Upload
phamlien
View
213
Download
0
Embed Size (px)
Citation preview
11-16-16 LETTING: 12-14-16 Page 1 of 5
KANSAS DEPARTMENT OF TRANSPORTATION 516126221 I070-099 KA 4415-01 I070-099 KA 4415-01 ___________________________________________________________________________
CONTRACT PROPOSAL
1. The Secretary of Transportation of the State of Kansas [Secretary] will accept only electronic internet proposals from prequalified contractors for construction, improvement, reconstruction, or maintenance work in the State of Kansas, said work known as Project No.:
I070-099 KA 4415-01 I070-099 KA 4415-01
The general scope, location and net length are:
LIGHTING. I-70 AT THE REST AREA BY PAXICO IN WABANUNSEE COUNTY.
2. This is the Proposal of [Contractor] to complete the Project for the amount set out in the accompanying Unit Prices List.
3. The Contractor makes the following ties and riders as part of its Proposal in addition to state ties, if any: ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________
4. Contractors and other interested entities may examine the Bidding Proposal Form/Contract Documents (see paragraph 11 below) at the County Clerk's Office in the County in which the Project is located and at the Kansas Department of Transportation [KDOT] Bureau of Construction and Materials, Eisenhower State Office Building, 700 SW Harrison, Topeka, Kansas 66603. Contractors may examine and print the Bidding Proposal Form/ Contract Documents by using KDOT's website at http://www.ksdot.org and choosing the following selections: "Doing Business","Bidding & Letting" and "Proposal Information", and using the links provided in the Project information for this project. KDOT will not print and mail paper copies of Proposal Forms. Contractors shall notify KDOT of their intent to bid as a prime contractor by identifying themselves as a Bid Holder on the website above. Contractors shall furnish this notice no later than the close of business on the Monday preceding the scheduled Letting Date. For a fee, Contractors and other interested entities may order paper copies of the KDOT Standard Specifications for State Road and Bridge Construction, 2015 Edition, [Standard Specifications] by using KDOT's website at http://www.ksdot.org and choosing the following selections: "Doing Business", "Bidding & Letting" and "Specifications".
Rev. 06/15 DOT Form No. 202
11-16-16 LETTING: 12-14-16 Page 2 of 5
KANSAS DEPARTMENT OF TRANSPORTATION 516126221 I070-099 KA 4415-01 I070-099 KA 4415-01
___________________________________________________________________________
5. Contractors shall use the AASHTO's EXPEDITE software in combination with the electronic bidding system file created for the Project with EXPEDITE software [EBS file] to generate an electronic internet proposal. The EXPEDITE software and Project EBS file are available on Bid Express' website at http://www.bidx.com.
6. Contractors shall only use the EXPEDITE software to create a proposal and submit an electronic internet proposal to KDOT using the Bid Express website at http://www.bidx.com.
7. The KDOT Bureau of Construction and Materials will only accept electronic internet proposals on-line using Bid Express until 1:00 P.M. Local Time on the Letting Date. KDOT will open and read these proposals at the Eisenhower State Office Building, 700 SW Harrison, Topeka, Kansas 66603 at 1:30 P.M. Local Time on the Letting Date. An Audio Broadcast of the Bid Letting is available at http://www.ksdot.org/burconsmain/audio.asp.
8. The Contractor shall execute a contract for the proposed work within ten (10) business days after notice of the award of the contract.
9. The Contractor shall complete the work within 25 working days and number of cleanup days allowed by the Standard Specifications subsection 108.4 or within the time specified in Project Special Provision "Work Schedule", if applicable.
10. The Contractor shall complete the Project according to the plans, Standard Specifications, provisions identified in the Special Provision List and all other Contract Documents identified in Standard Specifications subsection 101.3.
Rev. 06/15 DOT Form No. 202
11-16-16 LETTING: 12-14-16 Page 3 of 5
KANSAS DEPARTMENT OF TRANSPORTATION 516126221 I070-099 KA 4415-01 I070-099 KA 4415-01 ___________________________________________________________________________
11. The undersigned declares that the Contractor has carefully examined the Bidding Proposal Form for the Project. The Contractor understands the following:
* The Bidding Proposal Form consists of the following documents: the Project EBS file on the Bid Express website (which includes DOT Form 202, required contract provisions, and the Unit Prices List), special provision list, project special provisions, special provisions, Standard Specifications, plans, exploratory work documents, any additional contract information, any addenda, and any amendments the Secretary provides for the Project. The Contractor can obtain these documents at KDOT's website (see paragraph 4).
* The special provision list identifies all required contract provisions, project special provisions and special provisions that apply to the Project.
* The Bidding Proposal Form becomes the Contractor's Proposal after the Contractor completes the EBS file, electronically signs the Proposal where required on DOT Form 202, and submits the completed EBS file documents and bid bond to KDOT using Bid Express. The special provision list, project special provisions, special provisions, Standard Specifications, plans, exploratory work documents, any additional contract information, and any addenda are incorporated by reference into the Proposal. These documents are part of the Contractor's Proposal.
* In electronically signing this Proposal, the Contractor waives the right to claim that the Contractor misunderstood the contents of the Proposal or the procurement process.
12. The Contractor has inspected the actual location of the work. The Contractor has determined the availability of materials. The Contractor has evaluated all quantities and conditions. In electronically signing this Proposal, the Contractor waives the right to claim that the Contractor misunderstood the scope of the work.
13. SPECIAL PROVISIONS REQUIRING INFORMATION. The following Required Contract Provisions (I-XI) require the Contractor to furnish information. The current versions of these provisions are contained in the Project EBS file. Some or all of these apply to the Project as indicated in the Special Provision List. The Contractor shall complete these provisions within the EBS file. When these documents are required, the Secretary will reject proposals that fail to contain completed Provisions I, II, IV or V in the EBS file and may reject proposals that fail to contain completed Provisions III, VI, VII, VIII, IX, X or XI in the EBS file.
Rev. 06/15 DOT Form No. 202
11-16-16 LETTING: 12-14-16 Page 4 of 5
KANSAS DEPARTMENT OF TRANSPORTATION 516126221 I070-099 KA 4415-01 I070-099 KA 4415-01
___________________________________________________________________________
I. 08-10-66 Certification-Noncollusion & History of Debarment II. 04-30-82 Certification-Financial Prequalification Amount III. 08-04-92 Certification-Contractual Services with a Current Legislator or a Current Legislator's Firm IV. 04-26-90 Declaration-Limitations on Use of Federal Funds for Lobbying V. 07-19-80 DBE Contract Goal VI. 10-10-00 Price Adjustment for Fuel VII. 08-08-01 Furnishing and Planting Plant Materials VIII. 06-01-06 Price Adjustment for Asphalt Material IX. 05-18-07 Repair (Structures) X. 08-31-09 Price Adjustment for Emulsified Asphalt XI. 01-01-11 Kansas Department of Revenue Tax Clearance Certificate
14. The funding source for this Project is STATE. On Projects involving City or County funds, the Secretary acts as the Agent of the City or County and as the administrator of federal or state funds. Each governmental entity's responsibilities are described in a contract between the entities which is available upon request.
15. FEDERAL AID DOCUMENTS INCLUDED IN PROPOSAL. If the Project is supported in whole or in part by Federal funds, the latest revisions of the following provisions (I - VI) also apply to the Project. These documents are not included in the Project EBS file but are accessible on KDOT's website and incorporated by reference into the proposal like other provisions and the exploratory work documents.
I. 11-03-80 Affirmative Action For EEO II. 11-15-96 Affirmative Action & EEO Policies III. 09-06-94 U.S. DOT Fraud Hotline IV. FHWA-1273 Federal-Aid Required Contract Provisions V. 03-10-06 Use Of DBE As Aggregate Supplier/Regular Dealer VI. 07-18-80 Use Of DBE
16. The Secretary reserves the right to reject any and all proposals and to waive any or all technicalities.
Rev. 06/15 DOT Form No. 202
11-16-16 LETTING: 12-14-16 Page 5 of 5
KANSAS DEPARTMENT OF TRANSPORTATION 516126221 I070-099 KA 4415-01 I070-099 KA 4415-01
___________________________________________________________________________
17. SIGNATURE SECTION:
A. Electronic Internet Proposal
The person submitting the electronic internet Proposal, on the Contractor's behalf, shall be the person whose digital identification is used to submit this Proposal. That person shall complete paragraphs B and C. The person whose digital identification is used to electronically sign this Proposal binds the Contractor to this Proposal and binds the named individual to the certification in paragraph B.
B. Certification
I CERTIFY THAT I AM AUTHORIZED TO REPRESENT THE CONTRACTOR IN PREPARING AND PRESENTING THIS PROPOSAL. I CERTIFY UNDER PENALTY OF PERJURY THAT THE FOREGOING (INCLUDING BUT NOT LIMITED TO THE INFORMATION CONTAINED IN THE SPECIAL PROVISIONS REFERENCED IN PARAGRAPH 13) IS TRUE AND CORRECT. EXECUTED ON ____________________ (DATE IN MM/DD/YYYY FORMAT).
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
Rev. 06/15 DOT Form No. 202
KANSAS DEPARTMENT OF TRANSPORTATIONSPECIAL PROVISION LIST
PAGE:DATE:
111/09/16
STATE PROJECT NO: I070-099 KA 4415-01 STATE CONTRACT NO: 516126221
PREPARED DATE:
REVISED DATE:
WAGE AREA:
PRIMARY DISTRICT:
DESCRIPTION:
2
PRIMARY COUNTY: WABAUNSEE1
LIGHTING. I-70 AT THE REST AREA BY PAXICO IN WABANUNSEE COUNTY.
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-EEO REQUIREMENT11-15-96-R05REQUIRED CONTRACT PROVISION-TAX CLEARANCE CERTIFICATE01-01-11-R01MINIMUM WAGE RATE (AREA 2)KS160020ERRATA SHEET FOR STD SPEC BOOK FOR RD & BR CONST, 2015 ED15-ER-1-R08REQUIRED CONTRACT PROVISIONS KS FUNDED CONST CONTRACTS15-01003MIGRATORY BIRDS, BORROW-WASTE SITES AND STAGING AREAS15-01011-R03PROSECUTION AND PROGRESS15-01016-R01CONTROL OF WORK15-01019DRILLED SHAFT (SPECIAL)15-07007HIGH MAST LIGHT TOWERS15-07009AGGREGATE FOR ON GRADE15-11004AIR-ENTRAINING ADMIXTURES FOR CONCRETE15-14001SHEET MATERIALS FOR CURING CONCRETE15-14002SEEDS15-21001PART V15-25001-R02CONSTRUCTION MANUAL - PART V15-25002MATERIALS CERTIFICATIONS15-26001-R03
END OF SPECIAL PROVISION LIST
Project No. I070-099 KA 4415-01 Contract No. 516126221 08-10-66-R05 Sheet 1 of 1 REQUIRED CONTRACT PROVISION
CERTIFICATION - NONCOLLUSION AND HISTORY OF DEBARMENT K.A.R. 36-30-4, 49 C.F.R. 29.335, 23 U.S.C. 112(c), 49 U.S.C. 322
Complete the exceptions below if applicable. The Contractor's signature on page 5 of the Contractor's Proposal supplies the necessary signature for this Certification.
NONCOLLUSION I certify that the Contractor submitting this bid has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action, in restraint of free competitive bidding in connection with the submitted bid.
HISTORY OF DEBARMENT I certify that, except as noted below, the Contractor submitting this bid and any person associated with this Contractor in the capacity of owner, partner, director, officer, principal, investigator, project director, manager, auditor, or any position involving the administration of federal funds:
1. Are not currently suspended, debarred, voluntarily excluded or disqualified from bidding by any federal or state agency; 2. Have not been suspended, debarred, voluntarily excluded or disqualified from bidding by any federal or state agency within the past three years; 3. Do not have a proposed debarment pending; 4. Within the past three years, have not been convicted or had a civil judgment rendered against them by a court of competent jurisdiction in any matter involving fraud, anti-trust violations, theft, official misconduct, or other offenses indicating a lack of business integrity or business honesty; and 5. Are not currently indicted or otherwise criminally or civilly charged by a federal, state, or local government with fraud, anti-trust violations, theft, official misconduct, or other offenses indicating a lack of business integrity or business honesty; and 6. Have not had one or more federal, state, or local government contracts terminated for cause or default within the past three years.
_____ Answer 'Yes' if there are exceptions to the above described circumstances. Answer 'No' if there are no exceptions. The exceptions, if any, are:
___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________
Rev. 07/05
Project No. I070-099 KA 4415-01 Contract No. 516126221 04-30-82-R07 Sheet 1 of 1
REQUIRED CONTRACT PROVISION
CERTIFICATION - FINANCIAL PREQUALIFICATION AMOUNT
Select the appropriate response below to indicate whether this Proposal exceeds the Contractor's financial prequalification amount. The Contractor's signature on page 5 of the Contractor's Proposal supplies the necessary signature for this Certification.
I understand that I may be required to identify the outstanding contract and subcontract work of my firm, association or corporation on DOT From 284 prior to an award of contract. Unless I obtain prior approval, I understand that the Secretary may reject this Proposal if the dollar value of work on this Contract combined with unearned amounts on our unfinished contract and subcontract work exceeds our prequalification amount.
I certify that the amount of this Proposal plus the total unearned amount of other contracts with the Kansas Department of Transportation plus the unearned amount of all other contracts in this state or other states (exceeds)/(does not exceed) the financial prequalification amount of our firm, association or corporation. I also certify that our firm, association, or corporation has the financial ability to perform the work.
If this Proposal exceeds the financial prequalification amount, I certify that I obtained approval to submit this bid from the KDOT representative I have listed below. (Prior approval to exceed the prequalification limit may be made by telephone or personal contact).
KDOT Approval Granted By: ________________________________________
Date: ________________________________________
Rev. 01/11
Project No. I070-099 KA 4415-01 Contract No. 516126221 08-04-92-R03 Sheet 1 of 1 REQUIRED CONTRACT PROVISION
CERTIFICATION - CONTRACTUAL SERVICES WITH A CURRENT LEGISLATOR OR A CURRENT LEGISLATOR'S FIRM
Select the appropriate response below to indicate whether this contract is with a legislator or a firm in which a legislator is a member. The Contractor's signature on page 5 of the Contractor's Proposal supplies the necessary signature for this Certification.
Kansas Law, K.S.A. 46-239(c), requires this agency to report all contracts entered into with any legislator or any member of a firm of which a legislator is a member, under which the legislator or member of the firm is to perform services for this agency for compensation. The Contractor certifies that:
This Contract (is)/(is not) with a legislator or a firm in which a legislator is a member. If this contract is with a legislator, that legislator is:
Name: _____________________________________________
Address: _____________________________________________
__________________ _______________ __________ (City) (State) (Zip Code)
Business Telephone: _____________________________________________
Rev. 07/05
Project No. I070-099 KA 4415-01 Contract No. 516126221 01-01-11-R01 Sheet 1 of 1
REQUIRED CONTRACT PROVISION TAX CLEARANCE CERTIFICATE
___ Answer 'Yes' if the Contractor has a current Tax Clearance Certificate. Answer 'No' if the Contractor does not have a current Tax Clearance Certificate. Insert the Tax Clearance Confirmation Number if available at the time of bidding:_________________________
Contractors shall have a current Tax Clearance Certificate from the Kansas Department of Revenue [KDOR] at the time of contract award. The Tax Clearance process is a tax account review by KDOR to determine that the Contractor's account is compliant with Kansas tax laws administered by the Director of Taxation. The Secretary will reject the Contractor's Proposal as non-responsive if the Contractor does not have a current Tax Clearance Certificate at the time of contract award.
To obtain a Tax Clearance Certificate, the Contractor shall complete and submit to KDOR an Application for Tax Clearance obtained from KDOR's website at http://www.ksrevenue.org/taxclearance.htm. The Application Form can be completed and submitted on-line, by mail, or by fax. After the Contractor submits the Application, KDOR will provide the Contractor a Transaction ID number. The Contractor shall use the Transaction ID number to retrieve the Tax Clearance Certificate. Decisions on on-line applications are generally available the following business day.
After the Contractor obtains the Tax Clearance Certificate, the Contractor shall insert on this Required Contract Provision the Confirmation Number contained in the Certificate or the Contractor shall submit a copy of the Tax Clearance Certificate to the KDOT Bureau of Construction and Materials by hand delivery, mail, e-mail or fax. Before awarding a contract, the Bureau of Construction and Materials will authenticate the Certificate through the Confirmation Number inserted on this Required Contract Provision or contained on the Certificate submitted.
If the Contractor is unable to retrieve the Tax Clearance Certificate or if KDOR denies the Contractor's Application for Tax Clearance, the Contractor shall call KDOR's Special Projects Team at 785-296-3199 to determine why KDOR failed to issue the Certificate.
Tax Clearance Certificates are valid for 90 days after issue. To renew a clearance, submit a new Tax Clearance Application. Information pertaining to a Tax Clearance is subject to change for various reasons, including a state tax audit, federal tax audit, agent actions, hearings, and other legal actions. The Tax Clearance Certificate is not "clearance" for all types of taxes the state of Kansas may assess.
Subcontractors also shall have a current Tax Clearance Certificate from KDOR before the Secretary approves them for subcontract work. The Contractor shall submit to the KDOT Field Office the Subcontractor's Tax Clearance Certificate with KDOT Form 259, Request for Approval of Subcontractor.
Rev. 07/13
KANSAS DEPARTMENT OF TRANSPORTATION PAGE: 10 UNIT PRICES LIST
STATE CONTRACT NO: 516126221 PREPARED DATE: 11-16-16 STATE PROJECT NO: I070-099 KA 4415-01 REVISED DATE:
SECTION 01 COMMON ITEMS
---------------------------------------------------------------------------
| LINE/| | UNITS/ | UNIT BID | AMOUNT BID | | ITEM| |ESTIMATED |-IN NUMBERS- |-IN NUMBERS- | |NUMBER|ITEM DESCRIPTION | QUANTITY | DOLLARS |CTS| DOLLARS |CTS| --------------------------------------------------------------------------- |1 |MOBILIZATION |LSUM | | | | | | | | | | | | | |025323| | 1.00| | | --------------------------------------------------------------------------- |2 |CONTRACTOR CONSTRUCTION |LSUM | | | | | | |STAKING | | | | | | |020100| | 1.00| | | ---------------------------------------------------------------------------
SECTION 02 LIGHTING ITEMS
--------------------------------------------------------------------------- |3 |ELECTRIC LIGHTING SYSTEM |LSUM | | | | | | | | | | | | | |025300| | 1.00| | | --------------------------------------------------------------------------- |4 |HIGH MAST LIGHT TOWER |EACH | | | | | | |(100') (42" CONCRETE | | | | | | |014481|BASE) | 1.00| | | ---------------------------------------------------------------------------
GRAND TOTAL : $0.00
- CONTRACTOR Check: 00000000
General Decision Number: KS160020 01/08/2016 KS20
Superseded General Decision Number: KS20150020
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 $10.15 for calendar year 2016 applies to all contracts subject to the Davis-Bacon Act for which the 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 $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.
Modification Number Publication Date 0 01/08/2016
SUKS2013-002 08/02/2013
Rates Fringes
CARPENTER (ROUGH) Butler, Harvey, Sedgwick, Sumner......................$ 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,
Page 1 of 8
1/13/2016http://www.wdol.gov/wdol/scafiles/davisbacon/KS20.dvb?v=0
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
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) Butler......................$ 14.26 2.52 Doniphan, Franklin, Linn....$ 19.36 0.00 Geary, Pottawatomie.........$ 17.51 0.00
Page 2 of 8
1/13/2016http://www.wdol.gov/wdol/scafiles/davisbacon/KS20.dvb?v=0
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: (DISTRIBUTOR-BITUMINOUS) Butler......................$ 14.79 0.00 Doniphan, Franklin, Jackson, Jefferson, Linn, 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)
Page 3 of 8
1/13/2016http://www.wdol.gov/wdol/scafiles/davisbacon/KS20.dvb?v=0
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: (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
Page 4 of 8
1/13/2016http://www.wdol.gov/wdol/scafiles/davisbacon/KS20.dvb?v=0
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, 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/OFF-ROAD)...................$ 12.86 0.00
TRUCK DRIVER (SINGLE AXLE) Butler......................$ 13.87 0.00 Doniphan, Franklin, Linn....$ 17.50 0.00
Page 5 of 8
1/13/2016http://www.wdol.gov/wdol/scafiles/davisbacon/KS20.dvb?v=0
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.
================================================================
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
Page 6 of 8
1/13/2016http://www.wdol.gov/wdol/scafiles/davisbacon/KS20.dvb?v=0
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
Page 7 of 8
1/13/2016http://www.wdol.gov/wdol/scafiles/davisbacon/KS20.dvb?v=0
* 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 �
Page 8 of 8
1/13/2016http://www.wdol.gov/wdol/scafiles/davisbacon/KS20.dvb?v=0
DEPARTM ENT OF TRANSPORTATION
STATE OF KANSAS
KANSAS PROJECT
HM LT REPLACEM ENT
W ABUNSEE COUNTYI-70
1
2
34
8 9
10
11
12
6
7
1314151617
20 21
23 24
25
2627
28
33 3435
36
22
18
19
31
Kuenzli
Pierce
Creek
Creek
Snokomo
651
RS
RS 650
650
RS
Unm arked
Unm arked
Cem .
Cem .
Bethlehem
Cem .
1.1
8.1
8
85
2
3
3
PaxicoPOP. 183
Newbury
UNION
PROJ. NO. 70-99 KA-4415-01
LocationProject
KANSAS DEPARTMENT OF TRANSPORTATION
Plotted B
y:
kare
np
Plo
t L
ocatio
n:B
rid
ge D
esig
n
IP_P
WP
:d0187040\K
A441501L
LT
01.d
gn
File:
Plo
t D
ate:24-O
CT
-2016 1
1:1
5
1Wabaunsee Co.
PROJ. NO. 70-99 KA-4415-01
Squad:
KM
P/K
MP
Title Sheet
TH
E G
EN
ER
AL
NO
TE
S:
LO
CA
TE
AL
L E
XIS
TIN
G U
TIL
ITE
S P
RIO
R T
O B
EG
INN
ING
WO
RK
.
LE
GE
ND
ST
AN
DA
RD
AN
D L
UM
INA
IRE
TO
BE
IN
ST
AL
LE
D
TO
WE
R A
ND
LU
MIN
AIR
E T
O B
E I
NS
TA
LL
ED
2/C
CO
ND
UC
TO
R (
IN D
UC
T)
TO
BE
IN
ST
AL
LE
D
EN
CL
OS
UR
E T
O B
E I
NS
TA
LL
ED
JU
NC
TIO
N B
OX
TO
BE
IN
ST
AL
LE
D
EX
IST
ING
PO
WE
R P
OL
E
SE
RV
ICE
PO
LE
TO
BE
IN
ST
AL
LE
D
TH
E K
AN
SA
S D
EP
AR
TM
EN
T O
F T
RA
NS
PO
RT
AT
ION
.
RA
ISE
AN
D L
OW
ER
DE
VIC
E P
RIO
R T
O F
INA
L A
CC
EP
TA
NC
E O
F T
HE
PR
OJE
CT
BY
PR
OV
IDE
IN
SP
EC
TIO
N O
F E
AC
H T
OW
ER
BY
A F
AC
TO
RY
RE
PR
ES
EN
TA
TIV
E O
F T
HE
BR
IDG
E E
XP
AN
SIO
N J
OIN
TS
.
OZ
EX
PA
NS
ION
JO
INT
S S
HA
LL
BE
IN
ST
AL
LE
D I
N T
HE
CO
ND
UIT
RU
NS
AT
AL
L
AB
OV
E G
RO
UN
D W
ITH
A N
O.
6 B
AR
E W
IRE
.
GR
OU
ND
AL
L M
ET
AL
PA
RT
S O
F S
WIT
CH
ES
, C
AS
ES
, P
OL
ES
AN
D C
ON
DU
IT U
SE
D
SH
AL
L B
E A
PP
RO
VE
D B
Y T
HE
AU
TH
OR
ITY
HA
VIN
G J
UR
ISD
ICT
ION
.
NA
TIO
NA
L E
LE
CT
RIC
CO
DE
ST
AN
DA
RD
S,
AN
Y C
HA
NG
ES
TO
TH
ES
E S
TA
ND
AR
DS
AL
L W
IRIN
G A
ND
WIR
ING
ME
TH
OD
S S
HA
LL
CO
MP
LY
WIT
H T
HE
MO
ST
CU
RR
EN
T
SP
EC
IFIC
AL
LY
ME
NT
ION
ED
OR
NO
T.
AN
D I
NS
TA
LL
AL
L E
QU
IPM
EN
T N
EC
ES
SA
RY
FO
R S
AT
ISF
AC
TO
RY
OP
ER
AT
ION
, W
HE
TH
ER
TH
E C
OM
PL
ET
E I
NS
TA
LL
AT
ION
WIT
HIN
TH
E L
IMIT
S S
HO
WN
ON
TH
E P
LA
NS
. F
UR
NIS
H
SU
PP
OR
TS
, IN
TE
RC
ON
NE
CT
ION
S, G
RO
UN
D R
OD
S, A
ND
AL
L I
NC
IDE
NT
IAL
S N
EC
CE
SS
AR
Y F
OR
FO
R T
OW
ER
S, A
NC
HO
R B
OL
TS
, L
UM
INA
IRE
S, L
AM
PS
, W
IRIN
G, C
ON
DU
IT, C
ON
DU
IT F
ITT
ING
S,
FU
RN
ISH
AN
D I
NS
TA
LL
LIG
HT
ING
EQ
UIP
ME
NT
, IN
CL
UD
ING
TO
WE
RS
, C
ON
CR
ET
E B
AS
ES
IS/A
RE
PO
INT
ED
DU
E N
OR
TH
.
TH
E E
NG
INE
ER
IN
CH
AR
GE
. P
OS
ITIO
N T
HE
EN
CL
OS
UR
E(S
) S
O T
HA
T T
HE
PH
OT
OC
EL
L(S
)
FIN
AL
LO
CA
TIO
N F
OR
EN
CL
OS
UR
E I
NS
TA
LL
AT
ION
(S)
IS/A
RE
TO
BE
DE
TE
RM
INE
D B
Y
WIT
H C
UR
RE
NT
KA
NS
AS
DE
PA
RT
ME
NT
OF
TR
AN
SP
OR
TA
TIO
N U
TIL
ITY
AC
CO
MM
OD
AT
ION
PO
LIC
Y.
AN
D U
TIL
ITY
AT
TA
CH
ME
NT
PE
RM
IT (
DO
T 3
10
) A
PP
RO
VE
D B
EF
OR
E W
OR
K B
EG
INS
, IN
AC
CO
RD
AN
CE
AL
L A
TT
AC
HM
EN
TS
TO
BR
IDG
ES
SH
AL
L H
AV
E A
HIG
HW
AY
RIG
HT
OF
WA
Y P
ER
MIT
(D
OT
304)
SA
FE
TY
& T
EC
HN
OL
OG
Y F
OR
AP
PR
OV
AL
OF
OT
HE
R S
PL
ICE
LO
CA
TIO
NS
.
PO
LE
BA
SE
S A
ND
JU
NC
TIO
N B
OX
ES
. C
ON
TA
CT
TH
E B
UR
EA
U O
F T
RA
NS
PO
RT
AT
ION
MA
KE
SP
LIC
ES
IN
TH
E I
ND
UC
T S
EC
ON
DA
RY
CA
BL
E I
NS
IDE
OF
TO
WE
R B
AS
ES
,
AN
D K
ING
MA
N.
SC
RE
W-I
N F
OU
ND
AT
ION
S S
HA
LL
NO
T B
E I
NS
TA
LL
ED
IN
DIS
TR
ICT
ON
E.
BO
UR
BO
N, C
RA
WF
OR
D, C
HE
RO
KE
E, L
AB
ET
TE
, M
EA
DE
, C
LA
RK
, C
OM
AN
CH
E, K
IOW
A, B
AR
BE
R, H
AR
PE
R,
DE
PA
RT
ME
NT
OF
TR
AN
SP
OR
TA
TIO
N,
BU
RE
AU
OF
TR
AN
SP
OR
TA
TIO
N S
AF
ET
Y &
TE
CH
NO
LO
GY
:
FO
UN
DA
TIO
NS
MA
Y O
NL
Y B
E U
SE
D F
OR
RO
AD
WA
Y L
IGH
TIN
G U
PO
N A
PP
RO
VA
L B
Y T
HE
KA
NS
AS
DU
E T
O S
OIL
CO
ND
ITIO
NS
IN
AL
L O
R P
AR
T O
F T
HE
FO
LL
OW
ING
CO
UN
TIE
S, S
CR
EW
-IN
LIG
HT
PO
LE
3" S
CH
ED
UL
E 8
0 P
VC
TO
BE
IN
ST
AL
LE
D
3
2 1
5/7/13
6/2
4/1
4
2/2
2/1
6B
.D.G
.
B.D
.G.
B.D
.G.
C.E
.
C.E
.
C.E
.
RE
VIS
ION
SB
YA
PP
'DD
AT
EN
O.
TR
AC
ED
TR
AC
E C
K.
AP
P'D
QU
AN
TIT
IES
QU
AN
. C
K.
DE
TA
ILE
D
DE
TA
IL C
K.
FH
WA
AP
PR
OV
AL
DE
SIG
NE
D
DE
SIG
N C
K.
KA
NS
AS
ST
AT
EP
RO
JE
CT
NO
.Y
EA
RT
OT
AL
SH
EE
TS
SH
EE
T N
O.
KA
NS
AS
DE
PA
RT
ME
NT
OF
TR
AN
SP
OR
TA
TIO
N
TE
200b
C
.E
.
B.D
.G.
B.D
.G.
C
.E
.
A
dded L
ED
tow
er &
standard pole in legend
C
hg'd
T
rench/B
ackfill from
2' to 3'
F
ix
ed
T
yp
o
G
EN
ER
AL
N
OT
ES
TE
ST
RE
PO
RT
PR
IOR
TO
AS
SE
MB
LY
.
RE
GIO
NA
L M
AT
ER
IAL
S L
AB
WIL
L V
ISU
AL
LY
IN
SP
EC
T A
LL
TO
WE
RS
AN
D C
OM
PL
ET
E A
A R
EP
RE
SE
NT
AT
IVE
FR
OM
TH
E K
AN
SA
S D
EP
AR
TM
EN
T O
F T
RA
NS
PO
RT
AT
ION
'S
UN
DE
R W
HIC
H T
HE
SE
WE
LD
PR
OC
ED
UR
ES
HA
VE
BE
EN
AP
PR
OV
ED
.
TH
E S
HO
P D
RA
WIN
GS
FO
R L
IGH
TIN
G T
OW
ER
S.
IN
CL
UD
E T
HE
KD
OT
LA
B N
UM
BE
R
PR
OV
IDE
WE
LD
PR
OC
ED
UR
E N
UM
BE
RS
FO
R T
HE
DIF
FE
RE
NT
TY
PE
S O
F W
EL
DS
ON
TR
AN
SP
OR
TA
TIO
N (
KD
OT
).
PE
RT
AIN
S T
O D
EC
ISIO
NS
OR
AC
TIO
NS
OF
TH
E K
AN
SA
S D
EP
AR
TM
EN
T O
F
'SH
AL
L B
E', O
R S
IMIL
AR
WO
RD
S O
R P
HR
AS
ES
. T
HE
WO
RD
'W
ILL
' G
EN
ER
AL
LY
' T
HE
CO
NT
RA
CT
OR
' IS
IM
PL
IED
. A
LS
O I
MP
LIE
D I
N T
HIS
LA
NG
UA
GE
AR
E 'S
HA
LL
',
HA
VE
BE
EN
GE
NE
RA
LL
Y W
RIT
TE
N I
N T
HE
IM
PE
RA
TIV
E M
OO
D.
TH
E S
UB
JE
CT
TH
E G
EN
ER
AL
NO
TE
S, R
EM
OV
AL
NO
TE
S A
ND
NO
TE
S O
N T
HE
PL
AN
SH
EE
TS
6T
H F
LO
OR
, T
OP
EK
A,
KS
66
60
3-3
75
4.
OF
TR
AN
SP
OR
TA
TIO
N S
AF
ET
Y &
TE
CH
NO
LO
GY
, E
ISE
NH
OW
ER
BU
ILD
ING
, 700 S
W H
AR
RIS
ON
,
CO
MP
UT
AT
ION
S A
ND
CA
TA
LO
G C
UT
S T
O T
HE
KA
NS
AS
DE
PA
RT
ME
NT
OF
TR
AN
SP
OR
TA
TIO
N, B
UR
EA
U
J.H
. B
OT
TS
, IN
C.
AD
DIT
ION
AL
CO
MP
AN
IES
DE
SIR
ING
AP
PR
OV
AL
BY
KD
OT
MU
ST
SU
BM
IT D
ES
IGN
AC
CE
PT
ED
BY
TH
E K
AN
SA
S D
EP
AR
TM
EN
T O
F T
RA
NS
PO
RT
AT
ION
: A
.B.
CH
AN
CE
CO
MP
AN
Y A
ND
TH
E F
OL
LO
WIN
G C
OM
PA
NIE
S H
AV
E S
CR
EW
-IN
LIG
HT
PO
LE
FO
UN
DA
TIO
NS
TH
AT
HA
VE
BE
EN
RE
SP
ON
SIB
ILIT
Y O
F T
HE
MA
NU
FA
CT
UR
ER
S/C
ON
TR
AC
TO
RS
.
BY
KD
OT
PR
IOR
TO
AP
PR
OV
AL
ON
TH
IS P
RO
JE
CT
. A
LL
AS
SO
CIA
TE
D C
OS
TS
WIL
L B
E T
HE
ON
AN
OT
HE
R P
OL
E A
S A
PP
RO
VE
D.
TH
E I
NS
TA
LL
AT
ION
WIL
L B
E R
EV
IEW
ED
AN
D T
ES
TE
D
ON
E R
AIS
E A
ND
LO
WE
RIN
G D
EV
ICE
ON
A P
OL
E P
RO
VID
ED
BY
TH
E K
DO
T I
N T
OP
EK
A, O
R
ST
RA
TU
S.
AD
DIT
ION
AL
CO
MP
AN
IES
DE
SIR
ING
AP
PR
OV
AL
BY
TH
E K
DO
T M
US
T I
NS
TA
LL
EA
GL
E H
IGH
MA
ST
LIG
HT
ING
CO
., C
AR
OL
INA
HIG
H M
AS
T, H
OL
OP
HA
NE
, M
ET
RO
LU
X A
ND
AC
CE
PT
ED
BY
TH
E K
AN
SA
S D
EP
AR
TM
EN
T O
F T
RA
NS
PO
RT
AT
ION
: A
ME
RIC
AN
HIG
H M
AS
T,
TH
E F
OL
LO
WIN
G C
OM
PA
NIE
S H
AV
E A
RA
ISE
AN
D L
OW
ER
ING
DE
VIC
E T
HA
T H
AS
BE
EN
AN
D R
OC
K.
3 F
T.
BE
LO
W G
RO
UN
DL
INE
. B
AC
KF
ILL
IN
AL
L A
RE
AS
SH
AL
L B
E F
RE
E O
F R
UB
BL
E
PL
OW
OR
TR
EN
CH
AN
D B
AC
KF
ILL
UN
DE
RG
RO
UN
D C
ON
DU
CT
OR
IN
DU
CT
AP
PR
OX
IMA
TE
LY
ST
AN
DA
RD
AN
D L
ED
LU
MIN
AIR
E T
O B
E I
NS
TA
LL
ED
TO
WE
R A
ND
LE
D L
UM
INA
IRE
TO
BE
IN
ST
AL
LE
D
KANSAS DEPARTMENT OF TRANSPORTATION
Plotted B
y:
kare
np
Plo
t L
ocatio
n:B
rid
ge D
esig
n
IP_P
WP
:d0187040\K
A441501L
LT
01.d
gn
File:
Plo
t D
ate:24-O
CT
-2016 1
1:1
5
2Wabaunsee Co.
PROJ. NO. 70-105 KA-4415-01
Squad:
KM
P/K
MP
General Notes
TY
PIC
AL
WIR
ING
LA
YO
UT
PO
SIT
IVE
PO
SIT
IVE
GR
OU
ND
48
0 V
.
12
34
495
67
89
1500
23
4505
67
89
510
11
23
4515
78
0
1
23
45
67
8
9
10
2
3 0
4 1
495
236
7
458
9500
12
34
505
67
89
89
610
7
81
510
2 93
4
515
6
60
1
2
34
56
7
34
910
1
2
15
0
11
2
3
34
6
54
TR
UC
K L
AN
E
CA
RL
AN
E
RA
CE
NA
L
EN
AL
KC
UR
TCIR.1
2' DEEP
480 V
CIR
. 1
480 V
2' D
EE
P
CIR. 32' DEEP
480 V 2' DEEP
CIR. 1 CIR. 2
SA
ME TRE
NCH
BOTH CIR. IN
72
00
V.
OH
PL
SAME TRENCH
BOTH CIR. IN
480 V
CIR. 4
480 V
CIR
. 4
CIR
. 3
CIR
. 1 &
CIR
. 2
48
0 V
CIR. 4
CIR. 3
CIR
. 3
KA
NS
AS
DE
PA
RT
ME
NT
OF
TR
AN
SP
OR
TA
TIO
N
ST
AT
E
KA
NS
AS
YE
AR
PR
OJE
CT
N0
.S
HE
ET
S
TO
TA
LS
HE
ET
NO
.
LIG
HT
ING
PL
AN
PO
WE
R P
OL
E
EX
IST
ING
KP
L
$lt
01
$2
01
6$ts
$
TO
RE
MA
IN
EX
IST
ING
EN
CL
OS
UR
E
TO
BE
IN
ST
AL
LE
D (
TY
P.)
3"
CO
ND
UIT
TO
BE
RE
MO
VE
D
10
0' T
OW
ER
37
.5' L
T
ST
A.
3+
32
, C
AR
LA
NE
TO
BE
IN
ST
AL
LE
D
10
0' T
OW
ER
37
.5' L
T
ST
A. 2+
77, C
AR
LA
NE
KA
-44
15
-01
an
d p
reserv
e a
ll u
nd
erg
ro
un
d u
tili
ties.
mark
ed b
efo
re b
egin
nin
g a
ny c
onstr
ucti
on e
xcavati
on. T
he c
ontr
acto
r shall
be f
ull
y r
esponsib
le f
or
all
dam
ages w
hic
h m
ay b
e o
ccasio
ned b
y f
ail
ure
o e
xactl
y l
ocate
3.
Th
e l
ocati
on
s o
f u
tili
ties a
nd
un
derg
rou
nd
eq
uip
men
t is
ap
pro
xim
ate
an
d F
or
Info
rmati
on
On
ly.
Th
e c
on
tracto
r sh
all
hav
e a
ll u
nd
erg
rou
nd
uti
liti
es l
ocate
d a
nd
2. T
he e
xis
ting l
ighti
ng e
nclo
sure s
hall
rem
ain
in p
lace.
1. W
ork
shall
consis
t of
the i
nsta
llati
on o
f one (
1)
hig
h-m
ast
light
tow
er
and t
he a
ssocia
ted w
irin
g a
nd d
evic
es.
No
tes:
su
bsid
iary
of
the L
um
p S
um
bid
ite
m "
Ele
ctr
ic L
igh
tin
g S
yste
m".
Rem
ov
al
of
1 t
ow
er,
1 b
ase a
nd
oth
er
ele
ctr
ical
mate
rial
sh
all
be
fees i
mp
osed
on
th
e c
on
tracto
r t
o g
ain
access t
o W
esta
r b
ox
es.
(P
am
Soli
s 7
85-575-1230) t
o b
ecom
e f
am
ilia
r w
ith t
he r
equir
em
ents
and
NO
TE
: P
rior
to b
iddin
g, th
e C
ontr
acto
r shall
conta
ct
Westa
r E
nerg
y,
Conta
ct
person o
n t
his
proje
ct
is M
ark K
arole
vit
z A
rea E
ngin
eer. H
e c
an b
e r
eached a
t 785-456-2353.
Th
e C
on
tracto
r m
ust
co
ord
inate
wit
h K
DO
T -
Dis
tric
t 1
, A
rea 5
.
Traffic
contr
ol
for r
em
oval
and i
nsta
llati
on o
f t
he h
igh m
ast
light
tow
er a
nd c
losure o
f t
he r
est-
area s
hall
be p
rovid
ed b
y K
DO
T f
orces.
Tow
er
(100')
(42" C
oncre
te B
ase).
A
ll w
ork
and m
ate
rial
requir
ed t
o r
esto
re t
he h
igh m
ast
light
tow
er
wil
l be s
ubsid
iary
to t
his
base b
id.
A b
id s
hall
be s
ub
mit
ted
to
resto
re t
he h
igh
mast
lig
ht
tow
er
to a
co
mp
lete
an
d f
un
cti
on
al
co
nd
itio
n u
nd
er
Hig
h M
ast
Lig
ht
Dept.
of T
ransporta
tion 2
015 S
tandard S
pecif
icati
ons f
or S
tate
Road a
nd B
rid
ge C
onstr
ucti
on.
All
wo
rk a
nd
mate
rial
req
uir
ed
to
resto
re t
he h
igh
mast
lig
ht
tow
er
wil
l fo
llo
w t
he p
lan
sh
eets
an
d t
he K
an
sas
insta
lled
on
th
e n
ew
fo
un
dati
on
.
the s
tructu
re c
om
ple
te. A
new
foundati
on w
ill
need t
o b
e p
laced a
n a
new
100' to
wer w
ill
need t
o b
e
The C
ontr
acto
r shall
make a
n i
nvento
ry o
f part
s a
nd d
ete
rmin
e w
hic
h i
tem
s n
eed t
o b
e r
epla
ced t
o m
ake
KANSAS DEPARTMENT OF TRANSPORTATION
Plotted B
y:
kare
np
Plo
t L
ocatio
n:B
rid
ge D
esig
n
IP_P
WP
:d0187040\K
A441501L
LT
01.d
gn
File:
Plo
t D
ate:24-O
CT
-2016 1
1:1
5
3Wabaunsee Co.
PROJ. NO. 70-105 KA-4415-01
Squad:
KM
P/K
MP
Lighting Plan
(K)
GR
OU
ND
RO
DS
: S
HA
LL
BE
CO
PP
ER
CL
AD
3/4
" D
IAM
ET
ER
BY
10' L
ON
G.
FIE
LD
WE
LD
S W
ILL
NO
T B
E A
LL
OW
ED
.
AN
D C
ON
FO
RM
T
O A
.W.S
. S
PE
CIF
ICA
TIO
N D
1.1
(
LA
TE
ST
RE
VIS
ION
).
(J)
AL
L W
EL
DS
S
HA
LL
BE
SM
OO
TH
CL
EA
N D
EN
SE
DE
PO
SIT
TH
AT
WIL
L E
XC
LU
DE
MO
IST
UR
E
SP
AC
ED
AT
6' IN
TE
RV
AL
S.
SE
CU
RE
T
HE
2" R
IGID
CO
ND
UIT
TO
S
TR
UC
TU
RE
. C
ON
DU
IT C
LA
MP
S A
RE
TO
BE
CL
AM
PS
W
ITH
A
C
OM
PA
TIB
LE
CL
AM
P B
AC
K. C
LA
MP
S S
HA
LL
BE
HE
AV
Y D
UT
Y S
TE
EL
TO
(I)
CO
ND
UIT
CL
AM
PS
WIT
H C
LA
MP
BA
CK
S:
TH
E
CO
NT
RA
CT
OR
S
HA
LL
IN
ST
AL
L
2"
CO
ND
UIT
DE
PT
H S
HA
LL
BE
1 3
/4"
TY
PE
MA
DE
FR
OM
CA
RB
ON
ST
EE
L M
EE
TIN
G A
ISI
12
L1
4 S
TE
EL
. T
HE
MIN
IMU
M E
MB
ED
DE
D
WE
DG
E T
YP
E A
NC
HO
RS
FO
R C
ON
DU
IT C
LA
MP
S.
T
HE
AN
CH
OR
S S
HA
LL
BE
WE
DG
E
(H)
WE
DG
E T
YP
E S
TU
D B
OL
T A
NC
HO
RS
: T
HE
CO
NT
RA
CT
OR
SH
AL
L I
NS
TA
LL
TW
O 3
/8" X
3"
G
AL
VA
NIZ
ED
IN
AC
CO
RD
AN
CE
WIT
H A
ST
M A
-123 A
FT
ER
FA
BR
ICA
TIO
N.
KN
OC
KO
UT
S A
ND
WE
AT
HE
R P
RO
OF
SC
RE
W C
OV
ER
. B
OX
ES
SH
AL
L B
E H
OT
DIP
PE
D
BO
X S
HA
LL
BE
MA
DE
OF
14
GA
UG
E S
HE
ET
ME
TA
L(S
TE
EL
) W
ITH
WE
LD
ED
SE
AM
S,
T
HE
NO
MIN
AL
DIM
EN
SIO
NS
OF
12 I
NC
HE
S B
Y 1
2 I
NC
HE
S B
Y 6
IN
CH
ES
. T
HE
JU
NC
TIO
N
J
UN
CT
ION
BO
XE
S (
AB
OV
E-G
RO
UN
D):
AB
OV
E G
RO
UN
D J
UN
CT
ION
BO
XE
S S
HA
LL
HA
VE
M
OL
DE
D O
R E
TC
HE
D I
NT
O T
HE
CO
VE
R.
TH
E C
OV
ER
SH
AL
L B
EA
R T
HE
LO
GO
"L
IGH
TIN
G" C
LE
AR
LY
AN
D P
ER
MA
NE
NT
LY
IN
TE
GR
ITY
" F
OR
TIE
R 1
5 A
PP
LIC
AT
ION
S.
P
RO
VIS
ION
S O
F A
NS
I/S
CT
E 7
7 2
002 "
SP
EC
IFIC
AT
ION
FO
R U
ND
ER
GR
OU
ND
E
NC
LO
SU
RE
S, B
OX
ES
AN
D C
OV
ER
S A
RE
RE
QU
IRE
D T
O C
ON
FO
RM
TO
AL
L T
ES
T
T
O T
HE
BO
DY
.
PO
LY
ME
R C
ON
CR
ET
E R
ING
AN
D C
OV
ER
. T
HE
RIN
G S
HA
LL
BE
SE
CU
RE
LY
AT
TA
CH
ED
P
OL
YM
ER
CO
NC
RE
TE
RIN
G A
ND
CO
VE
R;
HIG
H D
EN
SIT
Y P
OL
YE
TH
YL
EN
E B
OD
Y W
ITH
P
OL
YM
ER
CO
NC
RE
TE
CO
VE
R;
FIB
ER
GL
AS
S R
EIN
FO
RC
ED
PO
LY
ME
R B
OD
Y W
ITH
A
P
RE
-CA
ST
CO
NC
RE
TE
WIT
H A
CA
ST
IR
ON
CO
VE
R;
PO
LY
ME
R C
ON
CR
ET
E W
ITH
A
JU
NC
TIO
N B
OX
ES
MA
Y B
E C
ON
ST
RU
CT
ED
OF
ON
E O
F T
HE
FO
LL
OW
ING
ME
TH
OD
S:
D
EE
P W
ITH
A M
INIM
UM
PH
YS
ICA
L O
PE
NIN
G O
F 1
30 S
QU
AR
E I
NC
HE
S. I
N-G
RO
UN
D
JU
NC
TIO
N B
OX
ES
SH
AL
L H
AV
E T
HE
MIN
IMU
M N
OM
INA
L D
IME
NS
ION
S O
F 1
2 I
NC
HE
S
S
IZE
TO
FA
CIL
ITA
TE
TH
E C
ON
DU
IT A
ND
WIR
ING
AS
IN
DIC
AT
ED
IN
TH
E P
LA
NS
.
(G)
JU
NC
TIO
N B
OX
ES
(IN
-GR
OU
ND
): T
HE
JU
NC
TIO
N B
OX
SH
AL
L B
E O
F S
UF
FIC
IEN
T
DO
NO
T U
SE
CU
T T
HR
EA
DS
. U
SE
RO
LL
ED
TH
RE
AD
S.
SP
EC
IFIC
AT
ION
SE
CT
ION
16
00
(G
RA
DE
55
) W
ITH
TH
E F
OL
LO
WIN
G E
XC
EP
TIO
N.
(F)
AN
CH
OR
B
OL
TS
:
AN
CH
OR
B
OL
TS
SH
AL
L
CO
NF
OR
M
TO
T
HE
S
TA
ND
AR
D
AR
RA
NG
EM
EN
T S
HA
LL
BE
AS
NO
TE
D O
N P
LA
NS
.
(E)
GR
OU
ND
: G
RO
UN
D W
IRE
SH
AL
L B
E A
#6 A
WG
ST
RA
ND
ED
BA
RE
CO
PP
ER
WIR
E A
ND
WIL
L N
EE
D T
O B
E M
AR
KE
D W
ITH
AS
TM
F 2
16
0 D
ES
IGN
AT
ION
ON
TH
E P
RIN
T L
INE
.
RE
QU
IRE
D F
RO
M T
HE
CO
ND
UIT
PR
OD
UC
ER
AN
D/O
R R
ES
IN P
RO
DU
CE
R.
TH
E C
ON
DU
IT
AS
TM
F 2
16
0 A
ND
AS
TM
F 2
17
6.
A L
ET
TE
R O
F C
ER
TIF
ICA
TIO
N (
LO
C)
WIL
L B
E
D.2
. H
IGH
DE
NS
ITY
PO
LY
ET
HY
LE
NE
(H
DP
E)
ME
ET
ING
TH
E R
EQ
UIR
EM
EN
TS
OF
MA
NU
FA
CT
UR
ER
S R
EC
OM
ME
ND
AT
ION
S.
UN
DE
RW
RIT
ER
S,
INC
. L
AB
EL
. T
HE
JO
INT
S S
HA
LL
BE
MA
DE
IN
AC
CO
RD
AN
CE
WIT
H T
HE
FE
DE
RA
L S
PE
CIF
ICA
TIO
NS
NO
. W
C1
09
4A
AN
D U
L 5
14
. E
AC
H S
HA
LL
BE
AR
TH
E
FA
BR
ICA
TE
D F
RO
M P
OL
YV
INY
L C
HL
OR
IDE
ME
ET
ING
TH
E R
EQ
UIR
EM
EN
TS
OF
NE
MA
TC
-3,
TH
E U
ND
ER
WR
ITE
RS
, IN
C. L
AB
EL
. N
ON
-ME
TA
LL
IC C
ON
DU
IT F
ITT
ING
S S
HA
LL
BE
FE
DE
RA
L S
PE
CIF
ICA
TIO
NS
NO
. W
C1094A
AN
D U
L 6
51. E
AC
H L
EN
GT
H S
HA
LL
BE
AR
D.1
. R
IGID
PO
LY
VIN
YL
CH
LO
RID
E (
PV
C)
ME
ET
ING
TH
E R
EQ
UIR
EM
EN
TS
OF
NE
MA
TC
-2,
(D)
NO
N-M
ET
AL
IC C
ON
DU
IT:
SP
EC
IFIC
AT
ION
C-8
0.1
.
ZIN
C C
OA
TE
D A
ND
SH
AL
L M
EE
T T
HE
RE
QU
IRE
ME
NT
S O
F A
ME
RIC
AN
S
TA
ND
AR
D
(C)
ME
TA
LL
IC C
ON
DU
IT F
ITT
ING
S:
ME
TA
LL
IC C
ON
DU
IT F
ITT
ING
S S
HA
LL
BE
UN
LE
SS
AP
PR
OV
ED
BY
TH
E E
NG
INE
ER
IN
CH
AR
GE
OF
CO
NS
TR
UC
TIO
N.
EX
IST
ING
PA
VE
ME
NT
. J
AC
KIN
G W
ILL
NO
T B
E P
ER
MIT
TE
D I
N D
IST
RIC
T O
NE
C-8
0.1
. T
RE
NC
HIN
G F
OR
C
ON
DU
IT W
ILL
NO
T B
E P
ER
MIT
TE
D T
HR
OU
GH
ME
ET
ING
T
HE
R
EQ
UIR
EM
EN
TS
OF
AM
ER
ICA
N
ST
AN
DA
RD
S
PE
CIF
ICA
TIO
N
(B)
ME
TA
LL
IC C
ON
DU
IT:
M
ET
AL
LIC
CO
ND
UIT
SH
AL
L B
E R
IGID
ST
EE
L C
ON
DU
IT
ED
ITIO
N,
SE
CT
ION
17
03
.2 (
c).
KA
NS
AS
DE
PA
RT
ME
NT
OF
TR
AN
SP
OR
TA
TIO
N S
PE
CIF
ICA
TIO
NS
, L
AT
ES
T
GA
LV
AN
IZIN
G O
R E
LE
CT
RO
PL
AT
ING
S
HA
LL
CO
NF
OR
M T
O T
HE
S
TA
ND
AR
D
(A)
MIS
CE
LL
AN
EO
US
H
AR
DW
AR
E:
M
ISC
EL
LA
NE
OU
S H
AR
DW
AR
E T
HA
T R
EQ
UIR
ES
GE
NE
RA
L M
AT
ER
IAL
S A
ND
NO
TE
S:
PO
RT
AB
LE
P
OW
ER
UN
IT S
HA
LL
B
E C
AP
AB
LE
O
F O
PE
RA
TIN
G T
HE
L
OW
ER
ING
DE
VIC
E.
TH
E P
OR
TA
BL
E P
OW
ER
UN
IT S
HA
LL
BE
AR
RA
NG
ED
FO
R R
EM
OT
E C
ON
TR
OL
OP
ER
AT
ION
S.
T
HE
RE
VE
RS
IBL
E D
RIL
L U
.L. A
PP
RO
VE
D, B
EIN
G E
QU
IPP
ED
WIT
H A
TO
RQ
UE
LIM
ITIN
G S
AF
ET
Y C
LU
TC
H.
PO
RT
AB
LE
P
OW
ER
U
NIT
: T
HE
PO
RT
AB
LE
P
OW
ER
U
NIT
SH
AL
L B
E O
NE
-HA
LF
(1
/2)
HE
AV
Y D
UT
Y,
PO
RT
AB
LE
P
OW
ER
UN
IT C
OM
PA
TIB
LE
TO
TH
E L
OW
ER
ING
DE
VIC
E.
AP
PR
OX
IMA
TE
R
AT
E O
F 1
0 F
EE
T P
ER
MIN
UT
E. T
HE
WIN
CH
AS
SE
MB
LY
SH
AL
L A
CC
EP
T A
RA
ISIN
G A
ND
LO
WE
RIN
G A
MIN
IMU
M O
F S
IX (
6)
LU
MIN
AIR
ES
ON
TH
E R
ING
A
SS
EM
BL
Y A
T A
N
RE
QU
IRE
ME
NT
S
OF
F
ED
ER
AL
SP
EC
IFIC
AT
ION
S
RR
-W-4
10
A
ND
S
HA
LL
BE
C
AP
AB
LE
O
F
7 X
19
-
INC
H
DIA
ME
TE
R
ZIN
C E
LE
CT
RO
PL
AT
ED
ST
EE
L
AIR
CR
AF
T
CA
BL
E
ME
ET
ING
T
HE
TH
E
RA
ISIN
G
AN
D
LO
WE
RIN
G
SH
AL
L B
E
OP
ER
AT
ED
B
Y
A
WIN
CH
AS
SE
MB
LY
WIT
H
A
CA
BL
ES
L
OC
AT
ED
IN
SID
E
TH
E
PO
LE
S
HA
FT
,
AN
D A
TT
AC
HE
D
TO
TH
E
LU
MIN
AIR
E
RIN
G.
SY
MM
ET
RIC
AL
LY
P
LA
CE
D 7
X 1
9 -
I
NC
H D
IAM
ET
ER
, Z
INC
E
LE
CT
RO
PL
AT
ED
S
TE
EL
A
IRC
RA
FT
HO
IST
ING
A
SS
EM
BL
Y:
TH
E
LU
MIN
AIR
E
RIN
G
SH
AL
L
BE
R
AIS
ED
A
ND
L
OW
ER
ED
B
Y
TH
RE
E (3
)
AS
TM
A
-123, O
R E
LE
CT
RO
PL
AT
ED
W
ITH
A M
INIM
UM
TH
ICK
NE
SS
OF
0.4
MIL
.
TH
E L
UM
INA
IRE
R
ING
S
HA
LL
B
E H
OT
D
IPP
ED
G
AL
VA
NIZ
ED
IN
A
CC
OR
DA
NC
E W
ITH
TH
E M
AS
T A
RM
SH
AL
L B
E S
EC
UR
ED
TO
TH
E L
UM
INA
IRE
RIN
G B
Y A
N A
PP
RO
VE
D M
ET
HO
D.
AN
D L
OW
ER
ING
. T
HE
S
TE
EL
U
SE
D S
HA
LL
C
OM
PL
Y W
ITH
TH
E
RE
QU
IRE
ME
NT
S O
F A
ST
M A
-36
.
PR
OV
IDE
ST
AB
ILIT
Y A
ND
KE
EP
TH
E R
ING
CO
NC
EN
TR
IC A
RO
UN
D T
HE
PO
LE
DU
RIN
G R
AIS
ING
SP
RIN
G L
OA
DE
D I
NT
ER
CO
NN
EC
TE
D C
EN
TE
RIN
G R
OL
LE
R A
RM
S O
R A
N A
PP
RO
VE
D D
ES
IGN
TO
OF
L
UM
INA
IRE
S W
HIL
E IN
T
HE
L
OW
ER
ED
P
OS
ITIO
N. T
HE
L
UM
INA
IRE
R
ING
SH
AL
L H
AV
E
LO
CK
R
EC
EP
TA
CL
E S
HA
LL
B
E P
RO
VID
ED
O
N T
HE
L
UM
INA
IRE
RIN
G T
O A
LL
OW
T
ES
TIN
G
TO
D
IST
RIB
UT
E P
OW
ER
TO
TH
E L
UM
INA
IRE
S F
RO
M T
HE
MA
IN P
OW
ER
CA
BL
E S
UP
PL
Y. A
TW
IST
ST
EE
L W
ITH
T
HR
EE
(3),
2" N
OM
INA
L S
TE
EL
P
IPE
M
AS
T A
RM
S. I
T S
HA
LL
B
E P
RE
WIR
ED
LU
MIN
AIR
E R
ING
: T
HE
L
UM
INA
IRE
R
ING
S
HA
LL
B
E C
ON
ST
RU
CT
ED
O
F W
EL
DA
BL
E S
TR
UC
TU
RE
AS
TM
A
-12
3,
OR
EL
EC
TR
OP
LA
TE
D
WIT
H A
MIN
IMU
M T
HIC
KN
ES
S O
F 0
.4 M
IL.
SU
PP
OR
T A
SS
EM
BL
Y S
HA
LL
BE
HO
T D
IPP
ED
G
AL
VA
NIZ
ED
IN
A
CC
OR
DA
NC
E W
ITH
AS
SE
MB
LY
S
HA
LL
AL
SO
IN
CL
UD
E
TH
RE
E (
3)
ME
CH
AN
ICA
L
LA
TC
HIN
G D
EV
ICE
S.
TH
E M
AIN
PE
RM
AN
EN
TL
Y S
EA
LE
D
BA
LL
BE
AR
ING
S
WIT
H I
NN
ER
F
IXE
D R
AC
ES
.
TH
E
MA
IN
SU
PP
OR
T
IMP
RE
GN
AT
ED
, S
INT
ER
B
RO
NZ
E B
US
HIN
GS
O
VE
R S
TA
INL
ES
S S
TE
EL
S
HA
FT
, O
R
SH
EA
VE
S A
ND
R
OL
LE
RS
FO
R T
HE
P
OW
ER
C
AB
LE
. T
HE
S
HE
AV
ES
S
HA
LL
B
E O
IL
AT
TA
CH
ING
M
EA
NS
. T
HE
M
AIN
S
UP
PO
RT
A
SS
EM
BL
Y S
HA
LL
HA
VE
SIX
(6)
HO
IST
ING
SL
EE
VIN
G A
ND
S
EC
UR
ED
B
Y
ST
AIN
LE
SS
ST
EE
L S
ET
S
CR
EW
S
OR
O
TH
ER
S
IMIL
AR
FR
OM
WE
LD
AB
LE
ST
RU
CT
UR
E S
TE
EL
A
ND
S
HA
LL
B
E A
TT
AC
HE
D T
O T
HE
S
HA
FT
BY
MA
IN S
UP
PO
RT
A
SS
EM
BL
Y:
TH
E M
AIN
S
UP
PO
RT
A
SS
EM
BL
Y S
HA
LL
B
E F
AB
RIC
AT
ED
L
OW
ER
ING
DE
VIC
E:
RE
PO
RT
CO
MP
LE
TE
D P
RIO
R T
O A
SS
EM
BL
Y.
DE
PA
RT
ME
NT
OF
TR
AN
SP
OR
TA
TIO
N F
RO
M T
HE
RE
GIO
NA
L M
AT
ER
IAL
S L
AB
AN
D A
TE
ST
AL
L T
OW
ER
S W
ILL
BE
VIS
UA
LL
Y I
NS
PE
CT
ED
BY
A R
EP
RE
SE
NT
AT
IVE
OF
TH
E K
AN
SA
S
TE
ST
RE
PO
RT
S.
TE
ST
RE
PO
RT
S,
AP
PR
OV
ED
WE
LD
PR
OC
ED
UR
ES
, A
ND
TH
E R
EQ
UIR
ED
NO
N-D
ES
TR
UC
TIV
E
BU
T I
S N
OT
LIM
ITE
D T
O, R
AW
MA
TE
RIA
L, W
EL
DIN
G E
LE
CT
RO
DE
S, A
PP
RO
VE
D W
EL
DE
R
INC
OR
PO
RA
TE
D I
NT
O T
HE
FIN
AL
PR
OD
UC
T. T
HE
SE
CE
RT
IFIC
AT
ION
S S
HA
LL
IN
CL
UD
E,
FA
BR
ICA
TE
D S
TR
UC
TU
RE
S,
INC
LU
DIN
G C
ER
TIF
ICA
TIO
NS
FO
R A
LL
MA
TE
RIA
LS
TH
E M
AN
UF
AC
TU
RE
R S
HA
LL
PR
EP
AR
E C
ER
TIF
ICA
TIO
NS
CO
VE
RIN
G T
HE
CO
MP
OS
ITE
PA
RT
IAL
-PE
NE
TR
AT
ION
WE
LD
S.
TE
ST
ING
(Y
OK
E M
ET
HO
D)
SH
AL
L B
E C
ON
DU
CT
ED
ON
25 P
ER
CE
NT
OF
AL
L
TE
ST
ING
MA
Y B
E C
ON
DU
CT
ED
IN
LIE
U O
F R
AD
IOG
RA
PH
TE
ST
ING
. M
AG
NE
TIC
PA
RT
ICL
E
TE
ST
ING
SH
AL
L B
E C
ON
DU
CT
ED
ON
AL
L C
OM
PL
ET
E-P
EN
ET
RA
TIO
N W
EL
DS
. U
LT
RA
SO
NIC
LU
MIN
AR
IES
AN
D T
RA
FF
IC S
IGN
AL
S W
ITH
CU
RR
EN
T I
NT
ER
IMS
. N
ON
-DE
ST
RU
CT
IVE
ST
AN
DA
RD
SP
EC
IFIC
AT
ION
FO
R S
TR
UC
TU
RA
L S
UP
PO
RT
S F
OR
HIG
HW
AY
SIG
N,
NO
N-D
ES
TR
UC
TIV
E T
ES
T S
HA
LL
BE
CO
ND
UC
TE
D I
N A
CC
OR
DA
NC
E W
ITH
AA
SH
TO
LU
MIN
AR
IES
AN
D T
RA
FF
IC S
IGN
AL
S A
ND
CU
RR
EN
T I
NT
ER
IMS
.
AA
SH
TO
ST
AN
DA
RD
SP
EC
IFIC
AT
ION
FO
R S
TR
UC
TU
RA
L S
UP
PO
RT
S F
OR
HIG
HW
AY
SIG
N,
AL
L W
EL
DIN
G S
HA
LL
BE
IN
AC
CO
RD
AN
CE
WIT
H A
WS
D1.1
(L
AT
ES
T R
EV
ISIO
N),
AN
D
PR
OC
ED
UR
ES
. W
EL
D P
RO
CE
DU
RE
S W
ILL
BE
AP
PR
OV
ED
BY
KD
OT
PR
IOR
TO
US
E.
SH
OP
DR
AW
ING
S S
HA
LL
IN
CL
UD
E W
EL
D D
ET
AIL
S,
RE
FE
RE
NC
ING
AP
PR
OV
ED
WE
LD
TR
AN
SP
OR
TA
TIO
N P
RO
JE
CT
.
TH
E F
AB
RIC
AT
ION
OF
PO
LE
S F
OR
A S
PE
CIF
IC K
AN
SA
S D
EP
AR
TM
EN
T O
F
SH
OP
DR
AW
ING
S S
HA
LL
RE
FE
RE
NC
E T
HE
AC
TU
AL
PO
LE
MA
TE
RIA
L T
O B
E U
SE
D I
N
BE
ND
ING
MO
ME
NT
OF
TH
E S
HA
FT
.
OF
AB
OV
E O
R A
ST
M A
-36
AN
D S
HA
LL
BE
DE
SIG
NE
D T
O W
ITH
ST
AN
D T
HE
FU
LL
TH
E B
AS
E P
LA
TE
SH
AL
L B
E M
AD
E O
F S
TE
EL
PL
AT
E M
EE
TIN
G T
HE
RE
QU
IRE
ME
NT
S
TE
LE
SC
OP
ING
ON
TH
E J
OB
SIT
E.
RE
QU
IRE
ME
NT
S O
F A
ST
M A
-12
3.
TH
E T
OW
ER
SH
AL
L B
E A
SS
EM
BL
ED
BY
CA
TE
GO
RY
II.
T
HE
TO
WE
R S
HA
LL
BE
GA
LV
AN
IZE
D I
N A
CC
OR
DA
NC
E W
ITH
TH
E
LU
MIN
AR
IES
AN
D T
RA
FF
IC S
IGN
AL
S,
AN
D C
UR
RE
NT
IN
TE
RIM
S.
US
E F
AT
IGU
E
SP
EC
IFIC
AT
ION
S F
OR
ST
RU
CT
UR
AL
SU
PP
OR
TS
FO
R T
HE
HIG
HW
AY
SIG
NS
,
CO
MP
LY
WIT
H T
HE
2013 E
DIT
ION
OF
TH
E A
AS
HT
O P
UB
LIC
AT
ION
, S
TA
ND
AR
D
SP
EC
IFIC
AT
ION
S,
LA
TE
ST
ED
ITIO
N.
TH
E T
OW
ER
S S
HA
LL
BE
DE
SIG
NE
D T
O
CO
MP
LY
WIT
H T
HE
KA
NS
AS
DE
PA
RT
ME
NT
OF
TR
AN
SP
OR
TA
TIO
N S
TA
ND
AR
D
GR
AD
E 5
0 O
R 5
5 C
LA
SS
2;
AS
TM
A-1
01
8 H
SL
AS
GR
AD
E 5
0 O
R 5
5 C
LA
SS
2 A
ND
OF
AS
TM
A-5
95 G
RA
DE
A;
AS
TM
A-5
72 G
RA
DE
50 O
R 5
5;
AS
TM
A1011 H
SL
AS
TH
E T
OW
ER
S S
HA
LL
BE
HIG
H S
TR
EN
GT
H S
TE
EL
ME
ET
ING
TH
E R
EQ
UIR
EM
EN
TS
TO
WE
RS
:
SE
E S
TA
ND
AR
D S
PE
CIF
ICA
TIO
NS
, L
AT
ES
T E
DIT
ION
, S
EC
TIO
NS
738 &
814.
CO
NS
TR
UC
TIO
N:
ED
ITIO
N, T
HE
P
LA
N S
PE
CIF
ICA
TIO
NS
SH
AL
L G
OV
ER
N.
KA
NS
AS
DE
PA
RT
ME
NT
OF
TR
AN
SP
OR
TA
TIO
N (
KD
OT
) S
PE
CIF
ICA
TIO
NS
, L
AT
ES
T
WH
EN
EV
ER
T
HE
P
LA
N
SP
EC
IFIC
AT
ION
S C
ON
FL
ICT
W
ITH
T
HE
S
TA
ND
AR
D
NO
TE
:
OP
TIO
N F
OR
RE
MO
TE
AC
CE
SS
IF
RE
QU
IRE
D B
Y T
HE
PO
WE
R C
OM
PA
NY
.
200A
5 T
ER
MIN
AL
ME
TE
R S
OC
KE
T W
ITH
HO
RN
BY
PA
SS
, IS
AN
AP
PR
OV
ED
TH
E L
IGH
TIN
G E
NC
LO
SU
RE
. A
N E
XP
OS
ED
RIN
GL
ES
S M
ET
ER
DE
SIG
N A
ND
CO
VE
R,
(b)
TH
E C
ON
TR
AC
TO
R S
HA
LL
CO
NT
AC
T T
HE
PO
WE
R C
OM
PA
NY
PR
IOR
TO
AC
QU
IRIN
G
2 "
WID
E S
IDE
BY
SID
E. S
EE
EN
CL
OS
UR
E D
ET
AIL
SH
EE
T.
MO
UN
TIN
G H
OL
ES
S
HA
LL
BE
PO
SIT
ION
ED
TO
AC
CO
MM
OD
AT
E A
BR
EA
KE
R
SH
AL
L H
AV
E A
MO
UN
TIN
G D
IME
NS
ION
S O
F 1
" W
IDE
BY
4 "
HIG
H
(a)
MA
IN A
ND
SE
CO
ND
AR
Y B
RE
AK
ER
S:
TH
E M
AIN
AN
D S
EC
ON
DA
RY
BR
EA
KE
RS
PH
OT
O-C
EL
L.
HA
VE
A
M
ET
ER
V
IEW
WIN
DO
W A
ND
A G
LA
SS
TO
A
LL
OW
LIG
HT
TO
TH
E
TH
E E
NC
LO
SU
RE
SH
AL
L B
E W
IRE
D P
RIO
R T
O D
EL
IVE
RY
. T
HE
EN
CL
OS
UR
E S
HA
LL
CE
LL
SO
CK
ET
, A
ND
EL
EC
TR
ICA
LL
Y H
EL
D C
ON
TA
CT
OR
S. T
HE
E
QU
IPM
EN
T W
ITH
IN
RA
TE
D M
OL
DE
D C
AS
E M
AIN
AN
D S
EC
ON
DA
RY
BR
EA
KE
RS
, T
WIS
T-L
OC
K P
HO
TO
-
DO
OR
WIT
H P
AD
LO
CK
PR
OV
ISIO
NS
. T
HE
EN
CL
OS
UR
E S
HA
LL
HA
VE
600 V
OL
T
CIR
CU
ITIN
G S
HA
LL
BE
SE
RV
ICE
AB
LE
BY
ME
AN
S O
F A
FU
LL
LE
NG
TH
HIN
GE
D
DE
SIG
N
HA
VIN
G
NO
SH
AR
P
ED
GE
S,
C
OR
NE
RS
O
R
PR
OJE
CT
ION
S.
T
HE
AL
LO
Y A
LU
MIN
UM
0.1
25" T
HIC
K. T
HE
CA
BIN
ET
SH
AL
L B
E O
F C
LE
AN
CU
T (E
) E
NC
LO
SU
RE
: T
HE
EN
CL
OS
UR
E C
AB
INE
T S
HA
LL
BE
C
ON
ST
RU
CT
ED
OF
5052
AS
AN
OP
EN
OR
CL
OS
ED
VE
NT
ILA
TE
D U
NIT
.
SH
AL
L B
E R
AT
ED
FO
R A
MIN
IMU
M L
IFE
OF
100,0
00 H
OU
RS
. T
HE
LU
MIN
AIR
E M
AY
OP
ER
AT
E
10
0,0
00
HO
UR
S.
TH
E L
IGH
T D
IST
RIB
UT
ION
SH
AL
L B
E S
YM
ME
TR
ICA
L.
TH
E L
ED
DR
IVE
R
) O
F
70
RA
TIN
G O
F B
3U
3G
3 O
R L
OW
ER
, A
ND
BE
RA
TE
D F
OR
A M
INIM
UM
LIF
ET
IME
(L
60
LU
ME
NS
PE
R W
AT
T.
LU
MIN
AIR
ES
SH
AL
L B
E D
IMM
AB
LE
, F
UL
L C
UT
OF
F,
HA
VE
A B
.U.G
.
4000K
, A
CO
LO
R R
EN
DE
RIN
G I
ND
EX
OF
70 O
R G
RE
AT
ER
, A
ND
A M
INIM
UM
EF
FIC
AC
Y O
F
PR
OV
IDE
A M
INIM
UM
OF
50
,00
0 L
UM
EN
S,
A C
OR
RE
LA
TE
D C
OL
OR
TE
MP
ER
AT
UR
E O
F
CA
ST
ING
CA
PA
BL
E O
F M
OU
NT
ING
TO
A T
WO
(2)
INC
H M
AS
T A
RM
. L
UM
INA
IRE
S S
HA
LL
LE
D T
OW
ER
: L
ED
TO
WE
R L
UM
INA
IRE
S S
HA
LL
HA
VE
A H
OU
SIN
G O
F A
LU
MIN
UM
AL
LO
Y
OF
110,0
00 L
UM
EN
, M
ET
AL
HA
LID
E.
NA
DIR
, O
R O
TH
ER
AP
PR
OV
ED
. 1
000 W
AT
T T
OW
ER
L
AM
PS
S
HA
LL
B
E A
MIN
IMU
M
PA
TT
ER
N W
ITH
A M
AX
IMU
M C
AN
DL
E P
OW
ER
OF
A 6
0-6
5 D
EG
RE
E V
ER
TIC
AL
BE
AM
CL
OS
ED
VE
NT
ILA
TE
D
UN
IT.
TH
E R
EF
LE
CT
OR
S S
HA
LL
PR
OV
IDE
A S
YM
ME
TR
IC
AT
A V
OL
TA
GE
OF
48
0 V
OL
TS
.
TH
E
LU
MIN
AIR
E M
AY
OP
ER
AT
E A
S A
N O
PE
N O
R
CE
NT
ER
. T
HE
B
AL
LA
ST
S
HA
LL
B
E
A P
EA
K
LE
AD
A
UT
O T
RA
NS
FO
RM
ER
TY
PE
SL
IPF
ITT
ER
FO
R T
WO
(2)
INC
H B
RA
CK
ET
MO
UN
TIN
G W
ITH
A N
INE
(9)
INC
H L
IGH
T
HO
US
ING
OF
A S
ING
LE
PIE
CE
AL
UM
INU
M A
LL
OY
CA
ST
ING
WIT
H A
N I
NT
EG
RA
L
HIG
H P
OW
ER
FA
CT
OR
BA
LL
AS
T.
1
00
0 W
AT
T T
OW
ER
LU
MIN
AIR
ES
SH
AL
L
HA
VE
A
ME
TA
L H
AL
IDE
: 1
00
0 W
AT
T T
OW
ER
: A
LL
LU
MIN
AIR
ES
S
HA
LL
BE
S
UP
PL
IED
WIT
H
(D)
LU
MIN
AIR
ES
/LA
MP
S:
ME
ET
AS
TM
D3485 (
LA
TE
ST
RE
VIS
ION
).
DU
CT
SIZ
ED
TO
PR
OV
IDE
FO
R 4
0%
MA
XIM
UM
FIL
L. T
HE
DU
CT
SIZ
ED
SH
AL
L
PO
LY
ET
HY
LE
NE
DU
CT
WIT
H
MIN
IMU
M T
EN
SIL
E S
TR
EN
GT
H O
F
31
00
P
SI
(C)
DU
CT
:
T
HE
D
UC
T
FO
R S
EC
ON
DA
RY
C
AB
LE
U
ND
ER
GR
OU
ND
S
HA
LL
B
E
BY
UL
A
S T
YP
E U
SE
-2 F
OR
DIR
EC
T B
UR
IAL
.
AP
PL
ICA
BL
E R
EQ
UIR
EM
EN
TS
O
F IC
EA
S
TA
ND
AR
D S
-105-6
92 A
ND
LIS
TE
D
CA
BL
E F
OR
O
PE
RA
TIO
N A
T 600 V
OL
TS
M
AX
IMU
M. M
AT
ER
IAL
S
HA
LL
M
EE
T T
HE
(a
) S
EC
ON
DA
RY
CA
BL
E:
SE
CO
ND
AR
Y C
AB
LE
SH
AL
L B
E C
OP
PE
R S
ING
LE
CO
ND
UC
TO
R
TH
E R
EQ
UIR
EM
EN
TS
OF
AS
TM
B-8
AN
D A
ST
M B
-33.
(B)
CO
ND
UC
TO
R:
C
ON
DU
CT
OR
SH
AL
L B
E S
TR
AN
DE
D A
NN
EA
LE
D C
OP
PE
R
ME
ET
ING
TH
E O
N M
OD
E.
CO
NT
RO
L S
HA
LL
HA
VE
A M
INIM
UM
OF
30 S
EC
ON
D T
IME
DE
LA
Y A
ND
FA
IL I
N
OF
F,
WIT
H A
N A
LL
OW
AB
LE
0.5
FT
. C
VA
RIA
NC
E O
N O
R O
FF
. T
HE
PH
OT
O-E
LE
CT
RIC
VO
LT
OP
ER
AT
ION
. T
HE
OP
ER
AT
ING
LE
VE
LS
SH
AL
L B
E 1
.6 F
T.
C.
ON
AN
D 0
.4 F
T.
C.
W/1
800 V
A, S
ING
LE
PO
LE
, S
ING
LE
TH
RO
W, T
WIS
T L
OC
K M
OU
NT
ING
, 105 T
O 3
00
(A)
PH
OT
O C
EL
L :
P
HO
TO
-EL
EC
TR
IC C
ON
TR
OL
SH
AL
L B
E S
OL
ID S
TA
TE
TY
PE
, 1000
EL
EC
TR
ICA
L M
AT
ER
IAL
:
TW
IST
LO
CK
, 6
00
VO
LT
RA
TE
D.
SE
RV
ICE
R
EC
EP
TA
CL
E:
SE
RV
ICE
RE
CE
PT
AC
LE
SH
AL
L
BE
W
EA
TH
ER
PR
OO
F,
VO
LT
OP
ER
AT
ION
.
15 A
MP
, S
ING
LE
TH
RO
W, D
OU
BL
E P
OL
E, W
ITH
100 A
MP
FR
AM
E F
OR
480
CIR
CU
IT B
RE
AK
ER
FO
R B
AS
E O
F T
OW
ER
: T
HE
CIR
CU
IT B
RE
AK
ER
SH
AL
L B
E
AP
PR
OV
ED
.
S.O
. C
OR
D
WIT
H C
HL
OR
OS
UL
FO
NA
TE
D
PO
LY
ET
HY
LE
NE
JA
CK
ET
, O
R O
TH
ER
TH
RE
E C
ON
DU
CT
OR
, S
TR
AN
DE
D,
EX
TR
A-F
LE
XIB
LE
CO
PP
ER
CO
ND
UC
TO
R T
YP
E
TO
WE
R P
OW
ER
CA
BL
E:
TO
WE
R P
OW
ER
CA
BL
E S
HA
LL
BE
600 V
OL
T. #10 A
WG
AP
PR
OP
RIA
TE
RE
CE
PT
AC
LE
S.
IN T
HE
LO
WE
RE
D
PO
SIT
ION
.
IT
SH
AL
L B
E E
QU
IPP
ED
WIT
H
TH
E
EA
CH
TO
WE
R F
OR
TE
ST
ING
LU
MIN
AIR
ES
WH
ILE
TH
E L
UM
INA
IRE
RIN
G I
S
A F
IVE
(5
) F
OO
T
SE
CT
ION
OF
TO
WE
R C
AB
LE
SH
AL
L B
E P
RO
VID
ED
F
OR
CA
RR
YIN
G C
AS
E A
ND
TH
E N
EC
ES
SA
RY
SE
RV
ICE
RE
CE
PT
AC
LE
S.
VO
LT
AG
E O
F 1
20
/24
0 V
OL
TS
.
TR
AN
SF
OR
ME
R S
HA
LL
BE
PR
OV
IDE
D W
ITH
A
SIN
GL
E P
HA
SE
WIT
H A
PR
IMA
RY
VO
LT
AG
E O
F 4
80 V
OL
TS
AN
D A
SE
CO
ND
AR
Y
ST
EP
DO
WN
TR
AN
SF
OR
ME
R:
ST
EP
DO
WN
TR
AN
SF
OR
ME
R S
HA
LL
BE
1.5
K
VA
,
3
2 1
1/5/15
2/22/16
5/1
8/1
6B
.D.G
.
B.D
.G.
B.D
.G.
C.E
.
C.E
.
C.E
.
RE
VIS
ION
SB
YA
PP
'DD
AT
EN
O.
TR
AC
ED
TR
AC
E C
K.
AP
P'D
QU
AN
TIT
IES
QU
AN
. C
K.
DE
TA
ILE
D
DE
TA
IL C
K.
FH
WA
AP
PR
OV
AL
DE
SIG
NE
D
DE
SIG
N C
K.
KA
NS
AS
ST
AT
EP
RO
JE
CT
NO
.Y
EA
RT
OT
AL
SH
EE
TS
SH
EE
T N
O.
KA
NS
AS
DE
PA
RT
ME
NT
OF
TR
AN
SP
OR
TA
TIO
N
TE
20
6
01/0
5/2
015
C
.E
.
B.D
.G.
B.D
.G.
C
.E
.
B
rian
D
. G
ow
er
R
evised M
in. L
um
en R
equirem
ent
A
dd
ed
L
ED
lan
uag
e (D
)
R
ev
ised
En
clo
su
re O
ptio
ns(F
)(b
)
H
IGH
WA
Y L
IGH
TIN
G (
TO
WE
RS
)
R
EQ
UIR
EM
EN
TS
FO
R
CO
NS
TR
UC
TIO
N A
ND
MA
TE
RIA
L
KANSAS DEPARTMENT OF TRANSPORTATION
Plotted B
y:
kare
np
Plo
t L
ocatio
n:B
rid
ge D
esig
n
IP_P
WP
:d0187040\K
A441501L
LT
01.d
gn
File:
Plo
t D
ate:24-O
CT
-2016 1
1:1
5
4Wabaunsee Co.
PROJ. NO. 70-105 KA-4415-01
Squad:
KM
P/K
MP
for High Mast Light Towers
Construction and Material Requirements
DIR
EC
T T
EN
SIO
N I
ND
ICA
TO
R (
DT
I)
XX
XX
Lo
cati
on
Po
leL
ength
Dep
thL
GE
NE
RA
L N
OT
ES
UN
IT S
TR
ES
SE
S:
Fy
(po
le)
= 5
5,0
00
p.s
.i.;
F
y(a
nch
or
bo
lts)
=
Fo
oti
ng
is r
ein
fo
rced
fo
r p
ure b
en
din
g a
t to
p b
y A
CI3
18
-6
3.
Footi
ng s
ize i
s d
ete
rmin
ed b
y R
esearc
h R
eport
105-3
, D
esig
n
of
Footi
ngs f
or
Min
or
Serv
ice S
tructu
res, T
exas T
ransport
ati
on
In
sti
tute
.
inches o
f f
ooti
ng. C
oncrete
shall
be r
odded o
r v
ibrate
d.
RE
INF
OR
CIN
G:
All
dim
en
sio
ns r
ela
tiv
e t
o r
ein
forc
ing
ste
el
are
to c
ente
r l
ine o
f b
ar u
nle
ss o
therw
ise n
ote
d.
EX
CA
VA
TIO
N:
Footi
ng h
ole
s s
hall
be c
are
full
y d
rill
ed t
o t
he
requir
ed s
ize a
t th
e p
roper
locati
on. A
ll e
xcavati
on s
hall
be
ble
nd
un
ifo
rm
ly w
ith
th
e e
xis
tin
g s
urface a
nd
as a
pp
ro
ved
by
the E
ng
ineer.
Im
med
iate
ly b
efo
re p
lacin
g a
ny
co
ncre
te t
he
the b
ott
om
of t
he h
ole
.
55,0
00 p
.s.i
.; F
y(rein
f.)
= 6
0,0
00 p
.s.i
.; fc' =
4,0
00 p
.s.i
.
dis
posed o
f w
ithin
the r
ight-
of-w
ay i
n s
uch a
manner a
s t
o
CO
NT
RA
CT
OR
NO
TE
: T
he d
esig
n o
f th
ese f
oo
tin
gs i
s b
ased
on
Contr
acto
r shall
rem
ove a
ll l
oose a
nd u
ncom
pacte
d m
ate
rial
fro
m
LO
AD
ING
: A
unif
orm
load i
s d
ete
rmin
ed w
hic
h w
ill
pro
duce
Ex
cav
ate
an
d c
ast
foo
tin
g t
o n
eat
lin
es
except
top 1
'-0" w
hic
h
is t
o b
e f
orm
ed
.
Seria
l
Num
ber
yie
ld s
tress a
t th
e b
ase o
f t
he p
ole
, t
his
load i
s i
ncreased b
y
25%
and t
he r
esult
ing l
oad i
s c
onsid
ered t
he u
ltim
ate
load.
Th
e u
ltim
ate
lo
ad
is u
sed
to
siz
e t
he f
oo
tin
g,
42
% o
f t
he
ult
imate
load i
s u
sed t
o d
ete
rm
ine r
ein
forcin
g.
BA
CK
FIL
L:
All
so
il u
sed
fo
r th
e b
ack
fill
ing
of
foo
tin
g e
xcav
ati
on
sh
all
be t
ho
rou
gh
ly c
om
pacte
d a
s i
t is
pla
ced
. T
he b
ack
fill
sh
all
be b
ro
ug
ht
up
to
th
e f
inis
hed
gro
un
d l
ine a
dja
cen
t to
fo
oti
ng
s.
…" s
pir
al
…" S
1 S
pir
al
12
-#1
1 C
1 b
ars
3" Cl. 3" Cl.
12
-#1
1 C
1 b
ars
Neat
line o
f
ex
cav
ati
on
3'-
0"
3'-
0"
{ F
ooti
ng
Lev
el
Lev
el
Ori
gin
al
Gro
und L
ine
Fin
ished G
round L
ine
{ B
ase =
{ F
oo
tin
g
top o
f fo
oti
ng
Grade 5
5 A
nchor B
olt
4"
1• C
om
ple
te t
urns
6" pitch
L
3 S
pir
al
spacer b
ars
(top a
nd b
ott
om
)
SE
CT
ION
A-A
SE
CT
ION
IN
PL
AC
E
EL
EV
AT
ION
(show
ing r
ein
f.)
Pla
n
AA
BY
AP
P'D
8-21-92
LE
SK
FH
Change 'N
' to e
lim
. conflict w
i. bolts
C1
S1
DA
TE
RE
VIS
ION
SN
O.
ST
AT
E
KA
NS
AS
PR
OJE
CT
NO
.Y
EA
RS
HE
ET
NO
.
TO
TA
L
SH
EE
TS
KA
NS
AS
DE
PA
RT
ME
NT
OF
TR
AN
SP
OR
TA
TIO
N
DE
SIG
NE
D
DE
SIG
N C
K.
DE
TA
ILE
D
DE
TA
IL C
K.
QU
AN
TIT
IES
QU
AN
.CK
.
AP
P'D
FH
WA
AP
PR
OV
AL
CA
DD
CA
DD
CK
.
F
OO
TIN
G D
ET
AIL
S
LIG
HT
IN
G T
OW
ER
S
SL
159
AN
CH
OR
BO
LT
DE
TA
ILS
Insta
ll o
ne n
ut
an
d
washer
on b
ott
om
of b
olt
before
pla
cin
g c
oncrete
.
No
te:
Th
e f
ab
ricato
r sh
all
fu
rnis
h a
n a
nch
or
bo
lt
tem
pla
te f
or
the p
lacem
ent
of
anchor
bolt
s.
All
dim
en
sio
ns a
re o
ut
to o
ut
of
bars
BE
ND
ING
DIA
GR
AM
S
3" f
or 1
•" ô
anchor b
olt
,
ó
CO
NC
RE
TE
: U
se G
rade 4
.0 C
oncre
te t
hro
ughout.
F
orm
top t
welv
e
the u
se o
f V
alm
ont
Industr
ies a
nd 3
Holo
phane N
o. 1100 L
am
ps.
If d
ifferent
tow
ers a
re f
urnis
hed, th
e f
ooti
ngs s
how
n s
hall
have
to b
e r
edesig
ned. T
he C
ontr
acto
r shall
receiv
e n
o a
ddit
ional
the r
edesig
n.
com
pensati
on f
or a
ny i
ncrease i
n t
he q
uanti
ties n
ecessit
ate
d b
y
4.0
ksi
or g
reate
r.
un
til
a t
est
cy
lin
der a
ch
iev
es a
co
mp
ressiv
e s
tren
gth
of
ST
RE
NG
TH
: T
he c
uri
ng
tim
e s
hall
be a
min
imu
m o
f 1
5 d
ay
s o
r
An
ch
or
Bolt
Siz
e(K
ips)
Pro
of
Load
DT
I
an
d t
he l
ate
st
ed
itio
n o
f th
e A
meri
can
Weld
ing
So
cie
ty.
"S
tandard S
pecif
icati
ons f
or S
tate
Road a
nd B
rid
ge C
onstr
ucti
on
cut
thre
ads a
re n
ot
perm
itte
d. W
eld
ing s
hall
confo
rm t
o t
he
Specif
icati
on S
ecti
on 1
600 (
Gra
de 5
5)
wit
h t
he f
oll
ow
ing e
xcepti
on:
AN
CH
OR
BO
LT
S:
An
ch
or
bo
lts w
ill
ad
here
to
KD
OT
Sta
nd
ard
TO
WE
R A
TT
AC
HM
EN
T D
ET
AIL
S
Terry L
Fleck
125/1
1/1
1K
MP
TL
FU
pd
ated
no
tes a
nd
ad
ded
DT
I i
nfo
Specif
icati
ons.
Insta
llati
on
wil
l ad
here
to
th
e K
DO
T S
tan
dard
F2437 a
nd p
rovid
e p
roof l
oad s
how
n i
n t
he t
able
.
wit
h t
he r
equir
em
ents
of
the l
ate
st
edit
ion o
f A
ST
M
DIR
EC
T T
EN
SIO
N I
ND
ICA
TO
RS
: D
TIs
are
to c
om
ply
Added w
asher t
o D
TI
2/0
6/1
3 3
KM
PT
LF
For all towers
S = 3' -2"
Fo
r a
ll t
ow
ers
à 1
2 b
olts 2
' -8
•"
1•" d
ia.
An
ch
or
Bo
lt
8ƒ
"
fo
r 1
•" ô
7'-6" for 1•" bolts
1' -0"
3' -6"
6" t
yp. C
l.
ex
po
sed
fo
oti
ng
ab
ov
e t
he g
ro
un
d.
ó N
ote
: T
he d
ep
th o
f s
haft
inclu
des t
he 1
'-0
" m
in,
1•"
44.1
6/1
2/1
3
KM
PT
LF
4U
pd
ate
d f
or 2
01
3 L
RF
D
P= 5•"
7-1
7-2
01
3
†" B
ar
ô =
"d
" +
ˆ
2•" 2•"
5"
PL
AT
E W
AS
HE
R
(Galv
aniz
ed A
ST
M A
709 G
r.50)
Hex
. N
ut
DT
I
Leveli
ng N
ut
An
ch
or
Bo
lt
BA
SE
ð,
AN
CH
OR
BO
LT
, ð
WA
SH
ER
AN
D
Hard
ened W
asher
Base P
late
ð w
ash
er
ð w
ash
er
1•" d
ia.
à 1
2 b
olt
s a
re
Sta
. 2+
77, C
ar
Lane, 37.5
' L
t.100 f
t.
18'-
6"
18
'-0
"L
01
6
2'-
10
"
KM
PJP
J5
9/6
/1
6A
dded N
ote f
or F
oundation
accordin
g t
o D
ril
led S
haft
(S
pcia
l)l
FO
UN
DA
TIO
N:
When D
rill
ed S
haft
s a
re s
pecif
ied c
onstr
uct
KANSAS DEPARTMENT OF TRANSPORTATION
Plotted B
y:
kare
np
Plo
t L
ocatio
n:B
rid
ge D
esig
n
IP_P
WP
:d0187040\K
A441501L
LT
01.d
gn
File:
Plo
t D
ate:24-O
CT
-2016 1
1:1
5
5Wabaunsee Co.
PROJ. NO. 70-105 KA-4415-01
Squad:
KM
P/K
MP
Footing Details
-2
5-2
5
-2
0-2
0
-15
-15
-10
-10
-5
-5
00
157.5
ft.
Lt.
WB
CA
R L
AN
E
Sta
tion 9
+50
Fin
ish
ed
Gro
un
d
8/1
1/1
992
LE
GE
ND
:
FIL
LS
AN
DY
SH
AL
ES
HA
LE
ñ
KANSAS DEPARTMENT OF TRANSPORTATION
Plotted B
y:
kare
np
Plo
t L
ocatio
n:B
rid
ge D
esig
n
IP_P
WP
:d0187040\K
A441501L
LT
01.d
gn
File:
Plo
t D
ate:24-O
CT
-2016 1
1:1
5
6Wabaunsee Co.
PROJ. NO. 70-105 KA-4415-01
Squad:
KM
P/K
MP
Engineering Geology
ITE
MU
NIT
QU
AN
TIT
Y
TR
AN
SP
OR
TA
TIO
N.
PR
OJE
CT
BY
TH
E K
AN
SA
S D
EP
AR
TM
EN
T O
F
MA
NU
FA
CT
UR
ER
PR
IOR
TO
FIN
AL
AC
CE
PT
AN
CE
OF
TH
E
RE
PR
ES
EN
TA
TIV
E O
F T
HE
RA
ISE
AN
D L
OW
ER
DE
VIC
E
EA
CH
TO
WE
R S
HA
LL
BE
IN
SP
EC
TE
D B
Y A
FA
CT
OR
Y
BID
IT
EM
(HA
RD
WA
RE
)
SY
ST
EM
QU
AN
TIT
IES
SU
MM
AR
Y O
F E
LE
CT
RIC
LIG
HT
ING
ITE
MU
NIT
QU
AN
TIT
YIT
EM
UN
ITQ
UA
NT
ITY
ITE
MU
NIT
QU
AN
TIT
Y
(LIG
HT
ST
AN
DA
RD
S)
SY
ST
EM
QU
AN
TIT
IES
SU
MM
AR
Y O
F E
LE
CT
RIC
LIG
HT
ING
(MIS
CE
LL
AN
EO
US
IT
EM
S)
SY
ST
EM
QU
AN
TIT
IES
SU
MM
AR
Y O
F E
LE
CT
RIC
LIG
HT
ING
ME
NT
ION
ED
OR
NO
T.
EL
EC
TR
IC L
IGH
TIN
G S
YS
TE
M W
HE
TH
ER
SP
EC
IFIC
AL
LY
TO
IN
SU
RE
CO
MP
LE
TE
AN
D S
AT
ISF
AC
TO
RY
OP
ER
AT
ION
OF
TH
E
WO
RK
, A
ND
FU
RN
ISH
AN
D I
NS
TA
LL
AL
L E
QU
IPM
EN
T N
EC
ES
SA
RY
,
INF
OR
MA
TIO
N O
NL
Y.
TH
E C
ON
TR
AC
TO
R S
HA
LL
CO
ND
UC
T A
LL
LIN
EA
R Q
UA
NT
ITIE
S A
RE
AP
PR
OX
IMA
TE
AN
D I
NC
LU
DE
D F
OR
NO
TE
:
LIN
FT
TR
EN
CH
AN
D B
AC
KF
ILL
EA
CH
SO
LID
ST
AT
E P
HO
TO
CE
LL
EN
CL
OS
UR
E
CA
BL
E C
ON
NE
CT
OR
S
OZ
EX
PA
NS
ION
JO
INT
CA
BL
E S
UP
PO
RT
GR
IP
EA
CH
EA
CH
EA
CH
EA
CH
EA
CH
2" C
ON
DU
IT C
LA
MP
S W
/ C
LA
MP
BA
CK
S
" X
10'
43
GR
OU
ND
RO
DS
WIT
H C
LA
MP
S
" x
3" W
ED
GE
TY
PE
AN
CH
OR
BO
LT
S8
3
EA
CH
EA
CH
EA
CH
EA
CH
AL
UM
INU
M T
RIP
LE
X #
4 A
.W.G
. (A
ER
IAL
)
2" S
CH
ED
UL
E 4
0 P
VC
3" M
ET
AL
LIC
CO
ND
UIT
2" M
ET
AL
LIC
CO
ND
UIT
1" M
ET
AL
LIC
CO
ND
UIT
GR
OU
ND
WIR
E, #6 A
.W.G
.SO
LID
BA
RE
CO
PP
ER
LIN
FT
LIN
FT
LIN
FT
LIN
FT
LIN
FT
LIN
FT
LIN
FT
LIN
FT
LIN
FT
LIN
FT
LIN
FT
LIN
FT
X 6
")
AB
OV
E G
RO
UN
D J
UN
CT
ION
BO
X (
12" X
12"
#10 A
.W.G
.
60
0 V
OL
T 1
/C S
EC
ON
DA
RY
CA
BL
E
BE
ND
S 2
4" R
AD
IUS
3" 9
0 D
EG
RE
E P
VC
CO
ND
UIT
RE
MO
VA
L O
F C
ON
CR
ET
E B
AS
E
EA
CH
EA
CH
EA
CH
EA
CH
EA
CH
EA
CH
EA
CH
ST
AN
DA
RD
24
" C
ON
CR
ET
E B
AS
E F
OR
LIG
HT
RA
ISE
AN
D L
OW
ER
DE
VIC
E
" H
EA
VY
DU
TY
RE
VE
RS
IBL
E D
RIL
L2
1 ST
EP
DO
WN
TR
AN
SF
OR
ME
R
EA
CH
EA
CH
EA
CH
EA
CH
EA
CH
AS
YM
ME
TR
IC
TR
AN
SF
OR
ME
R B
AL
LA
ST
, M
ET
AL
HA
LID
E,
10
00
WA
TT
LU
MIN
AIR
E,
PE
AK
LE
AD
AU
TO
SY
MM
ET
RIC
TR
AN
SF
OR
ME
R B
AL
LA
ST
, M
ET
AL
HA
LID
E,
10
00
WA
TT
LU
MIN
AIR
E,
PE
AK
LE
AD
AU
TO
L.S
.L
um
p S
um
EL
EC
TR
IC L
IGH
TIN
G S
YS
TE
M
20
16
70
-9
9 K
A-4
41
5-0
1
(TO
WE
R)
SY
ST
EM
QU
AN
TIT
IES
SU
MM
AR
Y O
F E
LE
CT
RIC
LIG
HT
ING
FR
AN
GIB
LE
BA
SE
LIN
FT
3" S
CH
ED
UL
E 4
0 P
VC
3" S
CH
ED
UL
E 8
0 P
VC
SO
DIU
M,
24
,00
0 L
AM
P H
OU
R
15
0 W
AT
T,
16
,00
0 L
UM
EN
, H
IGH
PR
ES
SU
RE
BA
LL
AS
T,
HIG
H P
RE
SS
UR
E S
OD
IUM
150 W
AT
T L
UM
INA
IRE
, A
UT
O R
EG
UL
AT
OR
EA
CH
EA
CH
HIG
H M
AS
T L
IGH
T T
OW
ER
(100')
(42" C
ON
CR
ET
E B
AS
E)
HIG
H M
AS
T L
IGH
T T
OW
ER
(110')
(42" C
ON
CR
ET
E B
AS
E)
HIG
H M
AS
T L
IGH
T T
OW
ER
(120')
(42" C
ON
CR
ET
E B
AS
E)
EA
CH
EA
CH
EA
CH
HIG
H M
AS
T L
IGH
T T
OW
ER
(100')
HIG
H M
AS
T L
IGH
T T
OW
ER
(110')
HIG
H M
AS
T L
IGH
T T
OW
ER
(120')
FO
R F
OO
TIN
G L
EN
GT
HS
.
3.
FO
OT
ING
DE
TA
ILS
& E
NG
INE
ER
ING
GE
OL
OG
Y
UN
DE
RD
EC
K L
IGH
TIN
G D
ET
AIL
.2. Q
UA
NT
ITIE
S F
OR
SIG
N L
IGH
TIN
G
CO
NS
TU
CT
ION
AN
D M
AT
ER
IAL
RE
QU
IRE
ME
NT
S A
ND
1.
FO
LL
OW
ING
SH
EE
TS
, A
S A
PP
LIC
AB
LE
:
FO
R A
DD
ITIO
NA
L C
ON
ST
RU
CT
ION
QU
AN
TIT
ES
, S
EE
TH
E
NO
TE
:
TO
OT
HE
R B
ID I
TE
MS
.
ITE
MS
NO
T S
PE
CIF
ICA
LL
Y C
AL
LE
D O
UT
AR
E S
UB
SID
IAR
Y
HA
RD
WA
RE
NE
CE
SS
AR
Y T
O C
OM
PL
ET
E T
HE
WO
RK
.
AL
L W
OR
K P
ER
SO
NS
, T
OO
LS
, E
QU
IPM
EN
T A
ND
NE
W
TH
E B
ID I
TE
M “
HIG
H M
AS
T L
IGH
T T
OW
ER
" I
NC
LU
DE
S
EA
CH
BE
ND
S 2
4" R
AD
IUS
1" 9
0 D
EG
RE
E S
CH
ED
UL
E 4
0 P
VC
CO
ND
UIT
TH
E R
ES
PO
NS
IBIL
ITY
OF
TH
E M
AN
UF
AC
TU
RE
RS
/CO
NT
RA
CT
OR
S.
TO
AP
PR
OV
AL
ON
TH
IS P
RO
JE
CT
. A
LL
AS
SO
CIA
TE
D C
OS
TS
WIL
L B
E
TH
E I
NS
TA
LL
AT
ION
WIL
L B
E R
EV
IEW
ED
AN
D T
ES
TE
D B
Y K
DO
T P
RIO
R
PR
OV
IDE
D B
Y T
HE
KD
OT
IN
TO
PE
KA
, O
R O
N A
NO
TH
ER
PO
LE
AS
AP
PR
OV
ED
.
KD
OT
MU
ST
IN
ST
AL
L O
NE
RA
ISE
AN
D L
OW
ER
ING
DE
VIS
E O
N A
PO
LE
HA
LO
PH
AN
E. A
DD
ITIO
NA
L C
OM
PA
NIE
S D
ES
IRIN
G A
PP
RO
VA
L B
Y T
HE
LIG
HT
ING
CO
., C
AR
OL
INA
HIG
H M
AS
T,
ME
TR
OL
UX
, S
TR
AU
S,
AN
D
OF
TR
AN
SP
OR
TA
TIO
N :
AM
ER
ICA
N H
IGH
MA
ST
, E
AG
LE
HIG
H M
AS
T
DE
VIC
E T
HA
T H
AS
BE
EN
AC
CE
PT
ED
BY
TH
E K
AN
SA
S D
EP
AR
TM
EN
T
TH
E F
OL
LO
WIN
G C
OM
PA
NIE
S H
AV
E A
RA
ISE
AN
D L
OW
ER
ING
WIT
H 1
5' M
AS
TA
RM
40' M
OU
NT
ING
HE
IGH
T L
IGH
T S
TA
ND
AR
D
VE
RT
ICA
L B
UR
NIN
G,
12
,00
0 H
OU
R L
AM
P
1000 W
AT
T, 110,0
0 L
UM
EN
, M
ET
AL
HA
LID
E,
EA
CH
EA
CH
100,0
00 H
R L
IFE
60 L
UM
EN
S P
ER
WA
TT
, B
UG
RA
TIN
G 3
OR
LE
SS
,
50,0
00 L
UM
EN
S L
ED
LU
MIN
AIR
ES
,
GR
OU
ND
WIR
E (
IN D
UC
T)
A.W
.G.
60
0 V
OL
T 2
/C S
EC
ON
DA
RY
CA
BL
E W
ITH
GR
OU
ND
WIR
E (
IN D
UC
T)
A
.W.G
.
600 V
OL
T 2
/C S
EC
ON
DA
RY
CA
BL
E W
ITH
GR
OU
ND
WIR
E (
IN D
UC
T)
A.W
.G.
600 V
OL
T 2
/C S
EC
ON
DA
RY
CA
BL
E W
ITH
GR
OU
ND
WIR
E A
.W.G
.
600 V
OL
T 1
/C S
EC
ON
DA
RY
CA
BL
E W
ITH
LIN
FT
GR
OU
ND
WIR
E A
.W.G
.
600 V
OL
T 2
/C S
EC
ON
DA
RY
CA
BL
E W
ITH
100,0
00 H
R L
IFE
60 L
UM
EN
S P
ER
WA
TT
, B
UG
RA
TIN
G 3
OR
LE
SS
,
10,0
00 L
UM
EN
S L
ED
LU
MIN
AIR
ES
,
3
2 1
1/1
2/1
2
2/22/16
5/1
8/1
6B
.D.G
.
B.D
.G.
B.D
.G.
C.E
.
V.H
.
V.H
.
RE
VIS
ION
SB
YA
PP
'DD
AT
EN
O.
TR
AC
ED
TR
AC
E C
K.
AP
P'D
QU
AN
TIT
IES
QU
AN
. C
K.
DE
TA
ILE
D
DE
TA
IL C
K.
FH
WA
AP
PR
OV
AL
DE
SIG
NE
D
DE
SIG
N C
K.
KA
NS
AS
ST
AT
EP
RO
JE
CT
NO
.Y
EA
RT
OT
AL
SH
EE
TS
SH
EE
T N
O.
KA
NS
AS
DE
PA
RT
ME
NT
OF
TR
AN
SP
OR
TA
TIO
N
TE
209
12/1
5/2
011
V
.H.
B.D
.G.
B.D
.G.
V
.H.
B
rian D
. G
ow
er
C
hg'd
m
in lum
en/chg'd
tow
er bases to 42"
A
dd L
ED
info &
Straus R
&L
, C
hg'd
Wiring
Ch
g'd
Bid
Item
s &
Ad
d 1
" P
VC
Co
nd
uit
E
LE
CT
RIC
LIG
HT
IN
G S
YS
TE
M
F
OR
C
ON
ST
RU
CT
IO
N Q
UA
NT
IT
IE
S
1
1
14
14
1
50
60 1
3
1
14
74
3
MO
BIL
IZA
TIO
N
CO
NT
RA
CT
OR
CO
NS
TR
UC
TIO
N S
TA
KIN
G
EA
CH
Lu
mp
Su
mL
.S.
Lu
mp
Su
mL
.S.
KANSAS DEPARTMENT OF TRANSPORTATION
Plotted B
y:
kare
np
Plo
t L
ocatio
n:B
rid
ge D
esig
n
IP_P
WP
:d0187040\K
A441501L
LT
01.d
gn
File:
Plo
t D
ate:24-O
CT
-2016 1
1:1
5
7Wabaunsee Co.
PROJ. NO. 70-105 KA-4415-01
Squad:
KM
P/K
MP
Electrical Lighting Systems
Construction Quantities for