106 ka-5924-01 106 ka-5924-01 contract proposal dot …letting 12/16/2020 kansas department of...

39
Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT Form No. 202 Rev. 02/19 Contract ID: 520126434 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.: 106 KA-5924-01 / 106 KA-5924-01 The general scope, location and net length are: MILL AND HMA OVERLAY. KA5924-01 HOST: K3, KA5925-01, FR K65 N TO COLI; K65, KA5929-01, FR K3 N TO K31; K31, KA5928-01, FR K65 TO W JCTK7; K7, KA5927-01, FR W K31JCT TO E K31JCT; IN BB CO; K3, KA5926-01, FR BB COLI N TO K31 JCT IN LN CO. LENGTH IS 21.506MI. 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: 430ACDDD09

Upload: others

Post on 24-Jan-2021

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01Contract No. 520126434

106 KA-5924-01 106 KA-5924-01CONTRACT PROPOSAL

DOT Form No. 202 Rev. 02/19Contract ID: 5201264341. 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.:

106 KA-5924-01 / 106 KA-5924-01The general scope, location and net length are:

MILL AND HMA OVERLAY. KA5924-01 HOST: K3, KA5925-01, FRK65 N TO COLI; K65, KA5929-01, FR K3 N TO K31; K31,KA5928-01, FR K65 TO W JCTK7; K7, KA5927-01, FR W K31JCT TOE K31JCT; IN BB CO; K3, KA5926-01, FR BB COLI N TO K31 JCTIN LN CO. LENGTH IS 21.506MI.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: 430ACDDD09

Page 2: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01Contract No. 520126434

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 ___20___ 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: 430ACDDD09

Page 3: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01Contract No. 520126434

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: 430ACDDD09

Page 4: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01Contract No. 520126434

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: 430ACDDD09

Page 5: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

KANSAS DEPARTMENT OF TRANSPORTATIONSPECIAL PROVISION LIST

PAGE:DATE:

111/06/20

STATE PROJECT NO: 106 KA-5924-01 STATE CONTRACT NO: 520126434

FEDERAL PROJ NO.

PRIMARY DISTRICT:

DESCRIPTION:

PRIMARY COUNTY: STATEWIDE4

MILL AND HMA OVERLAY. KA5924-01 HOST: K3, KA5925-01, FR K65 N TO COLI; K65, KA5929-01, FR K3 N TO K31; K31, KA5928-01, FR K65 TO W JCTK7; K7, KA5927-01, FR W K31JCT TO E K31JCT; IN BB CO; K3, KA5926-01, FR BB COLI N TO K31 JCT IN LN CO. LENGTH IS 21.506MI.

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-NONCOLLUSION / HISTORY-DEBARMENT08-10-66-R05REQUIRED CONTRACT PROVISION-EMULSIFIED ASPHALT ADJUSTMENT08-31-09-R01REQUIRED CONTRACT PROVISION-FINANCIAL PREQUALIFICATION04-30-82-R07REQUIRED CONTRACT PROVISION-CONTRACTUAL SERVICES-LEGISLATOR08-04-92-R03REQUIRED CONTRACT PROVISION-PRICE ADJUSTMENT FOR ASPHALT06-01-06-R01REQUIRED CONTRACT PROVISION-EEO REQUIREMENT11-15-96-R05MINIMUM WAGE RATE (LINN COUNTY) (5-29-20)KS20200142M3MINIMUM WAGE RATE (BOURBON COUNTY) (5-8-20)KS20200067M1REQUIRED 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 CONTRACTS15-01003ASPHALT 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 CONTRACT15-01024ASPHALT PAVEMENT SMOOTHNESS15-06006-R01HOT MIX ASPHALT CONSTRUCTION QC/QA15-06007-R01WORK ZONE TRAFFIC CONTROL AND SAFETY (FOR 1R'S)15-08001-R03MAINTENANCE AND RESTORATION OF HAUL ROADS15-08018WORK ZONE TRAFFIC CONTROL & SAFETY15-08019-R01FIELD OFFICE AND LABORATORY15-08023AGGREGATE FOR HMA15-11002-R01GENERAL REQUIREMENT DIVISION 120015-12001-R01PERFORMANCE GRADED ASPHALT BINDER15-12002STEEL SIGN POSTS15-16002-R03RELEASE COMPOUND FOR ASPHALT MIXES15-17004-R04

Page 6: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

KANSAS DEPARTMENT OF TRANSPORTATIONSPECIAL PROVISION LIST

PAGE:DATE:

211/06/20

STATE PROJECT NO: 106 KA-5924-01 STATE CONTRACT NO: 520126434

FEDERAL PROJ NO.

PRIMARY DISTRICT:

DESCRIPTION:

PRIMARY COUNTY: STATEWIDE4

MILL AND HMA OVERLAY. KA5924-01 HOST: K3, KA5925-01, FR K65 N TO COLI; K65, KA5929-01, FR K3 N TO K31; K31, KA5928-01, FR K65 TO W JCTK7; K7, KA5927-01, FR W K31JCT TO E K31JCT; IN BB CO; K3, KA5926-01, FR BB COLI N TO K31 JCT IN LN CO. LENGTH IS 21.506MI.

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.

PAVEMENT MARKING PAINT15-22004-R02IMAGE SYSTEMS15-22005-R03RETROREFLECTIVE SHEETING15-22006-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-MR0394COMBINATION, TIED BIDS ON 1R PROJECTS WITH FEDERAL-AID FUNDS15-PS0018

END OF SPECIAL PROVISION LIST

Page 7: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01Contract No. 520126434

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: 430ACDDD09

Page 8: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01Contract No. 520126434

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: 430ACDDD09

Page 9: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01Contract No. 520126434

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: 430ACDDD09

Page 10: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01Contract No. 520126434

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 8 Check: 430ACDDD09

Page 11: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01Contract No. 520126434

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 9 Check: 430ACDDD09

Page 12: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01Contract No. 520126434

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 10 Check: 430ACDDD09

Page 13: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01Contract No. 520126434

Line Number Item Number Quantity Unit Unit Price Extension PriceSection 01

COMMON ITEMS 1 025323 1.00 LS

MOBILIZATION / 2 020001 1.00 LS $4,000.000 $4,000.00

MAINTENANCE AND RESTORATION OF HAUL ROADS (SET PRICE) / 3 025600 1.00 EACH

FIELD OFFICE AND LABORATORY (TYPE A) / 4 000030 1.00 LS $1.000 $1.00

ASPHALT AIR VOID PAY ADJUSTMENT / 5 080465 1.00 TON $200.000 $200.00

MATERIAL FOR HMA PATCHING (SET PRICE) / 6 025324 1.00 LS

TRAFFIC CONTROL / 7 070580 1.00 HOUR $25.000 $25.00

FLAGGER (SET PRICE) /

Section 01 Total $4,226.00

Section 02KA-5925-01 ASPHALT SURFACING ITEMS

8 081773 2135.00 TONMILLING /

9 060245 2135.00 TONHMA OVERLAY (SR- 9.5A) (PG 64-22) /

10 081699 2135.00 TONQUALITY CONTROL TESTING (HMA) /

11 010256 8.00 TONEMULSIFIED ASPHALT (SS-1HP) /

12 071992 160.00 STALFLEXIBLE RAISED PAVEMENT MARKERS (4" BROKEN (3 FT.)) /

Section 02 Total

Section 03KA-5929-01 ASPHALT SURFACING ITEMS

13 081773 7500.00 TONMILLING /

14 060245 7500.00 TONHMA OVERLAY (SR- 9.5A) (PG 64-22) /

15 081699 7500.00 TONQUALITY CONTROL TESTING (HMA) /

16 010256 29.00 TONEMULSIFIED ASPHALT (SS-1HP) /

17 071992 589.30 STALFLEXIBLE RAISED PAVEMENT MARKERS (4" BROKEN (3 FT.)) /

Section 03 Total

Contractor: Page 11 Check: 430ACDDD09

Page 14: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01Contract No. 520126434

Section 04KA-5928-01 ASPHALT SURFACING ITEMS

18 081773 2266.00 TONMILLING /

19 060245 2266.00 TONHMA OVERLAY (SR- 9.5A) (PG 64-22) /

20 081699 2266.00 TONQUALITY CONTROL TESTING (HMA) /

21 010256 9.00 TONEMULSIFIED ASPHALT (SS-1HP) /

22 071992 179.10 STALFLEXIBLE RAISED PAVEMENT MARKERS (4" BROKEN (3 FT.)) /

Section 04 Total

Section 05KA-5927-01 ASPHALT SURFACING ITEMS

23 081773 660.00 TONMILLING /

24 060245 660.00 TONHMA OVERLAY (SR- 9.5A) (PG 64-22) /

25 081699 660.00 TONQUALITY CONTROL TESTING (HMA) /

26 010256 3.00 TONEMULSIFIED ASPHALT (SS-1HP) /

27 071992 48.80 STALFLEXIBLE RAISED PAVEMENT MARKERS (4" BROKEN (3 FT.)) /

Section 05 Total

Section 06KA-5926-01 ASPHALT SURFACING ITEMS

28 081773 2106.00 TONMILLING /

29 060245 2106.00 TONHMA OVERLAY (SR- 9.5A) (PG 64-22) /

30 081699 2106.00 TONQUALITY CONTROL TESTING (HMA) /

31 010256 8.00 TONEMULSIFIED ASPHALT (SS-1HP) /

32 071992 158.40 STALFLEXIBLE RAISED PAVEMENT MARKERS (4" BROKEN (3 FT.)) /

Section 06 Total

Item Total $4,226.00

Contractor: Page 12 Check: 430ACDDD09

Page 15: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

"General Decision Number: KS20200142 05/29/2020 Superseded General Decision Number: KS20190142 State: Kansas Construction Type: Highway County: Linn 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 $10.80 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2020. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate,if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 02/07/2020 1 05/08/2020 2 05/15/2020 3 05/29/2020 CARP0315-005 05/01/2019 Rates Fringes CARPENTER (Excludes Form Work)...$ 39.58 17.77 ---------------------------------------------------------------- * ENGI0101-023 04/01/2020 Rates Fringes

Page 16: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

POWER EQUIPMENT OPERATOR Broom/Sweeper...............$ 37.02 19.89 Roto Mill...................$ 36.62 19.89 ---------------------------------------------------------------- IRON0010-015 04/01/2020 Rates Fringes IRONWORKER (REINFORCING AND STRUCTURAL)......................$ 34.00 31.24 ---------------------------------------------------------------- LABO0663-017 04/01/2020 Rates Fringes LABORER (Concrete Saw (Hand Held/Walk Behind))...............$ 32.49 16.33 ---------------------------------------------------------------- LABO1290-002 04/01/2020 Rates Fringes LABORER (Asphalt, Includes Raker, Shoveler, Spreader, and Distributor).................$ 32.49 16.33 ---------------------------------------------------------------- TEAM0541-013 04/01/2019 Rates Fringes TRUCK DRIVER (Water Truck).......$ 32.44 15.75 ---------------------------------------------------------------- * UAVG-KS-0006 05/09/2019 Rates Fringes LABORER: Pipelayer..............$ 31.44 15.99 ---------------------------------------------------------------- SUKS2019-081 05/09/2019 Rates Fringes CARPENTER (Form Work Only).......$ 29.45 14.08 CEMENT MASON/CONCRETE FINISHER...$ 28.92 15.80 ELECTRICIAN......................$ 29.93 14.14 LABORER: Common or General......$ 18.68 1.63 LABORER: Flagger................$ 13.20 0.00 LABORER: Mason Tender - Cement/Concrete..................$ 29.75 12.83

Page 17: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

LINE CONSTRUCTION: Equipment Operator.........................$ 32.15 15.06 LINE CONSTRUCTION: Groundman....$ 26.76 12.71 LINE CONSTRUCTION: Lineman......$ 41.52 17.56 OPERATOR: Backhoe/Excavator/Trackhoe.......$ 35.23 15.53 OPERATOR: Bobcat/Skid Steer/Skid Loader................$ 33.35 14.10 OPERATOR: Bulldozer.............$ 28.15 11.65 OPERATOR: Concrete Finishing Machine..........................$ 24.26 0.00 OPERATOR: Concrete Saw..........$ 33.87 15.16 OPERATOR: Crane.................$ 30.38 11.08 OPERATOR: Grader/Blade..........$ 29.66 12.55 OPERATOR: Loader................$ 32.46 14.14 OPERATOR: Material Transfer Vehicle..........................$ 14.65 0.00 OPERATOR: Mechanic..............$ 32.25 15.31 OPERATOR: Paver (Asphalt, Aggregate, and Concrete).........$ 32.88 15.53 OPERATOR: Roller................$ 29.00 11.40 OPERATOR: Scraper...............$ 17.67 0.00 OPERATOR: Screed................$ 17.38 3.52 OPERATOR: Tractor...............$ 24.28 0.00 OPERATOR: Roto Mill Groundman....$ 18.43 0.00 OPERATOR: Striping Machine.......$ 27.27 12.25 TRAFFIC CONTROL: Service Driver...........................$ 18.72 7.52 TRAFFIC SIGNALIZATION: Traffic Signal Installation (Groundman)......................$ 17.10 0.00

Page 18: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

TRUCK DRIVER: Dump and Tandem....$ 29.04 12.45 TRUCK DRIVER: Flatbed and Lowboy...........................$ 27.96 14.05 TRUCK DRIVER: Off Road Truck.....$ 19.06 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

Page 19: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

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.

Page 20: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

---------------------------------------------------------------- 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

Page 21: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION"

Page 22: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

"General Decision Number: KS20200067 05/08/2020 Superseded General Decision Number: KS20190067 State: Kansas Construction Type: Highway County: Bourbon 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: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

---------------------------------------------------------------- SUKS2019-006 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......$ 17.20 0.00 LABORER: Flagger................$ 12.14 0.00 OPERATOR: Asphalt Plant.........$ 14.81 0.00 OPERATOR: Backhoe/Excavator/Trackhoe.......$ 23.22 0.00 OPERATOR: Bobcat/Skid Steer/Skid Loader................$ 19.83 0.00 OPERATOR: Broom/Sweeper.........$ 13.64 0.00 OPERATOR: Bulldozer.............$ 25.91 8.95 OPERATOR: Concrete Finishing Machine..........................$ 21.11 0.00 OPERATOR: Concrete Saw..........$ 16.71 0.00 OPERATOR: Crane.................$ 20.22 7.66 OPERATOR: Distributor...........$ 15.19 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: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

Aggregate, and Concrete).........$ 16.03 0.00 OPERATOR: Roller................$ 17.21 0.00 OPERATOR: Scraper...............$ 15.68 0.00 OPERATOR: Screed................$ 15.56 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: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

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: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

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: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

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: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

15-MR0394 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: 106 KA-5924-01 Project Numbers: 3-6 KA-5925-01, 3-54 KA-5926-01, 7-6 KA-5927-01, 31-6 KA-5928-01, 65-6 KA-5929-01 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 600-16, 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-9.5A (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 2.550 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-9.5A (PG64-22).

For information only, the 20 year design lane traffic is 0.6 million ESALs. 10/30/20 C&M (BTH)

Percent RAP Name 0 SM-9.5A (PG64-22)

1 - 15 SR-9.5A (PG64-22) 16 - 25 SR-9.5A (PG58-28)

Page 29: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall
Page 30: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

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: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

!

!!

!

!

!

!!

SOLD

IER

RD

GRAN

D RD

30TH ST

188TH ST

QUAI

L RD

210TH ST

LIMES

TONE

RD

60TH ST

INDI

AN R

D

FERN

RD

155TH ST

5000TH ST

UNIQ

UE R

D

RANG

E RD

230TH ST

90TH ST

YELL

OWST

ONE

RD10TH ST

JAYH

AWK R

D

200TH ST

135TH ST

267TH TERR

FORT

RD

186TH ST

250TH ST

50TH ST

OSAG

E RD

RANG

E RD

110TH ST

BIRCH

RD

205TH ST

WRIG

HT

EAGL

E RD

TOMA

HAWK

RD

HACK

BERR

Y RD

35TH ST

195TH ST

260TH ST

QUAI

L RD

XYLE

M RD

NATIV

E RD

122ND TERR

215TH ST

DEER

RD

INDI

AN R

D

170TH ST172ND TERR

200TH ST

UNIQ

UE R

D

265TH ST

QUIV

ERA

95TH ST

YALE

RD

NATIV

E RD

235TH ST

100TH ST

KANS

AS R

D

E 200

TH R

D

140TH ST

GRAN

D RD

267TH TERR

POPL

AR R

D

250TH ST

LOCU

ST R

D

75TH ST

XAVI

ER R

D

CAVA

LRY R

D

FERN

RD

160TH ST

TOMA

HAWK

RD

HACK

BERR

Y RD

255TH ST

MAPL

E RD

225TH ST

85TH ST

IVORY

RD

CAVA

LRY R

D

170TH ST

130TH ST

SOLD

IER

RD

180TH ST

VALL

EY R

D

OSAG

E RD

245TH ST 240TH STBIR

CH R

D

115TH ST

LIMES

TONE

RD

20TH ST

55TH STWA

GON

RD

EAGL

E RD

145TH ST

30

32 5 8 17 20 29

33 4 9 16 21 28

34 3 10 15 22

27

35

2 11 14 23 26

36 1 12 13 24 25

24

31 6 7 18

19

32 5 8

17 20

33 4 9

16

21

34 3 10 15 22

35

2 11 14 23

36 1 12 13 24

2625

3029

2827

2625

2324

1920

2122

2324

32 5 8 17 20

33 4 9 16 21

34

3 10

15

22

35 2 11 14 23

36 1 12 13 24 25

31 6 7

18 19

7 18

19

29 32 5

8 17 20

28 33 4 9 16 21

27 34 3 10 15 22

26

35 2 11 1423

36 1 12 13

29

2827

2419

2021

22

5 8 17 20

28 33 4 9 16 21

27 34 3 10 15 22

26 35 2 11 14 23

25 36 1 12

13 24

30 31 6

17

20

33

4

9

16 21

27 34 3

10

15

22

26 35 2 11 14 23

36 1

12

13 24

31 6

7

18 19

1920

2122

2322

2324

28 33 4 9 16

27

34

3 10 15 22

26

35 2

11

14 23

25 36 1 12 13 24

30 31 6 7 18 19

29

32

9

16

21

27 34

3 10 15 22

26 35 2 11

14 23

25 36

1 12 13 24

30 31

6 7 18 19

29 32 5

8

21

3536

2625

2324

13

127

89

1011

12

16

54

32

1

3536

3132

3334

35

2625

3029

2827

26

32

4

9

16 21 28

28

33

3 10 15 22 27

27 34

2

11

14 23 26

26 35

1

12

13

24 25

25 36

6 7

6

7

18

19 30

19

30 31

5

8 17 20 2920

29

32

4 9 16 21 28

21

28

33

3 10 15 22 27

27 34

18 19 30

30 31

5 8 17 20

29

29 32

49 16

21 28 33

28 33

3

10

15

22 27 34

27 34

2

11

14

2 11

14

23 26

3526

35

1 12

13

24

25

36

25

36

6 7

18

19

30

31

3031

5 8 17 20 29 32

29

3536

2625

2324

1413

1112

1

3536

3132

3334

3536

2526

30

2928

2725

26

2324

1920

2122

2324

1318

1716

1514

2324

1920

2122

23

24

1413

1817

1615

1413

1112

78

910

1112

21

65

43

2

24

1413

1112

21

31 6 7 18 19

32 5 8 17 20

4 9

16

21

10 15 22

33 4 9 16 21

34

3

10 15 22

35 2 11 14 23

36

1

12 13 24

31

6 7 18 19

32 5 8 17 20

33 4 9

16 21

34 3

10 15 2223

2

11

14 23

1 12 13 24

7

6

18 19

5 8 17 20

23 26 35 2 11

24

25 36 1 12

19

30 31 6 7

20

2932

5 8 17

21 28 33 4

14

23 26 35 2

11

14

13

24

25 36 1 12 13

18

19

30 31 6 7 18

20 29 32 5 8

17

Fifth

Stan

dard

Paral

lel S

outh

Bourb

onCo

unty

State

Lake

Ceda

r Cree

kRe

servo

ir

Lake

Fort

Scott

Tu rkey

Creek

CedarCreek

MillCre

ek

LimestoneCr.

ElmCreek

PawneeCreek

PaintC

reek

Flat R

ockCreekI r ish

Creek

Honey C reek

BunionCreek

DyerCreek

Buck

Run

Hickory Creek

ProngCreek

Marm

atonR

iver

O wl Creek

HintonCre

ek

WestFork

DryW

oodC

r.

Schubert Creek

CoxCreek

RobinsonBranch

Little

Mill C

reek

Little Os

ageR

iver

MooresBra

nch

RockCreek

In

dianCreek

Opossum Cr.

LittlePawneeCreek

Elk Cr.

Richla

ndCre

ek

Shi loh

Creek

ReaganBranch

WalnutCr

eek

BakerBranch

Tippie

Creek

CleverCreek

RossBranch

Te nnyso n Cr.

Chambers Branch

FishCreek

LathBranch

Lost Cr.

BNSF

BNSFM

& NA

Peter

sburg

Marm

atonHa

rding Pa

wnee

Statio

n

Porte

rville

Hollis

ter

Godfr

ey

Bron

son

Xenia

Union

town

Maple

ton

Redfi

eld Hiattv

ille

Devo

n

Fulto

n

Hamm

ond

Garla

nd

Fort S

cott

RS 55

RS 1194

RS 53

RS 53

RS 2152

RS0

RS 17

41

RS 2212

RS 50

RS 1191

RS 12

00

RS 11

58

RS 11

96

RS 1151 RS 1150

RS 11

93

RS 1766

RS 1157

RS 11

95

RS 17

68

RS 56

RS 705

RS 11

98

RS 49

RS 57

RS 1192

RS 14

16

RS 1153

RS 58

RS 22

11

RS 1197

RS 2130

RS 51

3 39

7 31

3

31

65

3

739

7

54

69

54

69

54

-94°40'

-95°00'

-94°50'

38°00

'

37°50

'

-95°00'

-94°40'

38°00

'

-94°50'37

°50'

R23E

T26ST2

3S

T25S

T26S

R21E

T24S

R21ET2

3S

R23E

T24S

T25S

R22ER22E

R24E

R25E

R24E

R25E

R24E

T27ST2

4S

T26S

T27S

R22E

T25S

R22ET2

4S

R24E

T25S

T26S

R23ER23E

R25ER25E

Co.

Linn

Anderso

nCo

unty

Craw

ford

Coun

ty

Neosho

Vernon

Co.AllenCounty

CountyMissouri Missouri

01

23

4Mi

les

6

JUNE

2019s

KDOT

mak

es no

warr

antie

s, gu

arante

es, o

rrep

resen

tation

s for

the ac

curac

y of th

is inf

ormati

onan

d ass

umes

no lia

bility

for e

rrors

or om

ission

s.

GENE

RAL H

IGHW

AY M

APBO

URBO

N CO

UNTY

KANS

ASPR

EPAR

ED BY

THE

KANS

AS D

EPAR

TMEN

T OF T

RANS

PORT

ATIO

NBU

REAU

OF T

RANS

PORT

ATIO

N PL

ANNI

NGIN

COO

PERA

TION

WITH

THE

U.S.

DEPA

RTME

NT O

F TRA

NSPO

RTAT

ION

FEDE

RAL H

IGHW

AY A

DMIN

ISTR

ATIO

N

HIGH

WAY M

ARKE

RS

HIGH

WAY C

LASS

IFICA

TIONS

ROAD

CLA

SSIFI

CATIO

NS

BOUN

DARI

ES

CITIE

S OR

TOW

NS

DRAI

NAGE

ROAD

SYS

TEM

DESI

GNAT

ION

MAP S

YMBO

LS

Rural

Seco

ndary

Sys

temRS

End o

f Des

ignate

d Sys

temCo

unty

Road

Syste

m1S

T RD

!

Coun

ty Se

atPo

pulat

ed P

lace

Loca

le

Kans

as Tu

rnpike

(KTA

)Int

erstat

e

Contr

olled

Acce

ssUS

Rou

te - D

ivide

dUS

Rou

te - U

ndivid

edSta

te Ro

ute - D

ivided

State

Route

- Und

ivide

d

RS R

oute

- Pav

edRS

Rou

te - U

npav

edMi

nor R

oad -

Pave

dMi

nor R

oad -

Grav

elMi

nor R

oad -

Soil

Roun

dabo

ut Interc

hang

eSta

te Sy

stem

Bridg

eRa

ilroad

Coun

ty Bo

unda

rySta

te Bo

unda

ry

Secti

on Li

nePa

rk or

Wildl

ife Ar

eaInc

orpora

ted C

ity Li

mit

Urba

n Area

Milita

ry Fo

rt Bou

ndary

Indian

Res

ervati

on or

Half-B

reed L

and

70Int

erstat

e Num

bered

High

way

Kans

as Tu

rnpike

Autho

rity

40U.

S. Nu

mbere

d High

way

20Sta

te Nu

mbere

d High

way

Lake

or R

eserv

oirRiv

er or

Major

Drai

nage

State

Capit

ol

Page 1 of 9

KA

592

7-01

KA

592

5-01

KA

592

9-01

KA

592

8-01

Hos

t Pro

ject

10

6 K

A-5

924-

01

Page 32: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

!

!

!

!

!

2400

TH R

D

1800

TH R

D

ODELL LN

200T

H RD

KEITEL RD

600T

H RD

1600

TH R

D

GIREAU RD

EARNEST RD

QUERRY RD

1250

TH R

D

BRUCE HOLT RD

YOUNG RD

MADDOX RD

1900

TH R

D

FARLIN RD

1500

TH R

D

500T

H RD

DEVLIN RD

WATTLES RD

800T

H RD2300

RD

INGRAHM RD

MONTGOMERY RD

1500

TH R

D

THOMAS RD

500T

H RD

1200

TH R

D

DINGUS RD

WHITE RD

LEE RD

BOTKIN RD

2100

TH R

D

1100

TH R

D

HARKNESS RD

PAINE RD

700T

H RD

1700

TH R

D

400T

H RD

1300

TH R

D

ELLINGTON RD

CAMPBELL RD

UPTON RD

950T

H RD

LONG RD

BROWN RD

2200

TH R

D

1175

TH R

D

ILIFF RD

2000

TH R

D

SCOTT RD

FARRIS RD

1450

TH R

D

450T

H RD

VALLEY RD

800T

H RD

CASSIDA RD

AYERS RD

200T

H RD

2400

TH R

D

GORMAN RD

JACKSON RD

READ RD

UNGEHEUER RD

1250

TH R

D

WYOMING RD

2100

TH R

D

1100

TH R

D

1800

TH R

D

QUAIL RD

HADSALL RD

700T

H RD

EMERY RD

ROBERTSON RD90

0TH

RD

2200

TH R

D

1175

TH R

D

NEIL RD

1700

TH R

D

2000

TH R

D

1550

TH R

D

SHOWALTER RD

600T

H RD

FISH

DR

E 222

5 TER

1000

TH R

D

6 7 18 19

30

32 5 8 17 20 29

4

9

16 21 28

34

3

10 15 22 27 34

35 2 11 14 23 26 35

1930

31 5

8

20

29

32

4 9 21 28

33

3 10 15 22 27

2 11

14

23 26

11 12 13 24 25

26

24

25

19 30

20 29

2122 27

23 26

1413

1817

16

1514

13

1112

78

910

1112

21

65

43

21

3536

3132

3334

35

36

2625

3029

2827

2625

2324

1920

2122

23

2414

1318

1716

1514

13

127

89

1011

12

16

54

32

1

3631

3233

3435

36

32

5

8 17 20

29

33 4 9

16 21 28

34

3 10

15 22 27

35 2 11

14 23 26

36 1 12 13 24 25

31

17

2029

32

4

9 16 21 28

33

3 10 15 22 27

34

2 11

14

23 26

35 1 12 13 24

25

36 6 7

18

24 25

19 30

20 29

21

28

22 27

23

1318

1716

15

127

89

10

16

54

3

36

3132

3334

2530

2928

27

2419

2021

22

13

1817

1615

127

89

1011

16

54

32

36

3132

3334

35

2324

19

1817

1615

1413

18

78

910

1112

7

6

54

32

16

3132

3334

35

3631

17

20

29

32

5 8 17

16 21 28 33

4 9 16

22

27

34 3

10 15

23

26 35 2 11 14

1011

127

8

65

4

32

16

5

3132

3334

3536

31

3029

2827

2625

30

1920

2122

3029

2827

26

2223

2419

2021

2223

15

22 27 34 3 10

15

14 23

26 35

2 11 14

13 24 25 36 1 12 13

18 19

30

31 6 7 18

1514

1011

127

89

1011

32

16

54

32

3435

3631

3233

3435

2726

2530

2928

2726

25

30

2223

2419

20

21

2223

2419

1514

1318

1716

1514

13

18

1011

127

89

16 21

28

33

3

27 34 3

10

15 22 27

34

2

26 35 2 11 14 23 26 35

1

25 36 1 12 13 24 25 36

23

26

35

24

25 36

19 30 31

20 29 32

21

28 33

2

2

11 14 23 26 35

1

1

12 13 24 25 36

6

6 7 18 19 30 31

5

5 8

17

20 29 32

4

4

9

28

2324

1920

21

1413

1817

16

1112

78

9

1112

78

9

21

65

4

3536

3132

33

2625

3029

14 23 26 35

2

11

13 24 25 36 1 12

18 19 30 31 6

7

17 20 29

32

5 8

16

21 28 33 4 9

1413

1817

16

Fourt

h Stan

dard

Paral

lel So

uth

Moun

dCit

yLa

ke

Pleas

anton

City L

ake

La C

ygne

sLa

ke

No rthS u

gar C

reekElm

Creek

BigSu

garC

reek

CoffeebeanCreek

Sa

li neCr

e ek

Mud

dyCreek

Richla n dC

reek

MiddleCreek

Indi an Cre

ek

EastLaberdieCreek

Davis

Creek

G oodr

ichCre

ek

BellBranch

Twin Springs Cr.

Lande

rsCr.

Owl Creek

W est Laberdie Cr e e k

Buck

Creek

IrishCreek

Su

garCreek

Walnu

t Cree

k

A lexan

der

Branch

SouthForkLittleSugarCreek

North

Fork

LittleSuga

rCree

k

ElkCre ek

SouthForkSugarCreek

L ittl e

Sugar

Creek

HazelBranch

MineCreekLos

t C

re ekDoe Creek

Turkey

Creek

UP

BNSF

Mante

y

Farlin

ville

Dunla

yGood

rich

Cadm

us

Cente

rville

Blue M

ound

Parke

r

La C

ygne

Linn

Valle

y

Boico

urt

Pleas

anton

Pres

cott

Tradin

g Pos

t

Moun

dCit

y

Marai

s Des

Cygn

es N

ation

alWi

ldlife

Refu

ge

Marai

s Des

Cygn

esWa

terfow

l Area

RS 40

1

RS 1425

RS 1768

RS 40

7

RS 1766

RS 15

RS 40

8

RS 11

60

RS 40

6

RS 409

RS 14

26

RS 40

2

RS 400

RS 403

RS 12

04

RS 399

RS 405

RS 14

81

RS 1203

RS 1582

RS 1201

RS 13

239

152

52

7

31

3

731

52

69

69

69

R24E

T21S

R23E

R25E

R23E

T23ST2

0S

R25E

T21S

R22E

T22S

R22E

R24E

T20S

T23S

T22S

R23E

T20S

R22E

R24E

R22E

T22ST1

9S

R24E

T20S

R21E

T21S

R21E

R23E

T19S

T22S

T21S

-95°00'

-94°40'

38°10

'38°20

'

-94°50'

Allen Co.

Bourb

onCo

unty

Anderson

VernonCo.Bates

County

County

Co.

Miam

iFra

nklin

Coun

ty

Missouri

-95°00'

-94°40'

38°20

'

-94°50'

38°10

'

01

23

4Mi

les

54

JUNE

2019s

KDOT

mak

es no

warr

antie

s, gu

arante

es, o

rrep

resen

tation

s for

the ac

curac

y of th

is inf

ormati

onan

d ass

umes

no lia

bility

for e

rrors

or om

ission

s.

GENE

RAL H

IGHW

AY M

APLIN

N CO

UNTY

KANS

ASPR

EPAR

ED BY

THE

KANS

AS D

EPAR

TMEN

T OF T

RANS

PORT

ATIO

NBU

REAU

OF T

RANS

PORT

ATIO

N PL

ANNI

NGIN

COO

PERA

TION

WITH

THE

U.S.

DEPA

RTME

NT O

F TRA

NSPO

RTAT

ION

FEDE

RAL H

IGHW

AY A

DMIN

ISTR

ATIO

N

HIGH

WAY M

ARKE

RS

HIGH

WAY C

LASS

IFICA

TIONS

ROAD

CLA

SSIFI

CATIO

NS

BOUN

DARI

ES

CITIE

S OR

TOW

NS

DRAI

NAGE

ROAD

SYS

TEM

DESI

GNAT

ION

MAP S

YMBO

LSRu

ral Se

cond

ary S

ystem

RS

End o

f Des

ignate

d Sys

temCo

unty

Road

Syste

m1S

T RD

!

Coun

ty Se

atPo

pulat

ed P

lace

Loca

le

Kans

as Tu

rnpike

(KTA

)Int

erstat

e

Contr

olled

Acce

ssUS

Rou

te - D

ivide

dUS

Rou

te - U

ndivid

edSta

te Ro

ute - D

ivided

State

Route

- Und

ivide

d

RS R

oute

- Pav

edRS

Rou

te - U

npav

edMi

nor R

oad -

Pave

dMi

nor R

oad -

Grav

elMi

nor R

oad -

Soil

Roun

dabo

ut Interc

hang

eSta

te Sy

stem

Bridg

eRa

ilroad

Coun

ty Bo

unda

rySta

te Bo

unda

ry

Secti

on Li

nePa

rk or

Wildl

ife Ar

eaInc

orpora

ted C

ity Li

mit

Urba

n Area

Milita

ry Fo

rt Bou

ndary

Indian

Res

ervati

on or

Half-B

reed L

and

70Int

erstat

e Num

bered

High

way

Kans

as Tu

rnpike

Autho

rity40

U.S.

Numb

ered H

ighwa

y

20Sta

te Nu

mbere

d High

way

Lake

or R

eserv

oirRiv

er or

Major

Drai

nage

State

Capit

ol

Page 2 of 9

KA

592

6-01

Hos

t Pro

ject

10

6 K

A-5

924-

01

Page 33: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

__ ____ V'+ * +

KansasGeneral Notes 8/3/2020

Page 1 of 1

Department of Transportation

Project No.

Note1 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 considered subsidiary to other items in the contract.

2 Only the mainline and widening areas called out on the typical sheet will be milled and overlaid.

3 Contractor must mill and inlay any section of the roadway on the same day. No traffic will be allowed on the milled surface and the contractor must have a contingency plan in case of bad weather and/or equipment breakdown.

4 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.

5 All excess milled material not used on this project shall become the property of the Contractor and removed from the project.

6 Milling thickness will be adjusted at bridge approaches and grade crossings to allow a reasonable transition.

7 The signs listed are the minimum required. The contractor shall provide all signs and other traffic control devices, for proper traffic control of all construction activities.

Page 3 of 9

106 KA 5924-01

Please contact Darrin Petrowsky, Area Engineer, Iola, KS at (620) 901-6557 for RAP sample location.

Page 34: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

TYPICAL SECTION

<E

Slope Varies ---- 1.0 in. Mill1.0 in. OverlayI 1:1 @ edge of Asphaltv

Existing Width >

not to scale• Typical Slope 1.56 % on Tangents and on super-elevated sections to match existing super or as directed by the

Engineer• 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 WIDTHS

Approx.Width

Approx.WidthLocation mile Location mile

Sta. 0+00 to Sta. 159+98.40 3.03 22.08 Ft.

RATE OF APPLICATION

Quantity based on SR- 9.5A @ 0.0544 T/yd:

PG 64 - 22

SS-1HP @O05_gal/yd2

Millings Computed @ 145 lb/ft3

KANSAS DEPARTMENT OF TRANSPORTATIONDate: 7/30/2020 8:30 AM

PROJ. NO.BOURBON Co. TITLE: MILLOL

Page 4 of 9

3- 6 KA 5925-01

/ 0.0544 T/yd2

Page 35: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

TYPICAL SECTION

<E

Slope Varies ---- LO in. Mill1.0 in. Overlay

1:1 @ edge of Asphalt▼

"TExisting Width

not to scale• Typical Slope 1.56 % on Tangents and on super-elevated sections to match existing super or as directed by the

Engineer.• 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 WIDTHS

Approx.Width

Approx.Wdth mileLocationLocation mile

SqYdWideningMainline100’ 372.22K-3/K-65 Jet11.16 21.00'0+00 to 589+24.80

RATE OF APPLICATION

Quantity based on SR- 9.5A @ 0.0544 T/yd2

PG 64 - 22

SS-1HP @ 0.05 eal/vd2

Millings Computed @ 145 lb/fl3

KANSAS DEPARTMENT OF TRANSPORTATIONDate: 7/22/2020 9:19 AM

PROJ. N0.BourbonCo. TITLE: MILLOL

Page 5 of 9

65- 6 KA 5929-01

/ 0.0544 T/yd2

Page 36: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

TYPICAL SECTION

<e---- TO in. MillSlope Varies

1.0 in. OverlayI 1:1 @ edge of Asphalt

fExisting Width4 >

not to scale• Typical Slope 1.56 % on Tangents and on super-elevated sections to match existing super or as directed by the

Engineer• 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 WIDTHS

Approx.Width

ApproxWdth Location mileLocation mile

Mainline0+00 to 179+09.76 3.392 20.93’

RATE OF APPLICATION//

Quantity based on SR- 9.5A @ 0.0544 T/yd2/PG 64 - 22

SS-1HP @ OOlgal/yd2

Millings Computed @ J45 lb/ft3

KANSAS DEPARTMENT OF TRANSPORTATIONDate: 7/22/2020 1:32 PM

PROJ. N0.BourbonCo. TITLE: MILLOL

♦Page 6 of 9

31- 6 KA 5928-01

/ 0.0544 T/yd2

Page 37: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

TYPICAL SECTION

<E

Slope Varies ---- 10 in. Mill1.0 in. Overlay

1:1 @ edge of Asphaltir

Existing Width►

not to scale• Typical Slope 1.56 % on Tangents and on super-elevated sections to match existing super or as directed by the

Engineer.• 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 WIDTHS

Approx.Width

Approx.Width mileLocation Locationmile

WideningMainlineSqYds370.670.924 21.70" East K-31 Jet0+00 to 48+78.72

(return z at"

RATE OF APPLICATION/

Quantity based on SR- 9.5A @ 0,0544 T/yd2

PG 64 - 22

SS-lHP@0J)5_gal/yd2

Millings Computed @ J45 lb/ft3

KANSAS DEPARTMENT OF TRANSPORTATIONDate: 7/21/2020 6:32 AM

PROJ. NO.BourbonCo. TITLE: MILLOL

Page 7 of 9

7- 6 KA 5927-01

/ 0.0544 T/yd2

Page 38: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

►l

TYPICAL SECTION

<E

Slope Varies ---- LO in. Mil!1.0 in. Overlay

1:1 @ edge of AsphaltV

Existing Width

not to scale• Typical Slope 1.56 % on Tangents and on super-elevated sections to match existing super or as directed by the

Engineer• 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 WIDTHS

Approx.Width

Approx.WidthLocation mile Location mile

Mainline3.00 22.00'159+98 to 318+38.40

RATE OF APPLICATION

Quantity based on SR- 9.5A @ 0,0544 T/yd2

PG 64-22 '

SS-1 HP @ 0J)5_gal/yd2 •'

Millings Computed @ ]45 lb/fit3 '

KANSAS DEPARTMENT OF TRANSPORTATIONDate: 7/20/2020 11:12 AM

PROJ. NO.LinnCo. TITLE: MILLOL

Page 8 of 9

3- 54 KA 5926-01

/ 0.0544 T/yd2

Page 39: 106 KA-5924-01 106 KA-5924-01 CONTRACT PROPOSAL DOT …Letting 12/16/2020 Kansas Department of Transportation Project No. 106 KA-5924-01 Contract No. 520126434 6. Contractors shall

SUMMARY OF TRAFFIC CONTROL DEVICES (FOR INFORMATION ONLY)

RECAPITULATION OF QUANTITIESUNITQUANTITYITEM

AM 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

EADAWORK ZONE SIGNS (0 TO 9 25 SQ FT.)

EADAWORK ZONE SIGNS (9 26 TO 16.25 SQ FT.)

EADAWORK ZONE SIGNS (16 26 SQ FT. & OVER)

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

WORK ZONE SIGNS* EADAWORK ZONE BARRICADES (PEDESTRIAN)

SIZE - SQ. FT. EADACHANNELIZER (FIXED)SIGNNO 0-9.25 9.26-16.25 EADA16.26 & OVER CHANNELIZER (PORTABLE)

R2-1 EADACHANNELIZER (PEDESTRIAN)

R4-1 2 WORK ZONE WARNING LIGHT (TYPE "A" LOW INTENSITY) EADA

W3-4 2 WORK ZONE WARNING LIGHT (RED TYPE 'B' HIGH INTENSITY) EADA

W3-5 EADAARROW DISPLAY

W8-11 EADAPORTABLE CHANGEABLE MESSAGE SIGN

W14-3 2 PAVEMENT MARKING (TEMPORARY)

W20-1 4 STA./LINE4“ SOLID (TYPE I)

W20-4 2 STA./LINE4" SOLID (TYPE II)

W20-5W20-7

STA/LINE4" BROKEN (8 )(TYPE I)

2 STA/LINE4" BROKEN (8'XTYPE II)

W21-5 STA/LINE4" BROKEN (3')(TYPE I)

STA/LINE ''MtrfS-G20-4 f

4" BROKEN (3')(TYPE II)z STA/LINE4" DOTTED EXTENSION (TYPE I)STA/LINE4" DOTTED EXTENSION (TYPE II)STA/LINESOLID (LINE MASKING TAPE)

2KG20-5 STA/LINEBROKEN (LINE MASKING TAPE)

KM4-20 EACHSYMBOL (TYPE I)

KG20-2 4 EACHSYMBOL (TYPE II)2 STA /LINEKl-104a FLEXIBLE RAISED PAVEMENT MARKERS (4" BROKEN (8 ))

STA /LINEKl-105a 2 FLEXIBLE RAISED PAVEMENT MARKERS (4" BROKEN (3 ))LIN FTPAVEMENT MARKING REMOVAL

LIGHTED DEVICES * LIN FTCONCRETE SAFETY BARRIER (TYPE F3) (TEMPORARY)WORK ZONE WARNING LIGHT (TYPE ‘A’ LOW INTENSITY)

LIN FTCONCRETE SAFETY BARRIER (TYPE F3) (TEMP -INSTALL ONLY)

LIN. FT.CONCRETE SAFETY BARRIER (TYPE F3) (TEMP -RELOCATE)WORK ZONE WARNING LIGHT (RED TYPE "B" HIGH INTENSITY)

EACHINERTIAL BARRIER SYSTEMARROW DISPIAY

EACHREPLACEMENT MODULES (IBS)PORTABLE CHANGEABLE MESSAGE SIGN

EACHWORK ZONE SIGN (SPECIAL) (16.25 SQ FT. & LESS) WORK ZONE SIGN (SPECIAL) (16 26 SQ FT & OVER) EACHCHANNELIZING DEVICES *BARRICADES *

EACHRIGID RAISED PAVEMENT MARKER (TYPE I)PEDESTRIANPORTABLEPEDESTRIAN FIXEDTYPE III (4’

TO 12') EACHRIGID RAISED PAVEMENT MARKER (TYPE II)29 LUMP SUMTRAFFIC SIGNAL INSTALLATION (TEMPORARY)

LUMP SUMTRAFFIC CONTROL (INITIAL SET UP)

SUMMARY OF TRAFFIC CONTROL DEVICES (EACH)

LUMP SUMLUMPSUMTRAFFIC CONTROL

HOUR1FLAGGER (SET PRICE)

WORK ZONE SIGN (SPECIAL)16.26 SQ. FT. & OVER16.25 SQ. FT. & LESSSIGN NO. NOTES:

Sign Quantities are based on use of TE730 with a 2 mile long set up.

*21 Removed Replacement Modules Summary Table, Added

•(IBS)' to Replacement Modules descriptionREVISIONS

11/10(18 JOB

NO. APP’OBYDATEKANSAS DEPARTMENT OF TRANSPORTATION

TRAFFIC CONTROL SUMMARY OF DEVICES

RECAPITULATION OF QUANTITIESTE7MFHWA APPROVAL APPD06/01/15 Kristina bncksonDESIGNED QUANTITIESDETAILED R WB TRACEDB.A.HDESIGN CK. QUAN CK TRACE CKDETAIL CK.

I Pro). No. I Title:Bourbon Co.Page 9 of 9

106 KA-5924-01

1135.6