

EP

AR

ED

BY

CH

EC

KE

D B

Y

AP

PR

OV

ED

BY

DA

TE

DA

TE

DA

TE

...\Brid

ge 5

8\R

_5

8_

00

10

1M

T.d

gn

FIL

E N

AM

E:

$$

$$

US

ER

$$

$$

US

ER

:

10

/15

/20

10

DA

TE

:

E-S

HE

ET

NA

ME

:

TE

MP

OR

AR

Y T

RA

FF

IC C

ON

TR

OL

PL

AN

B0058 - C

NO

& T

P R

R B

RID

GE

OV

ER

I-275

EB

I-275 D

OU

BL

E L

EF

T L

AN

E C

LO

SU

RE

PL

AN

SEE SHEET 18 OF 36

NO

TE

S:

TH

IS S

HO

RT

TE

RM

CL

OS

UR

E S

HA

LL

BE

US

ED

TO

CO

MP

LE

TE

TH

E W

OR

K

AT

CN

O &

TP

RA

ILR

OA

D B

RID

GE

OV

ER

I-27

5. S

EE

GE

NE

RA

L T

RA

FF

IC

CO

NT

RO

L N

OT

ES

FO

R A

LL

OW

ED

TIM

ES

.

EN

D R

OA

D W

OR

K S

IGN

SH

AL

L B

E 3

6" X

18".

AL

L O

TH

ER

SIG

NS

SH

AL

L B

E 4

8" X

48

".

SP

AC

ING

OF

DR

UM

S T

HR

U T

HE

DO

WN

ST

RE

AM

TA

PE

R S

HA

LL

BE

20’.

SP

AC

ING

OF

AL

L O

TH

ER

DR

UM

S S

HA

LL

BE

40’.

1.

2.

3.

4.

5.

EN

D

RO

AD

WO

RK

10

00

20

0’ B

UF

FE

R420’ S

HIF

TIN

G T

AP

ER

68

0’ T

AN

GE

NT

840’ M

ERGING TAPER

280’

SHOULDER TAPER

1000’

42

0’ S

HIF

TIN

GT

AP

ER

I-275 E

B

I-2

75

WB

CRESCENT SPRINGS RD

RA

MP TO I-75

RA

MP

FR

OM

I-75

58

0’ T

AN

GE

NT

2 D

RU

M L

INE

S

100’

100’

TA

PE

R

50

0’

AR

RO

W P

AN

EL

(TY

P.)

TIP OF

STRIPED GORE

42

0’ T

AG

EN

T

CNO & TP RAILROAD

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 110 of 183

SC

AL

E IN

FE

ET

03

00

15

0

D IV IS O N O F

T

RA

FFIC

EL

EC

TRIC A L B R A N C H

MATCH LINE

GR

EE

NM

AN

-PE

DE

RS

EN

, INC

.

CO

NS

UL

TIN

G E

NG

INE

ER

SS

CA

LE

: 1"=

30

0’

CO

UN

TY

OF

IT

EM

NO

.S

HE

ET

NO

.

KE

NT

ON

20

OF

36

PR

EP

AR

ED

BY

CH

EC

KE

D B

Y

AP

PR

OV

ED

BY

DA

TE

DA

TE

DA

TE

...\Brid

ge 5

8\R

_58_00102M

T.d

gn

FIL

E N

AM

E:

$$

$$

US

ER

$$

$$

US

ER

:

10

/15

/20

10

DA

TE

:

E-S

HE

ET

NA

ME

:

TE

MP

OR

AR

Y T

RA

FF

IC C

ON

TR

OL

PL

AN

B0058 - C

NO

& T

P R

R B

RID

GE

OV

ER

I-275

EB

I-275 D

OU

BL

E R

IGH

T L

AN

E C

LO

SU

RE

SHEET 21 OF 36

SEE

NO

TE

S:

TH

IS S

HO

RT

TE

RM

CL

OS

UR

E S

HA

LL

BE

US

ED

TO

CO

MP

LE

TE

TH

E W

OR

K

AT

CN

O &

TP

RA

ILR

OA

D B

RID

GE

OV

ER

I-27

5. S

EE

GE

NE

RA

L T

RA

FF

IC

CO

NT

RO

L N

OT

ES

FO

R A

LL

OW

ED

TIM

ES

.

AL

L S

IG

NS

SH

AL

L B

E 4

8" X

48

".

SP

AC

ING

OF

AL

L D

RU

MS

SH

AL

L B

E 4

0’.

1.

2.

3.

I-275

WB

I-275 EB

I-75 NB

I-75 SB

RAMP FROM I-75 SB

RA

MP FRO

M I-75 NB

RO

AD

WO

RK

1 M

ILE

1000’

1000’

1680’ T

ANGENT

840’ M

ERGING TAPER

280’ S

HOULDER

TAPER

10

00

720’ M

ERGING TAPER

240’ S

HOULDER

TAPER

R

IGH

T

TW

O L

AN

ES

CL

OS

ED

1/2

MIL

ER

IGH

T

TW

O L

AN

ES

CL

OS

ED

1500 F

T

RIG

HT

TW

O L

AN

ES

CL

OS

ED

1000 F

T

500’

1100’

2600’

260’

500’500’

14

40

’ TA

NG

EN

T

10

00

AR

RO

W P

AN

EL

(TY

P.)

RO

AD

WO

RK

AH

EA

D

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 111 of 183

SC

AL

E IN

FE

ET

03

00

15

0

D IV IS O N O F

T

RA

FFIC

EL

EC

TRIC A L B R A N C H

MATCH LINE

GR

EE

NM

AN

-PE

DE

RS

EN

, INC

.

CO

NS

UL

TIN

G E

NG

INE

ER

SS

CA

LE

: 1"=

30

0’

CO

UN

TY

OF

IT

EM

NO

.S

HE

ET

NO

.

KN

ET

ON

21

OF

36

PR

EP

AR

ED

BY

CH

EC

KE

D B

Y

AP

PR

OV

ED

BY

DA

TE

DA

TE

DA

TE

...\Brid

ge 5

8\R

_58_00103M

T.d

gn

FIL

E N

AM

E:

$$

$$

US

ER

$$

$$

US

ER

:

10

/15

/20

10

DA

TE

:

E-S

HE

ET

NA

ME

:

TE

MP

RO

AR

Y T

RA

FF

IC C

ON

TR

OL

PL

AN

B0058 - C

NO

& T

P R

R B

RID

GE

OV

ER

I-275

EB

I-275 D

OU

BL

E R

IGH

T L

AN

E C

LO

SU

RE

SEE SHEET 20 OF 36

NO

TE

S:

TH

IS S

HO

RT

TE

RM

CL

OS

UR

E S

HA

LL

BE

US

ED

TO

CO

MP

LE

TE

TH

E W

OR

K

AT

CN

O &

TP

RA

ILR

OA

D B

RID

GE

OV

ER

I-27

5. S

EE

GE

NE

RA

L T

RA

FF

IC

CO

NT

RO

L N

OT

ES

FO

R A

LL

OW

ED

TIM

ES

.

EN

D R

OA

D W

OR

K S

IGN

SH

AL

L B

E 3

6" X

18".

AL

L O

TH

ER

SIG

NS

SH

AL

L B

E 4

8" X

48

".

SP

AC

ING

OF

DR

UM

S T

HR

U T

HE

DO

WN

ST

RE

AM

TA

PE

R S

HA

LL

BE

20’.

SP

AC

ING

AL

L D

RU

MS

SH

AL

L B

E 4

0’.

INS

TA

LL

SE

CO

ND

DR

UM

LIN

E A

S D

IRE

CT

ED

BY

TH

E E

NG

INE

ER

AL

ON

G T

HE

LE

FT

SID

E O

F

RA

MP

FR

OM

I-75

TO

MA

INT

AIN

SIN

GL

E L

AN

E F

OR

TR

AF

FIC

EN

TE

RIN

G I-2

75

.

1.

2.

3.

4.

5.

6.

EN

D

RO

AD

WO

RK

20

0’ B

UF

FE

R420’ S

HIF

TIN

G T

AP

ER

840’ M

ERGING TAPER

I-275 E

B

I-2

75

WB

CRESCENT SPRINGS RD

RA

MP TO I-75

RA

MP

FR

OM

I-75

1000’

1000’

1680’ T

ANGENT

10

00

14

40

’ TA

NG

EN

T7

20

’ ME

RG

ING

TA

PE

R4

20

’ TA

NG

EN

T

AR

RO

W P

AN

EL

(TY

P.)

TA

PE

R

50

0’

100’

100’

SE

E N

OT

E 6

CNO & TP

RAILROAD

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 112 of 183

D IV IS O N O F T

RA

FF

C

E

LEC T R IC A L B R A N C H

SC

AL

E IN

FE

ET

03

00

15

0

MATCH LINE A-A

MATCH LINE A-A

D IV IS O N O F T

RA

FF

C

E

LEC T R IC A L B R A N C H

GR

EE

NM

AN

-PE

DE

RS

EN

, INC

.

CO

NS

UL

TIN

G E

NG

INE

ER

SS

CA

LE

: 1"=

30

0’

CO

UN

TY

OF

IT

EM

NO

.S

HE

ET

NO

.

KE

NT

ON

22

OF

36

PR

EP

AR

ED

BY

CH

EC

KE

D B

Y

AP

PR

OV

ED

BY

DA

TE

DA

TE

DA

TE

...\Brid

ge 5

8\R

_58_00104M

T.d

gn

FIL

E N

AM

E:

$$

$$

US

ER

$$

$$

US

ER

:

10

/15

/20

10

DA

TE

:

E-S

HE

ET

NA

ME

:

TE

MP

OR

AR

Y T

RA

FF

IC C

ON

TR

OL

PL

AN

B0058 - C

NO

& T

P R

R B

RID

GE

OV

ER

I-275

WB

I-275 D

OU

BL

E R

IGH

T L

AN

E C

LO

SU

RE

NO

TE

S:

TH

IS S

HO

RT

TE

RM

CL

OS

UR

E S

HA

LL

BE

US

ED

TO

CO

MP

LE

TE

TH

E W

OR

K A

T C

NO

& T

P

RA

ILR

OA

D B

RID

GE

OV

ER

I-275. S

EE

GE

NE

RA

L T

RA

FF

IC C

ON

TR

OL

NO

TE

S F

OR

AL

LO

WE

D T

IME

S.

TH

E C

ON

TR

AC

TO

R S

HA

LL

INC

OR

PO

RA

TE

I-27

5 S

PE

ED

RE

DU

CT

ION

PL

AN

SH

OW

N O

N S

HE

ET

2 W

ITH

TH

IS C

LO

SU

RE

.

EN

D R

OA

D W

OR

K S

IGN

SH

AL

L B

E 3

6" X

18"

AL

L O

TH

ER

SIG

NS

SH

AL

L B

E 4

8" X

48

".

SP

AC

ING

OF

DR

UM

S T

HR

U T

HE

DO

WN

ST

RE

AM

TA

PE

R S

HA

LL

BE

20’.

SP

AC

ING

OF

AL

L O

TH

ER

DR

UM

S S

HA

LL

BE

40’.

1.

2.

3.

4.

5.

6.

TIP OF STRIPED GORE

100’

100’

100’

100’

EN

D

RO

AD

WO

RK

1000’

PH

YS

ICA

L N

OS

E

BUFFER

BUFFER

1440’ T

ANGENT

720’ M

ERGING TAPER

720’ S

HIFTING TAPER

250’ T

ANGENT

360’ S

HIFTING TAPER

I-275

WB

I-275 EB

CNO & TP RR

720’

MERGING TAPER

500’

AR

RO

W P

AN

EL

(TY

P.)

RA

MP FRO

M

US 25

RA

MP TO US 25

RO

AD

WO

RK

AH

EA

D

500’

1100’

2600’

I-275 EB

I-275

WB

RIG

HT

TW

O L

AN

ES

CL

OS

ED

1/2

MIL

E

RO

AD

WO

RK

1 M

ILE

RIG

HT

TW

O L

AN

ES

CL

OS

ED

1500 F

T

720’

MERGING TAPER

RA

MP TO KY 1303

RA

MP FRO

M

KY 1303

240’

SHOULDER TAPER

1000’

RAMP TO SB

US 25

US 25

RAMP TO N

US 25

RA

MP FRO

M

US 25

RO

AD

WO

RK

AH

EA

D

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 113 of 183

D IV IS O N O F

T

RA

FFIC

EL

EC

TRIC A L B R A N C H

SC

AL

E IN

FE

ET

03

00

15

0

GR

EE

NM

AN

-PE

DE

RS

EN

, INC

.

CO

NS

UL

TIN

G E

NG

INE

ER

S

1.

2.

3.

SEE SHEET 24 OF 36

SC

AL

E: 1

"=

30

0’

CO

UN

TY

OF

IT

EM

NO

.S

HE

ET

NO

.

KE

NT

ON

23

OF

36

PR

EP

AR

ED

BY

CH

EC

KE

D B

Y

AP

PR

OV

ED

BY

DA

TE

DA

TE

DA

TE

...\Brid

ge 5

7\R

_57_00

100

MT

.dg

nF

ILE

NA

ME

:

$$

$$

US

ER

$$

$$

US

ER

:

10

/15

/20

10

DA

TE

:

E-S

HE

ET

NA

ME

:

TE

MP

OR

AR

Y T

RA

FF

IC C

ON

TR

OL

PL

AN

B0057 - C

RE

SC

EN

T S

PR

ING

S R

OA

D O

VE

R I-2

75

EB

I-27

5 L

EF

T L

AN

E C

LO

SU

RE

NO

TE

S:

TH

IS S

HO

RT

TE

RM

CL

OS

UR

E S

HA

LL

BE

US

ED

TO

CO

MP

LE

TE

TH

E W

OR

K

AT

CR

ES

CE

NT

SP

RIN

GS

RO

AD

BR

IDG

E O

VE

R I-2

75

. SE

E G

EN

ER

AL

TR

AF

FIC

CO

NT

RO

L N

OT

ES

FO

R A

LL

OW

AB

LE

TIM

ES

.

AL

L S

IG

NS

SH

AL

L B

E 4

8" X

48

".

SP

AC

ING

OF

AL

L D

RU

MS

SH

AL

L B

E 4

0’.

I-275

WB

I-275 EB

RO

AD

WO

RK

1 M

ILE

2600’

1100’

500’

1000’

LE

FT

LA

NE

CL

OS

ED

1/2

MIL

E

LE

FT

LA

NE

CL

OS

ED

1500 F

T

TAPER

AR

RO

W P

AN

EL

(T

YP

.)

210

0’ T

ANGENT

280’ S

HOULDER

840’ S

HIFTING TAPER

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 114 of 183

SC

AL

E IN

FE

ET

03

00

15

0

D IV IS O N O F

T

RA

FFIC

EL

EC

TRIC A L B R A N C H

GR

EE

NM

AN

-PE

DE

RS

EN

, INC

.

CO

NS

UL

TIN

G E

NG

INE

ER

S

SEE SHEET 23 OF 36

SC

AL

E: 1

"=

30

0’

CO

UN

TY

OF

IT

EM

NO

.S

HE

ET

NO

.

KE

NT

ON

24

OF

36

PR

EP

AR

ED

BY

CH

EC

KE

D B

Y

AP

PR

OV

ED

BY

DA

TE

DA

TE

DA

TE

...\Brid

ge 5

7\R

_5

7_

00

10

1M

T.d

gn

FIL

E N

AM

E:

$$

$$

US

ER

$$

$$

US

ER

:

10

/15

/20

10

DA

TE

:

E-S

HE

ET

NA

ME

:

TE

MP

OR

AR

Y T

RA

FF

IC C

ON

TR

OL

PL

AN

B0057 - C

RE

SC

EN

T S

PR

ING

RO

AD

OV

ER

I-275

EB

I-27

5 L

EF

T L

AN

E C

LO

SU

RE

1.

2.

3.

4.

5.

NO

TE

S:

TH

IS S

HO

RT

TE

RM

CL

OS

UR

E S

HA

LL

BE

US

ED

TO

CO

MP

LE

TE

TH

E W

OR

K A

T C

RE

SC

EN

T S

PR

ING

S R

OA

D

BR

IDG

E O

VE

R I-2

75. S

EE

GE

NE

RA

L T

RA

FF

IC C

ON

TR

OL

NO

TE

S F

OR

AL

LO

WA

BL

E T

IME

S.

EN

D R

OA

D W

OR

K S

IGN

SH

AL

L B

E 3

6" X

18".

AL

L O

TH

ER

SIG

NS

SH

AL

L B

E 4

8" X

48

".

SP

AC

ING

OF

DR

UM

S T

HR

U T

HE

DO

WN

ST

RE

AM

TA

PE

R S

HA

LL

BE

20’.

SP

AC

ING

OF

AL

L O

TH

ER

DR

UM

S S

HA

LL

BE

40’.

CRESCENT SPRINGS RD

RA

MP TO I-75

50

0’

EN

D

RO

AD

WO

RK

200’

I-275

WB

I-275 EB

100’

100’

BUFFER

210

0’ T

ANGENT

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 115 of 183

D IV IS O N O F

T

RA

FFIC

EL

EC

TRIC A L B R A N C H

SC

AL

E IN

FE

ET

03

00

15

0

GR

EE

NM

AN

-PE

DE

RS

EN

, INC

.

CO

NS

UL

TIN

G E

NG

INE

ER

SS

CA

LE

: 1"=

30

0’

CO

UN

TY

OF

IT

EM

NO

.S

HE

ET

NO

.

KE

NT

ON

25

OF

36

PR

EP

AR

ED

BY

CH

EC

KE

D B

Y

AP

PR

OV

ED

BY

DA

TE

DA

TE

DA

TE

...\Brid

ge 5

7\R

_57_00102M

T.d

gn

FIL

E N

AM

E:

$$

$$

US

ER

$$

$$

US

ER

:

10

/15

/20

10

DA

TE

:

E-S

HE

ET

NA

ME

:

TE

MP

OR

AR

Y T

RA

FF

IC C

ON

TR

OL

PL

AN

B0057 - C

RE

SC

EN

T S

PR

ING

S R

OA

D O

VE

R I-2

75

EB

I-275 D

OU

BL

E R

IGH

T L

AN

E C

LO

SU

RE SEE SHEET 26 OF 36

NO

TE

S:

TH

IS S

HO

RT

TE

RM

CL

OS

UR

E S

HA

LL

BE

US

ED

TO

CO

MP

LE

TE

TH

E W

OR

K

AT

CR

ES

CE

NT

SP

RIN

GS

RO

AD

BR

IDG

E O

VE

R I-2

75

. SE

E G

EN

ER

AL

TR

AF

FIC

CO

NT

RO

L N

OT

ES

FO

R A

LL

OW

AB

LE

TIM

ES

.

AL

L S

IG

NS

SH

AL

L B

E 4

8" X

48

".

SP

AC

ING

OF

DR

UM

S T

HR

U T

AP

ER

S S

HA

LL

BE

40’.

SP

AC

ING

OF

DR

UM

S T

HR

U I-2

75 T

AN

GE

NT

SH

AL

L B

E 8

0’ E

XE

CP

T

AD

JA

CE

NT

TO

WO

RK

AR

EA

, WH

ER

E S

PA

CIN

G O

F D

RU

MS

SH

AL

L B

E 4

0’.

1.

2.

3.

4.

I-275

WB

I-275 EB

RO

AD

WO

RK

1 M

ILE

280’ S

HOULDER

TAPER

2600’

1100’

500’

1000’

840’ M

ERGING TAPER

1000’

AR

RO

W P

AN

EL

(TY

P.)

1680’ T

ANGENT

RIG

HT

TW

O L

AN

ES

CL

OS

ED

1/2

MIL

E

RIG

HT

TW

O L

AN

ES

CL

OS

ED

1500 F

T

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 116 of 183

SC

AL

E IN

FE

ET

03

00

15

0

D IV IS O N O F

T

RA

FFIC

EL

EC

TRIC A L B R A N C H

GR

EE

NM

AN

-PE

DE

RS

EN

, INC

.

CO

NS

UL

TIN

G E

NG

INE

ER

SS

CA

LE

: 1"=

30

0’

CO

UN

TY

OF

IT

EM

NO

.S

HE

ET

NO

.

KE

NT

ON

26

OF

36

PR

EP

AR

ED

BY

CH

EC

KE

D B

Y

AP

PR

OV

ED

BY

DA

TE

DA

TE

DA

TE

...\Brid

ge 5

7\R

_57_00103M

T.d

gn

FIL

E N

AM

E:

$$

$$

US

ER

$$

$$

US

ER

:

10

/15

/20

10

DA

TE

:

E-S

HE

ET

NA

ME

:

TE

MP

OR

AR

Y T

RA

FF

IC C

ON

TR

OL

PL

AN

B0057 - C

RE

SC

EN

T S

PR

ING

RO

AD

OV

ER

I-275

EB

I-275 D

OU

BL

E R

IGH

T L

AN

E C

LO

SU

RE

SEE SHEET 25 OF 36

NO

TE

S:

TH

IS S

HO

RT

TE

RM

CL

OS

UR

E S

HA

LL

BE

US

ED

TO

CO

MP

LE

TE

TH

E W

OR

K A

T C

RE

SC

EN

T S

PR

ING

S R

OA

D B

RID

GE

OV

ER

I-275. S

EE

GE

NE

RA

L T

RA

FF

IC C

ON

TR

OL

NO

TE

S F

OR

AL

LO

WA

BL

E T

IME

S.

EN

D R

OA

D W

OR

K S

IGN

SH

AL

L B

E 3

6" X

18".

AL

L O

TH

ER

SIG

NS

SH

AL

L B

E 4

8" X

48

".

SP

AC

ING

OF

DR

UM

S T

HR

U T

HE

DO

WN

ST

RE

AM

TA

PE

R S

HA

LL

BE

20’.

SP

AC

ING

OF

AL

L O

TH

ER

DR

UM

S S

HA

LL

BE

40’ E

XC

EP

T A

T 1

680’ T

AN

GE

NT

ON

I-275, W

HE

RE

SP

AC

ING

OF

DR

UM

S S

HA

LL

BE

80

’.

1.

2.

3.

4.

5.

CRESCENT SPRINGS RD

RA

MP TO I-75

50

0’

EN

D

RO

AD

WO

RK

200’

840’ M

ERGING TAPER

1000’

AR

RO

W P

AN

EL

(TY

P.)

I-275

WB

I-275 EB

1680’ T

ANGENT

BUFFER

100’

100’

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 117 of 183

D IV IS O N O F

T

RA

FFIC

EL

EC

TRIC A L B R A N C H

SC

AL

E IN

FE

ET

03

00

15

0

GR

EE

NM

AN

-PE

DE

RS

EN

, INC

.

CO

NS

UL

TIN

G E

NG

INE

ER

SS

CA

LE

: 1"=

30

0’

CO

UN

TY

OF

IT

EM

NO

.S

HE

ET

NO

.

KE

NT

ON

27

OF

36

PR

EP

AR

ED

BY

CH

EC

KE

D B

Y

AP

PR

OV

ED

BY

DA

TE

DA

TE

DA

TE

...\Brid

ge 5

7\R

_57_00104M

T.d

gn

FIL

E N

AM

E:

$$

$$

US

ER

$$

$$

US

ER

:

10

/15

/20

10

DA

TE

:

E-S

HE

ET

NA

ME

:

TE

MP

OR

AR

Y T

RA

FF

IC C

ON

TR

OL

PL

AN

B0057 - C

RE

SC

EN

T S

PR

ING

S R

OA

D O

VE

R I-2

75

EB

RA

MP

FR

OM

I-75 L

EF

T L

AN

E C

LO

SU

RE

NO

TE

S:

TH

IS S

HO

RT

TE

RM

CL

OS

UR

E S

HA

LL

BE

US

ED

TO

CO

MP

LE

TE

TH

E W

OR

K A

T C

RE

SC

EN

T S

PR

ING

S R

OA

D B

RID

GE

OV

ER

I-275. S

EE

GE

NE

RA

L T

RA

FF

IC C

ON

TR

OL

NO

TE

S F

OR

AL

LO

WA

BL

E T

IME

S.

EN

D R

OA

D W

OR

K S

IGN

SH

AL

L B

E 3

6" X

18"

AL

L O

TH

ER

SIG

NS

SH

AL

L B

E 4

8" X

48

".

SP

AC

ING

OF

DR

UM

S T

HR

U T

HE

DO

WN

ST

RE

AM

TA

PE

RS

SH

AL

L B

E 2

0’.

SP

AC

ING

OF

AL

L O

TH

ER

DR

UM

S S

HA

LL

BE

40’.

1.

2.

3.

4.

5.

50

0’

500’

50

0’

20

0’ B

UF

FE

R420’ S

HIF

TIN

G T

AP

ER

72

0’ M

ER

GIN

G T

AP

ER

I-75 NB

I-75 SB

RA

MP FRO

M I-75 NB

CRESCENT SPRINGS RD

RA

MP TO I-75

RA

MP

FR

OM

I-75

LE

FT

LA

NE

CL

OS

ED

10

00

FT

LE

FT

LA

NE

CL

OS

ED

15

00

FT

LE

FT

LA

NE

CL

OS

ED

10

00

FT

50

0’

500’

1100’

RAMP FROM

I-75 SB

TIP OF STRIPED GORE

EN

D

RO

AD

WO

RK

500’

500’

RO

AD

WO

RK

AH

EA

D

RAMP T

O

I-275 WB

RO

AD

WO

RK

AH

EA

D

24

0’ S

HO

UL

DE

R

I-275

WB

I-275 EB

TA

PE

R

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 118 of 183

SC

AL

E IN

FE

ET

03

00

15

0

DIVIS

ON

OF

TR

AF

FIC

EL

EC

TRIC

AL

BR

AN

C

H

GR

EE

NM

AN

-PE

DE

RS

EN

, INC

.

CO

NS

UL

TIN

G E

NG

INE

ER

SS

CA

LE

: 1"=

30

0’

CO

UN

TY

OF

IT

EM

NO

.S

HE

ET

NO

.

KE

NT

ON

28

OF

36

PR

EP

AR

ED

BY

CH

EC

KE

D B

Y

AP

PR

OV

ED

BY

DA

TE

DA

TE

DA

TE

...\Brid

ge 5

7\R

_57_00105M

T.d

gn

FIL

E N

AM

E:

$$

$$

US

ER

$$

$$

US

ER

:

10

/15

/20

10

DA

TE

:

E-S

HE

ET

NA

ME

:

TE

MP

OR

AR

Y T

RA

FF

IC C

ON

TR

OL

PL

AN

B0057 - C

RE

SC

EN

T S

PR

ING

S R

OA

D O

VE

R I-2

75

EB

RA

MP

FR

OM

I-75

DO

UB

LE

RIG

HT

LA

NE

CL

OS

UR

E

NO

TE

S:

TH

IS S

HO

RT

TE

RM

CL

OS

UR

E S

HA

LL

BE

US

ED

TO

CO

MP

LE

TE

TH

E W

OR

K A

T C

RE

SC

EN

T S

PR

ING

S R

OA

D B

RID

GE

OV

ER

I-275. S

EE

GE

NE

RA

L T

RA

FF

IC C

ON

TR

OL

NO

TE

S F

OR

AL

LO

WA

BL

E T

IME

S.

EN

D R

OA

D W

OR

K S

IGN

S S

HA

LL

BE

36

" X

18

"

AL

L O

TH

ER

SIG

NS

SH

AL

L B

E 4

8" X

48

".

SP

AC

ING

OF

DR

UM

S T

HR

U T

HE

DO

WN

ST

RE

AM

TA

PE

R S

HA

LL

BE

20’.

SP

AC

ING

OF

AL

L O

TH

ER

DR

UM

S S

HA

LL

BE

40’.

1.

2.

3.

4.

5.

100’

EN

D

RO

AD

WO

RK

500’

RO

AD

WO

RK

AH

EA

D

RIG

HT

TW

O L

AN

ES

CL

OS

ED

1500 F

T

720’ M

ERGIN

G TAPER

720’ M

ERGING TAPER

240’ S

HOULDER

TAPER

1000’

500’

500’

I-275 WB

I-275 EB

RAMP FROM

I-75 SB

RA

MP FRO

M I-75 NB

RA

MP FRO

M I-

75

CRESCENT SPRIN

GS RD

RA

MP T

O I-7

5

RIG

HT

TW

O L

AN

ES

CL

OS

ED

1000 F

T

500’

100’

100’

500’

...\Brid

ge 5

7\R

_57_00105M

T.d

gn

E-S

HE

ET

NA

ME

:

500’

720’ T

ANGENT

TAPER

RO

AD

WO

RK

AH

EA

D

RA

MP TO I-275

WB

AR

RO

W P

AN

EL

(TY

P.)

1100’

BUFFER

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 119 of 183

SC

AL

E IN

FE

ET

01

50

75

GR

EE

NM

AN

-PE

DE

RS

EN

, INC

.

CO

NS

UL

TIN

G E

NG

INE

ER

SS

CA

LE

: 1"=

150’

CO

UN

TY

OF

IT

EM

NO

.S

HE

ET

NO

.

KE

NT

ON

29

OF

36

PR

EP

AR

ED

BY

CH

EC

KE

D B

Y

AP

PR

OV

ED

BY

DA

TE

DA

TE

DA

TE

...\Brid

ge 5

3\R

_53_00

100

MT

.dg

nF

ILE

NA

ME

:

$$

$$

US

ER

$$

$$

US

ER

:

10

/15

/20

10

DA

TE

:

E-S

HE

ET

NA

ME

:

TE

MP

OR

AR

Y T

RA

FF

IC C

ON

TR

OL

PL

AN

B0

05

3L

AN

D B

00

53

R - I-7

5 B

RID

GE

OV

ER

RA

MP

SR

AM

P S

HO

UL

DE

R C

LO

SU

RE

- ST

AG

E 1

NO

TE

S:

TH

IS L

ON

G T

ER

M C

LO

SU

RE

SH

AL

L B

E U

SE

D T

O C

OM

PL

ET

E W

OR

K A

T I-7

5 B

RID

GE

S

OV

ER

TH

E R

AM

PS

. SE

E G

EN

ER

AL

TR

AF

FIC

CO

NT

RO

L N

OT

ES

.

EN

D R

OA

D W

OR

K S

IGN

SH

AL

L B

E 3

6" X

18".

AL

L O

TH

ER

SIG

NS

SH

AL

L B

E 4

8" X

48

".

SP

AC

ING

OF

DR

UM

S S

HA

LL

BE

40

’ EX

CE

PT

AD

JA

CE

NT

TO

WO

RK

AR

EA

S, W

HE

RE

SP

AC

ING

OF

DR

UM

S S

HA

LL

BE

20

’.

INS

TA

LL

TE

MP

OR

AR

Y Y

EL

LO

W A

ND

WH

ITE

ED

GE

LIN

ES

AS

SH

OW

N T

O P

RO

VID

E M

INIM

UM

10’ W

IDE

TR

AV

EL

LA

NE

.

INS

TA

LL

TE

MP

OR

AR

Y Y

EL

LO

W A

ND

WH

ITE

ED

GE

LIN

ES

TH

RO

UG

H F

OR

TR

AN

SIT

ION

S B

ET

WE

EN

EX

IST

ING

RA

MP

ED

GE

LIN

ES

AN

D T

HE

TE

MP

OR

AR

Y C

ON

FIG

UR

AT

ION

.

CO

NT

RA

CT

OR

SH

AL

L C

OM

PL

ET

E P

AV

EM

EN

T M

AR

KIN

G M

OD

IFIC

AT

ION

S P

RIO

R T

O IN

ST

AL

LIN

G T

EM

PO

RA

RY

CO

NC

RE

TE

BA

RR

IER

.

CO

NT

RA

CT

OR

SH

AL

L C

OM

PL

ET

EL

Y R

EM

OV

E A

LL

EX

IST

ING

PA

VE

ME

NT

MA

RK

ING

S T

HA

T C

ON

FL

ICT

WIT

H T

HE

MO

DIF

IED

CO

NF

IGU

RA

TIO

N T

O T

HE

SA

TIS

FA

CT

ION

OF

TH

E E

NG

INE

ER

.

CO

NT

RA

CT

OR

SH

AL

L C

OM

PL

ET

EL

Y R

EM

OV

E A

LL

TE

MP

OR

AR

Y M

AR

KIN

GS

AT

TH

E C

ON

CL

US

ION

OF

TH

E W

OR

K A

ND

RE

ST

OR

E T

HE

AR

EA

TO

TH

E P

RE

-EX

IST

ING

PE

RM

AN

EN

T C

ON

FIG

UR

AT

ION

. PA

VE

ME

NT

MA

RK

ING

S S

HA

LL

MA

TC

H P

ER

MA

NE

NT

MA

RK

ING

S IN

MA

TE

RIA

L A

ND

DIM

EN

SIO

NS

TO

TH

E S

AT

ISF

AC

TIO

N O

F T

HE

EN

GIN

EE

R.

1.

2.

3.

4.

5.

6.

7.

8.

9.

MATCHLINE A-A

MATCHLINE A-A

500’

500’

500’

360’ S

HIFTING TAPER

100’

200’ T

ANGENT

360’ SHIFTING TAPER

WORK AREA

500’

A

A

EN

D

RO

AD

WO

RK

BUFFER

I-75

MP

H

45

SEE NOTE 6

SEE NOTE 6

6’

15

’3

AN

D

VA

RIE

S

TR

AV

EL

LA

NE

EX

IST

ING

ST

AG

E 1

INS

TA

LL

TE

MP

OR

AR

YW

HIT

E E

DG

E L

INE

PL

AS

TIC

DR

UM

2’

10

’ MIN

.1

2’

INS

TA

LL

TE

MP

OR

AR

YY

EL

LO

W E

DG

E L

INE

SE

CT

ION

A-A

(LO

OK

ING

IN D

IRE

CT

ION

OF

TR

AV

EL

)N

.T.S

.

500’

500’

RO

AD

WO

RK

AH

EA

D

LE

FT

SH

OU

LD

ER

CL

OS

ED

1000 F

T

MP

H

45

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 120 of 183

SC

AL

E IN

FE

ET

01

50

75

GR

EE

NM

AN

-PE

DE

RS

EN

, INC

.

CO

NS

UL

TIN

G E

NG

INE

ER

S

NO

TE

S:

TH

IS L

ON

G T

ER

M C

LO

SU

RE

SH

AL

L B

E U

SE

D T

O C

OM

PL

ET

E W

OR

K A

T I-7

5 B

RID

GE

S

OV

ER

TH

E R

AM

PS

. SE

E G

EN

ER

AL

TR

AF

FIC

CO

NT

RO

L N

OT

ES

.

EN

D R

OA

D W

OR

K S

IGN

SH

AL

L B

E 3

6" X

18".

AL

L O

TH

ER

SIG

NS

SH

AL

L B

E 4

8" X

48

".

SP

AC

ING

OF

DR

UM

S S

HA

LL

BE

40

’ EX

CE

PT

AD

JA

CE

NT

TO

WO

RK

AR

EA

S, W

HE

RE

SP

AC

ING

OF

DR

UM

S S

HA

LL

BE

20

’.

INS

TA

LL

TE

MP

OR

AR

Y Y

EL

LO

W A

ND

WH

ITE

ED

GE

LIN

ES

AS

SH

OW

N T

O P

RO

VID

E M

INIM

UM

10’ W

IDE

TR

AV

EL

LA

NE

.

INS

TA

LL

TE

MP

OR

AR

Y Y

EL

LO

W A

ND

WH

ITE

ED

GE

LIN

ES

TH

RO

UG

H F

OR

TR

AN

SIT

ION

S B

ET

WE

EN

EX

IST

ING

RA

MP

ED

GE

LIN

ES

AN

D T

HE

TE

MP

OR

AR

Y C

ON

FIG

UR

AT

ION

.

CO

NT

RA

CT

OR

SH

AL

L C

OM

PL

ET

E P

AV

EM

EN

T M

AR

KIN

G M

OD

IFIC

AT

ION

S P

RIO

R T

O IN

ST

AL

LIN

G T

EM

PO

RA

RY

CO

NC

RE

TE

BA

RR

IER

.

CO

NT

RA

CT

OR

SH

AL

L C

OM

PL

ET

EL

Y R

EM

OV

E A

LL

EX

IST

ING

PA

VE

ME

NT

MA

RK

ING

S T

HA

T C

ON

FL

ICT

WIT

H T

HE

MO

DIF

IED

CO

NF

IGU

RA

TIO

N T

O T

HE

SA

TIS

FA

CT

ION

OF

TH

E E

NG

INE

ER

.

CO

NT

RA

CT

OR

SH

AL

L C

OM

PL

ET

EL

Y R

EM

OV

E A

LL

TE

MP

OR

AR

Y M

AR

KIN

GS

AT

TH

E C

ON

CL

US

ION

OF

TH

E W

OR

K A

ND

RE

ST

OR

E T

HE

AR

EA

TO

TH

E P

RE

-EX

IST

ING

PE

RM

AN

EN

T C

ON

FIG

UR

AT

ION

. PA

VE

ME

NT

MA

RK

ING

S S

HA

LL

MA

TC

H P

ER

MA

NE

NT

MA

RK

ING

S IN

MA

TE

RIA

L A

ND

DIM

EN

SIO

NS

TO

TH

E S

AT

ISF

AC

TIO

N O

F T

HE

EN

GIN

EE

R.

1.

2.

3.

4.

5.

6.

7.

8.

9.

SC

AL

E: 1

"=

150’

CO

UN

TY

OF

IT

EM

NO

.S

HE

ET

NO

.

KE

NT

ON

30

OF

36

PR

EP

AR

ED

BY

CH

EC

KE

D B

Y

AP

PR

OV

ED

BY

DA

TE

DA

TE

DA

TE

...\Brid

ge 5

3\R

_5

3_

00

10

1M

T.d

gn

FIL

E N

AM

E:

$$

$$

US

ER

$$

$$

US

ER

:

10

/15

/20

10

DA

TE

:

E-S

HE

ET

NA

ME

:

TE

MP

OR

AR

Y T

RA

FF

IC C

ON

TR

OL

PL

AN

B0

05

3L

AN

D B

00

53

R - I-7

5 B

RID

GE

OV

ER

RA

MP

SR

AM

P S

HO

UL

DE

R C

LO

SU

RE

- ST

AG

E 2

MATCHLINE A-A

MATCHLINE A-A

500’

500’

500’

360’ S

HIFTING TAPER

100’

200’ T

ANGENT

360’ SHIFTING TAPER

WORK AREA

500’

B

B

EN

D

RO

AD

WO

RK

I-75

BUFFER

MP

H

45

SEE NOTE 6

SEE NOTE 6

SE

CT

ION

B-B

6’

15

’3

AN

D

VA

RIE

S

EX

IST

ING

TR

AV

EL

LA

NE

PL

AS

TIC

DR

UM

12

’1

0’ M

IN.

2’

ST

AG

E 2

INS

TA

LL

TE

MP

OR

AR

YW

HIT

E E

DG

E L

INE

INS

TA

LL

TE

MP

OR

AR

YY

EL

LO

W E

DG

E L

INE

(LO

OK

ING

IN D

IRE

CT

ION

OF

TR

AV

EL

)N

.T.S

.

500’

500’

RO

AD

WO

RK

AH

EA

D

MP

H

45

RIG

HT

SH

OU

LD

ER

CL

OS

ED

1000 F

T

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 121 of 183

DIV

ISO

N

OF

TR

AF

FIC

EL

EC

TRIC

AL

BR

AN

CH

SC

AL

E IN

FE

ET

03

00

15

0

GR

EE

NM

AN

-PE

DE

RS

EN

, INC

.

CO

NS

UL

TIN

G E

NG

INE

ER

S

MATCH LINE A-A

MATCH LINE A-A

SC

AL

E: 1

"=

30

0’

CO

UN

TY

OF

IT

EM

NO

.S

HE

ET

NO

.

KE

NT

ON

31

OF

36

PR

EP

AR

ED

BY

CH

EC

KE

D B

Y

AP

PR

OV

ED

BY

DA

TE

DA

TE

DA

TE

...\Brid

ge 5

4\R

_54_00

100

MT

.dg

nF

ILE

NA

ME

:

$$

$$

US

ER

$$

$$

US

ER

:

10

/15

/20

10

DA

TE

:

E-S

HE

ET

NA

ME

:

TE

MP

OR

AR

Y T

RA

FF

IC C

ON

TR

OL

PL

AN

B0

05

4L

AN

D B

00

54

R - I-2

75

BR

IDG

E O

VE

R I-7

5N

B I-7

5 R

IGH

T L

AN

E C

LO

SU

RE

TH

IS S

HO

RT

TE

RM

CL

OS

UR

E S

HA

LL

BE

US

ED

TO

CO

MP

LE

TE

WO

RK

AT

I-2

75

BR

ID

GE

OV

ER

I-7

5. S

EE

GE

NE

RA

L T

RA

FF

IC

CO

NT

RO

L N

OT

ES

FO

R A

LL

OW

AB

LE

TIM

ES

.

TH

E C

ON

TR

AC

TO

R S

HA

LL

INC

OR

PO

RA

TE

I-275 S

PE

ED

RE

DU

CT

ION

PL

AN

SH

OW

N O

N S

HE

ET

2 W

ITH

TH

IS C

LO

SU

RE

.

EN

D R

OA

D W

OR

K S

IGN

SH

AL

L B

E 3

6" X

18".

AL

L O

TH

ER

SIG

NS

SH

AL

L B

E 4

8" X

48

".

SP

AC

ING

OF

DR

UM

S T

HR

U D

OW

NS

TR

EA

M T

AP

ER

SH

AL

L B

E 2

0’.

SP

AC

ING

OF

AL

L O

TH

ER

DR

UM

S S

HA

LL

BE

40’.

NO

TE

S:

1.

2.

3.

4.

5.

6.

240’

240’

720’ T

APER

640’ T

ANGENT

720’ T

APER

100’

SHOULDER

TAPER

PHYSICAL

NOSE

EB I-275

WB I-275

NB I-75

SB I-75

SHOULDER

TAPER

RA

MP FRO

M

WB I-275

BUFFER

WORK

AREA

TAPER

EN

D

RO

AD

WO

RK

150’

100’

500’

1000’

RO

AD

WO

RK

AH

EA

D

AR

RO

W P

AN

EL

(T

YP

.)

RIG

HT

LA

NE

CL

OS

ED

15

00

FT

RIG

HT

LA

NE

CL

OS

ED

1/2

MIL

E

RO

AD

CL

OS

ED

1 M

ILE

2600’

1100’

500’

1000’

SB I-75

NB I-75

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 122 of 183

DIVIS

ON

OF

TR

AF

FIC

EL

EC

TRIC

AL

BR

AN

C

H

GR

EE

NM

AN

-PE

DE

RS

EN

, INC

.

CO

NS

UL

TIN

G E

NG

INE

ER

S

SC

AL

E IN

FE

ET

01

50

75

NO

TE

S:

1.

2.

3.

4.

SC

AL

E: 1

"=

150’

CO

UN

TY

OF

IT

EM

NO

.S

HE

ET

NO

.

KE

NT

ON

32

OF

36

PR

EP

AR

ED

BY

CH

EC

KE

D B

Y

AP

PR

OV

ED

BY

DA

TE

DA

TE

DA

TE

...\Brid

ge 5

4\R

_54_00200M

T.d

gn

FIL

E N

AM

E:

$$

$$

US

ER

$$

$$

US

ER

:

10

/15

/20

10

DA

TE

:

E-S

HE

ET

NA

ME

:

TE

MP

OR

AR

Y T

RA

FF

IC C

ON

TR

OL

PL

AN

B0

05

4L

AN

D B

00

54

R - I-2

75

BR

IDG

E O

VE

R I-7

5S

TA

GIN

G P

LA

N

CO

NT

RA

CT

OR

SH

AL

L U

SE

SH

OR

T T

ER

M C

LO

SU

RE

S T

O C

OM

PL

ET

E

WO

RK

AT

I-2

75

BR

ID

GE

OV

ER

I-7

5. S

EE

GE

NE

RA

L T

RA

FF

IC

CO

NT

RO

L N

OT

ES

FO

R A

LL

OW

AB

LE

TIM

ES

.

CO

NT

RA

CT

OR

SH

AL

L U

TIL

IZE

ST

AN

DA

RD

KE

NT

UC

KY

DE

PA

RT

ME

NT

OF

HIG

HW

AY

S C

LO

SU

RE

S F

OR

SH

OU

LD

ER

S, L

EF

T L

AN

E, D

OU

BL

E

LE

FT

LA

NE

AN

D R

IGH

T L

AN

E (S

OU

TH

BO

UN

D) C

LO

SU

RE

S A

S

RE

QU

IRE

D T

O C

OM

PL

ET

E T

HE

WO

RK

AN

D A

S D

IRE

CT

ED

BY

TH

E

EN

GIN

EE

R. D

OU

BL

E R

IGH

T L

AN

E C

LO

SU

RE

S W

ILL

NO

T B

E

PE

RM

ITT

ED

AT

TH

IS L

OC

AT

ION

.

ST

AG

ING

SE

QU

EN

CE

MA

Y B

E M

OD

IFIE

D W

ITH

PR

IOR

AP

PR

OV

AL

OF

TH

E E

NG

INE

ER

.

CO

NT

RA

CT

OR

MA

Y S

UB

MIT

AL

TE

RN

AT

E S

TA

GIN

G P

LA

N F

OR

AP

PR

OV

AL

.

SE

CT

ION

A-A

TR

AV

EL

LA

NE

TR

AV

EL

LA

NE

TR

AV

EL

LA

NE

ST

AG

E 1

ST

AG

E 2

SH

OU

LD

ER

12

’1

2’

12

’S

HO

UL

DE

R

NO

RT

HB

OU

ND

AN

D S

OU

TH

BO

UN

D

(LO

OK

ING

IN D

IRE

CT

ION

OF

TR

AV

EL

)

N.T

.S.

AA EB I-275

AA

WB I-275

NB

I-7

5

SB I-75

RA

MP FRO

M SB I-

75

TO EB I-

275

WB I-275

RA

MP FRO

M

WB I-275

TO SB I-75

SB

I-75

NB I-75

RA

MP FRO

M

NB I-

75

TO

WB I-

275

EB I-275

RA

MP FRO

M EB I-275

TO NB I-75

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 123 of 183

DIVIS

ON

OF

TR

AF

FIC

EL

EC

TRIC

AL

BR

AN

C

H

GR

EE

NM

AN

-PE

DE

RS

EN

, INC

.

CO

NS

UL

TIN

G E

NG

INE

ER

SS

CA

LE

: 1"=

150’

CO

UN

TY

OF

IT

EM

NO

.S

HE

ET

NO

.

KE

NT

ON

33

OF

36

PR

EP

AR

ED

BY

CH

EC

KE

D B

Y

AP

PR

OV

ED

BY

DA

TE

DA

TE

DA

TE

...\Brid

ge 5

5\R

_55_00200M

T.d

gn

FIL

E N

AM

E:

$$

$$

US

ER

$$

$$

US

ER

:

10

/15

/20

10

DA

TE

:

E-S

HE

ET

NA

ME

:

TE

MP

OR

AR

Y T

RA

FF

IC C

ON

TR

OL

PL

AN

B0055 &

B0056 - R

AM

P B

RID

GE

S O

VE

R I-2

75

ST

AG

ING

PL

AN

SC

AL

E IN

FE

ET

01

50

75

NO

TE

S:

1.

2.

3.

4.

CO

NT

RA

CT

OR

SH

AL

L U

SE

SH

OR

T T

ER

M C

LO

SU

RE

S T

O C

OM

PL

ET

E

WO

RK

AT

RA

MP

BR

IDG

ES

OV

ER

I-275. S

EE

GE

NE

RA

L T

RA

FF

IC

CO

NT

RO

L N

OT

ES

FO

R A

LL

OW

AB

LE

TIM

ES

.

CO

NT

RA

CT

OR

SH

AL

L U

TIL

IZE

ST

AN

DA

RD

KE

NT

UC

KY

DE

PA

RT

ME

NT

OF

HIG

HW

AY

S C

LO

SU

RE

S F

OR

SH

OU

LD

ER

S, L

EF

T L

AN

E, D

OU

BL

E

LE

FT

LA

NE

AN

D R

IGH

T L

AN

E C

LO

SU

RE

S A

S R

EQ

UIR

ED

TO

CO

MP

LE

TE

TH

E W

OR

K A

ND

AS

DIR

EC

TE

D B

Y T

HE

EN

GIN

EE

R.

DO

UB

LE

RIG

HT

LA

NE

CL

OS

UR

ES

WIL

L N

OT

BE

PE

RM

ITT

ED

AT

TH

IS L

OC

AT

ION

.

ST

AG

ING

SE

QU

EN

CE

MA

Y B

E M

OD

IFIE

D W

ITH

PR

IOR

AP

PR

OV

AL

OF

TH

E E

NG

INE

ER

.

CO

NT

RA

CT

OR

MA

Y S

UB

MIT

AL

TE

RN

AT

E S

TA

GIN

G P

LA

N F

OR

AP

PR

OV

AL

.

SE

CT

ION

A-A

TR

AV

EL

LA

NE

TR

AV

EL

LA

NE

TR

AV

EL

LA

NE

ST

AG

E 1

ST

AG

E 2

SH

OU

LD

ER

12

’1

2’

12

’S

HO

UL

DE

R

EA

ST

BO

UN

D A

ND

WE

ST

BO

UN

D I-2

75

(LO

OK

ING

IN D

IRE

CT

ION

OF

TR

AV

EL

)

N.T

.S.

RA

MP FRO

M

WB I-275

TO SB I-75

SB

I-75

NB I-75

A

A

RA

MP FRO

M

NB I-

75

TO

WB I-

275

WB I-275

RA

MP FRO

M SB I-

75

TO EB I-

275

A

A

RA

MP FRO

M EB I-275

TO NB I-75

EB I-275

SB I-75

NB

I-7

5

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 124 of 183

SC

AL

E IN

FE

ET

01

50

DIV

ISO

N

OF

TR

AF

FIC

EL

EC

TRIC

AL

BR

AN

CH

75

GR

EE

NM

AN

-PE

DE

RS

EN

, INC

.

CO

NS

UL

TIN

G E

NG

INE

ER

SS

CA

LE

: 1"=

150’

CO

UN

TY

OF

IT

EM

NO

.S

HE

ET

NO

.

KE

NT

ON

34

OF

36

PR

EP

AR

ED

BY

CH

EC

KE

D B

Y

AP

PR

OV

ED

BY

DA

TE

DA

TE

DA

TE

...\Brid

ge 7

2\R

_72_00

100

MT

.dg

nF

ILE

NA

ME

:

$$

$$

US

ER

$$

$$

US

ER

:

10

/15

/20

10

DA

TE

:

E-S

HE

ET

NA

ME

:

TE

MP

OR

AR

Y T

RA

FF

IC C

ON

TR

OL

PL

AN

B0

07

2 - I-7

5 R

AM

P B

RID

GE

OV

ER

EN

TR

AN

CE

RA

MP

RA

MP

SH

OU

LD

ER

CL

OS

UR

E - S

TA

GE

1

1.

2.

3.

4.

5.

6.

7.

8.

9.

NO

TE

S:

TH

IS L

ON

G T

ER

M C

LO

SU

RE

SH

AL

L B

E U

SE

D T

O P

RO

VID

E A

PR

OT

EC

TE

D W

OR

K A

ND

ST

AG

ING

AR

EA

TO

CO

MP

LE

TE

WO

RK

AT

I-75 E

XIT

RA

MP

BR

IDG

E O

VE

R E

NT

RA

NC

E R

AM

P. S

EE

GE

NE

RA

L T

RA

FF

IC C

ON

TR

OL

NO

TE

S

EN

D R

OA

D W

OR

K S

IGN

SH

AL

L B

E 3

6" X

18".

DR

UM

SP

AC

ING

SH

AL

L B

E 4

0’.

CO

NT

RA

CT

OR

SH

AL

L F

UR

NIS

H A

ND

INS

TA

LL

CR

AS

H C

US

HIO

N IN

AC

CO

RD

AN

CE

WIT

H K

EN

TU

CK

Y T

RA

NS

PO

RT

AT

ION

CA

BIN

ET

DE

PA

RT

ME

NT

OF

HIG

HW

AY

S S

TA

ND

AR

D S

PE

CIF

ICA

TIO

NS

AN

D S

TA

ND

AR

D D

RA

WIN

GS

.

INS

TA

LL

TE

MP

OR

AR

Y Y

EL

LO

W A

ND

WH

ITE

ED

GE

LIN

ES

TO

PR

OV

IDE

MIN

IMU

M 1

0’ W

IDE

TR

AV

EL

LA

NE

.

INS

TA

LL

TE

MP

OR

AR

Y Y

EL

LO

W A

ND

WH

ITE

ED

GE

LIN

ES

FO

R T

RA

NS

ITIO

NS

BE

TW

EE

N

EX

IST

ING

RA

MP

ED

GE

LIN

ES

AN

D T

HE

TE

MP

OR

AR

Y C

ON

FIG

UR

AT

ION

.

CO

NT

RA

CT

OR

SH

AL

L C

OM

PL

ET

E P

AV

EM

EN

T M

AR

KIN

G M

OD

IFIC

AT

ION

S P

RIO

R T

O

INS

TA

LL

ING

TE

MP

OR

AR

Y C

ON

CR

ET

E B

AR

RIE

R.

CO

NT

RA

CT

OR

SH

AL

L C

OM

PL

ET

EL

Y R

EM

OV

E A

LL

EX

IST

ING

PA

VE

ME

NT

MA

RK

ING

S T

HA

T

CO

NF

LIC

T W

ITH

TH

E M

OD

IFIE

D C

ON

FIG

UR

AT

ION

TO

TH

E S

AT

ISF

AC

TIO

N O

F T

HE

EN

GIN

EE

R.

CO

NT

RA

CT

OR

SH

AL

L C

OM

PL

ET

EL

Y R

EM

OV

E A

LL

TE

MP

OR

AR

Y M

AR

KIN

GS

AT

TH

E C

ON

CL

US

ION

OF

TH

E W

OR

K A

ND

RE

ST

OR

E T

HE

AR

EA

TO

TH

E P

RE

-EX

IST

ING

PE

RM

AN

EN

T C

ON

FIG

UR

AT

ION

.

PA

VE

ME

NT

MA

RK

ING

SH

AL

L M

AT

CH

PE

RM

AN

EN

T M

AR

KIN

GS

IN M

AT

ER

IAL

AN

D D

IME

NS

ION

TO

TH

E S

AT

ISF

AC

TIO

N O

F T

HE

EN

GIN

EE

R.

260’ T

ANGENT

EN

D

RO

AD

WO

RK

PHYSICAL NOSE

AA

SB I-75

NB I-75

100’

100’ T

ANGENT

100’

200’ S

HOULDER

TAPER

300’ S

HIFTING TAPER

SEE NOTE 6

BUFFER

WORK AREA

300’ S

HIFTING TAPER

SEE NOTE 6

RA

MP FRO

M

KY 236

200’ T

EMPORARY CONCRETE

BARRIER AT 14:1

INS

TA

LL

CR

AS

H C

US

HIO

NS

EE

NO

TE

4

INS

TA

LL

TE

MP

OR

AR

YY

EL

LO

W E

DG

E L

INE

INS

TA

LL

TE

MP

OR

AR

YW

HIT

E E

DG

E L

INE

INS

TA

LL

TE

MP

OR

AR

YC

ON

CR

ET

E B

AR

RIE

R

3’

3’

2’

WO

RK

AR

EA

10

’ MIN

.T

RA

VE

L L

AN

E

SE

CT

ION

A-A

NO

RT

HB

OU

ND

(LO

OK

ING

IN D

IRE

CT

ION

OF

TR

AV

EL

)

N.T

.S.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 125 of 183

SC

AL

E IN

FE

ET

01

50

DIV

ISO

N

OF

TR

AF

FIC

EL

EC

TRIC

AL

BR

AN

CH

75

GR

EE

NM

AN

-PE

DE

RS

EN

, INC

.

CO

NS

UL

TIN

G E

NG

INE

ER

SS

CA

LE

: 1"=

150’

CO

UN

TY

OF

IT

EM

NO

.S

HE

ET

NO

.

KE

NT

ON

35

OF

36

PR

EP

AR

ED

BY

CH

EC

KE

D B

Y

AP

PR

OV

ED

BY

DA

TE

DA

TE

DA

TE

...\Brid

ge 7

2\R

_7

2_

00

10

1M

T.d

gn

FIL

E N

AM

E:

$$

$$

US

ER

$$

$$

US

ER

:

10

/15

/20

10

DA

TE

:

E-S

HE

ET

NA

ME

:

TE

MP

OR

AR

Y T

RA

FF

IC C

ON

TR

OL

PL

AN

B0072- I-7

5 E

XIT

RA

MP

BR

IDG

E O

VE

R E

NT

RA

NC

E R

AM

PR

AM

P S

HO

UL

DE

R C

LO

SU

RE

- ST

AG

E 2

NO

TE

S:

TH

IS L

ON

G T

ER

M C

LO

SU

RE

SH

AL

L B

E U

SE

D T

O P

RO

VID

E A

PR

OT

EC

TE

D W

OR

K A

ND

ST

AG

ING

AR

EA

TO

CO

MP

LE

TE

WO

RK

AT

I-75

EX

IT R

AM

P B

RID

GE

OV

ER

EN

TR

AN

CE

RA

MP

. SE

E G

EN

ER

AL

TR

AF

FIC

CO

NT

RO

L N

OT

ES

.

EN

D R

OA

D W

OR

K S

IGN

SH

AL

L B

E 3

6" X

18".

DR

UM

SP

AC

ING

SH

AL

L B

E 4

0’.

CO

NT

RA

CT

OR

SH

AL

L F

UR

NIS

H A

ND

INS

TA

LL

CR

AS

H C

US

HIO

N IN

AC

CO

RD

AN

CE

WIT

H K

EN

TU

CK

Y T

RA

NS

PO

RT

AT

ION

CA

BIN

ET

DE

PA

RT

ME

NT

OF

HIG

HW

AY

S S

TA

ND

AR

D S

PE

CIF

ICA

TIO

NS

AN

D S

TA

ND

AR

D D

RA

WIN

GS

.

INS

TA

LL

TE

MP

OR

AR

Y Y

EL

LO

W A

ND

WH

ITE

ED

GE

LIN

ES

TO

PR

OV

IDE

MIN

IMU

M 1

0’ W

IDE

TR

AV

EL

LA

NE

.

INS

TA

LL

TE

MP

OR

AR

Y Y

EL

LO

W A

ND

WH

ITE

ED

GE

LIN

ES

FO

R T

RA

NS

ITIO

NS

BE

TW

EE

N

EX

IST

ING

RA

MP

ED

GE

LIN

ES

AN

D T

HE

TE

MP

OR

AR

Y C

ON

FIG

UR

AT

ION

.

CO

NT

RA

CT

OR

SH

AL

L C

OM

PL

ET

E P

AV

EM

EN

T M

AR

KIN

G M

OD

IFIC

AT

ION

S P

RIO

R T

O

INS

TA

LL

ING

TE

MP

OR

AR

Y C

ON

CR

ET

E B

AR

RIE

R.

CO

NT

RA

CT

OR

SH

AL

L C

OM

PL

ET

EL

Y R

EM

OV

E A

LL

EX

IST

ING

PA

VE

ME

NT

MA

RK

ING

S T

HA

T

CO

NF

LIC

T W

ITH

TH

E M

OD

IFIE

D C

ON

FIG

UR

AT

ION

TO

TH

E S

AT

ISF

AC

TIO

N O

F T

HE

EN

GIN

EE

R.

CO

NT

RA

CT

OR

SH

AL

L C

OM

PL

ET

EL

Y R

EM

OV

E A

LL

TE

MP

OR

AR

Y M

AR

KIN

GS

AT

TH

E C

ON

CL

US

ION

OF

TH

E W

OR

K A

ND

RE

ST

OR

E T

HE

AR

EA

TO

TH

E P

RE

-EX

IST

ING

PE

RM

AN

EN

T C

ON

FIG

UR

AT

ION

.

PA

VE

ME

NT

MA

RK

ING

SH

AL

L M

AT

CH

PE

RM

AN

EN

T M

AR

KIN

GS

IN M

AT

ER

IAL

AN

D D

IME

NS

ION

TO

TH

E S

AT

ISF

AC

TIO

N O

F T

HE

EN

GIN

EE

R.

1.

2.

3.

4.

5.

6.

7.

8.

9.

260’ T

ANGENT

EN

D

RO

AD

WO

RK

PHYSICAL NOSE

BB

SB I-75

NB I-75

100’

100’ T

ANGENT

100’

200’ S

HOULDER

TAPER

300’ S

HIFTING TAPER

SEE NOTE 6

BUFFER

WORK AREA

300’ S

HIFTING TAPER

SEE NOTE 6

RA

MP FRO

M

KY 236

200’ T

EMPORARY CONCRETE

BARRIER AT 14:1

INS

TA

LL

CR

AS

H C

US

HIO

N

SE

E N

OT

E 4

INS

TA

LL

TE

MP

OR

AR

YC

ON

CR

ET

E B

AR

RIE

R

INS

TA

LL

TE

MP

OR

AR

YY

EL

LO

W E

DG

E L

INE

INS

TA

LL

TE

MP

OR

AR

YW

HIT

E E

DG

E L

INE

2’

2’

3’

WO

RK

AR

EA

10

’ MIN

.T

RA

VE

L L

AN

E

SE

CT

ION

B-B

NO

RT

HB

OU

ND

(LO

OK

ING

IN D

IRE

CT

ION

OF

TR

AV

EL

)

N.T

.S.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 126 of 183

SC

AL

E IN

FE

ET

0150

300

DIV

ISO

N

OF

TR

AF

FIC

EL

EC

TRIC

AL

BR

AN

CH

GR

EE

NM

AN

-PE

DE

RS

EN

, INC

.

CO

NS

UL

TIN

G E

NG

INE

ER

SS

CA

LE

: 1"=

30

0’

CO

UN

TY

OF

IT

EM

NO

.S

HE

ET

NO

.

KE

NT

ON

36

OF

36

PR

EP

AR

ED

BY

CH

EC

KE

D B

Y

AP

PR

OV

ED

BY

DA

TE

DA

TE

DA

TE

...\Brid

ge 7

2\R

_72_00102M

T.d

gn

FIL

E N

AM

E:

$$

$$

US

ER

$$

$$

US

ER

:

10

/15

/20

10

DA

TE

:

E-S

HE

ET

NA

ME

:

TE

MP

OR

AR

Y T

RA

FF

IC C

ON

TR

OL

PL

AN

B0072- I-7

5 E

XIT

RA

MP

BR

IDG

E O

VE

R E

NT

RA

NC

E R

AM

PS

HO

UL

DE

R C

LO

SU

RE

AD

VA

NC

E S

IGN

PL

AN

NO

TE

S:

TH

IS L

ON

G T

ER

M C

LO

SU

RE

SH

AL

L B

E U

SE

D T

O P

RO

VID

E A

PR

OT

EC

TE

D W

OR

K A

ND

ST

AG

ING

AR

EA

TO

CO

MP

LE

TE

WO

RK

AT

I-75

EX

IT R

AM

P B

RID

GE

OV

ER

EN

TR

AN

CE

RA

MP

. SE

E G

EN

ER

AL

TR

AF

FIC

CO

NT

RO

L N

OT

ES

.

AL

L S

IG

NS

SH

AL

L B

E 4

8" X

48"

CO

NT

RA

CT

OR

SH

AL

L N

OT

IFY

TH

E D

IST

RIC

T 6

PU

BL

IC IM

FO

RM

AT

ION

OF

FIC

ER

TW

O W

EE

KS

PR

IOR

TO

TH

E S

CH

ED

UL

ED

WO

RK

INIT

IAT

ION

.

CO

NT

RA

CT

OR

TO

INS

TA

LL

PO

RT

AB

LE

CH

AN

GE

AB

LE

ME

SS

AG

E S

IGN

(PC

MS

) TW

O W

EE

KS

PR

IOR

TO

TH

E

WO

RK

WIT

H T

HR

EE

LIN

E M

ES

SA

GE

S - 1

. RO

AD

/WO

RK

/AH

EA

D A

ND

2. D

AT

E/U

SE

AL

T/R

OU

TE

.

PC

MS

TO

BE

LO

CA

TE

D A

T R

AM

P IN

TE

RS

EC

TIO

N W

ITH

KY

23

6 D

ON

AL

SO

N H

IGH

WA

Y A

ND

FIN

AL

LO

CA

TIO

N

AS

DIR

EC

TE

D B

Y T

HE

EN

GIN

EE

R.

CO

NT

RA

CT

OR

SH

AL

L C

HA

NG

E P

CM

S M

ES

SA

GE

WH

EN

WO

RK

BE

GIN

S T

O T

HR

EE

LIN

E

ME

SS

AG

E - 1

. RO

AD

/WO

RK

/AH

EA

D A

ND

2. U

SE

/AL

T/R

OU

TE

.

1.

2.

3.

4.

5.

6.

RO

AD

WO

RK

AH

EA

D

PHYSICAL NOSE

RIG

HT

SH

OU

LD

ER

CL

OS

ED

RIG

HT

SH

OU

LD

ER

CL

OS

ED

1000 F

T

LE

FT

SH

OU

LD

ER

CL

OS

ED

LE

FT

SH

OU

LD

ER

CL

OS

ED

1000 F

T

200’

500’

500’

500’

ST

AG

E 1

ST

AG

E 1

ST

AG

E 1

ST

AG

E 2

ST

AG

E 2

ST

AG

E 2

RA

MP FRO

M

KY 236

SB I-75

NB I-75

RA

MP TO KY 236

PCMS

SE

E N

OT

ES

4, 5

AN

D 6

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 127 of 183

IM 2

57

9 (

11

6)

FD

52

05

9 0

27

5 0

00

-00

0K

EN

TO

N C

OU

NT

YL

OC

AT

ION

MA

P

MP

05

9 0

27

5 B

00

05

3L

M

P 0

59 0

275 B

00053R

MP

05

9 0

27

5 B

00

05

4L

M

P 0

59 0

275 B

00054R

MP

05

9 0

27

5 B

00

05

5N

MP

05

9 0

27

5 B

00

05

6N

M

P 0

59

02

75

B0

00

72

N

MP

05

9 0

27

5 B

00

05

7N

M

P 0

59

02

75

B0

00

58

N

MP

05

9 0

27

5 B

00

06

0N

M

P 0

59 0

27

5 B

00

05

9R

M

P 0

59

02

75

B0

00

59

L

MP

05

9 0

27

5 B

00

06

1N

M

P 0

59

02

75

B0

00

51

N

MP

05

9 0

27

5 B

00

06

3R

M

P 0

59

02

75

B0

00

63

L M

P 0

59

02

75 B

00

05

0N

MP

05

9 0

275

B0

00

52

R

MP

05

9 0

27

5 B

00

05

2L

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 128 of 183

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 128 of 183

MATERIAL SUMMARY CONTRACT ID: 102954

IM 275-9 (120) PES NO: MB05902751001 BRIDGE CLEANING AND PAINTING IN KENTON COUNTY I-71/I-75 OVER VARIOUS RAMPS

LINE NO BID CODE DESCRIPTION QUANTITY UNIT 0010 02650 MAINTAIN & CONTROL TRAFFIC 1.00 LS B00053L 0020 08434 CLEAN & PAINT STRUCTURAL STEEL 1.00 LS B00053L 0040 02568 MOBILIZATION 1.00 LS 0030 02569 DEMOBILIZATION 1.00 LS ____________________________________________________________________________________

IM 275-9 (120) PES NO: MB05902751002 BRIDGE CLEANING AND PAINTING IN KENTON COUNTY MP 0.000 ON I-275 I-71/I-75 NB OVER VARIOUS RAMPS

LINE NO BID CODE DESCRIPTION QUANTITY UNIT 0010 02650 MAINTAIN & CONTROL TRAFFIC 1.00 LS B00053R 0020 08434 CLEAN & PAINT STRUCTURAL STEEL 1.00 LS B00053R 0040 02568 MOBILIZATION 1.00 LS 0030 02569 DEMOBILIZATION 1.00 LS ____________________________________________________________________________________

IM 275-9 (120) PES NO: MB05902751003 BRIDGE CLEANING AND PAINTING IN KENTON COUNTY I-275 EB OVER I-71/I-75

LINE NO BID CODE DESCRIPTION QUANTITY UNIT 0010 02650 MAINTAIN & CONTROL TRAFFIC 1.00 LS B00054L 0020 08434 CLEAN & PAINT STRUCTURAL STEEL 1.00 LS B00054L 0040 02568 MOBILIZATION 1.00 LS 0030 02569 DEMOBILIZATION 1.00 LS ____________________________________________________________________________________

IM 275-9 (120) PES NO: MB05902751004 BRIDGE CLEANING AND PAINTING IN KENTON COUNTY I-275 EB OVER I-71/I-75

LINE NO BID CODE DESCRIPTION QUANTITY UNIT 0010 02650 MAINTAIN & CONTROL TRAFFIC 1.00 LS B00054R 0020 08434 CLEAN & PAINT STRUCTURAL STEEL 1.00 LS B00054R 0040 02568 MOBILIZATION 1.00 LS 0030 02569 DEMOBILIZATION 1.00 LS ____________________________________________________________________________________

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 129 of 183

MATERIAL SUMMARY CONTRACT ID: 102954

IM 275-9 (120) PES NO: MB05902751005 BRIDGE CLEANING AND PAINTING IN KENTON COUNTY I-275 EB TO I-71/I-75 NB RAMP OVER I-71/I-75 & I-275

LINE NO BID CODE DESCRIPTION QUANTITY UNIT 0010 02650 MAINTAIN & CONTROL TRAFFIC 1.00 LS B00055N 0020 08434 CLEAN & PAINT STRUCTURAL STEEL 1.00 LS B00055N 0040 02568 MOBILIZATION 1.00 LS 0030 02569 DEMOBILIZATION 1.00 LS ____________________________________________________________________________________

IM 275-9 (120) PES NO: MB05902751006 BRIDGE CLEANING AND PAINTING IN KENTON COUNTY I-275 WB TO I-71/I-75 SB RAMP OVER I-71/I-75 & I-275

LINE NO BID CODE DESCRIPTION QUANTITY UNIT 0010 02650 MAINTAIN & CONTROL TRAFFIC 1.00 LS B00056N 0020 08434 CLEAN & PAINT STRUCTURAL STEEL 1.00 LS B00056N 0040 02568 MOBILIZATION 1.00 LS 0030 02569 DEMOBILIZATION 1.00 LS ____________________________________________________________________________________

IM 275-9 (120) PES NO: MB05902751007 BRIDGE CLEANING AND PAINTING IN KENTON COUNTY I-75 NB TO I-275 EB RAMP OVER I-75 NB COLLECTOR

LINE NO BID CODE DESCRIPTION QUANTITY UNIT 0010 02650 MAINTAIN & CONTROL TRAFFIC 1.00 LS B00072N 0020 08434 CLEAN & PAINT STRUCTURAL STEEL 1.00 LS B00072N 0040 02568 MOBILIZATION 1.00 LS 0030 02569 DEMOBILIZATION 1.00 LS ____________________________________________________________________________________

IM 275-9 (120) PES NO: MB05902751008 BRIDGE CLEANING AND PAINTING IN KENTON COUNTY RT 3144 (ERLANGER CRESCENT ROAD) OVER I-275

LINE NO BID CODE DESCRIPTION QUANTITY UNIT 0010 02650 MAINTAIN & CONTROL TRAFFIC 1.00 LS B00057N 0020 08434 CLEAN & PAINT STRUCTURAL STEEL 1.00 LS B00057N 0040 02568 MOBILIZATION 1.00 LS 0030 02569 DEMOBILIZATION 1.00 LS ____________________________________________________________________________________

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 130 of 183

MATERIAL SUMMARY CONTRACT ID: 102954

IM 275-9 (120) PES NO: MB05902751009 BRIDGE CLEANING AND PAINTING IN KENTON COUNTY NORFOLK SOUTHERN RAILROAD OVER I-275

LINE NO BID CODE DESCRIPTION QUANTITY UNIT 0010 02650 MAINTAIN & CONTROL TRAFFIC 1.00 LS B00058N 0020 08434 CLEAN & PAINT STRUCTURAL STEEL 1.00 LS B00058N 0040 02568 MOBILIZATION 1.00 LS 0030 02569 DEMOBILIZATION 1.00 LS ____________________________________________________________________________________

IM 275-9 (120) PES NO: MB05902751010 BRIDGE CLEANING AND PAINTING IN KENTON COUNTY I-275 EB OVER US 25

LINE NO BID CODE DESCRIPTION QUANTITY UNIT 0010 02650 MAINTAIN & CONTROL TRAFFIC 1.00 LS B00059L 0020 08434 CLEAN & PAINT STRUCTURAL STEEL 1.00 LS B00059L 0040 02568 MOBILIZATION 1.00 LS 0030 02569 DEMOBILIZATION 1.00 LS ____________________________________________________________________________________

IM 275-9 (120) PES NO: MB05902751011 BRIDGE CLEANING AND PAINTING IN KENTON COUNTY I-275 WB OVER US 25

LINE NO BID CODE DESCRIPTION QUANTITY UNIT 0010 02650 MAINTAIN & CONTROL TRAFFIC 1.00 LS B00059R 0020 08434 CLEAN & PAINT STRUCTURAL STEEL 1.00 LS B00059R 0040 02568 MOBILIZATION 1.00 LS 0030 02569 DEMOBILIZATION 1.00 LS ____________________________________________________________________________________

IM 275-9 (120) PES NO: MB05902751012 BRIDGE CLEANING AND PAINTING IN KENTON COUNTY I-275 WB TO US 25 SB RAMP OVER US 25

LINE NO BID CODE DESCRIPTION QUANTITY UNIT 0010 02650 MAINTAIN & CONTROL TRAFFIC 1.00 LS B00060N 0020 08434 CLEAN & PAINT STRUCTURAL STEEL 1.00 LS B00060N 0040 02568 MOBILIZATION 1.00 LS 0030 02569 DEMOBILIZATION 1.00 LS ____________________________________________________________________________________

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 131 of 183

MATERIAL SUMMARY CONTRACT ID: 102954

IM 275-9 (120) PES NO: MB05902751013 BRIDGE CLEANING AND PAINTING IN KENTON COUNTY I-275 EB TO CR 1303 RAMP OVER US 25 TO I-275 EB RAMP

LINE NO BID CODE DESCRIPTION QUANTITY UNIT 0010 02650 MAINTAIN & CONTROL TRAFFIC 1.00 LS B00061N 0020 08434 CLEAN & PAINT STRUCTURAL STEEL 1.00 LS B00061N 0040 02568 MOBILIZATION 1.00 LS 0030 02569 DEMOBILIZATION 1.00 LS ____________________________________________________________________________________

IM 275-9 (120) PES NO: MB05902751014 BRIDGE CLEANING AND PAINTING IN KENTON COUNTY CR 1303 (TURKEYFOOT ROAD) OVER I-275

LINE NO BID CODE DESCRIPTION QUANTITY UNIT 0010 02650 MAINTAIN & CONTROL TRAFFIC 1.00 LS B00051N 0020 08434 CLEAN & PAINT STRUCTURAL STEEL 1.00 LS B00051N 0040 02568 MOBILIZATION 1.00 LS 0030 02569 DEMOBILIZATION 1.00 LS ____________________________________________________________________________________

IM 275-9 (120) PES NO: MB05902751015 BRIDGE CLEANING AND PAINTING IN KENTON COUNTY I-275 WB OVER KY 17, BANK LICK CREEK & CSX RAILROAD

LINE NO BID CODE DESCRIPTION QUANTITY UNIT 0010 02650 MAINTAIN & CONTROL TRAFFIC 1.00 LS B00063L 0020 08434 CLEAN & PAINT STRUCTURAL STEEL 1.00 LS B00063L 0040 02568 MOBILIZATION 1.00 LS 0030 02569 DEMOBILIZATION 1.00 LS ____________________________________________________________________________________

IM 275-9 (120) PES NO: MB05902751016 BRIDGE CLEANING AND PAINTING IN KENTON COUNTY I-275 EB OVER KY 17, BANK LICK CREEK & CSX RAILROAD

LINE NO BID CODE DESCRIPTION QUANTITY UNIT 0010 02650 MAINTAIN & CONTROL TRAFFIC 1.00 LS B00063R 0020 08434 CLEAN & PAINT STRUCTURAL STEEL 1.00 LS B00063R 0040 02568 MOBILIZATION 1.00 LS 0030 02569 DEMOBILIZATION 1.00 LS ____________________________________________________________________________________

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 132 of 183

MATERIAL SUMMARY CONTRACT ID: 102954

IM 275-9 (120) PES NO: MB05902751017 BRIDGE CLEANING AND PAINTING IN KENTON COUNTY KY 16 (TAYLOR MILL ROAD) OVER I-275

LINE NO BID CODE DESCRIPTION QUANTITY UNIT 0010 02650 MAINTAIN & CONTROL TRAFFIC 1.00 LS B00050N 0020 08434 CLEAN & PAINT STRUCTURAL STEEL 1.00 LS B00050N 0040 02568 MOBILIZATION 1.00 LS 0030 02569 DEMOBILIZATION 1.00 LS ____________________________________________________________________________________

IM 275-9 (120) PES NO: MB05902751018 BRIDGE CLEANING AND PAINTING IN KENTON COUNTY I-275 WB OVER KY 117, CSX RR & LICKING RIVER

LINE NO BID CODE DESCRIPTION QUANTITY UNIT 0010 02650 MAINTAIN & CONTROL TRAFFIC 1.00 LS B00052L 0020 08434 CLEAN & PAINT STRUCTURAL STEEL 1.00 LS B00052L 0040 02568 MOBILIZATION 1.00 LS 0030 02569 DEMOBILIZATION 1.00 LS ____________________________________________________________________________________

IM 275-9 (120) PES NO: MB05902751019 BRIDGE CLEANING AND PAINTING IN KENTON COUNTY I-275 EB OVER KY 117, CSX RR & LICKING RIVER

LINE NO BID CODE DESCRIPTION QUANTITY UNIT 0010 02650 MAINTAIN & CONTROL TRAFFIC 1.00 LS B00052R 0020 08434 CLEAN & PAINT STRUCTURAL STEEL 1.00 LS B00052R 0040 02568 MOBILIZATION 1.00 LS 0030 02569 DEMOBILIZATION 1.00 LS ____________________________________________________________________________________

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 133 of 183

PART II

SPECIFICATIONS AND STANDARD DRAWINGS

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 134 of 183

SPECIFICATIONS REFERENCE Any reference in the plans or proposal to the Standard Specifications for Road and Bridge Construction, Edition of 2004, and Standard Drawings, Edition of 2000 are superseded by Standard Specifications for Road and Bridge Construction, Edition of 2008 and Standard Drawings, Edition of 2003 with the 2008 Revision.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 135 of 183

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

(Effective with the August 27, 2010 Letting)

Page 1 of 21

SUBSECTION:

REVISION: 101.02 Abbreviations. Insert the following abbreviation and text into the section: KEPSC Kentucky Erosion Prevention and Sediment Control

SUBSECTION: 101.03 Definitions. REVISION: Replace the definition for Specifications – Special Provisions with the following:

Additions and revisions to the Standard and Supplemental Specifications covering conditions peculiar to and individual project.

SUBSECTION: REVISION:

102.03 Contents of the Bid Proposal Form. Replace the first sentence of the first paragraph with the following: The Bid Proposal form will be available on the Department internet website (http://transportation.ky.gov/contract/). Delete the second paragraph. Delete the last paragraph.

SUBSECTION: REVISION:

102.04 Issuance of Bid Proposal Form. Replace Heading with the following: 102.04 Bidder Registration. Replace the first sentence of the first paragraph with the following: The Department reserves the right to disqualify or refuse to place a bidder on the eligible bidder’s list for a project for any of the following reasons: Replace the last sentence of the subsection with the following: The Department will resume placing the bidder on the eligible bidder’s list for projects after the bidder improves his operations to the satisfaction of the State Highway Engineer.

SUBSECTION:

REVISION: 102.06 Examination of Plans, Specifications, Special Provisions, Special Notes, and Site of Work. Replace the first paragraph with the following: Examine the site of the proposed work, the Bid Proposal, Plans, specifications, contract forms, and bulletins and addendums posted to the Department’s website and the Bid Express Bidding Service Website before submitting the Bid Proposal. The Department considers the submission of a Bid Proposal prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the Contract.

SUBSECTION:

REVISION: 102.07.01 General. Replace the first sentence with the following: Submit the Bid Proposal on forms furnished on the Bid Express Bidding Service website (www.bidx.com). Replace the first sentence of the third paragraph with the following: Bid proposals submitted shall use an eligible Digital ID issued by Bid Express.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 136 of 183

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

(Effective with the August 27, 2010 Letting)

Page 2 of 21

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

Subsequent to registering for a specific project, use the Department’s Expedite Bidding Program on the internet website of the Department of Highways, Division of Construction Procurement (http://transportation.ky.gov/contract/). Download the bid file from the Bid Express Bidding Service Website to prepare a Bid Proposal for submission to the Department. Submit Bid Proposal electronically through Bid Express Bidding Service. Delete the second and third paragraph.

SUBSECTION: 102.08 Irregular Bid Proposals. REVISION: Delete the following from the first paragraph: 4) fails to submit a disk created from the Highway Bid

Program. Replace the second paragraph with the following: The Department will consider Bid Proposals irregular and may reject them for the following reasons: 1) when there are unauthorized additions, conditional or alternate bids, or irregularities of any kind

which may tend to make the Bid Proposal incomplete, indefinite, or ambiguous as to its meaning; or 2) when the bidder adds any provisions reserving the right to accept or reject an award, or to enter into

a Contract pursuant to an award; or 3) any failure to comply with the provisions of Subsection 102.07; or 4) Bid Proposals in which the Department determines that the prices are unbalanced; or

when the sum of the total amount of the Bid Proposal under consideration exceeds the bidder’s Current Capacity Rating.

SUBSECTION:

REVISION: 102.09 Bid Proposal Guaranty. Insert the following after the first sentence: Bid Proposals must have a bid proposal guaranty in the amount indicated in the bid proposal form accompany the submittal. A guaranty in the form of a paper bid bond, cashier’s check, or certified check in an amount no less than the amount indicated on the submitted electronic bid is required when the electronic bid bond was not utilized with the Bid Express Bidding Service. Paper bid bonds must be delivered to the Division of Construction Procurement prior to the time of the letting.

SUBSECTION: REVISION:

102.10 Delivery of Bid Proposals. Replace paragraph with the following: Submit all Bid Proposals prior to the time specified in the Notice to Contractors. All bids shall be submitted electronically using Bid Express Bidding Services. Electronically submitted bids must be done in accordance with the requirements of the Bid Express Bidding Service.

SUBSECTION: REVISION:

102.11 Withdrawal or Revision of Bid Proposals. Replace the paragraph with the following: Bid Proposals can be withdrawn in accordance the requirements of the Bid Express Bidding Service prior to the time of the Letting.

SUBSECTION: REVISION:

102.13 Public Opening of Bid Proposals. Replace Heading with the following: 102.13 Public Announcement of Bid Proposals. Replace the paragraph with the following: The Department will publicly announce all Bid Proposals at the time indicated in the Notice to Contractors.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 137 of 183

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

(Effective with the August 27, 2010 Letting)

Page 3 of 21

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

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

SUBSECTION: REVISION:

105.03 Record Plans. Replace the section with the following: Record Plans are those reproductions of the original Plans on which the accepted Bid Proposal was based and, and signed by a duly authorized representative of the Department. The Department will make these plans available for inspection in the Central Office at least 24 hours prior to the time of opening bids and up to the time of letting of a project or projects. The quantities appearing on the Record Plans are the same as those on which Bid Proposals are received. The Department will use these Record Plans as the controlling plans in the prosecution of the Contract. The Department will not make any changes on Record Plans subsequent to their issue unless done so by an approved contract modification. The Department will make 2 sets of Record Plans for each project, and will maintain one on file in the Central Office and one of file in the District Office. The Department will furnish the Contractor with the following: 1 full size, 2 half size and an electronic file copy of the Record Plans at the Pre-Construction conference.

SUBSECTION: 105.12 Final Inspection and Acceptance of Work. REVISION: Insert the following paragraphs after the first paragraph:

Notify the Engineer when all electrical items are complete. A notice of the electrical work completion shall be made in writing to the Contractor. Electrical items will be inspected when the electrical work is complete and are not subject to waiting until the project as a whole has been completed. The Engineer will notify the Division of Traffic Operations within 3 days that all electrical items are complete and ready for a final inspection. A final inspection will be completed within 90 days after the Engineer notifies the Division of Traffic Operations of the electrical work completion. Energize all electrical items prior to notifying the Engineer that all electrical items are complete. Electrical items must remain operational until the Division of Traffic Operations has inspected and accepted the electrical portion of the project. Payment for the electrical service is the responsibility of the Contractor from the time the electrical items are energized until the Division of Traffic Operations has accepted the work. Complete all corrective work within 90 calendar days of receiving the original electrical inspection report. Notify the Engineer when all corrective work is complete. The Engineer will notify the Division of Traffic Operations that the corrective work has been completed and the project is ready for a follow-up inspection. Upon re-inspection, if additional corrective work is required, complete within the same 90 calendar day allowance. The Department will not include time between completion of the corrective work and the follow up electrical inspection(s). The 90 calendar day allowance is cumulative regardless of the number of follow-up electrical inspections required. The Department will assume responsibility for the electrical service on a project once the Division of Traffic Operations gives final acceptance of the electrical items on the project. The Department will also assume routine maintenance of those items. Any damage done to accepted electrical work items by other Contractors shall be the responsibility of the Prime Contractor. The Department will not be responsible for repairing damage done by other contractors during the construction of the remaining project. Failure to complete the electrical corrective work within the 90 calendar day allowance will result in penalties assessed to the project. Penalties will be assessed at ½ the rate of liquidated damages established for the contract. Replace the following in the second sentence of the second paragraph: Replace Section 213 with Section 212. Delete the fifth paragraph from the section.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 138 of 183

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

(Effective with the August 27, 2010 Letting)

Page 4 of 21

SUBSECTION: 105.13 Claim Resolution Process. REVISION: Replace the last sentence of the 3. Bullet with the following:

If the Contractor did not submit an as-bid schedule at the Pre-Construction Meeting or a written narrative in accordance with Subsection 108.02, the Cabinet will not consider the claim for delay. Delete the last paragraph from the section.

SUBSECTION: REVISION:

106.04 Buy America Requirement. Replace the section with the following: 106.04 Buy America Requirement. Follow the “Buy America” provisions as required by Title 23 Code of Federal Regulations § 635.410. Except as expressly provided herein all manufacturing processes of steel or iron materials including but not limited to structural steel, guardrail materials, corrugated steel, culvert pipe, structural plate, prestressing strands, and steel reinforcing bars shall occur in the United States of America, including the application of:

• Coating, • Galvanizing, • Painting, and • Other coating that protects or enhances the value of steel or iron products.

The following are exempt, unless processed or refined to include substantial amounts of steel or

iron material, and may be used regardless of source in the domestic manufacturing process for steel or iron material:

• Pig iron, • Processed, pelletized, and reduced iron ore material, or • Processed alloys.

The Contractor shall submit a certification stating that all manufacturing processes involved with

the production of steel or iron materials occurred in the United States.

Produce, mill, fabricate, and manufacture in the United States of America all aluminum components of bridges, tunnels, and large sign support systems, for which either shop fabrication, shop inspection, or certified mill test reports are required as the basis of acceptance by the Department.

Use foreign materials only under the following conditions:

1) When the materials are not permanently incorporated into the project; or 2) When the delivered cost of such materials used does not exceed 0.1 percent of the total Contract

amount or $2,500.00, whichever is greater.

The Contractor shall submit to the Engineer the origin and value of any foreign material used.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 139 of 183

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

(Effective with the August 27, 2010 Letting)

Page 5 of 21

SUBSECTION: 106.10 Field Welder Certification Requirements. REVISION: Insert the following sentence before the first sentence of the first paragraph:

All field welding must be performed by a certified welder unless otherwise noted.

SUBSECTION: REVISION:

108.02 Progress Schedule. Insert the following prior to the first paragraph: Specification 108.02 applies to all Cabinet projects except the following project types:

• Right of Way Mowing and/or Litter Removal • Waterborne Paint Striping • Projects that contain Special Provision 82 • Projects that contain the Special Note for CPM Scheduling

Insert the following paragraph after paragraph two: Working without the submittal of a Written Narrative is violation of this specification and additionally voids the Contractor’s right to delay claims. Insert the following paragraph after paragraph six: The submittal of bar chart or Critical Path Method schedule does not relieve the Contractor’s requirement to submit a Written Narrative schedule. Insert the following at the beginning of the first paragraph of A) Written Narrative.: Submit the Written Narrative Schedule using form TC 63-50 available at the Division of Construction’s website (http://www.transportation.ky.gov/construction/ResCenter/ResCenter.htm). Replace Part A) Written Narrative 1. And 2. with the following:

1. Provide a description that includes how the Contractor will sequence and stage the work, how the Contractor plans to maintain and control traffic being specific and detailed, and what equipment and crew sizes are planned to execute the work.

2. Provide a list of project milestones including, if applicable, winter shut-downs, holidays, or special events. The Contractor shall describe how these milestones and other dates effect the prosecution of the work. Also, include start date and completion date milestones for the contract, each project if the contract entails multiple projects, each phase of work, site of work, or segment of work as divided in the project plans, proposal, or as subdivided by the Contractor.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 140 of 183

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

(Effective with the August 27, 2010 Letting)

Page 6 of 21

SUBSECTION: REVISION:

110.01 Mobilization. Replace paragraph three with the following: Do not bid an amount for Mobilization that exceeds 5 percent of the sum of the total amounts bid for all items in the Bid Proposal, excluding Mobilization, Demobilization, and contingent amounts established for adjustments and incentives. The Department will automatically adjust any Bid Proposals that are in excess of this amount down to 5 percent to compare Bid Proposals and award the Contract. The Department will award a Contract for the actual amount bid when the amount bid for Mobilization is less than 5 percent, or the Department will award the Contract for the adjusted bid amount of 5 percent when the amount bid for Mobilization is greater than 5 percent. If any errors in unit bid prices for other Contract items in a Contractor’s Bid Proposal are discovered after bid opening and such errors reduce the total amount bid for all other items, excluding Mobilization, Demobilization, and contingent amounts established for adjustments and incentives, so that the percent bid for Mobilization is larger than 5 percent, the Department will adjust the amount bid for Mobilization to 5 percent of the sum of the corrected total bid amounts.

SUBSECTION: REVISION:

110.02 Demobilization. Replace the third paragraph with the following: Bid an amount for Demobilization that is a minimum of $1,000 or 1.5 percent of the sum of the total amounts bid for all other items in the Bid Proposal, excluding Mobilization, Demobilization, and contingent amounts established for adjustments and incentives. The Department will automatically adjust any Bid Proposal that is less than this amount up to $1,000 or 1.5 percent to compare Bid Proposals and award the Contract. The Department will award a Contract for the actual amount bid when the amount bid for demobilization exceeds 1.5 percent, or the Department will award the Contract for the adjusted bid amount when the amount bid for demobilization is less than the minimum of $1,000 or less than 1.5 percent of the sum of the total amounts bid for all other items in the Bid Proposal, excluding Mobilization, Demobilization, and contingent amounts established for adjustments and incentives.

SUBSECTION: REVISION:

110.04 Payment. Insert the following paragraph following the demobilization payment schedule (4th paragraph): The Department will withhold an amount equal to $1,000 for demobilization, regardless of the schedule listed above. The $1,000 withheld for demobilization will be paid when the final estimate is paid.

SUBSECTION: REVISION:

112.03.01 General Traffic Control. Replace paragraph three with the following: All flaggers shall be trained in current MUTCD flagging procedures. Proof of training must be available for review at the Department’s request. Flagging credentials must be current within the last 5 years.

SUBSECTION: 112.03.11 Temporary Pavement Markings. PART: B) Placement and Removal of Temporary Striping.

REVISION: Replace the 2nd sentence of the first paragraph with the following: On interstates and parkways, and other roadways approved by the State Highway Engineer, install pavement striping that is 6 inches in width.

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

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

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 141 of 183

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

(Effective with the August 27, 2010 Letting)

Page 7 of 21

SUBSECTION: REVISION:

112.03.15 Non-Compliance of Maintain and Control of Traffic. Add the following section: 112.03.15 Non-Compliance of Maintain and Control of Traffic. It is the Contractor’s responsibility to conform to the traffic control requirements in the TCP, Proposal, plan sheets, specifications, and the Manual on Uniform Traffic Control Devices. Unless specified elsewhere in the contract, a penalty will be assessed in the event of non-compliance with Maintain and Control of Traffic requirements. These penalties will be assessed when the Contractor fails to correct a situation or condition of non-compliance with the contract traffic control requirements after being notified by the Engineer. The calculation of accrued penalties for non-compliance will be based upon the date/time of notification by the Engineer. The amount of the penalty assessed for non-compliance will be determined based upon the work zone duration, as defined by the MUTCD, and will be the greatest of the different calculation methods indicated below: A) Long-term stationary work that occupies a location more than 3 days.

Correct the non-compliant issue within 24 hours from initial notification by the Engineer. If the issue is not corrected within 24 hours from the initial notification, a penalty for non-compliance will be assessed on a daily basis beginning from the initial notification of non-compliance. The Contractor will be assessed a $1,000 daily penalty or the amount equal to the contract liquidated damages in Section 108.09, whichever of the 2 is greater. The penalty for non-compliance will escalate as follows for continued non-compliance after the initial notification. 3 Days after Notification $1,500 daily penalty or 1.5 times the contract liquidated damages daily charge rate in Section 108.09, whichever is greater. 7 Days after Notification $2,000 daily penalty or double the contract liquidated damages daily charge rate in Section 108.09, whichever is greater. B) Intermediate-term stationary work that occupies a location more than one daylight period up to 3 days, or nighttime work lasting more than 1 hour.

Correct the non-compliant issue within 4 hours from initial notification by the Engineer. If the issue is not corrected within 4 hours from notification, a penalty for non-compliance will be assessed on an hourly basis beginning from the initial notification of non-compliance. The penalty for non-compliance will be assessed at $200 per hour.

C) Short-term stationary is daytime work that occupies a location for more than 1 hour within a single daylight period.

Correct the non-compliant issue within 1 hour from initial notification by the Engineer. If the issue is not corrected within 1 hour from notification, a penalty for non-compliance will be assessed on an hourly basis beginning from the initial notification of non-compliance. The penalty for non-compliance will be assessed at $200 per hour.

If the Contractor remains in violation of the Maintain and Control of Traffic requirements, or if the Department determines it to be in the public’s interest, work will be suspended in accordance with Section 108.08 until the deficiencies are corrected. The Department reserves the right to correct deficiencies by any means available and charge the Contractor for labor, equipment, and material costs incurred in emergency situations.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 142 of 183

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

(Effective with the August 27, 2010 Letting)

Page 8 of 21

SUBSECTION: 206.03.02 Embankment REVISION: Replace the last paragraph with the following:

When rock roadbed is specified, construct the upper 2 feet of the embankment according to Subsection 204.03.09 A).

SUBSECTION: 213.03.03 Inspection and Maintenance. REVISION: Insert the following paragraph after the second paragraph:

When the Contractor is required to obtain the KPDES permit, it is their responsibility to ensure compliance with the inspection and maintenance requirements of the permit. The Engineer will perform verification inspections a minimum of once per month and within 7 days of a ½ inch or greater rainfall event. The Engineer will document these inspections using Form TC 63-61 A. The Engineer will provide copies of the inspection only when improvements to the BMP’s are required. Verification inspections performed by the Engineer do not relieve the Contractor of any responsibility for compliance with the KPDES permit. Initiate corrective action within 24 hours of any noted deficiency and complete the work within 5 days.

SUBSECTION: PART:

REVISION:

213.03.05 Temporary Control Measures. E) Temporary Seeding and Protection. Replace the first paragraph with the following: Apply an Annual Rye seed mix at a rate of 100 pounds per acre during the months of March through August. In addition to the Annual Rye, add 10 pounds of German Foxtail-Millet (Setaria italica), when performing temporary seeding during the months of June through August. During the months of September through February, apply Winter Wheat or Rye Grain at a rate of 100 pounds per acre. Obtain the Engineer’s approval prior to the application of the seed mixture.

SUBSECTION: 213.03.05 Temporary Control Measures.

PART: F) Temporary Mulch. REVISION: Replace the last sentence with the following:

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

SUBSECTION: 303.05 Payment. REVISION: Replace the second paragraph of the section with the following:

The Department will make payment for Drainage Blanket-Type II (ATDB) according to the Lot Pay Adjustment Schedule for Specialty Mixtures in Section 402.

SUBSECTION: 401.02.04 Special Requirements for Dryer Drum Plants. PART: F) Production Quality Control.

REVISION: Replace the first sentence with the following: Stop mixing operations immediately if, at any time, a failure of the automatic electronic weighing system of the aggregate feed, asphalt binder feed, or water injection system control occurs.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 143 of 183

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

(Effective with the August 27, 2010 Letting)

Page 9 of 21

SUBSECTION: 401.02.04 Special Requirements for Dryer Drum Plants. REVISION: Add the following:

Part G) Water Injection System. Provided each system has prior approval as specified in Subsection 402.01.01, the Department will allow the use of water injection systems for purposes of foaming the asphalt binder and lowering the mixture temperature for production of Warm Mix Asphalt (WMA). Ensure the equipment for water injection meets the following requirements:

1) Injection equipment computer controls are automatically coupled to the plants controls (manual operation is not permitted);

2) Injection equipment has variable controls that introduce water ratios based on production rates of mixtures;

3) Injects water into the flow of asphalt binder prior to contacting the aggregate; 4) Provides alarms on the water injection system that operate when the flow of water is

interrupted or deviates from the prescribed water rate.

SUBSECTION: 401.03.01 Preparation of Mixtures. REVISION: Replace the last sentence of the second paragraph with the following:

Do not use asphalt binder while it is foaming in a storage tank.

SUBSECTION: 401.03.01 Preparation of Mixtures. REVISION: Replace the third paragraph and Mixing and Laying Temperature table with the following:

Maintain the temperature of the component materials and asphalt mixture within the ranges listed in the following table:

MIXING AND LAYING TEMPERATURES (°F)

Material Minimum Maximum

Aggregates 240 330 Aggregates used with Recycled Asphalt Pavement (RAP)

240

Asphalt Binders PG 64-22 230 330 PG 76-22 285 350 Asphalt Mixtures at Plant PG 64-22 HMA 250 330 (Measured in Truck)

PG 76-22 HMA PG 64-22 WMA PG 76-22 WMA

310 230 250

350 275 300

Asphalt Mixtures at Project PG 64-22 HMA 230 330 (Measured in Truck PG 76-22 HMA 300 350 When Discharging) PG 64-22 WMA

PG 76-22 WMA 210 240

275 300

SUBSECTION: 402.01 Description. REVISION: Replace the paragraph with the following:

Provide the process control and acceptance testing of all classes and types of asphalt mixtures which may be furnished either as hot mix asphalt (HMA) or warm mix asphalt (WMA) produced with water injection systems.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 144 of 183

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

(Effective with the August 27, 2010 Letting)

Page 10 of 21

SUBSECTION REVISION:

402.01.01 Warm Mix Asphalt (WMA) Evaluation and Approval. Add the following subsection: 402.01.01 Warm Mix Asphalt (WMA) Evaluation and Approval. The Department will evaluate trial production of WMA by use of a water injection system provided the system is installed according to the manufacturer’s requirements and satisfies the requirements of Section 401. Evaluation will include production and placement of WMA to demonstrate adequate mixture quality including volumetric properties and density by Option A as specified in Subsection 402.03.02 D). Do not place WMA for evaluation on Department projects. Provided production and placement operations satisfy the applicable quality levels, the Department will approve WMA production on Department projects using the water injection system as installed on the specific asphalt mixing plant evaluated.

SUBSECTION: 402.05.02 Asphalt Mixtures and Mixtures With RAP. REVISION: Replace Subsection Title as below:

402.05.02 Asphalt Mixtures, HMA and WMA, Including Mixtures With RAP.

SUBSECTION: 402.05.02 Asphalt Mixtures, HMA and WMA, Including Mixtures With RAP. REVISION: Replace the paragraph with the following:

The Department will pay for the mixture at the Contract unit bid price and apply a Lot Pay Adjustment for each lot placed based on the degree of compliance with the specified tolerances. Using the appropriate Lot Pay Adjustment Schedule, the Department will assign a pay value for the applicable properties within each sublot and average the sublot pay values to determine the pay value for a given property for each lot. The Department will apply the Lot Pay Adjustment for each lot to a defined unit price of $50.00 per ton. The Department will calculate the Lot Pay Adjustment using all possible incentives and disincentives but will not allow the overall pay value for a lot to exceed 1.00.

SUBSECTION: 402.05.02 Asphalt Mixtures, HMA and WMA, Including Mixtures With RAP. PART: C) Conventional and RAP Mixtures Placed on Shoulders.

REVISION: Replace title with the following: HMA, WMA, and RAP Mixtures Placed on Shoulders.

SUBSECTION: 402.05.02 Asphalt Mixtures, HMA and WMA, Including Mixtures With RAP. PART: D) Conventional and RAP Mixtures Placed Monolithically as Asphalt Pavement Wedge.

REVISION: Replace the title with the following: HMA, WMA, and RAP Mixtures Placed Monolithically as Asphalt Pavement Wedge.

SUBSECTION: 402.05.02 Asphalt Mixtures, HMA and WMA, Including Mixtures With RAP. PART: Lot Pay Adjustment Schedule, Compaction Option A, Base and Binder Mixtures

TABLES: VMA REVISION: Replace the VMA table with the following:

VMA Pay Value Deviation

From Minimum 1.00 ≥ min. VMA

0.95 0.1-0.5 below min. 0.90 0.6-1.0 below min. (1) > 1.0 below min.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 145 of 183

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

(Effective with the August 27, 2010 Letting)

Page 11 of 21

SUBSECTION: 402.05.02 Asphalt Mixtures, HMA and WMA, Including Mixtures With RAP. PART: Lot Pay Adjustment Schedule, Compaction Option A, Surface Mixtures

TABLES: VMA REVISION: Replace the VMA table with the following:

VMA

Pay Value Deviation From Minimum

1.00 ≥ min. VMA 0.95 0.1-0.5 below min. 0.90 0.6-1.0 below min.

(1) > 1.0 below min.

SUBSECTION: 402.05.02 Asphalt Mixtures, HMA and WMA, Including Mixtures With RAP. PART: Lot Pay Adjustment Schedule, Compaction Option B Mixtures

TABLE: VMA REVISION: Replace the VMA table with the following:

VMA Pay Value Deviation From Minimum

1.00 ≥min. VMA 0.95 0.1-0.5 below min. 0.90 0.6-1.0 below min. (2) > 1.0 below min.

SUBSECTION: 403.03.03 Preparation of Mixture. PART: C) Mix Design Criteria.

NUMBER: 1) Preliminary Mix Design. REVISION:

Replace the last two sentences of the paragraph and table with the following: Complete the volumetric mix design at the appropriate number of gyrations as given in the table below

for the number of 20-year ESAL’s. The Department will define the relationship between ESAL classes, as given in the bid items for Superpave mixtures, and 20-year ESAL ranges as follows:

Number of Gyrations

Class ESAL’s (millions) Ninitial Ndesign Nmax 2 < 3.0 6 50 75 3 3.0 to < 30.0 7 75 115 4 > 30.0 8 100 160

SUBSECTION: 403.03.09 Leveling and Wedging, and Scratch Course. PART: A) Leveling and Wedging.

REVISION: Replace the first sentence of the first paragraph with the following: Conform to the gradation requirements (control points) of AASHTO M 323 for base, binder, or surface as the Engineer directs.

SUBSECTION: 403.03.09 Leveling and Wedging, and Scratch Course. PART: B) Scratch Course.

REVISION: Replace the second sentence of the first paragraph with the following: Conform to the gradation requirements (control points) of AASHTO M 323 for base, binder, or surface as the Engineer directs.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 146 of 183

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

(Effective with the August 27, 2010 Letting)

Page 12 of 21

SUBSECTION: 407.01 DESCRIPTION. REVISION: Replace the first sentence of the paragraph with the following:

Construct a pavement wedge composed of a hot-mixed or warm-mixed asphalt mixture.

SUBSECTION: 409.01 DESCRIPTION. REVISION: Replace the first sentence of the paragraph with the following:

Use reclaimed asphalt pavement (RAP) from Department projects or other approved sources in hot mix asphalt (HMA) or warm mix asphalt (WMA) provided mixture requirements are satisfied.

SUBSECTION: 410.01 DESCRIPTION. REVISION: Delete the second sentence of the paragraph.

SUBSECTION: 410.03.01 Corrective Work.

REVISION: Replace the last sentence of the paragraph with the following: Provide a final surface comparable to the adjacent pavement that does not require corrective work in respect to texture, appearance, and skid resistance.

SUBSECTION: 410.03.02 Ride Quality. PART: B) Requirements.

NUMBER: 1) Category A. REVISION: Replace the last sentence of the first paragraph with the following:

At the Department’s discretion, a pay deduction of $1200 per 0.1-lane-mile section may be applied in lieu of corrective work.

SUBSECTION: 410.03.02 Ride Quality. PART: B) Requirements.

NUMBER: 2) Category B. REVISION: Replace the second and third sentence of the first paragraph with the following:

When the IRI is greater than 90 for a 0.1-mile section, perform corrective work, or remove and replace the pavement to achieve the specified IRI. At the Department’s discretion, a pay deduction of $750 per 0.1-lane-mile section may be applied in lieu of corrective work.

SUBSECTION: 410.05 PAYMENT. REVISION: Add the following sentence to the end of the first paragraph:

The sum of the pay value adjustments for ride quality shall not exceed $0 for the project as a whole.

SUBSECTION: 413.05.02 CL3 SMA BASE 1.00D PG76-22. REVISION: Insert the following sentence between the first and second sentence of the first paragraph:

The Department will calculate the Lot Pay Adjustment using all possible incentives and disincentives but will not allow the overall pay value for a lot to exceed 1.00.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 147 of 183

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

(Effective with the August 27, 2010 Letting)

Page 13 of 21

SUBSECTION: 413.05.02 CL3 SMA BASE 1.00D PG 76-22. TABLE: JOINT DENSITY TABLE

REVISION: Replace the joint density table with the following:

LANE DENSITY Pay Value Test Result (%)

1.05 95.0-96.5 1.00 93.0-94.9 0.95 92.0-92.9 or 96.6-97.0 0.90 91.0-91.9 or 97.1-97.5

(1) < 91.0 or > 97.5

SUBSECTION: 413.05.03 CL3 SMA SURF 0.50A PG76-22 and CL3 SMA SURF 0.38A PG76-22. REVISION: Insert the following sentence between the first and second sentence of the first paragraph:

The Department will calculate the Lot Pay Adjustment using all possible incentives and disincentives but will not allow the overall pay value for a lot to exceed 1.00.

SUBSECTION: 413.05.03 CL3 SMA SURF 0.50A PG76-22 and CL3 SMA SURF 0.38A PG76-22. TABLE: JOINT DENSITY TABLE

REVISION: Replace the joint density table with the following:

DENSITY Pay Value Lane Density

Test Result (%) Joint Density

Test Result (%) 1.05 95.0-96.5 92.0-96.0 1.00 93.0-94.9 90.0-91.9 0.95 92.0-92.9 or 96.6-97.0 89.0-89.9 or 96.1-96.5 0.90 91.0-91.9 or 97.1-97.5 88.0-88.9 or 96.6-97.0 0.75 ---- < 88.0 or > 97.0

(1) < 91.0 or > 97.5 ----

SUBSECTION: 501.05.02 Ride Quality. REVISION: Add the following sentence to the end of the first paragraph:

The sum of the pay value adjustments for the ride quality shall not exceed $0 for the project as a whole.

SUBSECTION: 505.03.04 Detectable Warnings. REVISION: Replace the first sentence with the following:

Install detectable warning pavers at all sidewalk ramps and on all commercial entrances according to the Standard Drawings.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 148 of 183

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

(Effective with the August 27, 2010 Letting)

Page 14 of 21

SUBSECTION: REVISION:

505.04.04 Detectable Warnings. Replace the paragraph with the following: The Department will measure the quantity in square feet. All retrofit applications for maintenance projects will require the removal of existing sidewalks to meet the requirements of the standard drawings applicable to the project. The cost associated with the removal of the existing sidewalk will be incidental to the detectable warnings bid item or incidental to the bid item for the construction of the concrete sidewalk unless otherwise noted.

SUBSECTION: 505.05 PAYMENT. REVISION: Add the following to the bid item table:

Code Pay Item 23158ES505 Detectable Warnings Square Foot

Pay Unit

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: 601.03.02 Concrete Producer Responsibilities. REVISION: Add the following to the first paragraph:

If a concrete plant becomes unqualified during a project and there are no other qualified plants in the region, the Department will provide qualified personnel to witness and ensure the producer follows the required specifications. The Department will assess the Contractor a $100 per hour charge for this service.

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

Conform to Section 805, size No. 8 or 9-M.

SUBSECTION: 609.04.06 Joint Sealing. REVISION: Replace Subsection 601.04 with the following:

Subsection 606.04.08.

SUBSECTION: 609.05 Payment. REVISION: Replace the Pay Unit for Joint Sealing with the following:

See Subsection 606.05.

SUBSECTION: 701.03.06 Initial Backfill. REVISION: Replace the first sentence of the last paragraph with the following:

When the Contract specifies, perform quality control testing to verify compaction according to KM 64-512.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 149 of 183

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

(Effective with the August 27, 2010 Letting)

Page 15 of 21

SUBSECTION: 701.03.08 Testing of Pipe. REVISION: Replace and rename the subsection with the following:

701.03.08 Inspection of Pipe. The engineer will visually inspect all pipe. The Department will require camera/video inspection on a minimum of 50 percent of the linear feet of all installed pipe structures. Conduct camera/video inspection according to KM 64-114. The pipe to be installed under pavement will be selected first. If the total linear feet of pipe under pavement is less than 50 percent of the linear feet of all pipe installed, the Engineer will randomly select installations from the remaining pipe structures on the project to provide for the minimum inspection requirement. The pipe will be selected in complete runs (junction-junction or headwall-headwall) until the total linear feet of pipe to be inspected is at least 50 percent of the total linear feet of all installed pipe on the project. Unless the Engineer directs otherwise, schedule the inspections no sooner than 30 days after completing the installation and completion of earthwork to within 1 foot of the finished subgrade. When final surfacing conflicts with the 30-day minimum, conduct the inspections prior to placement of the final surface. The contractor must ensure that all pipe are free and clear of any debris so that a complete inspection is possible. Notify the Engineer immediately if distresses or locations of improper installation are discovered. When camera testing shows distresses or improper installation in the installed pipe, the Engineer may require additional sections to be tested. Provide the video and report to the Engineer when testing is complete in accordance with KM 64-114. Pipes that exhibit distress or signs of improper installation may necessitate repair or removal as the Engineer directs. These signs include, but are not limited to: deflection, cracking, joint separation, sagging or other interior damage. If corrugated metal or thermoplastic pipes exceed the deflection and installation thresholds indicated in the table below, provide the Department with an evaluation of each location conducted by a Professional Engineer addressing the severity of the deflection, structural integrity, environmental conditions, design service life, and an evaluation of the factor of safety using Section 12, “Buried Structures and Tunnel Liners,” of the AASHTO LRFD Bridge Design Specifications. Based on the evaluation, the Department may allow the pipe to remain in place at a reduced unit price as shown in the table below. Provide 5 business days for the Department to review the evaluation. When the pipe shows deflection of 10 percent or greater, remove and replace the pipe. When the camera/video or laser inspection results are called into question, the Department may require direct measurements or mandrel testing. The Cabinet may elect to conduct Quality Assurance verifications of any pipe inspections.

SUBSECTION: 701.04.07 Testing. REVISION: Replace and rename the subsection with the following:

701.04.07 Pipeline Video Inspection. The Department will measure the quantity in linear feet along the pipe invert of the structure inspected. When inspection above the specified 50 percent is performed due to a disagreement or suspicion of additional distresses and the Department is found in error, the Department will measure the quantity as Extra Work according to Subsection 104.03. However, if additional distresses or non-conformance is found, the Department will not measure the additional inspection for payment.

SUBSECTION: 701.05 PAYMENT. REVISION: Add the following pay item to the list of pay items:

Code Pay Item 23131ER701 Pipeline Video Inspection Linear Foot

Pay Unit

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 150 of 183

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

(Effective with the August 27, 2010 Letting)

Page 16 of 21

SUBSECTION: 701.05 PAYMENT TABLE: PIPE DEFLECTION DETERMINED BY CAMERA TESTING

REVISION: Replace this table with the following table and note:

PIPE DEFLECTION Amount of Deflection (%) Payment 0.0 to 5.0 100% of the Unit Bid Price 5.1 to 9.9 50% of the Unit Bid Price (1) 10 or greater Remove and Replace

(1) Provide Structural Analysis as indicated above. Based on the structural analysis, pipe may be allowed to remain in place at the reduced unit price.

SUBSECTION: 701.05 PAYMENT TABLE: PIPE DEFLECTION DETERMINED BY MANDREL TESTING

REVISION: Delete this table. SUBSECTION: 713.02.01 Paint.

REVISION: Replace with the following: Conform to Section 842 and Section 846.

SUBSECTION: 713.03 CONSTRUCTION. REVISION: Replace the first sentence of the second paragraph with the following:

On interstates and parkways, and other routes approved by the State Highway Engineer, install pavement striping that is 6 inches in width.

SUBSECTION: 713.03.03 Paint Application. REVISION:

Replace the second paragraph with the following table:

Material Paint Application Rate Glass Beads Application Rate 4 inch waterborne paint Min. of 16.5 gallons/mile Min. of 6 pounds/gallon 6 inch waterborne paint Min. of 24.8 gallons/mile Min. of 6 pounds/gallon 6 inch durable waterborne paint Min. of 36 gallons/mile Min. of 6 pounds/gallon

SUBSECTION: 713.03.04 Marking Removal. REVISION: Replace the last sentence of the paragraph with the following:

Vacuum all marking material and removal debris concurrently with the marking removal operation.

SUBSECTION: 713.05 PAYMENT. REVISION: Insert the following codes and pay items below the Pavement Striping – Permanent Paint:

Code Pay Item 23159EN Durable Waterborne Marking – 6 IN W Linear Foot

Pay Unit

23160EN Durable Waterborne Marking – 6 IN Y Linear Foot

SUBSECTION: 714.03 CONSTRUCTION. REVISION: Insert the following paragraph at the end of the third paragraph:

Use Type I Tape for markings on bridge decks, JPC pavement and JPC intersections. Thermoplastic should only be used for markings on asphalt pavement.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 151 of 183

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

(Effective with the August 27, 2010 Letting)

Page 17 of 21

SUBSECTION: 714.03.07 Marking Removal. REVISION: Replace the third sentence of the paragraph with the following:

Vacuum all marking material and removal debris concurrently with the marking removal operation.

SUBSECTION: 716.01 DESCRIPTION. REVISION: Insert the following after the first sentence:

Energize lighting as soon as it is fully functional and ready for inspection. Ensure that lighting remains operational until the Division of Traffic Operations has provided written acceptance of the electrical work.

SUBSECTION: 716.02.01 Roadway Lighting Materials. REVISION: Replace the third sentence of the paragraph with the following:

Submit for material approval an electronic file of descriptive literature, drawings, and any requested design data.

SECTION: 717 – THERMOPLASTIC INTERSECTION MARKINGS. REVISION: Replace the section name with the following:

INTERSECTION MARKINGS.

SUBSECTION: 717.01 DESCRIPTION: REVISION: Replace the paragraph with the following:

Furnish and install thermoplastic or Type I tape intersection markings (Stop Bars, Crosswalks, Turn Arrows, etc.) Thermoplastic markings may be installed by either a machine applied, screed extrusion process or by applying preformed thermoplastic intersection marking material.

SUBSECTION: 717.02 MATERIALS AND EQUIPMENT. REVISION: Insert the following subsection:

717.02.06 Type I Tape. Conform to Section 836.

SUBSECTION: 717.03.03 Application. REVISION: Insert the following part to the subsection:

B) Type I Tape Intersection Markings. Apply according to the manufacturer’s recommendations. Cut all tape at pavement joints when applied to concrete surfaces.

SUBSECTION: 717.03.05 Proving Period. PART: A) Requirements.

REVISION: Insert the following to this section: 2) Type I Tape. During the proving period, ensure that the pavement marking material shows no signs of failure due to blistering, excessive cracking, bleeding, staining, discoloration, oil content of the pavement materials, drippings, chipping, spalling, poor adhesion to the pavement, loss of retroreflectivity, vehicular damage, and normal wear. Type I Tape is manufactured off site and warranted by the manufacturer to meet certain retroreflective requirements. As long as the material is adequately bonded to the surface and shows no signs of failure due to the other items listed in Subsection 714.03.06 A) 1), retroreflectivity readings will not be required. In the absence of readings, the Department will accept tape based on a nighttime visual observation.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 152 of 183

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

(Effective with the August 27, 2010 Letting)

Page 18 of 21

SUBSECTION: 717.03.06 Marking Removal. REVISION: Replace the third sentence of the paragraph with the following:

Vacuum all marking material and removal debris concurrently with the marking removal operation.

SUBSECTION: 717.05 PAYMENT. REVISION: Insert the following bid item codes:

Code Pay Unit 06563 Pave Marking – R/R X Bucks 16 IN Linear Foot

Pay Item

20782NS714 Pave Marking Thermo – Bike Each 23251ES717, 23264ES717 Pave Mark TY I Tape X-Walk, Size Linear Foot 23252ES717, 23265ES717 Pave Mark TY I Tape Stop Bar, Size Linear Foot 23253ES717 Pave Mark TY I Tape Cross Hatch Square Foot 23254ES717 Pave Mark TY I Tape Dotted Lane Extension Linear Foot 23255ES717 Pave Mark TY I Tape Arrow, Type Each 23268ES717-23270ES717 23256ES717 Pave Mark TY I Tape- ONLY Each 23257ES717 Pave Mark TY I Tape- SCHOOL Each 23266ES717 Pave Mark TY 1 Tape R/R X Bucks-16 IN Linear Foot 23267ES717 Pave Mark TY 1 Tape-Bike Each

SUBSECTION: REVISION:

725.02.02 Type VI Class C & CT. Replace bullet 2) with the following:

2) The SCI100GM System as developed by SCI Products, Inc. of St. Charles, Illinois. For all miscellaneous metal work conform to ASTM A 36 and galvanize according to ASTM A 123. For the SCI100GM fender panels conform to AASHTO 180. Galvanize the SCI100GM fender panels and SCI100GM -beam connectors after fabrication according to ASTM A 123.

SUBSECTION:

REVISION: 725.02.04 Type VII Class C. Replace bullet 2) with the following:

2) The SCI100GM System as developed by SCI Products, Inc. of St. Charles, Illinois. For all miscellaneous metal work conform to ASTM A 36 and galvanize according to ASTM A 123. For the SCI100GM fender panels conform to AASHTO 180. Galvanize the SCI100GM fender panels and SCI100GM-beam connectors after fabrication according to ASTM A 123.

SUBSECTION: 805.01 GENERAL. REVISION: Replace the second paragraph with the following:

The Department’s List of Approved Materials includes the Aggregate Source List, the list of Class A and Class B Polish-Resistant Aggregate Sources, and the Concrete Restriction List.

SUBSECTION: 805.04 CONCRETE. REVISION: Replace the “AASHTO T 160” reference in first sentence of the third paragraph with “KM 64-629”

SUBSECTION: 805.15 GRADATION ACCEPTANCE OF NON-SPECIFICATION COARSE AGGREGATE.

TABLE: AGGREGATE SIZE USE PART: Cement Concrete Structures and Incidental Construction

REVISION: Replace “9-M for Waterproofing Overlays” with “8 or 9-M for Waterproofing Overlays”

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 153 of 183

Supplemental Specifications to T

he Standard Specifications for R

oad and Bridge C

onstruction, 2008 Edition

(Effective with the A

ugust 27, 2010 Letting)

Page 19 of 21

SUB

SEC

TIO

N: 805.15 G

RA

DA

TION

AC

CEPTA

NC

E OF N

ON

-SPECIFIC

ATIO

N C

OA

RSE A

GG

REG

ATE.

RE

VISIO

N:

Replace the “SIZES O

F CO

AR

SE AG

GR

EGA

TES” table in with the follow

ing:

(1) G

radation performed by w

et sieve KM 64-620 or AASH

TO T 11/T 27.

(2) Sizes shown for convenience and are not to be considered as coarse aggregates.

(3) N

ominal M

aximum

Size is the largest sieve on the gradation table for an aggregate size on which any material m

ay be retained. N

ote: The Departm

ent will allow

blending of same source/sam

e type aggregate when precise procedures are used such as cold feed, belt, or equivalent and

combining of sizes or types of aggregate using the w

eigh hopper at concrete plants or controlled feed belts at the pugmill to obtain designated sizes.

SIZE

S OF C

OA

RSE

AG

GR

EG

AT

ES

Sieve

AM

OU

NTS FIN

ER TH

AN

EAC

H LA

BO

RA

TOR

Y SIEV

E (SQU

AR

E OPEN

ING

S) PERC

ENTA

GE B

Y W

EIGH

T

Aggregate Size

Nom

inal (3)

Maxim

um

Aggregate Size

4 inch 3 1/2 inch

3 inch 2 1/2 inch

2 inch 1 1/2 inch

1 inch 3/4 inch

1/2 inch 3/8 inch

No. 4

No. 8

No. 16

No. 30

No. 100

No. 200

1 3 ½

inch 100

90-100

25-60

0-15

0-5

2 2 ½

inch

100

90-100 35-70

0-15

0-5

23 2 inch

100

40-90

0-15

0-5

3 2 inch

100

90-100 35-70

0-15

0-5

357 2 inch

100

95-100

35-70

10-30

0-5

4 1 ½

inch

100

90-100 20-55

0-15

0-5

467 1 ½

inch

100

95-100

35-70

10-30 0-5

5 1 inch

100

90-100 20-55

0-10 0-5

57 1 inch

100

95-100

25-60

0-10 0-5

610 1 inch

100

85-100

40-75

15-40

67 3/4 inch

100 90-100

20-55

0-10 0-5

68 3/4 inch

100 90-100

30-65

5-25 0-10

0-5

710 3/4 inch

100 80-100

30-75

0-30

78 1/2 inch

100

90-100 40-75

5-25 0-10

0-5

8 3/8 inch

100 85-100

10-30 0-10

0-5

9-M

3/8 inch

100

75-100 0-25

0-5

10(2)

No. 4

100

85-100

10-30

11(2)

No. 4

100

40-90 10-40

0-5

DEN

SE GR

AD

ED

AG

GR

EGA

TE (1) 3/4 inch

100 70-100

50-80

30-65

10-40

4-13

CR

USH

ED

STON

E BASE (1)

1 ½ inch

100

90-100

60-95

30-70

15-55

5-20

0-8

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 154 of 183

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

(Effective with the August 27, 2010 Letting)

Page 20 of 21

SUBSECTION: 805.16 SAMPLING AND TESTING. REVISION: Replace the “AASHTO T 160” method with the “KM 64-629” method for the Concrete Beam Expansion

Test. Replace the “ASTM D 3042” method with the “KM 64-625” method for Insoluble Residue.

SUBSECTION: 810.04.01 Coating Requirements. REVISION: Replace the “Subsection 806.07” references with “Subsection 806.06”

SUBSECTION: 810.06.01 Polyvinyl Chloride (PVC) Pipe.

PART: B) Culvert and Entrance Pipe. REVISION: Replace the title with the following:

B) Culvert Pipe, Storm Sewer, and Entrance Pipe.

SUBSECTION: 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:

SECTION: DIVISION 800 MATERIAL DETAILS REVISION:

Add the following section in Division 800

SECTION 846 – DURABLE WATERBORNE PAINT 846.01 DESCRIPTION. This section covers quick-drying durable waterborne pavement striping paint for permanent applications. The paint shall be ready-mixed, one-component, 100% acrylic waterborne striping paint suitable for application on such traffic-bearing surfaces as Portland cement concrete, bituminous cement concrete, asphalt, tar, and previously painted areas of these surfaces. 846.02 Approval. Select materials that conform to the composition requirements below. Provide independent analysis data and certification for each formulation stating the total concentration of each heavy metal present, the test method used for each determination, and compliance to 40 CFR 261 for leachable heavy metals content. Submit initial samples for approval before beginning striping operations. The initial sample may be sent from the manufacture of the paint. The Department will randomly sample and evaluate the paint each week that the striping operations are in progress.

The non-volatile portion of the vehicle shall be composed of a 100% acrylic polymer as determined by infrared spectral analysis. The acrylic resin used shall be a 100% cross-linking acrylic as evidenced by infrared peaks at wavelengths 1568, 1624, and 1672 cm-1 with intensities equal to those produced by an acrylic resin known to be 100% cross-linking.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 155 of 183

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

(Effective with the August 27, 2010 Letting)

Page 21 of 21

PAINT COMPOSITION

Property and Test Method Yellow White Daytime Color (CIELAB) Spectrophotometer using illuminant D65 at 45º illumination and 0º viewing with a 2º observer

L* 81.76 a* 19.79 b* 89.89

Maximum allowable variation 2.0∆E*

L* 93.51 a* -1.01 b* 0.70

Maximum allowable variation 2.0∆E*

Nighttime Color (CIELAB) Spectrophotometer using illuminant A at 45º illumination and 0º viewing with a 2º observer

L* 86.90 a* 24.80 b* 95.45

Maximum allowable variation 2.0∆E*

L* 93.45 a* -0.79 b* 0.43

Maximum allowable variation 2.0∆E*

Heavy Metals Content Comply with 40 CFR 261 Comply with 40 CFR 261 Titanium Dioxide ASTM D 4764

NA 10% by weight of pigment min.

VOC ASTM D 2369 and D 4017

1.25 lb/gal max. 1.25 lb/gal max.

Contrast Ratio (at 15 mils wft)

0.97 0.99

846.02.01 Manufacturers Certification. Provide a certification of analysis for each lot of

traffic paint produced stating conformance to the requirements of this section. Report the formulation identification, traffic paint trade name, color, date of manufacturer, total quantity of lot produced, actual quantity of traffic paint represented, sampling method utilized to obtain the samples, and data for each sample tested to represent each lot produced. 846.03 ACCEPTANCE PROCEDURES FOR NON-SPECIFICATION DURABLE WATERBORNE PAVEMENT STRIPING PAINT. When non-specification paint is inadvertently incorporated into the work the Department will accept the material with a reduction in pay. The percentage deduction is cumulative based on its compositional properties, but will not exceed 60 percent. The Department will calculate the payment reduction on the unit bid price for the routes where the non-specification paint was used.

DURABLE WATERBORNE PAVEMENT STRIPING PAINT REDUCTION SCHEDULE

Non-conforming Property

Resin Color Contrast TiO2 VOC Heavy Metals Content

Reduction Rate

60% 10% 10% 10% 60% 60%

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 156 of 183

PART III

EMPLOYMENT, WAGE AND RECORD REQUIREMENTS

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 157 of 183

FHWA-1273 Electronic version -- March 10, 1994

CSD - Rev. 7/96 Page 1

REQUIRED CONTRACT PROVISIONSFEDERAL-AID CONSTRUCTION CONTRACTS

PageI. General ----------------------------------------------------------------- 1

II. Nondiscrimination --------------------------------------------------- 1III. Nonsegregated Facilities ------------------------------------------ 3IV. Payment of Predetermined Minimum Wage----------------- 3V. Statements and Payrolls------------------------------------------- 6

VI. Record of Materials, Supplies, and Labor--------------------- 6VII. Subletting or Assigning the Contract--------------------------- 7

VIII. Safety: Accident Prevention ------------------------------------- 7IX. False Statements Concerning Highway Projects ----------- 7X. Implementation of Clean Air Act and Federal

Water Pollution Control Act--------------------------------------- 8XI. Certification Regarding Debarment, Suspension,

Ineligibility, and Voluntary Exclusion --------------------------- 8XII. Certification Regarding Use of Contract Funds for

Lobbying --------------------------------------------------------------- 9

ATTACHMENTS

A. Employment Preference for Appalachian Contracts(included in Appalachian contracts only)

I. GENERAL

1. These contract provisions shall apply to all work performed onthe contract by the contractor's own organization and with theassistance of workers under the contractor's immediatesuperintendence and to all work performed on the contract bypiecework, station work, or by subcontract.

2. Except as otherwise provided for in each section, the contrac-tor shall insert in each subcontract all of the stipulations contained inthese Required Contract Provisions, and further require their inclusionin any lower tier subcontract or purchase order that may in turn bemade. The Required Contract Provisions shall not be incorporatedby reference in any case. The prime contractor shall be responsiblefor compliance by any subcontractor or lower tier subcontractor withthese Required Contract Provisions.

3. A breach of any of the stipulations contained in these RequiredContract Provisions shall be sufficient grounds for termination of thecontract.

4. A breach of the following clauses of the Required ContractProvisions may also be grounds for debarment as provided in 29 CFR5.12:

Section I, paragraph 2;Section IV, paragraphs 1, 2, 3, 4, and 7;Section V, paragraphs 1 and 2a through 2g.

5. Disputes arising out of the labor standards provisions ofSection IV (except paragraph 5) and Section V of these RequiredContract Provisions shall not be subject to the general disputesclause of this contract. Such disputes shall be resolved inaccordance with the procedures of the U.S. Department of Labor(DOL) as set forth in 29 CFR 5, 6, and 7. Disputes within themeaning of this clause include disputes between the contractor (orany of its subcontractors) and the contracting agency, the DOL, orthe contractor's employees or their representatives.

6. Selection of Labor: During the performance of this contract,the contractor shall not:

a. discriminate against labor from any other State,possession, or territory of the United States (except for employmentpreference for Appalachian contracts, when applicable, as specifiedin Attachment A), or

b. employ convict labor for any purpose within the limits of theproject unless it is labor performed by convicts who are on parole,supervised release, or probation.

II. NONDISCRIMINATION

(Applicable to all Federal-aid construction contracts and to allrelated subcontracts of $10,000 or more.)

1. Equal Employment Opportunity: Equal employmentopportunity (EEO) requirements not to discriminate and to takeaffirmative action to assure equal opportunity as set forth under laws,executive orders, rules, regulations (28 CFR 35, 29 CFR 1630 and 41CFR 60) and orders of the Secretary of Labor as modified by theprovisions prescribed herein, and imposed pursuant to 23 U.S.C.140 shall constitute the EEO and specific affirmative action standardsfor the contractor's project activities under this contract. The EqualOpportunity Construction Contract Specifications set forth under 41CFR 60-4.3 and the provisions of the American Disabilities Act of1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29CFR 1630 are incorporated by reference in this contract. In theexecution of this contract, the contractor agrees to comply with thefollowing minimum specific requirement activities of EEO:

a. The contractor will work with the State highway agency(SHA) and the Federal Government in carrying out EEO obligationsand in their review of his/her activities under the contract.

b. The contractor will accept as his operating policy thefollowing statement:

"It is the policy of this Company to assure that applicants areemployed, and that employees are treated during employment,without regard to their race, religion, sex, color, national origin,age or disability. Such action shall include: employment,upgrading, demotion, or transfer; recruitment or recruitmentadvertising; layoff or termination; rates of pay or other forms ofcompensation; and selection for training, including appren-ticeship, preapprenticeship, and/or on-the-job training."

2. EEO Officer: The contractor will designate and make knownto the SHA contracting officers an EEO Officer who will have theresponsibility for and must be capable of effectively administering andpromoting an active contractor program of EEO and who must beassigned adequate authority and responsibility to do so.

3. Dissemination of Policy: All members of the contractor'sstaff who are authorized to hire, supervise, promote, and dischargeemployees, or who recommend such action, or who are substantiallyinvolved in such action, will be made fully cognizant of, and willimplement, the contractor's EEO policy and contractual responsibili-ties to provide EEO in each grade and classification of employment.To ensure that the above agreement will be met, the following actionswill be taken as a minimum:

a. Periodic meetings of supervisory and personnel officeemployees will be conducted before the start of work and then notless often than once every six months, at which time the contractor'sEEO policy and its implementation will be reviewed and explained.The meetings will be conducted by the EEO Officer.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 158 of 183

CSD - Rev. 7/96 Page 2

b. All new supervisory or personnel office employees will begiven a thorough indoctrination by the EEO Officer, covering all majoraspects of the contractor's EEO obligations within thirty daysfollowing their reporting for duty with the contractor.

c. All personnel who are engaged in direct recruitment for theproject will be instructed by the EEO Officer in the contractor'sprocedures for locating and hiring minority group employees.

d. Notices and posters setting forth the contractor's EEOpolicy will be placed in areas readily accessible to employees,applicants for employment and potential employees.

e. The contractor's EEO policy and the procedures toimplement such policy will be brought to the attention of employeesby means of meetings, employee handbooks, or other appropriatemeans.

4. Recruitment: When advertising for employees, the contrac-tor will include in all advertisements for employees the notation: "AnEqual Opportunity Employer." All such advertisements will be placedin publications having a large circulation among minority groups inthe area from which the project work force would normally be derived.

a. The contractor will, unless precluded by a valid bargainingagreement, conduct systematic and direct recruitment through publicand private employee referral sources likely to yield qualified minoritygroup applicants. To meet this requirement, the contractor willidentify sources of potential minority group employees, and establishwith such identified sources procedures whereby minority groupapplicants may be referred to the contractor for employmentconsideration.

b. In the event the contractor has a valid bargainingagreement providing for exclusive hiring hall referrals, he is expectedto observe the provisions of that agreement to the extent that thesystem permits the contractor's compliance with EEO contractprovisions. (The DOL has held that where implementation of suchagreements have the effect of discriminating against minorities orwomen, or obligates the contractor to do the same, such implemen-tation violates Executive Order 11246, as amended.)

c. The contractor will encourage his present employees torefer minority group applicants for employment. Information andprocedures with regard to referring minority group applicants will bediscussed with employees.

5. Personnel Actions: Wages, working conditions, andemployee benefits shall be established and administered, andpersonnel actions of every type, including hiring, upgrading,promotion, transfer, demotion, layoff, and termination, shall be takenwithout regard to race, color, religion, sex, national origin, age ordisability. The following procedures shall be followed:

a. The contractor will conduct periodic inspections of projectsites to insure that working conditions and employee facilities do notindicate discriminatory treatment of project site personnel.

b. The contractor will periodically evaluate the spread ofwages paid within each classification to determine any evidence ofdiscriminatory wage practices.

c. The contractor will periodically review selected personnelactions in depth to determine whether there is evidence of discrimi-nation. Where evidence is found, the contractor will promptlytakecorrective action. If the review indicates that the discriminationmay extend beyond the actions reviewed, such corrective action shallinclude all affected persons.

d. The contractor will promptly investigate all complaints ofalleged discrimination made to the contractor in connection with hisobligations under this contract, will attempt to resolve such com-plaints, and will take appropriate corrective action within a reasonabletime. If the investigation indicates that the discrimination may affectpersons other than the complainant, such corrective action shallinclude such other persons. Upon completion of each investigation,the contractor will inform every complainant of all of his avenues ofappeal.

6. Training and Promotion:

a. The contractor will assist in locating, qualifying, andincreasing the skills of minority group and women employees, andapplicants for employment.

b. Consistent with the contractor's work force requirementsand as permissible under Federal and State regulations, thecontractor shall make full use of training programs, i.e.,apprenticeship, and on-the-job training programs for the geographicalarea of contract performance. Where feasible, 25 percent ofapprentices or trainees in each occupation shall be in their first yearof apprenticeship or training. In the event a special provision fortraining is provided under this contract, this subparagraph will besuperseded as indicated in the special provision.

c. The contractor will advise employees and applicants foremployment of available training programs and entrancerequirements for each.

d. The contractor will periodically review the training andpromotion potential of minority group and women employees and willencourage eligible employees to apply for such training andpromotion.

7. Unions: If the contractor relies in whole or in part uponunions as a source of employees, the contractor will use his/her bestefforts to obtain the cooperation of such unions to increaseopportunities for minority groups and women within the unions, andto effect referrals by such unions of minority and female employees.Actions by the contractor either directly or through a contractor'sassociation acting as agent will include the procedures set forthbelow:

a. The contractor will use best efforts to develop, in coopera-tion with the unions, joint training programs aimed toward qualifyingmore minority group members and women for membership in theunions and increasing the skills of minority group employees andwomen so that they may qualify for higher paying employment.

b. The contractor will use best efforts to incorporate an EEOclause into each union agreement to the end that such union will becontractually bound to refer applicants without regard to their race,color, religion, sex, national origin, age or disability.

c. The contractor is to obtain information as to the referralpractices and policies of the labor union except that to the extentsuch information is within the exclusive possession of the labor unionand such labor union refuses to furnish such information to thecontractor, the contractor shall so certify to the SHA and shall setforth what efforts have been made to obtain such information.

d. In the event the union is unable to provide the contractorwith a reasonable flow of minority and women referrals within thetimelimit set forth in the collective bargaining agreement, the contractorwill, through independent recruitment efforts, fill the employmentvacancies without regard to race, color, religion, sex, national origin,

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 159 of 183

CSD - Rev. 7/96 Page 3

age or disability; making full efforts to obtain qualified and/orqualifiable minority group persons and women. (The DOL has heldthat it shall be no excuse that the union with which the contractor hasa collective bargaining agreement providing for exclusive referralfailed to refer minority employees.) In the event the union referralpractice prevents the contractor from meeting the obligationspursuant to Executive Order 11246, as amended, and these specialprovisions, such contractor shall immediately notify the SHA.

8. Selection of Subcontractors, Procurement of Materialsand Leasing of Equipment: The contractor shall not discriminateon the grounds of race, color, religion, sex, national origin, age ordisability in the selection and retention of subcontractors, includingprocurement of materials and leases of equipment.

a. The contractor shall notify all potential subcontractors andsuppliers of his/her EEO obligations under this contract.

b. Disadvantaged business enterprises (DBE), as defined in49 CFR 23, shall have equal opportunity to compete for and performsubcontracts which the contractor enters into pursuant to thiscontract. The contractor will use his best efforts to solicit bids fromand to utilize DBE subcontractors or subcontractors with meaningfulminority group and female representation among their employees.Contractors shall obtain lists of DBE construction firms from SHApersonnel.

c. The contractor will use his best efforts to ensuresubcontractor compliance with their EEO obligations.

9. Records and Reports: The contractor shall keep suchrecords as necessary to document compliance with the EEOrequirements. Such records shall be retained for a period of threeyears following completion of the contract work and shall be availableat reasonable times and places for inspection by authorizedrepresentatives of the SHA and the FHWA.

a. The records kept by the contractor shall document thefollowing:

(1) The number of minority and non-minority groupmembers and women employed in each work classification on theproject;

(2) The progress and efforts being made in cooperationwith unions, when applicable, to increase employment opportunitiesfor minorities and women;

(3) The progress and efforts being made in locating,hiring, training, qualifying, and upgrading minority and femaleemployees; and

(4) The progress and efforts being made in securing theservices of DBE subcontractors or subcontractors with meaningfulminority and female representation among their employees.

b. The contractors will submit an annual report to the SHAeach July for the duration of the project, indicating the number ofminority, women, and non-minority group employees currentlyengaged in each work classification required by the contract work.This information is to be reported on Form FHWA-1391. If on-the-jobtraining is being required by special provision, the contractor will berequired to collect and report training data.

III. NONSEGREGATED FACILITIES

(Applicable to all Federal-aid construction contracts and to allrelated subcontracts of $10,000 or more.)

a. By submission of this bid, the execution of this contract orsubcontract, or the consummation of this material supply agreementor purchase order, as appropriate, the bidder, Federal-aidconstruction contractor, subcontractor, material supplier, or vendor,as appropriate, certifies that the firm does not maintain or provide forits employees any segregated facilities at any of its establishments,and that the firm does not permit its employees to perform theirservices at any location, under its control, where segregated facilitiesare maintained. The firm agrees that a breach of this certification is aviolation of the EEO provisions of this contract. The firm furthercertifies that no employee will be denied access to adequate facilitieson the basis of sex or disability.

b. As used in this certification, the term "segregated facilities"means any waiting rooms, work areas, restrooms and washrooms,restaurants and other eating areas, timeclocks, locker rooms, andother storage or dressing areas, parking lots, drinking fountains,recreation or entertainment areas, transportation, and housingfacilities provided for employees which are segregated by explicitdirective, or are, in fact, segregated on the basis of race, color,religion, national origin, age or disability, because of habit, localcustom, or otherwise. The only exception will be for the disabledwhen the demands for accessibility override (e.g. disabled parking).

c. The contractor agrees that it has obtained or will obtainidentical certification from proposed subcontractors or materialsuppliers prior to award of subcontracts or consummation of materialsupply agreements of $10,000 or more and that it will retain suchcertifications in its files.

IV. PAYMENT OF PREDETERMINED MINIMUM WAGE

(Applicable to all Federal-aid construction contracts exceeding$2,000 and to all related subcontracts, except for projects located onroadways classified as local roads or rural minor collectors, which areexempt.)

1. General:

a. All mechanics and laborers employed or working upon thesite of the work will be paid unconditionally and not less often thanonce a week and without subsequent deduction or rebate on anyaccount [except such payroll deductions as are permitted byregulations (29 CFR 3) issued by the Secretary of Labor under theCopeland Act (40 U.S.C. 276c)] the full amounts of wages and bonafide fringe benefits (or cash equivalents thereof) due at time ofpayment. The payment shall be computed at wage rates not lessthan those contained in the wage determination of the Secretary ofLabor (hereinafter "the wage determination") which is attached heretoand made a part hereof, regardless of any contractual relationshipwhich may be alleged to exist between the contractor or itssubcontractors and such laborers and mechanics. The wagedetermination (including any additional classifications and wage ratesconformed under paragraph 2 of this Section IV and the DOL poster(WH-1321) or Form FHWA-1495) shall be posted at all times by thecontractor and its subcontractors at the site of the work in aprominent and accessible place where it can be easily seen by theworkers. For the purpose of this Section, contributions made or costsreasonably anticipated for bona fide fringe benefits under Section1(b)(2) of the Davis-Bacon Act (40 U.S.C. 276a) on behalf of laborersor mechanics are considered wages paid to such laborers ormechanics, subject to the provisions of Section IV, paragraph 3b,hereof. Also, for the purpose of this Section, regular contributionsmade or costs incurred for more than a weekly period (but not lessoften than quarterly) under plans, funds, or programs, which coverthe particular weekly period, are deemed to be constructively made orincurred during such weekly period. Such laborers and mechanics

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 160 of 183

CSD - Rev. 7/96 Page 4

shall be paid the appropriate wage rate and fringe benefits on thewage determination for the classification of work actually performed,without regard to skill, except as provided in paragraphs 4 and 5 ofthis Section IV.

b. Laborers or mechanics performing work in more than oneclassification may be compensated at the rate specified for eachclassification for the time actually worked therein, provided, that theemployer's payroll records accurately set forth the time spent in eachclassification in which work is performed.

c. All rulings and interpretations of the Davis-Bacon Act andrelated acts contained in 29 CFR 1, 3, and 5 are herein incorporatedby reference in this contract.

2. Classification:

a. The SHA contracting officer shall require that any class oflaborers or mechanics employed under the contract, which is notlisted in the wage determination, shall be classified in conformancewith the wage determination.

b. The contracting officer shall approve an additionalclassification, wage rate and fringe benefits only when the followingcriteria have been met:

(1) the work to be performed by the additionalclassification requested is not performed by a classification in thewage determination;

(2) the additional classification is utilized in the area bythe construction industry;

(3) the proposed wage rate, including any bona fide fringebenefits, bears a reasonable relationship to the wage rates containedin the wage determination; and

(4) with respect to helpers, when such a classificationprevails in the area in which the work is performed.

c. If the contractor or subcontractors, as appropriate, thelaborers and mechanics (if known) to be employed in the additionalclassification or their representatives, and the contracting officeragree on the classification and wage rate (including the amountdesignated for fringe benefits where appropriate), a report of theaction taken shall be sent by the contracting officer to the DOL,Administrator of the Wage and Hour Division, EmploymentStandards Administration, Washington, D.C. 20210. The Wage andHour Administrator, or an authorized representative, will approve,modify, or disapprove every additional classification action within 30days of receipt and so advise the contracting officer or will notify thecontracting officer within the 30-day period that additional time isnecessary.

d. In the event the contractor or subcontractors, asappropriate, the laborers or mechanics to be employed in theadditional classification or their representatives, and the contractingofficer do not agree on the proposed classification and wage rate(including the amount designated for fringe benefits, whereappropriate), the contracting officer shall refer the questions,including the views of all interested parties and the recommendationof the contracting officer, to the Wage and Hour Administrator fordetermination. Said Administrator, or an authorized representative,will issue a determination within 30 days of receipt and so advise thecontracting officer or will notify the contracting officer within the 30-day period that additional time is necessary

e. The wage rate (including fringe benefits where appropriate)determined pursuant to paragraph 2c or 2d of this Section IV shall bepaid to all workers performing work in the additional classificationfrom the first day on which work is performed in the classification.

3. Payment of Fringe Benefits:

a. Whenever the minimum wage rate prescribed in thecontract for a class of laborers or mechanics includes a fringe benefitwhich is not expressed as an hourly rate, the contractor orsubcontractors, as appropriate, shall either pay the benefit as statedin the wage determination or shall pay another bona fide fringe benefitor an hourly case equivalent thereof.

b. If the contractor or subcontractor, as appropriate, does notmake payments to a trustee or other third person, he/she mayconsider as a part of the wages of any laborer or mechanic theamount of any costs reasonably anticipated in providing bona fidefringe benefits under a plan or program, provided, that the Secretaryof Labor has found, upon the written request of the contractor, thatthe applicable standards of the Davis-Bacon Act have been met. TheSecretary of Labor may require the contractor to set aside in aseparate account assets for the meeting of obligations under the planor program.

4. Apprentices and Trainees (Programs of the U.S. DOL)and Helpers:

a. Apprentices:

(1) Apprentices will be permitted to work at less than thepredetermined rate for the work they performed when they areemployed pursuant to and individually registered in a bona fideapprenticeship program registered with the DOL, Employment andTraining Administration, Bureau of Apprenticeship and Training, orwith a State apprenticeship agency recognized by the Bureau, or if aperson is employed in his/her first 90 days of probationaryemployment as an apprentice in such an apprenticeship program,who is not individually registered in the program, but who has beencertified by the Bureau of Apprenticeship and Training or a Stateapprenticeship agency (where appropriate) to be eligible forprobationary employment as an apprentice.

(2) The allowable ratio of apprentices to journeyman-levelemployees on the job site in any craft classification shall not begreater than the ratio permitted to the contractor as to the entire workforce under the registered program. Any employee listed on a payrollat an apprentice wage rate, who is not registered or otherwiseemployed as stated above, shall be paid not less than the applicablewage rate listed in the wage determination for the classification ofwork actually performed. In addition, any apprentice performing workon the job site in excess of the ratio permitted under the registeredprogram shall be paid not less than the applicable wage rate on thewage determination for the work actually performed. Where acontractor or subcontractor is performing construction on a project ina locality other than that in which its program is registered, the ratiosand wage rates (expressed in percentages of the journeyman-levelhourly rate) specified in the contractor's or subcontractor's registeredprogram shall be observed.

(3) Every apprentice must be paid at not less than therate specified in the registered program for the apprentice's levelofprogress, expressed as a percentage of the journeyman-level hourlyrate specified in the applicable wage determination. Apprentices shallbe paid fringe benefits in accordance with the provisions of theapprenticeship program. If the apprenticeship program does notspecify fringe benefits, apprentices must be paid the full amount offringe benefits listed on the wage determination for the applicable

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 161 of 183

CSD - Rev. 7/96 Page 5

classification. If the Administrator for the Wage and Hour Divisiondetermines that a different practice prevails for the applicableapprentice classification, fringes shall be paid in accordance with thatdetermination.

(4) In the event the Bureau of Apprenticeship andTraining, or a State apprenticeship agency recognized by the Bureau,withdraws approval of an apprenticeship program, the contractor orsubcontractor will no longer be permitted to utilize apprentices at lessthan the applicable predetermined rate for the comparable workperformed by regular employees until an acceptable program isapproved.

b. Trainees:

(1) Except as provided in 29 CFR 5.16, trainees will notbe permitted to work at less than the predetermined rate for the workperformed unless they are employed pursuant to and individuallyregistered in a program which has received prior approval, evidencedby formal certification by the DOL, Employment and TrainingAdministration.

(2) The ratio of trainees to journeyman-level employeeson the job site shall not be greater than permitted under the planapproved by the Employment and Training Administration. Anyemployee listed on the payroll at a trainee rate who is not registeredand participating in a training plan approved by the Employment andTraining Administration shall be paid not less than the applicablewage rate on the wage determination for the classification of workactually performed. In addition, any trainee performing work on thejob site in excess of the ratio permitted under the registered programshall be paid not less than the applicable wage rate on the wagedetermination for the work actually performed.

(3) Every trainee must be paid at not less than the ratespecified in the approved program for his/her level of progress,expressed as a percentage of the journeyman-level hourly ratespecified in the applicable wage determination. Trainees shall bepaid fringe benefits in accordance with the provisions of the traineeprogram. If the trainee program does not mention fringe benefits,trainees shall be paid the full amount of fringe benefits listed on thewage determination unless the Administrator of the Wage and HourDivision determines that there is an apprenticeship programassociated with the corresponding journeyman-level wage rate on thewage determination which provides for less than full fringe benefits forapprentices, in which case such trainees shall receive the samefringe benefits as apprentices.

(4) In the event the Employment and TrainingAdministration withdraws approval of a training program, thecontractor or subcontractor will no longer be permitted to utilizetrainees at less than the applicable predetermined rate for the workperformed until an acceptable program is approved.

c. Helpers:

Helpers will be permitted to work on a project if the helperclassification is specified and defined on the applicable wagedetermination or is approved pursuant to the conformance procedureset forth in Section IV.2. Any worker listed on a payroll at a helperwage rate, who is not a helper under a approved definition, shall bepaid not less than the applicable wage rate on the wagedeterminationfor the classification of work actually performed.

5. Apprentices and Trainees (Programs of the U.S. DOT):

Apprentices and trainees working under apprenticeship andskill training programs which have been certified by the Secretary of

Transportation as promoting EEO in connection with Federal-aidhighway construction programs are not subject to the requirements ofparagraph 4 of this Section IV. The straight time hourly wage ratesfor apprentices and trainees under such programs will be establishedby the particular programs. The ratio of apprentices and trainees tojourneymen shall not be greater than permitted by the terms of theparticular program.

6. Withholding:

The SHA shall upon its own action or upon written request ofan authorized representative of the DOL withhold, or cause to bewithheld, from the contractor or subcontractor under this contract orany other Federal contract with the same prime contractor, or anyother Federally-assisted contract subject to Davis-Bacon prevailingwage requirements which is held by the same prime contractor, asmuch of the accrued payments or advances as may be considerednecessary to pay laborers and mechanics, including apprentices,trainees, and helpers, employed by the contractor or anysubcontractor the full amount of wages required by the contract. Inthe event of failure to pay any laborer or mechanic, including anyapprentice, trainee, or helper, employed or working on the site of thework, all or part of the wages required by the contract, the SHAcontracting officer may, after written notice to the contractor, takesuch action as may be necessary to cause the suspension of anyfurther payment, advance, or guarantee of funds until such violationshave ceased.

7. Overtime Requirements:

No contractor or subcontractor contracting for any part of thecontract work which may require or involve the employment oflaborers, mechanics, watchmen, or guards (including apprentices,trainees, and helpers described in paragraphs 4 and 5 above) shallrequire or permit any laborer, mechanic, watchman, or guard in anyworkweek in which he/she is employed on such work, to work inexcess of 40 hours in such workweek unless such laborer, mechanic,watchman, or guard receives compensation at a rate not less thanone-and-one-half times his/her basic rate of pay for all hours workedin excess of 40 hours in such workweek.

8. Violation:

Liability for Unpaid Wages; Liquidated Damages: In the eventof any violation of the clause set forth in paragraph 7 above, thecontractor and any subcontractor responsible thereof shall be liable tothe affected employee for his/her unpaid wages. In addition, suchcontractor and subcontractor shall be liable to the United States (inthe case of work done under contract for the District of Columbia or aterritory, to such District or to such territory) for liquidated damages.Such liquidated damages shall be computed with respect to eachindividual laborer, mechanic, watchman, or guard employed inviolation of the clause set forth in paragraph 7, in the sum of $10 foreach calendar day on which such employee was required orpermitted to work in excess of the standard work week of 40 hourswithout payment of the overtime wages required by the clause setforth in paragraph 7.

9. Withholding for Unpaid Wages and Liquidated Damages:

The SHA shall upon its own action or upon written request ofany authorized representative of the DOL withhold, or cause to bewithheld, from any monies payable on account of work performed bythe contractor or subcontractor under any such contract or any otherFederal contract with the same prime contractor, or any otherFederally-assisted contract subject to the Contract Work Hours andSafety Standards Act, which is held by the same prime contractor,such sums as may be determined to be necessary to satisfy any

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 162 of 183

CSD - Rev. 7/96 Page 6

liabilities of such contractor or subcontractor for unpaid wages andliquidated damages as provided in the clause set forth in paragraph 8above.

V. STATEMENTS AND PAYROLLS

(Applicable to all Federal-aid construction contracts exceeding$2,000 and to all related subcontracts, except for projects located onroadways classified as local roads or rural collectors, which areexempt.)

1. Compliance with Copeland Regulations (29 CFR 3):

The contractor shall comply with the Copeland Regulations of theSecretary of Labor which are herein incorporated by reference.

2. Payrolls and Payroll Records:

a. Payrolls and basic records relating thereto shall bemaintained by the contractor and each subcontractor during thecourse of the work and preserved for a period of 3 years from the dateof completion of the contract for all laborers, mechanics, apprentices,trainees, watchmen, helpers, and guards working at the site of thework.

b. The payroll records shall contain the name, social securitynumber, and address of each such employee; his or her correctclassification; hourly rates of wages paid (including rates ofcontributions or costs anticipated for bona fide fringe benefits or cashequivalent thereof the types described in Section 1(b)(2)(B) of theDavis Bacon Act); daily and weekly number of hours worked;deductions made; and actual wages paid. In addition, for Appala-chian contracts, the payroll records shall contain a notation indicatingwhether the employee does, or does not, normally reside in the laborarea as defined in Attachment A, paragraph 1. Whenever theSecretary of Labor, pursuant to Section IV, paragraph 3b, has foundthat the wages of any laborer or mechanic include the amount of anycosts reasonably anticipated in providing benefits under a plan orprogram described in Section 1(b)(2)(B) of the Davis Bacon Act, thecontractor and each subcontractor shall maintain records which showthat the commitment to provide such benefits is enforceable, that theplan or program is financially responsible, that the plan or programhas been communicated in writing to the laborers or mechanicsaffected, and show the cost anticipated or the actual cost incurred inproviding benefits. Contractors or subcontractors employingapprentices or trainees under approved programs shall maintainwritten evidence of the registration of apprentices and trainees, andratios and wage rates prescribed in the applicable programs.

c. Each contractor and subcontractor shall furnish, each weekin which any contract work is performed, to the SHA residentengineer a payroll of wages paid each of its employees (includingapprentices, trainees, and helpers, described in Section IV,paragraphs 4 and 5, and watchmen and guards engaged on workduring the preceding weekly payroll period). The payroll submittedrequired to be maintained under paragraph 2b of this Section V. Thisinformation may be submitted in any form desired. Optional FormWH-347 is available for this purpose and may be purchased from theSuperintendent of Documents (Federal stock number 029-005-0014-1), U.S. Government Printing Office, Washington, D.C. 20402. Theprime contractor is responsible for the submission of copies ofpayrolls by all subcontractors.

d. Each payroll submitted shall be accompanied by a"Statement of Compliance," signed by the contractor or subcontractoror his/her agent who pays or supervises the payment of the personsemployed under the contract and shall certify the following:

(1) that the payroll for the payroll period contains theinformation required to be maintained under paragraph 2b of thisSection V and that such information is correct and complete;

(2) that such laborer or mechanic (including each helper,apprentice, and trainee) employed on the contract during the payrollperiod has been paid the full weekly wages earned, without rebate,either directly or indirectly, and that no deductions have been madeeither directly or indirectly from the full wages earned, other thanpermissible deductions as set forth in the Regulations, 29 CFR 3;

(3) that each laborer or mechanic has been paid not lessthat the applicable wage rate and fringe benefits or cash equivalentfor the classification of worked performed, as specified in theapplicable wage determination incorporated into the contract.

e. The weekly submission of a properly executed certificationset forth on the reverse side of Optional Form WH-347 shall satisfythe requirement for submission of the "Statement of Compliance"required by paragraph 2d of this Section V.

f. The falsification of any of the above certifications maysubject the contractor to civil or criminal prosecution under 18 U.S.C.1001 and 31 U.S.C. 231.

g. The contractor or subcontractor shall make the recordsrequired under paragraph 2b of this Section V available forinspection, copying, or transcription by authorized representatives ofthe SHA, the FHWA, or the DOL, and shall permit suchrepresentatives to interview employees during working hours on thejob. If the contractor or subcontractor fails to submit the requiredrecords or to make them available, the SHA, the FHWA, the DOL, orall may, after written notice to the contractor, sponsor, applicant, orowner, take such actions as may be necessary to cause thesuspension of any further payment, advance, or guarantee of funds.Furthermore, failure to submit the required records upon request or tomake such records available may be grounds for debarment actionpursuant to 29 CFR 5.12.

VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR

1. On all Federal-aid contracts on the National Highway System,except those which provide solely for the installation of protectivedevices at railroad grade crossings, those which are constructed on aforce account or direct labor basis, highway beautification contracts,and contracts for which the total final construction cost for roadwayand bridge is less than $1,000,000 (23 CFR 635) the contractor shall:

a. Become familiar with the list of specific materials andsupplies contained in Form FHWA-47, "Statement of Materials andLabor Used by Contractor of Highway Construction Involving FederalFunds," prior to the commencement of work under this contract.

b. Maintain a record of the total cost of all materials andsupplies purchased for and incorporated in the work, and also of thequantities of those specific materials and supplies listed on FormFHWA-47, and in the units shown on Form FHWA-47.

c. Furnish, upon the completion of the contract, to the SHAresident engineer on Form FHWA-47 together with the data requiredin paragraph 1b relative to materials and supplies, a final laborsummary of all contract work indicating the total hours worked andthe total amount earned.

2. At the prime contractor's option, either a single report coveringall contract work or separate reports for the contractor and for eachsubcontract shall be submitted.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 163 of 183

CSD - Rev. 7/96 Page 7

VII. SUBLETTING OR ASSIGNING THE CONTRACT

1. The contractor shall perform with its own organization contractwork amounting to not less than 30 percent (or a greater percentageif specified elsewhere in the contract) of the total original contractprice, excluding any specialty items designated by the State.Specialty items may be performed by subcontract and the amount ofany such specialty items performed may be deducted from the totaloriginal contract price before computing the amount of work requiredto be performed by the contractor's own organization (23 CFR 635).

a. "Its own organization" shall be construed to include onlyworkers employed and paid directly by the prime contractor andequipment owned or rented by the prime contractor, with or withoutoperators. Such term does not include employees or equipment of asubcontractor, assignee, or agent of the prime contractor.

b. "Specialty Items" shall be construed to be limited to workthat requires highly specialized knowledge, abilities, or equipment notordinarily available in the type of contracting organizations qualifiedand expected to bid on the contract as a whole and in general are tobe limited to minor components of the overall contract.

2. The contract amount upon which the requirements set forth inparagraph 1 of Section VII is computed includes the cost of materialand manufactured products which are to be purchased or producedby the contractor under the contract provisions.

3. The contractor shall furnish (a) a competent superintendent orsupervisor who is employed by the firm, has full authority to directperformance of the work in accordance with the contractrequirements, and is in charge of all construction operations(regardless of who performs the work) and (b) such other of its ownorganizational resources (supervision, management, and engineeringservices) as the SHA contracting officer determines is necessary toassure the performance of the contract.

4. No portion of the contract shall be sublet, assigned orotherwise disposed of except with the written consent of the SHAcontracting officer, or authorized representative, and such consentwhen given shall not be construed to relieve the contractor of anyresponsibility for the fulfillment of the contract. Written consent willbe given only after the SHA has assured that each subcontract isevidenced in writing and that it contains all pertinent provisions andrequirements of the prime contract.

VIII. SAFETY: ACCIDENT PREVENTION

1. In the performance of this contract the contractor shall complywith all applicable Federal, State, and local laws governing safety,health, and sanitation (23 CFR 635). The contractor shall provideallsafeguards, safety devices and protective equipment and take anyother needed actions as it determines, or as the SHA contractingofficer may determine, to be reasonably necessary to protect the lifeand health of employees on the job and the safety of the public and toprotect property in connection with the performance of the workcovered by the contract.

2. It is a condition of this contract, and shall be made a conditionof each subcontract, which the contractor enters into pursuant to thiscontract, that the contractor and any subcontractor shall not permitany employee, in performance of the contract, to work insurroundings or under conditions which are unsanitary, hazardous ordangerous to his/her health or safety, as determined underconstruction safety and health standards (29 CFR 1926) promulgatedby the Secretary of Labor, in accordance with Section 107 of theContract Work Hours and Safety Standards Act (40 U.S.C. 333).

3. Pursuant to 29 CFR 1926.3, it is a condition of this contractthat the Secretary of Labor or authorized representative thereof, shallhave right of entry to any site of contract performance to inspect orinvestigate the matter of compliance with the construction safety andhealth standards and to carry out the duties of the Secretary underSection 107 of the Contract Work Hours and Safety Standards Act(40 U.S.C. 333).

IX. FALSE STATEMENTS CONCERNING HIGHWAYPROJECTS

In order to assure high quality and durable construction inconformity with approved plans and specifications and a high degreeof reliability on statements and representations made by engineers,contractors, suppliers, and workers on Federal-aid highway projects,it is essential that all persons concerned with the project perform theirfunctions as carefully, thoroughly, and honestly as possible. Willfulfalsification, distortion, or misrepresentation with respect to any factsrelated to the project is a violation of Federal law. To prevent anymisunderstanding regarding the seriousness of these and similaracts, the following notice shall be posted on each Federal-aidhighway project (23 CFR 635) in one or more places where it isreadily available to all persons concerned with the project:

NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL-AIDHIGHWAY PROJECTS

18 U.S.C. 1020 reads as follows:

"Whoever, being an officer, agent, or employee of the UnitedStates, or of any State or Territory, or whoever, whether a person,association, firm, or corporation, knowingly makes any falsestatement, false representation, or false report as to the character,quality, quantity, or cost of the material used or to be used, or thequantity or quality of the work performed or to be performed, or thecost thereof in connection with the submission of plans, maps,specifications, contracts, or costs of construction on any highway orrelated project submitted for approval to the Secretary ofTransportation; or

Whoever knowingly makes any false statement, false represen-tation, false report or false claim with respect to the character,quality, quantity, or cost of any work performed or to be performed,or materials furnished or to be furnished, in connection with theconstruction of any highway or related project approved by theSecretary of Transportation; or

Whoever knowingly makes any false statement or false represen-tation as to material fact in any statement, certificate, or reportsubmitted pursuant to provisions of the Federal-aid Roads Actapproved July 1, 1916, (39 Stat. 355), as amendedandsupplemented;

Shall be fined not more that $10,000 or imprisoned not more than5 years or both."

X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT

(Applicable to all Federal-aid construction contracts and to all relatedsubcontracts of $100,000 or more.)

By submission of this bid or the execution of this contract, orsubcontract, as appropriate, the bidder, Federal-aid constructioncontractor, or subcontractor, as appropriate, will be deemed to havestipulated as follows:

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 164 of 183

CSD - Rev. 7/96 Page 8

1. That any facility that is or will be utilized in the performance ofthis contract, unless such contract is exempt under the Clean Air Act,as amended (42 U.S.C. 1857 et seq., as amended by Pub.L. 91-604), and under the Federal Water Pollution Control Act, asamended (33 U.S.C. 1251 et seq., as amended by Pub.L. 92-500),Executive Order 11738, and regulations in implementation thereof(40 CFR 15) is not listed, on the date of contract award, on the U.S.Environmental Protection Agency (EPA) List of Violating Facilitiespursuant to 40 CFR 15.20.

2. That the firm agrees to comply and remain in compliance withall the requirements of Section 114 of the Clean Air Act and Section308 of the Federal Water Pollution Control Act and all regulations andguidelines listed thereunder.

3. That the firm shall promptly notify the SHA of the receipt ofany communication from the Director, Office of Federal Activities,EPA, indicating that a facility that is or will be utilized for the contractis under consideration to be listed on the EPA List of ViolatingFacilities.

4. That the firm agrees to include or cause to be included therequirements of paragraph 1 through 4 of this Section X in everynonexempt subcontract, and further agrees to take such action as thegovernment may direct as a means of enforcing such requirements.

XI. CERTIFICATION REGARDING DEBARMENT,SUSPENSION, INELIGIBILITY AND VOLUNTARYEXCLUSION

1. Instructions for Certification - Primary Covered Transac-tions:

(Applicable to all Federal-aid contracts - 49 CFR 29)

a. By signing and submitting this proposal, the prospectiveprimary participant is providing the certification set out below.

b. The inability of a person to provide the certification set outbelow will not necessarily result in denial of participation in thiscovered transaction. The prospective participant shall submit anexplanation of why it cannot provide the certification set out below.The certification or explanation will be considered in connection withthe department or agency's determination whether to enter into thistransaction. However, failure of the prospective primary participant tofurnish a certification or an explanation shall disqualify such a personfrom participation in this transaction.

c. The certification in this clause is a material representation offact upon which reliance was placed when the department or agencydetermined to enter into this transaction. If it is later determined thatthe prospective primary participant knowinglyrendered an erroneouscertification, in addition to other remedies available to the FederalGovernment, the department or agency may terminate thistransaction for cause of default.

d. The prospective primary participant shall provide immedi-ate written notice to the department or agency to whom this proposalis submitted if any time the prospective primary participant learnsthat its certification was erroneous when submitted or has becomeerroneous by reason of changed circumstances.

e. The terms "covered transaction," "debarred," "suspended,""ineligible," "lower tier covered transaction," "participant," "person,""primary covered transaction," "principal," "proposal," and "voluntarilyexcluded," as used in this clause, have the meanings set out in theDefinitions and Coverage sections of rules implementing ExecutiveOrder 12549. You may contact the department or agency to which

this proposal is submitted for assistance in obtaining a copy of thoseregulations.

f. The prospective primary participant agrees by submittingthis proposal that, should the proposed covered transaction beentered into, it shall not knowingly enter into any lower tier coveredtransaction with a person who is debarred, suspended, declaredineligible, or voluntarily excluded from participation in this coveredtransaction, unless authorized by the department or agency enteringinto this transaction.

g. The prospective primary participant further agrees bysubmitting this proposal that it will include the clause titled"Certification Regarding Debarment, Suspension, Ineligibility andVoluntary Exclusion-Lower Tier Covered Transaction," provided bythe department or agency entering into this covered transaction,without modification, in all lower tier covered transactions and in allsolicitations for lower tier covered transactions.

h. A participant in a covered transaction may rely upon acertification of a prospective participant in a lower tier coveredtransaction that is not debarred, suspended, ineligible, or voluntarilyexcluded from the covered transaction, unless it knows that thecertification is erroneous. A participant may decide the method andfrequency by which it determines the eligibility of its principals. Eachparticipant may, but is not required to, check the nonprocurementportion of the "Lists of Parties Excluded From Federal Procurementor Nonprocurement Programs" (Nonprocurement List) which iscompiled by the General Services Administration.

i. Nothing contained in the foregoing shall be construed torequire establishment of a system of records in order to render ingood faith the certification required by this clause. The knowledgeand information of participant is not required to exceed that which isnormally possessed by a prudent person in the ordinary course ofbusiness dealings.

j. Except for transactions authorized under paragraph f ofthese instructions, if a participant in a covered transaction knowinglyenters into a lower tier covered transaction with a person who issuspended, debarred, ineligible, or voluntarily excluded fromparticipation in this transaction, in addition to other remedies availableto the Federal Government, the department or agency may terminatethis transaction for cause or default.

* * * * *

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 165 of 183

CSD - Rev. 7/96 Page 9

Certification Regarding Debarment, Suspension, Ineligibility andVoluntary Exclusion--Primary Covered Transactions

1. The prospective primary participant certifies to the best of itsknowledge and belief, that it and its principals:

a. Are not presently debarred, suspended, proposed fordebarment, declared ineligible, or voluntarily excluded from coveredtransactions by any Federal department or agency;

b. Have not within a 3-year period preceding this proposalbeen convicted of or had a civil judgement rendered against them forcommission of fraud or a criminal offense in connection withobtaining, attempting to obtain, or performing a public (Federal, Stateor local) transaction or contract under a public transaction; violation ofFederal or State antitrust statutes or commission of embezzlement,theft, forgery, bribery, falsification or destruction of records, makingfalse statements, or receiving stolen property;

c. Are not presently indicted for or otherwise criminally orcivilly charged by a governmental entity (Federal, State or local) withcommission of any of the offenses enumerated in paragraph 1b of thiscertification; and

d. Have not within a 3-year period preceding thisapplication/proposal had one or more public transactions (Federal,State or local) terminated for cause or default.

2. Where the prospective primary participant is unable to certifyto any of the statements in this certification, such prospectiveparticipant shall attach an explanation to this proposal.

* * * * *

2. Instructions for Certification - Lower Tier CoveredTransactions:

(Applicable to all subcontracts, purchase orders and other lowertier transactions of $25,000 or more - 49 CFR 29)

a. By signing and submitting this proposal, the prospectivelower tier is providing the certification set out below.

b. The certification in this clause is a material representationof fact upon which reliance was placed when this transaction wasentered into. If it is later determined that the prospective lower tierparticipant knowingly rendered an erroneous certification, in additionto other remedies available to the Federal Government, thedepartment, or agency with which this transaction originated maypursue available remedies, including suspension and/or debarment.

c. The prospective lower tier participant shall provideimmediate written notice to the person to which this proposal issubmitted if at any time the prospective lower tier participant learnsthat its certification was erroneous by reason of changedcircumstances.

d. The terms "covered transaction," "debarred," "suspended,""ineligible," "primary covered transaction," "participant," "person,""principal," "proposal," and "voluntarily excluded," as used in thisclause, have the meanings set out in the Definitions and Coveragesections of rules implementing Executive Order 12549. You maycontact the person to which this proposal is submitted for assistancein obtaining a copy of those regulations.

e. The prospective lower tier participant agrees by submittingthis proposal that, should the proposed covered transaction beentered into, it shall not knowingly enter into any lower tier coveredtransaction with a person who is debarred, suspended, declaredineligible, or voluntarily excluded from participation in this coveredtransaction, unless authorized by the department or agency withwhich this transaction originated.

f. The prospective lower tier participant further agrees bysubmitting this proposal that it will include this clause titled"Certification Regarding Debarment, Suspension, Ineligibility andVoluntary Exclusion-Lower Tier Covered Transaction," withoutmodification, in all lower tier covered transactions and in allsolicitations for lower tier covered transactions.

g. A participant in a covered transaction may rely upon acertification of a prospective participant in a lower tier coveredtransaction that is not debarred, suspended, ineligible, or voluntarilyexcluded from the covered transaction, unless it knows that thecertification is erroneous. A participant may decide the method andfrequency by which it determines the eligibility of its principals. Eachparticipant may, but is not required to, check the NonprocurementList.

h. Nothing contained in the foregoing shall be construed torequire establishment of a system of records in order to render ingood faith the certification required by this clause. The knowledgeand information of participant is not required to exceed that which isnormally possessed by a prudent person in the ordinary course ofbusiness dealings.

i. Except for transactions authorized under paragraph e ofthese instructions, if a participant in a covered transaction knowinglyenters into a lower tier covered transaction with a person who issuspended, debarred, ineligible, or voluntarily excluded fromparticipation in this transaction, in addition to other remedies availableto the Federal Government, the department or agency with which thistransaction originated may pursue available remedies, includingsuspension and/or debarment.

* * * * *

Certification Regarding Debarment, Suspension, Ineligibility andVoluntary Exclusion--Lower Tier Covered Transactions:

1. The prospective lower tier participant certifies, by submissionof this proposal, that neither it nor its principals is presently debarred,suspended, proposed for debarment, declared ineligible, or voluntarilyexcluded from participation in this transaction by any Federaldepartment or agency.

2. Where the prospective lower tier participant is unable to certifyto any of the statements in this certification, such prospectiveparticipant shall attach an explanation to this proposal.

* * * * *

XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING

(Applicable to all Federal-aid construction contracts and to allrelated subcontracts which exceed $100,000 - 49 CFR 20)

1. The prospective participant certifies, by signing and submittingthis bid or proposal, to the best of his or her knowledge and belief,that:

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 166 of 183

CSD - Rev. 7/96 Page 10

a. No Federal appropriated funds have been paid or will bepaid, by or on behalf of the undersigned, to any person for influencingor attempting to influence an officer or employee of any Federalagency, a Member of Congress, an officer or employee of Congress,or an employee of a Member of Congress in connection with theawarding of any Federal contract, the making of any Federal grant,the making of any Federal loan, the entering into of any cooperativeagreement, and the extension, continuation, renewal, amendment, ormodification of any Federal contract, grant, loan, or cooperativeagreement.

b. If any funds other than Federal appropriated funds havebeen paid or will be paid to any person for influencing or attemptingto influence an officer or employee of any Federal agency, a Memberof Congress, an officer or employee of Congress, or an employee of aMember of Congress in connection with this Federal contract, grant,loan, or cooperative agreement, the undersigned shall complete and

submit Standard Form-LLL, "Disclosure Form to Report Lobbying," inaccordance with its instructions.

2. This certification is a material representation of fact uponwhich reliance was placed when this transaction was made orentered into. Submission of this certification is a prerequisite formaking or entering into this transaction imposed by 31 U.S.C. 1352.Any person who fails to file the required certification shall be subjectto a civil penalty of not less than $10,000 and not more than$100,000 for each such failure.

3. The prospective participant also agrees by submitting his orher bid or proposal that he or she shall require that the language ofthis certification be included in all lower tier subcontracts, whichexceed $100,000 and that all such recipients shall certify anddisclose accordingly.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 167 of 183

KENTUCKY TRANSPORTATION CABINETDEPARTMENT OF HIGHWAYS

EMPLOYMENT REQUIREMENTSRELATING TO

NONDISCRIMINATION OF EMPLOYEES(APPLICABLE TO FEDERAL-AID SYSTEM CONTRACTS)

AN ACT OF THE KENTUCKY GENERAL ASSEMBLYTO PREVENT DISCRIMINATION IN EMPLOYMENT

KRS CHAPTER 344EFFECTIVE JUNE 16, 1972

The contract on this project, in accordancewith KRS Chapter 344, provides that during theperformance of this contract, the contractor agreesas follows:

1. The contractor shall not fail or refuse tohire, or shall not discharge any individual, orotherwise discriminate against an individual withrespect to his compensation, terms, conditions, orprivileges of employment, because of suchindividual's race, color, religion, national origin,sex, disability or age (between forty and seventy);or limit, segregate, or classify his employees in anyway which would deprive or tend to deprive anindividual of employment opportunities orotherwise adversely affect his status as anemployee, because of such individual's race, color,religion, national origin, sex, disability or age(between forty and seventy). The contractor agreesto post in conspicuous places, available toemployees and applicants for employment, noticesto be provided setting forth the provisions of thisnondiscrimination clause.

2. The contractor shall not print or publishor cause to be printed or published a notice oradvertisement relating to employment by such anemployer or membership in or any classification orreferral for employment by the employment agency,indicating any preference, limitation, specification,or discrimination, based on race, color, religion,national origin, sex, disability or age (between fortyand seventy), except that such notice oradvertisement may indicate a preference, limitation,or specification based on religion, or national originwhen religion, or national origin is a bona fideoccupational qualification for employment.

3. If the contractor is in control ofapprenticeship or other training or retraining,including on-the-job training programs, he shall notdiscriminate against an individual because of hisrace, color, religion, national origin, sex, disabilityor age (between forty and seventy), in admission to,or employment in any program established to

provide apprenticeship or other training.4. The contractor will send to each labor

union or representative of workers with which hehas a collective bargaining agreement or othercontract or understanding, a notice to be providedadvising the said labor union or workers'representative of the contractor's commitmentsunder this section, and shall post copies of thenotice in conspicuous places available to employeesand applicants for employment. The contractor willtake such action with respect to any subcontract orpurchase order as the administrating agency maydirect as a means of enforcing such provisions,including sanctions for non-compliance.

REVISED: 12-3-92

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 168 of 183

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.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 169 of 183

General Decision Number: KY100028 08/20/2010 KY28

Superseded General Decision Number: KY20080028

State: Kentucky

Construction Type: Heavy

Counties: Boone, Campbell, Kenton and Pendleton Counties in Kentucky.

HEAVY CONSTRUCTION PROJECTS

Modification Number Publication Date0 03/12/20101 03/19/20102 07/02/20103 07/09/20104 08/06/20105 08/20/2010

BRKY0002-005 06/01/2009

Rates Fringes

BRICKLAYER.......................$ 26.12 9.73----------------------------------------------------------------BROH0001-005 06/01/2008

Rates Fringes

CEMENT MASON/CONCRETE FINISHER...$ 25.75 8.60----------------------------------------------------------------CARP0698-001 05/01/2009

BOONE, CAMPBELL, KENTON & PENDLETON COUNTIES:

Rates Fringes

Carpenter & Piledrivermen........$ 27.05 9.69Diver............................$ 40.58 9.69----------------------------------------------------------------CARP1066-003 09/01/2009

Rates Fringes

MILLWRIGHT.......................$ 27.55 15.39----------------------------------------------------------------ELEC0212-007 11/30/2009

Rates Fringes

ELECTRICIAN......................$ 26.11 13.72----------------------------------------------------------------ELEC0212-013 01/01/2006

Rates Fringes

Sound & Communication

Page 1 of 7

8/23/2010http://www.wdol.gov/wdol/scafiles/davisbacon/KY28.dvb

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 170 of 183

Technician.......................$ 20.45 6.95----------------------------------------------------------------ENGI0018-013 05/01/2009

Rates Fringes

OPERATOR: Power Equipment GROUP 1.....................$ 29.49 11.16GROUP 2.....................$ 29.37 11.16GROUP 3.....................$ 28.33 11.16GROUP 4.....................$ 27.15 11.16GROUP 5.....................$ 21.69 11.16GROUP 6.....................$ 29.74 11.16GROUP 7.....................$ 29.99 11.16

OPERATING ENGINEER CLASSIFICATIONS

GROUP 1 - Air Compressor on Steel Erection; Barrier MovingMachine; Boiler Operator on Compressor or Generator whenmounted on a Rig; Cableway; Combination Concrete Mixer &Tower; Concrete Plant (over 4 yd. Capacity); Concrete Pump;Crane (All Types, Including Boom Truck, Cherry Picker);Crane-Compact, Track or Rubber over 4,000 lbs. capacity;Cranes-Self Erecting, Stationary, Track or Truck (AllConfigurations); Derrick; Dragline; Dredge (Dipper, Clam orSuction); Elevating Grader or Euclid Loader; FloatingEquipment (All Types); Gradall; Helicopter Crew(Operator-Hoist or Winch); Hoe (all types); Hoisting Engineon Shaft or Tunnel Work; Horizontal Directional Drill (over500,000 ft. lbs. thrust); Hydraulic Gantry (LiftingSystem); Industrial-Type Tractor; Jet Engine Dryer (D8 orD9) Diesel Tractor; Locomotive (Standard Gauge);Maintenance Operator Class A; Mixer, Paving (Single orDouble Drum); Mucking Machine; Multiple Scraper;Piledriving Machine (All Types); Power Shovel; PrenticeLoader; Quad 9 (Double Pusher); Rail Tamper (with autolifting & aligning device); Refrigerating Machine (FreezerOperation); Rotary Drill, on Caisson work; Rough TerrainFork Lift with Winch/Hoist; Side-Boom; Slip-Form Paver;Tower Derrick; Tree Shredder; Trench Machine (Over 24"wide); Truck Mounted Concrete Pump; Tug Boat; TunnelMachine and/or Mining Machine; & Wheel Excavator

GROUP 2 - Asphalt Paver; Automatic Subgrader Machine,Self-Propelled (CMI Type); Bobcat Type and/or Skid SteerLoader with Hoe Attachment Greater than 7,000 lbs.; Boring Machine More than 48"; Bulldozer; Endloader; Hydro MillingMachine; Kolman-type Loader (production type-Dirt); LeadGreaseman; Lighting & Traffic Signal Installation Equipment(includes all groups or classifications); Material TransferEquipment (Shuttle Buggy) Asphalt; Pettibone-RailEquipment; Power Grader; Power Scraper; Push Cat; Rotomill(all), Grinders & Planers of All types; Trench Machine (24"wide & under); & Vermeer type Concrete Saw

GROUP 3 - A-Frame; Air Compressor on Tunnel Work (lowpressure); Asphalt Plant Engineer; Bobcat-type and/or SkidSteer Loader with or without Attachments; Highway Drills(all types); Locomotive (narrow gauge); MaterialHoist/Elevator; Mixer, Concrete (more than one bag

Page 2 of 7

8/23/2010http://www.wdol.gov/wdol/scafiles/davisbacon/KY28.dvb

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 171 of 183

capacity); Mixer, one bag capacity (Side Loader); PowerBoiler (Over 15 lbs. Pressure) Pump Operator installing &operating Well Points; Pump (4" & over discharge); Roller,Asphalt; Rotovator (lime soil stabilizer); Switch & TieTampers (without lifting & aligning device); UtilityOperator (Small equipment); & Welding Machines

GROUP 4 - Backfiller; Ballast Re-locator; Bars, Joint & MeshInstalling Machine; Batch Plant; Boring Machine Operator(48" or less); Bull Floats; Burlap & Curing Machine;Concrete Plant (capacity 4 yd. & under); Concrete Saw(Multiple); Conveyor (Highway); Crusher; Deckhand;Farm-type Tractor with attachments (highway) exceptMasonry); Finishing Machine; Fireperson, Floating Equipment(all types); Fork Lift (highway); Form Trencher; HydroHammer; Hydro Seeder; Pavement Breaker; Plant Mixer; PostDriver; Post Hole Digger (Power Auger); Power Brush Burner;Power Form Handling Equipment; Road Widening Trencher;Roller (Brick, Grade & Macadam); Self-Propelled PowerSpreader; Self-Propelled Power Subgrader; Steam Fireperson;Tractor (Pulling Sheepfoot, Roller or Grader); & VibratoryCompactor with Integral Power

GROUP 5 - Compressor (Portable, Sewer, Heavy & Highway); DrumFireperson (Asphalt); Generator; Masonry Fork Lift;Inboard-Outboard Motor Boat Launch; Masonry Fork Lift; OilHeater (asphalt plant); Oiler; Power Driven Heater; PowerSweeper & Scrubber; Pump (under 4" discharge);Signalperson; Tire Repairperson; & VAC/ALLS

GROUP 6 - Master Mechanic & Boom from 150 to 180

GROUP 7 - Boom from 180 and over----------------------------------------------------------------IRON0044-008 06/01/2009

Rates Fringes

Ironworkers: Fence Erector...............$ 23.55 16.72Structural..................$ 26.17 16.72

----------------------------------------------------------------IRON0372-004 06/01/2009

Rates Fringes

IRONWORKER, REINFORCING Beyond 30-mile radius of Hamilton County, Ohio Courthouse..................$ 26.45 16.70Up to & including 30-mile radius of Hamilton County, Ohio Courthouse.............$ 26.20 16.70

----------------------------------------------------------------LABO0189-004 07/01/2010

PENDLETON COUNTY:

Rates Fringes

Page 3 of 7

8/23/2010http://www.wdol.gov/wdol/scafiles/davisbacon/KY28.dvb

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 172 of 183

LABORER GROUP 1.....................$ 20.61 10.00GROUP 2.....................$ 20.86 10.00GROUP 3.....................$ 20.91 10.00GROUP 4.....................$ 21.51 10.00

LABORERS CLASSIFICATIONS

GROUP 1 - Aging & Curing of Concrete; Asbestos AbatementWorker; Asphalt Plant; Asphalt; Batch Truck Dump; CarpenterTender; Cement Mason Tender; Cleaning of Machines;Concrete; Demolition; Dredging; Environmental - Nuclear,Radiation, Toxic & Hazardous Waste - Level D; Flagperson;Grade Checker; Hand Digging & Hand Back Filling; HighwayMarker Placer; Landscaping, Mesh Handler & Placer; Puddler;Railroad; Rip-rap & Grouter; Right-of-Way; Sign, Guard Rail& Fence Installer; Signal Person; Sound Barrier Installer;Storm & Sanitary Sewer; Swamper; Truck Spotter & Dumper;Wrecking of Concrete Forms; General Cleanup

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

GROUP 3 - Asphalt Luteman & Raker; Gunnite Nozzleman; GunniteOperator & Mixer; Grout Pump Operator; Side Rail Setter;Rail Paved Ditches; Screw Operator; Tunnel (Free Air);Water Blaster

GROUP 4 - Caisson Worker (Free Air); Cement Finisher;Environmental - Nuclear, Radiation, Toxic & Hazardous Waste - Levels A & B; Miner & Driller (Free Air); Tunnel Blaster;& Tunnel Mucker (Free Air); Directional & HorizontalBoring; Air Track Driller (All Types); Powderman & Blaster;Troxler & Concrete Tester if Laborer is Utilized

----------------------------------------------------------------LABO0265-009 05/01/2009

BOONE, CAMPBELL & KENTON COUNTIES:

Rates Fringes

LABORER GROUP 1.....................$ 25.27 7.50GROUP 2.....................$ 25.44 7.50GROUP 3.....................$ 25.77 7.50GROUP 4.....................$ 26.22 7.50

LABORER CLASSIFICATIONS

Page 4 of 7

8/23/2010http://www.wdol.gov/wdol/scafiles/davisbacon/KY28.dvb

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 173 of 183

GROUP 1 - Asphalt Laborer; Carpenter Tender; Concrete CuringApplicator; Dump Man (Batch Truck); Guardrail and FenceInstaller; Joint Setter; Laborer (Construction); LandscapeLaborer; Highway Lighting Worker; Signalization Worker;Mesh Handlers & Placer; Right-of-way Laborer; RiprapLaborer & Grouter; Scaffold Erector; Seal Coating; SurfaceTreatment or Road Mix Laborer; Sign Installer; Slurry Seal;Utility Man; Bridge Man; Handyman; Waterproofing Laborer;Flagperson; Hazardous Waste (level D); Diver Tender; ZonePerson & Traffic Control

GROUP 2 - Skid Steer; Asphalt Raker; Concrete Puddler; KettleMan (Pipeline); Machine Driven Tools (Gas, Electric, Air);Mason Tender; Brick Paver; Mortar Mixer; Power Buggy orPower Wheelbarrow; Sheeting & Shoring Man; Surface GrinderMan; Plastic Fusing Machine Operator; Pug Mill Operator; &Vacuum Devices (wet or dry); Rodding Machine Operator;Diver; Screwman or Paver; Screed Person; Water Blast, HandHeld Wand; Pumps 4" & Under (Gas, Air or Electric) &Hazardous Waste (level C); Air Track and Wagon Drill;Bottom Person; Cofferdam (below 25 ft. deep); Concrete SawPerson; Cutting with Burning Torch; Form Setter; HandSpiker (Railroad); Pipelayer; Tunnel Laborer (without air)& Caisson; Underground Person (working in Sewer andWaterline, Cleaning, Repairing & Reconditioning);Sandblaster Nozzle Person; & Hazardous Waste (level B)

GROUP 3 - Blaster; Mucker; Powder Person; Top Lander;Wrencher (Mechanical Joints & Utility Pipeline); Yarner;Hazardous Waste (level A); Concrete Specialist; ConcreteCrew in Tunnels (With Air-pressurized - $1.00 premium);Curb Setter & Cutter; Grade Checker; Utility PipelineTapper; Waterline; and Caulker

GROUP 4 - Miner; & Gunite Nozzle Person

TUNNEL LABORER WITH AIR-PRESSURIZED ADD $1.00 TO BASE RATE

SIGNAL PERSON WILL RECEIVE THE RATE EQUAL TO THE RATE PAIDTHE LABORER CLASSIFICATION FOR WHICH HE OR SHE ISSIGNALING.

----------------------------------------------------------------PAIN0012-016 06/01/2010

Rates Fringes

Painters: (HEAVY & HIGHWAY BRIDGES - GUARDRAILS-LIGHTPOLES -STRIPING)

Bridge Equipment Tender and Containment Builder.....$ 20.27 8.10Brush & Roller..............$ 22.85 8.10Elevated Tanks; Steeplejack Work; Bridge & Lead Abatement..............$ 23.85 8.10Sandblasting & Water Blasting....................$ 23.60 8.10Spray.......................$ 23.35 8.10

----------------------------------------------------------------

Page 5 of 7

8/23/2010http://www.wdol.gov/wdol/scafiles/davisbacon/KY28.dvb

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 174 of 183

PLUM0392-008 06/01/2008

Rates Fringes

PLUMBER..........................$ 28.39 14.30----------------------------------------------------------------SUKY1996-001 02/05/1996

Rates Fringes

Truck drivers: GROUP 1.....................$ 15.85 4.60GROUP 2.....................$ 16.29 4.60

TRUCK DRIVER CLASSIFICATIONS

GROUP 1 - Driver

GROUP 2 - Euclid Wagon; End Dump; Lowboy; Heavy DutyEquipment; Tractor-Trailer Combination; & Drag

----------------------------------------------------------------

WELDERS - Receive rate prescribed for craft performingoperation to which welding is incidental.================================================================

Unlisted classifications needed for work not included withinthe scope of the classifications listed may be added afteraward only as provided in the labor standards contract clauses(29CFR 5.5 (a) (1) (ii)).

----------------------------------------------------------------

In the listing above, the "SU" designation means that rateslisted under the identifier do not reflect collectivelybargained wage and fringe benefit rates. Other designationsindicate unions whose rates have been determined to beprevailing.

----------------------------------------------------------------

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This canbe:

* an existing published wage determination* a survey underlying a wage determination* a Wage and Hour Division letter setting forth a position on

a wage determination matter* a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requestsfor summaries of surveys, should be with the Wage and HourRegional Office for the area in which the survey was conductedbecause those Regional Offices have responsibility for theDavis-Bacon survey program. If the response from this initialcontact is not satisfactory, then the process described in 2.)and 3.) should be followed.

Page 6 of 7

8/23/2010http://www.wdol.gov/wdol/scafiles/davisbacon/KY28.dvb

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 175 of 183

With regard to any other matter not yet ripe for the formalprocess described here, initial contact should be with theBranch of Construction Wage Determinations. Write to:

Branch of Construction Wage DeterminationsWage and Hour DivisionU.S. Department of Labor200 Constitution Avenue, N.W.Washington, DC 20210

2.) If the answer to the question in 1.) is yes, then aninterested party (those affected by the action) can requestreview and reconsideration from the Wage and Hour Administrator(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:

Wage and Hour AdministratorU.S. Department of Labor200 Constitution Avenue, N.W.Washington, DC 20210

The request should be accompanied by a full statement of theinterested party's position and by any information (wagepayment data, project description, area practice material,etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, aninterested party may appeal directly to the AdministrativeReview Board (formerly the Wage Appeals Board). Write to:

Administrative Review BoardU.S. Department of Labor200 Constitution Avenue, N.W.Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

================================================================

END OF GENERAL DECISION

Page 7 of 7

8/23/2010http://www.wdol.gov/wdol/scafiles/davisbacon/KY28.dvb

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 176 of 183

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

These rates are listed pursuant to the Kentucky Determination No. CR-10-IV-HWY dated July 12, 2010.

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.

TO: EMPLOYERS/EMPLOYEES

PREVAILING WAGE SCHEDULE:

The wages indicated on this wage schedule are the least permitted to be paid for the occupations indicated. When an employee works in more than one classification, the employer must record the number of hours worked in each classification at the prescribed hourly base rate.

OVERTIME:

Overtime is to be paid after an employee works eight (8) hours a day or forty (40) hours a week, whichever gives the employee the greater wages. At least time and one-half the base rate is required for all overtime. A laborer, workman or mechanic and an employer may enter into a written agreement or a collective bargaining agreement to work more than eight (8) hours a calendar day but not more than ten (10) hours a calendar day for the straight time hourly rate. Wage violations or questions should be directed to the designated Engineer or the undersigned.

Ryan Griffith, DirectorDivision of Construction ProcurementFrankfort, Kentucky 40622

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 177 of 183

NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY

(Executive Order 11246) 1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Specifications" set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate work force in each trade on all construction work in the covered area, are as follows: GOALS FOR MINORITY GOALS FOR FEMALE PARTICIPATION PARTICIPATION IN IN EACH TRADE EACH TRADE 11.0% 6.9%

These goals are applicable to all the Contractor's construction work (whether or not it is Federal or federally-assisted) performed in the covered area. If the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals for both its federally involved and non-federally involved construction. The Contractor's compliance with the Executive Order and the regulations in CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4, 3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within ten (10) working days of award of any construction subcontract in excess of $10,000.00 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed. The notification shall be mailed to:

Evelyn Teague, Regional Director Office of Federal Contract Compliance Programs

61 Forsyth Street, SW, Suite 7B75 Atlanta, Georgia 30303-8609

4. As used in this Notice, and in the contract resulting from this solicitation, the "covered area" is Kenton County.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 178 of 183

PART IV

INSURANCE

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 179 of 183

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.

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 180 of 183

PART V

BID ITEMS

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 181 of 183

KENTUCKY TRANSPORTATION CABINET DEPARTMENT OF HIGHWAYS FRANKFORT, KY 40622

CONTRACT ID: 102954 PAGE: 1 COUNTY: KENTON LETTING: 11/19/10 PROPOSAL: 059GR10M084 IM CALL NO: 203

---------------------------------------------------------------------------------------------------------- LINE |ITEM DESCRIPTION | APPROXIMATE UNIT | UNIT | AMOUNT NO | | QUANTITY | PRICE | ---------------------------------------------------------------------------------------------------------- SECTION 0001 BRIDGES

---------------------------------------------------------------------------------------------------------- 0010 |02650 MAINTAIN & CONTROL TRAFFIC | ( 1.00) LS | | | B00050N | | | ---------------------------------------------------------------------------------------------------------- 0020 |02650 MAINTAIN & CONTROL TRAFFIC | ( 1.00) LS | | | B00051N | | | ---------------------------------------------------------------------------------------------------------- 0030 |02650 MAINTAIN & CONTROL TRAFFIC | ( 1.00) LS | | | B00052L | | | ---------------------------------------------------------------------------------------------------------- 0040 |02650 MAINTAIN & CONTROL TRAFFIC | ( 1.00) LS | | | B00052R | | | ---------------------------------------------------------------------------------------------------------- 0050 |02650 MAINTAIN & CONTROL TRAFFIC | ( 1.00) LS | | | B00053L | | | ---------------------------------------------------------------------------------------------------------- 0060 |02650 MAINTAIN & CONTROL TRAFFIC | ( 1.00) LS | | | B00053R | | | ---------------------------------------------------------------------------------------------------------- 0070 |02650 MAINTAIN & CONTROL TRAFFIC | ( 1.00) LS | | | B00054L | | | ---------------------------------------------------------------------------------------------------------- 0080 |02650 MAINTAIN & CONTROL TRAFFIC | ( 1.00) LS | | | B00054R | | | ---------------------------------------------------------------------------------------------------------- 0090 |02650 MAINTAIN & CONTROL TRAFFIC | ( 1.00) LS | | | B00055N | | | ---------------------------------------------------------------------------------------------------------- 0100 |02650 MAINTAIN & CONTROL TRAFFIC | ( 1.00) LS | | | B00056N | | | ---------------------------------------------------------------------------------------------------------- 0110 |02650 MAINTAIN & CONTROL TRAFFIC | ( 1.00) LS | | | B00057N | | | ---------------------------------------------------------------------------------------------------------- 0120 |02650 MAINTAIN & CONTROL TRAFFIC | ( 1.00) LS | | | B00058N | | | ---------------------------------------------------------------------------------------------------------- 0130 |02650 MAINTAIN & CONTROL TRAFFIC | ( 1.00) LS | | | B00059L | | | ---------------------------------------------------------------------------------------------------------- 0140 |02650 MAINTAIN & CONTROL TRAFFIC | ( 1.00) LS | | | B00059R | | | ---------------------------------------------------------------------------------------------------------- 0150 |02650 MAINTAIN & CONTROL TRAFFIC | ( 1.00) LS | | | B00060N | | | ---------------------------------------------------------------------------------------------------------- 0160 |02650 MAINTAIN & CONTROL TRAFFIC | ( 1.00) LS | | | B00061N | | | ---------------------------------------------------------------------------------------------------------- 0170 |02650 MAINTAIN & CONTROL TRAFFIC | ( 1.00) LS | | | B00063L | | | ---------------------------------------------------------------------------------------------------------- 0180 |02650 MAINTAIN & CONTROL TRAFFIC | ( 1.00) LS | | | B00063R | | | ---------------------------------------------------------------------------------------------------------- 0190 |02650 MAINTAIN & CONTROL TRAFFIC | ( 1.00) LS | | | B00072N | | | ---------------------------------------------------------------------------------------------------------- 0200 |08434 CLEAN & PAINT STRUCTURAL STEEL | ( 1.00) LS | | | B00050N | | | ----------------------------------------------------------------------------------------------------------

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 182 of 183

KENTUCKY TRANSPORTATION CABINET DEPARTMENT OF HIGHWAYS FRANKFORT, KY 40622

CONTRACT ID: 102954 PAGE: 2 COUNTY: KENTON LETTING: 11/19/10 PROPOSAL: 059GR10M084 IM CALL NO: 203

---------------------------------------------------------------------------------------------------------- LINE |ITEM DESCRIPTION | APPROXIMATE UNIT | UNIT | AMOUNT NO | | QUANTITY | PRICE | ---------------------------------------------------------------------------------------------------------- 0210 |08434 CLEAN & PAINT STRUCTURAL STEEL | ( 1.00) LS | | | B00051N | | | ---------------------------------------------------------------------------------------------------------- 0220 |08434 CLEAN & PAINT STRUCTURAL STEEL | ( 1.00) LS | | | B00052L | | | ---------------------------------------------------------------------------------------------------------- 0230 |08434 CLEAN & PAINT STRUCTURAL STEEL | ( 1.00) LS | | | B00052R | | | ---------------------------------------------------------------------------------------------------------- 0240 |08434 CLEAN & PAINT STRUCTURAL STEEL | ( 1.00) LS | | | B00053L | | | ---------------------------------------------------------------------------------------------------------- 0250 |08434 CLEAN & PAINT STRUCTURAL STEEL | ( 1.00) LS | | | B00053R | | | ---------------------------------------------------------------------------------------------------------- 0260 |08434 CLEAN & PAINT STRUCTURAL STEEL | ( 1.00) LS | | | B00054L | | | ---------------------------------------------------------------------------------------------------------- 0270 |08434 CLEAN & PAINT STRUCTURAL STEEL | ( 1.00) LS | | | B00054R | | | ---------------------------------------------------------------------------------------------------------- 0280 |08434 CLEAN & PAINT STRUCTURAL STEEL | ( 1.00) LS | | | B00055N | | | ---------------------------------------------------------------------------------------------------------- 0290 |08434 CLEAN & PAINT STRUCTURAL STEEL | ( 1.00) LS | | | B00056N | | | ---------------------------------------------------------------------------------------------------------- 0300 |08434 CLEAN & PAINT STRUCTURAL STEEL | ( 1.00) LS | | | B00057N | | | ---------------------------------------------------------------------------------------------------------- 0310 |08434 CLEAN & PAINT STRUCTURAL STEEL | ( 1.00) LS | | | B00058N | | | ---------------------------------------------------------------------------------------------------------- 0320 |08434 CLEAN & PAINT STRUCTURAL STEEL | ( 1.00) LS | | | B00059L | | | ---------------------------------------------------------------------------------------------------------- 0330 |08434 CLEAN & PAINT STRUCTURAL STEEL | ( 1.00) LS | | | B00059R | | | ---------------------------------------------------------------------------------------------------------- 0340 |08434 CLEAN & PAINT STRUCTURAL STEEL | ( 1.00) LS | | | B00060N | | | ---------------------------------------------------------------------------------------------------------- 0350 |08434 CLEAN & PAINT STRUCTURAL STEEL | ( 1.00) LS | | | B00061N | | | ---------------------------------------------------------------------------------------------------------- 0360 |08434 CLEAN & PAINT STRUCTURAL STEEL | ( 1.00) LS | | | B00063L | | | ---------------------------------------------------------------------------------------------------------- 0370 |08434 CLEAN & PAINT STRUCTURAL STEEL | ( 1.00) LS | | | B00063R | | | ---------------------------------------------------------------------------------------------------------- 0380 |08434 CLEAN & PAINT STRUCTURAL STEEL | ( 1.00) LS | | | B00072N | | | ---------------------------------------------------------------------------------------------------------- SECTION 0002 DEMOB

---------------------------------------------------------------------------------------------------------- 0390 |02568 MOBILIZATION (NO MORE THAN 5%) | LUMP | | | | | | ---------------------------------------------------------------------------------------------------------- 0400 |02569 DEMOBILIZATION (AT LEAST 1.5%) | LUMP | | | | | | ---------------------------------------------------------------------------------------------------------- | | | TOTAL BID | ----------------------------------------------------------------------------------------------------------

KENTON COUNTY059GR10M084 IM

Contract ID: 102954Page 183 of 183


Recommended