44
Letting 10/21/2020 Kansas Department of Transportation Project No. K004-106 KA-5871-01 Contract No. 520106262 K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT PROPOSAL DOT Form No. 202 Rev. 02/19 Contract ID: 520106262 1. The Secretary of Transportation of the State of Kansas [Secretary] will accept only electronic internet proposals from prequalified contractors for construction, improvement, reconstruction, or maintenance work in the State of Kansas, said work known as Project No.: K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA 5871-01, K4. KA 5872-01, FR US77 JCT E TO MR CO LI IN DK CO, 0.146 MI. KA 5873-01, FR DK CO LI E TO K177 JCT IN MR CO, 32.115 MI. LENGTH IS 32.115 MI. 2. This is the Proposal of [Contractor] to complete the Project for the amount set out in the accompanying Unit Prices List. 3. The Contractor makes the following ties and riders as part of its Proposal in addition to state ties, if any: 4. Contractors and other interested entities may examine the Bidding Proposal Form/ Contract Documents (see paragraph 11 below) at the County Clerk's Office in the County in which the Project is located and at the Kansas Department of Transportation [KODT] Bureau of Construction and Materials, Eisenhower State Office Building, 700 SW Harrison, Topeka, Kansas 66603. Contractors may examine and print the Bidding Proposal Form/Contract Documents by using KDOT's website at http://www.ksdot.org and choosing the following selections: "Doing Business", "Bidding & Letting" and "Proposal Information",and using the links provided in the Project information for this project. KDOT will not print and mail paper copies of Proposal Forms. Contractors shall notify KDOT of their intent to bid as a prime contractor by identifying themselves as a Bid Holder on the website above. Contractors shall furnish this notice no later than the close of business on the Monday preceding the scheduled Letting Date. For a fee, Contractors and other interested entities may order paper copies of the KDOT Standard Specifications for State Road and Bridge Construction, 2015 Edition, [Standard Specifications] by using KDOT's website of http://www.ksdot.org and choosing the following selections: "Doing Business", "Bidding & Letting" and "Specifications". 5. Contractors shall use the AASHTO's Project Bids software in combination with the electronic bidding system file created for the Project with Project Bids software [EBSX file] to generate an electronic internet proposal. The Project Bids software and Project EBSX file are available on Bid Express' website at http://www.bidx.com. Contractor: Page 1 Check: 58A3D05E91

K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

  • Upload
    others

  • View
    5

  • Download
    0

Embed Size (px)

Citation preview

Page 1: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

Letting 10/21/2020 Kansas Department of Transportation Project No. K004-106 KA-5871-01Contract No. 520106262

K004-106 KA-5871-01 K004-106 KA-5871-01CONTRACT PROPOSAL

DOT Form No. 202 Rev. 02/19Contract ID: 5201062621. The Secretary of Transportation of the State of Kansas [Secretary] will accept only electronic internet proposals from prequalified contractors for construction, improvement, reconstruction, or maintenance work in the State of Kansas, said work known as Project No.:

K004-106 KA-5871-01 / K004-106 KA-5871-01The general scope, location and net length are:

MILLING AND HMA OVERLAY. HOST, KA 5871-01, K4. KA 5872-01,FR US77 JCT E TO MR CO LI IN DK CO, 0.146 MI. KA 5873-01,FR DK CO LI E TO K177 JCT IN MR CO, 32.115 MI. LENGTH IS32.115 MI.2. This is the Proposal of [Contractor] to complete the Project for the amount set out in the accompanying Unit Prices List.

3. The Contractor makes the following ties and riders as part of its Proposal in addition to state ties, if any:

4. Contractors and other interested entities may examine the Bidding Proposal Form/Contract Documents (see paragraph 11 below) at the County Clerk's Office in the County in which the Project is located and at the Kansas Department of Transportation [KODT] Bureau of Construction and Materials, Eisenhower State Office Building, 700 SW Harrison, Topeka, Kansas 66603. Contractors may examine and print the Bidding Proposal Form/Contract Documents by using KDOT's website at http://www.ksdot.org and choosing the following selections: "Doing Business", "Bidding & Letting" and "Proposal Information",and using the links provided in the Project information for this project. KDOT will not print and mail paper copies of Proposal Forms. Contractors shall notify KDOT of their intent to bid as a prime contractor by identifying themselves as a Bid Holder on the website above. Contractors shall furnish this notice no later than the close of business on the Monday preceding the scheduled Letting Date. For a fee, Contractors and other interested entities may order paper copies of the KDOT Standard Specifications for State Road and Bridge Construction, 2015 Edition, [Standard Specifications] by using KDOT's website of http://www.ksdot.org and choosing the following selections: "Doing Business", "Bidding & Letting" and "Specifications".

5. Contractors shall use the AASHTO's Project Bids software in combination with the electronic bidding system file created for the Project with Project Bids software [EBSX file] to generate an electronic internet proposal. The Project Bids software and Project EBSX file are available on Bid Express' website at http://www.bidx.com.

Contractor: Page 1 Check: 58A3D05E91

Page 2: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

Letting 10/21/2020 Kansas Department of Transportation Project No. K004-106 KA-5871-01Contract No. 520106262

6. Contractors shall only use the Project Bids software to create a proposal and submit an electronic internet proposal to KDOT using the Bid Express website at http://www.bidx.com.

7. The KDOT Bureau of Construction and Materials will only accept electronic internet proposals on-line using Bid Express until 1:00 P.M. Local Time on the Letting Date. KDOT will open and read these proposals at the Eisenhower State Office Building, 700 SW Harrison, Topeka, Kansas 66603 at 1:30 P.M. Local Time on the Letting Date. An Audio Broadcast of the Bid Letting is available at http://www.ksdot.org/burconsmain/audio.asp.

8. The Contractor shall execute a contract for the proposed work within ten (10) business days after notice of the award of the contract.

9. The Contractor shall complete the work within ___60___ working days and number of cleanup days allowed by Standard Specifications, subsection 108.4.

10. The Contractor shall complete the Project according to the plans, Standard Specifications, provisions identified in the Special Provision List and all other Contract Documents identified in Standard Specifications subsection 101.3

11. The undersigned declares that the Contractor has carefully examined the Bidding Proposal Form for the Project. The Contractor understands the following:

A. The Bidding Proposal Form consists of the following documents: the Project EBSX files on the Bid Express website (which includes DOT Form 202, required contract provisions, and the Unit Prices List), special provision list, project special provisions, special provisions, Standard Specifications, plans, exploratory work documents, any additional contract information, any addenda, all questions and answers posted on the Bid Express website, and any amendments the Secretary provides for the Project. The Contractor can obtain these documents at KDOT's website (see paragraph 4).

B. The special provision list identifies all required contract provisions, project special provisions and special provisions that apply to the Project.

C. The Bidding Proposal form becomes the Contractor's Proposal after the Contractor completes the EBSX file, electronically signs the Proposal where required on DOT Form 202, and submits the completed EBSX file documents and bid bond to KDOT using Bid Express. The special provision list, project special provisions, special provisions, Standard Specifications, plans, exploratory work documents, any additional contract information, all questions and answers posted on the Bid Express website, and any addenda are incorporated by reference into the Proposal. These documents are part of the Contractor's Proposal.

D. In electronically signing this Proposal, the Contractor waives the right to claim that the Contractor misunderstood the contents of the Proposal or the procurement process.

12. The Contractor has inspected the actual location of the work. The Contractor has determined the availability of materials. The Contractor has evaluated all quantities and conditions. In electronically signing this Proposal, the Contractor waives the right to claim that the Contractor misunderstood the scope of the work.

Contractor: Page 2 Check: 58A3D05E91

Page 3: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

Letting 10/21/2020 Kansas Department of Transportation Project No. K004-106 KA-5871-01Contract No. 520106262

13. SPECIAL PROVISIONS REQUIRING INFORMATION. The following Required Contract Provisions (I-XVI) require the Contractor to furnish information. The current versions of these provisions are contained in the Project EBSX file. Some or all of these apply to the Project as indicated in the Special Provision List. The Contractor shall complete these provisions within the EBSX file. When these documents are required, the Secretary will reject proposals that fail to contain completed Provisions I, II, III or IV in the EBSX file, and may reject proposals that fail to contain completed Provisions V, VI, VII, VIII, IX, X, XI, XII, XIII, XIV, XV, or XVI in the EBSX file.

I. 08-10-66 Certification-Noncollusion & History of DebarmentII. 04-30-82 Certification-Financial Prequalification AmountIII. 04-26-90 Declaration-Limitations on Use of Federal Funds for LobbyingIV. 07-19-80 DBE Contract GoalV. 08-04-92 Certification-Contractual Services with a Current Legislator

or a Current Legislator's FirmVI. 10-10-00 Price Adjustment for FuelVII. 08-08-01 Furnishing and Planting Plant MaterialsVIII. 06-01-06 Price Adjustment for Asphalt MaterialIX. 05-18-07 Repair (Structures)X. 08-31-09 Price Adjustment for Emulsified AsphaltXI. 11-15-17 Electric Lighting System Unit CostXII. 04-06-09 ITS Unit CostXIII. 08-17-16 Water System Unit CostXIV. 06-19-19 Sanitary Sewer System Unit CostXV. 01-01-18 Smart Work Zone System Unit CostXVI. 01-01-11 Kansas Department of Revenue Tax Clearance Certificate

14. The funding source for this Project is STATE. On Projects involving City or County funds, the Secretary acts as the Agent of the City or County and as the administrator of federal or state funds. Each governmental entity's responsibilities are described in a contract between the entities which is available on request.

15. FEDERAL AID DOCUMENTS INCLUDED IN PROPOSAL. If the Project is supported in whole or in part by Federal funds, the latest revisions of the following provisions (I - VI) also apply to the Project. These documents are not included in the Project EBSX file but are accessible on KDOT's website and incorporated by reference into the proposal like other provisions and the exploratory work documents.

I. 11-03-80 Affirmative Action For EEOII. 11-15-96 Affirmative Action & EEO PoliciesIII. 09-06-94 U.S. DOT Fraud HotlineIV. FHWA-1273 Federal-Aid Required Contract ProvisionsV. 03-10-06 Use of DBE As Aggregate Supplier/Regular DealerVI. 07-18-80 Use of DBE

16. The Secretary reserves the right to reject any and all proposals and to waive any or all technicalities.

Contractor: Page 3 Check: 58A3D05E91

Page 4: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

Letting 10/21/2020 Kansas Department of Transportation Project No. K004-106 KA-5871-01Contract No. 520106262

17. SIGNATURE SECTION:

A. Electronic Internet Proposal

The person submitting the electronic internet Proposal, on the Contractor's behalf, shall be the person whose digital identification is used to submit this Proposal. That person shall complete paragraphs B and C. The person whose digital identification is used to electronically sign this Proposal binds the Contractor to this Proposal and binds the named individual to the certification in paragraph B.

B. Certification

I CERTIFY THAT I AM AUTHORIZED TO REPRESENT THE CONTRACTOR IN PREPARING AND PRESENTING THIS PROPOSAL. I CERTIFY UNDER PENALTY OF PERJURY THAT THE FOREGOING (INCLUDING BUT NOT LIMITED TO THE INFORMATION CONTAINED IN THE SPECICIAL PROVISIONS REFERENCED IN PARAGRAPH 13) IS TRUE AND CORRECT.

EXECUTED ON

C. Signature

Number of company or joint venture:

Name of company or joint venture:

Name of person signing:

Title of the person signing:

Signature: Electronic Internet Proposal

RELEASED FOR CONSTRUCTION:

Date:____________________________________

_________________________________________

Chief of Construction and Materials

Contractor: Page 4 Check: 58A3D05E91

Page 5: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

KANSAS DEPARTMENT OF TRANSPORTATIONSPECIAL PROVISION LIST

PAGE:DATE:

109/12/20

STATE PROJECT NO: K004-106 KA-5871-01 STATE CONTRACT NO: 520106262

FEDERAL PROJ NO.

PRIMARY DISTRICT:

DESCRIPTION:

PRIMARY COUNTY: STATEWIDE2

MILLING AND HMA OVERLAY. HOST, KA 5871-01, K4. KA 5872-01, FR US77 JCT E TO MR CO LI IN DK CO, 0.146 MI. KA 5873-01, FR DK CO LI E TO K177 JCT IN MR CO, 32.115 MI. LENGTH IS 32.115 MI.

PROVISION NO. DESCRIPTION

NOTE: THE FOLLOWING LIST OF SPECIAL PROVISIONS ARE FOR THIS PROJECT. OMISSION OF ALL OR PART OF A SPECIAL PROVISION IN THE ATTACHED PROPOSAL (CONTRACT) DOES NOT RELIEVE THE CONTRACTOR OF THE RESPONSIBILITY FOR OBTAINING THE COMPLETE PROVISION AS LISTED.

REQUIRED CONTRACT PROVISION-EMULSIFIED ASPHALT ADJUSTMENT08-31-09-R01REQUIRED CONTRACT PROVISION-NONCOLLUSION / HISTORY-DEBARMENT08-10-66-R05REQUIRED CONTRACT PROVISION-FINANCIAL PREQUALIFICATION04-30-82-R07REQUIRED CONTRACT PROVISION-CONTRACTUAL SERVICES-LEGISLATOR08-04-92-R03REQUIRED CONTRACT PROVISION-PRICE ADJUSTMENT FOR FUEL10-10-00-R08REQUIRED CONTRACT PROVISION-PRICE ADJUSTMENT FOR ASPHALT06-01-06-R01REQUIRED CONTRACT PROVISION-EEO REQUIREMENT11-15-96-R05MINIMUM WAGE RATE (MORRIS COUNTY) (5-8-20)KS20200104M1MINIMUM WAGE RATE (DICKINSON COUNTY) (5-8-20)KS20200079M1REQUIRED CONTRACT PROVISION-TAX CLEARANCE CERTIFICATE01-01-11-R01POLICY AGAINST SEXUAL HARASSMENT03-01-18ERRATA SHEET FOR STD SPEC BOOK FOR RD & BR CONST, 2015 ED15-ER-1-R20REQUIRED CONTRACT PROVISIONS KS FUNDED CONST CONTRACTS15-01003FUEL ADJUSTMENT15-01008-R02ASPHALT PRICE ADJUSTMENT15-01009-R01EMULSIFIED ASPHALT ADJUSTMENT15-01010ENVIRONMENTAL CONCERNS - MIGRATORY BIRD TREATY ACT15-01011-R06SEASONAL LIMITATIONS15-01012-R01PROSECUTION AND PROGRESS15-01016-R03CONTROL OF WORK15-01019-R02BIDDING REQUIREMENTS AND CONDITIONS15-01021-R03SCOPE OF WORK15-01022-R04BIDDING REQUIREMENTS AND CONDITIONS15-01023AWARD AND EXECUTION OF CONTRACT15-01024HMA BOND STRENGTH15-06003-R02ASPHALT PAVEMENT SMOOTHNESS15-06006-R01HOT MIX ASPHALT CONSTRUCTION QC/QA15-06007-R01WORK ZONE TRAFFIC CONTROL AND SAFETY (FOR 1R'S)15-08001-R03PAVEMENT WIDENING, SHOULDERING AND PAVEMENT EDGE WEDGE15-08011-R02MAINTENANCE AND RESTORATION OF HAUL ROADS15-08018WORK ZONE TRAFFIC CONTROL & SAFETY15-08019-R01DURABLE PAVEMENT MARKING15-08020-R01FIELD OFFICE AND LABORATORY15-08023AGGREGATE FOR HMA15-11002-R01

Page 6: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

KANSAS DEPARTMENT OF TRANSPORTATIONSPECIAL PROVISION LIST

PAGE:DATE:

209/12/20

STATE PROJECT NO: K004-106 KA-5871-01 STATE CONTRACT NO: 520106262

FEDERAL PROJ NO.

PRIMARY DISTRICT:

DESCRIPTION:

PRIMARY COUNTY: STATEWIDE2

MILLING AND HMA OVERLAY. HOST, KA 5871-01, K4. KA 5872-01, FR US77 JCT E TO MR CO LI IN DK CO, 0.146 MI. KA 5873-01, FR DK CO LI E TO K177 JCT IN MR CO, 32.115 MI. LENGTH IS 32.115 MI.

PROVISION NO. DESCRIPTION

NOTE: THE FOLLOWING LIST OF SPECIAL PROVISIONS ARE FOR THIS PROJECT. OMISSION OF ALL OR PART OF A SPECIAL PROVISION IN THE ATTACHED PROPOSAL (CONTRACT) DOES NOT RELIEVE THE CONTRACTOR OF THE RESPONSIBILITY FOR OBTAINING THE COMPLETE PROVISION AS LISTED.

GENERAL REQUIREMENT DIVISION 120015-12001-R01PERFORMANCE GRADED ASPHALT BINDER15-12002RELEASE COMPOUND FOR ASPHALT MIXES15-17004-R04THERMOPLASTIC15-22001-R01MULTI - COMPONENT LIQUID PAVEMENT MARKING MATERIAL15-22003-R02PAVEMENT MARKING PAINT15-22004-R02IMAGE SYSTEMS15-22005-R03RETROREFLECTIVE SHEETING15-22006-R01PREFORMED THERMOPLASTIC PAVEMENT MARKING MATERIAL15-22008-R01WOOD POSTS15-23001-R02FIELD HANDLING AND PRESERVATIVE TREATMENT OF WOOD PRODUCTS15-23003PART V15-25001-R06CONSTRUCTION MANUAL - PART V15-25002-R01MATERIALS CERTIFICATIONS15-26001-R08MODIFIED REQUIREMENTS – ASPHALT MIXTURES15-MR0358COMBINATION, TIED BIDS ON 1R PROJECTS WITH FEDERAL-AID FUNDS15-PS0018

END OF SPECIAL PROVISION LIST

Page 7: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

Letting 10/21/2020 Kansas Department of Transportation Project No. K004-106 KA-5871-01Contract No. 520106262

REQUIRED CONTRACT PROVISION - 08-10-66-R05 (Rev. 07/05)CERTIFICATION - NONCOLLUSION AND HISTORY OF DEBARMENT

K.A.R. 36-30-4, 49 C.F.R. 29.335, 23 U.S.C. 112(c), 49 U.S.C. 322Complete the exceptions below if applicable. The Contractor's signature on the last page of the Contractor's Proposal (DOT Form 202) supplies the necessary signature for this Certificate.

NONCOLLUSIONI certify that the Contractor submitting this bid has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action, in restraint of free competitive bidding in connection with the submitted bid.

HISTORY OF DEBARMENTI certify that, except as noted below, the Contractor submitting this bid and any person associated with this Contractor in the capacitiy of owner, partner, director, officer, principal, investigator, project director, manager, auditor, or any position involving the administration of federal funds:

1. Are not currently suspended, debarred, voluntarily excluded or disqualified from bidding by any federal or state agency;

2. Have not been suspended, debarred, voluntarily excluded or disqualified from bidding by any federal or state agency within the past three years;

3. Do not have a proposed debarment pending;

4. Within the past three years, have not been convicted or had a civil judgment rendered against them by a court of competent jurisdiction in any matter involving fraud, anti-trust violations, theft, official misconduct, or other offenses indicating a lack of business integrity or business honesty; and

5. Are not currently indicted or otherwise criminally or civilly charged by a federal, state, or local government with fraud, anti-trust violations, theft, official misconduct, or other offenses indicating a lack of business integrity or business honesty; and

6. Have not had one or more federal, state, or local government contracts terminated for cause or default within the past three years.

Answer 'Yes' if there are exceptions to the above described circumstances. Answer 'No' if there are no exceptions.

Yes NoThe exceptions, if any, are:

Contractor: Page 5 Check: 58A3D05E91

Page 8: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

Letting 10/21/2020 Kansas Department of Transportation Project No. K004-106 KA-5871-01Contract No. 520106262

REQUIRED CONTRACT PROVISION - 04-30-82-R07 (Rev. 01/11)CERTIFICATION - FINANCIAL PREQUALIFICATION AMOUNT

Select the appropriate response below to indicate whether this Proposal exceeds the Contractor's financial prequalification amount. The Contractor's signature on the last page of the Contractor's Proposal (DOT Form 202) supplies the necessary signature for this Certificate.

I understand that I may be required to identify the outstanding contract and subcontract work of my firm, association or corporation on DOT Form 284 prior to an award of contract. Unless I obtain approval, I understand that the Secretary may reject this Proposal if the dollar value of work on this Contract combined with unearned amounts on our unfinished contract and subcontract work exceeds our prequalification amount.

I certify that the amount of this Proposal plus the total unearned amount of other contracts with the Kansas Department of Transportation plus the unearned amount of all other contracts in this state or other states exceeds does not exceed the financial prequalification amount of our firm, association or corporation. I also certify that our firm, association or corporation has the financial ability to do the work.

If this Proposal exceeds the financial prequalification amount, I certify that I obtained approval to submit this bid from the KDOT representative I have listed below. (Prior approval to exceed the prequalification limit may be made by telephone or personal contact).

KDOT Approval Granted by:

KDOT Approval Date:

Contractor: Page 6 Check: 58A3D05E91

Page 9: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

Letting 10/21/2020 Kansas Department of Transportation Project No. K004-106 KA-5871-01Contract No. 520106262

REQUIRED CONTRACT PROVISION - 08-04-92-R03 (Rev. 07/05)CERTIFICATION - CONTRACTUAL SERVICES WITH A CURRENT

LEGISLATOR OR A CURRENT LEGISLATOR'S FIRMSelect the appropriate response below to indicate whether this contract is with a legislator or a firm in which a legislator is a member. The Contractor's signature on the last page of the Contractor's Proposal (DOT Form 202) supplies the necessary signature for this Certificate.

Kansas Law, K.S.A. 46-239(c), requires this agency to report all contracts entered into with any legislator or any member of a firm of which a legislator is a member, under which the legislator or member of the firm is to perform services for this agency for compensation. The Contractor certifies that:

This Contract is is not with a legislator or a firm in which a legislator is a member. That Legislator is:

Name:

Address:

City State Zip:

Business Telephone:

Contractor: Page 7 Check: 58A3D05E91

Page 10: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

Letting 10/21/2020 Kansas Department of Transportation Project No. K004-106 KA-5871-01Contract No. 520106262

REQUIRED CONTRACT PROVISION - 10-10-00-R09 (Rev. 01/20)PRICE ADJUSTMENT FOR FUEL

The Contractor may accept or reject the application of Special Provision 15-01008 (latest revision) "Price Adjustment for Fuel". Any items listed on Special Provision 15-01008 (latest revision) that are included in this project are eligible for the fuel price adjustment unless otherwise stated in the contract documents.Answer 'Accept' if you accept this provision. Answer 'Reject' if you reject this provision and the provision will not be part of the contract.

Accept RejectIf the Contractor accepts 15-01008 (latest revision), the Contractor shall mark the checkboxes below for the eligible items/sections listed in Special Provision 15-01008 (latest revision). Then they should indicate their desire for the specific fuel price adjustment by selecting the 'Yes' or 'No' option.

Road Items (Earthwork)Concrete Surfacing ItemsAsphalt Surfacing Items

Contractor: Page 8 Check: 58A3D05E91

Page 11: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

Letting 10/21/2020 Kansas Department of Transportation Project No. K004-106 KA-5871-01Contract No. 520106262

REQUIRED CONTRACT PROVISION - 06-01-06-R01 (Rev. 03/15)PRICE ADJUSTMENT FOR ASPHALT MATERIAL

The Contractor may accept or reject the application of Special Provision 15-01009 (latest revision) "Price Adjustment for Asphalt Material."

Answer 'Accept' if you accept this provision. Answer 'Reject' if you reject this provision and the provision will not be part of the contract.

Accept Reject

Contractor: Page 9 Check: 58A3D05E91

Page 12: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

Letting 10/21/2020 Kansas Department of Transportation Project No. K004-106 KA-5871-01Contract No. 520106262

REQUIRED CONTRACT PROVISION - 08-31-09-R01 (Rev. 03/15)PRICE ADJUSTMENT FOR EMULSIFIED ASPHALT

The Contractor may accept or reject the application of Special Provision 15-01010 (latest revision) "Emulsified Asphalt Price Adjustment."

Answer 'Accept' if you accept this provision. Answer 'Reject' if you reject this provision and the provision will not be part of the contract.

Accept Reject

Contractor: Page 10 Check: 58A3D05E91

Page 13: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

Letting 10/21/2020 Kansas Department of Transportation Project No. K004-106 KA-5871-01Contract No. 520106262

REQUIRED CONTRACT PROVISION - 01-01-11-R01 (Rev. 07/13)TAX CLEARANCE CERTIFICATE

Answer 'Yes' if the Contractor has a current Tax Clearance Certificate. Answer 'No' if the Contractor does not have a current Tax Clearance Certificate.

Yes NoInsert the Tax Clearance Confirmation Number if available at the time of bidding:

Contractors shall have a current Tax Clearance Certificate from the Kansas Department of Revenue [KDOR] at the time of contract award. The Tax Clearance process is a tax account review by KDOR to determine that the Contractor's account is compliant with Kansas tax laws administered by the Director of Taxation. The Secretary will reject the Contractor's Proposal as non-responsive if the Contractor does not have a current Tax Clearance Certificate at the time of the contract award.To obtain a Tax Clearance Certificate, the Contractor shall complete and submit to KDOR an Application for Tax Clearance obtained from KDOR's website at http://www.ksrevenue.org/taxclearance.htm. The Application Form can be completed and submitted on-line, by mail, or by fax. After the Contractor submits the Application, KDOR will provide the Contractor a Transaction ID number. The Contractor shall use the Transaction ID number to retrieve the Tax Clearance Certificate. Decisions on on-line applications are generally available the following business day.

After the Contractor obtains the Tax Clearance Certificate, the Contractor shall insert on this Required Contract Provision the Confirmation Number contained in the Certificate or the Contractor shall submit a copy of the Tax Clearance Certificate to the KDOT Bureau of Construction and Materials by hand delivery, mail, e-mail or fax. Before awarding a contract, the Bureau of Construction and Materials will authenticate the Certificate through the Confirmation Number inserted on this Required Contract Provision or contained on the Certificate submitted.

If the Contractor is unable to retrieve the Tax Clearance Certificate or if KDOR denies the Contractor's Application for Tax Clearance, the Contractor shall call KDOR's Special Projects Team at 785-296-3199 to determine why KDOR failed to issue the certificate.

Tax Clearance Certificates are valid for 90 days after issue. To renew a clearance, submit a new Tax Clearance Application. Information pertaining to a Tax Clearance is subject to change for various reasons, including a state tax audit, federal tax audit, agent actions, hearings, and other legal actions. The Tax Clearance Certificate is not "clearance" for all types of taxes the State of Kansas may assess.

Subcontractors also shall have a current Tax Clearance Certificate from KDOR before the Secretary approves them for subcontract work. The Contractor shall submit to the KDOT Field Office the Subcontractor's Tax Clearance Certificate with KDOT Form 259, Request for Approval of Subcontractor.

Contractor: Page 11 Check: 58A3D05E91

Page 14: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

Letting 10/21/2020 Kansas Department of Transportation Project No. K004-106 KA-5871-01Contract No. 520106262

Line Number Item Number Quantity Unit Unit Price Extension PriceSection 01

COMMON ITEMS 1 025323 1.00 LS

MOBILIZATION / 2 080465 1.00 TON $200.000 $200.00

MATERIAL FOR HMA PATCHING (SET PRICE) / 3 011478 1.00 MGAL $35.000 $35.00

WATER (EARTHWORK COMPACTION) (SET PRICE) / 4 025324 1.00 LS

TRAFFIC CONTROL / 5 070580 1.00 HOUR $25.000 $25.00

FLAGGER (SET PRICE) / 6 020001 1.00 LS $4,000.000 $4,000.00

MAINTENANCE AND RESTORATION OF HAUL ROADS (SET PRICE) / 7 025600 1.00 EACH

FIELD OFFICE AND LABORATORY (TYPE A) / 8 011750 1.00 EACH $45.000 $45.00

ASPHALT CORE (SET PRICE) / 9 011745 1.00 EACH $90.000 $90.00

BOND CORE (SET PRICE) / 10 000030 1.00 LS $1.000 $1.00

ASPHALT AIR VOID PAY ADJUSTMENT / 11 000029 1.00 LS $1.000 $1.00

ASPHALT DENSITY PAY ADJUSTMENT /

Section 01 Total $4,397.00

Section 02KA 5872-01 ASPHALT SURFACING ITEMS

12 060239 174.00 TONHMA OVERLAY (SR-12.5A) (PG 64-22) /

13 081699 174.00 TONQUALITY CONTROL TESTING (HMA) /

14 060282 2185.00 SQYDEMULSIFIED ASPHALT /

15 081773 96.00 TONMILLING /

16 081050 21.00 TONPAVEMENT EDGE WEDGE (ROCK) /

17 070912 7.20 STALPAVEMENT MARKING (TEMP) 4" BROKEN (3')(TYPE I) /

18 070923 7.20 STALPAVEMENT MARKING (TEMP) 4" BROKEN (3')(TYPE II) /

Section 02 Total

Section 03KA 5872-01 PAVEMENT MARKING ITEMS

Contractor: Page 12 Check: 58A3D05E91

Page 15: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

Letting 10/21/2020 Kansas Department of Transportation Project No. K004-106 KA-5871-01Contract No. 520106262

19 023143 875.00 LNFTPAVEMENT MARKING (MULTI-COMPONENT) (YELLOW) ( 4") /

20 013812 16.00 LNFTPAVEMENT MARKING (INTERSECTION GRADE) (WHITE) (24") /

21 023140 1551.00 LNFTPAVEMENT MARKING (MULTI-COMPONENT) (WHITE) ( 6") /

Section 03 Total

Section 04KA 5873-01 ASPHALT SURFACING ITEMS

22 060239 36414.00 TONHMA OVERLAY (SR-12.5A) (PG 64-22) /

23 081699 36414.00 TONQUALITY CONTROL TESTING (HMA) /

24 060282 449022.00 SQYDEMULSIFIED ASPHALT /

25 081773 18258.00 TONMILLING /

26 081050 3633.00 TONPAVEMENT EDGE WEDGE (ROCK) /

27 070912 1666.60 STALPAVEMENT MARKING (TEMP) 4" BROKEN (3')(TYPE I) /

28 070923 1666.60 STALPAVEMENT MARKING (TEMP) 4" BROKEN (3')(TYPE II) /

Section 04 Total

Section 05KA 5873-01 PAVEMENT MARKING ITEMS

29 023143 196359.00 LNFTPAVEMENT MARKING (MULTI-COMPONENT) (YELLOW) ( 4") /

30 013812 62.00 LNFTPAVEMENT MARKING (INTERSECTION GRADE) (WHITE) (24") /

31 023140 331569.00 LNFTPAVEMENT MARKING (MULTI-COMPONENT) (WHITE) ( 6") /

Section 05 Total

Item Total $4,397.00

Contractor: Page 13 Check: 58A3D05E91

Page 16: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

"General Decision Number: KS20200079 05/08/2020 Superseded General Decision Number: KS20190079 State: Kansas Construction Type: Highway County: Dickinson County in Kansas. HIGHWAY CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.80 for calendar year 2020 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.80 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2020. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate,if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 02/07/2020 1 05/08/2020 ENGI0101-002 04/01/2018 Rates Fringes POWER EQUIPMENT OPERATOR (Drill Rig Caissons).............$ 36.22 17.99 ---------------------------------------------------------------- * IRON0010-007 04/01/2020 Rates Fringes IRONWORKER, STRUCTURAL...........$ 34.00 31.24

Page 17: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

---------------------------------------------------------------- SUKS2019-018 05/09/2019 Rates Fringes CARPENTER........................$ 14.94 0.00 CEMENT MASON/CONCRETE FINISHER...$ 16.24 0.00 ELECTRICIAN......................$ 26.72 4.22 FORM WORKER......................$ 15.33 1.20 IRONWORKER, REINFORCING..........$ 14.09 0.00 LABORER: Asphalt, Includes Raker, Shoveler, Spreader and Distributor......................$ 14.38 0.00 LABORER: Common or General......$ 15.47 0.00 LABORER: Flagger................$ 11.84 0.00 OPERATOR: Asphalt Plant.........$ 14.81 0.00 OPERATOR: Backhoe/Excavator/Trackhoe.......$ 18.77 2.19 OPERATOR: Bobcat/Skid Steer/Skid Loader................$ 15.43 0.00 OPERATOR: Broom/Sweeper.........$ 14.99 0.00 OPERATOR: Bulldozer.............$ 17.17 2.37 OPERATOR: Concrete Finishing Machine..........................$ 21.11 0.00 OPERATOR: Concrete Saw..........$ 16.71 0.00 OPERATOR: Crane.................$ 20.22 7.66 OPERATOR: Distributor...........$ 15.55 0.00 OPERATOR: Grader/Blade..........$ 16.82 1.95 OPERATOR: Loader................$ 16.88 0.00 OPERATOR: Material Transfer Vehicle..........................$ 13.92 0.00 OPERATOR: Mechanic..............$ 20.51 0.00 OPERATOR: Paver (Asphalt,

Page 18: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

Aggregate, and Concrete).........$ 16.82 0.00 OPERATOR: Roller................$ 14.21 0.00 OPERATOR: Scraper...............$ 15.68 0.00 OPERATOR: Screed................$ 17.15 0.00 OPERATOR: Tractor...............$ 16.24 0.00 OPERATOR: Roto Mill Groundman....$ 15.35 0.00 OPERATOR: Roto Mill..............$ 18.21 0.00 OPERATOR: Striping Machine.......$ 19.93 4.49 SERVICEMAN: EQUIPMENT............$ 16.33 1.74 TRAFFIC CONTROL: Service Driver...........................$ 14.55 0.00 TRUCK DRIVER: Pickup Truck......$ 16.19 0.00 TRUCK DRIVER: Water Truck.......$ 17.07 0.00 TRUCK DRIVER: Dump and Tandem....$ 16.67 0.00 TRUCK DRIVER: Flatbed and Lowboy...........................$ 19.20 0.00 TRUCK DRIVER: Off Road Truck.....$ 16.38 0.00 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO

Page 19: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the

Page 20: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * 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 requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W.

Page 21: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION"

Page 22: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

"General Decision Number: KS20200104 05/08/2020 Superseded General Decision Number: KS20190104 State: Kansas Construction Type: Highway County: Morris County in Kansas. HIGHWAY CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.80 for calendar year 2020 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.80 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2020. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate,if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 02/07/2020 1 05/08/2020 ENGI0101-002 04/01/2018 Rates Fringes POWER EQUIPMENT OPERATOR (Drill Rig Caissons).............$ 36.22 17.99 ---------------------------------------------------------------- * IRON0010-007 04/01/2020 Rates Fringes IRONWORKER, STRUCTURAL...........$ 34.00 31.24

Page 23: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

---------------------------------------------------------------- SUKS2019-043 05/09/2019 Rates Fringes CARPENTER........................$ 14.94 0.00 CEMENT MASON/CONCRETE FINISHER...$ 16.24 0.00 ELECTRICIAN......................$ 26.72 4.22 FORM WORKER......................$ 15.33 1.20 IRONWORKER, REINFORCING..........$ 14.09 0.00 LABORER: Asphalt, Includes Raker, Shoveler, Spreader and Distributor......................$ 14.38 0.00 LABORER: Common or General......$ 14.51 0.00 LABORER: Flagger................$ 12.14 0.00 OPERATOR: Asphalt Plant.........$ 14.81 0.00 OPERATOR: Backhoe/Excavator/Trackhoe.......$ 18.77 2.19 OPERATOR: Bobcat/Skid Steer/Skid Loader................$ 16.90 0.00 OPERATOR: Broom/Sweeper.........$ 13.64 0.00 OPERATOR: Bulldozer.............$ 17.17 2.37 OPERATOR: Concrete Finishing Machine..........................$ 21.11 0.00 OPERATOR: Concrete Saw..........$ 16.71 0.00 OPERATOR: Crane.................$ 20.22 7.66 OPERATOR: Distributor...........$ 15.90 0.00 OPERATOR: Grader/Blade..........$ 17.89 1.67 OPERATOR: Loader................$ 15.75 0.00 OPERATOR: Material Transfer Vehicle..........................$ 13.92 0.00 OPERATOR: Mechanic..............$ 20.51 0.00 OPERATOR: Paver (Asphalt,

Page 24: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

Aggregate, and Concrete).........$ 17.72 0.00 OPERATOR: Roller................$ 13.82 0.00 OPERATOR: Scraper...............$ 15.68 0.00 OPERATOR: Screed................$ 16.89 0.00 OPERATOR: Tractor...............$ 16.24 0.00 OPERATOR: Roto Mill Groundman....$ 15.35 0.00 OPERATOR: Roto Mill..............$ 17.80 0.00 OPERATOR: Striping Machine.......$ 19.93 4.49 SERVICEMAN: EQUIPMENT............$ 16.33 1.74 TRAFFIC CONTROL: Service Driver...........................$ 14.55 0.00 TRUCK DRIVER: Pickup Truck......$ 16.19 0.00 TRUCK DRIVER: Water Truck.......$ 17.07 0.00 TRUCK DRIVER: Dump and Tandem....$ 15.79 0.00 TRUCK DRIVER: Flatbed and Lowboy...........................$ 19.20 0.00 TRUCK DRIVER: Off Road Truck.....$ 16.38 0.00 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO

Page 25: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the

Page 26: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * 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 requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W.

Page 27: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION"

Page 28: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

15-MR0358 Sheet 1 of 1

KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TO THE

STANDARD SPECIFICATIONS, EDITION 2015

SECTION 602

MODIFIED REQUIREMENTS – ASPHALT MIXTURES Host Project Number: 4-106 KA-5871-01 Project Numbers: 4-21 KA-5872-01, 4-64 KA-5873-01 Page 600-7, TABLE 602-1, delete note 4 and replace with the following: 4. The target air voids (Va) for any mix designation shall be 3.0% at Ndes gyrations. Page 600-7, TABLE 602-1, delete note 6 and replace with the following: 6. The level of compaction of the mix when compacted to Nini gyrations shall be less than the percent of the Gmm shown in the Contract Special Provision, and when compacted to Nmax gyrations shall be a maximum of 98.5% of the Gmm. Page 600-7, TABLE 602-1, add the following note: 7. For mixes containing recycled asphalt shingles (RAS), increase the minimum VMA requirement in TABLE 602-1 by 0.1 percent for every 1 percent RAS (by weight of aggregate) in the JMF. Page 600-16, TABLE 602-12, change the Single Test Value for Air Voids @ Ndes gyrations to ± 1.0%. Page 600-26, 602.9d(1), change the upper specification limit, USL, for Va to 4.00% and the lower specification limit, LSL, for Va to 2.00%. Page 600-27, TABLE 602-16, change the Upper Specification Limit, USL, to 4.50% and change the Lower Specification Limit, LSL, to 1.50%.

The asphalt mix listed in TABLE 1 has the following project mix requirements. [Reference TABLE 602-1, COMBINED AGGREGATE REQUIREMENTS].

TABLE 1: PROJECT MIX REQUIREMENTS MIX CRITERIA SR-12.5A (PG64-22)(1)

AGGREGATE: Coarse Angularity (min. %) 75

Uncompacted Voids-Fine (min. %) 42 Sand Equivalent (min. %) 40 Reclaimed Asphalt Pavement (RAP) (max. %) 25 RAP Bulk Specific Gravity 2.507 COMPACTION REVOLUTIONS: Nini (level of compaction) 7 (<91.5) Ndes 75 Nmax 115 MIX: VFA 65 - 82

(1) Between 0 and 25% RAP may be used. Use the material milled from the project as the RAP source. The required binder and name shown below are based on the percent RAP used in the contract. The mix will be paid for at the bid price of SR-12.5A (PG64-22).

For information only, the 20 year design lane traffic is 0.4 million ESALs. 9/4/20 C&M (BTH)

Percent RAP Name 0 SM-12.5A (PG64-22)

1 - 15 SR-12.5A (PG64-22) 16 - 25 SR-12.5A (PG58-28)

Page 29: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA
Page 30: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

15-PS0018 Sheet 1 of 1 102

KANSAS DEPARTMENT OF TRANSPORTATION

SPECIAL PROVISION TO THE STANDARD SPECIFICATIONS, EDITION 2015

COMBINATION, TIED BIDS ON 1R PROJECTS WITH FEDERAL-AID FUNDS

SECTION 102

BIDDING REQUIREMENTS AND CONDITIONS Page 100-13, subsection 102.5. Delete subsection 102.5a.(2)(f) and replace with the following:

(f) Kansas-funded state projects “tied to” Federal-Aid funded state projects and Kansas-funded state projects “tied with” Federal-Aid funded state projects.

10-10-17 C&M Oct-17 Letting

Page 31: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

gg

g g

g 11

gs

S 5

sI

g e

$i

§I

Ia

PHI

GHW

AY MA

RKER

SBO

UNDA

RIES

9*

9R

Inte

rsta

te Num

bere

d Highw

ayCo

unty Bo

unda

ry

Stat

e Boun

dary

Milia

ry Fort

Bound

ary

dlH

IIJ- Ind

ian Res

erva

tion or

-III

IIir Hal

f-Bre

ed Lan

d ---

---- S

ectio

n Line

§s,S

-III

IIIS|

sKa

nsas

Turnpik

e Auth

ority jiP

^j

^40^

U.S. Num

bere

d Highw

ay

I {§

) Stat

e Num

bere

d Highw

ay

HIG

HWAY

CLASS

IFIC

ATIO

NS j

j Park or

Wildlife

Area

I'""'"""

C} Inc

orpo

rated

City Limi

t [y

R..j Urb

anAr

ea

_ __o

i C

ount

y w

Tifl

fipl

ayT1

0S o

: r

T11S "

" T'p

5 41S

T RD3 fr

44=r:

3600

AVE•k

t&JL

J4J.

3J

mIn

ters

tate

&33

J Kans

as Turn

pike (KT

A)E

E3 Con

trolle

d Acce

ss■

__US

Route

- Divide

dra

sa US

Rout

e - Und

ivide

d St

ate Ro

ute -Dw

ided

: State

Route

-Und

ivide

d RO

AD CLA

SSIF

ICAT

IONS

RS Rou

te - Pa

ved

RS Rou

te - Un

pave

d M

inor Roa

d - Pav

ed

Mino

r Road

-Gra

vel

----

- Mino

r Road - S

oil

ROAD

SYSTE

M DES

IGNA

TIO

N JL

, Rura

l Secon

dary

Syste

m

1-X^P

Count

y Road

Syste

m

End of

Desig

nate

d Syste

m

,-jl

p^M

anch

este

r35

00 AVE

.17 "H

RS 200-

LX

Tf

CITI

ES OR

TOWNS

® S

tate Ca

pitol

Coun

ty Seat

O P

opula

ted Pla

ce

Q L

ocale

3400

AVE

J—h!<

AS:

Uplan

do

i23

41.

3333

00AV

E-l

3200

AVEjn

i8 Bu

ck4e

T11S

T12S

C~y

~4T1

1S“

T12S

DRAI

NAG

E— Riv

er or M

ajor

Draina

ge

fb La

ke or R

eseiv

oir

TI12

• l

3100

AVE31

00AV

E

TrfW

r#4

Hi

r laimag

e”11 [ r

rrip

; J ^

7

4?'

MAP

SYMBO

LS

©Ro

unda

bout

□ I

nter

chan

ge

)=( S

tate Sy

stem

Bridge

Railro

ad

2900

AVE29

00 AVE OL

D 40T

TT

feTj

hrH

fh28

00 AVE

39°0

0’---

------

39°0

0'§

24 H

„ ,

”fe

rf“ £r

§f”jr

ss

IfSfg

RIl-r

327

00 AVE

SIS

SjHN

ot

v,

2600

AVEJ4

T12S

jIT

12S

n-T

ii«■

u25

00AV

E’ 1

2500

AVE

2450

RDT1

3S5 H

U

ssr^y

:i7:4

’f

fu24

00 AVE

i°lT

IOL

D 40

2350

AVE

8j

‘iSST

tYTT

F!!1-?

**“ T

TQ

#^i|§i[£

f

"E23

00 AVE

-fTrh

s£ P RS

197E 7T

H ST-?

SH1.9

8.0

li22

00 AVE

fi

14

2100

AVEa

GE

NE

RAL

HIGHW

AY MA

P29 H

DIC

KIN

SON C

OU

NTY

KANS

AS20

00 AVE

2000

AVET1

3Sijr

;^_

TM

S-f

3̂T1

3S

rUfT

)- Ff

T&■n

ot

1900

AVET

1900

AVE

1800

AVEFI

‘fjT1

4SPR

EPAR

ED BY

THE

KA

NS

AS DE

PA

RT

ME

NT OF

TRA

NS

PO

RTA

TIO

N

BU

RE

AU OF

TRA

NS

PO

RT

AT

ION PL

AN

NIN

G

IN CO

OPE

RAT

ION

WITH

THE

U.S

. DEP

AR

TM

EN

T OF

TRA

NS

PO

RTA

TIO

N

FE

DE

RA

L HIG

HW

AY

ADM

INIS

TR

AT

ION

S1

rjRS 10

85.

418

00 AVE

8 TO

(43J

RS 1 sag

4±3

-UT

1700

AVE17

00AV

El 1

438

°50'

------

-----

38°5

0't-

.416

00AV

E16

00AV

E

- r-T

:1

1500

AVE15

00AV

E■J

SCM

iles

2 3

fit14

00 AVE

09F

4*

03B

3, 3 33

II/34m

I 7,

Woo

db5 3

1 0 32

T14S

T14S

1300

AVE

7 | ! I 9

E: “ 3

18 jij

17 16 p

15 [j

T15S

T15S

5.- C ,

JUN

E 2019

1200

AVETI

P?4

j12

Jl!J=

!11

00 AVE

1100

AVE

tt

“ptn

v‘“"~

29 ^

28

1000

AVE10

00AV

E

F103

900A

VE

■yX ■■--

---j

-r2» ^29

(15

fflgu

tit.T Tx

soo

ave

800 AVE

rrrjT

sir—

SjEl

III.Z

gpi3

Fi43

3li.,

l|:Ju

|3. i

. .:

• ifT

s.i .

•li-

.^5

,4 »

| 3> |

35UD

ilfon

T1IT

15S

700A

VE

i' 0

18 M

9 Ife

siMEf

fiS

L6S

Aa

s9 £

r“S

5TSH

emS

IS 12 s

Xf

ssm

o'----

----

*3o

40‘

SOOA

VE50

0 AVE

J4n

5

Kan

sas

400A

VE40

0 AVE

'S*5

J

T i

e..

300A

VE30

0AVE

Tr?:

.,-yr

-tP: J.

-i-a

pi-M

30 ^

29De

partm

ent of

Tran

spor

tatio

n

rbi

■120

0AVE

200A

VEIT

565 39

TP

3s|T1

6s'

4ra

i f ”!

i4

“Tif

tM~ 1

ism

Mar

ion

a Qi

alia

:pr

rant

ies,

guara

ntee

s, or

I accur

acy of

this info

rmat

ion

llity

for er

rors

or om

issi

ons.

¥s

»9

gI

gs

gg %

I l

1a

si

i1

521

Page 1 of 14

4- 2

1 K

A 5

872-

01

Hos

t Pro

ject

#4-

106

KA

587

1-01

Page 32: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

HIG

HW

AY

MARK

ER

SB

OU

ND

AR

IES

UJ

[k[a

] Kans

as Turn

pike

Author

ity Us

sjJ Sta

te Bou

ndar

y___

_

*

Y7X Mil

itary

Fort Bou

ndar

yM

O) U.S

. Numbe

red Hig

hway

JIIIH

l India

n Rese

rvat

ion or

Hllllir Hal

f-Bre

ed Lan

d(2

0) Sta

te Num

bere

d Highw

ay

HIG

HW

AY

CLAS

SIF

ICA

TIO

NS j

~j Par

k or Wild

life Are

a In

ters

tate

&■■■' ■....".'I

Kan

sas Tur

npik

e (KTA

)

Lsaa

d Con

trolle

d Acces

s U

S Rou

te - Div

ided

MM

US R

oute

- Undi

vide

d .

Sta

te Rou

te-D

ivid

ed

: State

Route

- Undi

vide

d R

OA

D CLA

SS

IFIC

AT

ION

S

RS Rou

te - Pa

ved

i i'i: RS

Rou

te - Un

pave

d M

inor

Road - P

aved

Min

or Roa

d - Gra

vel

Min

or Roa

d - Soi

l R

OA

D SYS

TE

M DES

IGN

AT

ION

i R?|| Rur

al Sec

onda

ry Sys

tem

1-SX

?P

Cou

nty

Road Sy

stem

S^)a

$»3 En

d of D

esig

nate

d Syst

em

Inte

rsta

te Num

bere

d Highw

ayC

ount

y Boun

dary

------

- Sec

tion Lin

e

[ j Inc

orpo

rate

d City Lim

it | Ur

ban Are

a8

§ s

§s

ss

es

88

8S

8I

CIT

IES OR

TOWN

S

® S

tate

Capito

l

O C

ount

y Seat

O P

opul

ated

Place

0 L

ocal

e

PS

mgw

isLJ a:§ o

: Co

unty

8

°G

eary

. 4s

ST j T

14S

DR

AIN

AG

E

Riv

er orM

ajo

rDra

ina

ge

|||> La

ke or R

eser

voir

MA

P SYM

BO

LS

Rou

ndab

out

□ I

nter

chan

ge

Sta

te Sys

tem

Bridge

Rai

lroad

T13S

-T

US

j“>

7"'

3177

!(5

7)U

mR

S,1

X? £L -r^tf

rzs.

1 -■—»-»

-* n‘* ,--

1—!

b.v?z

jEff

tn<2 fi

©jr

|/^D

wig

ht

<37

)pit

38°5

0'

^ i/tfa

bau

nse

eC

ounty

DA

VE

DA

VE

si... (

Mlz

t21 i

f2 sis

2112

4F

AV

E

4lJE

EM

as

FA

VE

I”

N

T14S

| 31

| 32

tJ3

.4

GA

VE

1Ji |

[Z# j

C/

J«sl ■

lie

miju

i 9

%pj

j“‘4

=Z3p

r s

cr-n

»ir

rri=

frx

T14S

\ '

3/fl 2

P - « f

|-1—

jja

saa

rrl a:3.

L«.a

jjxs|

j

iof i!

h y J

T15S

T15

S

u •- 4T

rRS477

44

4J.§

—LL

&4l

• Edi'

JZM

EV

fPillQ

" Z

5?-J-

iizJA

VE

■M

pu

EE

EH

zzb

ZZ

1 jtfd-j

n - j-

1-1

izd

FFFf

efz

ZTZI

aFT

ZZ

IVW

ife,

KA

VE

IIIR

“J %

/-A

H «

Kel

so

20 I

MA

VE

WA

VE

:iM

GEN

ERAL

HIGHW

AY MA

P

lit

mM

ORR

IS C

OUN

TYKA

NSA

Sfp

=*a

=c«

£d 3

5 A 36

!■

■■ ■ V

di

-----

---j

------

ST

PA

VE

0 5s4

gsj

jI15§

2 I J7

1"T1

5SpH

QA

VE

GA

VE

1T1

6S

/PR

EPAR

ED BY

THE

KA

NS

AS DE

PA

RT

ME

NT OF

TRA

NS

PO

RT

ATI

ON

BU

RE

AU OF

TRA

NS

PO

RT

AT

ION PL

AN

NIN

G

IN CO

OPE

RAT

ION

WITH

THE

U.S

. DEP

AR

TM

EN

T OF

TRA

NS

PO

RT

ATI

ON

FE

DE

RA

L HIG

HW

AY

ADM

INIS

TR

AT

ION

2V

fltr

RA

VE

H:R

AV

E

Vpi

44f§|

§«=

**j3

'r,ov

eas

P38°4

0'

ap33

^^ja

i=ir.

38

°40

’[56

J

au4

UA

VE

—j 5

W56

UA

VE

2h

’13

22V

i. 13

at

I33

dW

' i

hV

AV

EV

AV

E

■Js

XA

VE

o___

_iT

r\-M

-" I

73-

tXT

ies'

■Tie

sIT

17S

YA

VE

r3^

Li?

. vT1

7S

~~wn

rjM2 I.

20 f 2

1 Dia

mon

d 23

w7 24

Vs^*

20 l2

i^^1

...sg

LIZ

JUN

E 2019

4=Z

AV

EZ

AV

E

bLi

ttSTn.t

AA

AV

E

rB

BA

VE

BB

AV

E

24 e

4-ik

ZC

CA

VE

CC

AV

E

R;;J<7

i:s

ID

DA

VE

DD

AV

E

Vf2

lT

T]

11:^

4.11

' K S

c;L-

IMT

17S

;

T1

8S

iK^n

ziJ

LUI T

1f

Ma

rio

nI

Im

IC

ounty

ba

se

IIIC

ount

y§|!

a:I

a:\c

c

S

T47

’"'If

* * * * ■ A

;, ftj\a

nsas

88

88

88

Dep

artm

ent of

Tran

spor

tatio

n

KD

OT

makes no

warra

ntie

s,

repre

senta

tions

for th

e acc

ura

cy

an

d ass

um

es no

liabili

ty for

err

orsguara

nte

es,

or of this

inform

atio

n o

r omis

sions.

64

Page 2 of 14

4- 6

4 K

A 5

873-

01Hos

t Pro

ject

#4-

106

KA

587

1-01

Page 33: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

KansasGeneral Notes 7/7/2020

Page 1 of 1

Department of Transportation

Project No.

NoteRAP samples are available on KDOT mixing strip 2-3-56, which is located on the north side of K-4 Highway at the Dickinson/Morris County Line. Contact the Marion Office at 620-382-3717 with questions.

1

2 The contractor will be responsible for noting the location of all pavement markings and reinstalling these in the proper location after the overlay. This work is subsidiary to other items in the contract.

3 The contractor is responsible for establishing and maintaining centerline of the traveled way for the duration of the project. Splitting the traveled way with a tape measure is an acceptable technique to establish centerline. This work is subsidiary to other items in the contract.

4 The asphalt plant must be on the project site prior to the start of the milling.

5 When milling mainline areas, a full width mill head will be required to maintain cross slope of the existing lane being milled in one pass. A smaller mill head will be allowed on miscellaneous areas as approved by the engineer and will not be allowed to perform mainline milling.

6 The specified milling depth shown on the typical section is intended to be a constant “nominal” depth across the entire roadway. This depth may be altered by the Engineer to prevent “slabbing” or loss of the remaining existing surface lift. The change in milling depth and resulting overrun or underrun of millings shall not justify a revised price or claim of additional costs.

7 Milling thickness to be adjusted at the bridge approaches, at grade railroad crossings, and points of termination to allow a reasonable transition to the adjacent surfaces.

8 All milled material shall become property of the Contractor and removed from the project.

Page 3 of 14

Milling thickness to be adjusted at the bridge approaches and points of termination to allow a reasonable transitionto the adjacent surfaces.

4-106 KA 5871-01

Page 34: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

TYPICAL SECTION

Rock Wedge1.5 in. Overlay

0.75 in. Mill Rock Wedge

v

t1:1 @ edge of Asphalt Match Existing Surface 2_ft±

> >24 ft + wedge

not to scale

a Typical slope 1.56 % on tangents and on super-elevated sections to match existing super or as directed by the Engineer.

® Existing surface may be irregular and contain edge ruts. Contractor to fill to finished slope. Material for wedges shall be furnished by the contractor and paid for as “Pavement Edge Wedge (Rock)”.

• To allow for a reasonable transition the overlay is to be tapered approximately three feet at all paved side roads and entrances (except those that are approved to be fully paved).

ROADWAY WIDTHSApprox.Width

SquareYardLocation mile feetLocation

Roadway Widenings:CL US-77 to MR Cty line 0.146 24' +/- US-77Jct. radii 11950Exemptions: NB US-77 lanes - 0.027

0.141Net Length 3' Ext to paved SR and Ent 220 1.5 ton

(Rdwy total = 1992 sq yd)

RATE OF APPLICATION

Quantity based on SR- 12.5A @0.0816 Ton/yd2

PG 64 - 22

SS-1HP @ 0.05 gal/yd2

AS-1 @ 150 lb/ft3

Millings Computed @ 145 lb/ft3

KANSAS DEPARTMENT OF TRANSPORTATIONDate: 7/7/2020 4:41 PM

PROJ. NO.4-21 KA TITLE: MILLOLROCKWDickinson Co.

Page 4 of 14

KA 5872-01

SS-1HP or approved alternate shall be used for tack.

Page 35: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

ASP

HA

LT A

PPR

OA

CH

OV

ERLA

Y: T

he a

ppro

ach

and

exit

over

lay

shal

l be

Asp

halt

Mix

ture

, as

spec

ified

on

the

plan

s or

pai

d by

the

bid

item

des

igna

ted. T

he o

verla

y sh

all t

aper

from

the

exist

ing

surfa

ce in

a m

anne

r tha

t will

pro

vide

a sm

ooth

tran

sitio

n in

gra

de a

s sho

wn.

Mill

ed m

ater

ial s

hall

be

disp

osed

of i

n a m

anne

r and

at a

loca

tion

appr

oved

by th

e En

gine

er o

r as

othe

rwise

des

igna

ted

on th

e nl

ans

or n

otes

.

25’

1”

TYPI

CA

L TA

PER

RA

TIO

50 ft

.Fi

nal S

urfa

ce<

Las

ting

Surf

ace

or B

ridge

end

A1.5

in.

Mill

ed S

urfa

ce

1.5”

Asp

halt

Mix

ture

Poin

t of T

erm

inat

ion

(End

of P

roje

ct, B

ridge

, R

R x

-ing,

etc

.)TY

PIC

AL

TRA

NSI

TIO

N

Loca

tion

Des

crip

tion

Sq. Y

d.U

S-77

Jet.

24' w

ide

x 50

' roa

dway

+ 2

ea

50' r

adii

252.

6

Co.

Date

: 7/7

/202

0 5:

06 P

MD

icki

nson

KA

NSA

S D

EPA

RT

ME

NT O

F T

RA

NSP

OR

TA

TIO

N

PRO

J. N

O.4

-21

KATI

TLE:

MIL

LING

TR

AN

SITI

ON

Page 5 of 14

5872

-01

Page 36: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

SUM

MAR

Y O

F PA

VEM

ENT

MA

RK

ING

S12

"24

"4"

4"S

olid

4"6"

Solid

12"

8"8"

8"12

"12

"24

"4"

6"6"

6"6"

4"

Sol

id

WH

ITE

Edg

e Lin

e

6"6" B

roke

n W

HITE

La

ne Lin

eYE

LLOW

Line

Brok

enYE

LLOW

YELL

OW

Edge

Line

Solid

Solid

W

HITE

G

ore L

ine

Dot

ted

WH

ITE

Exte

nsio

nLi

ne

Sol

idW

HIT

ED

iago

nal

Line

Solid

WHI

TECh

evro

nLi

ne

Solid

Solid

Solid

Solid

Solid

Solid

W

HITE

La

ne Lin

e

Brok

en

WHI

TE

Lane

Drop

Li

ne

Solid

Brok

en

WHI

TE

Lane

Line

(POP

)

Dot

ted

WH

ITE

Exten

sion

Line

Brok

en

WHI

TE

Lane

Drop

Li

ne

YELL

OWD

iago

nal

Line

WHI

TE

Type

I Cr

ossw

alk

Line

WHI

TE

Type

II Cr

ossw

alk

Line

WHI

TE

Stop

Line

YELL

OW

Edge

Line

YELL

OWD

oubl

eLi

ne

WHI

TE

Edge

Line

LOCA

TION

Line

1670

017

515

51Pr

ojec

t

TOTA

LS16

00

00

00

700

175

00

00

00

1551

00

00

0

NOTE

: ALL

TOTA

LS R

EFLE

CT A

CTU

AL Q

UAN

TITY

OF

PAVE

MEN

T MAR

KING

MAT

ERIA

LS R

EQUI

RED

Proj

ect N

o.4-

21 K

A

Page 6 of 14

5872

-01

Page 37: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

Project No. 4-21 KA

RECAPITULATION OF QUANTITIESITEMS TOTAL UNITS

InftPAVEMENT MARKING (MULTI-COMPONENT)(WHlTE)(4")

InftPAVEMENT MARKING (MULTI-COMPONENT)(WHlTE)(6") 1551

InftPAVEMENT MARKING (MULTI-COMPONENT)(WHlTE)(8")

InftPAVEMENT MARKING (MULTI-COMPONENT)(WHlTE)(12")

InftPAVEMENT MARKING (MULTI-COMPONENT)(YELLOW)(4") 875

InftPAVEMENT MARKING (MULTI-COMPONENT)(YELLOW)(6")

InftPAVEMENT MARKING (MULTI-COMPONENT)(YELLOW)(12")

Inft'PAVEMENT MARKING (THERMQPLASTIC)(WHITE)(4")

InftPAVEMENT MARKING (THERMOPLASTIC)(WHITE)(6")

InftPAVEMENT MARKING (THERMOPLASTIC)(WHITE)(8")

InftPAVEMENT MARKING (THERMOPLASTIC)(WHITE)(12")PAVEMENT MARKING (THERMOPLASTIC)(YELLOW)(4") Inft

InftPAVEMENT MARKING (THERMOPLASTIC)(YELLOW)(6")

InftPAVEMENT MARKING (THERMOPLASTIC)(YELLOW)(12")

InftPAVEMENT MARKING (EPOXY)(WHITE)(4")InftPAVEMENT MARKING (EPOXY)(WHlTE)(6")

InftPAVEMENT MARKING (EPOXY)(WHlTE)(8")InftPAVEMENT MARKING (EPQXY)(WH1TE)(12")

InftPAVEMENT MARKING (EPOXY)(YELLOW)(4")PAVEMENT MARKING (EPOXY)(YELLQW)(6") Inft

PAVEMENT MARKING (EPOXY)(YELLOW)(12") Inft

InftPAVEMENT MARKING (INTERSECTION GRADE) (WHITE) (12")

InftPAVEMENT MARKING (INTERSECTION GRADE)(WHITE)(24") 16

InftPAVEMENT MARKING (INTERSECTION GRADE)(YELLOW)(12")

EACH(WHITE) (R/R XING)PAVEMENT MARKING SYMBOL (INTERSECTION GRADE)EACH(WHITE) (Lt Turn Arrow)PAVEMENT MARKING SYMBOL (INTERSECTION GRADE)

(WHITE) (Rt Turn Arrow) EACHPAVEMENT MARKING SYMBOL (INTERSECTION GRADE)EACH(WHITE) (ONLY)PAVEMENT MARKING SYMBOL (INTERSECTION GRADE)EACH(WHITE) (Rt/Thru Arrow)PAVEMENT MARKING SYMBOL (INTERSECTION GRADE)

InftPAVEMENT MARKING REMOVAL

NOTE:WORDS & SYMBOLS SHALL CONFORM TO THE LATEST EDITION OF "STANDARD ALPHABETS FOR HIGHWAY SIGNS AND PAVEMENT MARKINGS" PRINTED BY THE U.S. DEPARTMENT OF TRANSPORTATION FEDERAL HIGHWAY ADMINISTRATION.

PRIOR TO COMMENCEMENT OF PAVEMENT MARKING WORK THE ENGINEER WILL ESTABLISH THE LIMITS FOR "NO PASSING" ZONES. THESE LIMITS SHALL BE USED FOR THE LOCATION OF " NO PASSING" LINES AND FOR THE COMPUTATION OF ACTUAL MARKING QUANTITIES FOR THIS LINE TYPE

Page 7 of 14

KA 5872-01

Page 38: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

TYPICAL SECTION¥

Rock Wedge1.5 in. Overlay

Rock Wedge0.75 in. Mill

ir

t t 2_ft±Match Existing Surface1:1 @ edge of Asphalt>-4 ><

wedge24 ft +

not to scale

• Typical slope 1.56 % on tangents and on super-elevated sections to match existing super or as directed by the Engineer.

® Existing surface may be irregular and contain edge ruts. Contractor to fill to finished slope. Material for wedges shall be furnished by the contractor and paid for as “Pavement Edge Wedge (Rock)”.

• To allow for a reasonable transition the overlay is to be tapered approximately three feet at all paved side roads and entrances (except those that are approved to be fully paved).

ROADWAY WIDTHSSquareYard

Approx.Width feetLocationLocation mile

Widenings:Roadway50 2224' +/- Br. 036 approachesDK County line to US-77 Jet. 32.115

11Br. 013 approaches 50Exemptions:22Br. 033 approaches 50-0.117 26' +/--Br. 036, 013, 041, 033, 042

253-Bricks from 5th to C&G W of 50K-57 Jet.300 586K-177 Jet..-0.434Walnut in White City

Net LengthTotal 89431.564

(Rdwy total = 444,424 sq yd)

3' Ext to paved SR and Ent. 11,113 76 ton

RATE OF APPLICATION

Quantity based on SR- 12.5A @0.0816 Ton/yd2

PG 64 - 22

SS-1HP @ 0.05 gal/yd2

AS-1 @150 lb/ft3

Millings Computed @ 145 lb/ft3

KANSAS DEPARTMENT OF TRANSPORTATIONDate: 7/7/2020 4:42 PM

PROJ. NO.4-64 KA TITLE: MILLOLROCKWCo.Morris

Page 8 of 14

SS-1HP or approved alternate shall be used for tack.

5873-01

Page 39: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

ASP

HA

LT A

PPR

OA

CH

OV

ERLA

Y: T

he a

ppro

ach

and

exit

over

lay

shal

l be

Asp

halt

Mix

ture

, as

spec

ified

on

the

plan

s or

pai

d by

the

bid

item

des

igna

ted. T

he o

verla

y sh

all t

aper

from

the

exist

ing

surfa

ce in

a m

anne

r tha

t will

pro

vide

a sm

ooth

tran

sitio

n in

gra

de a

s sh

own.

Mill

ed m

ater

ial s

hall

be

disp

osed

of i

n a m

anne

r and

at a

loca

tion

appr

oved

by

the

Engi

neer

or a

s ot

herw

ise d

esig

nate

d on

the

plan

s or

not

es.

25’

1”

TYPI

CA

L TA

PER

RA

TIO

50 ft

.Fi

nal S

urfa

ce4

F/xi

stin

g Su

rfac

eor

Bri

dge

end

\1.5

in.

Mill

ed S

urfa

ce

1.5”

Asp

halt

Mix

ture

Poin

t of T

erm

inat

ion

(End

of P

roje

ct, B

ridge

, R

R x

-ing,

etc

.) 1

TYPI

CA

L TR

AN

SITI

ON

Des

crip

tion

Sq. Y

d.Lo

catio

nBr

. 036

app

roac

hes

2 ea

24-2

8' w

ide

x 50

'28

8.9

2 ea

24-

26' w

ide

x 50

'Br

. 013

app

roac

hes

277.

85t

h St

reet

, S s

ide

of W

hite

City

24' x

50'

133.

3W

alnu

t Stre

et, E

side

of W

hite

City

24' x

50'

133.

3Br

. 041

App

roac

hes

2 ea

24'

x 50

'26

6.7

2 ea

24-2

8' w

idex

50'

Br. 0

33 A

ppro

ache

s28

8.9

2 ea

24'

x 50

'Br

. 042

App

roac

hes

266.

7K

-57

Jet.,

N "

leg"

24' x

50'

133.

348

' wid

e x

50' R

oadw

ay +

2 e

a 50

' rad

ii38

5.9

US-

77 Je

t.

Co.

Date

: 7/7

/202

0 5:

06 P

MM

orri

sK

AN

SAS

DE

PAR

TM

ENT O

F T

RA

NSP

OR

TA

TIO

N

TITL

E: M

ILLI

NG T

RA

NSI

TIO

NPR

OJ. N

O.4

-64

Page 9 of 14

KA

587

3-01

Page 40: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

SUM

MAR

Y O

F PA

VEM

ENT

MA

RK

ING

S8"

8"8"

12"

12"

12"

Solid

4"4"

Sol

id6"

6" B

roke

n W

HIT

E La

ne Lin

e

6"6"

6"6"

24"

24"

4”

4"4"

6"So

lid12

"S

olid

WH

ITE

Gor

e Lin

e

Dot

ted

WH

ITE

Exte

nsio

nLi

ne

Solid

Solid

Brok

enY

ELL

OW

Line

WH

ITE

Edg

e Lin

eSo

lidBr

oken

W

HIT

E

Lane

Line

(PO

P)

Dot

ted

WH

ITE

Exte

nsio

nLi

ne

Brok

en

WH

ITE

Lane

Drop

Li

ne

Sol

id

WH

ITE

Lane

Line

Brok

en

WH

ITE

Lane

Drop

Li

ne

Sol

id

WH

ITE

Type

I C

ross

wal

k Li

ne

Sol

id

WH

ITE

Type

II C

ross

wal

k Li

ne

Sol

id

WH

ITE

Sto

p Lin

e

Dot

ted

YE

LLO

WDo

uble

Line

Sol

idY

ELL

OW

Dou

ble

Line

YE

LLO

WLi

neY

ELL

OW

Edge

Line

Solid

WH

ITE

Edge

Line

WH

ITE

Dia

gona

lLi

ne

WH

ITE

Che

vron

Line

YE

LLO

WD

iago

nal

Line

LOCA

TION

436

781

Pro

ject

3311

3362

7668

478

071

4082

3

TOTA

LS43

60

00

00

00

062

078

176

684

7807

140

823

033

1133

00

00

NO

TE: A

LL TO

TALS

RE

FLE

CT A

CT

UA

L QU

AN

TITY

OF

PA

VE

ME

NT M

AR

KIN

G M

ATE

RIA

LS R

EQ

UIR

ED

Pro

ject

No.

4-64

KA

Page 10 of 14

5873

-01

Page 41: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

4-64 KAProject No.

RECAPITULATION OF QUANTITIESITEMS UNITSTOTAL

InftPAVEMENT MARKING (MULTI-COMPONENT)(WHlTE)(4")

Inft331569PAVEMENT MARKING (MULTI-COMPONENT)(WHITE)(6")InftPAVEMENT MARKING (MULTl-COMPONENT)(WHITE)(8")InftPAVEMENT MARKING (MULTI-COMPONENT)(WHITE)(12")

Inft196359PAVEMENT MARKING (MULTI-COMPONENT)(YELLOW)(4")InftPAVEMENT MARKING (MULTI-COMPONENT)(YELLOW)(6")InftPAVEMENT MARKING (MULTI-COMPONENT)(YELLOW)(12")

InftPAVEMENT MARKING (THERMQPLASTIC)(WHITE)(4")

InftPAVEMENT MARKING (THERMOPLASTIC)(WHITE)(6")InftPAVEMENT MARKING (THERMOPLASTIC)(WHITE)(8")

InftPAVEMENT MARKING (THERMQPLAST1C)(WHITE)(12")

InftPAVEMENT MARKING (THERMOPLASTIC)(YELLOW)(4")InftPAVEMENT MARKING (THERMQPLASTIC)(YELLQW)(6")InftPAVEMENT MARKING (THERMOPLASTIC)(YELLQW)(12")

InftPAVEMENT MARKING (EPOXY)(WHITE)(4")InftPAVEMENT MARKING (EPOXY)(WHITE)(6")InftPAVEMENT MARKING (EPOXY)(WHlTE)(8")InftPAVEMENT MARKING (EPOXY)(WHITE)(12")InftPAVEMENT MARKING (EPOXY)(YELLOW)(4")InftPAVEMENT MARKING (EPOXY)(YELLOW)(6")InftPAVEMENT MARKING (EPOXY)(YELLOW)(12")

InftPAVEMENT MARKING (INTERSECTION GRADE) (WHITE) (12")Inft62PAVEMENT MARKING (INTERSECTION GRADE)(WHlTE)(24")InftPAVEMENT MARKING (INTERSECTION GRADE)(YELLOW)(12")

EACH(WHITE) (R/RXING)PAVEMENT MARKING SYMBOL (INTERSECTION GRADE)EACH(WHITE) (Lt Turn Arrow)PAVEMENT MARKING SYMBOL (INTERSECTION GRADE)EACH(WHITE) (Rt Turn Arrow)PAVEMENT MARKING SYMBOL (INTERSECTION GRADE)EACH(WHITE) ( ONLY)PAVEMENT MARKING SYMBOL (INTERSECTION GRADE)EACH(WHITE) (Rt/Thru Arrow)PAVEMENT MARKING SYMBOL (INTERSECTION GRADE)

InftPAVEMENT MARKING REMOVAL

NOTE:WORDS & SYMBOLS SHALL CONFORM TO THE LATEST EDITION OF "STANDARD ALPHABETS FOR HIGHWAY SIGNS AND PAVEMENT MARKINGS" PRINTED BY THE U.S. DEPARTMENT OF TRANSPORTATION FEDERAL HIGHWAY ADMINISTRATION.

PRIOR TO COMMENCEMENT OF PAVEMENT MARKING WORK THE ENGINEER WILL ESTABLISH THE LIMITS FOR "NO PASSING" ZONES. THESE LIMITS SHALL BE USED FOR THE LOCATION OF " NO PASSING" LINES AND FOR THE COMPUTATION OF ACTUAL MARKING QUANTITIES FOR THIS LINE TYPE

Page 11 of 14

5873-01

Page 42: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

Highway Sign ManualKansas Department of Transportation

ii*8

/ 12}

NOTE:When large radius turns are encountered, the stop line will extend from the centerline to a point 12’ from edge of pavement. At this point the stop line changes to angle that terminates it perpendicular to the edge of pavement.

Pavement MarkingsLONGITUDINAL LANE SEPARATION, TRANSVERSE, GORE & MEDIAN

STOP LINE

Released: July 1, 2007

G1-5Page 12 of 14

Page 43: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

Highway Sign ManualKansas Department of Transportation

6" Solid White Edge Line6" Dotted White Extension Line

Side Road____

6" Solid White Edge Line4" Solid Yellow Double Line

4" Dotted Yellow Double Line (Optional)

%4" Solid Yellow Double Line 1

%55

mmMm6" Solid White Edge Line BI

l6" Dotted White Extension Line

III4" Dotted Yellow Double Line (Optional)

■■

4" Solid Yellow Double Line

6" Solid White Edge Line

Pavement Markings INTERSECTION APPROACHES

RURAL INTERSECTION ON A CURVE OR TURN

Released: July 1, 2007

G5-5Page 13 of 14

Page 44: K004-106 KA-5871-01 K004-106 KA-5871-01 CONTRACT … · K004-106 KA-5871-01 / K004-106 KA-5871-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. HOST, KA

Page 14 of 14

SUMMARY OF TRAFFIC CONTROL DEVICES (FOR INFORMATION ONLY)

RECAPITULATION OF QUANTITIESITEM QUANTITY UNIT

All traffic control devices shall be placed in accordance with the applicable KDOT Traffic Control Standards. The contractor shall provide all signs and other traffic control devices for proper traffic control of all construction activities. Quantities listed are estimates only. Contractor operations may require additional signs and traffic control devices, this will be subsidiary to the bid item traffic control.

WORK ZONE SIGNS (0 TO 9.25 SQ. FT.) EADA

WORK ZONE SIGNS (9.26 TO 16.25 SQ. FT.) EADA

WORK ZONE SIGNS (16.26 SQ. FT. & OVER) EADA

WORK ZONE BARRICADES (TYPE 3-4’ TO 12') EADA

WORK ZONE SIGNS* WORK ZONE BARRICADES (PEDESTRIAN) EADA

SIZE - SQ. FT. CHANNELIZER (FIXED) EADASIGNNO. 0-9.25 9.26-16.25 16.26 & OVER CHANNELIZER (PORTABLE) EADA

R2-1 CHANNELIZER (PEDESTRIAN) EADA

R4-1 4 WORK ZONE WARNING LIGHT (TYPE “A” LOW INTENSITY) EADA

W3-4 4 WORK ZONE WARNING LIGHT (RED TYPE "B” HIGH INTENSITY) EADA

W3-5 ARROW DISPLAY EADA

W8-11 64 PORTABLE CHANGEABLE MESSAGE SIGN EADA

W14-3 4 PAVEMENT MARKING (TEMPORARY)

W20-1 4 4" SOLID (TYPE I) STA./LINE

W20-4 4 4" SOLID (TYPE II) STA./LINE

W20-5 4" BROKEN (8')(TYPE I) STA./LINE

W20-7 4 4" BROKEN (8')(TYPE II) STA./LINE

W21-5 1673.84" BROKEN (3')(TYPE I) STA./LINE

W8-15p 60 1673.84" BROKEN (3')(TYPE II) STA./LINE

W8-15 60 4" DOTTED EXTENSION (TYPE I) STA./LINE

W8-17 64 4" DOTTED EXTENSION (TYPE li) STA./LINE

G20-4 2 SOLID (LINE MASKING TAPE) STA./LINE

KG20-5 8 BROKEN (LINE MASKING TAPE) STA./LINE

KM4-20 SYMBOL (TYPE I) EACH

KG20-2 12 SYMBOL (TYPE II) EACH

Kl-104a 2 FLEXIBLE RAISED PAVEMENT MARKERS (4" BROKEN (8')) STA./LINE

Kl-105a 2 FLEXIBLE RAISED PAVEMENT MARKERS (4" BROKEN (3')) STA./LINE

PAVEMENT MARKING REMOVAL LIN. FT.

LIGHTED DEVICES * CONCRETE SAFETY BARRIER (TYPE F3) (TEMPORARY) LIN. FT.WORK ZONE WARNING LIGHT (TYPE ''A” LOW INTENSITY) CONCRETE SAFETY BARRIER (TYPE F3) (TEMP.-INSTALL ONLY) LIN. FT.WORK ZONE WARNING LIGHT (RED TYPE “B” HIGH INTENSITY)

CONCRETE SAFETY BARRIER (TYPE F3) (TEMP.-RELOCATE) LIN. FT.

INERTIAL BARRIER SYSTEM EACHARROW DISPLAYREPLACEMENT MODULES (IBS) EACHPORTABLE CHANGEABLE MESSAGE SIGNWORK ZONE SIGN (SPECIAL) (16.25 SQ. FT. & LESS) EACH

WORK ZONE SIGN (SPECIAL) (16.26 SQ. FT. & OVER) EACHBARRICADES * CHANNELIZING DEVICES *RIGID RAISED PAVEMENT MARKER (TYPE I) EACH

TYPE III (4’ TO 12’)

PEDESTRIAN FIXED PORTABLE PEDESTRIANRIGID RAISED PAVEMENT MARKER (TYPE II) EACH

220 LUMP SUMTRAFFIC SIGNAL INSTALLATION (TEMPORARY)

TRAFFIC CONTROL (INITIAL SET UP) LUMP SUM

SUMMARY OF TRAFFIC CONTROL DEVICES (EACH)

TRAFFIC CONTROL LUMPSUM LUMP SUM

FLAGGER (SET PRICE) 1 HOUR

WORK ZONE SIGN (SPECIAL)16.26 SQ. FT. & OVERSIGN NO. 16.25 SQ. FT. &LESS NOTES: Devices shown are perTE 710 and TE 730.

Quantities listed are for two separate traffic control operations.

321 11/10/16 Removed Replacement Modules Summary Table,

“(IBS)” to Replacement Modules descriptionAdded JGB

BYNO. DATE REVISIONS APP’DKANSAS DEPARTMENT OF TRANSPORTATION

TRAFFIC CONTROL SUMMARY OF DEVICES

RECAPITULATION OF QUANTITIES■TE795FHWA APPROVAL 06/01/15 APP’D Kristina EricksonDESIGNED B.A.H. DETAILED R.W.B. QUANTITIES TRACEDDESIGN CK. DETAIL CK. QUAN. CK. TRACE CK.

I | Proj. No. | Title:Multiple Co. 4-106 KA 5871-01