hardin county work type parking lot sealing€¦ · vendor id for the joint venture from the...

48
eProposal Jan-2009 CALL NO. 340 CONTRACT ID. 182328 HARDIN COUNTY FED/STATE PROJECT NUMBER FE01 047 8111 000-001 DESCRIPTION ELIZABETHTOWN COMMUNITY AND TECHNICAL COLLEGE WORK TYPE PARKING LOT SEALING PRIMARY COMPLETION DATE 11/15/2018 LETTING DATE: July 27,2018 Sealed Bids will be received electronically through the Bid Express bidding service until 10:00 AM EASTERN DAYLIGHT TIME July 27,2018. Bids will be publicly announced at 10:00 AM EASTERN DAYLIGHT TIME. NO PLANS ASSOCIATED WITH THIS PROJECT. REQUIRED BID PROPOSAL GUARANTY: Not less than 5% of the total bid.

Upload: others

Post on 09-Aug-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

eProposal Jan-2009

CALL NO. 340

CONTRACT ID. 182328

HARDIN COUNTY

FED/STATE PROJECT NUMBER FE01 047 8111 000-001

DESCRIPTION ELIZABETHTOWN COMMUNITY AND TECHNICAL COLLEGE

WORK TYPE PARKING LOT SEALING

PRIMARY COMPLETION DATE 11/15/2018

LETTING DATE: July 27,2018Sealed Bids will be received electronically through the Bid Express bidding service until 10:00 AM EASTERN DAYLIGHT TIME July 27,2018. Bids will be publicly announced at 10:00 AM EASTERN DAYLIGHT TIME.

NO PLANS ASSOCIATED WITH THIS PROJECT.

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

Page 2: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

TABLE OF CONTENTS

PART I SCOPE OF WORK• PROJECT(S), COMPLETION DATE(S), & LIQUIDATED DAMAGES• CONTRACT NOTES• STATE CONTRACT NOTES• EXPEDITE WORK ORDER• SURFACING AREAS• ASPHALT MIXTURE• INCIDENTAL SURFACING• COMPACTION OPTION B• SPECIAL NOTE(S) APPLICABLE TO PROJECT• LIQUIDATED DAMAGES• WASTE AND BORROW SITES• COORDINATION OF WORK WITH OTHER CONTRACTS• ASPHALT MILLING AND TEXTURING• BASE FAILURE REPAIR• TYPICAL SECTION DIMENSIONS• TRAFFIC CONTROL PLAN PARKING LOT• PARKING LOT STRIPING• DURABLE PAVEMENT EDGE DETAILS• SKETCH MAP(S)• SUMMARY SHEET(S)• TYPICAL SECTION(S)

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

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

LOCALITY / STATE• PROJECT WAGE RATES / STATE

PART IV INSURANCE

PART V BID ITEMS

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 2 of 48

Page 3: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

PART I

SCOPE OF WORK

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 3 of 48

Page 4: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

ADMINISTRATIVE DISTRICT - 04CONTRACT ID - 182328

COUNTY - HARDIN

PCN - MP04781111801FE01 047 8111 000-001

ELIZABETHTOWN COMMUNITY AND TECHNICAL COLLEGE (ECTC)PARKING LOT SEALING

GEOGRAPHIC COORDINATES LATITUDE 37:41:33.00 LONGITUDE 86:53:51.00

FE01 047 8111 000-001

COMPLETION DATE(S):

COMPLETED BY 11/15/2018SPECIFIED COMPLETION DATE -ALL ITEMS IN CONTRACT

COMPLETED BY 10/15/2018SPECIFIED COMPLETION DATE -SEAL COATING

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 4 of 48

Page 5: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

CONTRACT NOTES

PROPOSAL ADDENDAAll addenda to this proposal must be applied when calculating bid and certified in the bid packet submitted to the Kentucky Department of Highways. Failure to use the correct and most recent addenda may result in the bid being rejected.

BID SUBMITTALBidder must use the Department’s electronic bidding software. The Bidder must download the bid file located on the Bid Express website (www.bidx.com) to prepare a bid packet for submission to the Department. The bidder must submit electronically using Bid Express.

JOINT VENTURE BIDDINGJoint venture bidding is permissible. All companies in the joint venture must be prequalified in one of the work types in the Qualifications for Bidders for the project. The bidders must get a vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the project. Also, the joint venture must obtain a digital ID from Bid Express to submit a bid. A joint bid bond of 5% may be submitted for both companies or each company may submit a separate bond of 5%.

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

REGISTRATION WITH THE SECRETARY OF STATE BY A FOREIGN ENTITYPursuant to KRS 176.085(1)(b), an agency, department, office, or political subdivision of the Commonwealth of Kentucky shall not award a state contract to a person that is a foreign entity required by KRS 14A.9-010 to obtain a certificate of authority to transact business in the Commonwealth (“certificate”) from the Secretary of State under KRS 14A.9-030 unless the person produces the certificate within fourteen (14) days of the bid or proposal opening. If the foreign entity is not required to obtain a certificate as provided in KRS 14A.9-010, the foreign entity should identify the applicable exception. Foreign entity is defined within KRS 14A.1-070.

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 5 of 48

Page 6: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

For all foreign entities required to obtain a certificate of authority to transact business in the Commonwealth, if a copy of the certificate is not received by the contracting agency within the time frame identified above, the foreign entity’s solicitation response shall be deemed non-responsive or the awarded contract shall be cancelled.

Businesses can register with the Secretary of State at https://secure.kentucky.gov/sos/ftbr/welcome.aspx .

SPECIAL NOTE FOR PROJECT QUESTIONS DURING ADVERTISEMENT Questions about projects during the advertisement should be submitted in writing to the Division of Construction Procurement. This may be done by fax (502) 564-7299 or email to [email protected]. The Department will attempt to answer all submitted questions. The Department reserves the right not to answer if the question is not pertinent or does not aid in clarifying the project intent.

The deadline for posting answers will be 3:00 pm Eastern Daylight Time, the day preceding the Letting. Questions may be submitted until this deadline with the understanding that the later a question is submitted, the less likely an answer will be able to be provided.

The questions and answers will be posted for each Letting under the heading “Questions & Answers” on the Construction Procurement website (www.transportation.ky.gov/contract). The answers provided shall be considered part of this Special Note and, in case of a discrepancy, will govern over all other bidding documents.

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

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

ACCESS TO RECORDSThe contractor, as defined in KRS 45A.030 (9) agrees that the contracting agency, the Finance and Administration Cabinet, the Auditor of Public Accounts, and the Legislative Research Commission, or their duly authorized representatives, shall have access to any books, documents, papers, records, or other evidence, which are directly pertinent to this contract for the purpose of financial audit or program review. Records and other prequalification information confidentially

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 6 of 48

Page 7: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

disclosed as part of the bid process shall not be deemed as directly pertinent to the contract and shall be exempt from disclosure as provided in KRS 61.878(1)(c). The contractor also recognizes that any books, documents, papers, records, or other evidence, received during a financial audit or program review shall be subject to the Kentucky Open Records Act, KRS 61.870 to 61.884.

In the event of a dispute between the contractor and the contracting agency, Attorney General, or the Auditor of Public Accounts over documents that are eligible for production and review, the Finance and Administration Cabinet shall review the dispute and issue a determination, in accordance with Secretary's Order 11-004.

April 30, 2018

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 7 of 48

Page 8: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

SPECIAL NOTE FOR RECIPROCAL PREFERENCE

RECIPROCAL PREFERENCE TO BE GIVEN BY PUBLIC AGENCIES TO RESIDENT BIDDERSBy reference, KRS 45A.490 to 45A.494 are incorporated herein and in compliance regarding the bidders residency. Bidders who want to claim resident bidder status should complete the Affidavit for Claiming Resident Bidder Status along with their bid in the electronic bidding software. Submittal of the Affidavit should be done along the bid in Bid Express.

April 30, 2018

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 8 of 48

Page 9: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

EXPEDITE PROJECT WORK ORDER

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

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

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

required project documentation to:

Division of Construction Procurement

200 Mero St.

Frankfort, KY 40602

SURFACING AREAS

The Department estimates the surfacing and sealing widths to vary..

The Department estimates the total area to be surfaced to be 15,275 square yards.

The Department estimates the total area to be sealed to be 38,205 square yards.

ASPHALT MIXTURE

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

INCIDENTAL SURFACING

The Department has included in the quantities of asphalt mixtures established in the proposal estimated quantities required for

resurfacing or surfacing mailbox turnouts, farm field entrances, residential and commercial entrances, curve widening, ramp gores and

tapers, and road and street approaches, as applicable. Pave these areas to the limits as shown on Standard Drawing RPM-110-07 or as

directed by the Engineer. In the event signal detectors are present in the intersecting streets or roads, pave the crossroads to the right

of way limit or back of the signal detector, whichever is the farthest back of the mainline. Surface or resurface these areas as directed

by the Engineer. The Department will not measure placing and compacting for separate payment but shall be incidental to the

Contract unit price for the asphalt mixtures.

OPTION B

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

accordance with Sections 402 and 403.

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 9 of 48

Page 10: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

SPECIAL NOTES APPICABLE TO PROJECTFE01 047 8111 000-001

Restripe and replace painted pavement markings once paving and sealing are completedin each location. Record all markings prior to sealing or resurfacing. Obtain the Engineer’s approval of the layout prior to striping. The Department will not measure for direct payment recording of existing and layout of replacement striping and markings, but shall be incidental to the applicable striping and marking bid items.

Replace all existing asphalt speed bumps in like kind and at the same locations. The Department will measure and pay for asphalt materials used to reconstruct the speed bumps in tons. The Department will not measure excess or waste.

Be advised that various locations where the existing asphalt pavement meets the walkways in the parking lots will require edge keying prior to resurfacing. Perform milling work so that no ponding of water will occur at these locations upon completion of the resurfacing. The Department will measure and pay for this work as Asphalt Pavement Milling and Texturing.

Be advised there are existing Vehicle Stops at various locations to be sealed and resurfaced. The ECTC staff will remove the stops prior to construction, store, and replace upon completion.

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 10 of 48

Page 11: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

SPECIAL NOTE FOR SURFACE REPAIR LOCATIONSFE01 047 8111 000-001

Repair locations are located in Entrances 2, 3, 4, RPC Parking, and OTB 100/200 Parking. The campus site map and the summary depicts the surface repair locations. Consider the locations tobe approximate only; the Engineer will designate the actual locations at the time of construction.

Mill the existing surface at these locations to a depth of at least 1”. Dispose of the excavated materials at waste sites off the college campus and off the right-of-ways obtained by the Contractor at no additional cost to the Department. See Special Note for Waste and Borrow.

Place Class 2 Asphalt Surface 0.38D PG64-22 in the milled areas. Compact the asphalt surfaceto the compaction required in Section 403.03.10, Option B. Perform all surface repairs in such a manner that removal and replacement are completed on the same day. Do this work as one of the Contractor’s first operations in order to allow subsequent sealing to cover these locations. Allow the new pavement to cure as designated by the Engineer before sealing.

The bidder must draw conclusions as to the conditions encountered. The Department does not give any guarantee as to the accuracy of the data and will not consider any claim for additional compensation if the materials encountered that are not in accord with the classification shown.

Accept payment at the Contract unit price per ton for Asphalt Pave Milling & Texturing,CL2 Asphalt Surface 0.38D PG64-22, and Asphalt Material for Tack as full compensation for all labor, materials, equipment, and incidentals for removing pavement and disposing of the materials, furnishing and placing asphalt surface and all other items necessary to complete the work according to these notes to the satisfaction of the Engineer.

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 11 of 48

Page 12: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 12 of 48

Page 13: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

SPECIAL NOTES FOR SEAL COATINGFE01 047 8111 000-001

I. GENERAL

Perform all work in accordance with the Department’s 2012 Standard Specifications, applicable Special Provisions, and Standard and Sepia Drawings except as specified in these notes or elsewhere in this proposal. Article references are to the Standard Specifications. Furnish all materials, labor, and equipment for the following work:

(1) Maintain and Control Traffic; (2) Crack and Joint Sealing; (3) Coal Tar Emulsion Pavement Seal; and (4) all other work required by the contract.

II. MATERIALS

The Department will sample and test all materials according to the Department’s Sampling Manual and the materials shall be available for sampling a sufficient time in advance of the use of the materials to allow for the necessary time for testing unless otherwise specified in the Notes.

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

B. Joint and Crack Sealant. Furnish hot applied elastomeric crack sealant material according to ASTM D 6690-01, D 3405, and D 5329, compatible with the coal tar emulsion pavement sealer. Obtain the Engineer’s approval of the material proposed for use. Upon request submit manufacturer’s test results.

C. Seal Coating. Furnish Jennite OR Sealmaster PMCTS polymer modified coal tar emulsion pavement sealer.

III. CONSTUCTION METHODS

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

C. Joint and Crack Sealing. After milling and inlaying, apply sealant only to clean, dry, properly prepared cracks and joints greater than 1/8” in width. Route cracks less than ¼ inch to a minimum ½ inch by ½ inch in shape. Thoroughly clean cracks of all vegetation and debris by means of hot compressed air lance. Ensure that all faces of cracks and joints are free of all foreign matter, oils and greases, dirt, and water. Apply Sealant at ambient air temperatures of 40 degrees or greater for 24 hours prior to and at the time of application.Immediately before sealing, blow out the joint with an air compressor equipped with an oil and water trap of such capacity as will maintain 90-psi pressure when air is delivered to the joint through a nozzle no more than ¼ inch in diameter.

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 13 of 48

Page 14: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

Seal CoatingFE01 047 8111 000-001Page 2 of 4

Place sealing compound with a manufacturer recommended applicator according to the manufacture’s heating, mixing, and placing instructions. Install heated sealant directly into cracks and joints not to exceed a 4 inch wide band. Control thickness to 1/8 inch above the pavement surface. Refill all “sinkers” to achieve flush to 1/8 inch concave surface.Keep the public away from work areas while sealant is being installed. Do not allow traffic to cross filled cracks and joints until approved by the Engineer.

B. Surface Preparation. Prepare the existing surface for sealing by mechanical sweeping and removal of all sediment and debris and free from all loose or foreign matter. Where soil or other deleterious material remain, pressure wash the affected area to provide a clean surface for sealing.

C. Seal Coating. After joint and crack sealing, apply the sealer over the designated areasaccording to the manufacture’s recommendation’s for moderate traffic for Jennite OR twocoats of SealMaster, or as directed by the Engineer. Do not allow traffic on the seal coat until approved by the Engineer.

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

E. Restoration. Any features disturbed by the work or by the Contractors operations shall be restored in like kind materials and design as directed by the engineer.

F. Caution. Information shown on the drawings and in this proposal and the types and quantities of work listed are not to be taken as an accurate or complete evaluation of the material and conditions to be encountered during construction. The bidder must draw his own conclusion as to the conditions encountered. The Department does not give any guarantee as to the accuracy of the data and will not consider any claim for additional compensation if the conditions encountered are not in accordance with the information shown.

G. Right-of-Way. The limits of the work are within the Elizabethtown Community Technical College. Limit activities to the immediate work areas. Materials and equipment may be stored only at areas approved by the Elizabethtown Community Technical College and the Engineer.

H. Waste. Dispose of all waste and debris outside the College Grounds and off the right-of-ways at sites obtained by the Contractor at no cost to the Department. See Special Notes for waste and Borrow.

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 14 of 48

Page 15: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

Seal CoatingFE01 047 8111 000-001Page 3 of 4

I. Coordination of Work. Coordinate all work on this project with the College’s operations. Two weeks prior to beginning work, provide a work schedule to the Engineer for approval by the College Manager and Engineer. The work schedule should include considerations for the typical operation of the facility and attempt to provide minimal disruption by working at off peak times. Weekend and nighttime work may be required to facilitate the regular operation of the facility.

J. Utility Clearance. Utility locations are not shown on plans or in the proposal for this project and have not been located by the Department. Locate all underground, above ground and overhead utilities prior to beginning construction. Be responsible for contacting and maintaining liaison with all utility companies that have utilities located within the project limits. Notify the Engineer and the utility owner(s) immediately when it is discovered or anticipated that any utility conflict could delay the Contractor’s operations. Do not disturb existing overhead or underground utilities. Be responsible for repairing all utility damage that occurs as a result of the work. It is not anticipated that any utility facilities will need to be relocated and/or adjusted; however, in the event that it is discovered that the work does require that utilities be relocated and/or adjusted, the utility companies will work concurrently with the contractor while relocatingtheir facilities. Working days will not be charged for those days on which work on the controlling item is delayed, as provided in the Specifications. If the total delay exceeds ten working days, an extension of the specified completion date will be negotiated with the Contractor for delay to the Contractor’s work; however no extension will be granted for any delay caused by the Contractor’s failure to notify the Engineer and/or the utility company as specified above when a conflict is discovered or anticipated as specified. Comply with applicable sections of Chapter 107.

IV. METHOD OF MEASUREMENT

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

B. Joint and Crack Sealing. The Department will measure sealed joints and cracks in linear feet. Laps and waste will not be measured for payment.

C. Seal Coating. The Department will measure Polymer Modified Coal Tar Emulsion Pavement Seal in square yards of finished in place area. Laps and waste will not be measured for payment.

V. BASIS OF PAYMENT

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

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 15 of 48

Page 16: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

Seal CoatingFE01 047 8111 000-001Page 4 of 4

B. Joint and crack Sealing. Accept payment at the contract price linear foot as full compensation for all labor, materials, equipment, and incidentals for joint and crack preparation, sealing, and disposal of waste and debris.

C. Seal Coating. Payment at the contract price square yard shall be full compensation for all labor, materials, equipment, and incidentals for surface preparation, application of thePolymer Modified Coal Tar Emulsion Pavement Seal, and disposal of waste and debris.

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 16 of 48

Page 17: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

prior to emulsification. A special ce-

ramic clay slurry is used to produce ahigh solids coating that does not re-quire dilution. Jennite is also reinforcedwith geotextile fibers. The performanceand bonding of Jennite to the pavementis greatly enhanced by a multi-compo-nent surfactant formulation.

Limitations:In the liquid state, Jennite must be

protected from freezing. Do not storein direct sunlight or where tempera-ture exceeds 120°F.

4. INSTALLATIONPreparatory Work:

The asphalt surface must be struc-turally sound, surface cured, and freefrom all loose or foreign matter priorto the application of Jennite.

Methods:Jennite can be applied by spray,

rubber-bladed squeegee, brush, or me-chanical equipment specifically designedfor this purpose. Due to the heavybodied nature of the slurry-mixedJennite, application by means of special-ized equipment is recommended. Thisequipment can be of two types, highvolume positive displacement airlessspray or mechanical squeegee. Bothtypes must be capable of keeping ma-terial thoroughly mixed and homog-enous throughout the application pro-cess. All equipment used must be ca-

Ultimate Protection: Jennite’s high solids, polymer modified formula provides increased resistance to oil, gasoline and chemicals.

Maximum Durability: You can expect up to three tmes the wear of other pavement coatings.

Warranty Protection: Jennite is applied only by licensed contractors who can provide a written Dual Protection Warranty.

Rich, Black “Brand New” Look: Jennite’s tough, tight, waterproof seal is the longest lasting pavement coating.

Safer & Easier to Clean: The Jennite System creates a seamless, skid-resistant, even-textured surface.

3. PRODUCT DESCRIPTIONJennite is a premium quality pave-

ment coating composed of refined coaltar that is fortified with rubber priorto emulsification. In addition, Jennite contains a unique surfactant formulation which allows greatercompatability with asphalt surfaces.

Packaging:Bulk shipments are made in tank

trucks. Also available in 55 gal. steeldrums.

Color:Jennite is a dark brown emulsion.

When dry, Jennite is coal black.

Basic Uses:Jennite extends the service life and

reduces maintenance costs ofoff-street asphalt pavements. Jenniteprotects such pavements from the de-structive effects of water, sunlight, oxi-dation, gasoline, motor oil, and manyother chemicals and solvents. In addi-tion, Jennite provides a distinctivenew-looking surface that is skid resis-tant, long-lasting and easy to clean.

Composition:Jennite is a high solids, mineral col-

loid stabilized, refined coal tar emulsion.It is fortified with fuel resistant, highmolecular weight, unvulcanized rubber.This fuel resistant rubber is hotblended into the refined coal tar base

pable of supplying a sufficient quantityof material for uniform application overthe entire width of the applicationmechanism to provide a uniformlycoated surface.

Mix Design:Jennite is designed to be mixed with

mineral aggregate to create a ready touse pavement coating. Minimal dilutionwith water may be required for work-ability.

1. PRODUCT NAME Jennite®

2. MANUFACTURERNeyra Industries, Inc.10700 Evendale DriveCincinnati, Ohio 45241

Phone:Toll Free:

Fax:Email:

Website:

[email protected]

All sand used should be clean, dry,pure silica sand, free of contaminants.Medium fine sand with an A.F.S. ratingof 50 to 70 gives best results. Thereshould be no more than 2% retainedon 30 mesh or coarser, no more than10% retained on 140 mesh and nomore than 0.3% retained on 200 mesh.Application:

For use over sound asphalt pavement,the following application proceduresare recommended for best results:

Per 100 gallons of JenniteWater Sand Yield

25-30 gal. 500-600 lbs 152-157 gal.

JenniteJenniteJenniteJenniteJennite Product Data 100-15

Coal Tar Pavement SealerCoal Tar Pavement SealerCoal Tar Pavement SealerCoal Tar Pavement SealerCoal Tar Pavement Sealer

Professional Grade

Application Rate per CoatGal/SY

Concentrate .10

Mix .15 - .16

.011

.016 - .017

Gal/SF

Primer .015 .0016

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 17 of 48

Page 18: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

sion for 24 hours.

Environmental Considerations:Jennite is considered non-

hazardous when tested according tothe EPA’s TCLP (Toxicity Characteris-tic Leaching Procedure). Jennite is a wa-ter based material containing less than50 g/L (0.42 lbs./gal.) VOC content.

7.TECHNICAL SERVICESMaterial safety data sheets, product

and application recommendations, aswell as assistance with special situationsand field service are available upon re-quest. Special project submittals areavailable through Neyra Customer Ser-vice.

8. WARRANTYNeyra Industries, Inc. and our net-

work of licensed Jennite contractorsoffer a Dual Protection Warranty. IfJennite is applied according to NJ-S2, atwo-year written dual warranty is avail-able. If Jennite is applied according toNJ-S3 with primer, a three-year writ-ten dual warranty is available. Call theJennite Buyer Protection & InformationCenter at 800-543-7077.

The above specifications on prod-uct usage are believed to be true andaccurate. Neyra Industries, Inc. guaran-tees that all materials manufacturedcomply with quality standards as de-scribed in the product data sheets. Be-cause the application, handling, weather,workmanship, and equipment are be-yond the control of this manufacturer,only the quality of the products asshipped is guaranteed. In no case willthe liability of Neyra Industries, Inc.exceed the purchase price of theshipped materials.

9. ADDITIONAL INFORMATIONNeyra Industries, Inc. manufactures

a full line of asphalt pavement mainte-nance and recreational surface prod-ucts as well as application equipmentsold and distributed nationally at ourplants and through distributors andcontractors. To find the supplier mostconvenient to you, please call us at800-543-7077.

One gallon of concentrate will cover90 square feet. Multiply square yardsof surface x 0.1 to determine gallonsof concentrate per coat.

Coverage rates can vary with theapplication method and the age andtexture of the pavement to be sealed.

For low to moderate traffic areas, fol-low Application Specification NJ-S2 andapply the recommended primer,Polyprime (Product Data Sheet 155)and two full sand slurry coats ofJennite.

For high traffic areas, follow Applica-tion Specification NJ-S3 and apply onecoat of Polyprime and three full sandslurry coats of Jennite.

Each coat must be dry before addi-tional applications. On a typical park-ing lot, a combination of application sys-tems could be used. For example, twocoats for the parking stalls and a thirdfor the drive lanes where most of thewear occurs.

Application must be made whenambient temperatures and pavementtemperatures are above 50°F. Gooddrying conditions above 50°F are re-quired during the subsequent 8 hoursand no temperatures below 50°Fshould be anticipated for 48 hours.Night time application is not recom-mended. It is recommended that thearea over which the application is madebe opened to use only after trial showsit to be dried and sufficiently cured toaccept regular traffic. Lower tempera-tures, high humidity, clouds or shade,and lack of air movement retard cure.

Precautions:Do not apply Jennite over chip seals,

or sealers which contain gilsonite.Jennite is not recommended for use onportland cement concrete or forindoor use. Keep out of reach ofchildren. Container should be closedwhen not in use. Contains petroleumdistillates. Avoid breathing vapor orprolonged contact with skin or eyes.Flush immediately with water.

New asphalt should be allowed tocure for a minimum of 30 days prior toapplication and must not exhibit rib-boning, crawling, nor show oil ringswhen 1 gal. of clean water is pouredonto the surface.

Protect wet Jennite pavement sealer

at all times from freezing and rain. Con-sult specific Neyra material safety datasheet before use.

5. MAINTENANCEAs a rule, a clean, well-marked park-

ing lot is safer and will last longer. Oc-casional flushing with water or the useof a contract cleaning service will helpto retain an attractive appearance.

6. TECHNICAL DATAApplicable Standards:

Jennite meets the composition andperformance standards of ASTMD5727 “Emulsified Refined Coal Tar,”when tested according to the follow-ing ASTM methods:

Drying Time:When tested according to ASTM

2939, “set to touch” in 1 hour, exhibit“final set” in less than 8 hours.

Non-Flammability:The cured coating shows no

tendency to flash or ignite.

Resistance to Kerosene:The cured coating exhibits no

penetration or loss of adhesion after24 hour immersion.

Adhesion & Resistance to Water:The cured coating exhibits no pen-

etration, blistering, loss of adhesion, nortendency to re-emulsify after immer-

Physical Composition:Jennite meets the following require-

ments when tested according to ASTMD2939:

Max MinNon-Volatiles %

Ash of Non-Volatiles %

Specific Gravity

54 52

38

-

Requirements

Water % 48 44

34

1.23

D140:D244:

D490:D529:

D2939:

Sampling of Bitumous MaterialsStandard Test Methods forEmulsified AsphaltsStandard Specification for Road TarTesting of Bitumous MaterialsStandard Test Methods forEmulsified Bitumens used asProtective Coatings

JenniteJenniteJenniteJenniteJennite Product Data 100-15

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 18 of 48

Page 19: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

1. PRODUCT NAME SealMaster Polymer Modified Coal Tar Sealer (PMCTS)

2. MANUFACTURERSealMaster has a nationwide network of manufacturing and distribution facilities.

Phone: 800-395-7325www.sealmaster.net

3. PRODUCT DESCRIPTION & BENEFITSSealMaster Polymer Modified Coal Tar Sealer (PMCTS) is a premium quality coal tar emulsion pavement sealer fortified with cross-linking rubber polymers and special surfactants. PMCTS is job-mixed with specifically graded aggregate and applied at a rate of 55-57% solids (unlike conventional sealers that are applied at 40-43% solids). The aggregate provides a safe, skid-resistant surface for both pedestrian and vehicle traffic. PMCTS dries faster than conventional pavement sealers that are diluted with water prior to application. PMCTS protects pavement from oxidation, moisture intrusion, fuel, and oil. PMCTS’s deep, rich black color gives old, oxidized pavement a “like new” surface that melts snow and ice faster, and reduces cleaning and maintenance costs.

Basic Uses: SealMaster PMCTS is designed to beautify and protect asphalt pavement surfaces including parking lots, airports, driveways, and roadways.

Composition: PMCTS is a polymer-modified, clay stabilized coal tar pitch emulsion pavement sealer fortified with specialty surfactants to promote superior adhesion and durability. PMCTS is job mixed with select aggregate to produce a superior skid-resistant wearing surface.

Sizes: SealMaster PMCTS is available in 4,000 gallon bulk tankers, 55-gallon drums, and 5-gallon pails.

Color: PMCTS dries to a deep, rich black color.

Limitations: SealMaster PMCTS shall not be applied when temperature is expected to drop below 50°F at any time within a 24 hour period after application.

4. TECHNICAL DATASealMaster PMCTS meets the requirements of ASTM D 5727, RP 355e and ASTM D 490 specifications for coal tar pitch emulsion (CTPE) pavement sealer.

Environmental Considerations:SealMaster PMCTS does not contain asbestos. PMCTS is an environ-mentally friendly water based pavement sealer containing less than 50 grams per liter volatile organic content (VOC).

Physical/Chemical Properties:SealMaster PMCTS is a premiumquality pavement sealer that meets the following material requirements when tested in accordance with ASTM D 140, ASTM D 466, ASTM D 490, ASTM B117, ASTM D 529, ASTM D 2939, and ASTM D244 procedures:

5. INSTALLATIONSurface must be clean and freefrom all loose material and dirt.Pavement surface repairs should be made with a suitable hot or cold asphalt mix. Cracks should be filled with SealMaster hot pour or cold applied crack fillers. Treat all grease, oil, and gasoline spots or stains with SealMaster Petro Seal or Prep Seal.

Methods: SealMaster PMCTS shall be applied by either pressurized spray application equipment or self-propelled squeegee equipment. Pressurized spray equipment shall be capable of spraying pavement sealer with sand added. Equipment shall have continuous agitation or mixing capabilities to maintain homogeneous consistency of pavement sealer mixture throughout the application process. Self-propelled squeegee equipment shall have at least 2 squeegee or brush devices (one behind the other) to assure adequate distribution and penetration of sealer into bituminous pavement. Hand squeegees and brushes shall be acceptable in areas where practicality prohibits the use of mechanized equipment.

Sea

lMa

ster

PAV

ING

AN

D SU

RFAC

ING

Sep

tem

be

r 2014

Pa

vem

ent Se

ale

rSup

erc

ed

es: SM

T-105 (5/05), (7/12), (6/13)

Sea

lMa

ster Po

lyme

r Mo

difie

dC

oa

l Tar Se

ale

r (PMC

TS)SM

T - 105

Material Material shall be homogenous and PASSES show no separation or coagulation that cannot be overcome by moderate stirring.

Chem. & Physical Analysis

- Non Volatiles % 40% PASSES

- Ash Non Volatiles % 30 - 40 PASSES

- Solubility of Non Volatiles in CS2% 20 Min. PASSES

- Specific Gravity 25°C 1.18 Minimum PASSES

Drying Time 8 Hr. Max. (Typically less than 60 min.) PASSES

Adhesion & Resistance to Water No Penetration or Loss of Adhesion PASSES

Resistence to Heat No Blistering or Sagging PASSES

Flexibility No Cracking or Flaking PASSES

Resistence to Impact No Chipping, Flaking or Cracking PASSES

Resistence to Volatilization 10% Loss in Weight Max. PASSES

Wet Film Continuity Smooth, Nongranular Free from PASSES Coarse Particles

TEST SPECIFICATIONS RESULT

SealMaster Polymer ModifiedCoal Tar Sealer (PMCTS)

SMT - 105 Revised: 9/14

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 19 of 48

Page 20: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

Mixing Procedures:For optimum results PMCTS shall be mixed in accordance with the following mix design (based on 100 gallons for ease of calculation): PMCTS Concentrate.........100 gallonsSand*..............................200-400 lbs. *(40-70 mesh AFS)NOTE: If required, a small amount of water may be added to facilitate application of mixed material.

Application: For optimum performance and durability apply two coats of PMCTS with sand. A third coat of PMCTS with sand may be applied to high traffic areas such as entrances, exits, and drive lanes.

Application Rate of Mixed PMCTS: Apply properly mixed PMCTS (PMCTS Concentrate, Sand, and Water - if needed) at a rate of .11 to .13 gallon per square yard (70-82 square feet per gallon) per coat.

Estimating Material Requirements: To estimate gallons of PMCTS Concentrate required to cover a specific area use the following coverage rate:One gallon of PMCTS Concentrate will cover approximately 85-95 square feet (9.4 to 10.5 square yards) per coat when properly mixed as a sand-filled coat and applied.

Note: Coverage rates may vary due to pavement age and porosity.

Precautions: Both surface and ambient temperature shall be a minimum of 50°F. Temperature shall not drop below 50°F in a 24 hour period following application. New asphalt surfaces should be allowed to cure a minimum of four weeks under ideal weather conditions (70°F) before applying PMCTS. Keep Out Of Reach Of Children. Do not store unopened drums or pails in freezing temperatures.

6. AVAILABILITY & COST

Availability: PMCTS is supported by a nationwide network of SealMaster manufacturing facilities along with a national network of professional

applicators.

Cost: Cost information can be obtained from a local PMCTS applicator. Contact SealMaster for the PMCTS representative in your area.

7. WARRANTYSealMaster warrants that PMCTS meets the chemical composition and performance requirements set forth in section 4. Liability to the buyer or user of this product is limited to the replacement value of the product only.

8. MAINTENANCEPeriodic cleaning of parking lot surface will ensure optimum product service life.

9. TECHNICAL SERVICES

Manufacturer: Complete product specifications, material safety data sheets, and technical assistance is available from SealMaster.

PMCTS Professional Applicators: Your local PMCTS applicator is available to provide on-site inspections and recommendations to meet your specific needs.

10. FILING SYSTEMS

rectory

Specification at www.sealmaster.net

Product and Equipment Catalog Available

The statements made on this specification sheet are believed to be true and accurate and are intended to provide a guide for approved application practices. As workman-ship, weather, construction, condition of pavement, tools utilized, and other variables affecting results are all beyond our control, the manufacturer warrants only that the material conforms to product specifications and any liability to the buyer or user of this product is limited to the replacement value of the product only. The manufacturer expressly disclaims any implied warranties of merchantability or fitness for a particular purpose. Warranty is void on multi-coat applications if material made by other manufacturers is used with this product.

Form No.: SMT-105Revised: September 2014Supercedes: SMT-105 (5/05), (7/12), (6/13) Copyright © 2014, SealMaster All Rights Reserved.

SealMasterPhone: 1-800-395-7325

www.sealmaster.net

SealMaster Polymer ModifiedCoal Tar Sealer (PMCTS)

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 20 of 48

Page 21: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

SPECIAL NOTE FOR LIQIDATED DAMAGESFE01 047 8111 000-001

In addition to the Liquidated Damages specified in Section 108.09, the Department will assess Liquidated Damages in the amount of $750 per calendar day for each day, or part of a day, Seal Coating remains uncompleted after October 15. 2018..

Contrary to section 108.09, Liquidated damages will be assessed for the months of December through March.

Contrary to Section 108.09, the Department will assess Liquidated Damages regardless of whether seasonal limitations prohibit the Contractor from performing work on the controlling operation.

All liquidated damages will be applied accumulatively.

All other applicable portions of Section 108 apply.

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 21 of 48

Page 22: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

SPECIAL PROVISION FOR WASTE AND BORROW SITES

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

1-296 Waste & Borrow Sites01/02/2012

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 22 of 48

Page 23: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

COORDINATION OF WORK WITH OTHERSFE01 047 8111 000-001

Be advised, there may be active project(s) adjacent to or within this project. These may be KYTC administered contracts, work being performed by ECTC administered projects, or work being performed by Department or College forces. The Engineer will coordinate the work of any otherContractors or force account work within the limits of this project. See Sections 105.06, 107.06 and 107.14 of the Standard Specifications.

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 23 of 48

Page 24: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

SPECIAL NOTE FORASPHALT MILLING AND TEXTURING

Begin paving operations within 48 hours of commencement of the milling operation. Continue paving operations continuously until completed. If paving operations are not begun within this time period, the Department will assess liquidated damages at the rate prescribed by Section 108.09 until such time as paving operations are begun.

Take possession of the millings and recycle the millings or dispose of the millings off the Right-of-Way at sites obtained by the Contractor at no additional cost to the Department.

1-3520 48 hours Contractor keeps millings01/2/2012

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 24 of 48

Page 25: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

SPECIAL NOTE FOR BASE FAILURE REPAIR LOCATIONFE01 047 8111 000-001

Repair location is between lots G1 and G2 in the southeast direction of traffic. Prior to overall milling, excavate the designated base failure area to a depth 4 inches below the existing asphalt pavement surface level. Dispose of the excavated materials at waste sites off the Right-of-Way and college campus obtained by the Contractor at no additional cost to the Department. See Special Note for Waste and Borrow.

Backfill the excavated area with Class 2 Asphalt Base 1.00D PG 64-22. Compact the asphalt base to the compaction required in Section 403.03.10, Option B. Perform all base failure repairs in such a manner that removal and replacement are completed on the same day. Do this work as one of the Contractor’s first operations in order to allow further compaction by traffic. Do not mill or place new asphalt surface over repaired base failure areas until a minimum of 7 calendar days have elapsed after placement of the asphalt base. After a minimum of 7 calendar days and when the Engineer determines the base failure repair areas have sufficiently stabilized, begin resurfacing operations.

The bidder must draw conclusions as to the conditions encountered. The Department does not give any guarantee as to the accuracy of the data and will not consider any claim for additional compensation if the materials encountered that are not in accord with the classification shown.

Accept payment at the Contract unit price per square yard for Base Failure repair as full compensation for all labor, materials, equipment, and incidentals for removing pavement and disposing of the materials, furnishing and placing asphalt base and all other items necessary to complete the work according to these notes to the satisfaction of the Engineer.

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 25 of 48

Page 26: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

SPECIAL NOTE FOR TYPICAL SECTION DIMENSIONS

Consider the dimensions shown on the typical sections for pavement and shoulder widths and thickness’ to be nominal or typical dimensions. The Engineer may direct or approve varying the actual dimensions to be constructed to fit existing conditions. Do not widen existing pavement or shoulders unless specified elsewhere in this proposal or directed by the engineer.

1-3725 Typical Section Dimensions01/02/2012

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 26 of 48

Page 27: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

TRAFFIC CONTROL PLAN FOR PARKING LOTFE01 047 8111 000-007

TRAFFIC CONTROL GENERAL

Except as specified herein, maintain and control traffic in accordance with the 2012 Standard and Supplemental Specifications and the Standard and Sepia Drawings, current editions. Except for the roadway and traffic control bid items listed, furnish all other items necessary to maintain and control traffic incidental to the Contract lump sum price Maintain and Control Traffic.

Contrary to Section 106.01, furnish new, or used in like new condition, traffic control devices, at the beginning of the work and maintain the devices in like new condition until completion of the work.

PROJECT PHASING & CONSTRUCTION PROCEDURES

Perform work on weekends and other days classes are not in session. The Engineer may permit closure of a single lot at a time to permit work on days classes are in session; however, the Engineer will not permit closure of an entrance on days classes are in session. The Engineer may specify additional days and hours when lane or lot closures will not be allowed.

Partner with the Engineer and college officials to develop a closure and work schedule for approval. The college will notify students and staff. The Department will provide public notification. All work shall be scheduled to provide the minimal disruption to the ECTC facility. Work may be required during scheduled ECTC closures or weekends. Notify the Engineer immediately and obtain prior approval of any proposed deviations from the approved schedule.

Maintain one way, two way, or alternating one way traffic during construction as directed or approved by the Engineer. Unless directed otherwise by the Engineer, provide a minimum clear lane width of ten (10) feet.

LANE & LOT CLOSURES

Except as approved by the Engineer, do not leave lane and lot closures in place during non-working hours or required curing times.

CHANGEABLE MESSAGE SIGNS

If deemed necessary by the Engineer, the Department will furnish, operate, and maintain Changeable Message Signs.

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 27 of 48

Page 28: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

Traffic Control Plan for Parking LotFE01 047 8111 000-001Page 2 of 3

SIGNS

The Engineer may require additional signing and/or traffic control devices in addition to the items shown on the Standard Drawings. Sign posts and splices shall be compliant with NCHRP 350 or MASH. Manufacturer’s documentation validating this compliance shall be provided to the Engineer prior to installation. Signs, including any splices, shall be installed according to manufacturer’s specifications and installation recommendations. Contrary to section 112.04.02, the Department will measure only long term signs (signs intended to be continuously in place for more than 3 days) for payment. The Department will not measure; short term signs (signs intended to be left in place for 3 days or less) for payment, but shall be incidental to Maintain and Control Traffic. Contrary to Section 112.04.02, the Department will measure individual signs only once for payment, regardless of how many times they are erected or relocated. The Department will not measure replacements for damaged signs directed by the Engineer to be replaced due to poor condition or reflectivity.

BARRICADES

The Department will not measure Barricades used in lieu of barrels and cones for channelization or delineation, but shall be incidental to Maintain and Control Traffic according to Section 112.04.01. The Department will measure Barricades used for road or lot closures and protection of pavement removal areas in individual units Each. The Department will measure for payment the maximum number of barricades in concurrent use at the same time on a single day on all sections of the contract. The Department will measure individual barricades only once for payment, regardless of how many times they are set, reset, removed, and relocated during the duration of the project. The Department will not measure replacements for damaged barricades the Engineer directs to be replaced due to poor condition or reflectivity. Retain possession of the Barricades upon completion of construction.

PAVEMENT STRIPING & PAINTED MARKINGS

Consider the quantities and locations listed on the summary as approximate only. Prior to milling and/or resurfacing, locate and document the locations of the existing markings. After resurfacing, replace the markings at their approximate existing locations or as directed by Engineer. Place markings not existing prior to resurfacing as directed by the Engineer.

If there is to be a deviation from the existing striping plan, the Engineer will furnish the Contractor a revised striping plan prior to placement of the final surface course or seal coating.

Install Temporary and Permanent Striping according to Special Note for Parking Lot Striping with the following exception:

If the Contractor’s operations or phasing requires temporary markings that must subsequently be removed from the final surface course, use an approved removable lane tape; however, the Department will not measure removable lane tape for separate

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 28 of 48

Page 29: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

Traffic Control Plan for Parking LotFE01 047 8111 000-001Page 3 of 3

PAVEMENT EDGE DROP-OFFS

Do not allow a difference in elevation of a pavement edge between opposing directions of traffic or lanes that traffic is expected to cross in a lane change situation greater than 1½”. Place warning signs ((MUTCD W8-9, W8-9A, or W8-11) in advance of and at 1500 feet intervals throughout the drop-off area. Dual post the signs on both sides of the traveled way. Wedge transverse transitions between newly surfaced pavement and the existing pavement areas that traffic may cross with asphalt mixture for leveling and wedging. Remove wedges prior to placement of the final surface course.

Treat pavement edges that traffic is not expected to cross, except accidentally, as follows:

Less than 2” - No protection required.

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

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 29 of 48

Page 30: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

SPECIAL NOTE FOR PARKING LOT STRIPINGFE01 047 8111 000-001

I. DESCRIPTION

Except as specified herein, perform all work in accordance with the Department's 2012 Standard and Supplemental Specifications and Standard and Sepia Drawings, current editions. Article references are to the Standard Specifications. This work shall consist of the following:

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

II. MATERIALS

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

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

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

III. CONSTRUCTION METHODS

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

B. Parking Lot Striping, Symbols, and Words. Layout and install Parking lot Striping in accordance with Section 713 requirements for 4 inch waterborne paint or as directed by the Engineer. After resurfacing or seal coating an area, place striping, symbols, and wordsaccording to the existing layout. If there is to be a deviation from the existing striping plan, the Engineer will furnish the Contractor a revised striping plan prior to placement of the final surface course or seal coating. Do not open a closed lot or lane before striping.

IV. METHOD OF MEASUREMENT

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

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

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 30 of 48

Page 31: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

Parking Lot StripingFE01 047 8111 000-001Page 2 of 2

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

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

V. BASIS OF PAYMENT

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

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

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

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

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 31 of 48

Page 32: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 32 of 48

Page 33: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 33 of 48

Page 34: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

PAVING AND SEALING SUMMARYFE01 047 8111 000-001

SEALING AREAS (ECTC ENTRANCE 2) Entrance sealing width is estimated to be 20-30 feet.Surface repairs & milling is estimated to be 30 SYTotal mainline area to be sealed is estimated to be 6,888 square yards.

SEALING AREAS (ECTC ENTRANCE 3) Entrance sealing width is estimated to be 33-60 feet.Surface repairs & milling is estimated to be 960 SYTotal mainline area to be sealed is estimated to be 5,678 square yards.

SEALING AREAS (ECTC ENTRANCE 4) Entrance sealing width is estimated to be 30 feet.Surface repairs & milling is estimated to be 532 SYTotal mainline area to be sealed is estimated to be 2,733 square yards.

SEALING AREAS (ECTC PARKING LOT RPC Parking) Parking lot sealing width is estimated to be 30-75 feet.Surface repairs & milling is estimated to be 232 SYTotal mainline area to be sealed is estimated to be 2,575 square yards.

SURFACING AREAS (ECTC PARKING LOT OTB 100 & 200) Surface repairs & milling is estimated to be 593 SY.

SEALING AREA (ECTC PARKING LOT H)Mainline sealing width is estimated to be 145 feet.Total mainline sealing area is estimated to be 6,525 square yards.

SEALING AREA (ECTC PARKING LOT F)Mainline sealing width is estimated to be 257 feet.Total mainline sealing area is estimated to be 13,806 square yards.

SURFACING AREA (ECTC PARKING LOT G)Mainline surfacing width is estimated to be 130 feet.Total mainline surfacing area is estimated to be 12,928 square yards.

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 34 of 48

Page 35: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

1" C

L 2

AS

P S

UR

F 0.

38D

PG

64-2

2

FE01

047

811

1 00

0-00

1

TYPI

CA

L SE

CTI

ON

BA

SE

FA

ILU

RE

4"

Inch

es C

L2 A

SP

HA

LT B

AS

E P

G64

-22

(B

etw

een

lots

G1

and

G2)

11 F

T x

10 F

T

ECTC

PAR

KIN

G L

OT

SUR

FAC

ING

AR

EAS

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 35 of 48

Page 36: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

PART II

SPECIFICATIONS AND STANDARD DRAWINGS

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 36 of 48

Page 37: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

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

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 37 of 48

Page 38: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

SUPPLEMENTAL SPECIFICATIONS

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

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

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 38 of 48

Page 39: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

2016 STANDARD DRAWINGS THAT APPLYFD04 037 2271 000-001

CURVE WIDENING AND SUPERELEVATION TRANSITIONS........................................................................RGS-001-07MISCELLANEOUS STANDARDS PART 1 .......................................................................................................... RGX-001-06APPROACHES, ENTRANCES, AND MAIL BOX TURNOUT........................................................................ …RPM-110-07ACCESSIBLE PARKING SPACE DETAILS .........................................................................................................RPX-100-03LANE CLOSURE TWO-LANE HIGHWAY ...................................................................................................... …TTC-100-04SHOULDER CLOSURE .......................................................................................................................................... TTC-135-02PAVEMENT CONDITION WARNING SIGNS .....................................................................................................TTD-125-02MOBILE OPERATION FOR PAINT STRIPING CASE I ......................................................................................TTS-100-02MOBILE OPERATION FOR PAINT STRIPING CASE II .....................................................................................TTS-100-02

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 39 of 48

Page 40: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

PART III

EMPLOYMENT, WAGE AND RECORD REQUIREMENTS

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 40 of 48

Page 41: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

TRANSPORTATION CABINET DEPARTMENT OF HIGHWAYS

LABOR AND WAGE REQUIREMENTS

APPLICABLE TO OTHER THAN FEDERAL-AID SYSTEM PROJECTS

I. Application II. Nondiscrimination of Employees (KRS 344) I. APPLICATION 1. These contract provisions shall apply to all work performed on the contract by the contractor with his own organization and with the assistance of workmen under his immediate superintendence and to all work performed on the contract by piecework, station work or by subcontract. The contractor's organization shall be construed to include only workmen employed and paid directly by the contractor and equipment owned or rented by him, with or without operators. 2. The contractor shall insert in each of his subcontracts all of the stipulations contained in these Required Provisions and such other stipulations as may be required. 3. A breach of any of the stipulations contained in these Required Provisions may be grounds for termination of the contract. II. NONDISCRIMINATION OF EMPLOYEES

AN ACT OF THE KENTUCKY GENERAL ASSEMBLY TO PREVENT DISCRIMINATION IN EMPLOYMENT

KRS CHAPTER 344 EFFECTIVE JUNE 16, 1972

The contract on this project, in accordance with KRS Chapter 344, provides that during the performance of this contract, the contractor agrees as follows: 1. The contractor shall not fail or refuse to hire, or shall not discharge any individual, or otherwise discriminate against an individual with respect to his compensation, terms, conditions, or privileges of employment, because of such individual's race, color, religion, national origin, sex, disability or age (forty and above); or limit, segregate, or classify his employees in any way which would deprive or tend to deprive an individual of employment opportunities or otherwise adversely affect his status as an employee, because of such individual's race, color, religion, national origin, sex, disability or age forty (40) and over. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause.

2. The contractor shall not print or publish or cause to be printed or published a notice or advertisement relating to employment by such an employer or membership in or any classification or referral for employment by the employment agency, indicating any preference, limitation, specification, or discrimination, based on race, color, religion, national origin, sex, or age forty (40) and over, or because the person is a qualified individual with a disability, except that such a notice or advertisement may indicate a preference, limitation, or specification based on religion, national origin, sex, or age forty (40) and over, or because the person is a qualified individual with a disability, when religion, national origin, sex, or age forty (40) and over, or because the person is a qualified individual with a disability, is a bona fide occupational qualification for employment.

3. If the contractor is in control of apprenticeship or other training or retraining, including on-the-job training programs, he shall not discriminate against an individual because of his race, color, religion, national origin, sex, disability or age forty (40) and over, in admission to, or employment in any program established to provide apprenticeship or other training. 4. The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representative of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. The contractor will take such action with respect to any subcontract or purchase order as the administrating agency may direct as a means of enforcing such provisions, including sanctions for non-compliance. Revised: January 25, 2017

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 41 of 48

Page 42: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

EXECUTIVE BRANCH CODE OF ETHICS In the 1992 regular legislative session, the General Assembly passed and Governor Brereton Jones signed Senate Bill 63 (codified as KRS 11A), the Executive Branch Code of Ethics, which states, in part: KRS 11A.040 (7) provides:

No present or former public servant shall, within six (6) months following termination of his office or employment, accept employment, compensation, or other economic benefit from any person or business that contracts or does business with, or is regulated by, the state in matters in which he was directly involved during the last thirty-six (36) months of his tenure. This provision shall not prohibit an individual from returning to the same business, firm, occupation, or profession in which he was involved prior to taking office or beginning his term of employment, or for which he received, prior to his state employment, a professional degree or license, provided that, for a period of six (6) months, he personally refrains from working on any matter in which he was directly involved during the last thirty-six (36) months of his tenure in state government. This subsection shall not prohibit the performance of ministerial functions, including but not limited to filing tax returns, filing applications for permits or licenses, or filing incorporation papers, nor shall it prohibit the former officer or public servant from receiving public funds disbursed through entitlement programs.

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

which the former public servant was directly involved during the last thirty-six (36) months of his tenure, for a period of one (1) year after the latter of:

a) The date of leaving office or termination of employment; or b) The date the term of office expires to which the public servant was elected.

This law is intended to promote public confidence in the integrity of state government and to declare as public policy the idea that state employees should view their work as a public trust and not as a way to obtain private benefits. If you have worked for the executive branch of state government within the past six months, you may be subject to the law's prohibitions. The law's applicability may be different if you hold elected office or are contemplating representation of another before a state agency. Also, if you are affiliated with a firm which does business with the state and which employs former state executive-branch employees, you should be aware that the law may apply to them. In case of doubt, the law permits you to request an advisory opinion from the Executive Branch Ethics Commission, 3 Fountain Place, Frankfort, Kentucky 40601; telephone (502) 564-7954. Revised: January 27, 2017

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 42 of 48

Page 43: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

Kentucky Equal Employment Opportunity Act of 1978

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

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 43 of 48

Page 44: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

EMPLOYEE RIGHTSUNDER THE FAIR LABOR STANDARDS ACTTHE UNITED STATES DEPARTMENT OF LABOR WAGE AND HOUR DIVISION

FEDERAL MINIMUM WAGE

At least 1 times your regular rate of pay for all hours worked over 40 in a workweek.

An employee must be at least 16 years old to work in most non-farm jobs and at least18 to work in non-farm jobs declared hazardous by the Secretary of Labor.

Youths 14 and 15 years old may work outside school hours in various non-manufactur-ing, non-mining, non-hazardous jobs under the following conditions:

No more than• 3 hours on a school day or 18 hours in a school week; • 8 hours on a non-school day or 40 hours in a non-school week.

Also, work may not begin before 7 a.m. or end after 7 p.m., except from June 1through Labor Day, when evening hours are extended to 9 p.m. Different rulesapply in agricultural employment.

Employers of “tipped employees” must pay a cash wage of at least $2.13 per hour ifthey claim a tip credit against their minimum wage obligation. If an employee's tipscombined with the employer's cash wage of at least $2.13 per hour do not equal theminimum hourly wage, the employer must make up the difference. Certain other conditions must also be met.

The Department of Labor may recover back wages either administratively or throughcourt action, for the employees that have been underpaid in violation of the law.Violations may result in civil or criminal action.

Employers may be assessed civil money penalties of up to $1,100 for each willful or repeated violation of the minimum wage or overtime pay provisions of the law and up to $11,000 for each employee who is the subject of a violation of the Act’s child labor provisions. In addition, a civil money penalty of up to $50,000 may be assessed for eachchild labor violation that causes the death or serious injury of any minor employee, and such assessments may be doubled, up to $100,000, when the violations are determined to be willful or repeated. The law also prohibits discriminating against or discharging workers who file a complaint or participate in any proceeding under the Act.

• Certain occupations and establishments are exempt from the minimum wage and/orovertime pay provisions.

• Special provisions apply to workers in American Samoa and the Commonwealth of theNorthern Mariana Islands.

• Some state laws provide greater employee protections; employers must comply with both.• The law requires employers to display this poster where employees can readily see it.• Employees under 20 years of age may be paid $4.25 per hour during their first 90

consecutive calendar days of employment with an employer. • Certain full-time students, student learners, apprentices, and workers with disabilities

may be paid less than the minimum wage under special certificates issued by theDepartment of Labor.

For additional information:

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

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

OVERTIME PAY

CHILD LABOR

TIP CREDIT

ENFORCEMENT

ADDITIONALINFORMATION

WHD Publication 1088 (Revised July 2009)

12/

$7.25 PER HOUR

BEGINNING JULY 24, 2009

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 44 of 48

Page 45: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

PART IV

INSURANCE

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 45 of 48

Page 46: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

INSURANCE The Contractor shall procure and maintain the following insurance in addition to the insurance required by law:

1) Commercial General Liability-Occurrence form – not less than $2,000,000 General aggregate, $2,000,000 Products & Completed Aggregate, $1,000,000 Personal & Advertising, $1,000,000 each occurrence.

2) Automobile Liability- $1,000,000 per accident

3) Employers Liability:

a) $100,000 Each Accident Bodily Injury b) $500,000 Policy limit Bodily Injury by Disease c) $100,000 Each Employee Bodily Injury by Disease

4) The insurance required above must be evidenced by a Certificate of Insurance and this Certificate of Insurance must contain one of the following statements: a) "policy contains no deductible clauses." b) "policy contains _________________ (amount) deductible property damage clause but company

will pay claim and collect the deductible from the insured."

5) KENTUCKY WORKMEN'S COMPENSATION INSURANCE. The contractor shall furnish evidence of coverage of all his employees or give evidence of self-insurance by submitting a copy of a certificate issued by the Workmen's Compensation Board.

The cost of insurance is incidental to all contract items. All subcontractors must meet the same minimum insurance requirements.

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 46 of 48

Page 47: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

PART V

BID ITEMS

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 47 of 48

Page 48: HARDIN COUNTY WORK TYPE PARKING LOT SEALING€¦ · vendor ID for the joint venture from the Division of Construction Procurement and register the joint venture as a bidder on the

PROPOSAL BID ITEMS

Report Date 7/13/18Page 1 of 1

182328

Section: 0001 - PAVINGLINE BID CODE ALT DESCRIPTION QUANTITY UNIT UNIT PRIC FP AMOUNT0010 00301 CL2 ASPH SURF 0.38D PG64-22 885.00 TON $0020 02676 MOBILIZATION FOR MILL & TEXT 1.00 LS $0030 02677 ASPHALT PAVE MILLING & TEXTURING 150.00 TON $0040 03240 BASE FAILURE REPAIR 13.00 SQYD $

0050 24970ECASPHALT MATERIAL FOR TACK NON-TRACKING 7.00 TON $

0060 40025JOINT AND CRACK REPAIR(OVERBAND CRACK SEALING) 9,175.00 LF $

Section: 0002 - JENNITELINE BID CODE ALT DESCRIPTION QUANTITY UNIT UNIT PRIC FP AMOUNT

0070 23957EXSEAL COATING(TWO COATS) 38,205.00 SQYD $

Section: 0003 - SEALMASTER PMCTSLINE BID CODE ALT DESCRIPTION QUANTITY UNIT UNIT PRIC FP AMOUNT

0080 23957EXSEAL COATING(TWO COATS) 38,205.00 SQYD $

Section: 0004 - TRAFFIC CONTROLLINE BID CODE ALT DESCRIPTION QUANTITY UNIT UNIT PRIC FP AMOUNT0090 02014 BARRICADE-TYPE III 6.00 EACH $0100 02562 TEMPORARY SIGNS 130.00 SQFT $0110 02650 MAINTAIN & CONTROL TRAFFIC 1.00 LS $

0120 06571PAVE MARKING-PAINT PARKING LOT4 INCH STRIPING 18,300.00 LF $

0130 06601NC PAVE MARKING-PAINT WORDS 44.00 EACH $0140 20206EC PAVE MARK HANDICAP SYMBOL 19.00 EACH $0150 20208NC PAVE MARK-PAINT ARROWS 20.00 EACH $

Section: 0005 - DEMOBILIZATIONLINE BID CODE ALT DESCRIPTION QUANTITY UNIT UNIT PRIC FP AMOUNT0160 02569 DEMOBILIZATION 1.00 LS $

HARDIN COUNTYFE01 047 8111 000-001

Contract ID: 182328Page 48 of 48