i135-087 ka 5043-01 nhpp-a504(301) contract ......letting 09/18/2019 kansas department of...

96
Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 I135-087 KA 5043-01 NHPP-A504(301) CONTRACT PROPOSAL DOT Form No. 202 Rev. 02/19 Contract ID: 519092565 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.: I135-087 KA 5043-01 / NHPP-A504(301) The general scope, location and net length are: BRIDGE REPAIR. BR 012 ON NB I-135 OVER K-15, BNSH RR, CANAL & GROVE ST IN WICHITA IN SEDGWICK CO. 2. This is the Proposal of [Contractor] to complete the Project for the amount set out in the accompanying Unit Prices List. 3. The Contractor makes the following ties and riders as part of its Proposal in addition to state ties, if any: 4. Contractors and other interested entities may examine the Bidding Proposal Form/ Contract Documents (see paragraph 11 below) at the County Clerk's Office in the County in which the Project is located and at the Kansas Department of Transportation [KODT] Bureau of Construction and Materials, Eisenhower State Office Building, 700 SW Harrison, Topeka, Kansas 66603. Contractors may examine and print the Bidding Proposal Form/Contract Documents by using KDOT's website at http://www.ksdot.org and choosing the following selections: "Doing Business", "Bidding & Letting" and "Proposal Information",and using the links provided in the Project information for this project. KDOT will not print and mail paper copies of Proposal Forms. Contractors shall notify KDOT of their intent to bid as a prime contractor by identifying themselves as a Bid Holder on the website above. Contractors shall furnish this notice no later than the close of business on the Monday preceding the scheduled Letting Date. For a fee, Contractors and other interested entities may order paper copies of the KDOT Standard Specifications for State Road and Bridge Construction, 2015 Edition, [Standard Specifications] by using KDOT's website of http://www.ksdot.org and choosing the following selections: "Doing Business", "Bidding & Letting" and "Specifications". 5. Contractors shall use the AASHTO's Project Bids software in combination with the electronic bidding system file created for the Project with Project Bids software [EBSX file] to generate an electronic internet proposal. The Project Bids software and Project EBSX file are available on Bid Express' website at http://www.bidx.com. Contractor: Page 1 Check: 45400FDFF9

Upload: others

Post on 20-Apr-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01Contract No. 519092565

I135-087 KA 5043-01 NHPP-A504(301)CONTRACT PROPOSAL

DOT Form No. 202 Rev. 02/19Contract ID: 5190925651. 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.:

I135-087 KA 5043-01 / NHPP-A504(301)The general scope, location and net length are:

BRIDGE REPAIR. BR 012 ON NB I-135 OVER K-15, BNSH RR,CANAL & GROVE ST IN WICHITA IN SEDGWICK CO.2. This is the Proposal of [Contractor] to complete the Project for the amount set out in the accompanying Unit Prices List.

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

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

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

Contractor: Page 1 Check: 45400FDFF9

Page 2: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01Contract No. 519092565

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

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

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

9. The Contractor shall complete the work within ___110___ 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, all questions and answers posted on the Bid Express website, and any amendments the Secretary provides for the Project. The Contractor can obtain these documents at KDOT's website (see paragraph 4).

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

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

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

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

Contractor: Page 2 Check: 45400FDFF9

Page 3: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01Contract No. 519092565

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

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

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

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

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

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

Contractor: Page 3 Check: 45400FDFF9

Page 4: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01Contract No. 519092565

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: 45400FDFF9

Page 5: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

KANSAS DEPARTMENT OF TRANSPORTATIONSPECIAL PROVISION LIST

PAGE:DATE:

108/15/19

STATE PROJECT NO: I135-087 KA 5043-01 STATE CONTRACT NO: 519092565

PREPARED DATE:

REVISED DATE:

WAGE AREA:

PRIMARY DISTRICT:

DESCRIPTION:

2

PRIMARY COUNTY: SEDGWICK5

BRIDGE REPAIR. BR 012 ON NB I-135 OVER K-15, BNSH RR, CANAL & GROVE ST IN WICHITA IN SEDGWICK CO.

PROVISION NO. DESCRIPTION

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

REQUIRED CONTRACT PROVISION-NONCOLLUSION / HISTORY-DEBARMENT08-10-66-R05REQUIRED CONTRACT PROVISION-FINANCIAL PREQUALIFICATION04-30-82-R07REQUIRED CONTRACT PROVISION-CONTRACTUAL SERVICES-LEGISLATOR08-04-92-R03REQUIRED CONTRACT PROVISION-LIMITS OF FED FUNDS FOR LOBBYING04-26-90-R05REQUIRED CONTRACT PROVISION-DBE CONTRACT GOAL07-19-80-R13REQUIRED CONTRACT PROVISION-NOTICE FOR AFFIRMATIVE ACTION11-03-80-R09REQUIRED CONTRACT PROVISION-EEO REQUIREMENT11-15-96-R05REQUIRED CONTRACT PROVISION - BOYCOTT OF ISRAEL PROHIBITED07-01-17-R1NOTICE TO CONTRACTORS (USDOT HOTLINE)09-06-94-R01REQUIRED CONTRACT PROVISION-TAX CLEARANCE CERTIFICATE01-01-11-R01MINIMUM WAGE RATE (AREA 2)KS20190015REQUIRED CONTRACT PROVISION-FEDERAL-AID CONSTRUCTION CONTRACTSFHWA-1273REQUIRED CONTRACT PROVISION-DBE SUPPLIERS/REGULAR DEALERS03-10-06-R01REQUIRED CONTRACT PROVISION-UTILIZATION OF DBE'S07-18-80-R29ERRATA SHEET FOR STD SPEC BOOK FOR RD & BR CONST, 2015 ED15-ER-1-R17POLICY AGAINST SEXUAL HARASSMENT03-01-18INFORMATION TO CONTRACTORS (STATUS OF UTILITIES)15-01002ENVIRONMENTAL CONCERNS - MIGRATORY BIRD TREATY ACT15-01011-R06PROSECUTION AND PROGRESS15-01016-R02CARGO PREFERENCE ACT15-01017CONTROL OF MATERIALS15-01018CONTROL OF WORK15-01019-R01BIDDING REQUIREMENTS AND CONDITIONS15-01021-R02SCOPE OF WORK15-01022-R01BIDDING REQUIREMENTS AND CONDITIONS15-01023REMOVAL OF EXISTING STRUCTURES15-02001STRUCTURAL CONCRETE15-04002GENERAL CONCRETE15-04005CONCRETE STRUCTURE CONSTRUCTION15-07011-R01STRUCTURAL STEEL FABRICATION15-07003-R04STRUCTURAL METALS FABRICATION15-07004-R02QUALIFICATION OF FIELD WELDERS15-07005-R02EXPANSION JOINTS15-07006STRUCTURAL STEEL CONSTRUCTION15-07016WORK ZONE TRAFFIC CONTROL AND SAFETY (FOR 1R'S)15-08001-R03

Page 6: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

KANSAS DEPARTMENT OF TRANSPORTATIONSPECIAL PROVISION LIST

PAGE:DATE:

208/15/19

STATE PROJECT NO: I135-087 KA 5043-01 STATE CONTRACT NO: 519092565

PREPARED DATE:

REVISED DATE:

WAGE AREA:

PRIMARY DISTRICT:

DESCRIPTION:

2

PRIMARY COUNTY: SEDGWICK5

BRIDGE REPAIR. BR 012 ON NB I-135 OVER K-15, BNSH RR, CANAL & GROVE ST IN WICHITA IN SEDGWICK CO.

PROVISION NO. DESCRIPTION

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

CONCRETE SAFETY BARRIER15-08014WORK ZONE TRAFFIC CONTROL & SAFETY15-08019-R01DURABLE PAVEMENT MARKING15-08020-R01AGGS FOR CONCRETE NOT PLACED ON GRADE15-11003-R02AIR-ENTRAINING ADMIXTURES FOR CONCRETE15-14001-R01SHEET MATERIALS FOR CURING CONCRETE15-14002LIQUID MEMBRANE FORMING COMPOUNDS15-14003STRIP SEAL ASSEMBLY15-15003BEARING AND PADS FOR STRUCTURES15-17005-R01PORTLAND CEMENT AND BLENDED HYDRAULIC CEMENT15-20001HYDRATED LIME15-20002MULTI - COMPONENT LIQUID PAVEMENT MARKING MATERIAL15-22003-R02PAVEMENT MARKING PAINT15-22004-R02IMAGE SYSTEMS15-22005-R01RETROREFLECTIVE SHEETING15-22006PART V15-25001-R06CONSTRUCTION MANUAL - PART V15-25002-R01MATERIALS CERTIFICATIONS15-26001-R08RAILROAD FLAGGING REQUIREMENTS15-RF0121

END OF SPECIAL PROVISION LIST

Page 7: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01Contract No. 519092565

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

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

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

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

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

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

3. Do not have a proposed debarment pending;

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

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

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

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

Yes NoThe exceptions, if any, are:

Contractor: Page 5 Check: 45400FDFF9

Page 8: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01Contract No. 519092565

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: 45400FDFF9

Page 9: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01Contract No. 519092565

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

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

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

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

Name:

Address:

City State Zip:

Business Telephone:

Contractor: Page 7 Check: 45400FDFF9

Page 10: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01Contract No. 519092565

REQUIRED CONTRACT PROVISION- 04-26-90-R05 (Rev. 07/13)DECLARATION

LIMITATIONS ON USE OF FEDERAL FUNDS FOR LOBBYINGPURSUANT TO 31 U.S.C. 1352

The Contractor's signature on the last page of the Contractor's Proposal (DOT Form 202) supplies the necessary signature for this Certificate.

DEFINITIONS:

1. Designated Entity: an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress.

2. Federal Grant: an award of financial assistance by the Federal government. (Federal Aid Highway Program is considered a grant program.)

3. Influencing (or attempt): making, with the intent to influence, any communication to or appearance before any designated entity in connection with the making of a Federal contract or Federal grant.

4. Person: an individual, corporation, company, association, authority, firm, partnership, society, State or local government.

5. Recipient: all contractors, subcontractors, subgrantees, at any tier, and other persons receiving funds in connection with a Federal grant.

EXPLANATION:

As of December 23, 1989, 31 U.S.C. section 1352 limits the use of appropriated Federal funds to influence Federal contracting. Under this law, recipients of Federal grants shall not use appropriated funds to pay any person for influencing or attempting to influence a designated entity in connection with the making of a Federal grant or the extension, continuation, renewal, amendment or modification of a Federal grant. These restrictions apply to contracts and grants exceeding $100,000.00. Federal law requires submission of this declaration. If a recipient fails to file the declaration or amend a declaration, the recipient shall be subject to a civil penalty of not less than $10,000.00 and not more than $100,000.00 for each failure. If the recipient uses appropriated Federal funds to influence or to attempt to influence a designated entity contrary to this provision, the recipient shall be subject to a civil penalty of not less than $10,000.00 and not more than $100,000.00 for each such payment.

CERTIFICATIONS:

I certify that the Contractor recipient (including its owners, partners, directors, officers, or principals) has not paid and will not pay federally appropriated funds to any person for influencing or attempting to influence a designated entity in connection with the making of a Federal grant, or the extension, continuation, renewal, amendment or modification of a Federal grant.

Contractor: Page 8 Check: 45400FDFF9

Page 11: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01Contract No. 519092565

Answer 'Yes' if a person registered under the Lobbying Disclosure Act of 1995 (Registrant) has made lobbying contacts on the Contractor recipient's behalf with respect to this contract. Answer 'No' if no Registrant has lobbied on the Contractor recipient's behalf with respect to this contract.

Yes NoThe Registrants, if any, are:

I certify that the Contractor recipient will report payments made to a person for influencing or attempting to influence a designated entity, that come from funds other than appropriated Federal funds. The Contractor recipient shall report such payments on Form LLL "DISCLOSURE FORM TO REPORT LOBBYING" according to the instructions and may obtain Form LLL from the KDOT Bureau of Construction and Materials.

I certify that, if information contained in this DECLARATION changes, the Contractor recipient will amend the DECLARATION within 30 days of the change(s).

I certify that the Contractor recipient will provide to and require subcontractors to sign a like DECLARATION, if the subcontract work exceeds $100,000.00.

The Contractor recipient understands that this declaration is a material representation of fact and the Secretary will have relied upon this declaration in entering into a contract with the Contractor recipient.

____________________________________________________________

NOTE: This Reporting requirement does not apply to payments made to the recipient's regular employees and contracts, subcontracts, and grants less than $100,000.00.

Contractor: Page 9 Check: 45400FDFF9

Page 12: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01Contract No. 519092565

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

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

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

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

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

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

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

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

Contractor: Page 10 Check: 45400FDFF9

Page 13: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01Contract No. 519092565

Line Number Item Number Quantity Unit Unit Price Extension PriceSection 01

COMMON ITEMS1 070626 1.00 LS

MOBILIZATION (DBE)2 025323 1.00 LS

MOBILIZATION3 025200 1.00 LS

REMOVAL OF EXISTING STRUCTURES4 070580 1.00 HOUR $25.000 $25.00

FLAGGER (SET PRICE)

Section 01 Total $25.00

Section 02BRIDGE REPAIR ITEMS

5 014287 135.00 LNFTEXPANSION JOINT (STRIP SEAL ASSEMBLY)

6 032813 7.90 CUYDCONCRETE (GRADE 4.0) (AE) (SA)

7 025103 940.00 LBS.REINFORCING STEEL (GRADE 60) (EPOXY COATED)

8 070869 12.00 EACHBEARING (STEEL REINFORCED ELASTOMERIC)

9 071592 1104.00 SQYDCONCRETE MASONRY COATING

10 025474 199.00 SQYDSUBSTRUCTURE WATERPROOFING MEMBRANE

11 011374 1700.00 SQFTCONCRETE SURFACE REPAIR

12 014241 1.00 LSBRIDGE DRAINAGE SYSTEM

13 014477 1.00 LSTEMPORARY SHORING

14 025105 1.00 LBS. $2.000 $2.00REINFORCING STEEL (REPAIR) (GRADE 60) (SET PRICE)

15 025522 220.00 SQYDAREA PREPARED FOR PATCHING

16 025524 5.00 SQYDAREA PREPARED FOR PATCHING (FULL DEPTH)

Section 02 Total $2.00

Section 03PAVEMENT MARKING ITEMS

17 070741 658.00 LNFTPAVEMENT MARKING (PATTERNED COLD PLASTIC) (WHITE) ( 6")

18 023140 2630.00 LNFTPAVEMENT MARKING (MULTI-COMPONENT) (WHITE) ( 6")

Contractor: Page 11 Check: 45400FDFF9

Page 14: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01Contract No. 519092565

19 023192 2630.00 LNFTPAVEMENT MARKING (MULTI-COMPONENT) (YELLOW) ( 6")

Section 03 Total

Section 04TRAFFIC CONTROL ITEMS

20 025331 500.00 EADAWORK ZONE SIGNS ( 0 TO 9.25 SQ.FT.)

21 025332 2640.00 EADAWORK ZONE SIGNS ( 9.26 TO 16.25 SQ.FT.)

22 025333 830.00 EADAWORK ZONE SIGNS (16.26 SQ.FT. & OVER)

23 025376 1490.00 EADAWORK ZONE BARRICADES (TYPE 3 - 4 TO 12 LIN. FT.)

24 011492 9080.00 EADACHANNELIZER (PORTABLE)

25 025343 990.00 EADAWORK ZONE WARNING LIGHT (TYPE "A" LOW INTENSITY)

26 025364 170.00 EADAARROW DISPLAY

27 070916 118.50 STALPAVEMENT MARKING (TEMP) 4" SOLID (TYPE I)

28 011927 1650.00 LNFTCONCRETE SAFETY BARRIER (TYPE F3) (TEMPORARY)

29 011929 1650.00 LNFTCONCRETE SAFETY BARRIER (TYPE F3) (TEMPORARY - RELOCATE)

30 046038 1.00 EACHINERTIAL BARRIER SYSTEM (TL-3)

31 018154 15.00 EACHREPLACEMENT MODULES (IBS)

32 013019 7960.00 LNFTPAVEMENT MARKING REMOVAL

33 072116 1.00 LSTRAFFIC CONTROL (INITIAL SETUP)

Section 04 Total

Item Total $27.00

Contractor: Page 12 Check: 45400FDFF9

Page 15: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

"General Decision Number: KS20190015 01/04/2019

Superseded General Decision Number: KS20180020

State: Kansas

Construction Type: Highway

Counties: Butler, Doniphan, Franklin, Geary, Harvey, Jackson,

Jefferson, Linn, Osage, Pottawatomie, Riley, Sedgwick, Sumner

and Wabaunsee Counties in Kansas.

HIGHWAY CONSTRUCTION PROJECTS

Note: Under Executive Order (EO) 13658, an hourly minimum wage

of $10.60 for calendar year 2019 applies to all contracts

subject to the Davis­Bacon 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 $10.60 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 2019. If this contract is covered by the EO and a

classification considered necessary for performance of work on

the contract does not appear on this wage determination, the

contractor must pay workers in that classification at least

the wage rate determined through the conformance process set

forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate,

if it is higher than the conformed wage rate). The EO minimum

wage rate will be adjusted annually. Please note that

this EO applies to the above­mentioned types of contracts

entered into by the federal government that are subject

to the Davis­Bacon Act itself, but it does not apply

to contracts subject only to the Davis­Bacon 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.

Page 16: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

Modification Number Publication Date

0 01/04/2019

SUKS2013­002 08/02/2013

Rates Fringes

CARPENTER (ROUGH)

Butler, Harvey, Sedgwick,

Sumner......................$ 13.75 0.00

Doniphan, Franklin, Geary,

Jackson, Jefferson, Linn,

Osage, Pottawatomie,

Riley, Wabaunsee............$ 13.73 0.00

CARPENTER

Butler, Harvey, Sumner......$ 15.44 0.00

Doniphan, Franklin,

Jackson, Jefferson, Linn,

Osage, Wabaunsee............$ 17.04 0.00

Geary, Pottawatomie, Riley..$ 18.29 4.70

Segdwick....................$ 15.45 0.00

CONCRETE FINISHER................$ 15.31 0.00

ELECTRICIAN

Butler, Harvey, Sumner......$ 24.07 9.32

Doniphan, Franklin, Geary,

Jackson, Jefferson, Linn,

Osage, Pottawatomie,

Riley, Wabaunsee............$ 21.89 6.58

Sedgwick....................$ 24.36 8.18

IRONWORKER, REINFORCING

Butler, Harvey, Sumner......$ 14.80 0.00

Doniphan, Franklin, Geary,

Jackson, Jefferson, Linn,

Osage, Pottawatomie,

Riley, Sedgwick, Wabaunsee..$ 15.48 0.00

IRONWORKER, STRUCTURAL...........$ 26.56 0.00

Page 17: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

LABORER (ASPHALT RAKER)

Butler......................$ 12.26 0.00

Doniphan, Franklin, Geary,

Jackson, Jefferson, Linn,

Osage, Pottawatomie,

Riley, Wabaunsee............$ 12.08 0.00

Harvey, Sedgwick, Sumner....$ 11.16 0.00

LABORER (COMMON or GENERAL)

Butler......................$ 12.27 0.00

Doniphan....................$ 17.06 0.00

Franklin....................$ 15.81 0.00

Geary.......................$ 11.43 0.00

Harvey......................$ 12.43 0.00

Jackson.....................$ 17.61 0.00

Jefferson...................$ 15.92 6.93

Linn........................$ 15.59 0.00

Osage.......................$ 15.24 0.00

Pottawatomie................$ 11.78 0.00

Riley.......................$ 12.99 0.00

Sedgwick....................$ 12.48 0.00

Sumner......................$ 11.83 0.00

Wabaunsee...................$ 14.03 0.00

LABORER (FLAGGER)

Butler......................$ 11.87 0.00

Doniphan, Franklin,

Jackson, Jefferson, Linn,

Osage, Wabaunsee............$ 10.00 0.00

Geary, Pottawatomie.........$ 10.84 0.00

Harvey, Sedgwick, Sumner....$ 11.07 0.00

Riley.......................$ 10.75 0.00

POWER EQUIPMENT OPERATOR:

(ASPHALT PAVER SCREED)

Butler......................$ 14.87 2.64

Doniphan, Franklin,

Jackson, Jefferson, Linn,

Osage, Wabaunsee............$ 14.35 0.00

Geary, Pottawatomie, Riley..$ 13.90 0.00

Harvey......................$ 14.62 0.00

Sedgwick, Sumner............$ 14.16 0.00

POWER EQUIPMENT OPERATOR:

(ASPHALT PAVING MACHINE)

Page 18: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

Butler......................$ 14.26 2.52

Doniphan, Franklin, Linn....$ 19.36 0.00

Geary, Pottawatomie.........$ 17.51 0.00

Harvey, Sedgwick, Sumner....$ 14.18 0.00

Jackson, Jefferson,

Wabaunsee...................$ 16.44 0.00

Osage.......................$ 15.77 0.00

Riley.......................$ 17.50 0.00

POWER EQUIPMENT OPERATOR:

(BACKHOE)

Butler......................$ 15.89 0.00

Doniphan, Franklin, Linn....$ 18.34 8.07

Geary, Pottawatomie, Riley..$ 16.16 1.99

Harvey, Sedgwick, Sumner....$ 15.73 0.00

Jackson, Jefferson,

Wabaunsee...................$ 18.50 9.83

Osage.......................$ 17.63 0.00

POWER EQUIPMENT OPERATOR:

(BULLDOZER)

Butler, Harvey, Sedgwick,

Sumner......................$ 19.27 0.00

Doniphan, Franklin, Linn....$ 16.51 5.39

Geary, Pottawatomie, Riley..$ 17.78 0.00

Jackson, Jefferson, Osage,

Wabaunsee...................$ 16.20 5.41

POWER EQUIPMENT OPERATOR:

(CONCRETE SAW)...................$ 13.18 0.00

POWER EQUIPMENT OPERATOR:

(CRANE)

Butler, Harvey, Sumner......$ 19.03 0.00

Doniphan, Franklin,

Jackson, Jefferson, Linn,

Osage, Wabaunsee............$ 20.34 0.00

Geary, Pottawatomie, Riley..$ 22.41 4.86

Sedgwick....................$ 18.61 0.00

POWER EQUIPMENT OPERATOR:

(DISTRIBUTOR­BITUMINOUS)

Butler......................$ 14.79 0.00

Doniphan, Franklin,

Jackson, Jefferson, Linn,

Page 19: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

Osage, Wabaunsee............$ 16.21 0.00

Geary, Pottawatomie, Riley..$ 14.50 0.00

Harvey, Sumner..............$ 14.55 0.00

Sedgwick....................$ 14.76 0.00

POWER EQUIPMENT OPERATOR:

(EXCAVATOR)

Butler......................$ 15.39 0.00

Doniphan, Franklin, Linn....$ 16.77 0.00

Geary, Pottawatomie.........$ 17.64 4.31

Harvey, Sumner..............$ 15.84 0.00

Jackson, Jefferson, Osage,

Wabaunsee...................$ 17.61 9.30

Riley.......................$ 16.41 2.27

Sedgwick....................$ 16.90 0.00

POWER EQUIPMENT OPERATOR:

(FRONT END LOADER)

Butler......................$ 15.41 0.00

Doniphan, Franklin, Linn....$ 17.57 4.13

Geary, Pottawatomie, Riley..$ 12.50 0.00

Harvey, Sumner..............$ 14.97 0.00

Jackson, Jefferson, Osage,

Wabaunsee...................$ 17.73 4.26

Sedgwick....................$ 15.19 0.00

POWER EQUIPMENT OPERATOR:

(MATERIAL TRANSFER VEHICLE)

Butler, Harvey, Sedgwick,

Sumner......................$ 13.45 0.00

Doniphan, Franklin, Geary,

Jackson, Jefferson, Linn,

Osage, Pottawatomie,

Riley, Wabaunsee............$ 14.65 0.00

POWER EQUIPMENT OPERATOR:

(MECHANIC)

Butler, Harvey, Segwick,

Sumner......................$ 19.24 0.00

POWER EQUIPMENT OPERATOR:

(MOTOR GRADER/FINISH)

Butler......................$ 17.50 0.00

POWER EQUIPMENT OPERATOR:

Page 20: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

(MOTOR GRADER/ROUGH).............$ 17.22 2.31

POWER EQUIPMENT OPERATOR:

(MOTOR SCRAPER)

Butler......................$ 13.31 0.00

Doniphan, Franklin, Geary,

Harvey, Jackson,

Jefferson, Linn, Osage,

Pottawatomie, Riley,

Sedgwick, Sumner, Wabaunsee.$ 15.50 0.00

POWER EQUIPMENT OPERATOR:

(ROADBED REMIXER)................$ 14.30 0.00

POWER EQUIPMENT OPERATOR:

(ROLLER/COMPACTOR)

Butler......................$ 13.63 2.45

Doniphan, Franklin, Linn....$ 16.39 2.94

Geary, Jackson, Jefferson,

Pottawatomie, Wabaunsee.....$ 13.65 0.00

Harvey......................$ 13.22 0.00

Osage.......................$ 14.05 0.00

Riley.......................$ 14.01 0.00

Sedgwick....................$ 12.70 0.00

Sumner......................$ 13.48 0.00

POWER EQUIPMENT OPERATOR:

(ROTARY BROOM)

Butler......................$ 11.96 0.00

Doniphan, Franklin,

Jackson, Jefferson, Linn,

Osage, Wabaunsee............$ 14.88 0.00

Geary, Pottawatomie, Riley..$ 12.47 0.00

Harvey, Sedgwick, Sumner....$ 11.85 0.00

POWER EQUIPMENT OPERATOR:

(ROTOMILL)

GROUNDMAN

Butler.....................$ 12.74 0.00

Harvey, Sedgwick, Sumner...$ 12.64 0.00

OPERATOR

Butler.....................$ 14.88 0.00

Doniphan, Franklin,

Geary, Harvey, Jackson,

Jefferson, Linn, Osage,

Page 21: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

Pottawatomie, Riley,

Sedgwick, Sumner,

Wabaunsee..................$ 19.28 0.00

POWER EQUIPMENT OPERATOR:

(SKIDSTEER LOADER)

Butler......................$ 14.22 0.00

Doniphan....................$ 18.27 6.22

Franklin, Linn..............$ 18.95 3.20

Geary.......................$ 15.04 0.00

Harvey, Sedgwick, Sumner....$ 14.69 0.00

Jackson, Jefferson, Osage,

Wabaunsee...................$ 17.32 10.43

Pottawatomie................$ 14.47 0.00

Riley.......................$ 15.20 0.00

POWER EQUIPMENT OPERATOR:

(TRACTOR)

Butler......................$ 13.31 0.00

Doniphan, Jackson,

Jefferson, Linn, Osage,

Wabaunsee...................$ 14.78 0.00

Franklin....................$ 15.21 0.00

Geary, Pottawatomie, Riley..$ 13.43 0.00

Harvey......................$ 12.92 0.00

Sedgwick....................$ 13.19 0.00

Sumner......................$ 12.39 0.00

Traffic control service driver...$ 11.00 0.00

TRAFFIC SIGNALIZATION:

Traffic Signal Installation

(GROUNDMAN)

Butler, Harvey, Sedgwick,

Sumner......................$ 13.02 0.00

TRAFFIC SIGNALIZATION:

Traffic Signal Installation

(LINEMAN)

Butler, Harvey, Sumner......$ 22.47 3.17

Sedgwick....................$ 22.15 3.22

TRUCK DRIVER (HEAVY

DUTY/OFF­ROAD)...................$ 12.86 0.00

Page 22: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

TRUCK DRIVER (SINGLE AXLE)

Butler......................$ 13.87 0.00

Doniphan, Franklin, Linn....$ 17.50 0.00

Geary, Pottawatomie, Riley..$ 14.17 0.00

Harvey......................$ 15.38 0.00

Jackson, Jefferson, Osage,

Wabaunsee...................$ 14.02 0.00

Sedgwick....................$ 16.73 0.00

Sumner......................$ 14.91 0.00

TRUCK DRIVER (TANDEM)

Butler, Harvey, Sedgwick....$ 13.64 0.00

Doniphan, Franklin, Linn....$ 14.60 0.00

Geary, Pottawatomie.........$ 14.03 0.00

Jackson, Jefferson, Osage,

Wabaunsee...................$ 14.87 0.00

Riley.......................$ 13.98 0.00

Sumner......................$ 12.79 0.00

TRUCK DRIVER (TRIPLE AXLE and

SEMI)

Butler......................$ 14.06 1.87

Doniphan, Franklin, Linn....$ 18.19 3.31

Geary, Pottawatomie.........$ 14.94 0.00

Harvey......................$ 14.15 0.00

Jackson, Jefferson,

Wabaunsee...................$ 17.61 0.00

Osage.......................$ 18.34 0.00

Riley.......................$ 14.78 0.00

Sedgwick, Sumner............$ 14.34 0.00

­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­

WELDERS ­ Receive rate prescribed for craft performing

operation to which welding is incidental.

================================================================

Note: Executive Order (EO) 13706, Establishing Paid Sick Leave

for Federal Contractors applies to all contracts subject to the

Davis­Bacon 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

Page 23: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

own illness, injury or other health­related 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

health­related needs, including preventive care; or for reasons

resulting from, or to assist a family member (or person who is

like family to the employee) who is a victim of, domestic

violence, sexual assault, or stalking. Additional information

on contractor requirements and worker protections under the EO

is available at www.dol.gov/whd/govcontracts.

Unlisted classifications needed for work not included within

the scope of the classifications listed may be added after

award only as provided in the labor standards contract clauses

(29CFR 5.5 (a) (1) (ii)).

­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­­

The body of each wage determination lists the classification

and wage rates that have been found to be prevailing for the

cited type(s) of construction in the area covered by the wage

determination. The classifications are listed in alphabetical

order of ""identifiers"" that indicate whether the particular

rate is a union rate (current union negotiated rate for local),

a survey rate (weighted average rate) or a union average rate

(weighted union average rate).

Union Rate Identifiers

A four letter classification abbreviation identifier enclosed

in dotted lines beginning with characters other than ""SU"" or

""UAVG"" denotes that the union classification and rate were

prevailing for that classification in the survey. Example:

PLUM0198­005 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

Page 24: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

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

non­union rates. Example: SULA2012­007 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: UAVG­OH­0010

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

Page 25: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

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

Davis­Bacon 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

Page 26: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

Review Board (formerly the Wage Appeals Board). Write to:

Administrative Review Board

U.S. Department of Labor

200 Constitution Avenue, N.W.

Washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

================================================================

END OF GENERAL DECISION

"

Page 27: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

1

FHWA-1273 -- Revised May 1, 2012

REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS

I. General II. Nondiscrimination III. Nonsegregated Facilities IV. Davis-Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act

Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water

Pollution Control Act X. Compliance with Governmentwide Suspension and

Debarment Requirements XI. Certification Regarding Use of Contract Funds for

Lobbying ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only) I. GENERAL 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Form FHWA-1273 must be included in all Federal-aid design-build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design-builder shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower-tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract.

3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal-aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal-aid highway does not include roadways functionally classified as local roads or rural minor collectors. II. NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 are applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625-1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60-1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under

FHWA-1273

Page 28: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

2

this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO:

a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. b. The contractor will accept as its operating policy the following statement:

"It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre-apprenticeship, and/or on-the-job training."

2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum:

a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer.

b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor.

c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women.

d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees.

e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means.

4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived.

a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration.

b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions.

c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed:

a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel.

b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices.

c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons.

d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. 6. Training and Promotion:

a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are

FHWA-1273

Page 29: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

3

applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved.

b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a).

c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each.

d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below:

a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment.

b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability.

c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information.

d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. 8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar

with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract.

a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract.

b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurance Required by 49 CFR 26.13(b):

a. The requirements of 49 CFR Part 26 and the State DOT’s U.S. DOT-approved DBE program are incorporated by reference.

b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA.

a. The records kept by the contractor shall document the following: (1) The number and work hours of minority and non-minority group members and women employed in each work classification on the project;

(2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and

(3) The progress and efforts being made in locating, hiring,

training, qualifying, and upgrading minorities and women;

b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non-minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor

FHWA-1273

Page 30: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

4

will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. III. NONSEGREGATED FACILITIES This provision is applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single-user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND RELATED ACT PROVISIONS

This section is applicable to all Federal-aid construction projects exceeding $2,000 and to all related subcontracts and lower-tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal-aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects.

The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 “Contract provisions and related matters” with minor revisions to conform to the FHWA-1273 format and FHWA program requirements.

1. Minimum wages

a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics.

Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions

of paragraph 1.d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis-Bacon poster (WH–1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers.

b. (1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met:

(i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and

(ii) The classification is utilized in the area by the construction industry; and

(iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination.

(2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary.

(3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or

FHWA-1273

Page 31: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

5

will notify the contracting officer within the 30-day period that additional time is necessary.

(4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification.

c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof.

d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program.

2. Withholding

The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased.

3. Payrolls and basic records

a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-

Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs.

b. (1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee ( e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH–347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency..

(2) Each payroll submitted shall be accompanied by a “Statement of Compliance,” signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following:

(i) That the payroll for the payroll period contains the information required to be provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete;

(ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3;

(iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract.

FHWA-1273

Page 32: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

6

(3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH–347 shall satisfy the requirement for submission of the “Statement of Compliance” required by paragraph 3.b.(2) of this section.

(4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code.

c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12.

4. Apprentices and trainees

a. Apprentices (programs of the USDOL).

Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice.

The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed.

Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly

rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination.

In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

b. Trainees (programs of the USDOL).

Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration.

The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration.

Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed.

In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30.

FHWA-1273

Page 33: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

7

d. Apprentices and Trainees (programs of the U.S. DOT).

Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program.

5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract.

6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5.

7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12.

8. Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract.

9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives.

10. Certification of eligibility.

a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001.

V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT

The following clauses apply to any Federal-aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards.

1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek.

2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section.

3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section.

4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section.

FHWA-1273

Page 34: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

8

VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal-aid construction contracts on the National Highway System. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116).

a. The term “perform work with its own organization” refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees;

(2) the prime contractor remains responsible for the quality of the work of the leased employees;

(3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and

(4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements.

b. "Specialty Items" shall be construed to be limited to work

that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is

evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. 5. The 30% self-performance requirement of paragraph (1) is not applicable to design-build contracts; however, contracting agencies may establish their own self-performance requirements. VII. SAFETY: ACCIDENT PREVENTION T h i s p r o v i s i o n i s applicable to all Federal-aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704). VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS T h i s p r o v i s i o n i s applicable to all Federal-aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal-aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows:

FHWA-1273

Page 35: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

9

"Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal-aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal-aid construction contracts, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more – as defined in 2 CFR Parts 180 and 1200. 1. Instructions for Certification – First Tier Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this

covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. “First Tier Covered Transactions” refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration.

FHWA-1273

Page 36: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

10

i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. * * * * * 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency; (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which

this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. “First Tier Covered Transactions” refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the

FHWA-1273

Page 37: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

11

department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. * * * * * Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Participants: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. * * * * * XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20). 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly.

FHWA-1273

Page 38: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

12

ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS This provision is applicable to all Federal-aid projects funded under the Appalachian Regional Development Act of 1965. 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on-site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph (1c) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which the participant estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1c) above. 5. The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region.

6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on-site work.

FHWA-1273

Page 39: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

Company Notified to move

Work started

Percent Complete

Completion Date (est.)

Permit or Agreement #

The information provided in this document does not constitute a guarantee that utility facilities will be clear of construction. The information is gathered from both KDOT field personnel and utility company personnel. Estimated completion dates are dependent upon many variables (weather, material or product availability, r/w acquisition, etc.). The estimated completion date is an estimate.

SEDGWICK COUNTY135-87 KA 5043-01

07-01002Misc.

Status of Utilities Report

July 29, 2019

SCOPE OF PROJECT IS BRIDGE REPAIR THERE SHOULD BE NO UTILITIES IN CONFLICT WITH PROPOSED CONSTRUCTION.

**NO KNOWN RELOCATIONS**

Page 40: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall
Page 41: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall
Page 42: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall
Page 43: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

UNITSITEM

SUMMARY OF QUANTITIES

Lbs. 1

INDEX TO DRAWINGS

SHEET NO. DRAWING

Title Sheet

General Notes

Construction Layout

Bearing Device Details

Deck Drain Replacement Details

Area Prepared for Patching

Area Prepared for Patching (Full Depth)

Sq. Yds.

Sq. Yds.

Reinforcing Steel (Repair) (Grade 60) (Set Price)

Mobilization

Mobilization (DBE)

Lump Sum

Lump Sum

Lump Sum

Lump Sum

Lbs.Reinforcing Steel (Grade 60) (Epoxy Coated)

2

220

Index to Drawings and Summary of Quantities

SUMMARY OF QUANTITIES

INDEX TO DRAWINGS AND

Traffic Control Details

5

1

2

3

14

4 - 6

Expansion Joint Details

Concrete Surface Repair Details

Waterproofing Membrane Details

Temporary Falswork Details

Construction Staging

Deck Patching Sequence

Deck Patching Details

Barrier Rail Repair Details

Construction Clearance Details

Railroad Protection

7 - 10

11 - 13

15 - 18

19 - 21

22 - 25

26

27

28

29

30

31

7.9Concrete (Grade 4.0) (AE) (SA)

135Expansion Joint (Strip Seal Assembly) Lin. Ft.

Cu. Yds.

Lump SumRemoval of Existing Structures Lump Sum

Substructure Waterproofing Membrane Sq. Yds. 199

Concrete Surface Repair Sq. Ft. 1700

Lump Sum Lump Sum

Temporary Shoring Lump Sum Lump Sum

Bridge Drainage System

Bearing (Steel Reinforced Elastomeric) Each 12

32

33

Sq. Yds.Concrete Masonry Coating 1,104

Permanent Pavment Marking Quantities

Permanent Pavment Marking Details

Traffic Control Summary & Recapitulation of Quantities

45-54

940

í

55

RR R/W

OVER

QUANTITY

80

425

3

80

í

Includes approximately 60 sq. ft. at edge of deck and 365 sq. ft. at barrier rail.íí

Includes 570 sq. ft. at expansion joints, 100 sq. ft. at edge of deck, 90 sq. ft. at piers and 940 sq. ft. at barrier rail.í

í

QUANTITY

TOTAL

Traffic Control Plans

34 Construction Sequencing

35-44

55

See Sheet No. for traffic control quantities.

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4/2

019

Plotted :

JA

Rodriguez

Dra

wn B

y :

c:\

wcip

w\d

0349336\ka504301-ris-0

1.d

gn

File :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co.

Page 44: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

Office Building, 700 SW Harrison, Topeka, KS

at the State Bridge Office, KDOT, Eisenhower State

on file and available for inspection by qualified bidders

EXISTING STRUCTURE: Plans of the existing structure are

will be incorporated in the new construction.

needed to clearly define the as-built dimensions that

sketches, drawings, photographs, and descriptions as

writing to the Engineer. The verification will include

existing structure and submit such verification in

field measurement, the as-built dimensions of the

existing structure are based on old plans. Verify, by

EXISTING DIMENSION VERIFICATION: Dimensions of the

approved by the Engineer.

existing bridge on sites provided by the Contractor and

BROKEN CONCRETE: Waste the broken concrete from the

60°F.

TEMPERATURE: The design temperature for all dimensions is

GENERAL NOTES

GENERAL NOTES

3

structural capacities, as the structure is found in the field.

Engineer will use AASHTO Specifications for limitations on

Engineer before approval is granted. The Contractor's

limit. These plans will bear the Seal of the Contractor's

more than 20 tons or greater than bridge posted load

of the proposed materials, debris or equipment weighing

will provide plans showing the location, quantity and weight

with highway traffic on or under the bridge the Contractor

written approval by the KDOT Area Engineer. For bridges

bridge posted load limits on the bridge without prior

equipment weighing more than 20 tons or greater than

stock pile construction materials, debris/rubble or place

TEMPORARY CONSTRUCTION LOADS: The Contractor will not

otherwise.

TRAFFIC CONTROL: As per 15-08001 latest edition, unless noted

for roadway grade and cross slope.

dimensions unless otherwise noted. Make necessary allowances

DIMENSIONS: All dimensions shown on the design plans are horizontal

is to be open to traffic. See KDOT Specifications.

prequalified materials, to be full strength before the bridge

original lines. Concrete mix shall be designed using KDOT

molding, except as otherwise noted on the plans. Recast to

Bevel all exposed edges of all concrete with a ƒ" triangular

CONCRETE: Concrete is bid as Concrete (Grade 4.0) (AE) (SA).

depth deterioration of the deck concrete.

depth patching to areas with significant, existing full

all areas for concrete removal. Take care to limit full

otherwise by the Engineer. The Engineer will designate

concrete removal unless given written authorization

deck. Use a maximum of a 15 lb. air hammer for

to only that required for the structural integrity of the

LIMIT DECK PATCHING: Take care to limit concrete patching

more.

gland shall be factory molded for horizontal bends of 15° or

gland shall accommodate a total movement of at least 5". The

The gland cavity shall not be prime-coated. The Strip Seal

Grips shall only be prime-coated with an inorganic zinc vinyl.

rolled steel. No weathering steel or aluminum will be allowed.

Material for the extrusions shall be solid extruded or hot

a "Wabo Type R" steel shape or an approved equivalent.

STRIP SEAL: The strip seal extrusions in the bridge deck shall be

shall not begin until the Engineer grants approval.

review 3 weeks before work is scheduled to begin. Work

calculations and shoring plans to the Field Engineer for

by a registered Professional Engineer. Submit design

The temporary shoring plans are to be designed and sealed

temporary shoring until the Engineer authorizes its removal.

the structure during work on the bridge. Maintain the

location shown on the plans for the temporary bracing of

all labor and material necessary to furnish shoring at the

TEMPORARY SHORING: The bid item "Temporary Shoring" includes

SAW CUTS: All saw cuts shall be subsidiary to other bid items.

of ASTM A615, Grade 60.

steel, except the spiral bars, shall conform to the requirements

centerline of bars unless otherwise noted. All reinforcing

REINFORCING STEEL: All reinforcing steel dimensions are to the

Demolition Plans.

Specifications. No demolition work will begin without approved

meeting before these operations begin, as described in KDOT

Demolition Supervisor will attend the required pre-demolition

meeting the requirements of the KDOT Specifications. The

Engineer. Identify, on the plans, the Demolition Supervisor

details shall bear the seal of a Licensed Professional

beginning the demolition process. Portions of the submitted

Bureau of Local Projects) at least 4 weeks before

detailed Demolition Plans to the State Bridge Office (or

DEMOLITION PLANS: This is a Category C Demolition. Submit

Quantities are subsidiary to other items in the proposal.

QUANTITIES: Items not listed separately in the Summary of

for removal in the details.

existing deck drains, and any other portions designated

designated portions of the slab, existing expansion joints,

of Existing Structures" shall include the removal of

REMOVAL OF EXISTING STRUCTURES: The bid item "Removal

Interim Specifications. Load Factor Design

AASHTO Specifications, 2002 Edition and latest

DESIGN SPECIFICATIONS:

HS20-44

DESIGN LOADING:

to the bid item "Concrete (Grade 4.0) (AE) (SA)".

(Full Depth). For all other situations, it is subsidiary

is subsidiary to the bid item "Area Prepared for Patching

recommendations. When this is done for deck patching, it

Epoxy Bonding Agent in accordance with the manufacturer's

which will be in contact with new concrete with an approved

EPOXY BONDING AGENT: Prepare all existing concrete surfaces

Surface Repair".

shall be repaired and paid for by the square foot as "Concrete

by the square yard. Faces of the barrier at these 6 locations

shall be paid for as "Area Prepared for Patching (Full Depth)"

Areas where existing drains are to be removed and not replaced

paid for as "Reinforcing Steel (Repair)(Grade 60)(Set Price).

Structures". Deteriorated reinforcing steel shall be replaced and

shall be included in the bid item "Removal of Existing

after fabrication. Removal of concrete and the existing drains

as shown. All drain materials shall be hot dipped galvanized

concrete and drain removal, necessary to complete the work

bolts, nuts, concrete, labor and incidentals, except existing

all materials for bridge drains, round anchor bars, welding,

item "Bridge Drainage System" (Lump Sum) shall include

the requirements of ASTM A709 Grade 36 steel. The bid

drains as shown in the details. Bridge drains shall meet

BRIDGE DRAINS: This work shall consist of providing bridge

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4/2

019

Plotted :

JA

Rodriguez

Dra

wn B

y :

c:\

wcip

w\d

0349336\ka504301-b

br-01.d

gn

File :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co.

Page 45: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4

/20

19

Plo

tted :

JA

Ro

dri

gu

ez

Dra

wn B

y :

c:\

wcip

w\d

03

49

33

6\k

a5

04

30

1-b

br-

02

.dg

nF

ile :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co.CONSTRUCTION LAYOUT

4

{ Abut. No. 1

{ Pier No. 1

{ Pier No. 2

{ Pier No. 3

{ Pier No. 3

{ Pier No. 4

{ Pier No. 5

{ Pier No. 6

{ Pier No. 7

{ Pier No. 8

BNS

F R.R.

50'-

0" R

/W50'-

0" R

/W

Grove St.

PA

RT

IAL

PL

AN

- U

NIT

NO

. 1

PA

RT

IAL

PL

AN

- U

NIT

NO

. 2

1'-

3"

ñ68'-

0" ñ

86'-

0" ñ

66'-

0" ñ

9'-

9" ñ

231'-

0"

Unit N

o. 1 ñ

1428'-

1†

" E.W.S. to E.W.S ñ

244'-

1†

" Unit N

o. 2 ñ

1428'-

1†

" E.W.S. to E.W.S ñ

9'-

9"

ñ3

1'-

3"

ñ48'-

0" ñ

48'-

0" ñ

41'-

10†

" ñ

42'-

8" ñ

32'-

4" ñ

ñ M

easu

red

on

Sta

tio

nin

g L

ine

27'-0"

30'-0"

3'-0"

1'-4"1'-4"

N.B. I-

135

Phase Lin

{

Brid

ge =

3'-0"27'-0"

30'-0"1'-4"

1'-4"

Sta

tio

nin

g L

ineÛ

Sta

tio

nin

g L

ineÜ

Roadway

ó

ó

Colu

mn R

epair

30'-

0" R

oadw

ay

Pil

e B

ent

Abutm

ents

, P

edesta

l T

ype P

iers

Co

nti

nu

ou

s R

ein

f. C

on

cre

te H

au

nch

ed

Sla

b S

pan

s31.2

5'-

2 @

48.0

0'-

41.8

9'-

42.6

7'-

32.3

3'

Phase Lin

{

Brid

ge=

Roadway

Joint No. 1

{ Bearing

{ Pier No. 9 =

{ Joint No. 2Joint No. 1{ Bearing

Deck D

rain

(1 L

ocati

on)

Rem

ov

e a

nd

Rep

lace

Dep

th P

atc

h (

6 L

ocati

on

s)

Rem

ov

e D

eck

Dra

ins a

nd

Fu

ll

Patc

h D

eck

to B

arrie

r R

ail

Co

ncre

te S

urf

ace R

ep

air

to B

arrie

r R

ail

Co

ncre

te S

urf

ace R

ep

air

Patc

h D

eck

b

earin

g d

ev

ices.

ì

Keyw

ay a

nd i

nsta

ll e

lasto

meric

rem

ov

e c

on

crete

sh

ear b

lock

s a

t

S

ub

str

uctu

re W

ate

rp

ro

ofin

g M

em

bran

e,

ó C

on

crete

Su

rface R

ep

air

, in

sta

ll

30'-

0" R

oadw

ay

Pil

e B

ent

Abutm

ents

, P

edesta

l T

ype P

iers

Rein

f. C

oncre

te B

ox G

irder

Spans w

ith 9

.75' C

anti

lever

68.0

0'-

86.0

0'-

66.0

0' C

onti

nuous

Page 46: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4

/20

19

Plo

tted :

JA

Ro

dri

gu

ez

Dra

wn B

y :

c:\

wcip

w\d

03

49

33

6\k

a5

04

30

1-b

br-

03

.dg

nF

ile :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co.CONSTRUCTION LAYOUT

5

PA

RT

IAL

PL

AN

- U

NIT

NO

. 3

30'-

0" R

oadw

ay

Pil

e B

ent

Abutm

ents

, P

edesta

l T

ype P

iers

Rein

f. C

oncrete

Box G

irder S

pans

70.8

8'-

9 @

90.0

0'-

70.8

8' C

onti

nuous

PA

RT

IAL

PL

AN

- U

NIT

NO

. 3

30'-

0" R

oadw

ay

Pil

e B

ent

Abutm

ents

, P

edesta

l T

ype P

iers

Rein

f. C

oncrete

Box G

irder S

pans

70.8

8'-

9 @

90.0

0'-

70.8

8' C

onti

nuous

{ Pier No. 10

{ Pier No. 11

{ Pier No. 12

{ Pier No. 12

{ Pier No. 13

{ Pier No. 14

{ Pier No. 15

{ Pier No. 16

{ Pier No. 17

ñ M

easu

red

on

Sta

tio

nin

g L

ine

1428'-

1†

" E.W.S. to E.W.S ñ

953'-

0"

Unit N

o. 3 ñ

71'-

3" ñ

90'-

0" ñ

90'-

0" ñ

90'-

0" ñ

71'-

3" ñ

18'-

9" ñ

18'-

9" ñ

18'-

9" ñ

953'-

0"

Unit N

o. 3 ñ

1428'-

1†

" E.W.S. to E.W.S ñ

N.B. K-15

S.B. K-15

N.B. I-

135

Sta

tio

nin

g L

ineÛ

Phase Lin

{

Brid

ge=

Phase Lin

{

Brid

ge=

{

Wic

hita

Drain

age Canal

70'-

10•

" ñ

90'-

0" ñ

90'-

0" ñ

ó

ó

3'-0"

1'-4"

1'-4"

27'-0"

30'-0"

Roadway

Sta

tio

nin

g L

ineÛ

N.B. I-

135

1'-4"

1'-4"30'-0"

27'-0"

Roadway

Joint No. 3{ Bearing

{ Joint No. 2

{ Pier No. 9 =

Joint No. 3

{ Bearing

Joint No. 4{ Bearing

to B

arrie

r R

ail

Co

ncre

te S

urf

ace R

ep

air

Patc

h D

eck

Patc

h D

eck

to B

arrie

r R

ail

Co

ncre

te S

urf

ace R

ep

air

3'-0"

S

ubstr

uctu

re W

ate

rpro

ofi

ng M

em

bra

ne

ó C

on

crete

Su

rface R

ep

air

an

d i

nsta

ll

Page 47: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4

/20

19

Plo

tted :

JA

Ro

dri

gu

ez

Dra

wn B

y :

c:\

wcip

w\d

03

49

33

6\k

a5

04

30

1-b

br-

04

.dg

nF

ile :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co.CONSTRUCTION LAYOUT

6

30'-

0" R

oadw

ay

Pil

e B

ent

Abutm

ents

, P

edesta

l T

ype P

iers

Rein

f. C

oncrete

Box G

irder S

pans

Unit

3, 70.8

8'-

9 @

90.0

0'-

70.8

8' C

onti

nuous

{

Wic

hita

Drain

age Canal

{ Pier No. 17

{ Pier No. 18

{ Pier No. 19

{ Abut. No. 2

Sta

tio

nin

g L

ineÛ

Phase Lin

{

Brid

ge=

27'-0"

30'-0"1'-4"

1'-4"

3'-0"

Roadway

ñ M

easu

red

on

Sta

tio

nin

g L

ine

N.B. I-

135

18'-

9" ñ

90'-

0" ñ

90'-

0" ñ

70'-

10•

" ñ

953'-

0"

Unit N

o. 3 ñ

1428'-

1†

" E.W.S. to E.W.S. ñ

Joint No. 4

{ Bearing

PA

RT

IAL

PL

AN

- U

NIT

NO

. 3

to B

arrie

r R

ail

Co

ncre

te S

urf

ace R

ep

air

Patc

h D

eck

Page 48: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

ó

2"á @ 60°F

6•"

6•"

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4

/20

19

Plo

tted :

JA

Ro

dri

gu

ez

Dra

wn B

y :

c:\

wcip

w\d

03

49

33

6\k

a5

04

30

1-b

br-

05

.dg

nF

ile :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co. 7(CONCRETE REMOVAL)

EXPANSION JOINTS DETAILS

PA

RT

IAL

SE

CT

ION

- B

OX

GIR

DE

R U

NIT

SP

AR

TIA

L S

EC

TIO

N -

HA

UN

CH

SL

AB

UN

IT

(Join

t N

o. 1 S

how

n, all

Join

ts S

imil

ar)

(Join

t N

o. 1 S

how

n, all

Join

ts S

imil

ar)

(Join

t N

o. 1 S

how

n, all

Join

ts S

imil

ar)

(Join

t N

o. 1 S

how

n, all

Join

ts S

imil

ar)

EX

IST

ING

SE

CT

ION

1'-

4"

1'-

4"

Sym

m. A

bt.

{ B

rid

ge

Phase L

ine

Gu

tter

Lin

e

Slo

pe 5.6

0%

Slo

pe 5.6

0%

to r

em

ain

(T

yp

.)

Ex

ist.

rein

f.

Rem

ov

e e

xis

t.

ex

p.

jt.

Rem

ov

e e

xis

t.

ex

p.

jt.

Saw

cut

2"

7"

7"

2"

3"

5"

Sym

m. A

bt.

{ B

rid

ge

Phase L

ine

Co

ncre

te R

em

ov

al

Lin

e

Co

ncre

te R

em

ov

al

Lin

e

1'-6" 1'-6"

Unit No. 2 Unit No. 1

ó

d

ev

ice a

nd

in

sta

ll n

ew

dev

ice.

(T

yp

.)

n

eed

ed

to

rem

ov

e t

he e

xis

tin

g e

xp

an

sio

n

ó R

em

ov

e c

on

crete

un

der t

he b

arrie

r a

s

Saw

cut

2"

Rem

ov

e e

xis

tin

g

expansio

n j

t.

1'-

4"

13'-

3"

13'-

3"

2"á @

60°F

Concre

te R

em

oval

Lin

e

Concre

te R

em

oval

Lin

e

Unit

No.

2U

nit

No.

1

Concrete Removal

Line

Concrete Removal

Line

Tem

po

rary

Fals

ew

ork

19

Sh. N

o. .

is r

equir

ed. S

ee

óre

main

(T

yp.)

Ex

ist.

rein

f.

to

to r

em

ain

(T

yp

.)

Ex

ist.

rein

f.

Co

ncre

te R

em

ov

al

LE

GE

ND

sh

all

be r

ep

laced

as d

irecte

d b

y t

he E

ng

ineer.

no

co

st

to t

he S

tate

. R

ein

forc

ing

ste

el

dete

rio

rate

d

shall

be r

epla

ced a

s d

irecte

d b

y t

he E

ngin

eer a

t

Rein

forc

ing

ste

el

dam

ag

ed

or

cu

t d

uri

ng

rem

ov

al

rein

fo

rcin

g p

rio

r t

o p

lacin

g n

ew

co

ncrete

.

be s

alv

ag

ed

an

d r

e-u

sed

. C

lean

all

ex

po

sed

All

ex

isti

ng

rein

forc

ing

ex

po

sed

by

rem

ov

al

sh

all

No

te:

to r

em

ain

(T

yp

.)

Ex

ist.

rein

f.

to r

em

ain

(T

yp

.)

Ex

ist.

rein

f.

expansio

n j

t.

Rem

ov

e e

xis

tin

g

1'-

6"

1'-

6"

1'-7" 10"

5"

PA

RT

IAL

PL

AN

Gu

tter

Lin

e

Cut

Exis

ting

Ste

el

Pla

tes

Co

ncre

te R

em

ov

al

Lin

e

Depth (Typ.)

Removal 6•"

15

'-0

" (

Ph

ase ||)

15'-

0" (

Phase |)

15

'-0

" (

Ph

ase ||)

Page 49: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

1'-

6"

9"

9"

9"

9"

3"

13 S

pa. @

1'-

0" C

trs. =

13'-

0" (

#4S

2)

2 S

pa.

@

3"

3"

13

Sp

a.

@ 1

'-0

" C

trs.

= 1

3'-

0" (

#4

S3

ñ)

ó

6" à

6" à

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4

/20

19

Plo

tted :

JA

Ro

dri

gu

ez

Dra

wn B

y :

c:\

wcip

w\d

03

49

33

6\k

a5

04

30

1-b

br-

06

.dg

nF

ile :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co. 8

PA

RT

IAL

SE

CT

ION

- B

OX

GIR

DE

R U

NIT

SP

AR

TIA

L S

EC

TIO

N -

HA

UN

CH

SL

AB

UN

IT

(Join

t N

o. 1 S

how

n, all

Join

ts S

imil

ar)

(Join

t N

o. 1 S

how

n, all

Join

ts S

imil

ar)

(Join

t N

o. 1 S

how

n, all

Join

ts S

imil

ar)

(Join

t N

o. 1 S

how

n, all

Join

ts S

imil

ar)

PR

OP

OS

ED

SE

CT

ION

1'-

4"

1'-

4"

{ B

rid

ge

Sym

m. A

bt.

{ B

rid

ge

Phase L

ine

1'-6" 1'-6"

Unit No. 2 Unit No. 1

1'-

4"

13'-

3"

13'-

3"

2•"á @

60°F

Unit

No.

2U

nit

No.

1

Tem

po

rary

Fals

ew

ork

PA

RT

IAL

PL

AN

Const.

Jt.

Const.

Jt.

Const. Jt.Const. Jt.

Sym

m. A

bt.

Phase L

ine

Gu

tter

Lin

e

Slo

pe 5.6

0%

Slo

pe 5.6

0%

Const.

Jt.

Insta

ll E

xp. Jt.

Assem

bly

)

(S

trip

Seal

3"

3"

3"

Gu

tter

Lin

e

óó

th

e e

xtr

usio

n.

an

ad

dit

ion

al

6" b

ey

on

d t

he e

nd

of

back o

f t

he r

ail

. E

xte

nd t

he g

land

à E

xte

nd e

xtr

usio

ns 6

" b

eyond t

he

Const. Jt. Const. Jt.

7" =

1'-

4"

{ J

oin

t

(Str

ip S

eal

Assem

bly

)

Insta

ll E

xp. Jt.

1'-

6"

3"

3"

9"

9"

9"

9"

13

Sp

a.

@ 1

'-0

" C

trs.

= 1

3'-

0" (

#4

S2

)13 S

pa. @

1'-

0" C

trs. =

13'-

0" (

#4S

2)

#4S

2

Insta

ll E

xp. Jt.

(Str

ip S

eal

Assem

bly

)

Insta

ll E

xp. Jt.

Assem

bly

)

(S

trip

Seal

th

e e

xis

tin

g b

arrie

r.

ex

pan

sio

n j

oin

t u

nd

er

in

sta

llati

on

of t

he n

ew

ó A

s n

eed

ed

to

facil

itate

sheets

.

"T

em

pora

ry F

als

ew

ork

"

is r

equir

ed. S

ee

(Typ.)

6•"

form

ing t

he b

rid

ge d

eck.

Matc

h e

xis

tin

g d

eck

geo

metr

y w

hen

sh

eets

.

see o

ther

"E

xpansio

n J

oin

t D

eta

ils"

Fo

r a

dd

itio

nal

no

tes a

nd

deta

ils,

Note

:

(PROPOSED CONSTRUCTION)

EXPANSION JOINTS DETAILS

15

'-0

" (

Ph

ase ||)

15'-

0" (

Phase |)

15

'-0

" (

Ph

ase ||)

See T

em

pera

ture

Gap T

able

6" à

#4S

2

#4S

2

#4S

2 (

Typ.)

#4S

2 (

Typ.)

3-#4S

1

3-#4S

1

#4S

1

#4S

1

2•"á @ 60°F

#4

S1

(T

yp

.)

#4S

2

#4

S1

(T

yp

.)

Page 50: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

9(PROPOSED CONSTRUCTION)

EXPANSION JOINT DETAILS

extrusion shall be ‚" continuous fillet welds, unless otherwise noted.

the bid item "Expansion Joint (Strip Seal Assembly)". All welds on the

items shown on the Expansion Joint Details sheets are included in

"R" steel shape or approved equivalent as shown in the details. All

The strip seal extrusions in the bridge deck shall be a "Wabo" Type

NOTE:

Slotted hole

†"ô x 8"

1•

"

PLAN OF STRIP SEAL ERECTION ANGLE

SECTION THRU EXTRUSION

Extrusion

Strip Seal

A

ctrs.

2"

12" ctrs.

Spa. @

12" ctrs.

Spa. @

SECTION A-A

ƒ"centers

stud bolt @ 3'-0"

•" ô x 3" threaded

1‚" ("Wabo" Type "R")

Temporary form spreader

Slotted hole

‚"Typ.

TYPICAL SECTION SHOWING ERECTION ANGLE

(3'-0" Spacing)

L …" x 4" x 4"

flush.

Concrete (Grade 4.0) (AE) and grind

centers. Remove after placement of

•" ô x 3" threaded stud bolt @ 3'-0"

(Typ.)

Blocking

A

ñ

ñ

SLOPE OF STRIP SEAL

See Temperature Gap Table.

(Field Splice)

EXTRUSION RECESS

Finished Concrete

Typ.

‚" Recess

subsidiary to the bid item "Expansion Joint (Strip Seal Assembly)".

materials used to install and remove the erection angles shall be

The stud bolts, nuts and washers, and erection angles, labor and

on the extrusions and grind flush prior to opening to traffic.

Allow the concrete to cure for 24 hours, remove the stud bolts

will support the assembly without allowing any settlement or tilting.

The erection angles shall be removed as soon as the new concrete

‚" below the top of the roadway.

The top of extrusion shall be in the same plane and recessed

The erection angles shall be securely bolted to the extrusion.

at the concrete removal line shall be cleaned and roughened.

around the Strip Seal Extrusion, the existing concrete surface

|mmediately prior to placing the Concrete (Grade 4.0) (AE)

NOTE:

Slope 5.60%Slope 5.60%

5'-3" Min. length)

(For construction purposes only -

3'-0"á centers.

L …" x 4" x 4" Spa. @

@ 12" ctrs.

stud anchors

•"ôx5" headed

stud anchors

•"ôx5" headed

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4/2

019

Plotted :

JA

Rodriguez

Dra

wn B

y :

c:\

wcip

w\d

0349336\ka504301-b

br-07.d

gn

File :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co.

Page 51: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

8" 1'-0" 11" 14 Spa. @ 1'-0" = 14'-0"

1'-4" 15'-0"6"

1'-3"

4"

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4/2

019

Plotted :

JA

Rodriguez

Dra

wn B

y :

c:\

wcip

w\d

0349336\ka504301-b

br-08.d

gn

File :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co. 10(PROPOSED CONSTRUCTION)

EXPANSION JOINTS DETAILS

EXTRUSION PLAN

(Phase || shown, Phase | as noted)

16'-10" (Phase ||)

•"ô x 5" Headed Stud Anchors (in pairs)

Single Horizontal

Stud Anchor

Edge of

Deck Slab

Gutter Line

{ Bridge

Symm. Abt.Phase Line

•"ô x 5" Headed

Stud Anchors (Typ.)

3"

1"1"

(Typ.)(Typ.)

Typ.

"Wabo" Type "R" steel shape

or approved equivalent

Typ.•

ñ Gap DimensionTemperature (°F)

40

50

60

70

80

90

2ƒ"

2†"

2…"

2„"

for the previous 24 hours.

Based on average ambient air temperature

Straight Bars Bent Bars

Mark Size Number Length Mark Size Number Length

Grade 60 (Epoxy Coated)

BILL OF REINFORCING STEEL

S1 4 4S2 2'-9"

AT JOINT NO. 1

TEMPERATURE GAP

ñ Gap DimensionTemperature (°F)

40

50

60

70

80

90

2‡"

2ƒ"

2…"

2„"

AT JOINT NO. 2

TEMPERATURE GAP

ñ Gap DimensionTemperature (°F)

40

50

60

70

80

90

3ƒ"

3…"

2ƒ"

AT JOINT NO. 3

TEMPERATURE GAP

ñ Gap DimensionTemperature (°F)

40

50

60

70

80

90

2‡"

2ƒ"

2…"

2„"

AT JOINT NO. 4

TEMPERATURE GAP

14'-8"

S2

256

2…"

ñ

ñ Quantity for all joints

2•"

2"

2•"

2"

3"

2"

2•"

2"

16'-4" (Phase |)

48

Page 52: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

ƒ"

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4/2

019

Plotted :

JA

Rodriguez

Dra

wn B

y :

c:\

wcip

w\d

0349336\ka504301-b

br-09.d

gn

File :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co. 11

Exist. Reinf.

Steel

Chip to near

horiz. surf.

clearance

Concrete

Removal Line

TYPICAL CONCRETE REMOVAL DETAIL

Deteriorated or Missing

Deteriorated or Missing

Face of Joint (Typ.)

Concrete on the Front

Deteriorated or Missing

Face of Joints (Typ.)

Concrete on the Exterior

SECTION THRU JOINT NO. 1 & 2

of Joints (Typ.)

Concrete on the Underside

Deteriorated or Missing

of Joints (Typ.)

Concrete on the Underside

(EXPANSION JOINTS)

CONCRETE SURFACE REPAIR

Deteriorated or Missing

Deteriorated or Missing

SECTION THRU JOINT NO. 3 & 4

2

SURFACE AREA (SF)

Total

(FOR INFORMATION ONLY)

AT EXPANSION JOINTS

CONCRETE SURFACE REPAIR

JOINT NO.

1

3

4

Joints (Typ.)

and Exterior Face of

Concrete on the Interior

Temporary Falsework

Temporary Falsework

JOINT NO. 3 & 4

PARTIAL PLAN THRU

{

Brid

ge

Deteriorated or Missing

Deteriorated or Missing

Joints (Typ.)

and Exterior Face of

Concrete on the Interior

the Engineer.

area shall be determined by

or decrease in the repair

are approximate. An increase

areas shown on the plans

The Concrete Surface Repair

Note:

Deteriorated or Missing

130

175

140

570

ƒ" min.

Seats (Typ.)

Face of Joint at Bearing

Concrete on the Front

Bearing Seats (Typ.)

Face of Joint Between

Concrete on the Front

Bearing Seats (Typ.)

Face of Joint Between

Concrete on the Front

125

Details" sheet.

"Temporary Falsework

is required. See

Details" sheet.

"Temporary Falsework

is required. See

ó "Concrete Surface Repair".

subsidiary to the bid item

devices. This work shall be

flushed from around bearing

ó All foreign material shall be

Deteriorated

be removed

Concrete to

foreign material.

beyond repair to loose disintegrated concrete, dirt, oil, and any

previously involved with Concrete Surface Repair a minimum of 6"

completion of repair, sandblast remaining surfaces of the joint not

Engineer. Place shotcrete to match existing surfaces. After

replace deteriorated reinforcing steel at the direction of the

prepare areas to be repaired prior to placing shotcrete. Repair or

approved equivalent as outlined in the Specifications. Sandblast and

Engineer. Repair the area(s) with Shotpatch 21F shotcrete or an

concrete on and around the expansion joints as directed by the

CONCRETE SURFACE REPAIR: Remove loose, cracked, and delaminated

newly placed patches.

a minimum of 3 days before concrete removal resumes adjacent to

area filled with Concrete Grade 4.0 (AE). The patches shall cure

4 feet along the bars, concrete removal shall stop and the patch

15 longitudinal bars are debonded for a distance of greater than

to 4 ft. (along CL) x 8 ft. (perpendicular to CL). If more than

The maximum size of a patch with fully debonded bars is limited

completed in stages beginning with removal of deteriorated concrete.

CONCRETE SURFACE REPAIR PHASING: The concrete removal shall be

Page 53: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

ñ

Chip to Horiz.

ƒ" Cl.

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4/2

019

Plotted :

JA

Rodriguez

Dra

wn B

y :

c:\

wcip

w\d

0349336\ka504301-b

br-10.d

gn

File :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co. 12

Surface Area (SF)

Total the Engineer.

area shall be determined by

or decrease in the repair

are approximate. An increase

areas shown on the plans

The Concrete Surface Repair

Note:

100

(EDGE OF DECK - UNIT NO. 2)

CONCRETE SURFACE REPAIR

(FOR INFORMATION ONLY)

EDGE OF DECK

CONCRETE SURFACE REPAIR

Surface Repair" (Sq. Ft.).

and all labor, materials, equipment, and incidentals necessary to complete the repairs shall be paid for as "Concrete

concrete to existing concrete shall be used. The removal of deteriorated or damaged concrete, placement of new concrete,

placing Concrete (Grade 4.0) (AE) or an approved Shotcrete. Prior to its placement, an epoxy resin for bonding new

All repair areas are to be sandblasted to remove loose disintegrated concrete, dirt, oil, and any foreign material prior to

the bid item "Reinforcing Steel (Repair) (Grade 60) (Set Price)" or "Reinforcing Steel (Repair) (Grade 60) (Epoxy) (Set Price)".

reinforcing steel. Repair or replacement of deteriorated reinforcing steel delineated by the Engineer shall be paid for by

a positive bond of new concrete to the existing structure. On overhead surfaces, provide a minimum of 1" cover over the

edges. At repair locations, the concrete shall be removed from ƒ" around the reinforcing steel near the surface to allow

Engineer. Additional concrete shall be removed to create a minimum thickness of new concrete of 1 inch. Do not feather

CONCRETE SURFACE REPAIR: The Contractor shall remove all deteriorated or damaged concrete delineated by the

Missing or deteriorated

concrete to be removed

ƒ"

ƒ"

Concrete Removal Line

Exist. Reinf.

Steel (Typ.)

TYPICAL DRIP LINE REPAIR

this width times the length of the repair.

ñ Pay area for Concrete Surface Repair is

Chip to Vert.

í

over RR R/W

í Includes approximately 60 (Sq. Ft.)

Page 54: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

12' á

8' á

ƒ"

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4/2

019

Plotted :

JA

Rodriguez

Dra

wn B

y :

c:\

wcip

w\d

0349336\ka504301-b

br-11.d

gn

File :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co. 13

ELEVATION - PIER NO. 9

9

Surface Area (SF)Pier No.

1-5 & 10-19 15

75

Exist. Reinf.

Deteriorated or Missing

Concrete (Typ.)

Top of Existing Ground

(Looking North)

concrete, dirt, oil, and any foreign material.

Surface Repair a minimum of 6" beyond repair to loosen disintegrated

remaining surfaces of column not previously involved with Concrete

match existing surfaces. After completion of repair, sandblast

reinforcing steel at the direction of the Engineer. Place shotcrete to

be repaired prior to placing shotcrete. Repair or replace deteriorated

as outlined in the Specifications. Sandblast and prepare areas to

area(s) with Shotpatch 21F shotcrete or an approved equivalent

concrete on pier columns as directed by the Engineer. Repair the

CONCRETE SURFACE REPAIR: Remove loose, cracked, and delaminated

patching.

reached 3 ksi before proceeding with additional preparation for

quarter wait 3 days or until concrete compressive strength has

vertically at the same time. As each repair phase is completed in a

feet in height. Do not debond the same quarter in any two sections

Prepare the column for patching in sections each no more than 4

more than ‚ of the circumference of the column at any one section.

COLUMN SURFACE REPAIR PHASING: Debond reinforcing steel across no

Exist. Reinf.

Steel

Chip to near

horiz. surf.

1" min.

clearance

Concrete

Removal Line

Deteriorated Concrete

to be removed

TYPICAL CONCRETE REMOVAL DETAIL

(PIERS)

CONCRETE SURFACE REPAIR

90Total

(FOR INFORMATION ONLY)

REPAIR AT PIERS

CONCRETE SURFACE

Falsework Details" Sheets.

at Pier 9. See "Temporary

Temporary Falsework is required

Page 55: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

2'-

1" É

10'-0"

2'-

0"

1'-

8"

2'-

7"

10'-0"

1'-8"

22'-

0"

4'-0"ô Column

4'-0"ô Column

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4/2

019

Plotted :

JA

Rodriguez

Dra

wn B

y :

c:\

wcip

w\d

0349336\ka504301-b

br-12.d

gn

File :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co. 14

Surface Area (SY)

45

Total 199

VIEW A-A

A A

1'-

8"

2'-

0"

1'-

8"

1'-

8"

PLAN OF JOINTS NO. 3 & 4

Substructure Waterproofing

Substructure Waterproofing

Membrane on Front Face of Joint

Membrane on Front Face of Joint

Substructure Waterproofing

Substructure Waterproofing

Substructure Waterproofing

of Joint

Membrane on Outside Face

Substructure Waterproofing

of Joint

Membrane on Outside Face

13'-

3"

Joints No. 1 & 2 Similar)

(Joints No. 3 & 4 Shown

MEMBRANE

WATERPROOFING

SUBSTRUCTURE

Location

Joint No. 1

Joint No. 2

Joint No. 3

Joint No. 4

Pier No. 9

ó 2'-11" Joints No. 1 & 2

39

39

45

31

ELEVATION - PIER NO. 9

Top of Existing Ground

BB

SECTION B-B

waterproofing membrane as shown.

are complete, install substructure

surface repairs, and joint replacements

After all bearing replacements, concrete

Note:

Substructure Waterproofing

Pier Column

Membrane Outside Face ofSubstructure Waterproofing

Pier Column

Membrane Outside Face of

WATERPROOFING MEMBRANE DETAILS

Membrane on Bottom of Joint

Membrane on Bottom of Joint

Page 56: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

1'-

0"

1'-

5‡"

3'-

6"

1'-

5ƒ"

3'-

6"

1'-

5ƒ"

„" (

Ty

p.

@„" (

Ty

p.

@1•" Typ. Gap

4•" Typ. Concrete

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4

/20

19

Plo

tted :

JA

Ro

dri

gu

ez

Dra

wn B

y :

c:\

wcip

w\d

03

49

33

6\k

a5

04

30

1-b

br-

13

.dg

nF

ile :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co. 15

EX

IST

ING

SE

CT

ION

1'-

4"

1'-

4"

Sym

m. A

bt.

{ B

rid

ge

Gu

tter

Lin

e

Slo

pe 5.6

0%

Slo

pe 5.6

0%

Unit

No. 2

Unit

No. 1

Tem

po

rary

Fals

ew

ork

Co

ncre

te R

em

ov

al

LE

GE

ND

Ste

el

Pla

tes

15

'-0

"1

5'-

0"

SE

CT

ION

A-A

Concrete

Line

Removal

Cut

Exis

ting

Gri

nd C

oncre

te a

nd R

ein

forc

ing

flu

sh

to

bo

tto

m o

f t

he s

lab

60°F

(Join

t N

o. 1 S

how

n, Join

t N

o. 2 S

imil

ar)

Key

way

s)

Key

way

s)

Btwn. Keyways

Removal @ Keyways

à (

Typ.)

à R

em

ove F

ille

r M

ate

ria

lLine

Removal

Concrete 5"3

" @

1'-

9"

A A

(CONCRETE REMOVAL)

BEARING DEVICE DETAILS - JOINTS NO. 1 & 2

•"

ñ

usin

g a

pre-approved m

ate

ria

l.

concrete

to p

our a

n e

poxy g

rout

leveli

ng p

ad

ñ C

on

tracto

r m

ay

rem

ov

e a

n a

dd

itio

nal

‚" o

f

1'-

1•"

•" Concrete

Removal Below Keyways Typ.

See T

em

pera

ture

Gap T

able

R

em

ov

e 2

- ƒ

" P

ad

s B

etw

een

Key

way

s

à R

em

ove 2

- ‚

" P

ads @

Keyw

ays

Rem

ov

e F

ille

r M

ate

rial

(Ty

p.)

Rem

ove „

" P

ads (

Typ.)

Deta

ils" s

heets

.

"T

em

pora

ry F

als

ew

ork

is r

equir

ed. S

ee

Page 57: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

‚"

‚"

‚"

9"

5'-

0"

5'-

0"

5'-

0"

5'-

0"

5'-

0"

9"

3•"

ƒ"

1•"

•"

1‚"

4•"

ƒ"

1•"

1'-

7"

1'-

7"

1'-

7"

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4

/20

19

Plo

tted :

JA

Ro

dri

gu

ez

Dra

wn B

y :

c:\

wcip

w\d

03

49

33

6\k

a5

04

30

1-b

br-

14

.dg

nF

ile :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co. 16

1'-

4"

1'-

4"

Gu

tter

Lin

e

Slo

pe 5.6

0%

Slo

pe 5.6

0%

15

'-0

"1

5'-

0"

SE

CT

ION

TH

RO

UG

H R

OA

DW

AY

{ B

earin

g P

ad

{ B

earin

g D

evic

e

9"

2‚"

"

2 S

pa. @

6"

1'-

6"

ó

DE

VIC

E "

A"

{ B

earin

g P

ad

{ B

earin

g D

evic

e

9"

2‚"

"

2 S

pa. @

6"

1'-

6"

ó

DE

VIC

E "

B"

{ B

earin

g P

ad

{ B

earin

g D

evic

e

9"

2‚"

"

2 S

pa. @

6"

1'-

6"

ó

DE

VIC

E "

C"

ƒ"

ƒ"

{ E

lasto

meric

Bearin

g

Dev

ices

{ B

rid

ge

13'-

3"

13'-

3"

Gu

tter

Lin

e

"C

""A

""A

""B

""B

"

"C

"

1

211

62

2

3

43

7

11

611

88

5

ñ N

ot

sh

ow

n f

or c

larit

y.

(PROPOSED CONSTRUCTION)

BEARING DEVICE DETAILS - JOINTS NO. 1 & 2

2•"4•"

2•"4•"

4•" 2•"

99

9

BB

AA

W.P

. B

ent

ð S

tiffener

W.P

. B

ent

ð S

tiffener

Secti

on

A-A

& B

-B

sh

ow

n o

n s

heet

18

CO

NS

TR

UC

TIO

N S

EQ

UE

NC

E21 3 11

Ite

m N

o.

6 7

Descri

pti

on

3‚"

x 1

2" x

10

" N

eo

pre

ne P

ad

, 6

0 D

uro

. w

/ S

teel

Lam

inate

s

•" x

1'-

1•" x

1'-

9" B

ent

ð

13

" x

11

" T

ap

ered

ð (

ƒ" t

o 1

•")

13

" x

11

" T

ap

ered

ð (

•" t

o 1

‚")

66 44 2

No

. R

eq

'd.

BE

AR

ING

DE

VIC

E B

ILL

OF

MA

TE

RIA

LS

(P

ER

JO

INT

)

936

5" x

•" B

ent

ð S

tiffener w

/ S

tiffener B

ars

ƒ"ô x

1'-

3" A

nchor B

olt

w/

Nut

and W

asher

610 ñ

42

86

ƒ" x

7" x

1'-

6" ð

w/

1" x

2" C

lip

in

th

e T

op

Co

rn

ers

ƒ" x

1'-

7" x

1'-

4" S

ole

ð

•" x

1'-

1•" x

1'-

10" B

ent

ð

1" x

1" x

10

" K

eep

er

Bar

25

•" x

1'-

1•" x

1'-

4" �

2

1‚"

ƒ"

ƒ"

1‚"

ƒ"

1‚"

3•"

3•"

3•"

3•"

3•"

3•"

str

uctu

re.

(T

yp

.)

dril

led &

groute

d i

nto

the e

xis

ting

th

ru

Ž" x

3" s

lott

ed

ho

le i

n s

teel

pla

tes,

ó ƒ

"ô x

1'-

3" a

nchor b

olt

w/

nut

& w

asher

Lo

wer

the j

ack

s a

nd

rem

ov

e t

he t

em

po

rary

fals

ew

ork

.7.

Lo

wer

the b

rid

ge b

ack

do

wn

, le

av

ing

th

e j

ack

s t

igh

t ag

ain

st

the b

rid

ge.

6.

Dri

ll a

nd g

rout

in ƒ

" a

nchor

bolt

s. M

inim

um

em

bedm

ent

is 1

2".

5.

Insta

ll t

he e

lasto

meri

c b

eari

ng d

evic

es.

4.

Rem

ov

e c

on

cre

te a

s s

ho

wn

on

th

e r

em

ov

al

deta

ils.

3.

Jack

up

th

e b

rid

ge b

y n

o m

ore t

han

‚".

2.

Constr

uct

tem

pora

ry f

als

ew

ork

bent.

1.

Page 58: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

1'-

1•"

3‚"

‚" M

in.

Cl.

1•"

2•"

2•"

‚"

1‚"

‚" 1‚"

1'-

0"

2•"

1"

5"

5"

1"

1•"

1"

1"

10"

1•"

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4

/20

19

Plo

tted :

JA

Ro

dri

gu

ez

Dra

wn B

y :

c:\

wcip

w\d

03

49

33

6\k

a5

04

30

1-b

br-

15

.dg

nF

ile :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co. 17

anchor b

olt

w/

nut

and w

asher

Bott

om

of

Sla

b

11" x

13" T

apere

d ð

Hot

bond E

lasto

meri

c P

ad

SE

CT

ION

TH

RU

BE

AR

ING

DE

VIC

EN

EO

PR

EN

E P

AD

DE

TA

IL

(Ty

p.

all

sid

es)

„" x

11•" x

9•"

3 -

Ela

sto

meric

Lay

ers

4 -

Ste

el

Lam

inate

s

ƒ" x

12

" x

10

",

60

Du

ro

‚" x

12

" x

10

",

60

Du

ro

Ela

sto

meri

c C

ov

er

(To

p &

Bo

t.)

3‚"

x 1

0" x

12" N

eopre

ne

Lam

inate

s

Pad

, 6

0 D

uro

. w

/ S

teel

"1

'-2

‚"

{ Ž

" x

3" s

lott

ed h

ole

for ƒ

"ô x

1'-

3"

‚T

yp.

SE

CT

ION

TH

RU

BE

NT

ð S

TIF

FE

NE

RB

EN

T ð

DE

TA

IL

1•" x

1•" x

•"

•" x

5" x

1'-

0"

Ben

t ð

ó•" x

5" x

1'-

0" B

en

t ð

ó

En

d o

f S

lab

Back F

ace o

f S

ole

ð, T

apered ð

,

& B

en

t ð

Sti

ffen

er

shop d

eta

ils.

- In

clu

de d

esig

n m

eth

od a

nd a

ll m

ate

rial

pro

pert

ies o

n

accepta

nce i

s r

equir

ed

- T

yp

e A

certi

fic

ati

on

fo

r e

lasto

meric

bearin

g d

ev

ice

- L

ow

Tem

peratu

re G

rad

e 3

req

uir

em

en

ts

- S

hore A

Durom

ete

r H

ardness o

f 6

0

Bearin

g d

ev

ices s

hall

be f

ab

ric

ate

d w

ith

an

ela

sto

mer s

ati

sfy

ing

:

BE

AR

ING

(S

TE

EL

RE

INF

OR

CE

D E

LA

ST

OM

ER

IC)

(Meth

od A

):

show

n o

n t

hese d

eta

ils s

hall

be S

tructu

ral

Ste

el

(A709)(

Gr.

36).

ST

RU

CT

UR

AL

ST

EE

L (

A7

09

) (G

r. 3

6):

All

str

uctu

ral

ste

el

3 -

1•" x

1•" x

•"

Sti

ffen

er B

ar

Sti

ffen

er B

ar

(PROPOSED CONSTRUCTION)

BEARING DEVICE DETAILS - JOINTS NO. 1 & 2

or

1'-

10" B

ent

ð

w/

nut

and w

asher

ƒ"ô

x 1

'-3

" a

nch

or b

olt

2•"3•"

To

p o

f C

on

cre

te

{ Ž

" x

3" s

lott

ed

ho

le f

or

ƒ" x

7" x

1'-

6" ð

ñ

vu

lcan

izati

on

Ben

t ð

(B

ot.

) d

urin

g

to T

apered ð

(T

op) a

nd

p

arall

el

to t

he k

ey

way

face.

to

th

e S

ole

ð a

nd

th

e v

erti

cal

face i

s

ó B

en

d ð

so

th

at

the t

op

face i

s p

arall

al

ƒ" x

2'-

6" x

1'-

4" S

ole

ð

1" x

1" x

10

" K

eep

er

Bar

pad

cente

red b

ehin

d b

earin

g

facil

itate

drain

age.

in

top c

orners t

o

ñ C

lip 1

" x

2" r

ecta

ngle

s

W.P

. B

ent

ð S

tiffener

W.P

. d

en

ote

s W

ork

ing

Po

int

•" x

1'-

1•" x

1'-

9"

be g

route

d w

ith a

n a

ppro

ved e

poxy g

rout.

Anchor

bolt

s s

hall

be T

ype I

.

to t

he b

id i

tem

"B

eari

ng

(S

teel

Rein

forc

ed

Ela

sto

meri

c)"

. A

nch

or

bo

lts s

hall

hard

ware r

eq

uir

ed

to

att

ach

th

e s

up

po

rt

an

d b

ase p

late

s s

hall

be s

ub

sid

iary

AN

CH

OR

BO

LT

S:

Dri

llin

g, gro

uti

ng, anchor

bolt

s, and a

ny o

ther

mis

cell

aneous

fab

ric

ato

r.

Rein

forc

ed E

lasto

meri

c)"

and s

hall

be f

urn

ished b

y t

he b

eari

ng d

evic

e

the b

earin

g d

evic

es a

re s

ubsid

iary t

o t

he b

id i

tem

"B

earin

g (

Ste

el

oth

er m

iscell

an

eo

us h

ard

ware,

an

d l

ab

or r

eq

uir

ed

to

co

nstr

uct

an

d i

nsta

ll

dam

aged b

y w

eld

ing o

pera

tions. T

he s

teel

pla

tes a

nd b

ars

, bent

pla

tes, any

zin

c p

rim

er a

nd

wate

r b

orn

e a

cry

lic t

op

co

at.

Rep

air

pain

ted

su

rfaces

pla

te,

so

le p

late

, an

d b

en

t p

late

sti

ffen

ers

sh

all

be p

ain

ted

wit

h i

no

rgan

ic

the b

ent

ste

el

base p

late

. A

ll e

xposed s

urf

aces o

f th

e b

ase p

late

, ta

pere

d

weld

ed t

o t

he t

apered s

ole

pla

te, and t

he s

teel

bar s

hall

be s

hop w

eld

ed t

o

ste

el

tapere

d p

late

by a

vulc

aniz

ati

on p

rocess. T

he S

ole

Pla

te s

hall

be s

hop

Beari

ng

Dev

ice s

hall

be f

acto

ry b

on

ded

to

th

e b

en

t ste

el

base p

late

an

d t

he

BE

AR

ING

(S

TE

EL

RE

INF

OR

CE

D E

LA

ST

OM

ER

IC):

The E

lasto

meri

c p

ort

ion o

f th

e

Page 59: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

1'-0"

10•

"5"

•"

•" •"

1'-

4"

10•

"5"

•"

1'-

4"

1'-0"

•"•"

ƒ"

1'-7"

ƒ"

1'-7"

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4/2

019

Plotted :

JA

Rodriguez

Dra

wn B

y :

c:\

wcip

w\d

0349336\ka504301-b

br-16.d

gn

File :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co. 18(PROPOSED CONSTRUCTION)

BEARING DEVICE DETAILS - JOINTS NO. 1 & 2

{ Bearing Device

& { Keyway

{ Bearing Pad

{

Bearin

g Pad

{

Bearin

g

Devic

e

& {

Keyway

1•

"6•

"2•

"5•

"

SECTION B-B

2‚"

{ Bearing Device

& { Keyway

{ Bearing Pad

w/ nut and washer

ƒ"ô x 1'-3" anchor bolt

{ Ž" x 3" slotted hole for

1•

"6•

"2•

"5•

"

& {

Keyway

2‚"

1•"2•"1‚"

1•" 2•" 1‚"

SECTION A-A

{

Bearin

g

Devic

e{

Bearin

g Pad

Sole ð

3‚" x 12" x 10" Neoprene Pad,

60 Duro. w/ Steel Laminates

w/ nut and washer

ƒ"ô x 1'-3" anchor bolt

{ Ž" x 3" slotted hole for

3‚" x 12" x 10" Neoprene Pad,

60 Duro. w/ Steel Laminates

5" x •" Bent ð

Stiffener Bars

Stiffener w/

5" x •" Bent ð

Stiffener Bars

Stiffener w/

13" x 11" Tapered ð

(ƒ" to 1•")

13" x 11" Tapered ð

(•" to 1‚")

W.P. Bent ð Stiffener

Sole ð

ƒ" x 1'-7" x 1'-4"

2 Spa. @ 6" = 1'-0"

ƒ" x 1'-6" x 1'-4"

W.P. Bent ð Stiffener

2 Spa. @ 6" = 1'-0"

W.P. denotes Working Point

3•" 3•"

3•"3•"

Page 60: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

30'-0"

15'-0" 15'-0"

5'-0"

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4/2

019

Plotted :

JA

Rodriguez

Dra

wn B

y :

c:\

wcip

w\d

0349336\ka504301-b

br-17.d

gn

File :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co. 19

incidentals for the temporary falsework shall be paid for as "Temporary Shoring".

transfer and to compensate for settlement. Adequate bracing of the falsework is required. All material, labor, and

of structural steel falsework shall meet the requirements of ASTM A709 Grade 36. Jacks shall be required for load

required to be treated. Main load carrying members for timber falsework shall be structural grade lumber. Properties

conform to the requirements of AASHTO M168 and shall be a minimum of 10" in diameter. The piles are not

FALSEWORK MATERIAL: All material used for construction of the falsework shall be new material. Timber supports shall

2

ELEVATION

JOINT NO.

1

{ Bridge

Falsework Support

Falsework Foundation

R

Max.

Falsework Support

SECTION THRU FALSEWORK

TO BE DESIGNED FOR (R)

UNFACTORED FALSEWORK LOADS

36

(Tons)

DEAD LOAD

(Tons)

LIVE LOAD

36

63

63

(JOINTS NO. 1 & 2)

TEMPORARY FALSEWORK DETAILS

Page 61: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

30'-0"

15'-0" 15'-0"

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4/2

019

Plotted :

JA

Rodriguez

Dra

wn B

y :

c:\

wcip

w\d

0349336\ka504301-b

br-18.d

gn

File :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co. 20

incidentals for the temporary falsework shall be paid for as "Temporary Shoring".

transfer and to compensate for settlement. Adequate bracing of the falsework is required. All material, labor, and

of structural steel falsework shall meet the requirements of ASTM A709 Grade 36. Jacks shall be required for load

required to be treated. Main load carrying members for timber falsework shall be structural grade lumber. Properties

conform to the requirements of AASHTO M168 and shall be a minimum of 10" in diameter. The piles are not

FALSEWORK MATERIAL: All material used for construction of the falsework shall be new material. Timber supports shall

ELEVATION

{ Bridge

Falsework Support

Falsework Foundation

Falsework Support

SECTION THRU FALSEWORK

{ Pier No. 9

(Typ.)

(Typ.)

Concrete Surface Repair Area

9

for alternative falsework options.

ñ See other Falsework Detail sheets

TO BE DESIGNED FOR (R)

UNFACTORED FALSEWORK LOADS

(Tons)

DEAD LOAD

(Tons)

LIVE LOAD

76

PIER NO.

151

2R

2R

2R

(PIER NO. 9)

TEMPORARY FALSEWORK DETAILS

Page 62: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

30'-0"

5'-0" (Max.)

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4/2

019

Plotted :

JA

Rodriguez

Dra

wn B

y :

c:\

wcip

w\d

0349336\ka504301-b

br-19.d

gn

File :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co. 21

SECTION THRU FALSEWORK

Falsework Support

R

incidentals for the temporary falsework shall be paid for as "Temporary Shoring".

transfer and to compensate for settlement. Adequate bracing of the falsework is required. All material, labor, and

of structural steel falsework shall meet the requirements of ASTM A709 Grade 36. Jacks shall be required for load

required to be treated. Main load carrying members for timber falsework shall be structural grade lumber. Properties

conform to the requirements of AASHTO M168 and shall be a minimum of 10" in diameter. The piles are not

FALSEWORK MATERIAL: All material used for construction of the falsework shall be new material. Timber supports shall

ELEVATION

Falsework Support

Falsework Foundation

{ Bridge

15'-0" 15'-0"

(JOINTS NO. 3 & 4)

TEMPORARY FALSEWORK DETAILS

Drainage Canal

concrete slope shall be repaired.

to the original condition, and any existing

temporary falsework shall be backfilled

Any excavation required in placement of

Note:

4

JOINT NO.

3

TO BE DESIGNED FOR (R)

UNFACTORED FALSEWORK LOADS

(Tons)

DEAD LOAD

(Tons)

LIVE LOAD

73

73

100

100

Page 63: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4

/20

19

Plo

tted :

JA

Ro

dri

gu

ez

Dra

wn B

y :

c:\

wcip

w\d

03

49

33

6\k

a5

04

30

1-b

br-

20

.dg

nF

ile :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co. 22

Sta

tio

nin

g L

ineÛ

ñ M

easu

red

on

Sta

tio

nin

g L

ine

{ Pier No. 3

Joint No. 1

{ Bearing

{ Pier No. 4

{ Pier No. 5

{ Pier No. 6

{ Pier No. 7

{ Pier No. 8

{ Pier No. 9

Phase Lin

{

Brid

ge =

11

22

32

22

11

2

9'-

9"ñ

32'-

4"

Note

s:

1 2 3

244'-

1†

" Unit N

o. 2 ñ

31'-

3"ñ

48'-

0"ñ

48'-

0"ñ

41'-

10†

"ñ42'-

8"ñ

No

Wo

rk (

4 T

ota

l)

Rem

ov

e d

rain

an

d p

atc

h d

eck

wit

h F

ull

-D

ep

th P

atc

h (

6 T

ota

l)

Rem

ove a

nd r

epla

ce d

rain

(1 T

ota

l)

(LOCATION MAP)

DECK DRAIN REPLACEMENT DETAILS

50'-

0" R

/W

50'-

0" R

/W

BNS

F R.R.

DR

AIN

PL

AN

- U

NIT

NO

. 2

Page 64: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

2'-0"

2"

11"1'-9"8"

2'-

0"

2'-

0"

11"

1'-

1"

1'-

1"

11"

3'-

8" 2'-

10‚

"9ƒ

"

Varies

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4/2

019

Plotted :

JA

Rodriguez

Dra

wn B

y :

c:\

wcip

w\d

0349336\ka504301-b

br-21.d

gn

File :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co. 23(CONCRETE REMOVAL)

DECK DRAIN REPLACEMENT DETAILS

PARTIAL PLAN

Concrete Removal

Indicates Limits ofTYPICAL SECTION

Concrete Removal Line

Partial Depth

Concrete Removal Line

Full Depth

Concrete Removal Limits

Partial Depth

Concrete Removal Limits

Full Depth

Depression

{

Drain

(Typ.)

Sawcut 3"

shall be limited to the existing depressed area.

At these 6 locations, the extent of concrete removal

are to be removed and filled in with Full-Depth Patch.

NOTE: The 6 drains located between Piers 4 & 8

3•" Bridge Drain

Remove Exist.

Exist. Reinf. to

Remain (Typ.)

7"á

Exist. Reinf. to

Remain (Typ.)2'-0"

1'-1" 11"

Page 65: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

3•

"

1'-0"1'-0"

2"

2'-0"

11"1'-1"

2'-

0"

2'-

0"

11"

1'-

1"

1'-

1"

11"

7"á

11"1'-9"8"

2'-

10‚

"9ƒ

"

3'-

8"

2'-0"

6"

3'-

0"

6"

Varies

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4/2

019

Plotted :

JA

Rodriguez

Dra

wn B

y :

c:\

wcip

w\d

0349336\ka504301-b

br-22.d

gn

File :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co. 24(PROPOSED CONSTRUCTION)

DECK DRAIN REPLACEMENT DETAILS

PARTIAL PLAN

TYPICAL SECTION

Drain Slope

Max.

Exte

nts of Depressed

Area

Joint

Const.

Joint

Const.

(Typ.)

Const. Joint

Drain

Bridge

{

Drain

Page 66: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

…"3•"

3‚"

3•"

…"

•"

•"

5•"

1"

…"

7‚"

…"

4"

1'-

0"

1'-8"7"

1'-3"9"3"

2'-3"

1'-

0"

2'-3"

7" 1'-8"

6"

3"

3"

2'-3"

7" 1'-8"

9" 1'-3"1" 2"

…"

…"

11‚"

1'-

0"

…"3•"

3‚"

3•"

…"

•"

•"

1'-

0"

5"

7"

…" …"5†" 5†"

1'-0"

1•"

1•"3

"

1•"

1•"3

"

2"

1•"

1•"3

"

3•"

1•"

5"

ì ƒ

ho

le

2"

3•"

ì ƒ

ho

le

1'-3•"

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4

/20

19

Plo

tted :

JA

Ro

dri

gu

ez

Dra

wn B

y :

c:\

wcip

w\d

03

49

33

6\k

a5

04

30

1-b

br-

23

.dg

nF

ile :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co. 25

Bar 1

"x

•"x

11

‚" S

pacin

g

An

ch

or B

ars

ƒ" D

ia.

x 1

'-6

"

Anchor Bars

ƒ" Dia. x 1'-6"

A A

BB

Su

pp

ort

"B

"

Su

pp

ort

"A

"

(T

yp

.)

Support

Bolt

ð …

"x

11

‚"x

2'-

3"

(each s

ide)

ð …

"x12"x2'-

3"

Su

pp

ort

"B

"

(T

yp

.)

Support

Bolt

Su

pp

ort

"B

"

An

ch

or B

ars (

Ty

p.)

2- ƒ

" D

ia.

x 1

'-6

"

ð …

"x

3"x

11

‚"

ð …

"x11‚"x9‡"

ð …

"x11‚"x1'-

3"

Su

pp

ort

"A

"

Su

pp

ort

"B

"

Su

pp

ort

"B

"

Bar 1

"x•"x11‚"

An

ch

or B

ars

ƒ" D

ia. x 1

'-6"

ð …

"

Bar 1

"x•"x11‚"

ð …

"

An

ch

or B

ars

ƒ" D

ia. x 1

'-6"

Typ.

BR

IDG

E D

RA

IN

SU

PP

OR

T "

A"

SU

PP

OR

T "

B"

& †

"ô n

ut

ã3

x2

x…

"

ã3

x2

x…

"

hex n

ut

to a

ngle

. (T

yp.)

Tack

weld

†"ô

heav

y

hex n

ut

to a

ngle

. (T

yp.)

Tack

weld

†"ô

heav

y

Threads

SU

PP

OR

T B

OL

TS

†"ô

A3

25

H.S

. B

olt

sV

IEW

B-B

VIE

W A

-A

& †

"ô n

ut

un

less n

ote

d o

therw

ise.

All

weld

s s

hall

be ‚

"

(PROPOSED CONSTRUCTION)

DECK DRAIN REPLACEMENT DETAILS

(1 R

equir

ed)

(1 R

equir

ed)

(2

Req

uir

ed

)

(3 Required)

Typ.

Page 67: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

Patc

hin

g D

eta

ils

See D

eck

FIR

ST

ST

AG

E O

F R

EP

AIR

TY

PIC

AL

SE

CT

ION

SH

OW

ING

TY

PIC

AL

SE

CT

ION

SH

OW

ING

SE

CO

ND

ST

AG

E O

F R

EP

AIR

Safety

Barrie

r

Tem

pora

ry C

oncre

te

Cro

wn

Gra

de

Ex

ist.

2‚"

Co

nc.

Ov

erl

ay

30'-

0" R

oadw

ay

3'-

0"

15

'-0

" (

Ph

ase I

Co

nstr

ucti

on

)1

2'-

0" (

Traffic

)

Patc

hin

g D

eta

ils

See D

eck

ó

Safety

Barrie

r

Tem

pora

ry C

oncre

te

Cro

wn

Gra

de

Ex

ist.

2‚"

Co

nc.

Ov

erl

ay

30'-

0" R

oadw

ay

3'-

0"

15

'-0

" (

Ph

ase I

I C

on

str

ucti

on

)1

2'-

0" (

Traffic

)

1" Cl.

9" C

on

c.

Deck

4" Cl.

4" Cl.

9" C

on

c.

Deck

1" Cl.

13'-

3"

13'-

3"

13'-

3"

13'-

3"

26CONSTRUCTION STAGING

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4

/20

19

Plo

tted :

JA

Ro

dri

gu

ez

Dra

wn B

y :

c:\

wcip

w\d

03

49

33

6\k

a5

04

30

1-b

br-

24

.dg

nF

ile :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co.

Page 68: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

27DECK PATCHING SEQUENCE

Span L

ength

/4 o

r a

s d

irecte

d b

y t

he E

ngin

eer.

21

21

2

(Show

ing s

equence f

or

one l

ane o

nly

, oth

er

lane s

imil

ar)

Span L

ength

Span L

ength

Span L

ength

{ P

ier

{ P

ier

DE

CK

PA

TC

HIN

G S

EQ

UE

NC

E

30'-0" Roadway

UN

ITS

QU

AN

TIT

Y

1

Area P

repared f

or P

atc

hin

g

5

MIN

IMU

M R

EB

AR

SP

LIC

E L

EN

GT

HS

#5

#6

#7

#8

#9

#1

0

#1

1

#4

Ex

isti

ng

Gr.

40

ksi

Bars

Ex

isti

ng

Bar S

ize

Ex

isti

ng

Gr.

60

ksi

Bars

12"

16"

20

"

26"

33

"

24"

30"

39"

49"

42"

51"

77"

Min

imu

m S

pli

ce L

en

gth

s (

inch

es)

spli

ce l

ength

s b

y 2

0%

.

No

te:

If

sp

licin

g e

po

xy

co

ate

d r

ein

forc

ing

ste

el,

in

cre

ase t

he a

bo

ve

len

gth

co

rresp

on

din

g t

o t

he g

rad

e o

f t

he e

xis

tin

g r

ein

fo

rcin

g i

n t

he d

eck

.

Lap l

ength

s a

re b

ased o

n a

Cla

ss B

spli

ce. U

se t

he m

inim

um

spli

ce

Area P

repared f

or P

atc

hin

g (

Full

Depth

)

Sq

. Y

ds.

Sq

. Y

ds.

Lb

s.

ITE

M

13"

16"

20

"

62"

Rein

forc

ing S

teel

(Repair

) (G

rade 6

0)

(Set

Pri

ce)

Sp

ecif

icati

on

s p

rio

r t

o o

pen

ing

th

e l

an

e t

o t

raffic

.

All

patc

hin

g a

nd

ov

erl

ay

co

ncre

te s

hall

be c

ure

d a

cco

rdin

g t

o t

he

lim

ited t

o 4

ft.

x 8

ft.

in a

ny d

irecti

on.

The m

axim

um

siz

e o

f a

ny f

ull

depth

patc

h i

n A

rea 2

shall

be

in A

rea 1

have c

ured a

min

imum

of 3

days.

Concre

te r

em

oval

shall

not

begin

in A

rea 2

unti

l th

e f

inal

patc

hes

begin

in A

rea 2

.

Fo

llo

win

g t

he c

om

ple

tio

no

f w

ork

in

Are

a 1

, c

on

cre

te r

em

ov

al

may

befo

re c

on

cre

te r

em

ov

al

resu

mes a

dja

cen

t to

new

ly p

laced

patc

hes.

Grade 4

.0 (

AE

). T

he p

atc

hes s

hall

cure a

min

imum

of 3

days

rem

oval

shall

sto

p a

nd t

he p

atc

h a

rea f

ille

d w

ith C

oncrete

dis

tan

ce o

f g

reate

r t

han

4 f

eet

alo

ng

th

e b

ars,

the c

on

crete

If m

ore t

han

15

lo

ng

itu

din

al

bars i

n A

rea 1

are d

eb

on

ded

fo

r a

to 4

ft.

(alo

ng

CL

) x

8 f

t. (

perp

en

dic

ula

r t

o C

L) i

n A

rea 1

.

The m

axim

um

siz

e o

f a

patc

h w

ith f

ull

y d

ebonded b

ars i

s l

imit

ed

sta

ges b

egin

nin

g w

ith r

em

oval

of d

ete

rio

rate

d c

oncrete

in A

rea 1

.

PA

TC

HIN

G S

EQ

UE

NC

E:

The c

oncre

te r

em

oval

shall

be c

om

ple

ted i

n

inclu

ded

in

th

e c

on

tract

to e

sta

bli

sh

a p

ric

e f

or t

he b

id i

tem

.

Note

: N

o F

ull

Depth

patc

hin

g i

s a

nti

cip

ate

d, but

a q

uanti

ty i

s

RE

CA

PIT

UL

AT

ION

OF

QU

AN

TIT

IES

15'-0" 15'-0"

1421'-

1†" E

.W.S

. to

E.W

.S.

Pr. G

r. =

Phase L

ine

22

íí

í In

clu

des a

pp

ro

xim

ate

ly 8

0 s

q.

yd

s.

ov

er R

R R

/W

íí I

nclu

des a

pp

ro

xim

ate

ly 3

sq

. y

ds.

ov

er R

R R

/W

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4

/20

19

Plo

tted :

JA

Ro

dri

gu

ez

Dra

wn B

y :

c:\

wcip

w\d

03

49

33

6\k

a5

04

30

1-b

br-

25

.dg

nF

ile :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co.

Page 69: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

28DECK PATCHING DETAILS

Ori

gin

al

Deck

Su

rface

Ch

ip t

o N

ear

Vert

ical

Surface

Unsound

Co

ncre

te

DE

CK

PA

TC

HIN

G D

ET

AIL

S

ƒ" Typ.

cle

an w

ith c

om

pressed a

ir.

of d

eb

ris

an

d v

eg

eta

tio

n.

Bla

st

Cle

an e

xis

ting c

racks i

n d

eck

CR

AC

K S

EA

LIN

G D

ET

AIL

Ori

gin

al

Deck

Su

rface

Concre

te R

em

oval

Lin

e

(Rem

ove t

o S

ound C

oncre

te)

sh

all

be s

ub

sid

iary

to

"A

rea P

rep

ared

fo

r P

atc

hin

g".

req

uir

ed

. R

ep

lacem

en

t o

f b

ars

dam

ag

ed

by

th

e C

on

tracto

r

table

for r

epla

cem

ent

bar s

ize a

nd m

inim

um

spli

ce l

ength

wed

ge c

hip

pin

g h

am

mer

bit

ag

ain

st

rein

forc

em

en

t.

See

shall

be r

epla

ced a

s d

irecte

d b

y t

he E

ngin

eer. D

o n

ot

concre

te. R

ein

forc

ing s

teel

dam

aged, cut

or

dete

riora

ted

bars a

re p

arti

all

y e

xp

osed

yet

rem

ain

an

ch

ored

in

so

un

d

the b

on

d b

etw

een

th

e r

ein

forc

ing

ste

el

an

d c

on

cre

te w

here

ste

el.

E

xtr

em

e c

are s

hould

be e

xercis

ed t

o a

void

breakin

g

pre

vent

cutt

ing, str

etc

hin

g o

r dam

agin

g e

xposed r

ein

forc

ing

RE

INF

OR

CIN

G I

N B

RID

GE

DE

CK

: C

are

sh

ou

ld b

e e

xerc

ised

to

measu

rem

en

t an

d p

ay

men

t.

the E

ng

ineer.

S

ee K

DO

T S

pecif

icati

on

s f

or

meth

od

of

rein

forcin

g b

ars b

y w

ire t

ies o

r a

meth

od a

pproved b

y

brid

ge s

lab

. T

he f

orm

s m

ay

be s

usp

en

ded

fro

m e

xis

tin

g

pla

cem

en

t o

f th

e c

on

cre

te i

n a

reas o

f fu

ll d

ep

th r

em

ov

al

of

FU

LL

DE

PT

H P

AT

CH

ING

: F

orm

s s

hall

be p

rov

ided

to

en

ab

le

un

so

un

d c

on

cre

te h

as b

een

rem

ov

ed

. S

ee K

DO

T S

pecif

icati

on

s.

durin

g a

nd a

fte

r c

hip

pin

g o

perati

on t

o e

nsure t

hat

all

Th

e e

xact

are

as s

hall

be d

ete

rmin

ed

by

tap

pin

g,

befo

re,

Qu

an

tity

sh

ow

n i

s a

n e

sti

mate

of t

he a

reas i

nv

olv

ed

.

the e

nti

re a

rea o

f t

he d

eck

fo

r a

n o

verla

y.

the r

em

oved p

atc

hed a

reas w

ith c

oncrete

and p

reparin

g

fro

m t

he b

rid

ge d

eck

, cle

an

ing

rein

fo

rcin

g b

ars,

fil

lin

g

of

rem

ovin

g u

nsound c

oncre

te a

nd a

sphalt

patc

hes

AR

EA

PR

EP

AR

ED

FO

R P

AT

CH

ING

: T

his

ite

m s

hall

co

nsis

t

ag

en

t as a

su

bsid

iary

ite

m.

shall

be c

oate

d w

ith a

n e

poxy r

esin

bondin

g

All

verti

cal

surfaces i

n a

full

depth

patc

h

Bott

om

Rein

forc

ing S

teel

To

p R

ein

fo

rcin

g S

teel

Un

so

un

d C

on

cre

te

a f

ull

dep

th p

atc

h s

hall

be r

eq

uir

ed

.

to t

he b

ott

om

layer o

f r

ein

forcin

g s

teel

Wh

ere

it

is n

ecessary

to

rem

ov

e c

on

cre

te

FU

LL

DE

PT

H P

AT

CH

ING

PA

RT

IAL

DE

PT

H P

AT

CH

ING

To

p R

ein

fo

rcin

g S

teel

Exis

t. 2

‚" C

oncre

te O

verl

ay

Exis

t. 2

‚" C

oncre

te O

verl

ay

Po

rtla

nd

Cem

en

t g

rou

t o

r m

ort

ar.

Seal

all

crack

s •

" o

r g

reate

r w

ith

4" Typ. 4" Typ.

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4

/20

19

Plo

tted :

JA

Ro

dri

gu

ez

Dra

wn B

y :

c:\

wcip

w\d

03

49

33

6\k

a5

04

30

1-b

br-

26

.dg

nF

ile :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co.

Page 70: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

29BARRIER RAIL REPAIR DETAILS

SECTION ELEVATION

Concrete to be removed

Deteriorated or Damaged

EXISTING BARRIER RAIL DETAILS

Limits

Concrete Removal

Reinforcing

Existing

ƒ" Min.

Traffic Face

ñ

ñ

ñ Follow the procedures as written below and recast to original lines.

Note: At some locations, portions of the rail may be missing entirely.

This work shall conform to KDOT specifications. This shall be paid for as "Concrete Masonry Coating" (Sq. Yd.).

the barrier rail along the entire length of the bridge.

entire length of the barrier rail. Apply an approved Concrete Masonry Coating to the top and to the traffic face of

These areas are to be sandblasted to remove loose disintegrated concrete, dirt, oil, and any foreign material along the

Total

(FOR INFORMATION ONLY)

LENGTHS

BARRIER RAIL REPAIR

Location Length (SF)

West Barrier Rail

East Barrier Rail

60

880

940

and incidentals necessary to complete the repairs shall be paid for as "Concrete Surface Repair" (Sq. Ft.).

used. The removal of deteriorated or damaged concrete, placement of new concrete, and all labor, materials, equipment,

Shotcrete shall be used. Prior to its placement, an epoxy resin for bonding new concrete to existing concrete shall be

rail to allow a positive bond of new concrete to the existing structure. Concrete (Grade 4.0) (AE) or an approved

At repair locations, the concrete shall be removed from ƒ" around the reinforcing steel near the surface of the barrier

Additional concrete shall be removed to create a minimum thickness of new concrete of 1 inch. Do not feather edges.

BARRIER RAIL REPAIR: The Contractor shall remove all deteriorated or damaged concrete delineated by the Engineer.

and 340 Sq. Ft. in east barrier rail over RR R/W.

Includes approximately 25 Sq. Ft. in west barrier railí

í

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4/2

019

Plotted :

JA

Rodriguez

Dra

wn B

y :

c:\

wcip

w\d

0349336\ka504301-b

br-27.d

gn

File :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co.

Page 71: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

30

Rdwy. Surface

{ Rdwy.

CONSTRUCTION CLEARANCE DETAILS

Prefer 12'-0"

10'-0" Min.

Prefer 12'-0"

10'-0" Min.

shoulder

outside edge of

2'-0" Min. from

clearances of 15'-6" and less.

Advanced signing required for

Preferable is 16'-0".

As required by construction:

RAA

CONSTRUCTION CLEARANCE DETAILS

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4/2

019

Plotted :

JA

Rodriguez

Dra

wn B

y :

c:\

wcip

w\d

0349336\ka504301-b

br-28.d

gn

File :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co.

Page 72: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

31RAILROAD PROTECTION

CONSTRUCTION CLEARANCE DETAILS

Top of Rail

Limits of

temporary

construction EXCESS HEIGHT CAR EXCESS HEIGHT CAR

000000

0000

DOORS MUST BE

CLOSED AND LOCKED

BEFORE MOVING CAR

DOORS MUST BE

CLOSED AND LOCKED

BEFORE MOVING CAR

20'-2"

RACK

20'-2"

RACK

15'-0"15'-0"

15'-0" 15'-0" BNSF

UPRR

ñ Clearances may not be attainable at all

locations. If the clearances cannot be met,

see the Construction Layout sheet for a

sketch of Railroad approved clearances.

approve the methods of protection proposed by the Contractor before any work begins.

work so as not to interfere with the normal use of the tracks. The Railroad Company and the Engineer shall

falling on and damaging the rails, ties, ballast or other railroad property. As much as possible, do the

in such a manner and take any precautions necessary to prohibit broken concrete and other debris from

patching, edge of slab removal, or complete deck replacement), then the Contractor shall execute the work

RAILROAD PROTECTION: If removal of concrete is required through the full thickness of the deck (i.e. full depth

21'-

6"

15'-0" 15'-0" KCS

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4/2

019

Plotted :

JA

Rodriguez

Dra

wn B

y :

c:\

wcip

w\d

0349336\ka504301-b

br-29.d

gn

File :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co.

Page 73: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

ñ

ITEMS TOTAL UNITS

RECAPITULATION OF QUANTITIES

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

SUMMARY OF PAVEMENT MARKINGS

LOCATION

TOTALS

ñ 2630 658 2630

2630 658 2630

658 FT

2630 FT

32

between shifting tapers used in traffic control.

Limits of Permanent Pavement Marking are equal to the distance

PERMANENT PAVEMENT MARKING QUANTITIES

PAVEMENT MARKING (PATTERNED COLD PLASTIC)(WHITE)(6")

PAVEMENT MARKING (MULTI-COMPONENT)(WHITE)(6") 2630 FT

Component)

(Multi-

Edge Line

WHITE

6" Solid

Cold Plastic)

(Patterned

Lane Line

WHITE

6" Broken

Component)

(Multi-

Edge Line

YELLOW

6" Solid

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4/2

019

Plotted :

JA

Rodriguez

Dra

wn B

y :

c:\

wcip

w\d

0349336\K

a504301-m

pl-01.d

gn

File :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co.

Page 74: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

33

TYPIC

AL D

EC

ELE

RA

TIO

N E

XIT R

AM

P

TYPIC

AL T

AP

ER

ED E

XIT R

AM

P

TYPIC

AL A

CC

ELE

RA

TIO

N R

AM

P

TYPIC

AL L

AN

E D

RO

P

30°

30°

12'

12'

12'

12'

12'

30°

2'

2'

3'

3'

FO

R F

OU

R L

AN

E A

ND SIX L

AN

E D

IVID

ED H

IG

HW

AYS

TYPIC

AL L

AN

E LIN

E A

ND E

DG

E LIN

E M

AR

KIN

GS

NO

TE

D O

N P

LA

NS.

UN

LES

S O

TH

ER

WIS

E

FO

R B

RO

KE

N LIN

ES

TYPIC

AL S

PA

CIN

G

NO

TE

D O

N P

LA

NS.

UN

LES

S O

TH

ER

WIS

E

FO

R L

AN

E D

RO

P.

TYPIC

AL S

PA

CIN

G

NO

TE

D O

N P

LA

NS.

LIN

ES,

UN

LES

S O

TH

ER

WIS

E

FO

R D

OT

TE

D E

XT

EN

SIO

N

TYPIC

AL S

PA

CIN

G

MINI

MU

M O

F 2

" F

RO

M L

ON

GIT

UDIN

AL P

AV

EM

EN

T J

OIN

TS.

LO

NGIT

UDIN

AL P

AV

EM

EN

T M

AR

KIN

G LIN

ES S

HA

LL B

E O

FFS

ET A

NO

TE:

AR

OU

ND R

ADII.

AT R

AM

P T

ER

MIN

ALS W

IT

H C

RO

SS-R

OA

DS,

WR

AP 6

" E

DG

E LIN

ES

NO

TE:

6" E

DG

E LIN

ES A

RE N

OT R

EQ

UIR

ED O

N N

ON I,

US,

AN

D K R

OU

TES.

ON N

ON I,

US,

AN

D K R

OU

TES, 4" E

DG

E LIN

ES M

AY B

E I

NS

TA

LLE

D.

NO

TE:

FU

LL L

EN

GT

H O

F A

CC

ELE

RA

TIO

N L

AN

E

40'

40'

FU

LL L

EN

GT

H O

F D

EC

ELE

RA

TIO

N L

AN

E

4'

9'

6" S

OLID Y

ELL

OW E

DG

E LIN

E

6" B

RO

KE

N W

HIT

E L

AN

E LIN

E

300'

LIN

E

MILE

21

8" L

AN

E D

RO

P

MA

RKIN

G

8" S

OLID W

HIT

E

8" S

OLID W

HIT

E G

OR

E M

AR

KIN

G

ED

GE LIN

E

6" S

OLID Y

ELL

OW

WHIT

E E

DG

E LIN

E

6" S

OLID

6" B

RO

KE

N W

HIT

E L

AN

E LIN

ES

6" S

OLID Y

ELL

OW E

DG

E LIN

E

6" S

OLID Y

ELL

OW E

DG

E LIN

E6" B

RO

KE

N W

HIT

E L

AN

E LIN

ES

WHIT

E E

DG

E LIN

E

6" S

OLID

6" D

OT

TE

D W

HIT

E E

XT

EN

SIO

N LIN

E12" S

OLID W

HIT

E D

IA

GO

NA

L LIN

E

6" S

OLID Y

ELL

OW E

DG

E LIN

E

12" S

OLID W

HIT

E C

HE

VR

ON LIN

E

8" S

OLID W

HIT

E G

OR

E M

AR

KIN

GS

EX

TE

NSIO

N LIN

E

6" D

OT

TE

D W

HIT

E

WHIT

E E

DG

E LIN

E

6" S

OLID

6" B

RO

KE

N W

HIT

E L

AN

E LIN

E6" S

OLID Y

ELL

OW E

DG

E LIN

E12" S

OLID W

HIT

E D

IA

GO

NA

L LIN

E

8" S

OLID W

HIT

E G

OR

E M

AR

KIN

GS

6" S

OLID Y

ELL

OW E

DG

E LIN

E

12" S

OLID W

HIT

E C

HE

VR

ON LIN

E

DIA

GO

NA

L LIN

E

12" S

OLID W

HIT

E

6" S

OLID Y

ELL

OW E

DG

E LIN

E

8" S

OLID W

HIT

E G

OR

E M

AR

KIN

GS

12" S

OLID W

HIT

E C

HE

VR

ON LIN

E

6" S

OLID Y

ELL

OW E

DG

E LIN

E

WHIT

E E

DG

E LIN

E

6" S

OLID

6" B

RO

KE

N W

HIT

E L

AN

E LIN

ES

ED

GE O

F P

AV

EM

EN

T

SH

OU

LD

ER LIN

E

6" S

OLID W

HIT

E E

DG

E LIN

E

ED

GE O

F P

AV

EM

EN

T

ED

GE O

F P

AV

EM

EN

T

SH

OU

LD

ER LIN

E

6" S

OLID W

HIT

E E

DG

E LIN

E

ED

GE O

F P

AV

EM

EN

T

8" L

AN

E D

RO

P M

AR

KIN

G

C L

6" D

OT

TE

D W

HIT

E E

XT

EN

SIO

N LIN

E

8'

24'

32'

Sh.

No.

XX

XX

XX-X

X X

X-X

XX

X-X

XX

XX

XX

X

XX

X

KA

NS

AS D

EP

AR

TM

EN

T O

F T

RA

NSP

OR

TA

TIO

N

Drawn By :

File :

JARodriguezPlotted :

c:\wcipw\d0349336\ka504301-te307-01.dgn

4/4/2019

2 1 7/26/05

5/25/12

B.D.G.

B.D.G.

B.A.H.

J.F.F.

RE

VISIO

NS

BY

APP'D

DA

TE

NO.

TR

AC

ED

TR

AC

E C

K.

APP'D

QU

AN

TITIES

QU

AN. C

K.

DET

AILE

D

DET

AIL C

K.

FH

WA A

PP

RO

VA

L

DESIG

NE

D

DESIG

N C

K.

KA

NS

AS

ST

AT

EP

ROJE

CT N

O.

YE

AR

TO

TA

L

SH

EETS

SH

EET N

O.

TE307

5/25/2012

J.F.F.

B.D.G.

B.D.G.

J.F.F.

Brian D.

Go

wer

Dotted E

xte

nsio

n Lines a

nd Lane Dro

p Lines

N

ew F

HW

A A

ppro

val Date

RO

AD

WA

YS

M

ULTI-L

AN

E DIVID

ED

M

AR

KIN

G D

ET

AILS F

OR

T

YPIC

AL P

AV

EM

EN

T

KDOT Graphics Certified

KD

OT G

raphics C

ertified

07-17-2018

Page 75: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

CONSTRUCTION SEQUENCING

LOCATION REMARKS

2

E

S

A

H

P

1

E

S

A

H

P

CONSTRUCTION SEQUENCE

will approve all final road and/or ramp closures.

Contractor may submit to the Engineer an alternate plan for approval. The Engineer

readily adapt themselves to a more efficient staging operation. Should this occur, the

to the original construction sequences or which, in the opinion of the Contractor, would

construction activities progress, certain situations may arise which will preclude adhering

one half at a time or by other methods approved by the Engineer. As the various

During surfacing of any entrance, maintain access to adjacent properties by surfacing

the earth portion of any entrance, access from adjacent properties shall be maintained.

Access shall be maintained to all properties at all times. During construction of

be essentially in accordance with plans and/or as pre-approved by the Engineer.

of all minor items of construction. Regardless of sequencing used, traffic handling shall

be pre-approved by the Engineer. The Contractor shall be responsible for the coordination

constructed within the sequence shown and/or variations to the sequence shown shall

shown for a specific sequence may be accomplished in other stages. Major items not

The sequencing shown is intended as a guide for major items only. Parts of the work

GENERAL NOTES

DESCRIPTION

2.8 to 3.5

I-135 Northbound approximate Mile Marker

Mainline:

2.8 to 3.5

I-135 Northbound approximate Mile Marker

Mainline:

on east side of bridge.

will occur behind temporary concrete safety barrier in work area

drain replacement, barrier rail repair, and other incidental work

east side of bridge. Bridge deck patching, joint repair, deck

Install temporary concrete safety barrier for I-135 work area on

Repair work:

and median shoulder.

Maintain minimum 11" lane width for traffic on existing pavement

I-135 Northbound narrowed to 1 lane for bridge repair work.

Traffic:

on west side of bridge.

will occur behind temporary concrete safety barrier in work area

drain replacement, barrier rail repair, and other incidental work

west side of bridge. Bridge deck patching, joint repair, deck

Install temporary concrete safety barrier for I-135 work area on

Repair work:

and outside shoulder.

Maintain minimum 11" lane width for traffic on existing pavement

I-135 Northbound narrowed to 1 lane for bridge repair work.

Traffic:

will be maintained at all times.

Mile Marker 2.8 to 3.5. Minimum lane widths of 11'

I-135 Northbound reduced to 1 lane from approximate

will be maintained at all times.

Mile Marker 2.8 to 3.5. Minimum lane widths of 11'

I-135 Northbound reduced to 1 lane from approximate

34

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4/2

019

Plotted :

JA

Rodriguez

Dra

wn B

y :

c:\

wcip

w\d

0349336\ka504301-rcs-0

1.d

gn

File :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co.

Page 76: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

SPEED

LIMIT

SPEED

LIMIT

ROAD

WORK

LANE

CLOSED

DO

NOT

PASS

WORK ZONE

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4/2

019

Plotted :

JA

Rodriguez

Dra

wn B

y :

c:\

wcip

w\d

0349336\ka504301-c

pl-01.d

gn

File :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co.MATCHLINE SEE SH. NO. 36

PHASE 1

TRAFFIC CONTROL PLAN

Mile

Marker 2.8

I-13

5

NO

RT

HB

OU

ND

I-13

5 S

OU

TH

BO

UN

D

720' Lane Drop Taper

4" Solid

White Te

mporary Pave

ment

Markin

g

35

N.T.S.

Channelizin

g

Devic

es (T

yp.)

Arrow

Dis

pla

y

48"x 48"

W4-2R

48"x 60"

R2-1

48"x 12"

KM4-20

48"x 60"

R4-1

48"x 48"

W3-5

48"x 48"

W20-5

48"x 48"

W20-1

Type 3

Barric

ades

Length to th

e Nearest

Whole

Mile

Channelizin

g

Devic

e

Ahead, 1500 ft, or 1 mile

mile

21

Ahead, 1000 ft, 1

500 ft, or

Speed to be deter

min

ed by th

e E

ngin

eer

Type "A

" Low Inte

nsity

Warnin

g Lig

ht

alo

ng channelizin

g devic

es.

For left la

ne closures use

W4-2

L and yellow edge line

and not separate

d by a concrete safety barrier syste

m.

activity area

where w

ork is in a closed la

ne adjacent to tr

affic

One fla

gger should be stationed

within each

multi-la

ne road

way

Rig

ht or Left

2640'

1500'

500'

500'

500'

1000'

Page 77: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4/2

019

Plotted :

JA

Rodriguez

Dra

wn B

y :

c:\

wcip

w\d

0349336\ka504301-c

pl-02.d

gn

File :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co.

MATCHLINE SEE SH. NO. 35

PHASE 1

TRAFFIC CONTROL PLAN

36

I-13

5

NO

RT

HB

OU

ND

I-13

5 S

OU

TH

BO

UN

D

MATCHLINE SEE SH. NO. 37

Mile

Marker 3.0

4" Solid

White Te

mporary Pave

ment

Markin

g

720' Lane Drop Taper

re

pa

T

gnit

fih

S '

08

1e

ca

pS r

eff

uB '

07

5

N.T.S.

Channelizin

g

Devic

es (T

yp.)

4" Solid

Yellow

Te

mporary Pave

ment

Markin

g

Page 78: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

30'

11'

2'

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4/2

019

Plotted :

JA

Rodriguez

Dra

wn B

y :

c:\

wcip

w\d

0349336\ka504301-c

pl-03.d

gn

File :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co.PHASE 1

TRAFFIC CONTROL PLAN

37

MATCHLINE SEE SH. NO. 36

Mile

Marker 3.2

4" Solid

Yellow

Te

mporary Pave

ment

Markin

g

I-13

5 S

OU

TH

BO

UN

D

I-13

5

NO

RT

HB

OU

ND

MATCHLINE SEE SH. NO. 38

ec

ap

S r

eff

uB '

07

5

Channelizin

g

Devic

es Typ.)

A

A

{ I-

135

North

bound

1'

1'

SE

CTIO

N

A-

A

N.T.S.

4" Solid

White Te

mporary Pave

ment

Markin

g

ytef

aS .

cn

oC .

F.L

45

1r

ep

aT

1:4

1

@ r

eirr

aB

rei

rr

aB

ytef

aS .

cn

oC .

F.L

56

41

ec

ap

S

kr

oW

Work Space

Inertial

Barrier Syste

m (T

L-3)

South EWS

Page 79: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4/2

019

Plotted :

JA

Rodriguez

Dra

wn B

y :

c:\

wcip

w\d

0349336\ka504301-c

pl-04.d

gn

File :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co.PHASE 1

TRAFFIC CONTROL PLAN

38

4" Solid

Yellow

Te

mporary Pave

ment

Markin

g

MATCHLINE SEE SH. NO. 37

N.T.S.

MATCHLINE SEE SH. NO. 39

I-13

5 S

OU

TH

BO

UN

D

I-13

5

NO

RT

HB

OU

ND

ec

ap

S

kr

oW

rei

rr

aB

ytef

aS .

cn

oC

.F.

L

56

41

4" Solid

White Te

mporary Pave

ment

Markin

g

Page 80: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

SPEED

LIMIT

END

ROADWORK

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4/2

019

Plotted :

JA

Rodriguez

Dra

wn B

y :

c:\

wcip

w\d

0349336\ka504301-c

pl-05.d

gn

File :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co.PHASE 1

TRAFFIC CONTROL PLAN

39

MATCHLINE SEE SH. NO. 38

N.T.S.

I-13

5 S

OU

TH

BO

UN

D

I-13

5

NO

RT

HB

OU

ND

RA

MP TO

K-15 N

B

RA

MP FR

OM

K-15

NB

ec

ap

S

kr

oW

re

pa

T t

fih

S

en

aL '

08

1m

aert

sn

wo

D '

00

1

re

pa

T

Concrete Safety Barri er

4" Solid

White Te

mporary Pave

ment

Markin

g

Devic

es (T

yp.)

Channelizin

g

Mile

Marker 3.4

rei

rr

aB

ytef

aS .

cn

oC .

F.L

56

41

North EWS

4" Solid

Yellow

Te

mporary Pave

ment

Markin

g

48"x 24"KG20-2

48"x 60"

R2-1

500'

500'

Page 81: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

SPEED

LIMIT

SPEED

LIMIT

ROAD

WORK

LANE

CLOSED

DO

NOT

PASS

WORK ZONE

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4

/20

19

Plo

tted :

JA

Ro

dri

gu

ez

Dra

wn B

y :

c:\

wcip

w\d

03

49

33

6\k

a5

04

30

1-c

pl-

06

.dg

nF

ile :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co.MATCHLINE SEE SH. NO. 41

PHASE 2

TRAFFIC CONTROL PLAN

I-135 N

OR

TH

BO

UN

D

I-135 S

OU

TH

BO

UN

D

4" S

oli

d Y

ell

ow

Tem

po

rary

Pav

em

en

t M

ark

ing

40

N.T

.S.

Channeli

zin

g D

evic

es (

Typ.)

72

0' L

an

e D

rop

Tap

er

48"x 48"

W4-2R

48"x 60"

R2-1

48"x 12"

KM4-20

48"x 60"

R4-1

48"x 48"

W3-5

48"x 48"

W20-5

48"x 48"

W20-1

Type 3

Barric

ades

Length

to t

he N

eare

st

Whole

Mil

e

Ch

an

neli

zin

g D

ev

ice

Ah

ead

, 1

50

0 f

t, o

r 1

m

ile

mil

e2

1A

head, 1000 f

t, 1

500 f

t, o

r

Sp

eed

to

be d

ete

rmin

ed

by

th

e E

ng

ineer

Type "

A" L

ow

Inte

nsit

y W

arn

ing L

ight

alo

ng

ch

an

neli

zin

g d

ev

ices.

For l

eft

lane c

losures u

se W

4-2L

and y

ell

ow

edge l

ine

and n

ot

separate

d b

y a

concrete

safety

barrie

r s

yste

m.

acti

vit

y a

rea w

here w

ork i

s i

n a

clo

sed l

ane a

dja

cent

to t

raffic

On

e f

lag

ger

sh

ou

ld b

e s

tati

on

ed

wit

hin

each

mu

lti-

lan

e r

oad

way

Rig

ht

or L

eft

2640'

1500'

50

0'

50

0'

50

0'

1000'

Arr

ow

Dis

pla

y

Page 82: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4/2

019

Plotted :

JA

Rodriguez

Dra

wn B

y :

c:\

wcip

w\d

0349336\ka504301-c

pl-07.d

gn

File :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co.

MATCHLINE SEE SH. NO. 40

PHASE 2

TRAFFIC CONTROL PLAN

41

I-13

5

NO

RT

HB

OU

ND

I-13

5 S

OU

TH

BO

UN

D

MATCHLINE SEE SH. NO. 42

Mile

Marker 3.0

4" Solid

Yellow

Te

mporary Pave

ment

Markin

g

720' Lane Drop Taper

re

pa

T

gnit

fih

S '

08

1e

ca

pS r

eff

uB '

07

5

N.T.S.

Channelizin

g

Devic

es (T

yp.)

4" Solid

White Te

mporary Pave

ment

Markin

g

Page 83: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

30'

11'

2'

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4/2

019

Plotted :

JA

Rodriguez

Dra

wn B

y :

c:\

wcip

w\d

0349336\ka504301-c

pl-08.d

gn

File :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co.PHASE 2

TRAFFIC CONTROL PLAN

42

MATCHLINE SEE SH. NO. 41

Mile

Marker 3.2

4" Solid

Yellow

Te

mporary Pave

ment

Markin

g

I-13

5 S

OU

TH

BO

UN

D

I-13

5

NO

RT

HB

OU

ND

MATCHLINE SEE SH. NO. 43

ec

ap

S r

eff

uB '

07

5

A

A

{ I-

135

North

bound

1'

1'

SE

CTIO

N

A-

A

N.T.S.

Channelizin

g

Devic

es (T

yp.)

Work Space

Inertial

Barrier Syste

m (T

L-3)

ytef

aS .

cn

oC .

F.L

45

1r

ep

aT

1:4

1

@ r

eirr

aB

South EWS

rei

rr

aB

ytef

aS .

cn

oC .

F.L

56

41

ec

ap

S

kr

oW

4" Solid

White Te

mporary Pave

ment

Markin

g

Page 84: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4/2

019

Plotted :

JA

Rodriguez

Dra

wn B

y :

c:\

wcip

w\d

0349336\ka504301-c

pl-09.d

gn

File :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co.PHASE 2

TRAFFIC CONTROL PLAN

43

4" Solid

Yellow

Te

mporary Pave

ment

Markin

g

MATCHLINE SEE SH. NO. 42

N.T.S.

MATCHLINE SEE SH. NO. 44

I-13

5 S

OU

TH

BO

UN

D

I-13

5

NO

RT

HB

OU

ND

rei

rr

aB

ytef

aS .

cn

oC

.F.

L

56

41

ec

ap

S

kr

oW

4" Solid

White Te

mporary Pave

ment

Markin

g

Page 85: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

SPEED

LIMIT

END

ROADWORK

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4/2

019

Plotted :

JA

Rodriguez

Dra

wn B

y :

c:\

wcip

w\d

0349336\ka504301-c

pl-10.d

gn

File :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co.PHASE 2

TRAFFIC CONTROL PLAN

44

MATCHLINE SEE SH. NO. 43

N.T.S.

I-13

5 S

OU

TH

BO

UN

D

I-13

5

NO

RT

HB

OU

ND

RA

MP TO

K-15 N

B

re

pa

T t

fih

S

en

aL '

08

1m

aert

sn

wo

D '

00

1

re

pa

T

4" Solid

White Te

mporary Pave

ment

Markin

g

Channelizin

g

Devic

es (T

yp.)

North EWS

rei

rr

aB

ytef

aS .

cn

oC .

F.L

56

41

RA

MP FR

OM

K-15

NB

ec

ap

S

kr

oW

Mile

Marker 3.4

48"x 24"KG20-2

48"x 60"

R2-1

500'

500'

4" Solid

Yellow

Te

mporary Pave

ment

Markin

g

Page 86: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

4545

TYPICAL WORK ZONE COMPONENTS

Advanced Warning Area Transition

Area

Activity Area Termination Area

Device

Channelizing

is 40 mph or less)

optional if posted speed limit

(sloped concrete treatment is

Inertial Barrier System

Barrier System

Concrete Safety

Display

Arrow

Taper

Shoulder

Taper "L" Space

BufferDistance

A

Distance

B

Distance

C

Taper

Work Space Downstream

(Temporary)

Pavement Marking

*

Taper Formulas:Buffer Space

785-296-1183.

Temporary Traffic Control Unit for more information at 785-296-1179 or

Alternative temporary rumble strip options may be available. Please contact the

W8-7 signs. All signs shall be displayed as long as the condition is present.

sign. A W8-15p motorcycle plaque shall be used to supplement the W8-15 or

This sign should be placed a "C" distance after the W20-1 (Road Work Ahead)

Pavement) or W8-7 (Loose Gravel) sign shall be used on mainline approaches.

of loose material, or when directed by the Engineer a W8-15 (Grooved

When the driving surface open to traffic is milled or is a temporary surface made

roadway width signing.

directed by the Engineer. A lane width less than 11' may require restricted

between centerlines of pavement markings) or as shown on the plans, or as

Minimum Lane Width: Lane widths shall be a minimum of 10' (measured

of the workzone speed limit may be allowed as directed by the Engineer.

posted/legal speed of the roadway prior to work starting. Additional reduction

Workzone Speed: Posted workzone speed shall be 10 MPH lower than the

work starting.

designed and installed using the posted/legal speed of the roadway prior to

Design Speed: Those items delegated to temporary traffic control should be

NOTES:

SPEED (MPH)

LENGTH (ft)

20

115

25

155

30

200

35

250

40

305

45

360

50

425 495

55 60

570

65

645

70

730

75

820

Posted speed prior to work starting

space upstream of the vehicle constitutes the buffer space.

buffer space. When a protection vehicle is placed in advance of the work space, only the

Neither work activity nor storage of equipment, vehicles, or material should occur in the

work zone components above.

full lane width should be available throughout the length of the buffer space. See typical

from the work space, the barrier system shall be considered part of the activity area. A

If temporary concrete safety barrier system is used to separate approaching traffic

URBAN (40 MPH OR LOWER)

URBAN (45 MPH OR HIGHER)

RURAL (55 MPH OR LOWER)

RURAL (60 MPH OR HIGHER)

EXPRESSWAY/FREEWAY 1000

750

500

350

100

A B

100

350

500

750

1500 2640

750

500

350

100

CSPEED (MPH)

Posted speed prior to work starting

Minimum advance warning sign spacing (in feet):

maximize visibility.

as approved by the Engineer in order to

beyond the minimum values in the table above

The spacing between any signs may be increased

less than 100', unless directed by the Engineer.

The minimum spacing between signs shall be no

Channelizer Placement:

Work Zone speed limit in mph.

should not exceed a distance in feet equal to 1/2 the posted

(1) The spacing between devices in transition area (taper)

the posted speed limit in mph prior to work starting.

area should not exceed a distance in feet equal to two time

(2) The spacing between devices in the advanced warning

Work Zone speed limit in mph.

not exceed a distance in feet equal to two times the posted

(3) The spacing between devices in the activity area should

normally at right angles to the traffic flow.

(4) Channelizing devices shall be placed for optimum visibility,

Shoulder Taper=1/3 L

Shifting Taper=1/2 L

Width in offset feetW =

prior to work starting in MPH

Numericial value of posted speedS =

Minimum length of taper in feetL =Where:

L = WS /60 for speeds of 40 MPH or less

L = WS for speeds of 45 MPH or more

2

section.

needed along the tangent barrier

portable channelizing devices are not

When concrete barrier system is used,*

TRAFFIC CONTROL GENERAL NOTES

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4/2

019

Plotted :

JA

Rodriguez

Dra

wn B

y :

c:\

wcip

w\d

0349336\ka504301-te700-0

1.d

gn

File :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co.

Page 87: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

46

165' S. of S. E

WS

50 M

PH

Phase 1

Phase 2

50 M

PH

165' S. of S. E

WS

R L

700

400

200

200

200

200

200

200

400

700

1400

2100

2100

400

700

1400

2100

2100

400

700

700

400

700

1400

2100

2100

700

1400

2100

2100

5-1

7-1

3

Replace

ment

Module

IN

ER

TIA

L B

AR

RIE

R S

YS

TE

M

S.W.K.

(TL2 or

TL3)

7

J.O.B.

TYPIC

AL P

LA

N of IN

ER

TIA

L B

AR

RIE

R

IN

ER

TIA

L B

AR

RIE

R

S.W.K.

J.O.B.

RD620

TR

AC

ED Bo

wser

TR

AC

E C

K. Kin

g

APP'D. Ja

mes O. Bre

wer

6-2

7-1

1

S.W.K.

5

J.O.B.

Revised n

otes & T

ypical Pla

n d

etail

6

K.E.K.

J.O.B.

2-3-1

2

Added D

etail, Clear

Are

a

700

400

8Rev. Layouts (

TL-2/T

L-3)

1-2

7-1

5

9-1

6-1

5

ST

AT

E

KA

NS

AS

YE

AR

PR

OJE

CT N

0.

SH

EETS

TO

TA

LS

HEET N

O.

c:\wcipw\d0349336\ka504301-rd620-01.dgn File :

Drawn By :JARodriguezPlotted :4/4/2019

DA

TE

RE

VISIO

NS

BY

APP'D

NO.

KA

NS

AS D

EP

AR

TM

EN

T O

F T

RA

NSP

OR

TA

TIO

N

FH

WA A

PP

RO

VA

L

DESIG

NE

D

DET

AILE

D

DESIG

N C

K.

DET

AIL C

K.

QU

AN.C

K.

RD

TR

AC

ED

TR

AC

E C

K.

QU

AN

TITIES

APP'D.

ÚFill

module to c

orrect

weig

ht for its p

ositio

n in array.

36"

Sid

e

20'

20'

75'

Conc. BarrierÛ

ÙInertial Barrier

ÚEdge of

Traffic Lane

or

Obsta

cle

Conc. Barrier

6"

6"

6"

6"

12"

6"

6" (min.)

ÙSee B

arrier

Layout for Flare R

ate

Traffic

Clear

Are

aVariable

10̂

0̂ to

Zone or one-w

ay directional traffic.

additio

nal

modules are n

ot re

quired alo

ng the sid

es of

Concrete B

arrier or

Obsta

cle w

hen it's location is o

utsid

e the Clear

quires a

n a

dditio

nal set of

modules each sid

e if appro

ach traffic is e

xposed to the b

ack p

ortio

n of th

e Inertial Barrier. T

hese

on the Traffic Sid

e of

Concrete B

arrier or

Obsta

cle. Traffic a

djacent to b

oth sid

es of th

e C

oncrete B

arrier or

Obsta

cle re-

W

hen t

wo-w

ay traffic is a

djacent to o

nly o

ne sid

e of

Concrete B

arrier or

Obsta

cle, th

ese a

dditio

nal

modules will be placed

(V > 4

5 M

PH)

HIG

H S

PEE

D T

L-3

(V ë 4

5 M

PH)

LO

W S

PEE

D T

L-2

traffic lane.

No p

ortio

n of th

e s

yste

m s

hall e

ncro

ach into the a

ppro

ach

appro

ach traffic.

may b

e aligned at an a

ngle, not to e

xceed 1

0°, in the direction of

Where s

ufficie

nt space is a

vailable the Inertial Barrier Syste

m

module of Inertial Barrier Syste

m facin

g traffic.

tical, recta

ngular or dia

mond s

hape) reflective s

heeting o

n first

Install 2

70 s

quare inches of

Type || Hig

h P

erf

orm

ance (ver-

Module w

eig

hts s

ho

wn are in p

ounds.

Contractor's e

xpense.

during relo

cation of Inertial Barrier Syste

m are replaced at th

e

Inertial Barrier Syste

m m

odules d

am

aged b

y the C

ontractor

used o

n site, Engineer's direction.

Keep a

vailable replace

ment

modules to replace a

ny size m

odule

relo

cations.

"Inertial Barrier" inclu

des the original installation a

nd required

When installed as p

art of project traffic c

ontrol, the bid ite

m

the e

nd of concrete b

arrier or oth

er rigid o

bject.

Pro

vid

e a 6" spacin

g b

etw

een m

odules a

nd o

ne foot betw

een

quire

ments.

See sta

ndard s

pecifications for

mixture to fill

modules re-

dations for

module m

aterials a

nd m

eth

od of installation.

cro

ss-slo

pe n

o ste

eper th

an 1

0: 1. See M

anufa

cturer's reco

mm

en-

Install Inertial Barrier Syste

m o

n a flat, sta

ble b

ase with

ments.

sho

wn for th

e s

pecifie

d d

esig

n s

peed, all hard

ware a

nd attach-

Use Inertial Barrier Syste

m c

onsisting of th

e u

nits as

variations w

hic

h are d

esig

ned to m

eet pre

vailin

g criteria.

Barrier Syste

ms. So

me project specific c

onditio

ns m

ay require

This dra

win

g d

etails g

eneral configurations for Inertial

GE

NE

RA

L N

OT

E

PL

AN

PL

AN - C

LE

AR A

RE

A

CLE

AR A

RE

A

Revised G

eneral N

ote

KDOT Graphics Certified

KD

OT G

raphics C

ertified

03-28-2018

Const. P

h.

Location

Desig

n S

peed

Page 88: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

47

ELE

VA

TIO

N (S

EC

TIO

N)

PL

AN (S

EC

TIO

N)

DELIN

EA

TO

R D

ET

AILS

EN

D VIE

W

ELE

VA

TIO

N

DET

AILS O

F B

AR

RIE

R C

ON

NE

CTIO

N

PL

AN

REIN

FO

RCIN

G A

615 Gr. 6

0

LO

OP A

SS

EM

BL

Y

CO

NC

RET

E S

AFET

Y B

AR

RIE

R

b b

ars

b b

ars

b b

ars

b b

ars

b b

ars

a b

ars

b b

ars

b b

ars

8"8"

b b

ars

8"

b b

ars

8"

b b

ars

b b

ars

788.8

& n

ut are installed at

Contractor's o

ption.

Note: Retainer bolt & n

ut re

quired with Tie D

ow

n Strap.

4"

Bar

Size

Bar

Shape

48.1

12

26.3

6

25.3

22.8

2 2

25.5

2

6'-0"

2'-11"

12'-2"

8'-5"

7'-7"

8'-6"

Ft.

Length

Lbs.

Weig

ht

a a b d d d

#4

#6

#5

#6

#6

#6

V N

otc

h is o

ptional

Per 12'-6"

Barrier Section

Concrete Q

uantity = 1.3 C.Y.

(Stirr

up Place

ment)

(Stirr

up Place

ment)

(Dim

ensio

ns are o

ut to o

ut of bars u

nless oth

erwise n

ote

d.)

NO

TE: At no tim

e s

hall the b

arriers b

e lifte

d, m

oved, etc.

GE

NE

RA

L N

OT

ES:

8"

1'-4"

3"

3"

3"

2"

2'-0"

2'-0"

1'-0"

1'-0"

1'-0"

1'-0"

8"

8"

4'-3"

4'-3"

4" (T

yp.)

1'-5"

1'-5"

4'-3"

6"6"

9"

9"

8"

9"

9"

2'-1•"

4"

2" Cl.

3"

1"

1"

2"

Cl. to a bars

A A

B BLifting Slot

4"

Dia.

for

Lifting

Void Are

a

Anchor

Bolt Blo

ckout(b

oth sid

es)

a b

ars

a b

ars

See D

etail "

B"

à

Mark

ed E

nd

4" dia

meter - 11 g

auge ste

el ro

und m

echanical tu

bin

g sleeve. T

hese h

oles are o

ptional.

à

2'-0"

2'-0"

4'-3"

4'-3"

4" (T

yp.)

à

Anchor

Bolt

Hole S

pacin

g

Type F

3 b

arrier

2" ô H

ole

a b

ars

a bars

a b

ars

a b

ars

3"

8"

5"

1'-10"

2'-8"

7"

ô H

ole

ì 2"

Stirr

ups

Vertical

2"

2"

7"

2'-4"

ì Bar

1'-0"

3" to ì Bar1'-5"

1'-4"

1'-4"

2'-9"

1"

7"

2" Cl. (min.)

1"

Cl. to

2" Cl.

For connection pin d

etails see D

etail "

A"

D=3"

à

(1"

Cha

mfer to pre

vent spallin

g)

(A36 Ste

el) 10.9 lbs. each

Top Plate

Centere

d o

n Plate 4"

2'-4"

1"

4"

(Material as state

d in G

eneral N

otes)

Anchor

Bolt

Blo

ckout

Optional 4"

dia. hole

1

1

3

2

1

1

11

1

2

1

22

2

3

1

2

1

1

2

1

1

2

1

3

1

21

2

1

1

32

1

3 2

1

111

1

111 1

1

2

1

2

1 2 1 1 2 3

12

3

12

3

12

3

1

2

TYPIC

AL S

EC

TIO

N

SE

CTIO

N B-B

SE

CTIO

N A-A

TYPIC

AL S

EC

TIO

N

CO

NN

EC

TIO

N PIN

DET

AIL 'B'

LIFTIN

G S

LO

T D

ET

AIL

TE

MP

OR

AR

Y

TYP

E F

3

S.W.K.

J.O.B.

45-1

7-1

3Revised G

eneral N

ote, Clear

Are

a

K.E.K.

S.W.K.

12'-6" (P

ay Length)

12'-6" (P

ay Length)

58-2

7-1

5Added N

ote, Pay Length

for oth

er end)

(Mark

ed e

nd s

ho

wn, in

vert

LO

OP B

AR A

SS

EM

BL

Y

A.L.R.

S.W.K.

67-1

7-1

7Revised G

eneral N

ote

RD622

ST

AT

E

KA

NS

AS

YE

AR

PR

OJE

CT N

0.

SH

EETS

TO

TA

LS

HEET N

O.

c:\wcipw\d0349336\ka504301-rd622-01.dgn File :

Drawn By :JARodriguezPlotted :4/4/2019

DA

TE

RE

VISIO

NS

BY

APP'D

NO.

KA

NS

AS D

EP

AR

TM

EN

T O

F T

RA

NSP

OR

TA

TIO

N

FH

WA A

PP

RO

VA

L

DESIG

NE

D

DET

AILE

D

DESIG

N C

K.

DET

AIL C

K.

QU

AN.C

K.

RD

TR

AC

ED

TR

AC

E C

K.

QU

AN

TITIES

APP'D. Scott W.

Kin

g

Fle

xible D

elineators

2"

12"

A.L.R.

S.W.K.

79-1

1-1

7Revised M

ark

ers

b b

ar

a b

ar

1"

Cl. to a bar

"4

12

"4

18

" ô h

ole

83

1

" Top Plate D

etail)

21 (•

41

" ô

41

1

" ô h

ole for retainer bolt. The retainer bolt

85

" Min. Cl.

43

1

•"2

11'-9

•"2

11'-9

•"2

11'-9

•"2

11'-9

"87

2 "85

6 •" 21

6

"2

11'-10•

"21

2"2

1•

•" 21

7 "21

4•

d b

ar

d b

ar

d b

ar

b b

ar

d b

ar

a b

ar

" m

easure

d fro

m face of rail to o

utsid

e e

dge of lo

op b

ar

81

" á

83

3

a b

ar

d b

ar

a b

ar

d bar

"87

2 "85

6 "21

6•

b b

ar

a b

ar

" min. Cl.

43

1

a b

ar

a b

ars (in p

airs)

a b

ars (in p

airs)

"4

15

"4

1D

=4

"81 5

"8

13

"85

1'-6

"83

4

•"2

14

•"2

11'-3

a b

ar

"41

4

"4

3D

=2

•"2

1D

= 6

a b

ar

•"2

12'-10

d b

ar

d b

ar

d b

ar

"41

R=3

"41

R=3

"43

1'-5

"43

1'-8

"4

32'-9

"4

3

b b

ar

d b

ar

d b

ar

d b

ar

" W

ooden Blo

ck

85

Set

with 3

b b

ar

d b

ar

d b

ar

1

b b

ar

" Cha

mfer

43

d b

ar

b b

ar

Bars

of

No.

by use of th

e loop b

ars: d , d or d .

3-5-1

8

For non-a

nchore

d road

way a

pplications, dim

ensio

n "

A" shall b

e a minim

um of 2'-0".

Safety B

arrier and s

hall b

e kept free of any e

quip

ment, m

aterial sto

ckpiles or oth

er obsta

cles.

Sta

ndard Dra

win

g R

D622

B. The clear are

a is locate

d b

ehin

d the T

em

porary C

oncrete

The C

ontractor shall b

e responsible for

maintainin

g a clear are

a, sho

wn as dim

ensio

n "

A" on

•" or gre

ater and Sta

ndard Dra

win

g R

D622

D for

Barrier

Layouts.

21

1 for anchor and tie d

ow

n d

etails, Sta

ndard Dra

win

g R

D622

C for

Bridges with therm

al expansio

n of

If necessary, inclu

de Sta

ndard Dra

win

g R

D622

A for

Taper Section, Sta

ndard dra

win

g R

D622

B

subsidiary to the bid ite

m "

Concrete S

afety B

arrier (T

ype F

3) (T

em

porary).

The w

ork a

nd m

aterials required for th

e installation of delineators as m

entioned s

hall b

e

back-to-b

ack, and s

hall c

orrespond to the c

olor of th

e e

dge line.

w

hen used o

n the rig

ht. W

hen traffic flo

w is in b

oth directions d

elineators s

hall b

e placed

When traffic flo

w is in o

ne direction, th

e d

elineators s

hall b

e yello

w w

hen used o

n the left, w

hite

place

ment shall b

e similar to p

erm

anent barrier delineation.

ro

ad

way is narr

owed a

nd traffic is a

djacent to the structure. The m

eth

od a

nd location of

Delineators s

hall b

e attached to bridge rail or oth

er structures in c

onstruction z

ones w

hen

Te

mporary C

oncrete S

afety B

arrier as reco

mm

ended b

y the m

anufa

cturer.

and a minim

um reflective s

urface are

a of 7 s

q. in.. T

he d

elineators s

hall b

e affixed to the

delineators at each location. Each d

elineator shall have a minim

um heig

ht-to-width ratio of 1.7

5,

The d

elineation s

hall b

e m

ounte

d o

n the sid

e of th

e T

em

porary C

oncrete S

afety B

arrier

with t

wo

shall b

e s

paced o

n 2

5' centers. See Sta

ndard Dra

win

g R

D610 for additio

nal details.

DELIN

EA

TIO

N:

Delineators s

hall b

e s

paced o

n 5

0' centers, e

xcept thro

ugh c

urv

es w

here they

-

Date m

anufa

cture

d (

month a

nd year)

-

Manufa

cturer code (as s

pecifie

d b

y K

DO

T B

ure

au of

Const. & M

aint.)

- Type F

3

into the b

arrier th

e follo

win

g inform

ation:

MA

RKIN

G: T

he left e

nd (à) of each b

arrier shall b

e p

erm

anently m

ark

ed b

y sta

mpin

g or formin

g

Contractor to repair the d

am

aged are

a or re

place the te

mporary b

arrier section.

or lo

op b

ar asse

mbly are d

am

aged d

uring the tensio

nin

g pro

cess, it is the responsibility of th

e

th

e installation is taut and the c

onnection pin cannot freely m

ove vertically. If th

e c

onnection pin

After th

e b

arrier is placed a

nd the c

onnection pin is inserted, te

nsio

n or pull the b

arrier such that

fr

om the road

way s

urface just prior to place

ment of th

e b

arrier.

PL

AC

EM

EN

T: B

arrier shall b

e placed o

n a p

aved s

urface.

All loose dirt and sand s

hall b

e re

moved

Appro

xim

ate w

eig

ht of one u

nit e

quals 2.7 tons.

shall b

e re

moved fro

m the site u

pon accepta

nce of th

e c

om

plete

d project.

Pla

ns, th

e T

em

porary C

oncrete S

afety B

arrier shall b

eco

me the pro

perty of th

e C

ontractor and

bid ite

m "

Concrete S

afety B

arrier (T

ype F

3) (T

em

porary-R

elo

cate)". U

nless oth

erwise n

ote

d o

n the

barrier re

quired for th

e project shall b

e p

aid in accord

ance with the S

pecial Pro

visio

ns u

nder th

e

Contract unit price bid for "C

oncrete S

afety B

arrier (T

ype F

3)(

Te

mporary)". A

ny relo

cation of th

e

and all labor and e

quip

ment re

quired to p

ositio

n the te

mporary b

arrier shall b

e inclu

ded in the

TE

MP

OR

AR

Y C

ON

CR

ET

E S

AFET

Y B

AR

RIE

R: F

urnis

hin

g a

nd placin

g of all m

aterials w

hen required

drainage of

water after installation o

n the road

way.

LIFTIN

G S

LO

TS: Lifting slots s

hall b

e c

onstructe

d w

here s

pecifie

d o

n the pla

ns to facilitate the

appro

val.

min

or variations in section g

eo

metry a

nd attach

ments m

ay b

e s

ub

mitte

d to the E

ngineer for

SE

CTIO

N: T

he section furnis

hed m

ust generally c

om

ply with dim

ensio

ns s

ho

wn. Requests for

Use air-e

ntrained c

oncrete with f'c = 5,0

00 p.s.i.

" of th

e pla

n dim

ensio

ns.

81

dia

meter. The loops s

hall b

e installed within

minim

um 1

4% elo

ngation in 8 inches, and p

assin

g a 1

80 d

egre

e b

end test usin

g a 3.5 D pin b

end

te

nsile strength of not less than 1.2

5 tim

es the yield strength b

ut a minim

um of 80 ksi, a

" s

mooth ste

el bars with a minim

um yield of 60 ksi, a

43

The loop b

ars (d , d a

nd d ) shall b

e

MA

TE

RIA

L: Use A

ST

M A

615, Gra

de 6

0 reinforcin

g b

ars, except for th

e loop b

ars (d , d a

nd d ).

"21

1'-10

"21

2

DET

AIL

A

KDOT Graphics Certified

KD

OT G

raphics C

ertified

03-16-2018

Page 89: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

48

ST

AK

E D

ET

AIL

ST

OP P

LA

TE D

ET

AIL

TIE-D

OW

N S

TR

AP D

ET

AILS

ELE

VA

TIO

NE

ND VIE

WP

LA

N

0' < A < 2' A

nchor each b

arrier

with 3 b

olts o

n traffic face

A > 2' N

o a

nchora

ge required

ELE

VA

TIO

N

BRID

GE D

EC

K A

PP

LIC

ATIO

NR

OA

D P

AV

EM

EN

T A

PP

LIC

ATIO

N

0" < A < 2' A

nchor each b

arrier

with 3-b

olts o

n traffic face

2R

3R

1 /2"

TR

EA

TM

EN

T A

T B

RID

GE D

EC

K E

XP

AN

SIO

N J

OIN

T S

CH

EM

ATIC (

Expansio

n < 1 )

6" < A < 2' A

nchor

with Tie-d

ow

n Strap or Sta

ked D

ow

n (flexible)

S.W.K.

J.O.B.

_

__

Option

Option

_

__

2' < A < 4' A

nchor

with Tie-d

ow

n strap c

onnector

S.W.K.

J.O.B.

S.W.K.

J.O.B.

S.W.K.

J.O.B.

RD622

B

TR

AC

ED Bo

wser

TR

AC

E C

K. Kin

g

APP'D. Ja

mes O. Bre

wer

Rev.

Anchor to Tie-d

ow

n callout

Add. thro

ugh b

olt with asphalt o

ver.

Revised G

eneral N

ote

6-2

7-1

1

9-1

4-1

0

345

12-3

1-1

36

Rev.

Note (

Alt.

Drill.

& Gro

ut. A

nch.)

9-4-1

4

10"

3"

3'-4"

"21

1

" R. to inside

41

Bend line (

Typ.)

Connection Pin Asse

mbly

Traffic Face

Type F

3 b

arrier

Tie-D

ow

n Strap

Traffic Face

Type F

3 b

arrier

ÚEdge of deck

A

A

"163

3

"43

1

" x 4"x

4" Square W

asher (A

36)

21

" ô H

eavy H

ex Ja

m N

ut

81

12" ô

hole

2" ì b

olt

Type F

3 b

arrier

ÚEdge of deck

A

Option to use a thic

ker ste

el strap is n

ot allo

wed.

ÚBarrier

Units

ÜÚ

Barrier

Units

Traffic Sid

e of

Barrier

A

" ô x 1

0" bolt & n

ut (R

eq.)

21

Traffic Face

Manufa

cturer

Reco

mm

ended Gro

ut or ce

ment

" min. 21

5

"8

3 68̂ á

68̂ á

"2

11

"2

13

"2

13

"21

3

4" (Minimum)

" x 3

6" Ste

el Strap

41

3" x

" Ste

el Plate

41

" x 3

41

3" x

" Ste

el Plate

41

" x 3

21

3" x

" Ste

el Plate

Ü4

1" x 3

41

Ú3" x

41

" ð

21

Sto

p Plate

Û

" to a p

oint

21

Grind b

otto

m 1

ÚSta

ke

Traffic Face

Type F

3 b

arrier

Fle

xible P

ave

ment or

Asphalt P

ad

Ü

3'-0"

16"

16"

"2

110

2"

3"

"2

12

"2

110

3"

2"

"2

12

"16

3

"16

3"

16

3

(Thre

aded R

od Altern

ate)

Use lock w

asher, lock n

ut or burr thre

ads

Are

a of concern

blo

ckout

Anchor bolt

blo

ckout

Anchor bolt

Omit this A

nchor

Bolt a

djacent to E

xpansio

n J

oint

ÙBridge D

eck

ÙAppro

ach rigid p

ave

ment

" or gre

ater see Std. R

D622

C).

21

Bridge D

eck E

xpansio

n J

oint (f

or

Therm

al Expansio

n of 1

ÚAsphalt

overlayÛ

1B

2B

3B

1R

Road Designer shall coordinate barrier layout with Bridge Designer to accomodate for expansion during construction.in the reinforcing steel layout to accommodate barrier anchoring".

Note to Designer: For use on Haunched slab bridges, the Road Designer shall coordinate with the Bridge Designer for "corridor

Note: B

RID

GE A

PP

LIC

ATIO

N (

Opt. 1 B)

may b

e used in lie

u of (O

pt. 2 B)

with prior appro

val fro

m the State Bridge Office.

This dim

ensio

n m

ay b

e reduced to 1' on a ne

wly c

onstructe

d Bridge D

eck.

Altern

ate (

Top)

Thre

aded R

od

Install o

n Bridge D

eck (

Opt. 1 B)

TH

RO

UG

H B

OLT (Preferred)

AS

TM F

1554 Gra

de 3

6)

Hex N

ut (A

AS

HT

O M

314 or

" ô A

nchor

Bolt with H

eavy

81

1

Washer (A

36)

"x3"x

3" Square

21

and c

oncrete bridge d

eck

3" ô h

ole thro

ugh asphalt

(fy = 7

2 ksi, min.)

Dra

wn D

OM ste

el tu

be

" Cold

85

" x 1

85

" x

87

2

ASP

HA

LT O

VE

RL

AY

WIT

H E

XIS

TIN

G

hole

2" ô

or

Rid

gid P

ave

ment (O

pt. 1 R)

Bridge D

eck (

Opt. 1 B)

Alt.

DRILLE

D A

ND G

RO

UT

ED A

NC

HO

R

(area of concern)

Edge of deck or pavement

AS

TM 4

49 b

olt

"4

3" ô x 1

43

pull o

ut strength or appro

ved e

quivale

nt.

" dro

p in a

nchor

with 1

7.2 kips

43

Red H

ead Bridge D

eck (

Opt. 2 B)

Rigid P

ave

ment (O

pt. 2 R) or

TIE-D

OW

N S

TR

AP

Reco

mm

endation (f'c= 4 ksi

min. Conc.) to d

evelo

p ultim

ate strength of anchor bolt.

" or lo

nger e

mbed

ment per

Manufa

cturing

21

" ô A

nchor

Bolt (

AA

SH

TO M

314 or

AS

TM F

1554 Gra

de 3

6)

with 5

81

1

the Altern

ate Drilled a

nd Gro

ute

d A

nchor installation for

Opt. 1

B a

pplications.

bea

ms, girders or expansio

n joint. T

he State Bridge Office s

hall a

ppro

ve the use of

Note: Altern

ate Drilled a

nd Gro

ute

d A

nchor installation a

voids d

am

age to the s

upport

" ô h

ole (

Centere

d)

85

1

" ô P

ull H

ole

21

prior to installin

g sta

kes.

" ô h

oles in fle

xible p

ave

ment

21

Pre

drill 1

ELE

VA

TIO

N - S

TA

KE

D D

OW

N (

Opt. 2 R)

FLE

XIB

LE P

AV

EM

EN

T R

OA

D A

PP

LIC

ATIO

N

n

ot sho

wn o

n this s

heet.

Note: See Std.

Dra

win

g N

o. R

D622 for details a

nd q

uantities

" ô

21

1

inside

" R. to

41

Bolt o

n traffic sid

e o

nly

(Opt. 1 B s

ho

wn)

Anchor

Thro

ugh B

olted

(Opt. 1 R s

ho

wn)

Gro

ute

d A

nchor

Bolts

" ô

87

" ô

83

1" ô

87

barriers.

See R

D622

D for transitio

n d

etails b

etw

een a

nchore

d a

nd fre

e-sta

ndin

g

dra

win

g are n

ot allo

wed for perm

anent installations.

TE

MP

OR

AR

Y B

AR

RIE

RS: T

em

porary B

arriers s

ho

wn in the d

etails of this

see Index of Sheets.

SIG

NIN

G: F

or sig

n s

pacin

g, traffic c

ontrol device d

etails a

nd refere

nce n

otes,

to the bid ite

m "

Concrete S

afety B

arrier".

subsidiary

Work a

nd m

aterials required to re

move a

nd p

atc

h a

nchor holes is

co

mpletely with h

ot or cold asphalt p

atc

h m

aterial.

For re

moved or relo

cate

d b

arrier on fle

xible p

ave

ment, fill sta

ke h

oles

structions for dro

p-I

n a

nchors e

xcept no c

oring is required.

To fill thro

ugh b

olt a

nchor, re

move a

nd c

om

pletely fill th

e h

ole usin

g in-

for

mixin

g, hole pre

paration a

nd c

uring.

into pre

vio

usly p

oure

d c

oncrete

". F

ollo

w the m

anufa

cturer's pro

cedures

qualified "

Non-s

hrink gro

uts for gro

uting a

nchor bolts a

nd reinforcin

g

movin

g a

ny d

ust and d

ebris. Fill hole with m

aterial th

at

meets K

DO

T Pre-

equal to the installed d

epth a

nd re

move the c

ore, pre

pare the h

ole b

y re-

anchor

with a c

ore b

arrel 2x the dia

meter of th

e insert. Core to a d

epth

BA

RRIE

R R

EM

OV

AL: Re

move gro

ute

d or

wedge a

nchor syste

m b

y drillin

g the

sid

e e

xcept on tra

nsitio

n b

arrier as s

ho

wn.

Install thre

e a

nchor bolts or asphalt pins p

er barrier on the traffic

washers that

meet sta

ndard s

pecifications.

AN

CH

OR

AG

E: Use g

alvanized gro

ute

d a

nchor bolts, thro

ugh a

nchor bolts, nuts &

barriers have 3 sta

kes each.

up to 2 sta

kes m

axim

um in a sin

gle b

arrier

may b

e o

mitte

d if adjacent

within sta

ke d

epth. If conflicts b

etw

een sta

ke a

nd b

uried ele

ments e

xist,

UTILITIES & S

TR

UC

TU

RES (Sta

kes)

Verify b

uried utilities a

nd structures

to the bid ite

m "

Concrete S

afety B

arrier".

subsidiary

of th

e a

nchors are

expansio

n joints.

All w

ork a

nd m

aterials required for th

e installation

be used.

Do n

ot drill into or oth

erwise d

am

age s

upport b

ea

ms, girders, or

chor bolt w

here p

ossible, use gro

ute

d a

nchor bolts w

here thro

ugh b

olt can't

may b

e drilled after positio

nin

g b

arrier. Install b

arrier

with thro

ugh a

n-

IN

ST

ALL

ATIO

N: H

oles into the p

ave

ment to a

nchor th

e c

oncrete safety b

arrier

GE

NE

RA

L N

OT

ES:

TYP

E F

3 A

NC

HO

RA

GE

CO

NC

RET

E S

AFET

Y B

AR

RIE

R

ST

AT

E

KA

NS

AS

YE

AR

PR

OJE

CT N

0.

SH

EETS

TO

TA

LS

HEET N

O.

c:\wcipw\d0349336\ka504301-rd622b-01.dgn File :

Drawn By :JARodriguezPlotted :4/4/2019

DA

TE

RE

VISIO

NS

BY

APP'D

NO.

KA

NS

AS D

EP

AR

TM

EN

T O

F T

RA

NSP

OR

TA

TIO

N

FH

WA A

PP

RO

VA

L

DESIG

NE

D

DET

AILE

D

DESIG

N C

K.

DET

AIL C

K.

QU

AN.C

K.

RD

TR

AC

ED

TR

AC

E C

K.

QU

AN

TITIES

APP'D.

TE

MP

OR

AR

Y

A > 4'

No a

nchora

ge required u

nless s

ho

wn o

n pla

ns

2-2-1

0

KDOT Graphics Certified

KD

OT G

raphics C

ertified

03-28-2018

Page 90: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

49

c:\wcipw\d0349336\ka504301-rd622c-01.dgn File :

Drawn By :JARodriguezPlotted :4/4/2019

(Rig

ht

Barrier S

EC

TIO

N)

(Left B

arrier S

EC

TIO

N)

C C

C C

TR

EA

TM

EN

T A

T B

RID

GE D

EC

K E

XP

AN

SIO

N J

OIN

T S

CH

EM

ATIC

ELE

VA

TIO

N

ELE

VA

TIO

N

PL

AN (S

EC

TIO

N)

PL

AN

REIN

FO

RCIN

G A

615 Gr. 6

0

LO

OP A

SS

EM

BL

Y

Bendin

g Dia

gra

m

DET

AIL "

A" (Wire R

ope)

PLAN

ELEVATION

1" ô D

OW

EL B

AR

7-2

6-0

7S.W.K.

J.O.B.

3Chg. flat head scre

w & ferr

ul to 1" ô

ST

AT

E

KA

NS

AS

YE

AR

PR

OJE

CT N

0.

SH

EETS

TO

TA

LS

HEET N

O.

DA

TE

RE

VISIO

NS

BY

APP'D

NO.

KA

NS

AS D

EP

AR

TM

EN

T O

F T

RA

NSP

OR

TA

TIO

N

FH

WA A

PP

RO

VA

L 10-0

5-0

7

DESIG

NE

D J.P.J.

DET

AILE

D

DESIG

N C

K.

DET

AIL C

K.

QU

AN.C

K.

RD622

C

TR

AC

ED B.N.B.

TR

AC

E C

K. S.W.K.

QU

AN

TITIES

APP'D. Ja

mes O. Bre

wer

A A

B B

PL

AN (S

TEEL C

AP P

LA

TE)

AN

CH

OR

AG

E at

EXP

AN

SIO

N J

T.

SA

FET

Y B

AR

RIE

R T

YP

E F

3

TE

MP

OR

AR

Y C

ON

CR

ET

E

"2

14

"2

14

"2

14

"2

14

"2

14

"2

14

"2

14

"2

14

(Left B

arrier Stirr

up Place

ment)

(Rig

ht

Barrier Stirr

up Place

ment)

"2

14"

21

4 "2

14"

21

4

"2

14"

21

4

"2

14"

21

4

6"

6"

(Left a

nd Rig

ht

Barrier Section needed for each Bridge E

xpansio

n J

oint, see d

etails.

4" Bridge E

xpansio

n J

oint

ÙLeft B

arrier

Unit (

Traffic Sid

e)

ÚRig

ht

Barrier

Unit (

Traffic Sid

e)

1'-9"

1'-6"

" Ste

el Cap Plate (

Typical).

21

" barrier re

cess to acco

modate

85

1'-6" x 1'-9" x

" gap or less to recess e

dge o

n a

ppro

ach traffic sid

e.

41

Install C

ap Plate with

" Cl. to

81 cap plate

"21

Weld

Û

1'-8"

8"

96̂

16

64.1

336.8

201.3

" Structural Ste

el Cap Plate

21

"81

or bend

"43

1

1" Loop Ferrules

"4

111

8"

dÖ bar

dÖ bar

dÖ bar

9"

dÖ bar

dÖ bar

dÖ bar

3'-2"

"4

33

"4

33

aÓ bars

2"

Cl. to

" Dro

p F

org

ed C

able Cla

mps

85

3-

(Cla

mp as s

ho

wn o

nly)

APP

RO

AC

H T

RA

FFIC

F3 B

arrierÜ

ÚExp. Jt. F

3 B

arrier

" R. on B

end

43

Ú

ÚConnection Pin

"43

2"4

17"4

17 "4

15

bÓ bar spacing

Cap p

anel re

cess

Cap p

anel re

cess

b b

ars

Cap p

anel re

cess

(No d

Ö bar place

ment on B

arrier

Expansio

n Jt. e

nd)

9114.2

1"

1'-8"

If tw

o or

more A

nchor

Bolts are o

mitte

d, th

en a

dd a

n a

dditio

nal cable.

Cha

mfer

3"

"21

8

"21

4"8

31

1"

"21

6"85

7

6" 6" 6" 2"

6"

1" (8-N

C)

Loop Ferr

ules

"4

33

1" ôx28" dowel

15"

2"

15" Typ.

2" Typ

1'-2"

1'-2"

1" ô x 2

8"

Do

wel 2"

OD W

asherÛ

15"

5"

15"

15"

"2

15

1"

1'-6"

1"

Cap plate seam lineÜ

ÙCap plate seam line

4'-0"

1'-8"

1'-8"

8"

3'-0"

"2

14

5"9"

"8

31

6"

6"

5"9"

6"

2"

"8

57

"2

16

45° bevelÜ

Lifting Slot

bÓ bar

aÔ bar

aÓ bars

aÓ bars

aÔ bar

a bar

Lifting Slot

bÓ bar

bÓ bar

aÓ bars

aÓ bars

aÔ bar

aÔ bar

Anchor

Bolt Blo

ckout (b

oth sid

es)

Ü

Lifting Slot

Lifting Slot

Anchor

Bolt Blo

ckout (b

oth sid

es)

bÓ bar

3""21

7

"21

4

2'-0"

2'-0"

1'-0"

1'-0"

1'-0"

1'-0"

8"

8"

4'-3"

4'-3"

12'-6"

"2

11'-9

"2

11'-9

"2

11'-9

"2

11'-9

4" (T

yp.)

1'-5"

4'-3"

8"

"2

12'-1

4"

2'-0"

2'-0"

1'-0"

1'-0"

1'-0"

8"

8"

4'-3"

4'-3"

"2

11'-9

"2

11'-9

"2

11'-9

"2

11'-9

4" (T

yp.)

4'-3"

8"

"2

12'-1

4"

2"

Cl. to a

Ó bars

1'-5"3"

12'-6"

2"

2"

2

2

1

1

2

Per 12'-6"

Barrier Section

Concrete Q

uantity = 1.3 C.Y.

ÙBridge D

eck

ÙAppro

ach rigid p

ave

ment

Bridge e

xpansio

n joint to b

e locate

d at or near center of 25'-0' Cap Plate B

arrier sections.

Omit A

nchor

Bolt a

djacent to E

xpansio

n J

oint

2'-0"

2'-0"

4'-3"

4'-3"

12'-6"

"21

1'-10

4" (T

yp.)

12'-6"

2'-0"

4'-3"

4'-3"

2'-0"

2" ô H

ole

a bar

Bar

Size

Bar

Shape

26.3

6

6'-0"

2'-11"

12'-2"

Ft.

Length

Lbs.

Weig

ht

#4

#6

#5

#6

Bars

No.of

8'-2"

"43

D=2

"43

D=2

"4

14

"4

14

" 6x36 Ste

el Core E

EIP R

L (

AS

TM A-1

023) Insert Wire R

ope thru 4" ô G

alvanized Pip

e a

nd secure

d with C

onnection Pin.

85

25'-9" (o

ut to o

ut) of

12'-6" (4

" ô) std. galvanized pip

e

4" ô

11 G

auge 4" ô ste

el tu

bin

g sleeve (additio

nal liftin

g) are o

ptional.

4" ô

TYPIC

AL S

EC

TIO

N

SE

CTIO

N A-A

rail to o

utsid

e e

dge of lo

op b

ar

" m

easure

d fro

m face of

81

" á

83

3

rail to o

utsid

e e

dge of lo

op b

ar

" m

easure

d fro

m face of

81

" á

83

3

TYPIC

AL S

EC

TIO

N

SE

CTIO

N B-B

Detail "A"

See

Ú4" ô G

alv. pip

e

WIR

E R

OP

E C

ON

NE

CTIO

N

& E

XP. JT. F3 B

AR

RIE

R

DET

AIL O

F F

3 B

AR

RIE

R

(See Ste

el Cap C

onnector detail)

" plate)

21

36" x 4

8" Exp. Jt. Ste

el cap (

(See Std. R

D622)

ÙF3 B

arrier

Unit

(Exa

mple s

ho

wn Std. R

D622

B)

Anchor

Bolts o

n Traffic Sid

e o

nly

recess

1" gap to

(See Std. R

D622)

ÙF3 B

arrier

Unit

(Exa

mple s

ho

wn Std. R

D622

B)

Anchor

Bolts

Reinf., Struct. a

nd C

oncrete q

uantities are for "I

nform

ation O

nly".

(Dim

ensio

ns are o

ut to o

ut of bars u

nless oth

erwise n

ote

d.)

(Cap Plate)

1'-8"

cap plate

" Cl. to

81

to reinforcin

g

" min. Cl.

81

1

(See Ste

el Cap Plate d

etails)

plate g

alvanized)

AS

TM-A

36

" 2

136" x 4

8" Exp. Jt. Ste

el cap (

Holes

Anchor

Bevele

d

" ô

81

1

TYPIC

AL S

EC

TIO

N

SE

CTIO

N C-C

ST

EEL C

AP P

LA

TE

EN

D VIE

W

traffic sid

e)

(Appro

ach

hole

" ô

81 1

(1"

Galvanized)

LO

OP F

ER

RU

LE

SC

RE

W-C

oars

e

SO

CK

ET C

AP

FL

AT H

EA

D

Engagement

" Max. bolt 81

1

as "

Concrete S

afety B

arrier (T

ype F

3) (T

em

porary)".

All m

aterials, la

bor and e

quiptm

ent needed for (T

ype F

3) (2

5' Expansio

n J

oint

Unit) shall b

e bid

The State Bridge Office will re

vie

w s

hop d

etails b

efore fabrication b

egins.

sho

wn o

n this s

heet.

See Sta

ndard Dra

win

g R

D622 for reinforcin

g b

endin

g dia

gra

ms a

nd a

dditio

nal details n

ot

and b

ack of barrier

with attach

ment ty

pes s

ho

wn.

Jt. sche

matic. Install C

ap Plate flush to recess o

n Traffic A

ppro

ach sid

e a

nd b

olt in place fro

nt

Cap Plate sections are installed with n

o gre

ater th

an 4" gap a

nd pin

ned as s

ho

wn in E

xpansio

n

This t

wo b

arrier syste

m (25'-0") is reversible to m

atc

h with regular F3 B

arrier la

yout. T

he".2

1 Installation of F3 B

arrier

with Ste

el Cap Plate is for th

erm

al expansio

n joint

with ï 1

GE

NE

RA

L N

OT

ES

galvanized b

olt)

" A

ST

M 3

07

43

1( 1" ô-8 N

C x

connection

Wire R

ope/Pin

Bridges longer than 1,000 feet require a Special Design.

" or greater at the recommendation and review of Bridge Designer. 21

thermal expansion of 1

Note to Designer: This F3 Barrier Anchorage at Expansion Joint is only for use on bridges with

a b

ars (in p

airs)

a b

ars (in p

airs)

KDOT Graphics Certified

KD

OT G

raphics C

ertified

03-28-2018

Page 91: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

50

to the traffic sid

e for channelization.

The strip

es s

hall slo

pe d

ow

nward

Stripin

g as s

ho

wn for up to 4

2".

channelization.

All strip

es s

hall slo

pe d

ow

nward to the traffic sid

e for

For rails less than 3

6" lo

ng, 4"

wid

e strip

es m

ay b

e used.

the m

otorist into the inte

nded lane of travel.

The direction indicator barricade s

hall b

e used in series to direct

The strip

es s

hall slo

pe d

ow

nward in the direction traffic is to p

ass.

Location

Ite

m

Portable

Fixed

No

(1,2)

(1)

(2)

No

Yes

(3)

No

(1)

(2)

(3)

(3)

(3)

(3)

(3)

(3)

(3)

(3)

(3)

Gores

Devic

es

Lead-in (2

)(2,3)

Direction Indicator

Barricade

Vertical Panels

Conical Delineators

Dru

ms

Type 2 B

arricade

Tubular

Mark

ers

Vertical Panels

Yes

Yes

Yes

Yes

Yes

Yes

Yes

Yes

Yes

Yes

Yes

Yes

Yes

Yes

Yes

Yes

Yes

Yes

Yes

Yes

Yes

Yes

Cross-o

vers

Diversion

s

Shoofly

Tangents

Tapers

Ramps

Head

Head to

Identifier

Object

Traffic C

ones

(2)

(2)

(2)

(2)

(2)

(2)

No

No

No

No

No

No

No

No

No

No

No

(2)

(2)

(2)

No

No

(4)

(4)

(4)

(4)

(4)

(4)

(4) D

ayti

me o

perations o

nly.

(3) M

ay b

e used u

pon the a

ppro

val of th

e e

ngineer.

(2) T

he strip

es s

hall slo

pe d

ow

nward to the traffic sid

e for channelization.

(1) N

ot allo

wed o

n centerline d

elineation alo

ng fre

eways or express

ways.

No

6.

Use altern

ating ora

nge/w

hite o

n interc

onnecte

d d

evices.

the altern

ate p

ath.

havin

g a slo

pe of 12:1 or flatter and havin

g a width e

qual to

paths with a fir

m, sta

ble, and slip resista

nt te

mporary ra

mp

5. Tre

at heig

ht differe

ntials > 1/2" in the s

urfaces of altern

ate

4.

Altern

ate p

ath

ways s

hall b

e fir

m, sta

ble, and slip resista

nt.

and to pro

vid

e c

ontinuous g

uid

ance thro

ugh or aro

und w

ork.

3. Interc

onnect pedestria

n c

hannelizers to pre

vent dis

place

ment

continuous w

alls.

2.

Hand trailin

g e

dges a

nd d

ete

ction plates are o

ptional for

into the p

ath

way.

1. Support d

evice s

hall n

ot project beyond the d

ete

ction plate

Min.

36"

Min.

24"

Min.

36"

Device

Support

Edge

Hand Trailin

g

2"

Max.

2"

Max.

Plate

Dete

ction

Heig

ht

8"

Min.

38"

Max.

32"

Min.

Min.

36"

28"

Min.

Min.

42"

36"

Appro

x.

White

KA

NS

AS D

EP

AR

TM

EN

T O

F T

RA

NSP

OR

TA

TIO

N

Drawn By :

File :

JARodriguezPlotted :

c:\wcipw\d0349336\ka504301-te702-01.dgn

4/4/2019

3

2

1

RE

VISIO

NS

BY

APP'D

DA

TE

NO.

TR

AC

ED

TR

AC

E C

K.

APP'D

QU

AN

TITIES

QU

AN. C

K.

DET

AILE

D

DET

AIL C

K.

FH

WA A

PP

RO

VA

L

DESIG

NE

D

DESIG

N C

K.

KA

NS

AS

ST

AT

EP

ROJE

CT N

O.

YE

AR

TO

TA

L

SH

EETS

SH

EET N

O.

TE702

06/01/15

L.E.R.

R.W.B.

Kristina Ericksen

CH

AN

NELIZIN

G D

EVIC

ES

T

RA

FFIC C

ON

TR

OL

VE

RTIC

AL P

AN

EL

TU

BU

LA

R M

AR

KE

R

TYP

E 2 B

AR

RIC

AD

EDIR

EC

TIO

N I

NDIC

AT

OR B

AR

RIC

AD

EP

ED

ES

TRIA

N C

HA

NN

ELIZ

ER

DR

UM

TR

AFFIC C

ON

E

24"

Min.

8"

Min.

12"

Max.

6"

6"

Ora

nge

White

45°

Ora

nge

White

4"4"

45°

12"

36"

24"

12"

8"

4"

4"

45°

Ora

nge

White

6"

2"

4"

3" to 4"

2"

Min. 2"

3"

3"

Ora

nge

White

2" to 6"

Ora

nge

White

6" to 8"

6" to 8"

18"

Min.

Ora

nge

6" to 8"

6" to 8"

DELIN

EA

TO

R

CO

NIC

AL

Sh.

No.

XX

XX

XX-X

X X

X-X

XX

X-X

XX

XX

XX

X

XX

X

KDOT Graphics Certified

KD

OT G

raphics C

ertified

03-29-2018

Page 92: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

UN

EV

E

LA

NESN

EN

D

RO

AD

WO

RK

NE

XT

XMIL

ES

WO

RK

ZO

NE

'EM

A

BR

AK

E

GIV

E

FIN

ES

DO

UB

LE

INW

OR

KZ

ON

ES

PIL

OT

CA

R

IA

WT

RO

F

SH

OULDER

DR

OP-OFF

GR

AV

EL

LO

OSE

GRO

OVED

PAVE

MENT

US-75

CL

OSE

D

FOLL

OW

DET

OUR

NB

US-75

CL

OSE

D

FOLL

OW

DET

OUR

51

10"

D6"

C

KG20-2

KM

4-2

O

KG20-5

8"

D

48"x 4

8"

W8-1

7

48"x 4

8"

30"x 2

4"

Botto

m

Min.

6' - 12'

5' Min.

Shoulder

Edge of

6'

Road

way

Tra

vele

d W

ay

Edge of

of Sig

n

Botto

m

Face of

From Top

Road

way

* 7' Min.

of Curbof Sig

n

Curb

* 2'

Min.

*

by the E

ngineer.

Mileage to b

e D

etermined

8"

D

48"x 4

8"

8"

D

48"x 4

8"

30"x 2

4"

W8-1

5

W8-1

5p

W8-7

3"

C

48"x 1

2"

6"

C

48"x 2

4"

6"

C

Std. Size

Exp

wy/Fre

eway

24"x 6"

W8-1

1

W7-3

a

48"x 2

4"

6"

C

Std. Size

Exp

wy/Fre

eway

Std. Size

Exp

wy/Fre

eway

KA

NS

AS D

EP

AR

TM

EN

T O

F T

RA

NSP

OR

TA

TIO

N

Drawn By :

File :

JARodriguezPlotted :

c:\wcipw\d0349336\ka504301-te710-01.dgn

4/4/2019

3 2 1

RE

VISIO

NS

BY

APP'D

DA

TE

NO.

TR

AC

ED

TR

AC

E C

K.

APP'D

QU

AN

TITIES

QU

AN. C

K.

DET

AILE

D

DET

AIL C

K.

FH

WA A

PP

RO

VA

L

DESIG

NE

D

DESIG

N C

K.

KA

NS

AS

ST

AT

EP

ROJE

CT N

O.

YE

AR

TO

TA

L

SH

EETS

SH

EET N

O.

TE710

06/01/15

R.W.B.

R.W.B.

Kristina P

yle

SIG

N I

NF

OR

MA

TIO

N

T

RA

FFIC C

ON

TR

OL

Sh.

No.

XX

XX

XX-X

X X

X-X

XX

X-X

XX

XX

XX

X

XX

X

9"

3"

9"

3"

12"

5"

48"

48"

7"

5"

8"

4"

3'-0"

8"

3"

4"

4"

X

3.1"

41.8"

3.1"

0,0

Y

KI-1

05a

4'-0"

The inform

ational sig

ns are n

ot to interfere with the traffic c

ontrol sig

ns for th

e project.

may d

esig

nate a m

ore a

ppro

priate location if conditio

ns dictate.

Install sig

ns a minim

um of 500' in a

dvance of th

e road w

ork a

head sig

n. T

he e

ngineer

direction of traffic.

Typically, th

ere are t

wo sets of inform

ational sig

ns installed p

er project: o

ne for each

Notes:

2.

With the e

ngineer's a

ppro

val, use accepta

ble altern

ative sig

n sta

nds.

1. Shift th

e sig

n location.

Do n

ot violate minim

um sig

n s

pacin

g.

In the case of hitting rock w

hen drivin

g p

osts

posts.

post. All sig

ns less than 9' in width s

hall use a m

axim

um of tw

o w

ood

posts m

ay b

e used with a minim

um of 4' betw

een the centerline of each

When the sig

n width is e

qual to or gre

ater th

an 9', thre

e or

more w

ood

Fla

g

Fla

g Staff

Sig

n P

ost

Lig

ht

Mounte

d to A

ction W

arnin

g

Type "

A" Lo

w Inte

nsity W

arnin

g

65°

45° to

65°

45° to

(Optional)

W8-1

7P

(Special Sig

n)

SP-0

1

(Special Sig

n)

SP-0

2

6"

CUpperc

ase:

Lo

werc

ase:

4.5"

C

10"

DUpperc

ase:

Lo

werc

ase:

8"

D

Width x H

eig

ht

25 D

egre

e Sla

nt

Dutc

h 8

01 R

om

an S

WC

Width x H

eig

ht

RU

RA

LU

RB

AN

0.9"

Mounting

Backgro

und

Legend/Bord

er

Sig

n N

um

ber

Corn

er

Radius

Bord

er

Width

Gro

und

3.0"

4'-0" x 3'-0"

FIN

ES D

OU

BLE

23.0

D

8.0

28.6

9.7

6.4

3.2

7.3

6.4

5.4

9.7

11.0

D

8.0

40.3

3.9

6.9

7.5

7.3

7.3

6.4

4.9

3.9

4.0 D

4.0

41.8

3.1

1.6

2.7

3.2

4.3

3.8

3.6

2.8

3.2

3.4

3.8

3.6

3.2

2.7

3.1

Y

FO

NT

HT

LE

NLET

TE

R S

PA

CIN

GS

Dim

ensio

ns in inches

FI

NE

S

DO

UB

LE

IN

WO

RK

ZO

NE

S

1.0"

Type:

Type:

Color:

Color:

Mounting

Backgro

und

Legend/Bord

er

Sig

n N

um

ber

Corn

er

Radius

Bord

er

Width

Reflective

Gro

und

4.0"

4'-0" x 4'-0"

White

Black

Non-R

eflective

GIV

E E

M A B

RA

KE

Strip

e Width

3.0"

Color:

Type:

Strip

es

Reflective

Ora

nge

Legend F

ont

SIG

N L

AY

OU

T I

NF

OR

MA

TIO

N

KI-1

04a

Exp

wy/Fre

eway

Std. Size

Exp

wy/Fre

eway

Std. Size

Exp

wy/Fre

eway

Std. Size

Exp

wy/Fre

eway

Std. Size

Exp

wy/Fre

eway

Std. Size

Exp

wy/Fre

eway

Std. Size

Exp

wy/Fre

eway

Std. Size

Exp

wy/Fre

eway

Std. Size

Spacin

gs are to start of next letter

must have u

pper and lo

wer case letters.

All city na

mes a

nd street na

mes o

n s

pecial sig

ns a

nd d

estination sig

ns

shall n

ot overlap each oth

er.

the near edge of th

e p

ave

ment. Sig

ns

measure

d fro

m the b

otto

m of th

e sig

n to

mounte

d b

elo

w a

noth

er sig

n m

ay b

e 4'

3) T

he heig

ht of th

e secondary sig

n

minim

um of 7' above the gro

und.

bre

aka

way p

osts s

hall b

e m

ounte

d a

50 s

quare feet installed o

n m

ultiple

2) Larg

e sig

ns havin

g a

n are

a e

xceedin

g

pave

ment.

near edge of th

e

measure

d fro

m the b

otto

m of sig

n to the

mounte

d at a minim

um heig

ht of 5'

1) Gro

und-m

ounte

d sig

ns s

hall b

e

back of curb.

walk

way n

or shall it project beyond the

the sig

n a

nd s

hall n

ot protrude into the

the p

edestria

n p

ath

way to the b

otto

m of

minim

um of 2' m

easure

d fro

m the top of

6) Pedestria

n d

eto

ur sig

nin

g s

hall b

e a

minim

um of 7' above the gro

und.

bre

aka

way p

osts s

hall b

e m

ounte

d a

50 s

quare feet installed o

n m

ultiple

5) Larg

e sig

ns havin

g a

n are

a e

xceedin

g

not overlap each oth

er.

near edge of th

e p

ave

ment. Sig

ns s

hall

measure

d fro

m the b

otto

m of sig

n to the

mounte

d b

elo

w a

noth

er sig

n m

ay b

e 6'

4) T

he heig

ht fr

om of th

e secondary sig

n

facilities.

project

more than 4" into p

edestria

n

3) Sig

ns m

ounte

d lo

wer th

an 7' should n

ot

bic

ycle traffic.

or are

as d

esig

nate

d for pedestria

n or

supports s

hould b

e locate

d o

n sid

ewalks

2) N

either portable n

or perm

anent sig

n

sig

n to the near edge of th

e p

ave

ment.

heig

ht of 7' m

easure

d fro

m the b

otto

m of

1) Sig

ns s

hall b

e m

ounte

d at a minim

um

Reflective

Type:

White

Color:

Black

Color:

Non-R

eflective

Type:

KDOT Graphics Certified

KD

OT G

raphics C

ertified

03-29-2018

Page 93: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

52

4" x 4"

Wood P

ost in S

oil

4" x 6"

Wood P

ost in S

oil

44"

Min.

44"

Min.

Length

Stu

b P

ost

84"

Min.

at

Gro

und Level

Install C

orn

er

Bolt

Gro

und Line

Ends a

nd at

Bolt at

Both

Install C

orn

er

of Stu

b)

Non-I

mpacting Sid

e

(Splice P

ost to

Sig

n P

ost

Gap

8"

Min.

Telescopin

g P.S.S.T.

Detail

P.S.S.T.

Detail

6"

Min.

Length

Splice

18"

Min.

Traffic

Direction of

Traffic

Direction of

42"

Min.

ì Post = ì Footing

4"

Max.

Section A-A

Section B-B

SET

UP

3 L

B/F U-C

HA

NN

EL

Lap S

plice

18"

Min.

Line (Im

pact Sid

e)

of Splice to Gro

und

24"

Min. fr

om B

otto

m

42"

Min.

Section A-A

See T

E710 for

Additio

nal

Details a

nd R

equire

ments

Sig

n P

ost Gro

und Line

AA

6"

BB

Gro

und Line

Sig

n P

ost

3"

42"

min.

3"

BB

AA

AA

Botto

m of Sig

n P

ost

Gro

und Line

Gro

und Line

Stu

b p

ost

Botto

m of Stu

b

Direction

of Travel

Stu

b

Sig

n P

ost

Spacer

Top of Stu

b

Sid

e Ele

vation

Fro

nt

Ele

vation

Sid

e Ele

vation

Gro

und Line

Gro

und Line

Sh.

No.

XX

XX

XX-X

X X

X-X

XX

X-X

XX

XX

XX

X

XX

X

KA

NS

AS D

EP

AR

TM

EN

T O

F T

RA

NSP

OR

TA

TIO

N

Drawn By :

File :

JARodriguezPlotted :

c:\wcipw\d0349336\ka504301-te712-01.dgn

4/4/2019

3 2 1

RE

VISIO

NS

BY

APP'D

DA

TE

NO.

TR

AC

ED

TR

AC

E C

K.

APP'D

QU

AN

TITIES

QU

AN. C

K.

DET

AILE

D

DET

AIL C

K.

FH

WA A

PP

RO

VA

L

DESIG

NE

D

DESIG

N C

K.

KA

NS

AS

ST

AT

EP

ROJE

CT N

O.

YE

AR

TO

TA

L

SH

EETS

SH

EET N

O.

TE712

06/01/15

B.A.H.

R.W.B.

Kristina P

yle

SIG

N P

OS

TS

T

RA

FFIC C

ON

TR

OL

Section A-A

Sig

n P

ost

Section B-B

Sleeve

Post

Anchor

Sig

n P

ost

betw

een the s

pliced pieces of

U-C

hannel.

Use m

anufa

cturer re

co

mm

ended s

pacers o

ver th

e b

olts

nearest th

e e

nds of th

e s

plice.

Place t

wo b

olts at both e

nds of th

e s

plice thro

ugh the h

oles

Notes:

Post

Anchor

or

Co

mpacte

d Fill

Undisturb

ed E

arth

or

Co

mpacte

d Fill

Undisturb

ed E

arth

Sleeve

Post

Anchor

Wood P

ost

Tre

ate

d

4" x 4"

or

Co

mpacte

d Fill

Undisturb

ed E

arth

Wood P

ost

Tre

ate

d

4" x 6"

or

Co

mpacte

d Fill

Undisturb

ed E

arth

Ends of th

e S

plice

Install B

olts at

Both

or

Co

mpacte

d Fill

Undisturb

ed E

arth

PE

RF

OR

AT

ED S

QU

AR

E S

TEEL T

UB

E (P.S.S.T.) P

OS

T S

ET

UP Post

Anchor

SET

UP

WO

OD P

OS

T

Post

Anchor

Post

Anchor

Place b

olts in the sa

me c

orn

er alo

ng each sig

n p

ost.

" M

ax.

21

1"

Max.

21

1

Corn

er

Bolt

" Std.

16

5

Ja

m N

ut

" Hex

16

5

Corn

er

Bolt

" Std.

16

5

Ja

m N

ut

" Hex

16

5

" sig

n p

osts

21

", or 2

41

Details for 2", 2

"4

34

"2

114

Hole

Dia." 2

11

"2

15

"2

13

at 6"

Centers

" Dia.

Holes

83

at 6"

Centers

" Dia.

Holes

83

"2

13

"21

3

"2

15

"21

3

"2

13

KDOT Graphics Certified

KD

OT G

raphics C

ertified

03-29-2018

Page 94: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

SPEED

LIMIT

SPEED

LIMIT

WORK ZONE

M.P.H.

M.P.H.

SPEED

LIMIT

SPEED

LIMIT

ROAD

WORK

SPEED

LIMIT

SPEED

LIMIT

M.P.H.

END

ROAD WORK

NO

PASSING

ZONE

WORKZONE

END

ROADWORK

NO

PASSING

ZONE

M.P.H.

ROAD

WORK

53

Sh.

No.

XX

XX

XX-X

X X

X-X

XX

X-X

XX

XX

XX

X

XX

X

Type "

A" Lo

w Inte

nsity W

arnin

g Lig

ht

Channelizin

g D

evice

Type 3 B

arricades

48"x 48"

W1-4L

24"x 30"

R2-1

24"x 6"

KM4-20

24"x 24"

W13-1

48"x 48"

W1-4L

24"x 24"

W13-1

48"x 48"

W1-4R

24"x 30"

R2-1

24"x 6"

KM4-20

48"x 48"

W3-5

48"x 48"

W20-1

36"x 48"x 48"

W14-3

48"x 24"

KG20-2

24"x 30"

R2-1

48"x 24"

KG20-2

24"x 30"

R2-1

24"x 24"

W13-1

48"x 48"

W1-4R

36"x 48"x 48"

W14-3

24"x 24"

W13-1

48"x 48"

W20-1

48"x 48"

W3-5

A/2

A/2

B/2

AC

B/2

AC

1/2 L

1/2 L

B/2

B/2

4" Solid W

hite E

dge Line

Work S

pace

Double 4"

Yello

w C

enterline

(Min.)

500'

(Min.)

500'

OR

48"x 4

8"

W24-1

R

48"x 4

8"

W24-1

L

Ahead, 1500 ft, or 1 Mile

Speed to b

e D

etermined b

y the E

ngineer

used, use in place of th

e first

W1-4 a

nd eli

minate the second.

dista

nce b

etw

een t

wo revers

e c

urv

es is less than 6

00 ft. If

One W

24-1 s

hould b

e used p

er appro

ach w

here the tangent

KA

NS

AS D

EP

AR

TM

EN

T O

F T

RA

NSP

OR

TA

TIO

N

Drawn By :

File :

JARodriguezPlotted :

c:\wcipw\d0349336\ka504301-te724-01.dgn

4/4/2019

3

2

1

03/13/18

E.G.K.

R.W.B.

RE

VISIO

NS

BY

APP'D

DA

TE

NO.

TR

AC

ED

TR

AC

E C

K.

APP'D

QU

AN

TITIES

QU

AN. C

K.

DET

AILE

D

DET

AIL C

K.

FH

WA A

PP

RO

VA

L

DESIG

NE

D

DESIG

N C

K.

KA

NS

AS

ST

AT

EP

ROJE

CT N

O.

YE

AR

TO

TA

L

SH

EETS

SH

EET N

O.

TE724

03/13/18

R.W.B.

R.W.B.

Eric K

ocher

W

24-1 usage c

hanged to S

hould

L

AN

E S

HIFT

T

RA

FFIC C

ON

TR

OL

KDOT Graphics Certified

KD

OT G

raphics C

ertified

03-29-2018

Page 95: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

SPEED

LIMIT

SPEED

LIMIT

ROAD

WORK

SPEED

LIMIT

LANE

CLOSED

LANE

CLOSED

DO

NOT

PASS

WORK ZONE

NEXT

X MILES

END

ROAD WORK

54

alo

ng c

hannelizin

g d

evices.

For left lane closures use W

4-2

L a

nd yello

w e

dge line

lane that exte

nds near to (or into) th

e o

pen traffic lane.

Add sig

ns a

nd d

evices as s

ho

wn for

work insid

e a closed

SHIFTIN

G T

AP

ER D

ET

AIL and n

ot separate

d b

y a c

oncrete safety b

arrier syste

m.

activity are

a w

here w

ork is in a closed lane a

djacent to traffic

One fla

gger should b

e stationed within each m

ulti-la

ne road

way

Speed to b

e d

etermined b

y the E

ngineer

Rig

ht or

Left

Length to the N

earest

Whole Mile

Sh.

No.

XX

XX

XX-X

X X

X-X

XX

X-X

XX

XX

XX

X

XX

X

L/2

L/2

AA

Taper

Begin

Taper

End

Taper

End

Taper

Begin

48"x 48"

W1-4R

48"x 48"

W1-4L

on a project of 4 miles or lo

nger.

sig

ns s

hould b

e placed at 2 mile incre

ments

The W

20-5 ( Lane Closed) and W

7-3

A (

Next

X Miles)

Arr

ow Dis

pla

y

Space

Buffer

Ahead, 1500 ft, or 1

mile

Type "

A" Lo

w Inte

nsity W

arnin

g Lig

ht

Channelizin

g D

evice

Type 3 B

arricades

Left-sid

e sig

ns s

hall b

e o

mitte

d for a four-la

ne u

ndivid

ed hig

hway.

4"

White

LC

B/3

B/3

B/3

A

100'

A/4

500'

B(Min.)

500'

4"

White

mile

21

Ahead, 1000 ft, 1

500 ft, or

48"x 48"

W4-2R

48"x 60"

R4-1

48"x 60"

R2-1

48"x 12"

KM4-20

48"x 48"

W3-5

48"x 48"

W20-5

48"x 48"

W20-1

24"x 18"

W7-3A

48"x 48"

W20-5

48"x 60"

R2-1

48"x 24"

KG20-2

Work S

pace

Work Space

of th

e s

hifting taper.

is required to b

e placed at an "

A" dista

nce in a

dvance

two revers

e c

urv

es is less than 6

00 ft. O

nly o

ne W

24-1

should b

e used if th

e tangent dista

nce b

etw

een the

The d

ouble revers

e c

urv

e (

W24-1,

W24-1

a or

W24-1

b)

KA

NS

AS D

EP

AR

TM

EN

T O

F T

RA

NSP

OR

TA

TIO

N

Drawn By :

File :

JARodriguezPlotted :

c:\wcipw\d0349336\ka504301-te744-01.dgn

4/4/2019

3 2 103/13/18

E.G.K.

R.W.B.

RE

VISIO

NS

BY

APP'D

DA

TE

NO.

TR

AC

ED

TR

AC

E C

K.

APP'D

QU

AN

TITIES

QU

AN. C

K.

DET

AILE

D

DET

AIL C

K.

FH

WA A

PP

RO

VA

L

DESIG

NE

D

DESIG

N C

K.

KA

NS

AS

ST

AT

EP

ROJE

CT N

O.

YE

AR

TO

TA

L

SH

EETS

SH

EET N

O.

TE744

03/13/18

B.A.H.

R.W.B.

Eric K

ocher

W24-1 usage c

hanged to S

hould

LA

NE C

LO

SU

RE O

N M

ULTI L

AN

E H

WY

T

RA

FFIC C

ON

TR

OL

KDOT Graphics Certified

KD

OT G

raphics C

ertified

03-29-2018

Page 96: I135-087 KA 5043-01 NHPP-A504(301) CONTRACT ......Letting 09/18/2019 Kansas Department of Transportation Project No. I135-087 KA 5043-01 Contract No. 519092565 6. Contractors shall

(EACH)

TRAFFIC CONTROL DEVICES

SUMMARY OF

project at any one time

Quantity most used on the

(EACH PER DAY)

TRAFFIC CONTROL DEVICES

SUMMARY OF

(Type "A" Low Intensity)

Work Zone Warning Light

(Red Type "B" High Intensity)

Work Zone Warning Light

Arrow Display

Portable Changeable Message Sign

Lighted Devices

Sign No. 16.25 Sq.Ft. & Less

Work Zone Sign (Special)

16.26 Sq.Ft. & Over

Work Zone Signs

0-9.25Sign No.

Size - Sq.Ft.

9.26-16.25 16.26 & Over

Barricades

(4' to 12')

Type 3Pedestrian Fixed

Channelizing Devices

Portable Pedestrian

W20-1

W20-5

W3-5

R2-1

KM4-20

KG20-2

W20-5

W7-3A

- - -

-

1

-

W4-2R

2

TRAFFIC CONTROL SUMMARY55

6

W4-2L

KI-104a

KI-104b

2

2

3

2

1

1

1

2

2

55

R4-1 2

1

1

1

1

W1-4L

W1-4R

9

500

2640

830

1490

9080

990

170

Work Zone Signs (0 to 9.25 Sq.Ft.)

Work Zone Signs (9.26 to 16.25 Sq.Ft.)

Work Zone Signs (16.26 Sq.Ft. & Over)

Work Zone Barricades (Type 3 - 4' to 12')

Work Zone Barricades (Pedestrian)

Channelizer (Fixed)

Channelizer (Portable)

Channelizer (Pedestrian)

Work Zone Warning Light (Type "A" Low Intensity)

Work Zone Warning Light (Red Type "B" High Intensity)

Arrow Display

Portable Changeable Message Sign

Pavement Marking (Temporary)

4" Solid (Type I)

4" Solid (Type II)

4" Broken (8.0') (Type I)

4" Broken (8.0') (Type II)

4" Broken (3.0') (Type I)

4" Broken (3.0') (Type II)

4" Dotted Extension (Type I)

4" Dotted Extension (Type II)

Solid (Line Masking Tape)

Broken (Line Masking Tape)

Symbol (Type I)

Symbol (Type II)

Flexible Raised Pavement Marker (4" Broken (8.0'))

Flexible Raised Pavement Marker (4" Broken (3.0') )

Pavement Marking Removal

Work Zone Sign (Special) (16.25 Sq. Ft. & Less)

Work Zone Sign (Special) (16.26 Sq. Ft. & More)

Rigid Raised Pavement Marker (Type I)

Rigid Raised Pavement Marker (Type II)

Traffic Signal Installation (Temporary)

Traffic Control (Initial Set Up)

Traffic Control

Lump Sum

Lump Sum

Lump Sum

Lump Sum

Each

Each

Each

Each

Lin. Ft.

Sta./Line

Sta./Line

Each

Each

Sta./Line

Sta./Line

Sta./Line

Sta./Line

Sta./Line

Sta./Line

Sta./Line

Sta./Line

Sta./Line

Sta./Line

Each Per Day

Each Per Day

Each Per Day

Each Per Day

Each Per Day

Each Per Day

Each Per Day

Each Per Day

Each Per Day

Each Per Day

Each Per Day

Each Per Day

UnitQuantity

Recapitulation of Quantities

Item

Concrete Safety Barrier (Type F3) (Temporary) Lin. Ft.

Lin. Ft.

Lin. Ft.

Concrete Safety Barrier (Type F3) (Temp.-Install Only)

Concrete Safety Barrier (Type F3) (Temp.-Relocate)

1650

1650

Each

Each

Inertial Barrier System

Replacement Modules

1

15

7960

118.5

1Flagger (Set Price) Hour

KANSAS DEPARTMENT OF TRANSPORTATION

REVISIONS BY APP'DDATENO.

TRACED

TRACE CK.

APP'D

QUANTITIES

QUAN. CK.

DETAILED

DETAIL CK.

FHWA APPROVAL

DESIGNED

DESIGN CK.

3

2

1

B.A.H.

TE79506/01/05

R.W.B.

RECAPITULATION OF QUANTITIES

SUMMARY OF DEVICES

TRAFFIC CONTROL

Kristina Ericksen

KANSAS DEPARTMENT OF TRANSPORTATION(816) 701-3100 www.wilsonco.com

Kansas City, MO 64131

800 East 101st Terr., Suite 200

4/4/2

019

Plotted :

JA

Rodriguez

Dra

wn B

y :

c:\

wcip

w\d

0349336\ka504301-te795-0

1.d

gn

File :

BRIDGE NO. 135-87-3.24(012)

PROJ. NO. 135-87 KA-5043-01

Sedgwick Co.