U KA U KA CONTRACT PROPOSAL. DOT Form No. 202 Rev. 09/18

Similar documents
LETTING: Page 1 of 5 KANSAS DEPARTMENT OF TRANSPORTATION KA KA CONTRACT PROPOSAL

K M K M CONTRACT PROPOSAL. DOT Form No. 202 Rev. 09/18

LETTING: Page 1 of 5 KANSAS DEPARTMENT OF TRANSPORTATION KA KA CONTRACT PROPOSAL

LETTING: Page 1 of 5 KANSAS DEPARTMENT OF TRANSPORTATION K KA K KA CONTRACT PROPOSAL

106 M M CONTRACT PROPOSAL. DOT Form No. 202 Rev. 09/18

Counties: Pulaski and Radford* Counties in Virginia. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building

Counties: Fairfax, Fairfax* and Falls Church* Counties in. *including the independent cities of Falls Church and Fairfax

LETTING: Page 1 of 5 KANSAS DEPARTMENT OF TRANSPORTATION I KA I KA CONTRACT PROPOSAL

U081B-059 KA U081B-059 KA CONTRACT PROPOSAL. DOT Form No. 202 Rev. 09/18

LETTING: Page 1 of 5 KANSAS DEPARTMENT OF TRANSPORTATION K KA K KA CONTRACT PROPOSAL

Attachment L Wage Rates

BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories).

BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories).

General Decision Number: FL /20/2013 FL286. State: Florida. Construction Type: Highway. County: Pinellas County in Florida.

House Health and Human Services Committee. From: Kansas Psychiatric Society. Re: Support for Senate Bill 32. Date: March 8, 2017

ADDENDUM No. 4 March 27, 2018

LETTING: Page 1 of 5 KANSAS DEPARTMENT OF TRANSPORTATION K KA K KA CONTRACT PROPOSAL

PART VI PREVAILING WAGE RATES DETERMINATION

Predicting Seasonal Tornado Activity

LETTING: Page 1 of 5 KANSAS DEPARTMENT OF TRANSPORTATION U KA U KA CONTRACT PROPOSAL

How To Build a Seasonal Tornado Model

BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories).

ENGI /01/2010 OPERATOR: Backhoe/Excavator...$ OPERATOR: Concrete Pump Trailer Mounted...$ Truck Mounted...$

bin/broker.exe 1/2

GUIDELINES FOR FILMING IN TOMBALL, TEXAS

REQUEST FOR PROPOSALS

~ ~ ( SlliOd3li lvonnv tsli33ni9n3. A1NOO) do AliVWWOS STOZ

LETTING: Page 1 of 5 KANSAS DEPARTMENT OF TRANSPORTATION U KA KA CONTRACT PROPOSAL

REQUEST FOR PROPOSALS

Acknowledgment of Aramco Asia. Supplier Code of Conduct

Request for Tenders. Community Development, Parks & Recreation Facility Snow Removal

E-Community Check Request Checklist

Court Appointed Host Homes

MONTGOMERY COUNTY SNOW PLAN

Subject: Availability of New and Revised Public Housing Agency (PHA) Five-Year and Annual Plan Templates and Other Forms

RESOLUTION NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF SUPERVISORS OF THE CORKSCREW FARMS COMMUNITY DEVELOPMENT DISTRICT:

Official Form 410 Proof of Claim

Sponsored Financial Services. How We Get Our Funds

Ottumwa Schafer Stadium 8-Lane Track BIDS RECEIVED AT: OTTUMWA COMMUNITY SCHOOL DISTRICT OFFICE 1112 N. VAN BUREN OTTUMWA, IOWA 52501

Bid Specifications Release Date: October 18, 2017 DESCRIPTION: Snow Plow Services

of the street when facing south and all even numbers south of Railroad Avenue shall be on the righthand side of the street when facing south.

YORK REGION DISTRICT SCHOOL BOARD. Procedure #NP464.0, Snow/Ice Clearance and Removal

Town of Barnstable. Department of Public Work. Snow and Ice Control Operations Plan

REQUEST FOR PROPOSALS CLOSING DATE:

Schedule C By-Law Snow and Ice Control Services - Project Specifications for Various Parking Lots


ROAD INVENTORY FOR CERTIFICATION OF MILEAGE

DECREE No. 44. of the Ministry of Economy of the Slovak Republic. dated 19 February 1999,

PROJECT MANUAL BISHOP OPERATIONS YARD SHADE CANOPY INSTALLATION PROJECT

A Unique, Educational SELL-OUT EVENT. September 15, 2018 Convention Center 10am-3pm at the Empire State Plaza 2018 EXHIBITOR INFORMATION

Snow and Ice Control POLICY NO. P-01/2015. CITY OF AIRDRIE Snow and Ice Control Policy

SUBPART MULTIYEAR CONTRACTING (Revised December 19, 2006)

FOR PROJECTS INITIATED AFTER NOVEMBER 1, 2008 ITEM 716 EMBANKMENT EARTH OUTLET SEDIMENT TRAP

Hazard Communication

SECTION AGGREGATE OR GRANULAR SUBBASE

KDOT Regional Transit Business Model Implementation

Purchase of Two (2) Snow Plows and Two (2) Plow Sub-frames.

SECTION DESCRIPTION PAGE I. BUDGET INTRODUCTION... 1 II. FISCAL YEAR 2017 BUDGET ANALYSIS... 2 III. FINAL OPERATING BUDGET... 3

Snow and Ice Removal

See Publication NYS-50-T.1 for the updated information.

RSU #22. Be sure to include the name of the company submitting the proposal where requested.

Contents. Ipswich City Council Ipswich Adopted Infrastructure Charges Resolution (No. 1) Page

Streamlined Annual PHA Plan (Small PHAs)

RFP # Attachment 5 Revised Proposal Evaluation Form Attachment 5 PROPOSAL EVALUATION FORM All proposals will be reviewed for responsiven

CITY OF NEW LONDON WINTER ROAD & SIDEWALK MAINTENANCE POLICY

Adopted Budget Presented for Board Approval June 21, 2017

Digital Mapping License Agreement

ADDENDA #1 CONTRACT # C May 3, 2013 Page 1 of 1

CITY OF EAST PEORIA SNOW AND ICE CONTROL PROGRAM INTRODUCTION

Adopted Budget Presented for Board Approval June 15, 2016

APPLICATION TO AMEND THE FUTURE LAND USE MAP (FLUM) SMALL SCALE

ASPHALT PAVING WEATHER RESTRICTIONS - REQUESTS November 19, 2015

State GIS Officer/GIS Data

SECTION DESCRIPTION PAGE I. BUDGET INTRODUCTION... 1 II. FISCAL YEAR 2017 BUDGET ANALYSIS... 2 III. PROPOSED OPERATING BUDGET... 3

RHODE ISLAND EMPLOYER S INCOME TAX WITHHOLDING TABLES DRAFT 11/27/2018.

UNITED STATES SECURITIES AND EXCHANGE COMMISSION Washington, D.C FORM 10-D

HEADQUARTERS AGREEMENT BETWEEN THE GOVERNMENT OF THE FEDERAL REPUBLIC OF GERMANY AND THE EUROPEAN ORGANISATION

NORTH DAKOTA DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TEMPORARY EROSION AND SEDIMENT BEST MANAGEMENT PRACTICES

PW 001 SNOW REMOVAL AND SANDING FOR ROADWAYS AND SIDEWALKS October 6, 2014 (#223-14) Original October 19, 2015; October 15, 2018 Public Works

Sample Snow Services Proposal Alle Rorie 7157 E Kemper Rd Cincinnati, OH Phone: (800)

DESIGN BULLETIN No. 39/2006 (Revised June 2007) June 2007 Amendment to Design Bulletin #39/2006

CONTENTS. and 62 of MCDR Flow Diagram for Notice of opening of mine under Rule 20, 2.1 Rule - 18 Beneficiation studies to be carried out 11

MEMORANDUM OF UNDERSTANDING. between the ASSOCIATION OF AMERICAN STATE GEOLOGISTS. and the U.S. DEPARTMENT OF THE INTERIOR OFFICE OF SURFACE MINING

Annual Institute for Supply Management R. Gene Richter Scholarship Awards

ALABAMA BOARD OF LICENSURE FOR PROFESSIONAL GEOLOGISTS ADMINISTRATIVE CODE CHAPTER 364-X-14 PROFESSIONAL CONDUCT (CODE OF ETHICS) TABLE OF CONTENTS

EXPENDITURE SAMPLES AND FUNDS REQUEST FORM

SNOW REMOVAL - REQUEST FOR PROPOSAL. Snow Removal/Clearing and Sanding/Salting for Winter Fundy Ocean Research Center for Energy

1. Major streets, Central Business District (CBD) and school bus routes. 2. Local streets 3. Downtown parking lots

Department Mission: Non-Mandated Services: TITLE 33

DRAFT S T A T E O F M I C H I G A N BOARD OF COMMISSIONERS OF THE COUNTY OF ALLEGAN. August 23, 2012

CITY OF STURGIS 1984 REVISED ORDINANCES TITLE 35-1

DRAFT. Evaluation of Joint Sealant Materials, US-36, Doniphan County, Kansas. Report No. FHWA-KS-08-2

1. Departmental Presentation - Away Goes Trouble Down the Drain - Highway Division. 3. Continued Discussion an Ordinance for Disorderly Residences

City of Brainerd, Minnesota Snowplowing Policy

City of Grand Island Tuesday, October 13, 2015 Council Session

VILLAGE OF ORLAND PARK

Engineer's Report. Main Street Business Area. Festoon Lighting and Sidewalk Cleaning Assessment District (Fiscal Year )

BROOMFIELD COLORADO...

2004 Report on Roadside Vegetation Management Equipment & Technology. Project 2156: Section 9

Materials. Use materials meeting the following.

Transcription:

Letting 12/12/2018 Kansas Department of Transportation Project No. U075-063 KA 5107-01 Contract No. 518126424 Contract ID: 518126424 U075-063 KA 5107-01 U075-063 KA 5107-01 CONTRACT PROPOSAL DOT Form No. 202 Rev. 09/18 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.: U075-063 KA 5107-01 / U075-063 KA 5107-01 The general scope, location and net length are: MILLING AND HMA OVERLAY. US-75 FR NCL CANEY TO W JCT US160 TO WCL INDEPENDENCE IN MG CO. LENGTH IS 20.117 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 identfying 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: D33168D684

Letting 12/12/2018 Kansas Department of Transportation Project No. U075-063 KA 5107-01 Contract No. 518126424 6. Contractors shall only use the 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. A blank field for the number of working days is an indication that the Contractor shall complete the work within the time specified in Project Special Provision "Work Schedule". 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, 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, 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: D33168D684

Letting 12/12/2018 Kansas Department of Transportation Project No. U075-063 KA 5107-01 Contract No. 518126424 13. SPECIAL PROVISIONS REQUIRING INFORMATION. The following Required Contract Provisions (I-XIV) 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, or XIV in the EBSX file. I. 08-10-66 Certification-Noncollusion & History of Debarment II. 04-30-82 Certification-Financial Prequalification Amount III. 04-26-90 Declaration-Limitations on Use of Federal Funds for Lobbying IV. 07-19-80 DBE Contract Goal V. 08-04-92 Certification-Contractual Services with a Current Legislator or a Current Legislator's Firm VI. 10-10-00 Price Adjustment for Fuel VII. 08-08-01 Furnishing and Planting Plant Materials VIII. 06-01-06 Price Adjustment for Asphalt Material IX. 05-18-07 Repair (Structures) X. 08-31-09 Price Adjustment for Emulsified Asphalt XI. 11-15-17 Electric Lighting System Unit Cost XII. 04-06-09 ITS Unit Cost XIII. 01-01-18 Smart Work Zone System Unit Cost XIV. 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 EEO II. 11-15-96 Affirmative Action & EEO Policies III. 09-06-94 U.S. DOT Fraud Hotline IV. FHWA-1273 Federal-Aid Required Contract Provisions V. 03-10-06 Use of DBE As Aggregate Supplier/Regular Dealer VI. 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: D33168D684

Letting 12/12/2018 Kansas Department of Transportation Project No. U075-063 KA 5107-01 Contract No. 518126424 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 (DATE IN MM/DD/YYYY FORMAT). 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: D33168D684

KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION LIST PAGE: DATE: 1 11/05/18 STATE PROJECT NO: U075-063 KA 5107-01 STATE CONTRACT NO: 518126424 PREPARED DATE: REVISED DATE: PRIMARY DISTRICT: DESCRIPTION: NOTE: 4 WAGE AREA: PRIMARY COUNTY: 1 MONTGOMERY MILLING AND HMA OVERLAY. US-75 FR NCL CANEY TO W JCT US160 TO WCL INDEPENDENCE IN MG CO. LENGTH IS 20.117 MI. 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. PROVISION NO. 08-10-66-R05 08-31-09-R01 04-30-82-R07 08-04-92-R03 10-10-00-R08 06-01-06-R01 11-15-96-R05 07-01-17-R1 01-01-11-R01 KS180019 03-01-18 15-ER-1-R15 15-01003 15-01008-R01 15-01009 15-01010 15-01011-R06 15-01012-R01 15-01016-R02 15-01019 15-01021-R01 15-01022 15-06003-R02 15-06006-R01 15-06007-R01 15-08001-R03 15-11002-R01 15-12001 15-17004-R02 15-22001-R01 15-22003-R01 15-22005-R01 15-22006 15-22008 15-25001-R06 DESCRIPTION REQUIRED CONTRACT PROVISION-NONCOLLUSION / HISTORY-DEBARMENT REQUIRED CONTRACT PROVISION-EMULSIFIED ASPHALT ADJUSTMENT REQUIRED CONTRACT PROVISION-FINANCIAL PREQUALIFICATION REQUIRED CONTRACT PROVISION-CONTRACTUAL SERVICES-LEGISLATOR REQUIRED CONTRACT PROVISION-PRICE ADJUSTMENT FOR FUEL REQUIRED CONTRACT PROVISION-PRICE ADJUSTMENT FOR ASPHALT REQUIRED CONTRACT PROVISION-EEO REQUIREMENT REQUIRED CONTRACT PROVISION - BOYCOTT OF ISRAEL PROHIBITED REQUIRED CONTRACT PROVISION-TAX CLEARANCE CERTIFICATE MINIMUM WAGE RATE (AREA 1) POLICY AGAINST SEXUAL HARASSMENT ERRATA SHEET FOR STD SPEC BOOK FOR RD & BR CONST, 2015 ED REQUIRED CONTRACT PROVISIONS KS FUNDED CONST CONTRACTS FUEL ADJUSTMENT ASPHALT ADJUSTMENT EMULSIFIED ASPHALT ADJUSTMENT ENVIRONMENTAL CONCERNS - MIGRATORY BIRD TREATY ACT SEASONAL LIMITATIONS PROSECUTION AND PROGRESS CONTROL OF WORK BIDDING REQUIREMENTS AND CONDITIONS SCOPE OF WORK HMA BOND STRENGTH ASPHALT PAVEMENT SMOOTHNESS HOT MIX ASPHALT CONSTRUCTION QC/QA WORK ZONE TRAFFIC CONTROL AND SAFETY (FOR 1R'S) AGGREGATE FOR HMA GENERAL REQUIREMENT DIVISION 1200 RELEASE COMPOUND FOR ASPHALT MIXES THERMOPLASTIC MULTI - COMPONENT LIQUID PAVEMENT MARKING MATERIAL IMAGE SYSTEMS RETROREFLECTIVE SHEETING PREFORMED THERMOPLASTIC PAVEMENT MARKING MATERIAL PART V

KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION LIST PAGE: DATE: 2 11/05/18 STATE PROJECT NO: U075-063 KA 5107-01 STATE CONTRACT NO: 518126424 PREPARED DATE: REVISED DATE: PRIMARY DISTRICT: DESCRIPTION: NOTE: 4 WAGE AREA: PRIMARY COUNTY: 1 MONTGOMERY MILLING AND HMA OVERLAY. US-75 FR NCL CANEY TO W JCT US160 TO WCL INDEPENDENCE IN MG CO. LENGTH IS 20.117 MI. 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. PROVISION NO. 15-25002 15-26001-R07 15-MR0213 15-PS0018 15-RF0108 DESCRIPTION CONSTRUCTION MANUAL - PART V MATERIALS CERTIFICATIONS MODIFIED REQUIREMENTS - ASPHALT MIXTURES COMBINATION, TIED BIDS ON 1R PROJECTS WITH FEDERAL-AID FUNDS RAILROAD FLAGGING REQUIREMENTS END OF SPECIAL PROVISION LIST

Letting 12/12/2018 Kansas Department of Transportation Project No. U075-063 KA 5107-01 Contract No. 518126424 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. 322 Complete 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. NONCOLLUSION I 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 DEBARMENT I certify that, except as noted below, the Contractor submitting this bid and any person associated with this Contractor in the capactiy 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, antitrust 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 No The exceptions, if any, are: Contractor: Page 5 Check: D33168D684

Letting 12/12/2018 Kansas Department of Transportation Project No. U075-063 KA 5107-01 Contract No. 518126424 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: D33168D684

Letting 12/12/2018 Kansas Department of Transportation Project No. U075-063 KA 5107-01 Contract No. 518126424 REQUIRED CONTRACT PROVISION - 08-04-92-R03 (Rev. 07/05) CERTIFICATION - CONTRACTUAL SERVICES WITH A CURRENT LEGISLATOR OR A CURRENT LEGISLATOR'S FIRM Select 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: D33168D684

Letting 12/12/2018 Kansas Department of Transportation Project No. U075-063 KA 5107-01 Contract No. 518126424 REQUIRED CONTRACT PROVISION - 10-10-00-R08 (Rev. 09/18) PRICE ADJUSTMENT FOR FUEL The Contractor may accept or reject the application of Special provision 15-01008 (latest revision) "Price Adjustment for Fuel". The list of the item(s) of work on this Project that KDOT has determined is eligible for a fuel price adjustment is available as an attachment on the Bid Express website under its proposal number. 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 If the Contractor accepts 15-01008 (latest revision), the Contractor shall mark the checkbox for the eligible item(s) using the attachment from the Bid Express website as the source. Then they should indicate their desire for the specific fuel price adjustment by selecting the 'Yes' or 'No' option. Common Excavation Common Excavation (Contractor Furnished) Rock Excavation Rock Excavation (Non-Durable Shale) Unclassified Excavation Embankment Embankment (Contractor Furnished) Concrete Pavement Cold Recycled Asphalt Material Surface Recycled Asphalt Construction HMA - Construction HMA - Commercial Grade Concrete Placement Bonded Concrete Pavement Contractor: Page 8 Check: D33168D684

Letting 12/12/2018 Kansas Department of Transportation Project No. U075-063 KA 5107-01 Contract No. 518126424 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: D33168D684

Letting 12/12/2018 Kansas Department of Transportation Project No. U075-063 KA 5107-01 Contract No. 518126424 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: D33168D684

Letting 12/12/2018 Kansas Department of Transportation Project No. U075-063 KA 5107-01 Contract No. 518126424 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 No Insert 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 Certficate 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: D33168D684

Letting 12/12/2018 Kansas Department of Transportation Project No. U075-063 KA 5107-01 Contract No. 518126424 Line Number Item Number Quantity Unit Unit Price Extension Price Section 01 COMMON ITEMS 1 025323 1 LS MOBILIZATION 2 020001 1 LS $8,000.000 $8,000.00 MAINTENANCE AND RESTORATION OF HAUL ROADS (SET PRICE) 3 025600 1.000 EACH FIELD OFFICE AND LABORATORY (TYPE A) 4 025324 1 LS TRAFFIC CONTROL 5 070580 1.000 HOUR $25.000 $25.00 FLAGGER (SET PRICE) Section 01 Total $8,025.00 Section 02 ASPHALT SURFACING ITEMS 6 060269 34667.000 TON HMA OVERLAY (SR-12.5A) (PG 70-22) 7 060257 18395.000 TON HMA OVERLAY (SR-12.5A) (PG 64-22) (SHOULDER) 8 060282 650254.000 SQYD EMULSIFIED ASPHALT 9 081699 53062.000 TON QUALITY CONTROL TESTING (HMA) 10 081773 36355.000 TON MILLING 11 080465 1.000 TON $170.000 $170.00 MATERIAL FOR HMA PATCHING (SET PRICE) 12 011750 1.000 EACH $45.000 $45.00 ASPHALT CORE (SET PRICE) 13 011745 1.000 EACH $90.000 $90.00 BOND CORE (SET PRICE) 14 000029 1 LS $1.000 $1.00 ASPHALT DENSITY PAY ADJUSTMENT 15 000030 1 LS $1.000 $1.00 ASPHALT AIR VOID PAY ADJUSTMENT 16 071992 1062.200 STAL FLEXIBLE RAISED PAVEMENT MARKERS (4" BROKEN (3 FT.)) Section 02 Total $307.00 Section 03 RUMBLE STRIPS 17 032406 1014.400 STA. RUMBLE STRIPS (MILLED) (ASPHALT) (CENTERLINE) 18 072252 2028.800 STA. RUMBLE STRIPS (MILLED) (ASPHALT) Contractor: Page 12 Check: D33168D684

Letting 12/12/2018 Kansas Department of Transportation Project No. U075-063 KA 5107-01 Contract No. 518126424 Section 03 Total Section 04 PAVEMENT MARKING ITEMS 19 023143 77666.000 LNFT PAVEMENT MARKING (MULTI-COMPONENT) (YELLOW) ( 4") 20 023140 216827.000 LNFT PAVEMENT MARKING (MULTI-COMPONENT) (WHITE) ( 6") 21 023141 4069.000 LNFT PAVEMENT MARKING (MULTI-COMPONENT) (WHITE) ( 8") 22 013812 90.000 LNFT PAVEMENT MARKING (INTERSECTION GRADE) (WHITE) (24") 23 023144 209.000 LNFT PAVEMENT MARKING (MULTI-COMPONENT) (YELLOW) (12") 24 070763 2.000 EACH PAVEMENT MRK SYM (PATTERNED COLD PLASTIC)(WHITE) R/R X-ING 25 013348 19.000 EACH PAVEMENT MRK SYM (INTERSECTION GRADE) (WHITE) (LEFT ARROW) 26 013349 12.000 EACH PAVEMENT MRK SYM (INTERSECTION GRADE) (WHITE) (RT ARROW) 27 023428 151.000 LNFT PAVEMENT MARKING (MULTI-COMPONENT) (WHITE) (12") Section 04 Total Item Total $8,332.00 Contractor: Page 13 Check: D33168D684

https://www.wdol.gov/wdol/scafiles/davisbacon/ks19.dvb?v=0 Page 1 of 9 1/10/2018 General Decision Number: KS180019 01/05/2018 KS19 Superseded General Decision Number: KS20170019 State: Kansas Construction Type: Highway Counties: Allen, Anderson, Atchison, Barber, Barton, Bourbon, Brown, Chase, Chautauqua, Cherokee, Cheyenne, Clark, Clay, Cloud, Coffey, Comanche, Cowley, Crawford, Decatur, Dickinson, Edwards, Elk, Ellis, Ellsworth, Finney, Ford, Gove, Graham, Grant, Gray, Greeley, Greenwood, Hamilton, Harper, Haskell, Hodgeman, Jewell, Kearny, Kingman, Kiowa, Labette, Lane, Lincoln, Logan, Lyon, Marion, Marshall, McPherson, Meade, Mitchell, Montgomery, Morris, Morton, Nemaha, Neosho, Ness, Norton, Osborne, Ottawa, Pawnee, Phillips, Pratt, Rawlins, Reno, Republic, Rice, Rooks, Rush, Russell, Saline, Scott, Seward, Sheridan, Sherman, Smith, Stafford, Stanton, Stevens, Thomas, Trego, Wallace, Washington, Wichita, Wilson and Woodson Counties in Kansas. HIGHWAY CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.35 for calendar year 2018 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 $10.35 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2018. The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/05/2018 SUKS2013-001 08/02/2013 Rates Fringes CARPENTER (ROUGH) Chase, Lyon...$ 15.03 0.00 Finney, Kearny...$ 12.89 6.35 Ottawa, Saline...$ 13.16 7.34 Remaining Counties...$ 12.90 6.39 CARPENTER

https://www.wdol.gov/wdol/scafiles/davisbacon/ks19.dvb?v=0 Page 2 of 9 1/10/2018 Chase...$ 17.96 0.00 Finney, Kearny...$ 14.92 0.00 Lyon...$ 17.13 0.00 Ottawa, Saline...$ 17.70 0.00 Remaining Counties...$ 14.94 0.00 CONCRETE FINISHER Chase, Lyon...$ 15.90 0.00 Ottawa, Saline...$ 15.31 0.00 Remaining Counties...$ 14.38 0.00 ELECTRICIAN Chase, Lyon, Ottawa, Saline.$ 22.40 3.57 Finney, Kearny...$ 22.56 3.96 Remaining Counties...$ 23.31 4.22 Form Liner and Setter Chase, Lyon...$ 13.75 1.85 Remaining Counties...$ 13.45 1.20 IRONWORKER, REINFORCING Chase, Lyon...$ 13.59 0.00 Ottawa, Saline...$ 12.97 0.00 Remaining Counties...$ 10.60 0.00 LABORER (COMMON or GENERAL) Allen...$ 11.20 0.00 Anderson...$ 17.58 0.00 Atchison...$ 13.08 2.49 Barton...$ 11.37 0.00 Bourbon...$ 12.90 0.00 Brown...$ 13.98 0.00 Chase...$ 16.46 0.00 Cherokee...$ 14.55 0.00 Clark, Morris...$ 12.65 0.00 Cloud...$ 12.65 2.56 Coffey...$ 14.31 1.85 Crawford...$ 12.25 0.00 Decatur...$ 10.78 0.00 Dickinson...$ 14.35 0.00 Ellis...$ 16.96 0.00 Ellsworth...$ 12.15 0.00 Finney, Kearny...$ 12.38 0.00 Ford, Lyon...$ 13.66 0.00 Graham...$ 11.94 0.00 Gray...$ 12.11 0.00 Jewell...$ 11.24 0.00 Kingman...$ 11.52 0.00 Lane...$ 13.91 0.00 Lincoln...$ 13.31 0.00 Marion...$ 14.07 0.00 Marshall...$ 11.53 0.00 McPherson...$ 11.87 0.00 Meade...$ 12.39 0.00 Montgomery, Pratt...$ 11.88 0.00 Nemaha...$ 17.02 0.00 Neosho...$ 11.17 0.00 Osborne...$ 11.84 0.00 Ottawa...$ 10.91 3.34 Pawnee...$ 11.00 0.00

https://www.wdol.gov/wdol/scafiles/davisbacon/ks19.dvb?v=0 Page 3 of 9 1/10/2018 Phillips...$ 11.85 1.25 Remaining Counties...$ 12.33 0.00 Reno...$ 12.50 0.00 Republic, Thomas...$ 12.03 0.00 Rice...$ 11.14 0.00 Russell...$ 11.47 0.00 Saline...$ 10.87 3.36 Sherman...$ 12.81 0.00 Smith...$ 12.78 0.00 Trego...$ 11.30 0.00 Washington...$ 11.56 0.00 Wilson...$ 10.14 0.00 LABORER (FLAGGER) Ellsworth...$ 10.25 0.00 Finney, Kearny...$ 9.86 0.00 Ford...$ 11.70 0.00 Graham...$ 10.29 0.00 Gray...$ 11.14 0.00 Mcpherson...$ 10.24 0.00 Remaining Counties...$ 10.61 0.00 Sherman...$ 10.73 0.00 Thomas...$ 11.83 0.00 POWER EQUIPMENT OPERATOR: (ASPHALT PAVER SCREED) Chase, Lyon, Ottawa, Saline.$ 13.97 0.00 Finney, Kearny...$ 13.95 0.00 Remaining Counties...$ 13.94 0.00 POWER EQUIPMENT OPERATOR: (ASPHALT PAVING MACHINE) Chase, Lyon, Ottawa, Saline.$ 14.94 0.00 Cowley...$ 14.96 0.00 Ellsworth...$ 16.07 0.00 Finney, Kearny...$ 14.92 0.00 Lane...$ 15.11 0.00 Remaining Counties...$ 14.90 0.00 Sherman...$ 14.31 0.00 POWER EQUIPMENT OPERATOR: (BACKHOE) Chase, Lyon...$ 17.29 3.08 Finney, Kearny...$ 14.58 0.00 Ottawa, Saline...$ 17.16 2.77 Remaining Counties...$ 14.67 0.00 POWER EQUIPMENT OPERATOR: (BULLDOZER) Chase, Lyon, Ottawa, Saline.$ 15.57 2.58 Finney, Kearny...$ 15.19 2.40 Remaining Counties...$ 15.06 2.37 POWER EQUIPMENT OPERATOR: (CONCRETE FINISHING MACHINE)...$ 15.97 0.00 POWER EQUIPMENT OPERATOR: (CONCRETE SAW) Chase, Lyon, Ottawa, Saline.$ 14.88 0.00 Finney, Kearny...$ 14.85 0.00

https://www.wdol.gov/wdol/scafiles/davisbacon/ks19.dvb?v=0 Page 4 of 9 1/10/2018 Remaining Counties...$ 14.78 0.00 POWER EQUIPMENT OPERATOR: (CRANE) Chase, Lyon, Ottawa, Saline.$ 19.38 11.37 Remaining Counties...$ 18.38 7.66 POWER EQUIPMENT OPERATOR: (DISTRIBUTOR-BITUMINOUS) Chase, Finney, Kearny, Lyon, Ottawa, Saline...$ 13.45 0.00 Remaining Counties...$ 13.47 0.00 POWER EQUIPMENT OPERATOR: (EXCAVATOR) Chase, Lyon, Ottawa, Saline.$ 17.21 2.32 Finney, Kearny...$ 17.05 2.25 Remaining Counties...$ 17.00 2.19 POWER EQUIPMENT OPERATOR: (FRONT END LOADER) Cowley...$ 12.72 0.00 Ellsworth...$ 14.07 0.00 Gray...$ 13.85 0.00 Remaining Counties...$ 12.50 0.00 Trego...$ 12.92 0.00 POWER EQUIPMENT OPERATOR: (MECHANIC) Ellsworth...$ 19.79 0.00 Remaining Counties...$ 18.65 0.00 POWER EQUIPMENT OPERATOR: (MOTOR GRADER-FINISH) Chase, Lyon, Ottawa, Saline.$ 17.23 2.18 Gray...$ 18.67 1.56 Remaining Counties...$ 16.82 1.95 POWER EQUIPMENT OPERATOR: (MOTOR GRADER-ROUGH) Chase, Finney, Kearny, Lyon, Ottawa, Saline...$ 15.77 1.84 Remaining Counties...$ 15.58 1.67 POWER EQUIPMENT OPERATOR: (MOTOR SCRAPER) Chase, Lyon, Ottawa, Saline.$ 14.11 1.04 Finney, Kearny...$ 13.85 0.00 Remaining Counties...$ 13.87 0.00 POWER EQUIPMENT OPERATOR: (PAVING MARKING)...$ 19.93 4.49 POWER EQUIPMENT OPERATOR: (ROLLER COMPACTOR) Chase,Lyon...$ 15.48 0.00 Cowley...$ 13.01 0.00 Ellsworth...$ 13.37 0.00 Finney, Kearny, Mcpherson...$ 12.27 0.00 Ford...$ 11.92 0.00

https://www.wdol.gov/wdol/scafiles/davisbacon/ks19.dvb?v=0 Page 5 of 9 1/10/2018 Gray...$ 13.71 0.00 Kingman...$ 13.04 0.00 Ottawa, Saline...$ 14.92 0.00 Remaining Counties...$ 11.75 0.00 Thomas...$ 12.20 0.00 Trego...$ 11.66 0.00 POWER EQUIPMENT OPERATOR: (ROTARY BROOM) Finney, Kearny...$ 10.71 0.00 Marshall...$ 11.98 0.00 Mcpherson...$ 12.34 0.00 Remaining Counties...$ 10.25 0.00 Sherman...$ 12.62 0.00 POWER EQUIPMENT OPERATOR: (ROTOMILL) Chase, Finney, Kearny, Lyon, Ottawa, Saline...$ 16.15 0.00 Remaining Counties...$ 16.09 0.00 POWER EQUIPMENT OPERATOR: (SKIDSTEER LOADER) Chase, Lyon, Ottawa, Saline.$ 16.62 3.62 Finney, Kearny...$ 14.68 0.00 Remaining Counties...$ 14.60 0.00 Sherman...$ 13.12 1.34 POWER EQUIPMENT OPERATOR: (SPREADER BOX SELF-PROPELLED) Chase, Lyon, Ottawa, Saline.$ 12.91 0.00 Finney, Kearny...$ 12.99 0.00 Remaining Counties...$ 13.07 0.00 POWER EQUIPMENT OPERATOR: (TRACTOR) Chase, Lyon, Ottawa, Saline.$ 13.49 0.00 Cowley...$ 11.57 0.00 Finney, Kearny...$ 13.45 0.00 Kingman...$ 13.25 0.00 Meade...$ 12.94 0.00 Remaining Counties...$ 13.50 0.00 Serviceman (equipment)...$ 16.33 1.74 TRUCK DRIVER (HEAVY DUTY, OFF-ROAD) Chase, Lyon, Ottawa, Saline.$ 15.10 0.00 Finney, Kearny...$ 15.26 0.00 Remaining Counties...$ 15.78 0.00 TRUCK DRIVER (SINGLE AXLE) Chase, Lyon, Ottawa, Saline.$ 15.15 0.00 Coffey...$ 17.50 2.80 Finney, Kearny...$ 15.13 0.00 Remaining Counties...$ 15.10 0.00 TRUCK DRIVER (TANDEM) Chase...$ 13.53 0.00 Finney, Kearny...$ 14.39 0.00

https://www.wdol.gov/wdol/scafiles/davisbacon/ks19.dvb?v=0 Page 6 of 9 1/10/2018 Ford...$ 13.96 0.00 Gray...$ 13.50 0.00 Kingman...$ 14.56 1.45 Lyon...$ 13.73 0.00 Ottawa, Saline...$ 13.57 0.00 Remaining Counties...$ 12.97 0.00 Reno...$ 13.75 0.00 Sherman...$ 13.35 0.00 Washington...$ 13.55 0.00 TRUCK DRIVER (TRIPLE AXLE and SEMI) Chase, Lyon...$ 17.56 0.00 Finney, Kearny...$ 14.49 0.00 Gray...$ 16.09 1.12 Ottawa, Saline...$ 17.09 0.00 Remaining Counties...$ 14.48 0.00 Reno...$ 16.09 8.51 Sherman...$ 15.87 2.49 ---------------------------------------------------------------- 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

https://www.wdol.gov/wdol/scafiles/davisbacon/ks19.dvb?v=0 Page 7 of 9 1/10/2018 (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.

https://www.wdol.gov/wdol/scafiles/davisbacon/ks19.dvb?v=0 Page 8 of 9 1/10/2018 ---------------------------------------------------------------- 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. ================================================================

https://www.wdol.gov/wdol/scafiles/davisbacon/ks19.dvb?v=0 Page 9 of 9 1/10/2018 END OF GENERAL DECISION

15-MR0213 Sheet 1 of 2 KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION TO THE STANDARD SPECIFICATIONS, EDITION 2015 SECTION 602 MODIFIED REQUIREMENTS ASPHALT MIXTURES Project Number: 75-63 KA-5107-01 Page 600-7, TABLE 602-1, delete note 4 and replace with the following: 4. The target air voids (V a ) for any mix designation shall be 3.0% at N des 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 N ini gyrations shall be less than the percent of the G mm shown in the Contract Special Provision, and when compacted to N max gyrations shall be a maximum of 98.5% of the G mm. 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 @ N des gyrations to ± 1.0%. Page 600-26, 602.9d(1), change the upper specification limit, USL, for V a to 4.00% and the lower specification limit, LSL, for V a 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 mixes listed in TABLE 1 have the following project mix requirements. [Reference TABLE 602-1, COMBINED AGGREGATE REQUIREMENTS]. TABLE 1: PROJECT MIX REQUIREMENTS MIX CRITERIA SR-12.5A (PG70-22) (3) SR-12.5A (PG64-22)sh (4) AGGREGATE: Coarse Angularity (min.%) 85/80 (2) 50 Uncompacted Voids-Fine (min. %) 45 40 Sand Equivalent (min. %) 45 40 Reclaimed Asphalt Pavement (RAP) (max. %) 40 40 RAP Bulk Specific Gravity 2.568 2.568 COMPACTION REVOLUTIONS: A (1) B (1) N ini (level of compaction) 8 (<91.0) 6 (<91.5) 8 (<92.0) N des 100 50 100 N max 160 75 160 MIX: VFA 65-82 66-82 65-82 (1) At the contractor s option Column A or B may be used (2) 85/80 denotes that 85% of the coarse aggregate has one fractured face and 80% has two or more fractured faces

15-MR0213 Sheet 2 of 2 (3) Between 0 and 40% 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 (PG70-22). Percent RAP Name 0 SM-12.5A (PG70-22) 1-15 SR-12.5A (PG70-22) 16-25 SR-12.5A (PG70-28) 26-40 SR-12.5A (PG64-34) (4) Between 0 and 40% 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)sh. Percent RAP Name 0 SM-12.5A (PG64-22)sh 1-15 SR-12.5A (PG64-22)sh 16-25 SR-12.5A (PG58-28)sh 26-40 SR-12.5A (PG58-28)sh For information only, the 20 year design lane traffic is 3.9 million ESALs. 10/25/18 C&M (BTH)

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

15-RF0108 Page 1 of 2 PROJECT: 75-63 KA 5107-01 COUNTY: MONTGOMERY PROJECT SCOPE: SURFACING KANSAS & OKLAHOMA RAILROAD COMPANY FLAGGING REQUIREMENTS FOR THE BENEFIT OF PROSPECTIVE BIDDERS, the Kansas Department of Transportation has obtained the requirements of the Kansas & Oklahoma (K&O) Railroad Company in relation to the protection of its traffic, the conditions under which such protection will be required, the rates of pay, working hours and other information relating to services required to protect railroad traffic during the construction operations. The Flagging Rate Agreement below includes the flagging requirements and the contact person. NOTICE TO CONTRACTORS For the benefit of the Contractor and the Insurance Companies in the determination of a premium for the insurance coverage as specified in the Contract to be carried for and on behalf of the Railroad Company, the approximate ratio of the estimated contract cost of construction to be performed on, over or under the insured railroad's property or within fifty (50) feet of the insured railroad's tracks on which railroad trains run, to the total contract cost is 1% of Contract. NOTICE TO CONTRACTORS AND INSURANCE COMPANIES On behalf of the K&O Railroad Company, the Contractor shall submit a Railroad Protective Liability (RPL) Insurance that meets the requirements of Section 107.11 (LIABILITY FOR RAILROAD CLAIMS; RAILROAD INSURANCE REQUIREMENTS) of the Kansas Department of Transportation Standard Specifications for State Road and Bridge Construction (2015 Ed.). The RPL Insurance shall be provided to the Railroad Company at following address. For tracking purposes, the Contractor shall notify the KDOT's Field Engineer by an email of the date the RPL Insurance is submitted to the railroad. KANSAS AND OKLAHOMA RAILROAD COMPANY 315 W. 3rd Street Pittsburg, KS 66762 Office: 620-231-2230 Fax: 620-231-0812 Contractor must also provide Commercial General Liability Insurance (CGL) that meets the requirements of Section 107.10 (LIABILITY FOR BODILY INJURY AND PROPERTY DAMAGE CLAIMS; INSURANCE REQUIREMENTS) of the Kansas Department of Transportation Standard Specifications for State Road and Bridge Construction 2015 Ed.). In addition, the GCL policy shall contain an endorsement that amends the definition of insured contract to remove any exclusion or other limitation for any work being done within 50 feet of railroad property. The CGL policy shall be provided to K.D.O.T. Bureau of Construction & Materials, Plans and Proposal Section, 700 S.W. Harrison, 7th Floor, Topeka, Kansas 66603. 10-29-18 C&M (AR)

15-RF0108 Page 2 of 2 State Project # 75-63KA-5107-01 Flagging Rate Agreement Milling and Overlay Highway highway US-75 2.5 miles SW of Independence, Montgomery County at the West side of Burden (DOT 006864T) MP 4.05 When Contractors have men and equipment working within 25 feet on either side of the railroad track centerline, Federal Regulations mandate protection must be provided by qualified railroad flagman. Equipment with extensions, such as a crane boom, that are near enough to reach within 25 feet of the track also requires the proper protection. A contractor must contact the railroad a minimum of 48-hours unless stipulated in order to schedule and receive approval from the Roadmaster or Division Engineer to provide the protection. Below are the Flagging Rates to be invoiced to the Contractor or the State Agency for flagging work completed within the 25 feet of the Railroad Right-of-Way per the Agreement. $150.00 Per hour with a 4-hour minimum up to eight hours in any week day $225.00 Per hour for all hours over 8-hours in any week day $225.00 Per hour with a 4-hour minimum up to eight hours on Saturday s $300.00 Per hour for all hours over eight on Saturday s or up to eight hours on Sunday s or holidays Number of Flagman: 1 Contact Person: Trains Per Week: Speed: Brandon Craddock 123 N Depot Cherryvale, KS 67335 (620)330-2960 1 or as needed 10 mph Watco Transportation Services, L.L.C. 315 W. 3 rd Street Pittsburg, KS 66762 Phone: 620-231-2230 Fax: 620-231-0812

CR 4200! CO RD 4400 4200 RD 3200 RD 2200 RD! RD 1100 CO RD 1300 3000 RD 2800 RD 2400 RD CO RD 1800 6400 RD CO RD 5400 3600 RD 3000 RD CO RD 1400 CO RD 1700 CO RD 1900 CO RD 2100 2300 RD 2500 RD 2700 RD 2900 RD 3100 RD 3325 RD CO RD 3325 3700 RD 3900 RD CO RD 4100 CO RD 4150 CO RD 4300 CO RD 4500 CO RD 4700 5100 RD 5300 RD 5500 RD 5700 RD S STATE ST CR 6600 5800 RD CO RD 5400 CO RD 4600 3625 RD CO RD 1600 CO RD 1400 6600 RD 6200 RD 6000 RD CO RD 5200 CO RD 5000 CO RD 4450 2800 RD 2600 RD 2400 RD CO RD 2000 CO RD 1800 CO RD 1500 CO RD 1700 CO RD 2100 STATE HWY 39 2500 RD 2700 RD 2900 RD CR 2975 CO RD 3300 3500 RD 3700 RD CR 3950 CO RD 4100 CO RD 4300 CO RD 4500 CO RD 4700 4900 RD 5100 RD 5300 RD 5500 RD 5700 RD 6400 RD CO RD 5200 CO RD 4400 4000 RD 2600 RD 26 14 23 14 23 14 11 2 1 11 23 26 35 11 14 23 35 11 26 35 26 35 14 12 13 24 13 36 12 13 12 13 24 25 36 12 13 24 25 36 24 25 25 36 12 30 18 19 31 32 30 18 31 18 19 18 19 31 19 30 30 18 31 17 20 17 16 21 10 5 4 3 22 8 9 10 20 29 32 32 20 17 29 17 20 29 32 29 17 15 14 11 23 12 13 24 33 34 35 36 31 28 21 28 27 16 21 33 16 28 33 16 21 28 33 16 15 10 15 22 27 34 10 22 27 34 22 15 27 34 10 15 14 35 35 11 12 23 26 11 14 23 26 11 14 23 26 35 11 14 26 36 36 25 24 25 13 12 13 24 25 12 13 12 13 36 24 25 30 18 19 20 17 7 8 18 Elk City Lake 19 31 31 18 31 18 19 30 18 30 30 20 29 29 17 33 21 16 22 28 27 21 20 21 16 10 3 2 1 10 11 12 15 34 15 22 23 28 27 26 33 34 35 16 29 28 17 16 22 10 15 10 11 15 14 13 18 17 23 24 26 25 35 36 11 14 23 24 25 2 1 31 13 18 19 20 30 29 32 6 5 12 7 8 24 19 30 27 26 25 30 17 20 29 16 21 21 28 33 16 28 15 15 31 160 32 34 35 160 36 31 33 36 12 14 13 18 32 33 34 35 36 31 5 4 3 2 1 6 20 32 17 32 11 12 21 22 23 24 29 28 27 26 32 33 34 16 15 19 14 13 18 35 10 11 14 25 13 36 12 19 30 31 1 6 18 29 32 32 17 Montgomery County State Lake 17 20 29 17 16 21 28 28 33 33 16 21 22 34 10 10 22 27 34 10 27 22 27 15 11 26 11 14 23 26 35 14 23 26 14 23 35 11 24 12 13 36 6 5 4 3 7 8 9 10 19 20 21 22 25 29 30 28 27 12 13 24 25 13 24 25 36 2 1 31 30 19 18 18 19 17 29 17 16 32 20 32 33 33 28 16 21 7 12 8 9 10 18 17 16 15 34 15 22 27 34 20 21 22 10 11 9 7 12 75-63 KA 5107-01 13 17 15 14 18 NCL Caney to WCL 15 16 Avian 16 10 27 15 22 34 14 23 26 35 11 25 36 12 24 13 30 18 30 31 19 31 29 28 27 32 20 29 32 17 33 34 21 28 33 16 22 34 10 15 15 10 27 5800 RD 5600 RD CO RD 4800 CO RD 4600 3800 RD 3400 RD CO RD 1600 1200 RD 2 2 2 2 1 1 1 1 6 7 7 7 6 6 6 7 6 7 5 5 8 8 8 5 5 8 9 4 4 4 9 9 9 4 3 3 3 3 2 2 2 2 2 1 1 1 1 1 7 6 7 6 6 7 6 6 7 5 8 5 8 8 5 8 5 4 9 4 9 9 4 9 4 9 3 3 3 2 2 1 6 7 7 6 7 7 8 5 8 8 5 8 5 5 4 4 9 9 4 4 9 9 9 4 3 3 3 3 3 2 2 2 2 1 1 1 1 RS 815 RS 2262 RS 458 7 6 6 6 7 6 8 5 8 5 5 5 8 9 4 9 4 4 4 3 3 3 3 C RS 473 RS 2411-95 40' RS 5034 RS 2413 RS 2171 RS 97 RS 1673 RS 475 RS 458 R15E R16E R13E R14E Wilson 37 20' County T31S T32S T31S T32S T32S T33S 37 10' R16E R17E Labette 37 00' Washington County Nowata County Neosho Co. County Chautauqua R13E R14E -95 40' reek C lt Sa MulberryCreek ElmBranch BachelorCr. RS 2072 Creek Prior DuckCreek LittleDuckCreek RS 1659 RS 472 RS 465 reek C SK & O Choteau SycamoreCreek RacketCreek CherryCr. reek C Ir River Elk DrumCreek RebelCreek Verdigris River ChetopaCreek RockCreek OnionCreek CoalCreek reek Deer reek CoonCreek PotatoC Creek Cotton reek ClaymoreC ish k GordonCree SK & O Mouse Creek Run SK & O Bloody reek Card C SK & O SquawCreek Blake Illinois Bolton Le Hunt Creek luffrun B SK & O BigHill Creek Havana Elk City Wayside BeeCr. BiscuitCreek Spring Creek Creek Creek SK & O Cheyenne SK & O Pumpkin HaferRun UP Tyro Elk City State Park Jefferson Sycamore RS 808 RS 376 RS 2149 Independence Dearing Coffeyville Liberty UP Videtta Spur Cherryvale RS 2261 RS 2090 RS 472 R14E R15E T30S T31S RS 458 RS 471 RS 378 RS 474 RS 816 Fawn UP DeadmanCreek Cr. Copan State Wildlife Management Area RS 812 RS 818 RS 2412 75 400 RS 2127 RS 814 75 RS 817 RS 476 RS 2071 R15E R16E R16E R17E -95 50' 75 166 160 166 166 160 169 400 166 169 169 169 166 169 RS 809 RS 1930 RS 1673 MudCr. 75 75 75 T33S T34S T30S T31S T32S T33S T33S T34S T34S T35S T34S T35S County Oklahoma R14E R15E -95 50' 37 20' 37 10' 37 00' Independence HIGHWAY MARKERS BOUNDARIES 70 Interstate Numbered Highway RS 1ST RD HIGHWAY CLASSIFICATIONS Interstate Kansas Turnpike Authority 40 U.S. Numbered Highway 20 State Numbered Highway Kansas Turnpike (KTA) Controlled Access US Route - Divided US Route - Undivided State Route - Divided State Route - Undivided ROAD CLASSIFICATIONS RS Route - Paved RS Route - Unpaved Minor Road - Paved Minor Road - Gravel Minor Road - Soil ROAD SYSTEM DESIGNATION Rural Secondary System County Road System! County Boundary State Boundary Military Fort Boundary Indian Reservation or Half-Breed Land Section Line Park or Wildlife Area Incorporated City Limit Urban Area CITIES OR TOWNS State Capitol County Seat Populated Place Locale DRAINAGE River or Major Drainage Lake or Reservoir MAP SYMBOLS Roundabout Interchange State System Bridge End of Designated System Railroad s GENERAL HIGHWAY MAP MONTGOMERY COUNTY KANSAS PREPARED BY THE KANSAS DEPARTMENT OF TRANSPORTATION BUREAU OF TRANSPORTATION PLANNING IN COOPERATION WITH THE U.S. DEPARTMENT OF TRANSPORTATION FEDERAL HIGHWAY ADMINISTRATION Miles 0 1 2 3 4 SEPTEMBER 2018 KDOT makes no warranties, guarantees, or representations for the accuracy of this information and assumes no liability for errors or omissions. 63 Page 1 of 18

75-63 KA 5107-01 Page 2 of 18

40 SS-1HP or approved alternate shall be used for Tack. SS-1HP or approved alternate shall be used for Tack KA 5107-01 Page 3 of 18

18 SS-1HP or approved alternate shall be used for Tack 75-63 KA 5107-01 Page 4 of 18

Page 5 of 18 KA 5107-01

Page 6 of 18 KA 5107-01

Page 7 of 18 KA 5107-01

Page 8 of 18 KA 5107-01

Page 9 of 18 KA 5107-01

Page 10 of 18

Page 11 of 18

Page 12 of 18

Page 13 of 18

3 300 300 6" SOLID WHITE EDGELINE 4" SOLID YELLOW LINE 6" DOTTED WHITE EXTENSION LINE 6" SOLID WHITE EDGELINE D/4 6" BROKEN WHITE LANE LINE 6" WHITE LANE DROP LINE NOTE: DOTTED EXTENSION LINE TAPER LENGTH POSTED SPEED * 12 FOR POSTED SPEEDS ABOVE 40 MPH W 4-2 D TYPICAL MARKING FOR AUXILIARY PASSING LANE 6" BROKEN WHITE LANE LINE 4" SOLID YELLOW LINE SHOULDER LINE 4 2 2 EDGE OF PAVEMENT 6" SOLID WHITE EDGE LINE TYPICAL SPACING FOR DOTTED EXTENSION LINES, UNLESS OTHERWISE NOTED ON PLANS. 9 3 3 6" SOLID WHITE EDGE LINE EDGE OF PAVEMENT SHOULDER LINE 6" BROKEN WHITE LANE LINE 4" BROKEN YELLOW LINE TWO-WAY LEFT TURN DETAIL FOR FIVE LANE ROADWAY TYPICAL SPACING FOR LANE DROP. UNLESS OTHERWISE NOTED ON PLANS. 8 24 4" SOLID YELLOW LINE SHOULDER LINE EDGE OF PAVEMENT 32 6" SOLID WHITE EDGE LINE 6" SOLID WHITE EDGE LINE EDGE OF PAVEMENT TYPICAL SPACING FOR BROKEN LINES UNLESS OTHERWISE NOTED ON PLANS SHOULDER LINE 4" BROKEN YELLOW LINE TWO-WAY LEFT TURN DETAIL FOR THREE LANE ROADWAY 4" 4" 16 SPACING (FT) 10 X SPEED (MPH) TWO-WAY LEFT TURN ARROW SPACING DETAIL 4" TYPICAL SPACING FOR NO PASSING LINES UNLESS OTHERWISE NOTED ON PLANS NOTE: IF ARROWS ARE USED SPACE THE ARROWS AS SHOWN IN THE SPACING DETAIL. Page 14 of 18 Pg 1 of 2 5/25/12 Added Dotted Extension and Lane Drop Lines B.A.H. B.D.G. 2 9/20/05 Removed Aux. Passing Lane Dotted Ext. Line J.F.F. B.D.G. 1 7/26/05 New FHWA Approval Date J.F.F. B.D.G. NO. DATE REVISIONS BY APP D KANSAS DEPARTMENT OF TRANSPORTATION TYPICAL PAVEMENT MARKING DETAILS FOR UNDIVIDED ROADWAYS TE308 FHWA APPROVAL 5/25/2012 APP D Brian D. Gower DESIGNED J.F.F. DETAILED J.F.F. QUANTITIES TRACED DESIGN CK. B.D.G. DETAIL CK. B.D.G. QUAN. CK. TRACE CK.

3 NOTE: ALL PAVEMENT MARKINGS SHALL BE BROKEN AT CROSS ROADS. FOR HIGHWAY JUNCTIONS THE NO PASSING ZONE WILL EXTEND 1000 FROM INTERSECTION. 4" BROKEN YELLOW LINE 6" SOLID WHITE LANE LINE 4" SOLID YELLOW LINE 6" WHITE EDGE LINE 6" WHITE EDGE LINE 500 500 6" WHITE EDGE LINE 6" SOLID WHITE LANE LINE 4" SOLID YELLOW LINE 4" BROKEN YELLOW LINE 6" WHITE EDGE LINE TYPICAL ROAD JUNCTION MARKINGS WITH BYPASS LANES EDGE OF PAVEMENT 6" BROKEN WHITE LANE LINE SHOULDER LINE 6" SOLID WHITE EDGE LINE 12 4" SOLID YELLOW DOUBLE LINE 12 12 12 6" SOLID WHITE EDGE LINE EDGE OF PAVEMENT SHOULDER LINE 6" BROKEN WHITE LANE LINE TYPICAL MARKINGS FOR FOUR LANE ROADWAY 6" SOLID WHITE EDGE LINE W14-3 EDGE OF PAVEMENT 4" BROKEN YELLOW LINE 12 12 4" SOLID YELLOW NO PASSING LINE EDGE OF PAVEMENT SHOULDER LINE 6" SOLID WHITE EDGE LINE TYPICAL TWO LANE MARKINGS NOTE: LONGITUDINAL PAVEMENT MARKING LINES SHALL BE OFFSET A MINIMUM OF 2" FROM LONGITUDINAL PAVEMENT JOINTS. Pg 2 of 2 NOTE: ON NON I, US, AND K ROUTES, 4" EDGE LINES MAY BE INSTALLED. 6" EDGE LINES ARE NOT REQUIRED ON NON I, US, AND K ROUTES. Page 15 of 18 5/25/12 Added Dotted Extension and Lane Drop Lines B.A.H. B.D.G. 2 9/20/05 Removed Aux. Passing Lane Dotted Ext. Line J.F.F. B.D.G. 1 7/26/05 New FHWA Approval Date J.F.F. B.D.G. NO. DATE REVISIONS BY APP D KANSAS DEPARTMENT OF TRANSPORTATION TYPICAL PAVEMENT MARKING DETAILS FOR UNDIVIDED ROADWAYS TE308 FHWA APPROVAL 5/25/2012 APP D Brian D. Gower DESIGNED J.F.F. DETAILED J.F.F. QUANTITIES TRACED DESIGN CK. B.D.G. DETAIL CK. B.D.G. QUAN. CK. TRACE CK.

3 TYPICAL SIGNING AND MARKING FOR RIGHT LANE MUST TURN RIGHT 4" BROKEN YELLOW LINE SIDE ROAD 25 MIN 8 FOR 55 MPH AND ABOVE USING THE SAME SPACING 80 8 8" SOLID WHITE LINE 561 80 4" SOLID YELLOW LINE 8" BROKEN WHITE LANE DROP LINE RIGHTLANE TYPICAL CROSSWALKS TYPE I: CROSSWALK LINES SHALL BE 12" SOLID WHITE LINES. THEY SHALL BE SPACED A MINIMUM OF 6 APART FROM INSIDE EDGE TO INSIDE EDGE. TYPE II: THESE LINES SHOULD BE SOLID WHITE 24" WIDE PLACED PARALLEL TO THE DIRECTION OF TRAFFIC FLOW. THE LINE PLACEMENT IS DETERMINED BY LANE LINE,CENTER LINE, AND WHEEL PATH IN SUCH A MANNER AS TO MINIMIZE TRAFFIC WEAR. THE CROSSWALK WIDTH SHOULD BE NOT LESS THAN 8. THE TRANSVERSE CROSSWALK LINES MAY BE ADDED. MUST TURN RIGHT R3-7 THE LANE DROP MARKINGS LENGTH IS A MINIMUM OF 100 AND A MAXIMUM OF 250 PRIOR TO THE 8"SOLID WHITE LINE WHEN REQUIRED, STOP LINES SHALL BE INSTALLED A MINIMUM OF 5 FROM CROSSWALKS. 5 MIN. TYPE II TYPE I Pg 1 of 2 6 MIN. 2 5/25/12 Updated Chart B and Lane Drop Lines B.A.H. B.D.G. 10/20/06 RR Xing Symbol Changed from 18" to 16" T.L.H. B.D.G. 1 9/20/05 Added 4" Solid Yellow Double Line to RRxing J.F.F. B.D.G. NO. DATE REVISIONS BY APP D KANSAS DEPARTMENT OF TRANSPORTATION TYPICAL MISCELLANEOUS 5 MIN. 8 Page 16 of 18 PAVEMENT MARKING DETAIL SHEET TE309 FHWA APPROVAL 7/26/2005 APP D Brian D. Gower DESIGNED J.F.F. DETAILED J.F.F. QUANTITIES TRACED DESIGN CK. B.D.G. DETAIL CK. B.D.G. QUAN. CK. TRACE CK.

16" 3 RAILROAD CROSSING MARKING 6" BROKEN WHITE LANE LINE 24" SYMBOL 4" BROKEN YELLOW LINE 300 24" 15 APPROX. 4" SOLID YELLOW LINE 4" SOLID YELLOW DOUBLE LINE 6.6 3.3 6.6 VARIES 6" SOLID WHITE LINE 6.6 1.6 10 24 20 16 60 5 DISTANCE D FROM CHART A 6" WHITE EDGE LINE W 10-1 R R A THREE-LANE ROADWAY SHOULD BE MARKED WITH A CENTERLINE FOR TWO-LANE APPROACH OPERATION ON THE APPROACH TO A CROSSING. ON MULTI-LANE ROADS THE TRANSVERSE BANDS SHOULD EXTEND ACROSS ALL APPROACH LANES, AND INDIVIDUAL R X R SYMBOLS SHOULD BE USED IN EACH APPROACH LANE. REFER TO STANDARD ALPHABET FOR HIGHWAY SIGNS AND MARKINGS FOR R X R SYMBOLS DETAILS. CHART "A" DISTANCE SPEED D MPH (feet) 75 850 70 750 65 650 60 550 55 450 50 375 45 300 (X) PLACEMENT LOCATION IS DEPENDENT ON SITE CONDITIONS AND OTHER SIGNING TO PROVIDE ADEQUATE ADVANCE WARNING TO THE DRIVER *STOP LINE 8 FROM NEAR EDGE OF GATE OR CANTILEVER, IF PRESENT. 40 35 225 150 NOTE: ON NON I, US, AND K ROUTES, 4" EDGE LINES MAY BE INSTALLED. 6" EDGE LINES ARE NOT REQUIRED ON NON I, US, AND K ROUTES. 30 25 20 (X) (X) (X) ALL DISTANCES ARE MINIMUM. TYPICAL APPROACH TAPER DETAIL 4" DOUBLE YELLOW LINE X ( FROM CHART B) 25 MINIMUM 4" A 12" YELLOW DIAGONAL LINE L 30 B 6" SOLID WHITE LANE LINE 4" 24" WHITE STOP LINE 4" THE APPROACH TAPER LENGTH FROM POINT A TO POINT B IS TO BE DETERMINED USING CHART C. VALUES FOR L WERE CALCULATED USING THE EQUATIONS BELOW AND INCREASED CHART "B" APPROACH X SPEED 20 MPH 20 CHART "C" APPROACH L SPEED 20 MPH 80 TO THE NEXT HIGHER 5 MPH INCREMENT. 25 MPH 25 25 MPH 125 - SPEEDS < 45 MPH L= W*S 30 MPH 30 30 MPH 180 60 35 MPH 35 35 MPH 245 - SPEEDS = 45 MPH L= W*S 40 MPH 45 MPH 40 45 40 MPH 45 MPH 320 540 IF ARROWS ARE USED AND UNLESS OTHERWISE SPECIFIED THE SPACE 50 MPH 50 50 MPH 600 BETWEEN LINES SHOULD BE AT LEAST FOUR TIMES THE HEIGHT OF 55 MPH 55 55 MPH 660 THE CHARACTERS FOR LOW SPEED ROADS BUT NOT MORE THAN TEN 60 MPH 60 60 MPH 720 TIMES THE HEIGHT OF THE CHARACTERS, UNDER ANY CONDITIONS. 65 MPH 65 65 MPH 780 70 MPH 70 70 MPH 840 FOR SPEEDS LESS THAN OR EQUAL TO 40 MPH, R=150. FOR SPEEDS GREATER THAN OR EQUAL TO 45 MPH, R=300. Page 17 of 18 Pg 2 of 2 5/25/12 Updated Chart B and Lane Drop Lines B.A.H. B.D.G. 2 10/20/06 RR Xing Symbol Changed from 18" to 16" T.L.H. B.D.G. 1 9/20/05 Added 4" Solid Yellow Double Line to RRxing J.F.F. B.D.G. NO. DATE REVISIONS BY APP D KANSAS DEPARTMENT OF TRANSPORTATION TYPICAL MISCELLANEOUS PAVEMENT MARKING DETAIL SHEET TE309 FHWA APPROVAL 7/26/2005 APP D Brian D. Gower DESIGNED J.F.F. DETAILED J.F.F. QUANTITIES TRACED DESIGN CK. B.D.G. DETAIL CK. B.D.G. QUAN. CK. TRACE CK.

W8-15 W8-15P 2 2 KA 5107-01 Page 18 of 18