i235-087 ka 3232-03 nhpp-a323(203) contract proposal … · 2021. 1. 20. · i235-087 ka 3232-03 /...

73
Letting 02/17/2021 Kansas Department of Transportation Project No. I235-087 KA 3232-03 Contract No. 521022575 I235-087 KA 3232-03 NHPP-A323(203) CONTRACT PROPOSAL DOT Form No. 202 Rev. 02/19 Contract ID: 521022575 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.: I235-087 KA 3232-03 / NHPP-A323(203) The general scope, location and net length are: GRADING, BRIDGE & SURFACING. WB I-235 & NB I-135 FLY OVER BR AT WB I-235 & SB I-135 INTCHG IN NE WICHITA IN SG CO. LGTH IS 0.827 MI. 2. This is the Proposal of [Contractor] to complete the Project for the amount set out in the accompanying Unit Prices List. 3. The Contractor makes the following ties and riders as part of its Proposal in addition to state ties, if any: 4. Contractors and other interested entities may examine the Bidding Proposal Form/ Contract Documents (see paragraph 11 below) at the County Clerk's Office in the County in which the Project is located and at the Kansas Department of Transportation [KODT] Bureau of Construction and Materials, Eisenhower State Office Building, 700 SW Harrison, Topeka, Kansas 66603. Contractors may examine and print the Bidding Proposal Form/Contract Documents by using KDOT's website at http://www.ksdot.org and choosing the following selections: "Doing Business", "Bidding & Letting" and "Proposal Information",and using the links provided in the Project information for this project. KDOT will not print and mail paper copies of Proposal Forms. Contractors shall notify KDOT of their intent to bid as a prime contractor by identifying themselves as a Bid Holder on the website above. Contractors shall furnish this notice no later than the close of business on the Monday preceding the scheduled Letting Date. For a fee, Contractors and other interested entities may order paper copies of the KDOT Standard Specifications for State Road and Bridge Construction, 2015 Edition, [Standard Specifications] by using KDOT's website of http://www.ksdot.org and choosing the following selections: "Doing Business", "Bidding & Letting" and "Specifications". 5. Contractors shall use the AASHTO's Project Bids software in combination with the electronic bidding system file created for the Project with Project Bids software [EBSX file] to generate an electronic internet proposal. The Project Bids software and Project EBSX file are available on Bid Express' website at http://www.bidx.com. Contractor: Page 1 Check: EE88741F03

Upload: others

Post on 25-Jan-2021

2 views

Category:

Documents


0 download

TRANSCRIPT

  • Letting 02/17/2021 Kansas Department of Transportation Project No. I235-087 KA 3232-03Contract No. 521022575

    I235-087 KA 3232-03 NHPP-A323(203)CONTRACT PROPOSAL

    DOT Form No. 202 Rev. 02/19Contract ID: 5210225751. The Secretary of Transportation of the State of Kansas [Secretary] will accept onlyelectronic internet proposals from prequalified contractors for construction,improvement, reconstruction, or maintenance work in the State of Kansas, said work knownas Project No.:

    I235-087 KA 3232-03 / NHPP-A323(203)The general scope, location and net length are:

    GRADING, BRIDGE & SURFACING. WB I-235 & NB I-135 FLY OVERBR AT WB I-235 & SB I-135 INTCHG IN NE WICHITA IN SG CO.LGTH IS 0.827 MI.2. This is the Proposal of[Contractor] to complete the Project for the amount set out in the accompanying UnitPrices List.

    3. The Contractor makes the following ties and riders as part of its Proposal in additionto 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 inwhich the Project is located and at the Kansas Department of Transportation [KODT] Bureauof Construction and Materials, Eisenhower State Office Building, 700 SW Harrison, Topeka,Kansas 66603. Contractors may examine and print the Bidding Proposal Form/ContractDocuments by using KDOT's website at http://www.ksdot.org and choosing the followingselections: "Doing Business", "Bidding & Letting" and "Proposal Information",and usingthe links provided in the Project information for this project. KDOT will not print andmail paper copies of Proposal Forms. Contractors shall notify KDOT of their intent to bidas 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 Mondaypreceding the scheduled Letting Date. For a fee, Contractors and other interestedentities may order paper copies of the KDOT Standard Specifications for State Road andBridge Construction, 2015 Edition, [Standard Specifications] by using KDOT's website ofhttp://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 theelectronic bidding system file created for the Project with Project Bids software [EBSXfile] to generate an electronic internet proposal. The Project Bids software and ProjectEBSX file are available on Bid Express' website at http://www.bidx.com.

    Contractor: Page 1 Check: EE88741F03

  • Letting 02/17/2021 Kansas Department of Transportation Project No. I235-087 KA 3232-03Contract No. 521022575

    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 the times specified in the 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: EE88741F03

  • Letting 02/17/2021 Kansas Department of Transportation Project No. I235-087 KA 3232-03Contract No. 521022575

    13. SPECIAL PROVISIONS REQUIRING INFORMATION. The following Required Contract Provisions (I-XVI) require the Contractor to furnish information. The current versions of these provisions are contained in the Project EBSX file. Some or all of these apply to the Project as indicated in the Special Provision List. The Contractor shall complete these provisions within the EBSX file. When these documents are required, the Secretary will reject proposals that fail to contain completed Provisions I, II, III or IV in the EBSX file, and may reject proposals that fail to contain completed Provisions V, VI, VII, VIII, IX, X, XI, XII, XIII, XIV, XV, or XVI in the EBSX file.

    I. 08-10-66 Certification-Noncollusion & History of DebarmentII. 04-30-82 Certification-Financial Prequalification AmountIII. 04-26-90 Declaration-Limitations on Use of Federal Funds for LobbyingIV. 07-19-80 DBE Contract GoalV. 08-04-92 Certification-Contractual Services with a Current Legislator

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

    14. The funding source for this Project is FEDERAL/STATE/CITY. 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: EE88741F03

  • Letting 02/17/2021 Kansas Department of Transportation Project No. I235-087 KA 3232-03Contract No. 521022575

    17. SIGNATURE SECTION:

    A. Electronic Internet Proposal

    The person submitting the electronic internet Proposal, on the Contractor's behalf, shall be the person whose digital identification is used to submit this Proposal. That person shall complete paragraphs B and C. The person whose digital identification is used to electronically sign this Proposal binds the Contractor to this Proposal and binds the named individual to the certification in paragraph B.

    B. Certification

    I CERTIFY THAT I AM AUTHORIZED TO REPRESENT THE CONTRACTOR IN PREPARING AND PRESENTING THIS PROPOSAL. I CERTIFY UNDER PENALTY OF PERJURY THAT THE FOREGOING (INCLUDING BUT NOT LIMITED TO THE INFORMATION CONTAINED IN THE SPECICIAL PROVISIONS REFERENCED IN PARAGRAPH 13) IS TRUE AND CORRECT.

    EXECUTED ON

    C. Signature

    Number of company or joint venture:

    Name of company or joint venture:

    Name of person signing:

    Title of the person signing:

    Signature: Electronic Internet Proposal

    RELEASED FOR CONSTRUCTION:

    Date:____________________________________

    _________________________________________

    Chief of Construction and Materials

    Contractor: Page 4 Check: EE88741F03

  • KANSAS DEPARTMENT OF TRANSPORTATIONSPECIAL PROVISION LIST

    PAGE:DATE:

    101/12/21

    STATE PROJECT NO: I235-087 KA 3232-03 STATE CONTRACT NO: 521022575

    FEDERAL PROJ NO.

    PRIMARY DISTRICT:

    DESCRIPTION:

    PRIMARY COUNTY: SEDGWICK5

    GRADING, BRIDGE & SURFACING. WB I-235 & NB I-135 FLY OVER BR AT WB I-235 & SB I-135 INTCHG IN NE WICHITA IN SG CO. LGTH IS 0.827 MI.

    NHPP-A323(203)

    PROVISION NO. DESCRIPTION

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

    REQUIRED CONTRACT PROVISION-NONCOLLUSION / HISTORY-DEBARMENT08-10-66-R05REQUIRED CONTRACT PROVISION-EMULSIFIED ASPHALT ADJUSTMENT08-31-09-R01REQUIRED CONTRACT PROVISION-FINANCIAL PREQUALIFICATION04-30-82-R07REQUIRED CONTRACT PROVISION-CONTRACTUAL SERVICES-LEGISLATOR08-04-92-R03REQUIRED CONTRACT PROVISION-LIMITS OF FED FUNDS FOR LOBBYING04-26-90-R05REQUIRED CONTRACT PROVISION-PRICE ADJUSTMENT FOR FUEL10-10-00-R09REQUIRED CONTRACT PROVISION-PRICE ADJUSTMENT FOR ASPHALT06-01-06-R01REQUIRED 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-R1REQUIRED CONTRACT PROVISION-WATER SYSTEM08-17-16-R02REQUIRED CONTRACT PROVISION-SANITARY SEWER SYSTEM06-19-19REQUIRED CONTRACT PROVISION-NDAA 889 TELECOMM PROHIBITION12-17-20MINIMUM WAGE RATE (SEDGWICK COUNTY)KS20210147NOTICE TO CONTRACTORS (USDOT HOTLINE)09-06-94-R01REQUIRED CONTRACT PROVISION-TAX CLEARANCE CERTIFICATE01-01-11-R01REQUIRED CONTRACT PROVISION-FEDERAL-AID CONSTRUCTION CONTRACTSFHWA-1273REQUIRED CONTRACT PROVISION-ITS UNIT COST04-06-09-R01REQUIRED CONTRACT PROVISION-DBE SUPPLIERS/REGULAR DEALERS03-10-06-R01REQUIRED CONTRACT PROVISION-UTILIZATION OF DBE'S07-18-80-R29REQUIRED CONTRACT PROVISION - ELECTRIC LIGHTING SYSTEM11-15-17-R01POLICY AGAINST SEXUAL HARASSMENT03-01-18ERRATA SHEET FOR STD SPEC BOOK FOR RD & BR CONST, 2015 ED15-ER-1-R20INFORMATION TO CONTRACTORS (STATUS OF UTILITIES)15-01002HIGHWAY CONSTRUCTION TRAINEES15-01007FUEL ADJUSTMENT15-01008-R02ASPHALT PRICE ADJUSTMENT15-01009-R01EMULSIFIED ASPHALT ADJUSTMENT15-01010ENVIRONMENTAL CONCERNS - MIGRATORY BIRD TREATY ACT15-01011-R06REQUIRED ATTENDANCE-PRE-BID CONFERENCE15-01013PROSECUTION AND PROGRESS15-01016-R03CARGO PREFERENCE ACT15-01017CONTROL OF MATERIALS15-01018CONTROL OF WORK15-01019-R02

  • KANSAS DEPARTMENT OF TRANSPORTATIONSPECIAL PROVISION LIST

    PAGE:DATE:

    201/12/21

    STATE PROJECT NO: I235-087 KA 3232-03 STATE CONTRACT NO: 521022575

    FEDERAL PROJ NO.

    PRIMARY DISTRICT:

    DESCRIPTION:

    PRIMARY COUNTY: SEDGWICK5

    GRADING, BRIDGE & SURFACING. WB I-235 & NB I-135 FLY OVER BR AT WB I-235 & SB I-135 INTCHG IN NE WICHITA IN SG CO. LGTH IS 0.827 MI.

    NHPP-A323(203)

    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.

    BIDDING REQUIREMENTS AND CONDITIONS15-01021-R03SCOPE OF WORK15-01022-R04BIDDING REQUIREMENTS AND CONDITIONS15-01023AWARD AND EXECUTION OF CONTRACT15-01024FIBERGLASS PIPES AND FITTINGS15-19001REMOVAL OF EXISTING STRUCTURES15-02001CEMENT TREATED BASE15-03001KANSAS CITY METRO MATERIALS15-04001STRUCTURAL CONCRETE15-04002ON GRADE CONCRETE15-04003GENERAL CONCRETE15-04005-R01PORTLAND CEMENT CONCRETE PAVEMENT (QC/QA)15-05003ASPHALT PAVEMENT SMOOTHNESS15-06006-R01HOT MIX ASPHALT CONSTRUCTION QC/QA15-06007-R01HOT MIX ASPHALT (HMA)-COMMERCIAL GRADE15-06010STRUCTURAL STEEL FABRICATION15-07003-R04STRUCTURAL METALS FABRICATION15-07004-R02QUALIFICATION OF FIELD WELDERS15-07005-R02EXPANSION JOINTS15-07006DRILLED SHAFT (SPECIAL)15-07007SIGN STRUCTURES AND BRIDGE MOUNTED SIGN ATTACHMENTS15-07008HIGH MAST LIGHT TOWERS15-07009-R01CONCRETE STRUCTURE CONSTRUCTION15-07011-R01FIELD ERECTION15-07013STRUCTURAL STEEL CONSTRUCTION15-07016PILING15-07017FALSEWORK AND FORM CONSTRUCTION15-07018COURTESY TOWING15-08007RETAINING WALL SYSTEM15-08008-R01PERMANENT SIGNING15-08010-R01PAVEMENT WIDENING, SHOULDERING AND PAVEMENT EDGE WEDGE15-08011-R02CONCRETE SAFETY BARRIER15-08014CONTRACTOR CONSTRUCTION STAKING15-08015MAINTENANCE AND RESTORATION OF HAUL ROADS15-08018WORK ZONE TRAFFIC CONTROL & SAFETY15-08019-R01

  • KANSAS DEPARTMENT OF TRANSPORTATIONSPECIAL PROVISION LIST

    PAGE:DATE:

    301/12/21

    STATE PROJECT NO: I235-087 KA 3232-03 STATE CONTRACT NO: 521022575

    FEDERAL PROJ NO.

    PRIMARY DISTRICT:

    DESCRIPTION:

    PRIMARY COUNTY: SEDGWICK5

    GRADING, BRIDGE & SURFACING. WB I-235 & NB I-135 FLY OVER BR AT WB I-235 & SB I-135 INTCHG IN NE WICHITA IN SG CO. LGTH IS 0.827 MI.

    NHPP-A323(203)

    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.

    DURABLE PAVEMENT MARKING15-08020-R01FIELD OFFICE AND LABORATORY15-08023STORMWATER POLLUTION MANAGEMENT15-09002-R03MULCHING15-09003TEMPORARY EROSION AND SEDIMENT CONTROL/SEEDING15-09004SODDING15-09005STONE FOR RIPRAP, DITCH LINING AND OTHER MISCELLANEOUS USES15-11001-R03AGGREGATE FOR HMA15-11002-R01AGGS FOR CONCRETE NOT PLACED ON GRADE15-11003-R03AGGREGATE FOR ON GRADE15-11004-R01AGGREGATES FOR BACKFILL15-11009-R02GENERAL REQUIREMENT DIVISION 120015-12001-R01PERFORMANCE GRADED ASPHALT BINDER15-12002AIR-ENTRAINING ADMIXTURES FOR CONCRETE15-14001-R01SHEET MATERIALS FOR CURING CONCRETE15-14002LIQUID MEMBRANE FORMING COMPOUNDS15-14003HOT JOINT SEALING COMPOUND15-15001-R01PREFORMED EXPANSION JOINT FILLER FOR CONCRETE15-15002STRIP SEAL ASSEMBLY15-15003COLD APPLIED CHEMICALLY CURED JOINT SEALANT15-15004BACKER ROD15-15005STRUCTURAL STEEL TUBING15-16001-R01STEEL SIGN POSTS15-16002-R03STEEL WIRE & WELDED WIRE FABRIC FOR CONCRETE REINFORCEMENT15-16003-R01MATERIALS FOR FENCING15-16004STRUCTURAL STEEL15-16005ANCHOR BOLTS FOR STRUCTURAL USES15-16006-R01STEEL FASTENERS15-16007-R01STEEL PLATE GUARDRAIL AND PROPRIETARY END TERMINALS15-16008-R01HELICAL REINFORCEMENT15-16009PORTABLE CHANGEABLE MESSAGE SIGNS15-17001RELEASE COMPOUND FOR ASPHALT MIXES15-17004-R04BEARING AND PADS FOR STRUCTURES15-17005-R01FIBROUS REINFORCEMENT FOR CONCRETE15-17006-R02GEOSYNTHETICS15-17007-R02

  • KANSAS DEPARTMENT OF TRANSPORTATIONSPECIAL PROVISION LIST

    PAGE:DATE:

    401/12/21

    STATE PROJECT NO: I235-087 KA 3232-03 STATE CONTRACT NO: 521022575

    FEDERAL PROJ NO.

    PRIMARY DISTRICT:

    DESCRIPTION:

    PRIMARY COUNTY: SEDGWICK5

    GRADING, BRIDGE & SURFACING. WB I-235 & NB I-135 FLY OVER BR AT WB I-235 & SB I-135 INTCHG IN NE WICHITA IN SG CO. LGTH IS 0.827 MI.

    NHPP-A323(203)

    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.

    USES OF PIPE15-19005-R03CMP AND END SECTIONS15-19006-R01PORTLAND CEMENT AND BLENDED HYDRAULIC CEMENT15-20001HYDRATED LIME15-20002SEEDS15-21001MULTI - COMPONENT LIQUID PAVEMENT MARKING MATERIAL15-22003-R02IMAGE SYSTEMS15-22005-R03RETROREFLECTIVE SHEETING15-22006-R01ROLL-UP SIGNS15-22011WOOD POSTS15-23001-R02WOOD FENCE POSTS15-23002-R01FIELD HANDLING AND PRESERVATIVE TREATMENT OF WOOD PRODUCTS15-23003PART V15-25001-R06CONSTRUCTION MANUAL - PART V15-25002-R01MATERIALS CERTIFICATIONS15-26001-R08MODIFIED REQUIREMENTS – ASPHALT MIXTURES15-MR0422HMA CONSTRUCTION-ASPHALT TREATED BASE-ALTERNATE15-PS0054WORK SCHEDULE15-WS0168RAILROAD FLAGGING REQUIREMENTS15-RF0183SIGNIFICANT PROJECT15-WZ0036

    END OF SPECIAL PROVISION LIST

  • Letting 02/17/2021 Kansas Department of Transportation Project No. I235-087 KA 3232-03Contract No. 521022575

    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 frombidding by any federal or state agency;

    2. Have not been suspended, debarred, voluntarily excluded or disqualified from biddingby 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 renderedagainst them by a court of competent jurisdiction in any matter involving fraud, anti-trust violations, theft, official misconduct, or other offenses indicating a lack ofbusiness 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 forcause 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: EE88741F03

  • Letting 02/17/2021 Kansas Department of Transportation Project No. I235-087 KA 3232-03Contract No. 521022575

    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: EE88741F03

  • Letting 02/17/2021 Kansas Department of Transportation Project No. I235-087 KA 3232-03Contract No. 521022575

    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: EE88741F03

  • Letting 02/17/2021 Kansas Department of Transportation Project No. I235-087 KA 3232-03Contract No. 521022575

    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: EE88741F03

  • Letting 02/17/2021 Kansas Department of Transportation Project No. I235-087 KA 3232-03Contract No. 521022575

    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: EE88741F03

  • Letting 02/17/2021 Kansas Department of Transportation Project No. I235-087 KA 3232-03Contract No. 521022575

    REQUIRED CONTRACT PROVISION - 10-10-00-R09 (Rev. 01/20)PRICE ADJUSTMENT FOR FUEL

    The Contractor may accept or reject the application of Special Provision 15-01008 (latest revision) "Price Adjustment for Fuel". Any items listed on Special Provision 15-01008 (latest revision) that are included in this project are eligible for the fuel price adjustment unless otherwise stated in the contract documents.Answer 'Accept' if you accept this provision. Answer 'Reject' if you reject this provision and the provision will not be part of the contract.

    Accept RejectIf the Contractor accepts 15-01008 (latest revision), the Contractor shall mark the checkboxes below for the eligible items/sections listed in Special Provision 15-01008 (latest revision). Then they should indicate their desire for the specific fuel price adjustment by selecting the 'Yes' or 'No' option.

    Road Items (Earthwork)Concrete Surfacing ItemsAsphalt Surfacing Items

    Contractor: Page 10 Check: EE88741F03

  • Letting 02/17/2021 Kansas Department of Transportation Project No. I235-087 KA 3232-03Contract No. 521022575

    REQUIRED CONTRACT PROVISION - 06-01-06-R01 (Rev. 03/15)PRICE ADJUSTMENT FOR ASPHALT MATERIAL

    The Contractor may accept or reject the application of Special Provision 15-01009 (latest revision) "Price Adjustment for Asphalt Material."

    Answer 'Accept' if you accept this provision. Answer 'Reject' if you reject this provision and the provision will not be part of the contract.

    Accept Reject

    Contractor: Page 11 Check: EE88741F03

  • Letting 02/17/2021 Kansas Department of Transportation Project No. I235-087 KA 3232-03Contract No. 521022575

    REQUIRED CONTRACT PROVISION - 08-31-09-R01 (Rev. 03/15)PRICE ADJUSTMENT FOR EMULSIFIED ASPHALT

    The Contractor may accept or reject the application of Special Provision 15-01010 (latest revision) "Emulsified Asphalt Price Adjustment."

    Answer 'Accept' if you accept this provision. Answer 'Reject' if you reject this provision and the provision will not be part of the contract.

    Accept Reject

    Contractor: Page 12 Check: EE88741F03

  • Letting 02/17/2021 Kansas Department of Transportation Project No. I235-087 KA 3232-03Contract No. 521022575

    REQUIRED CONTRACT PROVISION - 11-15-17-R01 (Rev. 09/18)ELECTRIC LIGHTING SYSTEM UNIT COST

    The Contractor shall comply with Section 814 of the Standard Specifications when providing and installing elements of the Electric Lighting System. Add the following at the end of Section 814.4 Measurement and Payment.

    The Contractor will submit a unit cost in this Required Contract Provision for each individual Electric Lighting item the contract requires. Even though the bid item is a lump sum price, the Engineer will adjust the lump sum price by any increase or decrease in the quantities indicated in the Summary of Quantities shown in the plans. To calculate the adjustment, the Engineer will determine the overrun or underrun quantity for each Electric Lighting System item list in the contract. The Engineer will multiply any overrun or underrun quantity by the unit cost the Contractor provided below. The Engineer will increase the lump sum price by the cost of any overruns and decrease the lump sum price by the cost of any underruns. The sum of the unit costs multiplied by the items listed in the Summary of Quantities for each site or the entire project must be less than or equal to the lump sum bid, or the unit cost submittal will be rejected. Contractor will then be required to resubmit this Required Contract Provision that meets this requirement for the bid to be accepted. The Engineer will only negotiate or receive new prices on Electric Lighting System items if they were not identified in the original Summary of Quantities.

    Furnished items shall comply with either the List of Prequalified Roadway Lighting Systems and Equipment, or the specifications in the contract document or otherwise approved by the Engineer.

    The Secretary may reject this Proposal if the Contractor fails to complete this Required Contract Provision when submitting their Proposal.

    ID# Unit Cost ID# Unit Cost ID# Unit Cost

    *Refer to the Summary of Quantities sheet in the Plans for the ID #

    Contractor: Page 13 Check: EE88741F03

  • Letting 02/17/2021 Kansas Department of Transportation Project No. I235-087 KA 3232-03Contract No. 521022575

    REQUIRED CONTRACT PROVISION - 04-06-09-R01 (Rev. 09/18)ITS UNIT COST

    The Contractor shall comply with Section 859 of the Standard Specifications when providing and installing elements of the Intelligent Transportation System (ITS). Add the following at the end of Section 859.4 Measurement and Payment.

    The Contractor will submit a unit cost in this Required Contract Provision for each individual ITS item the contract requires. Even though the bid item is a lump sum price, the Engineer will adjust the lump sum price by any increase or decrease in the quantities indicated in the Summary of Quantities shown in the plans. To calculate the adjustment, the Engineer will determine the overrun or underrun quantity for each ITS item listed in the contract. The Engineer will multiply any overrun or underrun quantity by the unit cost the Contractor provided below. The Engineer will increase the lump sum price by the cost of any overruns and decrease the lump sum price by the cost of any underruns. The sum of the unit costs multiplied by the items listed in the Summary of Quantities for each site or the entire project must be less than or equal to the lump sum price, or the unit cost submittal will be rejected. Contractor will then be required to resubmit this Required Contract Provision that meets this requirement for the bid to be accepted. The Engineer will only negotiate or receive new prices on ITS items if they were not identified in the original Summary of Quantities.

    The Secretary may reject this Proposal if the Contractor fails to complete this Required Contract Provision when submitting their Proposal.

    ID# Unit Cost ID# Unit Cost ID# Unit Cost

    *Refer to the Summary of Quantities sheet in the Plans for the ID #

    Contractor: Page 14 Check: EE88741F03

  • Letting 02/17/2021 Kansas Department of Transportation Project No. I235-087 KA 3232-03Contract No. 521022575

    REQUIRED CONTRACT PROVISION - 08-17-16-R02 (Rev. 06/19)WATER SYSTEM UNIT COST

    For this Project, the Water System will comply with the Section 913. All work shall comply with the local entity's (Owner) specifications for Water System, except where superseded (partially or entirely) by Section 913 or the details and notes included in the plans. Contact the Owner for a copy of their specifications.

    The Contractor will submit a unit cost in this Required Contract Provision for each individual water system items the contract requires. Even though the bid item is a lump sum price, the Engineer will adjust the lump sum price by any increase or decrease in the quantities indicated in the Summary of Quantities shown in the plans. To calculate the adjustment, the Engineer will determine the overrun or underrun quantity for each water system item listed in the contract. The Engineer will multiply any overrun or underrun quantity by the unit cost the Contractor provided below. The Engineer will increase the lump sum price by the cost of any overruns and decrease the lump sum price by the cost of any underruns.

    The Engineer will only negotiate or receive new prices on water system items if they were not identified in the original Summary of Quantities. Standard fittings are not quantified separately and are considered subsidiary to all other water system bid items. The sum of the unit costs multiplied by the items listed in the Summary of Quantities shall equal the Water System lump sum price submitted in this proposal, or the unit cost submittal will be rejected. Contractor will then be required to resubmit this Required Contract Provision that meets this requirement for the bid to be accepted.The Secretary may reject this Proposal if the Contractor fails to complete this Required Contract Provision when submitting their Proposal.

    ID# Unit Cost ID# Unit Cost ID# Unit Cost

    *Refer to the Summary of Quantities sheet in the Plans for the ID #

    Contractor: Page 15 Check: EE88741F03

  • Letting 02/17/2021 Kansas Department of Transportation Project No. I235-087 KA 3232-03Contract No. 521022575

    REQUIRED CONTRACT PROVISION - 06-19-19 (06/19)SANITARY SEWER SYSTEM UNIT COST

    For this Project, the Sanitary Sewer System will comply with the Section 817. All work shall comply with the local entity's (Owner) specifications for Sanitary Sewer System, except where superseded (partially or entirely) by Section 817 or the details and notes included in the plans. Contact the Owner for a copy of their specifications.

    The Contractor will submit a unit cost in this Required Contract Provision for each individual Sanitary Sewer system items the contract requires. Even though the bid item is a lump sum price, the Engineer will adjust the lump sum price by any increase or decrease in the quantities indicated in the Summary of Quantities shown in the plans. To calculate the adjustment, the Engineer will determine the overrun or underrun quantity for each Sanitary Sewer system item listed in the contract. The Engineer will multiply any overrun or underrun quantity by the unit cost the Contractor provided below. The Engineer will increase the lump sum price by the cost of any overruns and decrease the lump sum price by the cost of any underruns.

    The Engineer will only negotiate or receive new prices on Sanitary Sewer system items if they were not identified in the original Summary of Quantities. Standard fittings are not quantified separately and are considered subsidiary to all other Sanitary Sewer system bid items. The sum of the unit costs multiplied by the items listed in the Summary of Quantities shall equal the Sanitary Sewer System lump sum price submitted in this proposal, or the unit cost submittal will be rejected. Contractor will then be required to resubmit this Required Contract Provision that meets this requirement for the bid to be accepted.The Secretary may reject this Proposal if the Contractor fails to complete this Required Contract Provision when submitting their Proposal.

    ID# Unit Cost ID# Unit Cost ID# Unit Cost

    *Refer to the Summary of Quantities sheet in the Plans for the ID #

    Contractor: Page 16 Check: EE88741F03

  • Letting 02/17/2021 Kansas Department of Transportation Project No. I235-087 KA 3232-03Contract No. 521022575

    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 17 Check: EE88741F03

  • Letting 02/17/2021 Kansas Department of Transportation Project No. I235-087 KA 3232-03Contract No. 521022575

    Line Number Item Number Quantity Unit Unit Price Extension PriceSection 01

    COMMON ITEMS 1 020100 1.00 LS

    CONTRACTOR CONSTRUCTION STAKING / 2 025600 1.00 EACH

    FIELD OFFICE AND LABORATORY (TYPE A) / 3 012340 1.00 CUYD $40.000 $40.00

    FOUNDATION STABILIZATION (SET PRICE) / 4 025323 1.00 LS

    MOBILIZATION / 5 070626 1.00 LS

    MOBILIZATION (DBE) / 6 025200 1.00 LS

    REMOVAL OF EXISTING STRUCTURES / 7 020001 1.00 LS $16,000.000 $16,000.00

    MAINTENANCE AND RESTORATION OF HAUL ROADS (SET PRICE) / NON-PART8 071554 1.00 CUYD $175.000 $175.00

    CONCRETE FOR SEAL COURSE (SET PRICE) / 9 040707 1.00 LS

    CURING ENVIRONMENT / 10 055660 6000.00 HOUR $2.000 $12,000.00

    TRAINEES HIGHWAY CONSTRUCTION (SET PRICE) / NON-PART11 070580 1.00 HOUR $25.000 $25.00

    FLAGGER (SET PRICE) /

    Section 01 Total $28,240.00

    Section 02ROAD ITEMS

    12 060359 1.00 LSCLEANING EXISTING STRUCTURE /

    13 025361 1.00 LSCLEARING AND GRUBBING /

    14 012412 179266.00 CUYDCOMMON EXCAVATION (URB) /

    15 012415 502396.00 CUYDCOMMON EXCAVATION (CONTRACTOR FURNISHED) /

    16 012420 7396.00 CUYDROCK EXCAVATION /

    17 012317 377917.00 CUYDCOMPACTION OF EARTHWORK (TYPE A) (MR-5-5) /

    18 012318 29982.00 CUYDCOMPACTION OF EARTHWORK (TYPE AA) (MR-0-5) /

    19 012334 46006.00 CUYDCOMPACTION OF EARTHWORK (TYPE AA) (MR-3-3) /

    20 012319 78273.00 CUYDCOMPACTION OF EARTHWORK (TYPE AA) (MR-5-5) /

    21 010114 1.00 MGAL $35.000 $35.00WATER (GRADING) (SET PRICE) /

    Contractor: Page 18 Check: EE88741F03

  • Letting 02/17/2021 Kansas Department of Transportation Project No. I235-087 KA 3232-03Contract No. 521022575

    22 030189 343489.00 SQYDSALVAGED TOPSOIL /

    23 050400 24.00 LNFTCROSS ROAD PIPE ( 15") /

    24 050701 122.00 LNFTCROSS ROAD PIPE ( 24") (RCP) /

    25 050900 324.00 LNFTCROSS ROAD PIPE ( 30") /

    26 050901 232.00 LNFTCROSS ROAD PIPE ( 30") (RCP) /

    27 051101 144.00 LNFTCROSS ROAD PIPE ( 36") (RCP) /

    28 051301 12.00 LNFTCROSS ROAD PIPE ( 48") (RCP) /

    29 051701 580.00 LNFTCROSS ROAD PIPE ( 72") (RCP) /

    30 056107 282.00 LNFTCROSS ROAD PIPE ( 72") (RCP) (BORED, JACKED OR TUNNELED) /

    31 053301 8.00 LNFTCROSS ROAD PIPE ( 7.0 SQ.FT.) (RCPHE) /

    32 054500 1.00 EACHEND SECTION ( 12") /

    33 054525 1.00 EACHEND SECTION ( 15") /

    34 054551 1.00 EACHEND SECTION ( 18") (RC) /

    35 054601 5.00 EACHEND SECTION ( 24") (RC) /

    36 054650 1.00 EACHEND SECTION ( 30") /

    37 054651 5.00 EACHEND SECTION ( 30") (RC) /

    38 054701 2.00 EACHEND SECTION ( 36") (RC) /

    39 054751 1.00 EACHEND SECTION ( 48") (RC) /

    40 054851 6.00 EACHEND SECTION ( 72") (RC) /

    41 055025 2.00 EACHEND SECTION ( 1.5 SQ.FT.) /

    42 055201 1.00 EACHEND SECTION ( 7.0 SQ.FT.) (RCHE) /

    43 052675 32.00 LNFTENTRANCE PIPE ( 1.5 SQ.FT.) /

    44 023447 843.75 LNFTGUARDRAIL, STEEL PLATE /

    45 023456 4315.75 LNFTGUARDRAIL, STEEL PLATE (MGS) /

    46 023454 120.00 LNFTGUARDRAIL, REMOVAL AND RECONSTRUCTION OF STEEL PLATE /

    Contractor: Page 19 Check: EE88741F03

  • Letting 02/17/2021 Kansas Department of Transportation Project No. I235-087 KA 3232-03Contract No. 521022575

    47 012705 1.00 EACHADJUSTMENT OF CURB INLETS /

    48 012851 2.00 EACHINLET (GUTTER) /

    49 012750 272.00 SQYDCONCRETE DITCH LINING /

    50 080418 32.00 TONAGGREGATE DITCH LINING ( 4") /

    51 070970 688.00 CUYDSLOPE PROTECTION (AGGREGATE) /

    52 070974 920.00 CUYDSLOPE PROTECTION (RIPRAP STONE) /

    53 070972 17691.00 CUYDSLOPE PROTECTION (SHOT ROCK) /

    54 012281 329.00 LNFTSLOPE DRAIN (STONE) /

    55 012711 4.00 EACHFLUME INLET (CONCRETE) /

    56 056251 122.00 LNFTSTORM SEWER (18") (RCP) /

    57 030700 7.30 PMPSMOWING /

    58 072144 22.00 EACHRIGHT-OF-WAY SURVEY MONUMENT /

    59 071335 556.00 LNFTLINER PIPE ( 30") /

    60 071810 82.00 LNFTLINER PIPE ( 48") /

    61 012277 141986.00 LNFTPREFABRICATED VERTICAL DRAIN /

    62 012346 9045.00 SQYDGRANULAR DRAINAGE BLANKET (24") /

    63 025007 1.00 EACH $200.000 $200.00TOWING (COURTESY) (SET PRICE) /

    64 030127 1.00 LSWATER SYSTEM / NON PART

    65 071710 1.00 LSSANITARY SEWER SYSTEM / NON PART

    Section 02 Total $235.00

    Section 03 AA1GUARDRAIL END TERMINAL ALT. (FLEAT)

    66 023410 2.00 EACHGUARDRAIL END TERMINAL (FLEAT) /

    Section 03 Total

    Section 04 AA2

    Contractor: Page 20 Check: EE88741F03

  • Letting 02/17/2021 Kansas Department of Transportation Project No. I235-087 KA 3232-03Contract No. 521022575

    GUARDRAIL END TERMINAL ALT. (SRT) 67 023448 2.00 EACH

    GUARDRAIL END TERMINAL (SRT) /

    Section 04 Total

    Section 05 BB1GUARDRAIL END TERMINALS ALT (MGS-FLEAT)

    68 030567 20.00 EACHGUARDRAIL END TERMINAL (MGS-FLEAT) /

    Section 05 Total

    Section 06 BB2GUARDRAIL END TERMINALS ALT (MGS-SRT)

    69 030566 20.00 EACHGUARDRAIL END TERMINAL (MGS-SRT) /

    Section 06 Total

    Section 07 CC1GUARDRAIL END TERMINALS ALT (MGS-MSKT)

    70 030558 3.00 EACHGUARDRAIL END TERMINAL (MGS-MSKT) /

    Section 07 Total

    Section 08 CC2GUARDRAIL END TERMINALS ALT (MGS-SOFTSTOP)

    71 030559 3.00 EACHGUARDRAIL END TERMINAL (MGS-SOFTSTOP) /

    Section 08 Total

    Section 09RETAINING WALL ITEMS

    72 013847 1914.00 SQFTRETAINING WALL (MSEW) /

    73 071592 125.00 SQYDCONCRETE MASONRY COATING /

    Section 09 Total

    Section 10TEMP PRJ WTR POL CTL-SOIL EROSION

    74 072223 9345.00 LBS.TEMPORARY FERTILIZER (16-20- 0) /

    75 013589 1246.00 LBS.

    Contractor: Page 21 Check: EE88741F03

  • Letting 02/17/2021 Kansas Department of Transportation Project No. I235-087 KA 3232-03Contract No. 521022575

    TEMPORARY SEED (CANADA WILDRYE) / 76 013544 2803.50 LBS.

    TEMPORARY SEED (GRAIN OATS) / 77 061377 2803.50 LBS.

    TEMPORARY SEED (STERILE WHEATGRASS) / 78 030537 44.00 LBS.

    SOIL EROSION MIX / 79 072285 1602.00 SQYD

    EROSION CONTROL (CLASS 1) (TYPE C) / 80 072287 80.00 SQYD

    EROSION CONTROL (CLASS 2) (TYPE E) / 81 071291 1.00 CUYD $35.000 $35.00

    SEDIMENT REMOVAL (SET PRICE) / 82 072400 1.00 LNFT $1.000 $1.00

    TEMPORARY BERM (SET PRICE) / 83 040502 171.00 CUYD

    TEMPORARY DITCH CHECK (ROCK) / 84 071320 6.00 EACH

    TEMPORARY INLET SEDIMENT BARRIER / 85 070894 6842.00 LNFT

    BIODEGRADABLE LOG ( 9") / 86 070895 9122.00 LNFT

    BIODEGRADABLE LOG (12") / 87 070896 1174.00 LNFT

    BIODEGRADABLE LOG (20") / 88 070828 6842.00 LNFT

    FILTER SOCK (12") / 89 070829 1021.00 LNFT

    FILTER SOCK (18") / 90 010598 461.00 LNFT

    SILT FENCE / 91 000098 1.00 LS

    SWPPP DESIGN / 92 000097 85.00 EACH

    SWPPP INSPECTION / 93 000103 141.00 EACH

    WATER POLLUTION CONTROL MANAGER / 94 030635 55710.00 LBS.

    MULCHING TACKING SLURRY / 95 030638 185.70 TON

    MULCHING / 96 010123 1.00 MGAL $35.000 $35.00

    WATER (EROSION CONTROL) (SET PRICE) /

    Section 10 Total $71.00

    Section 11BR. NO. 135-87-11.55 (852)

    97 012400 532.00 CUYD

    Contractor: Page 22 Check: EE88741F03

  • Letting 02/17/2021 Kansas Department of Transportation Project No. I235-087 KA 3232-03Contract No. 521022575

    CLASS I EXCAVATION / 98 012401 150.00 CUYD

    CLASS II EXCAVATION / 99 032816 748.10 CUYD

    CONCRETE (GRADE 4.0) (AE) (SA) (MPC) / 100 072350 165.90 CUYD

    CONCRETE (GRADE 4.0) (AE) / 101 025103 195570.00 LBS.

    REINFORCING STEEL (GRADE 60) (EPOXY COATED) / 102 025100 6280.00 LBS.

    REINFORCING STEEL (GRADE 60) / 103 014070 3067.00 LNFT

    PILES (STEEL) (HP12X53) / 104 014054 159.00 LNFT

    TEST PILES (SPECIAL) (HP12X53) / 105 071021 80.00 SQYD

    BRIDGE BACKWALL PROTECTION SYSTEM / 106 014018 48.00 CUYD

    ABUTMENT AGGREGATE DRAIN / 107 070974 565.00 CUYD

    SLOPE PROTECTION (RIPRAP STONE) / 108 013333 350.00 SQYD

    BRIDGE DECK GROOVING / 109 010255 1.00 LS $10,000.000 $10,000.00

    FALSEWORK INSPECTION /

    Section 11 Total $10,000.00

    Section 12BR. NO. 135-87-11.84(854)

    110 012402 2607.00 CUYDCLASS III EXCAVATION /

    111 032816 2072.20 CUYDCONCRETE (GRADE 4.0) (AE) (SA) (MPC) /

    112 072350 2244.40 CUYDCONCRETE (GRADE 4.0) (AE) /

    113 025103 519650.00 LBS.REINFORCING STEEL (GRADE 60) (EPOXY COATED) /

    114 025100 350150.00 LBS.REINFORCING STEEL (GRADE 60) /

    115 014072 3099.00 LNFTPILES (STEEL) (HP12X74) /

    116 013359 212.00 LNFTTEST PILES (SPECIAL) (HP12X74) /

    117 014074 12356.00 LNFTPILES (STEEL) (HP12X84) /

    118 014003 229.00 LNFTTEST PILE (SPECIAL) (HP 12X84) /

    119 014017 149.00 LNFT

    Contractor: Page 23 Check: EE88741F03

  • Letting 02/17/2021 Kansas Department of Transportation Project No. I235-087 KA 3232-03Contract No. 521022575

    CASED PILE / 120 014477 1.00 LS

    TEMPORARY SHORING / 121 072024 3304826.00 LBS.

    STRUCTURAL STEEL (M270) (GR 50WT3) / 122 025135 8981.00 LBS.

    STRUCTURAL STEEL (A709) (GR 50W) / 123 012242 18.00 EACH

    BEARING (STEEL) / 124 070383 48.00 EACH

    BEARING (DISC) / 125 025110 17675.00 EACH

    WELDED STUD SHEAR CONNECTORS / 126 025474 302.00 SQYD

    SUBSTRUCTURE WATERPROOFING MEMBRANE / 127 071592 2046.00 SQYD

    CONCRETE MASONRY COATING / 128 014018 407.00 CUYD

    ABUTMENT AGGREGATE DRAIN / 129 071021 119.00 SQYD

    BRIDGE BACKWALL PROTECTION SYSTEM / 130 070970 2758.90 CUYD

    SLOPE PROTECTION (AGGREGATE) / 131 013333 5775.00 SQYD

    BRIDGE DECK GROOVING / 132 014287 93.00 LNFT

    EXPANSION JOINT (STRIP SEAL ASSEMBLY) / 133 014356 93.00 LNFT

    EXPANSION DEVICE (SLIDING PLATE) / 134 014241 1.00 LS

    BRIDGE DRAINAGE SYSTEM / 135 010255 1.00 LS $30,000.000 $30,000.00

    FALSEWORK INSPECTION / 136 025300 1.00 LS

    ELECTRIC LIGHTING SYSTEM /

    Section 12 Total $30,000.00

    Section 13BR. NO. 135-87-11.81 (855)

    137 012402 849.00 CUYDCLASS III EXCAVATION /

    138 032816 530.60 CUYDCONCRETE (GRADE 4.0) (AE) (SA) (MPC) /

    139 072350 423.80 CUYDCONCRETE (GRADE 4.0) (AE) /

    140 025103 119350.00 LBS.REINFORCING STEEL (GRADE 60) (EPOXY COATED) /

    141 025100 76780.00 LBS.

    Contractor: Page 24 Check: EE88741F03

  • Letting 02/17/2021 Kansas Department of Transportation Project No. I235-087 KA 3232-03Contract No. 521022575

    REINFORCING STEEL (GRADE 60) / 142 014070 1922.00 LNFT

    PILES (STEEL) (HP12X53) / 143 014054 101.00 LNFT

    TEST PILES (SPECIAL) (HP12X53) / 144 014069 3622.00 LNFT

    PILES (STEEL) (HP10X42) / 145 014053 68.00 LNFT

    TEST PILES (SPECIAL) (HP10X42) / 146 072024 350760.00 LBS.

    STRUCTURAL STEEL (M270) (GR 50WT3) / 147 025135 23510.00 LBS.

    STRUCTURAL STEEL (A709) (GR 50W) / 148 070869 18.00 EACH

    BEARING (STEEL REINFORCED ELASTOMERIC) / 149 025110 10944.00 EACH

    WELDED STUD SHEAR CONNECTORS / 150 014018 178.00 CUYD

    ABUTMENT AGGREGATE DRAIN / 151 071021 142.00 SQYD

    BRIDGE BACKWALL PROTECTION SYSTEM / 152 070970 614.00 CUYD

    SLOPE PROTECTION (AGGREGATE) / 153 013333 1425.00 SQYD

    BRIDGE DECK GROOVING / 154 010255 1.00 LS $15,000.000 $15,000.00

    FALSEWORK INSPECTION / 155 071794 240.00 LNFT

    FENCE (CHAIN LINK) ( 8'-0") (SPECIAL) /

    Section 13 Total $15,000.00

    Section 14BR. NO. (033) REPAIR ITEMS

    156 072350 111.00 CUYDCONCRETE (GRADE 4.0) (AE) /

    157 025103 6680.00 LBS.REINFORCING STEEL (GRADE 60) (EPOXY COATED) /

    Section 14 Total

    Section 15BR. NO. (034) REPAIR ITEMS

    158 032816 37.00 CUYDCONCRETE (GRADE 4.0) (AE) (SA) (MPC) /

    159 025103 13760.00 LBS.REINFORCING STEEL (GRADE 60) (EPOXY COATED) /

    160 025479 52.00 EACHDRILLING AND GROUTING /

    Contractor: Page 25 Check: EE88741F03

  • Letting 02/17/2021 Kansas Department of Transportation Project No. I235-087 KA 3232-03Contract No. 521022575

    161 025105 1.00 LBS. $2.000 $2.00REINFORCING STEEL (REPAIR) (GRADE 60) (SET PRICE) /

    Section 15 Total $2.00

    Section 16BR. NO. (035) REPAIR ITEMS

    162 032816 1.10 CUYDCONCRETE (GRADE 4.0) (AE) (SA) (MPC) /

    163 072350 72.40 CUYDCONCRETE (GRADE 4.0) (AE) /

    164 025103 4180.00 LBS.REINFORCING STEEL (GRADE 60) (EPOXY COATED) /

    165 025479 8.00 EACHDRILLING AND GROUTING /

    166 025105 1.00 LBS. $2.000 $2.00REINFORCING STEEL (REPAIR) (GRADE 60) (SET PRICE) /

    Section 16 Total $2.00

    Section 17BR. NO. (111) REPAIR ITEMS

    167 032816 3.90 CUYDCONCRETE (GRADE 4.0) (AE) (SA) (MPC) /

    168 025103 720.00 LBS.REINFORCING STEEL (GRADE 60) (EPOXY COATED) /

    169 025105 1.00 LBS. $2.000 $2.00REINFORCING STEEL (REPAIR) (GRADE 60) (SET PRICE) /

    Section 17 Total $2.00

    Section 18 DD1CEMENT TREATED BASE ALT

    170 025177 31351.00 SQYDCEMENT TREATED BASE /

    171 025487 31351.00 SQYDQUALITY CONTROL TESTING (CTB) /

    Section 18 Total

    Section 19 DD2ASPHALT TREATED BASE ALT

    172 013826 31351.00 SQYDASPHALT TREATED BASE /

    173 081699 6819.00 TONQUALITY CONTROL TESTING (HMA) /

    174 011750 1.00 EACH $45.000 $45.00ASPHALT CORE (SET PRICE) /

    Contractor: Page 26 Check: EE88741F03

  • Letting 02/17/2021 Kansas Department of Transportation Project No. I235-087 KA 3232-03Contract No. 521022575

    175 000030 1.00 LS $1.000 $1.00ASPHALT AIR VOID PAY ADJUSTMENT /

    176 000029 1.00 LS $1.000 $1.00ASPHALT DENSITY PAY ADJUSTMENT /

    177 025600 1.00 EACHFIELD OFFICE AND LABORATORY (TYPE A) /

    Section 19 Total $47.00

    Section 20CONCRETE SURFACING ITEMS

    178 061701 615.00 LNFTGUTTERS (AE) /

    179 012492 548.00 LNFTCONCRETE SAFETY BARRIER (TYPE II) /

    180 012433 240.00 LNFTCONCRETE SAFETY BARRIER (TYPE IV) /

    181 013511 333.00 SQYDCONCRETE PAVEMENT ( 4" UNIFORM) (AE) (PLAIN) /

    182 013621 293.00 SQYDCONCRETE PAVEMENT (10" UNIFORM) (AE) /

    183 013605 348.00 SQYDCONCRETE PAVEMENT (12" UNIFORM) (AE) (BR APP) /

    184 070434 6309.00 SQYDCONCRETE PAVEMENT (12" UNIFORM) (AE) (NRDJ) /

    185 070438 2876.00 SQYDCONCRETE PAVEMENT (12" VARIABLE) (AE) (PLAIN) /

    186 013677 109.00 SQYDCONCRETE PAVEMENT (14" UNIFORM) (AE) /

    187 013579 1313.00 SQYDCONCRETE PAVEMENT (14" UNIFORM) (AE) (BR APP) /

    188 013674 11650.00 SQYDCONCRETE PAVEMENT (14" UNIFORM) (AE) (NRDJ) /

    189 013678 6039.00 SQYDCONCRETE PAVEMENT (14" VARIABLE) (AE) (PLAIN) /

    190 025509 199.30 CUYDBRIDGE APPROACH SLAB FOOTING /

    191 071713 27609.00 SQYDQUALITY CONTROL TESTING (PCCP) /

    192 011748 1.00 EACH $120.000 $120.00CONCRETE CORE (SET PRICE) /

    193 000031 1.00 LS $1.000 $1.00CONCRETE PAVEMENT COMPOSITE PAY ADJUSTMENT /

    194 000012 1.00 LS $1.000 $1.00CONCRETE PAVEMENT SMOOTHNESS /

    195 010169 15983.00 SQYDAGGREGATE BASE (AB-3) ( 6") /

    196 010173 750.00 SQYDAGGREGATE BASE (AB-3) ( 8") /

    Contractor: Page 27 Check: EE88741F03

  • Letting 02/17/2021 Kansas Department of Transportation Project No. I235-087 KA 3232-03Contract No. 521022575

    197 010107 1.00 MGAL $35.000 $35.00WATER (AGGREGATE BASE) (SET PRICE) /

    198 013217 15034.00 SQYDSEPARATION GEOTEXTILE /

    199 012770 964.00 TONLIME /

    200 012282 1.00 MGAL $35.000 $35.00WATER (LIME TREATED SUBGRADE) (SET PRICE) /

    201 012971 48704.00 SQYDMANIPULATION (LIME TREATED SUBGRADE) /

    202 011478 1.00 MGAL $35.000 $35.00WATER (EARTHWORK COMPACTION) (SET PRICE) /

    203 081050 5335.00 TONPAVEMENT EDGE WEDGE (ROCK) /

    Section 20 Total $227.00

    Section 21ASPHALT SURFACING ITEMS

    204 080606 715.00 TONHMA SURFACE (SR- 9.5A) (PG 70-28) /

    205 072311 1206.00 TONHMA BASE (SR-19A) (PG 70-28) /

    206 072267 6259.00 TONHMA BASE (SR-19A) (PG 64-22) /

    207 061442 596.00 TONHMA SURFACE (SR- 9.5A) (PG 58-28) (SHOULDER) /

    208 072258 980.00 TONHMA BASE (SR-19A) (PG 58-28) (SHOULDER) /

    209 072268 2072.00 TONHMA BASE (SR-19A) (PG 64-22) (SHOULDER) /

    210 081699 11828.00 TONQUALITY CONTROL TESTING (HMA) /

    211 025600 1.00 EACHFIELD OFFICE AND LABORATORY (TYPE A) /

    212 010256 21.00 TONEMULSIFIED ASPHALT (SS-1HP) /

    213 011750 1.00 EACH $45.000 $45.00ASPHALT CORE (SET PRICE) /

    214 000029 1.00 LS $1.000 $1.00ASPHALT DENSITY PAY ADJUSTMENT /

    215 000030 1.00 LS $1.000 $1.00ASPHALT AIR VOID PAY ADJUSTMENT /

    216 000013 1.00 LS $1.000 $1.00ASPHALT PAVEMENT SMOOTHNESS /

    217 025160 1314.00 SQYDCRUSHED STONE SUBGRADE ( 6") /

    218 010356 1.00 MGAL $35.000 $35.00WATER (CRUSHED STONE SUBGRADE) (SET PRICE) /

    Contractor: Page 28 Check: EE88741F03

  • Letting 02/17/2021 Kansas Department of Transportation Project No. I235-087 KA 3232-03Contract No. 521022575

    219 070456 1314.00 SQYDGEOSYNTHETIC REINFORCEMENT (FOR BASE) /

    220 010601 26.00 TONSURFACING MATERIAL (SPECIAL) /

    221 041003 894.00 TONHMA-COMMERCIAL GRADE (CLASS A) /

    Section 21 Total $83.00

    Section 22FENCING ITEMS

    222 071185 5768.00 LNFTFENCE (CHAIN LINK) ( 4'-0") /

    223 012518 3055.00 LNFTFENCE (WOVEN WIRE) (TYPE A OR B) /

    224 023421 12.00 EACHPOSTS (CORNER) (CHAIN LINK) /

    225 023440 6.00 EACHPOSTS (CORNER) (WOVEN WIRE TYPE A OR B) /

    226 023420 8.00 EACHPOSTS (END) (CHAIN LINK) /

    227 023430 4.00 EACHPOSTS (END) (WOVEN WIRE TYPE A OR B) /

    228 023481 7.00 EACHPOSTS (PULL) (CHAIN LINK) /

    229 023480 4.00 EACHPOSTS (PULL) (WOVEN WIRE TYPE A OR B) /

    Section 22 Total

    Section 23SIGNING ITEMS

    230 025500 408.22 SQFTSIGN (FLAT SHEET) (HIGH PERFORMANCE) /

    231 025501 4880.00 SQFTSIGN (REINFORCED PANEL) (HIGH PERFORMANCE) /

    232 026176 468.00 LNFTSIGN POST (4" X 6" WOOD) (FLAT SHEET SIGN) /

    233 026184 216.00 LNFTSIGN POST (4" X 6" WOOD) (REINFORCED PANEL SIGN) /

    234 026173 182.00 LNFTSIGN POST (3 LB/FT "U" STEEL) /

    235 026381 40.00 LNFTSIGN POST (W10X12 STEEL BEAM) /

    236 026398 2.00 EACHSIGN POST STUB AND BREAKAWAY BASE PLATE (W10X12) /

    237 023208 2.00 EACHSIGN POST BREAKAWAY BASE PLATE (W10X12) /

    238 026048 16.00 LNFT

    Contractor: Page 29 Check: EE88741F03

  • Letting 02/17/2021 Kansas Department of Transportation Project No. I235-087 KA 3232-03Contract No. 521022575

    SIGN POST FOOTING (24" STEEL BEAM POST CONCRETE) / 239 026036 114.00 LNFT

    SIGN POST FOOTING (18" WOOD POST CONCRETE) / 240 014176 6.00 EACH

    SIGNING OBJECT MARKER (TYPE 2) / 241 025996 13.00 EACH

    SIGNING DELINEATOR (TYPE A) (WHITE RIGID "U" POST) / 242 026052 84.00 EACH

    SIGNING DELINEATOR (TYPE A) (WHITE FLEXIBLE) (TYPE 1 ANCHOR) / 243 026055 63.00 EACH

    SIGNING DELINEATOR (TYPE A) (YELLOW FLEX) (TY 1 ANCHOR) / 244 026058 12.00 EACH

    SIGNING DELINEATOR (TYPE B) (WHITE FLEXIBLE) (TYPE 1 ANCHOR) / 245 026061 3.00 EACH

    SIGNING DELINEATOR (TYPE B) (YELLOW FLEXIBLE) (TY 1 ANCHOR) / 246 026494 1.00 LS

    SIGN (REMOVE AND RESET) / 247 026875 1.00 EACH

    OVERHEAD SIGN STRUCTURE ( 90.1'-100.0') (ALUMINUM) / 248 026880 2.00 EACH

    OVERHEAD SIGN STRUCTURE (100.1'-110.0') (ALUMINUM) / 249 026252 1.00 EACH

    CANTILEVER SIGN STRUCTURE (25.1'-30.0') (STEEL) / 250 026272 2.00 EACH

    CANTILEVER SIGN STRUCTURE (30.1'-35.0') (STEEL) /

    Section 23 Total

    Section 24SIGN STRUCTURE MODIFICATION (STA. 447+00)

    251 016316 1.00 EACHSIGN STRUCTURE MODIFICATION /

    Section 24 Total

    Section 25SIGN STRUCTURE MODIFICATION (STA. 499+51)

    252 016316 1.00 EACHSIGN STRUCTURE MODIFICATION /

    Section 25 Total

    Section 26SIGN STRUCTURE MODIFICATION (STA. 106+59)

    253 016316 1.00 EACHSIGN STRUCTURE MODIFICATION /

    Section 26 Total

    Contractor: Page 30 Check: EE88741F03

  • Letting 02/17/2021 Kansas Department of Transportation Project No. I235-087 KA 3232-03Contract No. 521022575

    Section 27SIGN STRUCTURE MODIFICATION (STA. 128+11)

    254 016316 1.00 EACHSIGN STRUCTURE MODIFICATION /

    Section 27 Total

    Section 28SIGN STRUCTURE MODIFICATION (STA. 993+19)

    255 016316 1.00 EACHSIGN STRUCTURE MODIFICATION /

    Section 28 Total

    Section 29SIGN STRUCTURE MODIFICATION (STA. 1024+15)

    256 016316 1.00 EACHSIGN STRUCTURE MODIFICATION /

    Section 29 Total

    Section 30PAVEMENT MARKING ITEMS

    257 023140 38240.00 LNFTPAVEMENT MARKING (MULTI-COMPONENT) (WHITE) ( 6") /

    258 023141 12794.00 LNFTPAVEMENT MARKING (MULTI-COMPONENT) (WHITE) ( 8") /

    259 023428 1016.00 LNFTPAVEMENT MARKING (MULTI-COMPONENT) (WHITE) (12") /

    260 023192 29984.00 LNFTPAVEMENT MARKING (MULTI-COMPONENT) (YELLOW) ( 6") /

    Section 30 Total

    Section 31LIGHTING ITEMS

    261 025300 1.00 LSELECTRIC LIGHTING SYSTEM /

    262 014467 11.00 EACHHIGH MAST LIGHT TOWER (110') (48" CONCRETE BASE) /

    Section 31 Total

    Section 32ITS ITEMS SITE 1A

    263 071738 1.00 LSINTELLIGENT TRANSPORTATION SYSTEM /

    Contractor: Page 31 Check: EE88741F03

  • Letting 02/17/2021 Kansas Department of Transportation Project No. I235-087 KA 3232-03Contract No. 521022575

    Section 32 Total

    Section 33ITS ITEMS SITE 1B

    264 071738 1.00 LSINTELLIGENT TRANSPORTATION SYSTEM /

    Section 33 Total

    Section 34ITS ITEMS SITE 2

    265 071738 1.00 LSINTELLIGENT TRANSPORTATION SYSTEM /

    Section 34 Total

    Section 35ITS ITEMS SITE 3

    266 071738 1.00 LSINTELLIGENT TRANSPORTATION SYSTEM /

    Section 35 Total

    Section 36ITS ITEMS SITE 4

    267 071738 1.00 LSINTELLIGENT TRANSPORTATION SYSTEM /

    Section 36 Total

    Section 37ITS ITEMS SITE 5

    268 071738 1.00 LSINTELLIGENT TRANSPORTATION SYSTEM /

    Section 37 Total

    Section 38ITS ITEMS SITE 6

    269 071738 1.00 LSINTELLIGENT TRANSPORTATION SYSTEM /

    Section 38 Total

    Section 39ITS ITEMS SITE 7

    Contractor: Page 32 Check: EE88741F03

  • Letting 02/17/2021 Kansas Department of Transportation Project No. I235-087 KA 3232-03Contract No. 521022575

    270 071738 1.00 LSINTELLIGENT TRANSPORTATION SYSTEM /

    Section 39 Total

    Section 40ITS ITEMS SITE 8

    271 071738 1.00 LSINTELLIGENT TRANSPORTATION SYSTEM /

    Section 40 Total

    Section 41ITS ITEMS SITE 9

    272 071738 1.00 LSINTELLIGENT TRANSPORTATION SYSTEM /

    Section 41 Total

    Section 42ITS ITEMS SITE 10

    273 071738 1.00 LSINTELLIGENT TRANSPORTATION SYSTEM /

    Section 42 Total

    Section 43ITS ITEMS SITE 11

    274 071738 1.00 LSINTELLIGENT TRANSPORTATION SYSTEM /

    Section 43 Total

    Section 44SEEDING ITEMS

    275 030563 6450.00 LBS.FERTILIZER (13-13-13) /

    276 030345 2376.00 LBS.FERTILIZER (16-20- 0) /

    277 030360 1.00 LBS.SEED (BERMUDA GRASS) /

    278 030384 59.40 LBS.SEED (BIG BLUESTEM GRASS) (KAW) /

    279 030374 16.10 LBS.SEED (BLUE GRAMA GRASS) (LOVINGTON) /

    280 030401 145.10 LBS.SEED (BUFFALO GRASS) (TREATED) /

    281 071588 297.00 LBS.

    Contractor: Page 33 Check: EE88741F03

  • Letting 02/17/2021 Kansas Department of Transportation Project No. I235-087 KA 3232-03Contract No. 521022575

    SEED (CANADA WILD-RYE) / 282 030455 59.40 LBS.

    SEED (INDIANGRASS) (OSAGE) / 283 030383 59.40 LBS.

    SEED (LITTLE BLUESTEM GRASS) (ALDOUS) / 284 030515 1451.30 LBS.

    SEED (RYEGRASS) (PERENNIAL) / 285 030152 83.70 LBS.

    SEED (PRAIRIE JUNE GRASS) / 286 030373 390.30 LBS.

    SEED (SIDE OATS GRAMA) (EL RENO) / 287 031954 297.00 LBS.

    SEED (STERILE WHEATGRASS) / 288 030545 29.70 LBS.

    SEED (SWITCHGRASS) (BLACKWELL) / 289 023442 14.90 LBS.

    SEED (TALL DROP) / 290 030382 1451.30 LBS.

    SEED (FESCUE) (TALL) (ENDOPHYTE-FREE) / 291 030569 312.30 LBS.

    SEED (WESTERN WHEATGRASS) (BARTON) / 292 083463 305.90 LBS.

    SEED (NATIVE WILDFLOWER MIX 1) / 293 071409 150.00 SQYD

    SOD (BUFFALO GRASS) (STRIPS) /

    Section 44 Total

    Section 45TRAFFIC CONTROL ITEMS

    294 025331 106140.00 EADAWORK ZONE SIGNS ( 0 TO 9.25 SQ.FT.) /

    295 025332 110490.00 EADAWORK ZONE SIGNS ( 9.26 TO 16.25 SQ.FT.) /

    296 025333 6090.00 EADAWORK ZONE SIGNS (16.26 SQ.FT. & OVER) /

    297 025376 53070.00 EADAWORK ZONE BARRICADES (TYPE 3 - 4 TO 12 LIN. FT.) /

    298 011492 561150.00 EADACHANNELIZER (PORTABLE) /

    299 025343 72210.00 EADAWORK ZONE WARNING LIGHT (TYPE "A" LOW INTENSITY) /

    300 025364 2610.00 EADAARROW DISPLAY /

    301 025365 14790.00 EADAPORTABLE CHANGEABLE MESSAGE SIGN /

    302 070916 1680.00 STALPAVEMENT MARKING (TEMP) 4" SOLID (TYPE I) /

    303 070914 688.00 STAL

    Contractor: Page 34 Check: EE88741F03

  • Letting 02/17/2021 Kansas Department of Transportation Project No. I235-087 KA 3232-03Contract No. 521022575

    PAVEMENT MARKING (TEMP) 4" BROKEN (8')(TYPE I) / 304 070918 96.00 STAL

    PAVEMENT MARKING (TEMP) 4" DOTTED EXTENSION (TYPE I) / 305 013019 38000.00 LNFT

    PAVEMENT MARKING REMOVAL / 306 082001 4.00 EACH

    WORK ZONE SIGN (SPECIAL) (16.25 SQ.FT. & LESS) / 307 082002 4.00 EACH

    WORK ZONE SIGN (SPECIAL) (16.26 SQ.FT. & OVER) / 308 046038 20.00 EACH

    INERTIAL BARRIER SYSTEM (TL-3) / 309 018154 30.00 EACH

    REPLACEMENT MODULES (IBS) / 310 081128 1.00 EACH

    IMPACT ATTENUATOR (TEMPORARY) / 311 018158 10.00 EACH

    REPLACEMENT MODULES (IMPACT ATTENUATOR) / 312 011927 19238.00 LNFT

    CONCRETE SAFETY BARRIER (TYPE F3) (TEMPORARY) / 313 011929 12138.00 LNFT

    CONCRETE SAFETY BARRIER (TYPE F3) (TEMPORARY - RELOCATE) / 314 072116 1.00 LS

    TRAFFIC CONTROL (INITIAL SETUP) / 315 072259 870.00 EADA

    TRAFFIC CONTROL INSPECTION /

    Section 45 Total

    Item Total $83,909.00

    Contractor: Page 35 Check: EE88741F03

  • Letting 02/17/2021 Kansas Department of Transportation Project No. I235-087 KA 3232-03Contract No. 521022575

    07-19-80-R13 DBE List SummaryProject: I235-087 KA 3232-03 Bidder ID: Bid Total: 83,909.00 Contractor: Goal: 8.50% (7,132.27)Total Entered: 0.00% (0.00)Race Neutral Amount: -7,132.27

    ID DBE Contractor Used As Item Count

    DBE Amount Complete

    Contractor: Page 36 Check: EE88741F03

  • "General Decision Number: KS20210147 01/01/2021

    Superseded General Decision Number: KS20200147

    State: Kansas

    Construction Type: Highway

    County: Sedgwick County in Kansas.

    HIGHWAY CONSTRUCTION PROJECTS

    Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.95 for calendar year 2021 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.95 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 2021. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate, if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

    Modification Number Publication Date 0 01/01/2021

    * ELEC0271-005 06/01/2020

    Rates Fringes

    ELECTRICIAN......................$ 34.14 15.61 ---------------------------------------------------------------- IRON0010-009 04/01/2020

    Rates Fringes

    IRONWORKER, STRUCTURAL...........$ 34.00 31.24

  • ---------------------------------------------------------------- SUKS2019-086 05/09/2019

    Rates Fringes

    CARPENTER, Includes Form Work....$ 18.66 0.00

    CEMENT MASON/CONCRETE FINISHER...$ 16.80 0.00

    IRONWORKER, REINFORCING..........$ 18.28 0.00

    LABORER: Asphalt, Includes Raker, Shoveler, Spreader and Distributor......................$ 12.95 0.51

    LABORER: Common or General......$ 14.61 0.00

    LABORER: Concrete Saw (Hand Held/Walk Behind)................$ 29.21 14.63

    LABORER: Flagger................$ 12.09 0.00

    LABORER: Mason Tender - Cement/Concrete..................$ 29.75 12.83

    LABORER: Pipelayer..............$ 26.56 13.05

    OPERATOR: Backhoe/Excavator/Trackhoe.......$ 20.71 0.00

    OPERATOR: Bobcat/Skid Steer/Skid Loader................$ 16.68 0.00

    OPERATOR: Broom/Sweeper.........$ 14.03 0.00

    OPERATOR: Bulldozer.............$ 19.27 0.00

    OPERATOR: Concrete Finishing Machine..........................$ 24.26 0.00

    OPERATOR: Concrete Saw..........$ 17.95 0.00

    OPERATOR: Crane.................$ 22.97 0.00

    OPERATOR: Distributor...........$ 16.46 0.00

    OPERATOR: Grader/Blade..........$ 18.35 0.00

    OPERATOR: Loader................$ 17.42 0.00

    OPERATOR: Material Transfer Vehicle..........................$ 17.24 0.00

    OPERATOR: Mechanic..............$ 22.96 0.00

  • OPERATOR: Paver (Asphalt, Aggregate, and Concrete).........$ 17.30 0.00 OPERATOR: Roller................$ 15.29 0.00 OPERATOR: Scraper...............$ 17.88 0.00 OPERATOR: Screed................$ 17.05 0.00 OPERATOR: Tractor...............$ 16.66 0.00 OPERATOR: Roto Mill Groundman....$ 16.36 0.00 OPERATOR: Roto Mill..............$ 18.87 0.00 OPERATOR: Striping Machine.......$ 27.02 12.14 TRAFFIC CONTROL: Service Driver...........................$ 14.43 0.00 TRAFFIC SIGNALIZATION: Traffic Signal Installation (Groundman)......................$ 16.40 0.00 TRUCK DRIVER: Water Truck.......$ 21.94 11.51 TRUCK DRIVER: Dump and Tandem....$ 17.08 0.00 TRUCK DRIVER: Flatbed and Lowboy...........................$ 23.23 9.89 TRUCK DRIVER: Off Road Truck.....$ 19.06 0.00 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic

  • violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.

    Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)).

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

    The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate).

    Union Rate Identifiers

    A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014.

    Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate.

    Survey Rate Identifiers

    Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which

  • these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier.

    Survey wage rates are not updated and remain in effect until a new survey is conducted.

    Union Average Rate Identifiers

    Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier.

    A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based.

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

    WAGE DETERMINATION APPEALS PROCESS

    1.) Has there been an initial decision in the matter? This can be:

    * an existing published wage determination* a survey underlying a wage determination* a Wage and Hour Division letter setting forth a position on

    a wage determination matter* a conformance (additional classification and rate) ruling

    On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed.

    With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to:

    Branch of Construction Wage Determinations Wage and Hour Division

  • U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION "

  • 12-17-20 Sheet 1 of 2

    REQUIRED CONTRACT PROVISION

    FEDERAL-AID CONTRACTS

    PROHIBITION ON COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES

    PURSUANT TO SECTION 889 OF THE NATIONAL DEFENSE AUTHORIZATION ACT (2019)

    As of August 13, 2020, recipients and subrecipients of federal aid funds are prohibited from obligating or expending loan or grant funds to procure or obtain; extend or renew a contract to procure or obtain; or enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that use Covered Telecommunications Equipment or Services as a substantial or essential component of any system, or as critical technology as part of any system. See Section 889 of Public Law 115-232 (National Defense Authorization Act 2019)(NDAA). In addition to preventing direct purchases of such Covered Telecommunications Equipment or Services, federal law prevents KDOT, LPA’s, and their Contractors from using federal aid funds to pay for Covered Telecommunications Equipment or Services that the Contractor may use on a Project. Costs for such Covered Telecommunications Equipment or Services are unallowable under 2 CFR 200.216 and 2 CFR 200.471.

    The term ‘‘Covered Telecommunications Equipment or Services’’ means any of the following:

    Telecommunications equipment produced by and/or telecommunications services provided by Huawei Technologies Company, ZTE Corporation, Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities).

    Video surveillance equipment produced by and/or video surveillance services provided by Huawei Technologies Company, ZTE Corporation, Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities).

    Telecommunications and/or video surveillance services provided by third parties that are using equipment produced by Huawei Technologies Company, ZTE Corporation, Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities) in performing such services.

    Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country [defined under 889(f)(2) as “the People’s Republic of China”].

    As a Contractor on a federal-aid construction contract with the Secretary of Transportation, as the principal contracting party for the State of Kansas or as the agent for a disclosed Local Public Authority (LPA), the Contractor shall not be required to provide to KDOT or the LPA Covered Telecommunications Equipment or Services in the performance of any contract, subcontract, supply contract, or other contractual instrument resulting from or associated with this Project. The Contractor will notify KDOT if the Contractor believes the Project scope requires the acquisition of any Covered Telecommunications Equipment or Services.

    Current federal law does not prohibit the Contractor from using Covered Telecommunications Equipment or Services on the Project; however, the costs of Covered Telecommunications Equipment or Services are federal-aid non-participating. Thus, the Contractor shall notify KDOT or the LPA if the Contractor and/or any of its subcontractors or suppliers at any tier are using Covered Telecommunications Equipment or Services on the Project. This notice is necessary so KDOT can reimburse the Contractor with state funds, local funds, or a combination thereof rather than with federal-aid funds.

  • 12-17-20Sheet 2 of 2

    The Contractor will ensure that this Required Contract Provision is included in all subcontracts, supply agreements, and other contractual instruments resulting from or associated with this Project, so the prohibition is made binding on all subcontractors and suppliers at any tier. For purposes of this Required Contract Provision, the term subcontractors and suppliers shall have the broadest application to include manufacturers, producers, and all other entities that have a contractual instrument resulting from or associated with this Project.

    12-17-20 C&M (CDB)Jan 2021 – Letting; retroactive on earlier Federal Aid Projects with payments

  • 1

    FHWA-1273 -- Revised May 1, 2012

    REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS

    I. GeneralII. NondiscriminationIII. Nonsegregated FacilitiesIV. Davis-Bacon and Related Act ProvisionsV. Contract Work Hours and Safety Standards Act

    ProvisionsVI. Subletting or Assigning the ContractVII. Safety: Accident PreventionVIII. False Statements Concerning Highway ProjectsIX. Implementation of Clean Air Act and Federal Water

    Pollution Control ActX. Compliance with Governmentwide Suspension and

    Debarment RequirementsXI. Certification Regarding Use of Contract Funds for

    Lobbying

    ATTACHMENTS

    A. Employment and Materials Preference for AppalachianDevelopment Highway System or Appalachian Local AccessRoad Contracts (included in Appalachian contracts only)

    I. GENERAL

    1. Form FHWA-1273 must be physically incorporated in eachconstruction contract funded under Title 23 (excludingemergency contracts solely intended for debris removal). Thecontractor (or subcontractor) must insert this form in eachsubcontract and further require its inclusion in all lower tiersubcontracts (excluding purchase orders, rental agreementsand 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 followingsections, these contract provisions shall apply to all workperformed on the contract by the contractor's own organizationand with the assistance of workers under the contractor'simmediate superintendence and to all work performed on thecontract by piecework, station work, or by subcontract.

    3. A breach of any of the stipulations contained in theseRequired Contract Provisions may be sufficient grounds forwithholding of progress payments, withholding of finalpayment, termination of the contract, suspension / debarmentor any other action determined to be appropriate by thecontracting agency and FHWA.

    4. Selection of Labor: During the performance of this contract,the contractor shall not use convict labor for any purposewithin the limits of a construction project on a Federal-aidhighway unless it is labor performed by convicts who are onparole, supervised release, or probation. The term Federal-aidhighway does not include roadways functionally classified aslocal 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 wi