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

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

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

K M K 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 K KA K KA CONTRACT PROPOSAL

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

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

Attachment L Wage Rates

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

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

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.

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

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

PART VI PREVAILING WAGE RATES DETERMINATION

Predicting Seasonal Tornado Activity

How To Build a Seasonal Tornado Model

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

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

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

bin/broker.exe 1/2

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

REQUEST FOR PROPOSALS

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

2005 Mortgage Broker Regulation Matrix

REQUEST FOR PROPOSALS

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.

Acknowledgment of Aramco Asia. Supplier Code of Conduct

Intercity Bus Stop Analysis

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

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

Court Appointed Host Homes

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

GUIDELINES FOR FILMING IN TOMBALL, TEXAS

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

REQUEST FOR PROPOSALS CLOSING DATE:

Official Form 410 Proof of Claim

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

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

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

Digital Mapping License Agreement

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

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. PROPOSED OPERATING BUDGET... 3

E-Community Check Request Checklist

KDOT Regional Transit Business Model Implementation

Sponsored Financial Services. How We Get Our Funds

State GIS Officer/GIS Data

MO PUBL 4YR 2090 Missouri State University SUBTOTAL-MO

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

SECTION DESCRIPTION PAGE I. BUDGET INTRODUCTION... 1 II. FISCAL YEAR 2017 BUDGET ANALYSIS... 2 III. PROPOSED OPERATING BUDGET... 4

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

Crop Progress. Corn Mature Selected States [These 18 States planted 92% of the 2017 corn acreage]

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

Snow and Ice Removal

Streamlined Annual PHA Plan (Small PHAs)

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

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

SUBPART MULTIYEAR CONTRACTING (Revised December 19, 2006)

MAPPING THE RAINFALL EVENT FOR STORMWATER QUALITY CONTROL

PROJECT MANUAL BISHOP OPERATIONS YARD SHADE CANOPY INSTALLATION PROJECT

SUPPLEMENTAL NUTRITION ASSISTANCE PROGRAM QUALITY CONTROL ANNUAL REPORT FISCAL YEAR 2008

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

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

New Educators Campaign Weekly Report

EXPENDITURE SAMPLES AND FUNDS REQUEST FORM

DELAWARE COUNTY ORDINANCE NO. 3

January 2002 Kansas Water Levels and Data Related to Water Level Changes

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

Abortion Facilities Target College Students

Appendix 5 Summary of State Trademark Registration Provisions (as of July 2016)

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

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

Adopted Budget Presented for Board Approval June 21, 2017

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

DE PUBLIC SERVICE COMPANY OF NEW HAMPSHIRE

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

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

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

WORK SESSION AGENDA COMMITTEE-OF-THE-WHOLE APRIL 1, 2019 CITY COUNCIL CHAMBERS IMMEDIATELY FOLLOWING THE COUNCIL MEETING

SECTION AGGREGATE OR GRANULAR SUBBASE

Agency Planning & Submission Components of the 5-Year/Annual PHA Plans

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

Correction to Spatial and temporal distributions of U.S. winds and wind power at 80 m derived from measurements

Samostalna Liberalna Stranka

Chapter 10 MOVING WITH CONTINUED ASSISTANCE AND PORTABILITY

City of Brainerd, Minnesota Snowplowing Policy

Hourly Precipitation Data Documentation (text and csv version) February 2016

Resolution Number: (2) Resolution Title: Snow Policy Date Signed: 11/26/12. DAVIS COUNTY Snow Policy Resolution

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

GASB 34. Basic Financial Statements M D & A

SECTION DESCRIPTION PAGE I. BUDGET INTRODUCTION... 1 II. FISCAL YEAR 2016 BUDGET ANALYSIS... 2 III. FINAL OPERATING BUDGET FUND

OREGON POPULATION FORECAST PROGRAM

ORDINANCE NO General Provisions and Definitions

Adopted Budget Presented for Board Approval June 15, 2016

Insurance Department Resources Report Volume 1

Materials. Use materials meeting the following.

Transcription:

11-21-17 LETTING: 12-13-17 Page 1 of 5 KANSAS DEPARTMENT OF TRANSPORTATION 517126424 U169-001 KA 4718-01 U169-001 KA 4718-01 CONTRACT PROPOSAL 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.: U169-001 KA 4718-01 U169-001 KA 4718-01 The general scope, location and net length are: BRIDGE REPAIR. U169 BR 169-1-5.5(034) REMOVE AND RECONSTRUCT DAMAGED RAIL AND DECK, DELAWARE RD ACROSS U169 IN AL CO. LENGTH IS 0.010 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 [KDOT] 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 at http://www.ksdot.org and choosing the following selections: "Doing Business", "Bidding & Letting" and "Specifications". Rev. 06/15 DOT Form No. 202

11-21-17 LETTING: 12-13-17 Page 2 of 5 KANSAS DEPARTMENT OF TRANSPORTATION 517126424 U169-001 KA 4718-01 U169-001 KA 4718-01 5. Contractors shall use the AASHTO's EXPEDITE software in combination with the electronic bidding system file created for the Project with EXPEDITE software [EBS file] to generate an electronic internet proposal. The EXPEDITE software and Project EBS file are available on Bid Express' website at http://www.bidx.com. 6. Contractors shall only use the EXPEDITE 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 40 working days and number of cleanup days allowed by the Standard Specifications subsection 108.4 or within the time specified in Project Special Provision "Work Schedule", if applicable. 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. Rev. 06/15 DOT Form No. 202

11-21-17 LETTING: 12-13-17 Page 3 of 5 KANSAS DEPARTMENT OF TRANSPORTATION 517126424 U169-001 KA 4718-01 U169-001 KA 4718-01 11. The undersigned declares that the Contractor has carefully examined the Bidding Proposal Form for the Project. The Contractor understands the following: * The Bidding Proposal Form consists of the following documents: the Project EBS file 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). * The special provision list identifies all required contract provisions, project special provisions and special provisions that apply to the Project. * The Bidding Proposal Form becomes the Contractor's Proposal after the Contractor completes the EBS file, electronically signs the Proposal where required on DOT Form 202, and submits the completed EBS 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. * 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. 13. SPECIAL PROVISIONS REQUIRING INFORMATION. The following Required Contract Provisions (I-XI) require the Contractor to furnish information. The current versions of these provisions are contained in the Project EBS 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 EBS file. When these documents are required, the Secretary will reject proposals that fail to contain completed Provisions I, II, IV or V in the EBS file and may reject proposals that fail to contain completed Provisions III, VI, VII, VIII, IX, X or XI in the EBS file. Rev. 06/15 DOT Form No. 202

11-21-17 LETTING: 12-13-17 Page 4 of 5 KANSAS DEPARTMENT OF TRANSPORTATION 517126424 U169-001 KA 4718-01 U169-001 KA 4718-01 I. 08-10-66 Certification-Noncollusion & History of Debarment II. 04-30-82 Certification-Financial Prequalification Amount III. 08-04-92 Certification-Contractual Services with a Current Legislator or a Current Legislator's Firm IV. 04-26-90 Declaration-Limitations on Use of Federal Funds for Lobbying V. 07-19-80 DBE Contract Goal 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. 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 upon 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 EBS 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. Rev. 06/15 DOT Form No. 202

11-21-17 LETTING: 12-13-17 Page 5 of 5 KANSAS DEPARTMENT OF TRANSPORTATION 517126424 U169-001 KA 4718-01 U169-001 KA 4718-01 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 C. Signature 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 SPECIAL PROVISIONS REFERENCED IN PARAGRAPH 13) IS TRUE AND CORRECT. EXECUTED ON (DATE IN MM/DD/YYYY FORMAT). 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 Rev. 06/15 DOT Form No. 202

KANSAS DEPARTMENT OF TRANSPORTATION SPECIAL PROVISION LIST PAGE: DATE: 1 11/13/17 STATE PROJECT NO: U169-001 KA 4718-01 STATE CONTRACT NO 517126424 PREPARED DATE: REVISED DATE: PRIMARY DISTRICT: DESCRIPTION: NOTE: 4 WAGE AREA: PRIMARY COUNTY: 1 ALLEN BRIDGE REPAIR. U169 BR 169-1-5.5(034) REMOVE AND RECONSTRUCT DAMAGED RAIL AND DECK, DELAWARE RD ACROSS U169 IN AL CO. LENGTH IS 0.010 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 04-30-82-R07 08-04-92-R03 11-15-96-R05 07-01-17 01-01-11-R01 KS170019 15-ER-1-R11 15-01003 15-01011-R05 15-01016-R01 15-01019 15-01021 15-02001 15-04002 15-04005 15-07011 15-08001-R02 15-11003-R01 15-14001 15-14002 15-22004-R01 15-22005 15-25001-R04 15-25002 15-26001-R05 15-PS0018 DESCRIPTION REQUIRED CONTRACT PROVISION-NONCOLLUSION / HISTORY-DEBARMENT REQUIRED CONTRACT PROVISION-FINANCIAL PREQUALIFICATION REQUIRED CONTRACT PROVISION-CONTRACTUAL SERVICES-LEGISLATOR REQUIRED CONTRACT PROVISION-EEO REQUIREMENT REQUIRED CONTRACT PROVISION - BOYCOTT OF ISRAEL PROHIBITED REQUIRED CONTRACT PROVISION-TAX CLEARANCE CERTIFICATE MINIMUM WAGE RATE (AREA 1) ERRATA SHEET FOR STD SPEC BOOK FOR RD & BR CONST, 2015 ED REQUIRED CONTRACT PROVISIONS KS FUNDED CONST CONTRACTS ENVIRONMENTAL CONCERNS - MIGRATORY BIRD TREATY ACT PROSECUTION AND PROGRESS CONTROL OF WORK BIDDING REQUIREMENTS AND CONDITIONS REMOVAL OF EXISTING STRUCTURES STRUCTURAL CONCRETE GENERAL CONCRETE CONCRETE STRUCTURE CONSTRUCTION WORK ZONE TRAFFIC CONTROL AND SAFETY (FOR 1R'S) AGGREGATES FOR CONCRETE NOT PLACED ON GRADE AIR-ENTRAINING ADMIXTURES FOR CONCRETE SHEET MATERIALS FOR CURING CONCRETE PAVEMENT MARKING PAINT IMAGE SYSTEMS PART V CONSTRUCTION MANUAL - PART V MATERIALS CERTIFICATIONS COMBINATION, TIED BIDS ON 1R PROJECTS WITH FEDERAL-AID FUNDS END OF SPECIAL PROVISION LIST

Project No. U169-001 KA 4718-01 Contract No. 517126424 REQUIRED CONTRACT PROVISION 08-10-66-R05 Sheet 1 of 1 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 page 5 of the Contractor's Proposal supplies the necessary signature for this Certification. 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 capacity 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. The exceptions, if any, are: Rev. 07/05

Project No. U169-001 KA 4718-01 Contract No. 517126424 04-30-82-R07 Sheet 1 of 1 REQUIRED CONTRACT PROVISION 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 page 5 of the Contractor's Proposal supplies the necessary signature for this Certification. I understand that I may be required to identify the outstanding contract and subcontract work of my firm, association or corporation on DOT From 284 prior to an award of contract. Unless I obtain prior 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 perform 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: Date: Rev. 01/11

Project No. U169-001 KA 4718-01 Contract No. 517126424 REQUIRED CONTRACT PROVISION 08-04-92-R03 Sheet 1 of 1 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 page 5 of the Contractor's Proposal supplies the necessary signature for this Certification. 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. If this contract is with a legislator, that legislator is: Name: Address: (City) (State) (Zip Code) Business Telephone: Rev. 07/05

Project No. U169-001 KA 4718-01 Contract No. 517126424 01-01-11-R01 Sheet 1 of 1 REQUIRED CONTRACT PROVISION 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. 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 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. Rev. 07/13

KANSAS DEPARTMENT OF TRANSPORTATION PAGE: 10 UNIT PRICES LIST STATE CONTRACT NO: 517126424 PREPARED DATE: 11-21-17 STATE PROJECT NO: U169-001 KA 4718-01 REVISED DATE: SECTION 01 COMMON ITEMS --------------------------------------------------------------------------- LINE/ UNITS/ UNIT BID AMOUNT BID ITEM ESTIMATED -IN NUMBERS- -IN NUMBERS- NUMBER ITEM DESCRIPTION QUANTITY DOLLARS CTS DOLLARS CTS --------------------------------------------------------------------------- 1 MOBILIZATION LSUM 025323 1.00 --------------------------------------------------------------------------- 2 TRAFFIC CONTROL LSUM 025324 1.00 --------------------------------------------------------------------------- 3 FLAGGER (SET PRICE) HOUR 070580 1.00 25.000 $25.00 --------------------------------------------------------------------------- SECTION 02 BR169-01-5.50(034) BRIDGE REPAIR ITEMS --------------------------------------------------------------------------- 4 REMOVAL OF EXISTING LSUM STRUCTURES 025200 1.00 --------------------------------------------------------------------------- 5 REINFORCING STEEL LBS. (REPAIR) (GRADE 60) (SET 025105 PRICE) 1.00 2.000 $2.00 --------------------------------------------------------------------------- 6 REINFORCING STEEL (GRADE LBS. 60) 025100 1,135.00 --------------------------------------------------------------------------- 7 CONCRETE (GRADE 4.0) (AE) CUYD 072350 4.00 --------------------------------------------------------------------------- 8 PAVEMENT MARKING REMOVAL LNFT 013019 1,080.00 --------------------------------------------------------------------------- 9 PAVEMENT MARKING (TEMP) STAL 4" SOLID (TYPE I) 070916 40.00 --------------------------------------------------------------------------- - CONTRACTOR Check: 00000000

KANSAS DEPARTMENT OF TRANSPORTATION PAGE: 11 UNIT PRICES LIST STATE CONTRACT NO: 517126424 PREPARED DATE: 11-21-17 STATE PROJECT NO: U169-001 KA 4718-01 REVISED DATE: SECTION --------------------------------------------------------------------------- LINE/ UNITS/ UNIT BID AMOUNT BID ITEM ESTIMATED -IN NUMBERS- -IN NUMBERS- NUMBER ITEM DESCRIPTION QUANTITY DOLLARS CTS DOLLARS CTS --------------------------------------------------------------------------- GRAND TOTAL : $27.00 - CONTRACTOR Check: 00000000

https://www.wdol.gov/wdol/scafiles/davisbacon/ks19.dvb?v=0 Page 1 of 8 1/9/2017 General Decision Number: KS170019 01/06/2017 KS19 Superseded General Decision Number: KS20160019 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 $10.20 for calendar year 2017 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 $10.20 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2017 SUKS2013-001 08/02/2013 Rates Fringes CARPENTER (ROUGH) Chase, Lyon...$ 15.03 0.00 Finney, Kearny...$ 12.89 6.35 Ottawa, Saline...$ 13.16 7.34 Remaining Counties...$ 12.90 6.39 CARPENTER 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

https://www.wdol.gov/wdol/scafiles/davisbacon/ks19.dvb?v=0 Page 2 of 8 1/9/2017 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 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

https://www.wdol.gov/wdol/scafiles/davisbacon/ks19.dvb?v=0 Page 3 of 8 1/9/2017 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 (ASPHALT PAVER SCREED) Chase, Lyon, Ottawa, Saline.$ 13.97 0.00 Finney, Kearny...$ 13.95 0.00 Remaining Counties...$ 13.94 0.00 (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 (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 (BULLDOZER) Chase, Lyon, Ottawa, Saline.$ 15.57 2.58 Finney, Kearny...$ 15.19 2.40 Remaining Counties...$ 15.06 2.37 (CONCRETE FINISHING MACHINE)...$ 15.97 0.00 (CONCRETE SAW) Chase, Lyon, Ottawa, Saline.$ 14.88 0.00 Finney, Kearny...$ 14.85 0.00 Remaining Counties...$ 14.78 0.00 (CRANE) Chase, Lyon, Ottawa, Saline.$ 19.38 11.37

https://www.wdol.gov/wdol/scafiles/davisbacon/ks19.dvb?v=0 Page 4 of 8 1/9/2017 Remaining Counties...$ 18.38 7.66 (DISTRIBUTOR-BITUMINOUS) Chase, Finney, Kearny, Lyon, Ottawa, Saline...$ 13.45 0.00 Remaining Counties...$ 13.47 0.00 (EXCAVATOR) Chase, Lyon, Ottawa, Saline.$ 17.21 2.32 Finney, Kearny...$ 17.05 2.25 Remaining Counties...$ 17.00 2.19 (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 (MECHANIC) Ellsworth...$ 19.79 0.00 Remaining Counties...$ 18.65 0.00 (MOTOR GRADER-FINISH) Chase, Lyon, Ottawa, Saline.$ 17.23 2.18 Gray...$ 18.67 1.56 Remaining Counties...$ 16.82 1.95 (MOTOR GRADER-ROUGH) Chase, Finney, Kearny, Lyon, Ottawa, Saline...$ 15.77 1.84 Remaining Counties...$ 15.58 1.67 (MOTOR SCRAPER) Chase, Lyon, Ottawa, Saline.$ 14.11 1.04 Finney, Kearny...$ 13.85 0.00 Remaining Counties...$ 13.87 0.00 (PAVING MARKING)...$ 19.93 4.49 (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 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

https://www.wdol.gov/wdol/scafiles/davisbacon/ks19.dvb?v=0 Page 5 of 8 1/9/2017 Trego...$ 11.66 0.00 (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 (ROTOMILL) Chase, Finney, Kearny, Lyon, Ottawa, Saline...$ 16.15 0.00 Remaining Counties...$ 16.09 0.00 (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 (SPREADER BOX SELF-PROPELLED) Chase, Lyon, Ottawa, Saline.$ 12.91 0.00 Finney, Kearny...$ 12.99 0.00 Remaining Counties...$ 13.07 0.00 (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 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

https://www.wdol.gov/wdol/scafiles/davisbacon/ks19.dvb?v=0 Page 6 of 8 1/9/2017 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 (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed

https://www.wdol.gov/wdol/scafiles/davisbacon/ks19.dvb?v=0 Page 7 of 8 1/9/2017 in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/cba rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS

https://www.wdol.gov/wdol/scafiles/davisbacon/ks19.dvb?v=0 Page 8 of 8 1/9/2017 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION

15-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

RS 1546 C 2600TH ST 2800TH ST 3000TH ST 3200TH ST 3400TH ST 3600TH ST 3800TH ST 4000TH ST 4300TH ST 4600TH ST 4800TH ST MARYLAND RD HAWAII RD SOUTH DAKOTA RD OREGON RD 600TH ST 1000TH ST 1200TH ST 1400TH ST 1600TH ST 1800TH ST 2000TH ST VIRGINIA RD UTAH RD FLORIDA RD MINNESOTA RD IDAHO RD 2000TH ST 3400TH ST NORTH DAKOTA RD FLORIDA RD CONNECTICUT RD 1400TH ST 3000TH ST 4400TH ST 4800TH ST 2400TH ST NEBRASKA RD DELAWARE RD ARIZONA RD WEST VIRGINIA RD NORTH DAKOTA RD HAWAII RD 1800TH ST 2800TH ST 4000TH ST 2200TH ST TEXAS RD PENNSYLVANIA RD NEW HAMPSHIRE RD UTAH RD DELAWARE RD CALIFORNIA RD 3800TH ST 400TH ST 2300TH ST MISSOURI RD IOWA RD CONNECTICUT RD WYOMING RD VIRGINIA RD NEW HAMPSHIRE RD NEBRASKA RD MARYLAND RD ARIZONA RD 600TH ST 800TH ST 1300TH ST 2600TH ST 200TH ST OREGON RD WISCONSIN RD 1150TH ST 4600TH ST MINNESOTA RD IDAHO RD TEXAS RD 400TH ST 2200TH ST 3250TH ST 3600TH ST WYOMING RD CALIFORNIA RD RHODE ISLAND RD MISSOURI RD 2400TH ST GEORGIA RD IOWA RD 500TH ST 200TH ST 950TH ST 1600TH ST WEST VIRGINIA RD 26 Geneva 35 11 23 2 1 6 5 4 11 14 35 23 26 35 14 23 26 12 24 25 36 26 25 24 19 25 36 12 13 24 30 18 19 35 36 31 30 29 30 31 23 24 19 20 11 12 14 25 13 13 36 19 31 20 21 17 20 29 20 32 29 28 32 33 7 8 9 18 30 17 29 31 32 6 5 7 8 18 33 17 16 21 28 16 32 33 21 21 16 33 27 34 10 15 28 27 22 27 34 10 15 28 27 34 22 23 22 34 Bassett 22 15 26 11 35 14 23 23 35 26 26 24 25 11 12 14 13 23 24 35 26 25 3 2 1 9 10 11 14 36 12 13 24 35 36 24 25 25 19 31 36 Carlyle 12 36 13 30 18 19 30 31 19 30 31 29 32 17 20 20 29 32 20 29 32 21 33 16 21 28 7 8 9 10 11 12 18 17 16 19 30 29 Gas City 31 32 7 8 21 33 28 33 28 10 22 27 34 15 34 22 27 34 22 27 23 26 35 5 4 3 2 15 20 21 22 23 24 19 14 26 11 14 23 26 35 23 35 24 13 25 25 36 24 24 36 13 25 36 12 31 19 30 31 18 27 26 25 30 28 La Harpe 33 34 10 35 36 31 4 3 2 1 18 17 16 15 14 13 18 11 12 19 18 19 30 31 30 29 17 20 20 32 17 20 29 32 17 20 29 32 32 21 28 33 33 16 21 28 33 21 16 33 16 28 21 34 22 27 34 10 27 34 10 15 15 22 22 27 29 28 27 34 10 15 22 26 35 11 14 26 11 14 23 23 35 26 23 26 11 14 23 35 36 35 25 24 25 36 Bayard 13 12 24 19 20 21 25 30 29 28 27 31 32 33 34 1 6 5 4 13 18 24 25 36 36 24 12 13 19 12 7 19 31 18 19 30 30 31 18 20 29 32 17 20 17 20 29 32 30 29 31 32 17 28 33 8 9 16 15 28 16 21 28 33 16 21 21 22 27 27 10 22 10 34 15 22 10 33 34 15 34 22 27 2 2 1 1 6 7 8 5 4 9 4 3 3 2 2 1 1 6 6 6 7 5 8 5 9 4 9 3 2 1 1 7 6 6 6 7 7 8 5 5 8 5 8 4 9 4 9 9 4 3 3 3 2 2 2 1 1 7 6 6 7 8 8 5 5 9 4 4 9 3 3 RS 1157 RS 1158 3 RS 1151 RS 1 RS 2 RS 1148 RS 1147 R19E R20E R20E R21E RS 1158 RS 3 RS 1858 RS 1131 RS 6 RS 1153 RS 1149 RS 1492 RS 2268 R18E R19E R17E R18E RS 4 T24S 38 00' T23S T24S RS 1154 RS 2096 RS 5 RS 7 T25S T26S T25S T26S RS 8 T27S R20E R21E R19E R20E T27S R18E R19E R17E R18E -95 10' -95 10' -95 20' -95 20' -95 30' -95 30' 38 00' T23S 37 50' 37 50' Bourbon County County Woodson T26S T26S Linn Co. Anderson County Coffey Co. Mildred Carlyle Cottonwood Cre ek reek South Fork Little Os a ge River reek Little C reek inc Deer Mart Indian Creek Creek Deer Rock Cre e k Greaser Creek Li b e UP rty Creek reek Moran C oon C Sweet Br anch RS 2269 Elm Cr ee k Onion Cre ek Marmaton River Mud Creek Coal C reek Charles Br anch Bloody Ru n Little Fifth Standard Parallel South Cr ee k Neos ho River Jackie Branch Marmaton River Cre ek O wl Humboldt Elsmore Creek Slac k Creek Creek Goo se ig Wolfpen B Creek Canville Cre e k SK & O ter Cre ek Turkey Branch reek Sc at Savonburg Vegetarian C RockyBranch Petrolia Iola RS 1132 RS 1726 54 169 54 T24S T24S T25S T25S 59 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 ALLEN 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 OCTOBER 2017 KDOT makes no warranties, guarantees, or representations for the accuracy of this information and assumes no liability for errors or omissions. 1 RS 5045 RS 2097 169-1 KA 4718-01 Neosho County County Wilson 1/12

2/12

STATE OF KANSAS DEPARTM ENT OF TRANSPORTATION BRIDGE REPAIR KANSAS PROJECT ALLEN COUNTY US 169 PROJ. NO. 169-01 KA-4718-01 224 Plotted By: Bradleyk Plot Location:Bridge Design File:R:\Projects\FY 2018\KA-4718-01 169-1, (034) Allen Co\KA4718-01(034).dgn Squad: INGALLS / BEK Plot Date:12-SEP-2017 09:56 KANSAS & OKLAHOMA ARKANSAS 169 169-01-5.50 (034) TITLE SHEET 3/12 PROJ. NO. 169-01KA-4718-01 BRIDGE NO. 169-01-5.50 (034) KANSASDEPARTMENT OF TRANSPORTATION ALLEN Co. 1

INDEX TO DRAWINGS Sheet No. Drawing 1 Title Sheet 2 General Notes and Quantities 3 Construction Layout 4 Rail Removal Limits 5 Deck Removal Limits 6 Rail Replacement Details 7 Deck Replacement Details 8 Bil of Reinforcing SUMMARY OF QUANTITIES QUANTITIES ITEM UNITS BR. (034) Flagger (Set Price) Hour 1 Mobilization Lump Sum Lump Sum Removal of Existing Structures Reinforcing Steel (Repair) (Grade 60) (Set Price) Reinforcing Steel (Grade 60) Concrete (Grade 4.0) (AE) Lump Sum 1 Lbs. 1 Lbs. 1135 Cu. Yds. 4.0 GENERAL NOTES Plotted By: Bradleyk Plot Location:Bridge Design File:R:\Projects\FY 2018\KA-4718-01 169-1, (034) Allen Co\KA4718-01(034).dgn Squad: INGALLS / BEK Plot Date:12-SEP-2017 09:56 EXISTING STRUCTURE: Plans of the existing structure are on file and available for inspection by qualified bidders at the State Bridge Office, KDOT, Eisenhower State Office Building, 700 SW Harrison, Topeka, KS. EXISTING DIMENSION VERIFICATION: Dimensions of the existing structure are based on old plans. Verify, by field measurement, the as-built dimensions of the existing structure and submit such verification in writing to the Engineer. The verification wil include sketches, drawings, photographs and descriptions as needed to clearly define the as-built dimensions that wil be incorporated in the new construction. DIMENSIONS: A l dimensions shown on the design plans are horizontal dimensions unless otherwise noted. Make necessary alowances for roadway grade and cross slope. BROKEN CONCRETE: Waste the broken concrete from the existing bridge on sites provided by the Contractor and approved by the Engineer. QUANTITIES: Items not listed separately in the Summary of Quantities are subsidiary to other items in the proposal. DEMOLITION PLANS: This is a Category A Demolition. Submit detailed Demolition Plans to the Field Engineer per KDOT Specifications. No Demolition work wil begin without approved Demolition Plans. A Licensed Professional Engineer is not required. TEMPERATURE: The design temperature for al dimensions is 60 F. REMOVAL OF EXISTING STRUCTURES: The bid item "Removal of Existing Structures"Lump Sum, includes the removal of concrete to the limits as shown on the plans. Clearly mark the location of the existing girder top flanges on top of the existing deck concrete within the removal limits before sawing or removing any concrete. Concrete sawing shal be limited to a maximum depth of 3 inches directly above any girder and within 3 inches of either edge of a girder top flange. Do not use drop-type pavement breakers. Do not use a hoe ram directly above any girder or within 1'-0"of either edge of a girder top flange. Use a jackhammer no heavier than 15 lb. to remove concrete above and within 1'-0"of either side of a girder top flange. Damage to the existing prestressed beam caused by procedures not conforming to the above recommendations shal be repaired as directed by the Engineer at the Contractor's expense (no cost to the State). Any costs incurred for testing or Engineering evaluations wil be included in the Contractor's expense for repair. A l materials removed from the existing structure shal become the property of the Contractor and removed from the site. ITEMS FOR REMOVAL: - Concrete Rail - Concrete Deck Section GENERAL NOTES AND QUANTITIES PROJ. NO. 169-01KA-4718-01 4/12 1 BRIDGE NO. 169-07-5.50 (034) KANSASDEPARTMENT OF TRANSPORTATION ALLEN Co. 2

Plotted By: Bradleyk Plot Location:Bridge Design File:R:\Projects\FY 2018\KA-4718-01 169-1, (034) Allen Co\KA4718-01(034).dgn Plot Date:12-SEP-2017 09:56 Squad: INGALLS / BEK 272'-6" E.W.S. to E.W.S. 1'-3" 45'-0" 90'-0" 90'-0" 45'-0" 1'-3" 1'-0" 44'-0"Roadway 22'-0" 22'-0" 1'-0" E.W.S. { Abut. #1 { Pier #1 { Pier #2 { Pier #3 { Abut. #2 E.W.S. Repair Corral Rail PLAN 45'-0" - 2 @ 90'-0" - 45'-0" Precast Prestressed Girder Spans, Pile Bent Abutments, Pedestal Type Piers 44'-0" Roadway 46'-6" 1'-3" 22'-0" 22'-0" 1'-3" 3" 3" 3'-3" 8'-0" 8'-0" 8'-0" 8'-0" 8'-0" 3'-3" TYPICAL SECTION CONSTRUCTION LAYOUT 5/12 PROJ. NO. 169-01KA-4718-01 BRIDGE NO. 169-01-5.50 (034) KANSASDEPARTMENT OF TRANSPORTATION ALLEN Co. 3

Plotted By: Bradleyk Plot Location:Bridge Design File:R:\Projects\FY 2018\KA-4718-01 169-1, (034) Allen Co\KA4718-01(034).dgn Plot Date:12-SEP-2017 09:56 Squad: INGALLS / BEK { Brg. 2'-0" 10'-0" 10'-0" ELEVATION (Along Traffic Face) Concrete Removal Line 2'-0" #6 Longitudinal bars in end rail to remain (Typ.) All bars in post to be removed (Typ.) 9" Concrete Removal Line Existing Steel to Remain (See Detail Sheet 6) 4'-0"á Longitudinal Curb bars (to remain) 1'-0" 1'-0" 10'-0" 2'-0" 34'-0" 30'-0" #6 Longitudinal bars to be removed (Typ.) 34'-0" PARTIAL ELEVATION (Along Traffic Face) 3 2 1 NO. 2/27/13 Updated Title Block PAK TLF 4/25/12 CURRENT RELEASE DATE REVISIONS BY APP'D 2'-0" Concrete Removal Line A B 1'-0"1'-0" 2'-0" Longitudinal Deck bars 4'-0"á (to remain) A B 1'-0" (Typ.) Concrete Removal Line Remove Concrete Note: Take care not to damage prestressed girder when removing concrete from overhang. 7 " 7 " 2'-3" 1'-1"1'-2" 2'-3" 1'-1"1'-2" All bars in post to be removed (Typ.) Longitudinal deck steel to remain Transverse deck steel to remain 2'-3" 2'-3" Concrete Removal Line Concrete Removal Line SECTION A-A SECTION B-B Longitudinal deck steel to remain Transverse deck steel to remain RAIL REMOVAL LIMITS 6/12 PROJ. NO. 169-01KA-4718-01 BRIDGE NO. 169-01-5.50 (034) KANSASDEPARTMENT OF TRANSPORTATION ALLEN Co. 4

Plotted By: Bradleyk Plot Location:Bridge Design File:R:\Projects\FY 2018\KA-4718-01 169-1, (034) Allen Co\KA4718-01(034).dgn Plot Date:12-SEP-2017 09:56 3 2 1 NO. 2/27/13 Updated Title Block PAK TLF 4/25/12 CURRENT RELEASE DATE REVISIONS BY APP'D Remove Concrete 2'-3" Squad: INGALLS / BEK 7'-3" 34'-0" 2'-0" EXISTING PLAN 8'-0" ì Girder "E" ì Girder "F" 8'-0" ì Girder "D" 8'-0" ì Girder "C" 8'-0" ì Girder "B" 8'-0" ì Girder "A" DECK REMOVAL LIMITS 7/12 PROJ. NO. 169-01KA-4718-01 BRIDGE NO. 169-01-5.50 (034) KANSASDEPARTMENT OF TRANSPORTATION ALLEN Co. 5

Plotted By: Bradleyk Plot Location:Bridge Design File:R:\Projects\FY 2018\KA-4718-01 169-1, (034) Allen Co\KA4718-01(034).dgn Plot Date:12-SEP-2017 09:56 Squad: INGALLS / BEK 1'-6" (To Remain) Existing Steel to Remain (EF) ñ DETAIL A Const. Jt. 34'-0" Const. Jt. 2'-0" 10'-0" 10'-0" 10'-0" 2'-0" Existing Steel " Open Joint (Typ.) #3R3 (Typ.) A C B #3R6 (Typ.) Existing #6R5 (EF) Steel #3R4 (In Pairs) (Typ.) #7R1 (NF) & #4R2 (FF) Detail A Existing 2-C1 1'-6" 1'-6" 3-#4S2 2-#7S1 Steel ñ (New) 3'-0" Const. Jt. 14'-0" (New) (New) Const. Jt. A C B PARTIAL ELEVATION (Along Traffic Face) ñ Adjust existing steel in field according to KDOT Specifications RAIL REPLACEMENT DETAILS (PROPOSED CONSTRUCTION) 8/12 PROJ. NO. 169-01KA-4718-01 BRIDGE NO. 169-01-5.50 (034) KANSASDEPARTMENT OF TRANSPORTATION ALLEN Co. 6

7'-3" 34'-0" 2'-0" 1 " Cl. 2ƒ" Cl. #3R6 1'-0" 7 " 2'-3" 1'-1"1'-2" #3R3 1 " Cl. #6R5 #3R4 #7R1 Existing Steel (Lap) #4R2 Existing Steel Existing Steel 2'-3" Existing Steel 2'-3" SECTION A-A SECTION B-B 1'-4" 8'-0" ì Girder "A" 2'-3" { Brg. Abut #1 PROPOSED PLAN Edge of top Flange (Beam) 1'-0" 7 " 2'-3" 6" 1'-2" 7" Plotted By: Bradleyk Plot Location:Bridge Design File:R:\Projects\FY 2018\KA-4718-01 169-1, (034) Allen Co\KA4718-01(034).dgn Plot Date:12-SEP-2017 09:56 Squad: INGALLS / BEK #3R3 #3R3 #4C2 2'-3" SECTION C-C DECK REPLACEMENT DETAILS (PROPOSED CONSTRUCTION) 9/12 PROJ. NO. 169-01KA-4718-01 BRIDGE NO. 169-01-5.50 (034) KANSASDEPARTMENT OF TRANSPORTATION ALLEN Co. 7

BILL OF REINFORCING STEEL Grade 60 (EPOXY COATED) Straight Bars Bent Bars Mark Size Number Length Mark Size Number Length S1 7 3 33'-6" R1 7 32 5'-8" Epoxy Coated C1 6 2 10'-4" R5 6 18 9'-7" S2 4 3 33'-6" C2 4 5 2'-7" R2 4 32 3'-8" R3 R4 3 3 50 32 3'-6" 2'-6" R6 3 8 4'-6" 7" 2'-6" 1'-8" 2'-2" 4" 4" 11" 1'-6" 1'-3" 6" R2 R3 R1 (Lap 1'-4"with R1) Plotted By: Bradleyk Plot Location:Bridge Design File:R:\Projects\FY 2018\KA-4718-01 169-1, (034) Allen Co\KA4718-01(034).dgn Squad: INGALLS / BEK Plot Date:12-SEP-2017 09:56 1'-1 " R4 8" 4" 4" 1'-3" 8" R6 BENDING DIAGRAMS 1'-0" 9" C2 10 " A l dimensions are out to out of bars. PROJ. NO. 169-01KA-4718-01 KANSASDEPARTMENT OF TRANSPORTATION BILL OF REINFORCING 10/12 BRIDGE NO. 169-01-5.50 (034) ALLEN Co. 8

11/12

12/12