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
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
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
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
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
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
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
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
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
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
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
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
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
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
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
"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
---------------------------------------------------------------- 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,
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
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
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.
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"
"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
---------------------------------------------------------------- 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,
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
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
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.
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"
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)
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
gg
g g
g 11
gs
g£
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
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
g§
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
g§
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
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
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.
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
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
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
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
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
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
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
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
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 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