Loading...
North Twelfth Street Crossing Safety ImprovementsSTATE OF KANSAS KANSAS DEPARTMENT OF TRANSPORTATION BUREAU OF DESIGN Docking State Office Building Bill Graves 915 SW Harrison, 9th Floor Jim Kowach, P.E. Governor Topeka, Kansas 66612-1568 Bureau Chief E. Dean Carlson Ph. (785) 296-3531 FAX (785) 296-6946 Secretary of Transportation TTY (785) 296-3585 December 20, 2001 Mr. Shawn O'Leary, P.E. Director of Public Works P.O. Box 736 Salina, Kansas 67402-0736 Dear Mr. O'Leary: Project No. 85 X-2140-01 STP -X214(001) Crossing of the Union Pacific Railroad Company's tracks and 12 Street in Salina, Saline County Reference is made to your letter of December 17, 2001 with which you transmitted the agreement for the installation of warning devices at the above location. Attached is the "City Original" of the agreement which has been executed by the Union Pacific Railroad Company and the Secretary of Transportation. Also, attached is one (1) set of final plans for this installation. The signals will be installed as soon as railroad forces are available to perform the work and materials are delivered to the site. The City of Salina will be responsible for the advance warning signs as outlined in the Agreement. Thank you for your cooperation in the handling of this agreement. Sincerely, Jim L. Kowach, RE, Chief, Bureau of Design BY: Ed Brady Technician Specialist Coordinating Section EB:skb Attachment cc: Mike Benjamin, Union Pacific Railroad Company Al Cathcart, Coordinating Engineer 006013094 "CITY'S ORIGINAL" A G R E E M E N T Union Pacific Railroad Company Crossing Signals with Gates Project No. 85 X-2140-01 STP -X214(001) Saline County, Kansas Agreement between the Union Pacific Railroad Company, the City of Salina, Saline County, Kansas and the Secretary of Transportation of the State of Kansas, relative to the construction and maintenance of Highway Crossing Signals under Section 130, United States Code 23. This agreement, made and entered into this 20th day of December , 2001, by and between the Union Pacific Railroad Company, a Delaware Corporation, hereinafter referred to as the "Company", the City of Salina, Saline County, Kansas hereinafter referred to as the "City", and the Secretary of Transportation of the State of Kansas, hereinafter referred to as the "Secretary". WITNESSETH: WHEREAS, the Secretary proposes to submit to the Federal Highway Administration of the United States Department of Transportation a project providing for the installation of railway -highway crossing signals, flashing light straight post type with gates at a grade crossing (DOT #818387V) on 12th Street in the City of Salina, Saline County, Kansas, said project to be known and designated as Project No. 85 X-2140-01 STP -X214(001) and more particularly described as follows: at the intersection of 12th Street and the Company's tracks approximately 2950 feet South and 1000 feet West of the Northeast Corner of Section 11, Township 14 South, Range 3 West, in the City of Salina, Saline County, Kansas, and will recommend its approval for construction under Sect 130, United States Code 23 and amendments thereto, and WHEREAS, the locations for the flashing light signals were determined by a diagnostic team consisting of representatives of the Company, the City, and the Secretary, and 1 WHEREAS, the Secretary will prepare the plans for the project and such plans when approved by the Company, the City, and the Secretary are hereby made a part of this agreement and incorporated by reference herein, and NOW, THEREFORE, in consideration of the premises and the mutual covenants herein contained, and subject to the approval of the Federal Highway Administration, it is hereby agreed by the parties hereto: 1. The total cost of the project will be funded one -hundred percent (100%), including preliminary engineering, construction, sales tax, users tax and such other items as are properly chargeable to the project under Section 130, United States Code 23 and amendments thereto. 2. The City will install and maintain the advance warning signs. 3. The Company will provide the Secretary with a copy of the bill of materials and the detailed estimate of the cost of the project. The estimate to be attached to and become a part of this agreement. 4. After being notified by the Secretary that the project has been approved and that work may begin, the Company will notify the Secretary's District Engineer, Mr. Don Drickey, Salina, Kansas, at least one week in advance of the date that work on the project is to be started, and should withdrawal from the project become necessary for any reason, the Company will each time notify the Secretary's District Engineer of the date that work on the project is to be resumed. 5. The Company will remove the existing crossbucks and will install the new straight post signals with gates and make all connections necessary for their successful operation, and do all incidental and appurtenant work in accordance with the plans. for the project and Part VIII of the "Manual on Uniform Traffic Control Devices". The Company will furnish all of the material and do all of the work with its own forces, or the work may be done by a contractor paid under a contract let by the Company in compliance with the provisions of Chapter I, Subchapter B, Part 140, Subpart I, of the Federal Policy Guide. Said Federal Aid Policy Guide is by reference made a part of this agreement. If this work is to be done by a contractor paid under a contract let by the Company, prior written approval shall be obtained from the Secretary. The estimated schedule by the Company for the 2 completion of the work for this project is one year from the date of this agreement. 6. The Company will keep detailed and accurate records of all labor, materials, supplies, incidentals and all other necessary costs involved in carrying out the work performed by the Company under the terms of this agreement, and will give access to such records at any time during regular office hours to any authorized representative of the Secretary or of the Federal Highway Administration, for a period of three years from the date final payment has been received by the Company. 7. Preparation of preliminary estimates, procurements, performance of work, expenditures, billing and reimbursement shall all be done in accordance with Chapter I, Subchapter B, Part 140, Subpart I, of the Federal Aid Policy Guide. 8. The Company will submit to the Secretary's District Engineer, Mr. Don Drickey, Salina, Kansas, a final and complete billing of,the incurred costs within one year after the completion of the work, and the Secretary will pay an amount equal to the total cost of the project, with the understanding that the Company will reimburse the Secretary for one hundred percent (100°%) of the amount of all items in the Company's bill which are declared by the Federal Highway Administration to be ineligible for participation in Federal Funds. 9. The Company shall have title to the signals and gates and at its own cost and expense will maintain the signals and gates and will make ample provision each year for such maintenance, provided, however, the Company shall be entitled to receive any contribution toward the cost of such maintenance as may be now, or hereafter made available by reason of any law, ordinance, regulation, order, grant or by other means or sources. 10. The parties hereto do hereby agree that the "Special Attachment No. 1" herewith, pertaining to the implementation of Title VI of the Civil Rights Act of 1964, is hereby made a part of this agreement. 11. The Company does agree that the "Special Attachment No. 2" herewith, pertaining to lobbying, is hereby made a part of this agreement. 12. It is further understood that this agreement and all contracts entered into under the provisions of this agreement 3 shall be binding upon the City, Company and the Secretary and their successors and assigns. IN WITNESS WHEREOF, the parties hereto have caused this agreement to be executed in triplicate by their proper offices on the day and year first herein written. ATTEST: 4b�� CITY CLERK 4 E. DEAN CARLSON SECRETARY OF TRANSPORTATION BY: G. DAVID COMSTOCK, P.E., DIRECTOR OF ENGINEERING AND DESIGN UNION PACIFIC RAILROAD COMPANY TITLE: CHIFE ENGINEER THE CITY OF SALINA P7SIDENT 0 GOVIE 71 NG BODY RESOLUTION NUMBER 01-5788 A RESOLUTION AUTHORIZING THE MAYOR TO EXECUTE AN AGREEMENT WITH THE KANSAS DEPARTMENT OF TRANSPORTATION AND UNION PACIFIC RAILROAD COMPANY FOR RAILROAD CROSSING SAFETY IMPROVEMENTS ON NORTH TWELFTH STREET. BE IT RESOLVED by the Governing Body of the City of Salina, Kansas: Section 1. That the Mayor is hereby authorized to execute an agreement with the Kansas Department of Transportation and Union Pacific Railroad Company for railroad crossing safety improvements on North Twelfth Street, subject to the terms and conditions of the agreement. adoption. Section 2. That this resolution shall be in full force and effect from and after its Adopted by the Board of Commissioners -and signed by the Mayor this 10`h day of December, 2001. Kristin M. Seat , Mayor (SEAL) ATTEST: Lieu Ann Nicola, City Clerk I hereby certify that the foregoing is a true and correct copy of the original resolution passed by the Governing Body on the 10th day of December, 2001. x.01 OF G#k Lieu Ann Nicola, City Clerk C' pRGAN¢� M 0 4 `• Special Attachment No. l Sheet 1 of 3 KANSAS DEPARTMENT OF TRANSPORTATION Special Attachment To Contracts or Agreements Entered Into By the Secretary of Transportation of the State of Kansas NOTE: Whenever this Special Attachment conflicts with provisions of the Document to which it is attached, this Special Attachment shall govern. THE CIVIL RIGHTS ACT OF 1964, and any amendments thereto, REHABILITATION ACT OF 1973, and any amendments thereto, AMERICANS WITH DISABILITIES ACT OF 1990, and any amendments thereto, AGE DISCRIMINATION ACT OF 1975, and any amendments thereto, EXECUTIVE ORDER 12898, FEDERAL ACTIONS TO ADDRESS ENVIRONMENTAL JUSTICE IN MINORITY POPULATIONS AND LOW INCOME POPULATIONS (1994), and any amendments thereto, 49 C.F.R. Part 26.1 (DBE Program), and any amendments thereto NOTIFICATION The Secretary of Transportation for the State of Kansas, in accordance with the provisions of Title VI and Title VII of the Civil Rights Act of 1964 (78 Stat. 252), §504 of the Rehabilitation Act of 1973 (87 Stat. 3555) and the Americans with Disabilities Act of 1990 (42 USC 12101), the Age Discrimination Act of 1975 (42 USC 6101), the Regulations of the U.S. Department of Transportation (49 C.F.R., Part 21, 23, and 27), issued pursuant to such ACT, Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low Income Populations (1994), and the DBE Program (49 C.F.R., Part 26. 1), hereby notifies all contracting parties that, the contracting parties will affirmatively insure that this contract will be implemented without discrimination on the grounds of race, religion, color, gender, age, disability, national origin, or minority populations and low income populations as more specifically set out in the following seven "Nondiscrimination Clauses". CLARIFICATION Where the term "consultant" appears in the following seven "Nondiscrimination Clauses", the term "consultant" is understood to include all parties to contracts or agreements with the Secretary of Transportation of the State of Kansas. Nondiscrimination Clauses During the performance of this contract, the consultant, or the consultant's assignees and successors in interest (hereinafter referred to as the "Consultant"), agrees as follows: (1) Compliance with Regulations: The consultant will comply with the Regulations of the U. S. Department of Transportation relative to nondiscrimination in federally -assisted programs of the U.S. Department of Transportation (Title 49, Code of Federal Regulations, Parts 21, 23 and 27, (Revised 07-29-1999) ti Special Attachment No. I Sheet 2 of 3 hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. (2) Nondiscrimination: The consultant, with regard to the work performed by the consultant after award and prior to the completion of the contract work, will not discriminate on the grounds of race, religion, color, gender, age, disability, national origin or minority populations and low income populations in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The consultant will not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. (3) Solicitations for Subcontractors, Including Procurements of Material and Equipment: In all solicitations, either competitive bidding or negotiation made by the consultant for work to be performed under a subcontract including procurements of materials and equipment, each potential subcontractor or supplier shall be notified by the consultant of the consultant's obligation under this contract and the Regulations relative to nondiscrimination on the grounds of race, religion, color, gender, age, disability, national origin or minority populations and low income populations. (4) Information and Reports: The consultant will provide all information and reports required by the Regulations, or orders and instructions issued pursuant thereto, and the Secretary of the Transportation of the State of Kansas will be permitted access to the consultant's books, records, accounts, other sources of information, and facilities as may be determined by the Secretary of Transportation of the State of Kansas to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a consultant is in the exclusive possession of another who fails or refuses to furnish this information, the consultant shall so certify to the Secretary of Transportation of the State of Kansas and shall set forth what efforts it has made to obtain the information. (5) Employment: The consultant will not discriminate against any employee or applicant for employment because of race, religion, color, gender, age, disability, or national origin. (6) Sanctions for Noncompliance: In the event of the consultant's noncompliance with the nondiscrimination provisions of this contract, the Secretary of Transportation of the State of Kansas shall impose such contract sanctions as the Secretary of Transportation of the State of Kansas may determine to be appropriate, including, but not limited to, (a) withholding of payments to the consultant under the contract until the contractor complies, and/or (b) cancellation, termination or suspension of the contract, in whole or in part. (7) Disadvantaged Business Obligation (Revised 07-29-1999) Special Attachment No. 1 Sheet 3 of 3 (a) Disadvantaged Businesses as defined in the Regulations, shall have a level playing field to compete fairly for contracts financed in whole or in part with Federal funds under this contract. (b) All necessary and reasonable steps shall be taken in accordance with the Regulations to ensure that Disadvantaged Businesses have equal opportunity to compete for and perform contracts. No person(s) shall be discriminated against on the basis of race, color, gender, or national origin in the award and performance of federally -assisted contracts. (c) The contractor, sub recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall cavy out applicable requirements of 49 CFR Part 26 in the award and administration of Federally -assisted contracts. Failure by the contractor to cant' out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. (8) Executive Order 12898 (a) To the extent permitted by existing law, and whenever practical and appropriate, all necessary and reasonable steps shall be taken in accordance with Executive Order 12898 to collect, maintain, and analyze information on the race, color, national origin and income level of persons affected by programs, policies and activities of the Secretary of Transportation of the state of Kansas and use such information in complying with this Order. (9) Incorporation of Provisions: The consultant will include the provisions of paragraphs (1) through (8) in every subcontract, including procurements of materials and equipment, unless exempt by the Regulations, order, or instructions issued pursuant thereto. The consultant will take such action with respect to any subcontract or procurement as the Secretary of Transportation of the State of Kansas may direct as a means of enforcing such provisions including sanctions for noncompliance: PROVIDED, however, that, in the event a consultant becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the consultant may request the State to enter into such litigation to protect the interests of the State. (Revised 07-29-1999) Special Attachment No, 2 CERTIFICATION FOR FEDERAL -AID CONTRACTS The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paro, t)y or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or. attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. RECOLLECTIBLE LESS CREDITS THE ABOVE FIGURES ARE ESTIMATES ONLY AND SUBJECT TO FLUCTUATION. IN THE EVENT OF AN INCREASE OR DECREASE IN THE COST OR QUANTITY OF MATERIAL OR LABOR REQUIRED, UPRR WILL BILL FOR ACTUAL CONSTRUCTION COSTS AT THE CURRENT EFFECTIVE RATE. DATE: 2001-10-30 ESTIMATE OF MATERIAL AND FORCE ACCOUNT WORK BY THE UNION PACIFIC RAILROAD DESCRIPTION OF WORK: INSTALL GRADE CROSSING WARNING DEVICES WITH GATES/FL.LIGHTS AND HOUSE AT 12TH ST.,MP 186.52,REMOTE WITH HOUSE,MP186.79 IN SALINA KS. SALINA SUB. SIGNAL PROJECT MANAGER: ROY JAMES PH# 8-245-2831 RAILROAD TO PERFORM ALL WORK - COST DISTRIBUTED AS FOLLOWS: SIGNAL - 100% FEDERAL - 100% RECOLLECTIBLE PID: 40097 AWO: 03565 MP,SUBDIV: 186.52, SALINA SERVICE UNIT: 14 CITY: SALINA STATE: KS DESCRIPTION DTY ----------- --- UNIT LABOR ---- ----- MATERIAL -------- RECOLL ------- UPRR TOTAL ----- ----- ENGINEERING WORK ENGINEERING 9583 9583 9583 LABOR ADDITIVE 7D% 15776 15776 15776 RECOLL-INSPE 2237 2237 2237 SIG-HWY XNG 1478 ------- 1478 1478 TOTAL ENGINEERING 29074 -------- -------- -------- 29074 -------- 29074 SIGNAL WORK BILL PREP 900 900 900 CONTRACT 132 132 132 EARTH/ROCK 940 940 940 EQUIPMENT RENTAL 15000 15000 15000 FOREIGN LINE FREIGHT 264 264 264 LABOR ADDITIVE 70% 27881 27881 27881 MATL STORE EXPENSE 6966 6966 6966 PERSONAL EXPENSES 4987 4987 4987 SALES TAX 5572 5572 5572 SIGNAL 39830 139346 179176 179176 TRANSPORTATION CHARGES 1702 1702 1702 USAGE EQUIPMENT 1680 1680 1680 WK ZONE TRAFFIC CONTROL 1500 1500 1500 TOTAL SIGNAL ------- 70111 -------- 176589 -------- -------- 246700 -------- 246700 TRACK 8 SURFACE WORK LABOR ADDITIVE 70% 439 439 439 MATL STORE EXPENSE 27 27 27 OTM 1149 555 1704 1704 SALES TAX ------- 21 21 21 TOTAL TRACK 8 SURFACE 1588 -------- 603 -------- -------- 2191 -------- 2191 LABOR/MATERIAL EXPENSE --•---- 100773 -------- 177192 ---------------- RECOLLECTIBLE/UPRR EXPENSE 277965 0 -------- ESTIMATED PROJECT COST 277965 EXISTING REUSEABLE MATERIAL CREDIT 0 SALVAGE NONUSEABLE MATERIAL CREDIT 0 RECOLLECTIBLE LESS CREDITS THE ABOVE FIGURES ARE ESTIMATES ONLY AND SUBJECT TO FLUCTUATION. IN THE EVENT OF AN INCREASE OR DECREASE IN THE COST OR QUANTITY OF MATERIAL OR LABOR REQUIRED, UPRR WILL BILL FOR ACTUAL CONSTRUCTION COSTS AT THE CURRENT EFFECTIVE RATE. (08 SPO P;FONT 7;SCPI 15;SLM .SO;EXIT;' FORM 30-1 PAGE 01 MORE WORK ORDER AUTHOR IZAT ION-DETAI L OF ESTIMATED EXPENDITURES EST START: 01-01-02 PROD NO: 40097 EST COMP: 12-31-02 A.W.O. NO: 03565 W.O. N0: RAILROAD: UPRR CO. B.I. NO: 01EN10 LOCATION: SAL] NA,KS, 12TH, SALINA STATE: KS DEPARTMENT: ENGINEERING SERVICES SERVICE UNIT: 14 VAL SEC: VARIOUS INSTALL GRADE CROSSING WARNING DEVICES WITH GATES/FL.LIGHTS AND HOUSE AT 12TH ST.,MP 186.52,REMOTE WITH HOUSE,MP186.79 IN SALINA KS. SALINA SUB. SIGNAL PROJECT MANAGER: ROY JAMES PH# B-245-2831 RAILROAD TO PERFORM ALL WORK - COST DISTRIBUTED AS FOLLOWS: SIGNAL - 100% FEDERAL - 100% RECOLLECTIBLE FORM 30-1 PAGE 02 MORE WORK ORDER AUTHORIZATION -DETAIL OF ESTIMATED EXPENDITURES EST START: 01-01-02 PROJ NO: 40097 EST COMP: 12.31-02 A.N.O. NO: 03565 N.O. NO: RAILROAD: UPRR CO. B.I. NO: 01EN10 LOCATION: SALINA,KS,I2TH,SALINA - STATE: KS DEPARTMENT: ENGINEERING SERVICES VAL SEC: VARIOUS ------------------------- SCOPE OF WORK PROJECT VAL M.P. M.P. JOINT NUMBER SEC STATE FROM TO SEGMENT FACILITY 40097 1403E KS 186.52 0.00 4582 76177 40097 1403E KS 186.52 186.52 4582 40097 1403 KS 186.79 0.00 4588 76348 FORM 30-1 PAGE 03 MORE WORK ORDER AUTHORIZATION -DETAIL OF ESTIMATED EXPENDITURES EST START: 01-01-02 PROJ NO: 40097 EST COMP: 12-31-02 A.N.O. NO: 03565 W.O. NO: RAILROAD: UPRR CO. B.I. NO: O1EN10 LOCATION: SALINA,KS,I2TH,SALINA STATE: KS DEPARTMENT: ENGINEERING ---------------------------------------------- SERVICES VAL SEC: VARIOUS ------------------------- ------------------------------------------------- LABOR PLAN -----------------.-------- GANG GANG TYPE GANG NUMBER WORK WORK CODE GANG DAYS DIRECT TYPE DESCRIPTION ---- ------------ NBR IN GANG CODE DESCRIPTION ---------- ---------------- ALLOWED --------- LABOR 4 -------- SIGCU5 SIGNAL 5 MAN G 0 5 34014 SIGNAL -GEN' 0.98 746.91 SIG005 5 PERSON FOR S 0 5 34OD4 SIG GENERAL 47.20 37193.60 SIG005 5 PERSON FOR S 0 5 34014 SIGNAL -GEN' 2.40 1891.20 ---------- SUB-TOTAL 49.60 ----------- 39084.80 WLD002 2 PERSON WELDI 0 2 14005 DIM RELAY/R 2.19 1149.63 TOTAL 40,981.34 FORM 30-1 PAGE 04 MORE WORK ORDER AUTHORIZATION -DETAIL OF ESTIMATED EXPENDITURES EST START: 01-01-02 PROJ NO: 40097 EST COMP: 12-31-02 A.W.O. NO: 03565 W.O. NO: RAILROAD: UPRR CO. B.I. NO: OIEN10 LOCATION: SALINA,KS,I2TH,SALINA STATE: KS DEPARTMENT: ENGINEERING SERVICES VAL SEC: VARIOUS --------------------- STOCK MATERIAL PLAN -------------------------- ITEM ITEM UNIT DIRECT NUMBER DESCRIPTION COST CITY UM MATL 8 -------- 02040420 -------------------------------- BATTERY,GNB,75A9 OR SOA13 ---------- 178.12 ------ 12 -- EA ------- 2137 02040660 BATTERY,GNB, 75A23 OR 50A27 315.44 14 EA 4416 09011030 CABLE TIE, NYLON 5/8" MAX. DIA. 0.04 100 EA 4 09011240 CABLE TIE, NYLON 1 1/8" MAX. DIA 0.04 300 EA 12 09011980 CABLE TIE, NYLON 3 1/2" MAX. DIA 0.22 20 EA 4 09014950 CIRCUIT BREAKER, 120/240V 20A AC 23.36 1 EA 23 09042860 POWER OFF LIGHT ASSY. 29.21 1 EA 29 09054300 RELAY,TAB 869 KRP11DN12V. SW.HTR. 9.85 1 EA 10 09054360 RELAY, GEN.PURPOSE 120V. TAB 856 8.96 2 EA 18 09057650 SOCKET,P-B 2TE122 TAB 836A & 856 2.25 3 EA 7 09065700 TAPE, ELECTRICAL PLASTIC 2.39 4 RL 10 09066900 TERMINAL,SPADE,10-12 WIRE,#8 STIR 0.34 14 EA 5 09137100 TERM.LUG 3/16 CABLE -1/4 POST 2412 0.74 60 EA 44 09215100 33466 TERMINAL, RING TONGUE AMP 0.24 44 EA 11 09260350 TERMINAL,#16-14 #8 SPADE 0.07 10 EA 1 09261570 321527-1 TERMINAL, TEST 1.13 10 EA 11 09401140 ADAPTER, 4 INCH CARLON PLASTIC 2.25 4 EA 9 09409820 BUSHING, 4" PLASTIC,INSULATING 0.75 4 EA 3 09412460 CONDUIT,3/8 INCH FLEX STEEL SEALT 0.44 1 LF 0 09424920 CONDUIT, 0, PVC, TYPE 40 1.35 90 LF 122 09433970 CONNECTOR,3/8 INCH STRAIGHT BOX S 0.90 2 EA 2 09467930 LOCKNUT, 4 INCH, GALVANIZED 4.12 4 EA 16 09615550 LAMP,INCANDESCENT,10V.25W. 5.21 8 EA 42 09844170 GROUND ROD, 5/8 INCH X 8 FEET 5.00 26 EA 130 09846750 GRND.ROD CONN. 4WAY ONESHOT. 4.85 26 EA 126 09908640 WIRE,96 AWG.1 COND.COPPER,SOLID 0.11 650 LF 72 09912350 WIRE #6 AUG 2 COND 1000 LF.SHIELD 1.11 3200 LF 3552 09913200 WIRE,96, 5 COMB 500'ROLL SHIELDED 1.8B 250 LF 470 09915610 WIRE 96 AWG 1 COND COPPER, STRAN 0.35 200 LF 70 09930550 WIRE #10 AWG 1 COND COPPER, STRAN 0.14 1500 LF 210 09932310 WIRE #10 AWG 1 COND COPPER, TWIST 0.31 370 LF 115 09946070 WIRE #14 7 CDND 1000 -ROLL SHIELDE 1.02 5000 LF 5100 09946100 WIRE #14, 7 CND 500' ROLL SHIELDE 1.01 250 LF 253 09960090 WIRE #16 AWG 1 COND COPPER, STRAW 0.08 500 LF 40 13060230 TOGGLE,SPRING WING 3/8 0.44 3 EA 1 13552450 SHEET METAL SCREW,#12 X 3/4" 1.99 3 BX 6 13553150 SHEET METAL SCREW #12 X 1" 2.97 2 BX 6 FORM 30-1 PAGE 05 MORE WORK ORDER AUTHORIZATION -DETAIL OF ESTIMATED EXPENDITURES EST START: 01-01-02 PROJ NO: 40097 EST COMP: 12-31-02 A.U.O. NO: 03565 U.O. NO: RAILROAD: UPRR CO. B.I. NO: 01EN10 LOCATION: SALINA,KS,I2TH,SALINA STATE: KS DEPARTMENT: ENGINEERING SERVICES VAL SEC: VARIOUS ------------------------------------------------------------------------------------------------ 17061400 PADLOCK, SIGNAL,WI THOUT KEY,AMERIC 12.12 20 EA 242 28033210 CARTON, 39 1/8"L X 23 1/4"W X 17 2.77 2 EA 6 28033230 CARTON, 47 3/81-L X 39 1/2"W X 18" 6.45 2 EA 13 28041880 PALLET, 48 X 40 INCH 2/WAY 8.07 4 EA 32 35040010 PLASTER OF PARIS, DENTAL GRADE 0.85 50 LB 43 39300710 SIGN, -2 TRACKS- MP STD PAGE 403. 18.41 2 EA 37 39340220 SIGN, HIGHWAY CROSSING 50.00 2 EA 100 39368780 SIGN MOUNTING KIT 4" 76.25 2 EA 153 52000920 SURGE PROTECTOR SP19-2A TAB 586 67.88 1 EA 68 52001370 SURGE PROTECTOR SP20-2A TAB 585 69.47 2 EA 139 52003630 EXTENSION CORD - 12' 66.97 2 EA 134 52005690 BOND WIRE, 7 STRANDS 0.42 1200 LF 504 52016830 WIRE DUCT, 2X3 7.94 22 EA 175 52016940 WIRE DUCT, 3X3 9.02 3 EA 27 52017510 WIRE DUCT COVER 2"X6' 1.75 22 EA 39 52017620 WIRE DUCT COVER 3"X6' 2.50 3 EA 8 52019530 ENCLOSURE,SHUNT,POLE MOUNTED.24X2 245.01 14 EA 3430 52019560 EQUALIZER, H.D. TAB 583 9.15 28 EA 256 52021550 FOUNDAT ION,4', STEEL, FOR FLSHR/GAT 231.24 2 EA 462 52025130 HOUSE, INSTRUMENT 4 X 4 X B' HIGH 3155.62 1 EA 3156 52025240 HOUSE, 6X6, SIGNAL XING 4213.88 1 EA 4214 52027350 CLIP BOARD - FOR SIGNAL PRINTS 6.42 2 EA 13 52027430 STEP BOX 12.64 1 E 13 52028420 LIGHTNING ARRESTOR,CLR-COMM TAB 3 6.96 46 EA 320 52029780 LIGHTNING ARR,HD TAB 582 W/O BASE 9.82 12 EA 118 52030010 LIGHTNING ARRESTOR CONN.STRIP 4.13 4 EA 17 52039210 RECTIFIER,20EC,12V.TAB575 338.03 2 EA 676 52039390 RECTIFIER, 40EC, 12V. TAR577 470.15 1 EA 470 52040400 RESISTOR, ADJ.0.63 OHM TAB91 24.62 4 EA 98 52040460 RESISTER, ADJ. 5 OHM, TAB 90 12.76 2 EA 26 52042650 POST, MOUNTING, FOR SHUNT HOUSING 8.91 28 EA 249 52045700 SURGE SUPPRESSOR, PRIMARY,#2377-4 9.01 1 EA 9 52068650 TERMINAL, #6 - 5 WIRE - RING TYPE 0.19 30 EA 6 52069100 TERMINAL, #6 WIRE - RING TYPE 0.85 10 EA 9 52070010 TERMINAL,#12-10 WIRE,RING TONGUE 0.08 450 EA 36 52071600 TERMINAL,#20.16 WIRE,RING TONGUE 0.06 300 EA 18 52072280 TERMINAL BLOCK, SIGNAL 2 POST BAK 2.25 61 EA 137 52072510 TERMINAL BLOCK,SIGNAL 3 POST TEST 6.26 3 EA 19 52072740 TERMINAL BLOCK, SIGNAL 12 POST 6 8.60 4 EA 34 52074550 TEST LINK, INSULATED ASSEMBLY TAB 0.67 24 EA 16 52079550 WIRE TAG, PLASTIC - WHITE 0.12 200 EA 24 52079560 MARKING PEN(FOR WHITE TAG) 1.94 2 EA 4 52092200 CRTU. W/CELLEMTRY TRANSCEIVER 1641.38 1 EA 1641 FORM 30-1 PAGE 06 MORE WORK ORDER AUTHORIZATION -DETAIL OF ESTIMATED EXPENDITURES EST START: 01-01.02 PROJ NO: 40097 EST COMP: 12-31-02 A.W.O. NO: 03565 W.O. NO: RAILROAD: UPRR CO. B.I. NO: OIEN10 LOCATION: SAL INA,KS, I2TH,SALINA STATE: KS DEPARTMENT: ENGINEERING SERVICES VAL SEC: VARIOUS ------------------------------------------------------------------------------ -'------------. 52108120 LED FL/GATE ASSY.2 WAY LIGHTS 6916.00 1 EA 6916 52108200 LED-FL/GATE ASSY.2WMMIW45FL 8041.00 1 EA 8041 52109370 GATE ARM, ADJ.16.32- 217.54 2 EA 435 52122140 HIGH WIND BRACKET 5"OR 4" 63.99 2 EA 128 52136470 SHEAR PIN, SK -1000.1 5.50 2 EA 11 52136500 GUARD FENCE, 12 FEET 6 INCHES 396.22 2 EA 792 52139160 GUARD POST, W6 X 8.5 X 6 FEET 35.82 8 EA 287 52181000 XR DRIVER (AND GATE) TAB 664 255.00 1 EA 255 52203400 DETECTOR, LIGHT OUT, LOD-i 469.04 1 EA 469 52205800 GCP111 NO ISLAND #81KB-80110-0800 14402.59 3 EA 43208 52240000 IPI MODULE-GCP3000D2 #80211 1067.02 4 EA 4268 52246000 RESISTOR,47,000 (47K) OHM .5 WATT 0.20 4 EA 1 52258590 NBS, TAB 641, 62775-1543 390.02 6 EA 2340 52258850 NBS, TAB 642, 62775-3497 320.96 4 EA 1284 52258980 NBS, TAB 640, 62775-8621 486.02 4 EA 1944 52263600 SURGE ARRESTOR,METER LOOP. 27.16 2 EA 54 52264040 SURGE PANEL - TAB 618 202.02 1 EA 202 52264560 TRACK FILTER - TF 156 214.98 4 EA 860 52267000 TRANSCEIVER MODULE-#80012-GCP 1670.78 4 EA 6683 52276050 CROSSING ANALYZER, HCA -1 1709.89 1 EA 1710 52278800 DAX MODULE #80016-GCP 3000D2 1009.76 4 EA 4039 52726820 RELAY, FLASHER TAB 887 338.01 1 EA 338 52728800 RELAY, BILL. TAB 911 A62-310 291.24 1 EA 291 52745830 RELAY,NEUTRAL, B1 TAB 884 8 884A 235.01 2 EA 470 52752390 RELAY,BISR. 3 SEC. TAB 893 421.21 1 EA 421 52773760 RELAY BRACKET, HOLDS 14 Bi RELAYS 204.13 1 EA 2D4 52776370 RELAY PLUGBOARD,GRS B1,TAB 900 32.88 5 EA 164 52777970 FLAG TERMINAL, FOR GRS, 14-10 0.87 100 EA 87 52778110 FLAG TERMINAL, FOR GRS, 20-16 1.01 100 EA 101 52779280 RELAY TEST TERM,GRS B1 TAB7708864 6.85 5 EA 34 52842220 DIODE JEDEC NUMBER lN40D4 0.02 1 EA 0 52959000 METER INSTALLATION 16000.00 1 EA 16000 52973600 4,INPUT,"AND"GATE,RACK TAB 934 600.00 1 EA 600 53311490 EXTRACTOR FOR "B"TERMINALS P3-308 9.81 1 EA 10 53311510 TEST NUT WRENCH. GRS #P3-320 41.59 1 EA 42 53648010 INSULATING CAP 8 SHIELD ASSY. 2.06 20 EA 41 53903460 EPD 120/240TDFL SURGE PROTECTOR 291.13 1 EA 291 53954500 180429-000 BOOTLEG KIT 85.41 24 EA 2050 55067070 TRK SPIKE 5/8 X 6 1/4 IN 200# KEG 48.87 0 KE 3 55319680 INSULATED JOINT 133#, POLY 38" 6 184.03 3 EA 552 TOTAL 139,904 _\ImnteMHe\A751P652 L.Epn ht OL PPE( e330 TO SALINA TO EAST MENOKEN—a 3081'25+5+5 SEC. SPAN 0 60 M.P.H. OA% 8 1 OA% B OFFSET . 3081' 25+5+5 SEC. SPAN a 60 M.P.N. DAX I DAX R I DA% A OFFSET = 939'25+5+2 SEC. SPAN a 20 M.P.H. (SIDINGI 939'25+5+2 SEC. SPAN a 20 M.P.H.(SIDING)� 2B1T25+5+2 SEL. SPAN 0 60 M.PA. IMAINI 1 2BP'25+5+2 SEC. SPAN p 60 M.P.H.INAIM O PP OAX 9TH $T. 9TH ST. I SI001 1 STH. ST. SI SANTA FE AVE. (M.P. 166.32) (M.P. 186.121 O + 7]S�RNpTPAA g,,AVE. •3, 50'—� 79O1Z LSIOINGI 15®] P.S.P.S. 28 6 7NBSZ 641 MIS 2 NBS 41 l MRN 1 H.W.S. SIDING TRACK 2B5HZ 17.5KHZ n ®3 1863 ]O 27' OHZ 156HZ NOS NBS NBS IRI dSUR2 MIS 41 4 41 q /B MAIN TRACK VT A/ R/B 20.2KH2 ET R/B R B Loi 12' MIS 1B�O 6; Y m 790MZ tl ( 790HZ ^� 970HZ iz 36 40 sP00 25' 25' PST. l2 LH z DA% • 11 _I•..:.:: - ; Il56HZ2 6'X8' j 9TH ST. a 285HZ N -3O - OAX A 40' M.P. 106.79 2 1 9TH ST. 0 OA% B 0 OF X 4'X4' SANTA FE AVE. - 12TH ST. N 1 DAX A 0 u jA 9TH ST. w z z z z u u BISHOP ST. I.II. P.S. P.S. P.S. E P.S. I.J. G- NOTESi y0�72]'1I07'0�0-5V—al 130'+-20'—�+�265'—LI-698' S]509'�1^75� OT TWISTED WIRES INSULATED I TWIST PER FT, ALL TRACK WIRES 2C. -1 c FIELD SHOW DIMENSION TRANSMITTER AND RECEIVER LEADS TO BE SEPARATED BY AT LEAST 12- IN TRENCH. LENGTHS SHOULD NOT EXCEED MANUFACTURES CONSTRUCTION NOTES, RECOMMENDATION. L NEED BATTERY CHOKE (TAB 7061 AT 1W SIG. ON DWG. 187.2 SH.2 TOP OF FOUNDATION TO BE AT SAME ELEVATION 2. VIRE FOR BUT FIELD WILL PROVIDE 2 EA. EC REGENERATIVE AS THE SURFACE OF THE TRAVELED WAY 6 NO REPEATERS (TAB 502)FOR 12TH ST. AND SANTA FE AVE. MORE THAN 4 -ABOVE THE SURFACE OF THE GROUND. 3. NEED 4 TPS (TAB ]SIGNA29) TO BE INSTALLED6(".1AT ALL BUNGALOW WIRING TO BE •16 AMG FLEX 12TH ST., SANTA FE AVE., AND SIGNAL IB46 (NP.184.601. .,S NTA UNLESS OTHERWISE SPECIFIED EXCEPT ALL GROUND 1. INSTALLSAE NEW(TAR WIFE TO BE •6 AVG FLEX OR LARGER. CHANGE3EXIS EXISTING FREQIUENCYY TOR OA159R. DYE. O ALL WIRING IN GATE MECHANISM TO BE •10 'RVG FLEX•. S. NEW I -BONDS TO BE INSTALLED AT SANTA FE AVE. AND 12TH ST. REFER TO UP STANDARD DWG FOR BUNORLOV GROUNDING. 6.CHANGE FREQUENCY AT 9TH ST. TO 790 HZ. DO NOT USE 7 CELLS OF B12 BATTERY UNLESS 7. NEED VITAL AND -GATE (TAB 9341 FOR 9TH ST. REWIRED TO MAINTAIN MINIMUM LAMP VOLTAGE. AND (TAB 664) FOR 12TH ST. ALL LIGHTS TO BE 12 -ROUNDELS. S. NEED 4 EA. 2B5HZ NOS (TAB 641)FOR 12TH ST. 9. NEED 3 EA 790RZ NOS (TAB 642)FDR 9TH ST. SALINA. KANSAS ..... 4-X50 'CONDUIT 10. NEED 3 EA. 156HZ NBS (TAB G40) FOR SAMA FE AVE. X Tµ STREET LIGHTS, LED LIGHTS 11.ALL OTHER SHUNTS EXIST. SAUNA SW (VISIO�N GATE A�24' 12.CHANGE FREQUENCY AT OHIO ST. (M.P. 185.231 TO 28SH7. D.O.T.•818 87Y `� GATE 8,24' . ROUND WARORAIL, 13. NEED 2 EA. 205HZ NB6 (TAO 641) FOR OHIO Si. CRTU CELLEMETRY ' n001FICATION LE1'EL UNION FVYCI IG UNION C L DATE .-b l t EAST MENOKEN, KANSAS aA.LAST LEVEL CHW-O. Do SMEET 1 q wn�sv.11 TO SAUNA, KANSAS LAST LEVEL MM THIS TV. W owG IBss2 LAST LEVEL BY DESIGNER. W 9 A.B S. CIRCUITS tlNNMD FROM TYP.I Yn Y $1W �1a 6F� w WI d B-3925 (REV. 01.02.21) 12TKUGTYP.11 _\ImnteMHe\A751P652 L.Epn ht OL PPE( e330 ...lapnnn3m�utvppst.ln.p73 up. A 2001 p421B 0 BD 8652-B632DP% 43 (7) 83 N8652-8632DP% (]1 { aD5 p ' 8652-86120R% (]) 5O . 83 N8652-861MAX (A o49 49 U.G. CABLE TO M.P. 186.32 161 55 8679-8652PP 8612-86520AN 5l (7) CMN. 8 I61 SB SHT.9 @NB679-8652PP N8612-8652BAX OI ]099 57� BD 5] U.G. CABLE TO M.P. 186.79 161 B6]9-B632DA% 59 lBl 80 � 61 181 161 NB679-86320A% 0 SALINA, KANSAS 12rH.STREET M.P. 186.52 SALINA SUBDIVISION D.D.T.•B1B 387Y CABLE NO.6 7C W.14 B.T. CABLE NO.7 S W.14 B.T. CABLE NO. B 7C W.14 B.T. wiw iP¢ N EAST MENOKEN, KANSAS DATE 4-30.01 IFEET ,A + TO SAMNA, KANSAS WD".1 ? OMG IB6.52 ActNl6EBgS.CIRCUITS ppA.B-3925 IREV. 7-s-BBnctacmrarP p ...lapnnn3m�utvppst.ln.p73 up. A 2001 p421B ...\hwWeeb\8iI3Efl. N.C. RL EL Bbl 04 AN " TO SALIVA TO EAST MENOKEN� L 2817'25.52 (SPAM SEC.A GO M.P.H. P.P. P.P. OFFSET 3083' 25+5.5 SEC. SPAN a 60 M.P.H. = OAX OAX OFFSET12TH SIN = PLACE SHUNT A MINIMUM OF STREET STREET 1000'FRCM I-BONDS. IMP. 186.52) (M.P. 186.32) IagsQ NBS R R/BFXT 1661 -6 5937 1068 t—� 9]OHZ PP T 2TH ST. O 9TH6T. POK N w 1/1\ 4'X4' m I.J. G. u z Z M-723'—A 1177' ACL I 1013' —� o 0 0 0 CONSTRUCTION NOTE N , L NEED 1 EA 9]DHZ NBS (TAB 642). y w _ w� U 8 ® 8679-8652PP 11 �y NB6]9-8652PP® CONN. ®13 7C•14 SHT. 3 U.G. CABLE TO NOTES, 8679-8932DAX 15 M.P.-186.52 ®= TWISTED VIRES ®B ALL TRACK WIRES 2C.•6 NAG79-86320AX INSULATED 1 TWIST PER FT. TRANSMITTER AND RECEIVER LEADS® 17 B TO BE SEPARATED BY AT LEAST 12- IN TRENCH. LENGTHS SHOULD NOT EXCEED MANUFACTURES RECOMMENDATION. ALL BUNGALOW WIRING TO BE •16 AVG FLEX UNLESS OTHERWISE SPECIFIED EXCEPT ALL GROUND WIRE TO BE •6 AND FLEX OR LARGER. REFER TO UP STANDARD OVG.FOR BUNGALOW GROUNDING. - 0 SALINA, KANSAS REMOTE LOCATION M.P. 186.79 SALINA SUBDIVISION W0 E CABLE N3. 17C. N1.14 B.T. FICATION LEVEL UN IF IC [(y 850 N R ANTE 1-b-01 m EAST MENOKEN, KANSASa aKu W rms TVP. ® WC..A T-F-T- OES WOWG CIRCUITS . r m. raleo9av slwri �ylw APFrcE of wlr,A'B qS. waa "Eea 925r/u B-3925 (REV. 81.02.21) I RENOTEA ...\hwWeeb\8iI3Efl. N.C. RL EL Bbl 04 AN INDEX OF SHEETS Sheet / Sheet 2 Sheet 3 Sheet 4 Sheet 5 Sheet 6-9 Title General Notes Plan Flashing Lights & Gates Guard Fence Traffic Control STATE OF KANBAS DEPARTMENT OF TRANSPORTATION __ FLAN OF PROPOSED CITY STREET FEDERAL AID PROJECT STATE PROJECT N0. I YEAR ISr ITOTALI HEET uNSAS 85 X-2140-01200�I q STP X214 (001) RAILWAY -HIGHWAY CROSSING SIGNALS C . BUREAU OF O m KANSAS DEPARTMENT OF TRANSPORTATION STATE TRANSPORTATION ENGR KANSAS OEPARTMENT OF TRANSPORTATON FEDERAL NNRI/AY AOMINISTRAiION oEPARTNENT OF TRANBPDiTATIDI ADANSTRATOR TEMPORARY TRAFFIC CONTROL ° END GENERAL NOTE <RIA WORK OS = AHEAD ROAD WORK 24" X 60" Install Temporary Traffic Control Sto. 98+35 Lt. & Rt.: Sta. 101+95 Lt. & Rt. At crossings where intersections are within the above stated placements, additional "ROAD WORK AHEAD" signs are to be placed at least 50 ft. from back of curb or edge of pavement. "END ROAD WORK" signs are not to be placed on these intersecting streets. All signs shall be placed facing oncoming traffic. Install Highway - Railway Signals as shown on the plan sheet. A bell shall be installed on one signal. Existing railroad crossing signs shall be removed by the railroad company. P.O.T. Sta. 100+00 = C Main Track 1. Set rivet & KDOT Wshr. (flush). 2. Spk. & KDOT Wshr. in power pole. 72.92 N.N.W. J. RR Spk. in power pole. 118.22 N.E. 4. Spk. & KDOT Wshr. top guard post. 60.90 S. W. P.O.T. Sta. l0/+00.00 1. Set 40d Spk. & KDOT Wshr. (flush). 2. Spk. & KDOT Wshr. in power pole. 29.46 S.S.W. J. C top yellow guard post. 58.18 E.N.E. 4. RR Spk. in power pole. 86.75 E. Reference: The Union Pacific Railroad Company's Mainline & Siding tracks crossing 12th Street in Salina are approximately 2,950 ft. South & 1,000 ft. West of the Northeast corner of Sec. //, T14S, R.3W. ALIGNMENT NOTES Advanced warning si gns shall be installed P.O.T. Sto.99+00.00 by the local public authority. If the 1. Set 40d Spk. & KDOT Wshr. (flush). location warrants pavement markings as 2. Spk. & KDOT Wshr. top guard post. 4J. 2J N. W. outlined in the MUTCD 8B-4, the markings J. Spk. & KDOT Wshr. in power pole. 25..30 W. shall be installed by the local public 4. Spk. & KDOT wshr. in power pole. 50.73 S. E. authority. P.O.T. Sta. 100+00 = C Main Track 1. Set rivet & KDOT Wshr. (flush). 2. Spk. & KDOT Wshr. in power pole. 72.92 N.N.W. J. RR Spk. in power pole. 118.22 N.E. 4. Spk. & KDOT Wshr. top guard post. 60.90 S. W. P.O.T. Sta. l0/+00.00 1. Set 40d Spk. & KDOT Wshr. (flush). 2. Spk. & KDOT Wshr. in power pole. 29.46 S.S.W. J. C top yellow guard post. 58.18 E.N.E. 4. RR Spk. in power pole. 86.75 E. Reference: The Union Pacific Railroad Company's Mainline & Siding tracks crossing 12th Street in Salina are approximately 2,950 ft. South & 1,000 ft. West of the Northeast corner of Sec. //, T14S, R.3W. BY DAIE I SCALE EHwa SURVEYED A.J. Hanson OO l0 0 /0' ZO REO. STATE PROJECT NO. YEAR SHEET TOTAI PLAN:L0L & Lonq. NO. N0, SHEET POTTED S.E. Hennes 5-00 Kawsas B5 X 2140-01 2000 3 9 S _I -f— Ed 0,60P/ 7 �6 & Gut>er I I A --------- q 12th Street - --- - ---- --- -cl Trovelp Curb & Gurler A � . 1a -x I `f--Ed9e of Mal STA. 99+86.7, .30. t' Rt. Install Railroad -Highway Crossing Signal Flashing Lights & Automatic Gate (24') See Sheets 4 & 5 i STA. 100+44.6, 1.3.7' Lt. Install Railroad -Highway Crossing Signal Flashing Lights & Automatic Gate (24') See Sheets 4 & 5 A 0 \ Sidewalk "�4 -x ��L-Cur= utte -- Trove/woy 2 -------- _\\ L \ Edge of Mol. Curb & GUer S stend-� NOTES: STEADY BURNING All details and dimensions not shown shall conform with LIGHT (RED) 'the recommended Standards in Part VIII of the manual on measured from Uniform Traffic Control Devices. 6' 0' One 'RAILROAD CROSSING' sign shall be required for each ALT. I Alt. 2 signal. One 'NUMBER OF TRACKS' sign shall be required for i lj each signal if there are 2 or more tracks at the railroad- U1 ( ' highway crossing. The signs shall have black letters on a white reflective background. A bell shallbe installed only measured from At a paved when specified. � ® The Railroad company's standard foundation may be measured from the shoulder edge. - substituted for the foundation shown, upon approval of the ,(l KDOT. "9 /� Placement of railroad crossing signals shall conform to G the following minimum horizontal distances measured to the Lj closest part of the signal or gate arm in its uprightn� position within 17' of the crown of the roadway. At a curbless and shoulderless location, STEADY BURNING 1 LIGHT (RED) I measured from the roadway edge. - 6' 0' I T R A C K S At a curbed location, measured from At a paved the curb face. - or surfaced shoulder location, 2'0' ® O measured from the shoulder edge. - 2'0' + + A minimum of 6', measured from the traveled , roadway edge, shall also be provided. I SURFACING I FLASHING LIGHT (RED) 16' REFLECTORI ED STRIPES, BOTH IDES CONCRETE BASE STEADY BURNING 1 LIGHT (RED) I r� �I 4' 6' to 5' 6' OI 5' 6' to 6' 6' I 6' 6' to 7' 6' 5' 6' POINT OPPOSITE I SURFACING I FLASHING LIGHT (RED) 16' REFLECTORI ED STRIPES, BOTH IDES CONCRETE BASE H 6 Lip to 4' 6' 4' 0' 4' 6' to 5' 6' 4' 6' 5' 6' to 6' 6' 5' 0' 6' 6' to 7' 6' 5' 6' 21 r i ALT.I 5 5/B'\\ OFMECH. SHAFT. c 2' X 0 0 0; x� U' Qi'cl .- .CLASS 'A' CON GATE ARM SHALL BE IN VERTICAL POSITION WHEN RAISED, EXCEPT AS PROVIDED IN SPECIFICATIONS. EXTENSION BRACKET TO PROVIDE CLEARANCE FOR GATE ARM. BRACKET FOR HORIZ_ STOP OF GATE ARM (ALT.I ONLY) tI— 1 9. JUNCTION BOX 12' 1 i-_2' TYPE OF BASE 71 ALT.2 RNGIIONISTATE PROJECT NO. YEAR ANO. I5MEETSI 1 T KANSAS 85 X-2140-01 2000 4 1 9 KIN JUNCTION BOX AND LAMP ARMS (W.R.S. 950-304) USED TO PROVIDE CLEARANCE FOR GATE ARM WHEN IN A VERTICAL POSITION. SEE SKETCH ABOVE FOR METHOD OF CONNECTION TO MAST. OTHER MANUFACTURERS'APPROVED METHODS OF PROVID- ING CLEARANCE MAY BE USED. ALT. I - SIGNAL EQUIPPED WITH OPERATING MECHANISM REQUIRING BRACKET FOR HORIZONTAL OPERATING MECHANISM NO BRACKET ALT.I o CONDUIT: E -ALT.I -TAPERED TIMBER TO BE DISLODGED AFTER CONCRETE IS SET. ALT. 2 - METAL CONDUIT. KANSAS DEPARTMENT OF TRANSPORTATION FRONT ELEVATION SIDE ELEVATION RAILROAD CROSSING SIGNAL FLASHING LIGHT TYPE AND AUTOMATIC GATE (0/std.dgn) I I -33 Grbp d Line I I I I ELEVATION 15'O'Min. to C of Aeor la- f Trod lel Ld Track !l I Ni Mai In GUARD FENCE PROTECTION OF SINGLE RAILROAD SIGNAL X21/2"SIUB� Nae M RailA Dia. Bnoon Bend Bat. Washers are Nut f,, �S'•, Bia. Bdt . 1 Min. to 2"Max. 1 Plain Steel Washer & Nut A, Post 6'x Bx G, rept Wrod P •• I. - Gr mM Lire ELEVATION SECTION WOOD POST Tii�'��Tsrokodl 'u"6lotled HASeutralE 2Wz xSidledNa.'es no5ec/ion SECTION THRU RAIL ELEMENT Rail Element not less than No. 12 O.S. Std. Gauge to mean Roil Element DETAIL OF TERMINAL SECTION Terminal Section FHWA SHEET TOTAL REGION STATE PROJECT NO. YEAR N0. NO. SHEETS T KANSAS 85 X-2140-01 12000 5 9 Bohm l'°'o°- Bid �1i I k the We Formea to Outer Contour S' Rail Elamenl 3" r �� / $pro T 0✓ol BMulder SPLICE BOLT & NUT POST BOLT Similar Roil EykpwwN to tK onoancd to Postprlo' to Tsrcnemd Ternb/al SecBon ye Ctrlvl ^xl" "ANS0, Wand Block except length Balt Neal&Washer I 6"x d'xl4"Tn's pivoted hammer for testing shall not apply. Calvonizing shall ba ly" ly" Sidled Noes_ ver. Iy2")o GUARD FENCE FOR RAILRO J�'• 9/z' in WASHER FOR BOLT HEAD FLASHING LIGHT ALL HOLES = 13/6" SECTION A -A SHOWING. Other Opproved washer may be used (Olstd.dal e.r. r. u.r.rr urainn Plain Steel Rave Posts to be Washer & Nul nal to provide - o fid surfare as shavn to acaunodde ELEVATION Lila STEEL POST ARRANGEMENT AT WOOD POSTS Allwood posts and wood blocks shall be given a Rectangular and round wood posts, wood braces and preservative treatment as provided In the K. O. O. T. wood blocks shall be S4S. Round 6'0" wood past with Standard Specifications. TII/j'to 911/1"tip tliome tors may be used in place of Steel blocks or metal offset brackets will not be rectangular posts. The butt diameter of round posts permitted on wood posts. shalta. larger than the tip diameter.but the taper from the butt to the tip shallnot exceed 2". %"ad x Boll & Not Lire GENERAL NOTE FOR GUARD FENCE Galvanized steel plate rallelements shall be used. All post rail fittings, bolts, anchor rods. nuts and washers shall be galvanized in accordance with the Standard Specifications for State Road and Bridge Construction. Guardrail parts furnished under this Specification shall be interchangeable with similar parts regardless of the source or manufacturer. Steel plate guard fence rails shall be shop curved with a 5' radius as shown. All dimensions are subject to manufacturing tolerances. The guard fence rails shall be lopped In the direction of traffic. Guard fence Posts may be wood or steel with no change In type of post permitted within o single project. Guard fence posts may be set by digging or driving. During driving operations. post caps shall be used which are designed to protect the posts from crushing. Excavation of all classes. including rock, shale and other materiols regardless of elevations encountered, required for the erection of the guard fence. shall be considered as Subsidiary to the various bid Items for which payment is made. The guard fence may be adjusted to fit localconditlons. *Exception shalt be allowed for quardrall Installed and maintained by the Burlington Northern Railroad Company, which Is a three rib type without terminal sections. H� TOP VIEW 6"x4"WF 8.5 ar 9.0 Ihs./fl. _ _ f.. 2 I k the We lOr 3ye Z/I6 TOP VIEW ROUND POST "ANS0, Wand Block accnrdonce with ASTM 4123. The regalrements for use of a Balt Neal&Washer I 6"x d'xl4"Tn's pivoted hammer for testing shall not apply. Calvonizing shall ba e eat B. ver. Iy2")o GUARD FENCE FOR RAILRO J�'• 9/z' in HOLE PUNCHING DETAIL FLASHING LIGHT ALL HOLES = 13/6" SIGNAL Wood blocks will not be permitted on steel posts. (Olstd.dal y2 "Min. Plain Steel 7"Bio. Washer & Nul li -no' Lire i • .. G(WM SECTION ALTERNATE ROUND POST ELEVATION Lila STEEL POST ARRANGEMENT AT WOOD POSTS Allwood posts and wood blocks shall be given a Rectangular and round wood posts, wood braces and preservative treatment as provided In the K. O. O. T. wood blocks shall be S4S. Round 6'0" wood past with Standard Specifications. TII/j'to 911/1"tip tliome tors may be used in place of Steel blocks or metal offset brackets will not be rectangular posts. The butt diameter of round posts permitted on wood posts. shalta. larger than the tip diameter.but the taper from the butt to the tip shallnot exceed 2". %"ad x Boll & Not Lire GENERAL NOTE FOR GUARD FENCE Galvanized steel plate rallelements shall be used. All post rail fittings, bolts, anchor rods. nuts and washers shall be galvanized in accordance with the Standard Specifications for State Road and Bridge Construction. Guardrail parts furnished under this Specification shall be interchangeable with similar parts regardless of the source or manufacturer. Steel plate guard fence rails shall be shop curved with a 5' radius as shown. All dimensions are subject to manufacturing tolerances. The guard fence rails shall be lopped In the direction of traffic. Guard fence Posts may be wood or steel with no change In type of post permitted within o single project. Guard fence posts may be set by digging or driving. During driving operations. post caps shall be used which are designed to protect the posts from crushing. Excavation of all classes. including rock, shale and other materiols regardless of elevations encountered, required for the erection of the guard fence. shall be considered as Subsidiary to the various bid Items for which payment is made. The guard fence may be adjusted to fit localconditlons. *Exception shalt be allowed for quardrall Installed and maintained by the Burlington Northern Railroad Company, which Is a three rib type without terminal sections. H� TOP VIEW 6"x4"WF 8.5 ar 9.0 Ihs./fl. _ _ f.. 2 %" us. x 2 BUAon 6"x4"WF 8.5 Neal Ba'l & NW OBlock The grade of steel, for steel posts, and steel blocks, shall lOr 3ye Z/I6 eat the requirements of the Standard Specifications. The 6"x4" WF 8.5 or 9.0 lbs./ft. 6'9"long steel posts and 6"x4" WE /n. a accnrdonce with ASTM 4123. The regalrements for use of a B. wosner pivoted hammer for testing shall not apply. Calvonizing shall ba done after the posts and blocks are fabricated. GUARD FENCE FOR RAILRO G.d Lire SECTION HOLE PUNCHING DETAIL FLASHING LIGHT ALL HOLES = 13/6" ARRANGEMENT AT STEEL POSTS The grade of steel, for steel posts, and steel blocks, shall eat the requirements of the Standard Specifications. The 6"x4" WF 8.5 or 9.0 lbs./ft. 6'9"long steel posts and 6"x4" WE 8.5 or 9.0 lbs./ft. 131/.'long stoat blocks shall be galvanized In accnrdonce with ASTM 4123. The regalrements for use of a KANSAS DEPARTMENT OF TRANSPORTA pivoted hammer for testing shall not apply. Calvonizing shall ba done after the posts and blocks are fabricated. GUARD FENCE FOR RAILRO Other approved designs of steel blocks or offset brackets may be used in place of the typo shown. only one type of FLASHING LIGHT block or offset bracket may be used on a project. SIGNAL Wood blocks will not be permitted on steel posts. (Olstd.dal 1. CHANNELING DEVICES: 'DEVICES' INCLUDES BUT IS NOT LIMITED TO BARRICADES. BARRIERS. CONES. GRUNTS AND VERTICAL PANELS. (A) THE MAXIMUM SPACING BETWEEN DEVICES IN THE TAPER SHOULD NOT EXCEED A DISTANCE IN FEET EQUAL TO THE EXISTING SPEED LIMIT III MPHI PRIOR TO WORK. !BI THE SPACING BETWEEN DEVICES IN THE WORK ZONE SHOULD NOT EXCEED A DISTANCE IN FEET OF PM TIMES THE POSTED SPEED. (CI WHERE EXISTING CONDITIONS WARRANT, THE ENGINEER MAY REWIRE A DECREASE IN THE SPACING STIPULATED ARGUE. WHEN TRAFFIC CONTROL 15 BID LUMP SUM. ADDITIONAL DEVICES AND WARNING LIGHTS WILL BE PAID FOR AS EXTRA WORK. (D) TRAFFIC CONES MAY BE UTILIZED AS CHMNELIZING DEVICES FOR DAY- TIME TRAFFIC CONTROL OPERATIONS. THE ENGINEER MAY REWIRE THAT CONES BE SUPPLEMENTED BY OTHER TRAFFIC CONTROL DEVICES IN CERTAIN SITUATIONS SUCH AS OPEN TRENCHES +2 CAPERING OF SIGNS NOT IN USE WHEN NO WORK IS IN PROGRESS NOR IS ANY EXPECTED TO BE FOR AN EXTENDED PERIOD OF TIME. AND THE ROADWAY IS UNRESTRICTED TO THE TRAVELING PUBLIC. TRAFFIC CONTROL SIGNS SHALL BE REMOVED OR COMPLETELY COVERED WITH ADEQUATE ORACLE WATERPROOF MATERIAL. TAPE SHALL NOT BE APPLIED TO THE FACE OF A SIGN, 3, CLEAR ZONE: WHENEVER PRACTICAL. ALL CONSTRUCTION EQUIPMENT. MATERIALS, AND DEBRIS SHALL BE STORED CLD OF THE CLEM ZONE. WHERE THIS CANNOT BE ACHIEVED. THE CONTRACTOR SHALL PLACE APPROPRIATE SIGNS MO/OR BARRICADES AS DESIGNATED BY THE ENGINEER. TRAFFIC CONTROL DEVICES NEEDED FOR THIS CON096N SHALL BE CONSIDERED SUBSIDIARY TO OTHER BID ITEMS. 4. MAIATENANCE TH£ CONTRACTOR SHALL MAINTAIN ALL SIGNS AND DEVICES IN THEIR PROPER M59ION AND CLEAN ANO/OR REPLACE ANY DAMAGED OR ILLEGIBLE 9GN OR DEVICE AS DIRECTED BY THE ENGINEER. 5. TAPER FORMULAS: L - SM FOR SPEEDS OF 45 MPH OR MORE L - W52/60 FOR SPEEDS OF 40 MPH OR LESS WHERE: L • MINIMUM LENGTH OF TAPER IN FEET S - NUMERICAL VALUE OF POSTED SPEED PRIOR TO WORK IN MPH W -WIDTH OF OFFSET IN FEET GENERAL NOTES G. PAVEMENT MARKINGS: (A) TYPE I TAPE IS TO BE APPLIED TO A FINAL SURFACE AS A TEMPORARY MARKING WHEN THE PATTERN OF THE PERMANEM1T MARKINGS WILL BE DIFFERENT THAN THE TEMPORARY MARKING. TYPE II TAPE IS TO BE APPLIED TO A TEMPORARY SURFACE THAT IS TO BE REMOVED OR COVERED BY FUTURE CONSTRUCTION. TYPE O TAPE 15 ALSO TO BE APPLIED TO A FINAL SURFACE WHERE IT 15 KNOWN THERE WILL BE PERMANENT MARKINGS PLACED IN THE SAME PATTERN AS THE TEMPoRAW TYPE 11 TAPE. (B) ALL CONFLICTING PAVEMENT MARKINGS SHALL BE REMOVED AND ALL TRANSITION TAPERS. CROSSOVERS. AND EDGE LINES ALONG CHANN£LIDNG DEVICES SHALL BE MARKED WITH SOLID FOUR -INCH WIDE PAVEMENT NARKING TAPE WHEN THE WORK WILL OCCUPY A LOCATION MORE THAN THREE DAYS. T. TEMPORARY AND POST MOUNTED SIGNS: TRAFFIC CONFRGL PLANS THAT ARE ANTICIPATED TO REMAIN 1N PLACE WRING DAYLIGHT HOURS ONLY ARE CONSIDERED TEMPoRART.. TEMPORARY SIGNS SHALL BE MOUNTED AT A MINIMUM HEIGHT OF ONE FONT. TRAFFIC CONTROL PLANS OF LONGER DURATION WILL REWIRE THAT ALL SIGNS BE Po4 MOUNTED AT A MINIMUM HEIGHT OF SEVEN FELT. B. EXISTING SIGNS: IF EXISTING SIGNS THAT ME TO REMAIN (OR THAT ARE TO BE REMOVED AND RESET) INTERFERE WITH CONSTRUCTION WORK, THE CONTRACTOR SHALL REMOVE, STORE AND RESET THE SIGNS. THIS SHALL BE SUBSIDIARY TO OTHER TRAFFIC CONTROL BIO ITEMS. 9. CONFLICTING SIGNS: ALL PERMANENT AND TEMPORARY SIGNING WHICH IS IN CONFLICT WITH THE TRAFFIC CONTROL PLAN SHALL BE REMOVED OR COVERED. 10. MINIMUM LANE WIDTHS: LANE WIDTHS SHALL BE A MINIMUM OF 11 FEET (MEASURED BETWEEN CENTERLINES OF PAVEMENT MARKINGS). OR AS SHOWN ON THE PLANS, OR AS DIRECTED BY THE ENGINEER. A LME WIDTH LESS THAN 11 FEET MAY REWIRE RESTRICTED ROADWAY WIDTH SIGNING. 11. FLAGGERS: A MINIMUM OF ONE FLAGGER SHALL BE STATIONED WITHIN EACH INTERSTATE WORK AREA WHERE WORK IS AWACENT TO TRAFFIC. 12. BARRICADES: TYPE III BARRICADES PLACED ACROSS A ROADWAY SHALL BE SUITABLY DISTRIBUTED ACROSS THE ROADWAY TO EFFECTIVELY CLOSE THE ROADWAY. WHERE PROVISION IS MADE FOR ACCESS BY AUTHORIZED VEHICLES, THE BARRICADES SHALL CLOSE THE MAD AT THE END OF THE WORK DAY. WHEN ACCESS MUST BE ALLOWED FOR LOCAL TRAFFIC. THE TYPE INOARRICADES SHOULD BE STAGGERED SIGN SPACING ON FEET1: B C URBAN LAU MPH OR LONER) TOO 2C0 URBAN 145 MPH OR HIGHER) 350 350 3ROD W RURAL SW 5W 509 EXPRESSWAY/FREEWAY HOW IOW GOOD IN NO CASE SHALL THE SPACING BETWEEN SIGNS BE LESS THAN IW FEET. BUFFER SPACE SPEED (MPHI I 20 25 30 35 40 95 ED 55 60 65 10 LENGTH IFEETI 35 55 BS 120 ITO 220 1 280 1 3J5 1 415 1 ASS I 595 NEITHER WORK ACTIVITY NOR STORAGE OF EQUIPMENT, VEHICLES. OR MATERIAL SHOULD OCCUR IN THE BUFFER SPACE WHEN A PROTECTION VEHICLE IS PLACED IN ADVANCE OF THE WORK SPACE. ONLY THE SPACE UPSTREAM OF THE VEHICLE CONSTITUTES THE BUFFER SPACE IF TEMPORARY CONCRETE SAFETY BARRIER IS USED TO SEPARATE APPROACHING TRAFFIC FROM THE WORK ACTIVITY, THE BARRIER SHALL BE CONSIDERED PART OF THE WORK AREA. A FULL LANE WIDTH SHOULD BE AVAILABLE THROUGHOUT THE LENGTH OF THE BUFFER SPACE. FOR EXAMPLE: D 2 -LANE i+l SHOULDER G� b VAP. O "ACE A -LANE S HOIIIOEP _ P _ o- b v uLOEg WOPP AREA �- 500'--1 NOTE. CHANNELIZIN6 DEVICES SHALL BE PLACED ALONG THE TRAFFIC SIOE OF THE WORM AREA WHEN THE WORN AREA IS WITHIN THE CLEAR ZONE, NO SIGNING IS REQUIRED IF EITHER CONDITION E%ISi S: II WORM IS NOT LEFT OVERNIGHT AND A VEHICLE WITH AN ACTIVATED FLASHING OR REVOLVING YELLOW LIGHT IS USEO.OR 21 THE WORM 15 OUTSIDE THE CLEAR ZONE. KANSAS DEPARTMENT OF TRANSPORTATION TYPICAL TRAFFIC CONTROL OFF SHOULDER WORK FLASE[NS ARROW ARROW DISPLAY ARE OW DISPLAY ELLETWEIRS SHALL BE CAPABLE Of A DINOSAUR 50 RE 1.ZND Aun . RE111 rm urr Axo SHAY. —I SMALL MY uA'. vm xlcx t. ORANGE COMES TUBULAR MARKERS MCS A A%�JEEII. CAN AS MIN UAL IREATER HAD WIS. ON, .IN'.. WEILL AT RE RICRIC 1. IT' COM NFACEOCI OR CTE0-TUB<<RRWRxERS T'�A�M 5 RES' BE USED FDA CAYTIMME OPERATIONS WAY. _�IT 17101S. SCUM IS ORE' TRENCHES THE NE��:UD LATERAL GIMAAISIOIC FOR POST ISEUGHTED IONS IONS LEFT IN PLACE GRUNIGHT CAN CONCEPT VERTICAL PANEL WAY LAYERS IDEA OF VOTERS REBELS SHALL EMV�U. I BEFLECTSEARICED P�T TYPE IT HIGH PERFORMANCE BUTIVEREFLECTI &�EETING. VERTICAL D ON ROADWAYS WITH A SPEED LIMIT OF 45 WITH OR GREATER 'SEA _CnNARFI�;��. HAT I'LL UNABLE INCHES BY MORECAPTLECTSWE NUN -METALLIC REFLEC TU RI IEC DRUM WI IN LI GRT HOURS SHALL 3 A�C:E��E TORIZED FUEL CIRCUMFERENCE WITH AT STRIKES SEE TYPE I I IT US xT. ECT iADDITIONAL E [=5voL SAM TYPEAA[xi Sxlv[S.%A.0I:OF xol SPECIFICATIONS FOR WINNING LIGHTS SHALL COMPLY 117H IKE CURRENCY 11"C"CRAMEAS A HEIRMAII MY I' V AS' ]NO TIED STEADY WEREW BAHAMAS TIMES. TO EM DIAMETER WHO BE MOUNTED AT A MINIMUM "EIGHT AS 30 INCHES. DAY GAS PLACID 10 SERIES I ALL HE I'll I ITEIDE MAIL. 'IT' TATE I�CUEI:U TWAT WARNING LIGHTS ARE NOT TO UI TISCH AN IRELTNEWHOD THUMS MARCH WARNING LESTIS AID TIRE I STE 01 DOWN WARNING LIGHTS SHE: UP FRED SO IS TO BE I� BEING �Il�lg E TV A CLEAR NIGHT FROM.A ll�A�NGD SO TO ME ABLE AS COOF ISPHO REST WHEN VELIA 1.11.1 OR CO. ATIIITLI ON UK ITT'. IN' .'ST.. i 00 0� U llroo AN HOWTV To UAL F-1 WEATHER IS. LATERAL INEWHIMEATI 1. "IN' AI AT SALES SER OTHER MOVABLE WAYEARNES TYPE III BARRICADE WITH LIGHTS A A NINGERE UP TIRE TYPE A LIGHTS SHALL BE USED AT WS� L%A;IDER AE�IIC A TIRE I It BARRICADE RE III ARTI AIR. L GO SHALL BE MOUNTED WE LEE OUTSIDE GUNNER OF THE Al. WARI .. —1 TYPE II BARRICADE W I iH LIGHT HATI TYPE I TIRE I I I'll IT] INDE"COM R: HOTH OF STRIPES1MIN WHAT EMRY PILL. I EACH 4 (WIT EACH RAIL [ACES OIxECtIMI BIRECIION1 ' II [ACING TRAIIIC IS ME OIRECTIOx, A II BBix DIRECTRUA PER 'OMEN EIRRICAR11. ROSEVEAR. LUMBER DIMENSIONS 'ILL BE SATIFICHAVALI. M BASS LESS E[ 'EI LEAVE. FOUR INCH SCICE W IMI IE TAMAY USED. E7E ENTIRE AREA AS BARRICADE RAILS SMALL BE FULLY 11 AT PERFORMANCE REIRTATE1111ITIE IIIITIENEG. !ARRICADES USED THE MATERIAL 'IT' SPEED LIMIT SIM AS ARM DER DONE $WALL HIRE MINIMUM UIT ILL SQUARE .'CREW US NITHREFLETIYU AREA IACIVI R11F.I. I AM CUT A KANSAS DEPARTMENT OF TRANSPORTATION DESIGN DETAILS FOR BARRICADES, CHEPNELIZING DEVICES AND SIGN MOUNTING LOCATIONS TE752 10/13/93 NOTE - ALL TRAFFIC CHRISTIE DEVICES. THEIR INSTALLATION AND AW:,NO XPI MUCHING SIG'S PER DEVICES I I IS USED TIIONS xDITrP SMALL A�WIW ANY .1 IMPAN�I. AGROTTICHIL SUPPORTS UAL BE PTA ED !EACRARE I A A MY SIGNS IN III FIRM OF THARIEVE FOR TO THENALICTS WITH THE MILECAL, THE' ETA S�W NOVEL 'ILL NOT BE ICES SHALL BE PLACED FICA OPTIMISM VISIAIHLYY� CMHIENEIA��Z�MSVDJ EVELP. T��AWEE, TINY III BARRICADES SHARED N07 �V HERAMSELL I "I :�l TRAGIC ICES, �IUCA 3 PERCENT OF HE TOY RE AREA OF MY TIRE, AL HAVE 4 WENT 'M OF 24- FROM IKE TOM OF THE CHANNELIZING O THE TTO SIGN THEM THIO TIP 1S SHE CV OF THE PAIS�NT.RA�RUA I0 x[Gxx R MAr BF A IED t. (RIMANCIET OBJECT MAJOLUES ARE NOT 11ANH,Afllg,�FITICAL PANELS "ALL BE FMCRE 10 OF IFESEYI' FIRST MODULE OF ETCH HEMATITE. WRITER TESE STILL HAVE A41��NLEEU �y OF 270 SCREPARY INCHES UP TYPE 11 RE 0 PEACTAGAVENCE CHANCE�tC UP FLECTIAM CREATING FACING TRAFFIC. EITHER A VOTE CALLSTAIGULARE BE DIANTAID SHAPE Ily BE DI i 00 0� U llroo AN HOWTV To UAL F-1 WEATHER IS. LATERAL INEWHIMEATI 1. "IN' AI AT SALES SER OTHER MOVABLE WAYEARNES TYPE III BARRICADE WITH LIGHTS A A NINGERE UP TIRE TYPE A LIGHTS SHALL BE USED AT WS� L%A;IDER AE�IIC A TIRE I It BARRICADE RE III ARTI AIR. L GO SHALL BE MOUNTED WE LEE OUTSIDE GUNNER OF THE Al. WARI .. —1 TYPE II BARRICADE W I iH LIGHT HATI TYPE I TIRE I I I'll IT] INDE"COM R: HOTH OF STRIPES1MIN WHAT EMRY PILL. I EACH 4 (WIT EACH RAIL [ACES OIxECtIMI BIRECIION1 ' II [ACING TRAIIIC IS ME OIRECTIOx, A II BBix DIRECTRUA PER 'OMEN EIRRICAR11. ROSEVEAR. LUMBER DIMENSIONS 'ILL BE SATIFICHAVALI. M BASS LESS E[ 'EI LEAVE. FOUR INCH SCICE W IMI IE TAMAY USED. E7E ENTIRE AREA AS BARRICADE RAILS SMALL BE FULLY 11 AT PERFORMANCE REIRTATE1111ITIE IIIITIENEG. !ARRICADES USED THE MATERIAL 'IT' SPEED LIMIT SIM AS ARM DER DONE $WALL HIRE MINIMUM UIT ILL SQUARE .'CREW US NITHREFLETIYU AREA IACIVI R11F.I. I AM CUT A KANSAS DEPARTMENT OF TRANSPORTATION DESIGN DETAILS FOR BARRICADES, CHEPNELIZING DEVICES AND SIGN MOUNTING LOCATIONS TE752 10/13/93 85 X -2190 -DI 00 9 9 O. (D O 0 0 ROAD O` O DO ROAD <§> R1GxT wogK ■ I 1 DR , I NOT BIGHT sxouLDER M.P.H: PASS CL DSED t sxouLDER ttas6Q W4 -2R W4 -2L w'J-' RII-2 aasED Doo FT 9B'% aa' 9B'% 9B' 29'% 29• qa"I 9B'X 30' W20 -I W2090 Z9' % 30• WJ-3 90• X 99• 9B' % 90' 90' % 90' w21 -5o 8. A 4 90' % 0' 90' % 95' O O O O O O O O O N�TD LN� DR � NEX T NE%T � MILES O wORX PflEPAgED PASSING MO X MILES TD siaP zONE G2X CK % A WI -3R WI -3L W6-3 wi-JA 60' X 29' (BLACK /ORdNLEI W20-9 90• X 90' 90' % 9B' 90' % 90' 29A%130. 29' % 10' w20 -TG 36'%98'X90' WIR 98' % 90' 90' % 90' O R2 -SU O O O 29' x 30' SPEED REDUCED ®L,N ZONE DO SPEED O AHEAD ® fl0A0NWOgK SHOULOEfl CLOSED OGRO WOR% 0-2A 9 eW1x 629' zA 2. S30• AHEAD 9B'X 29• Ra -7 w20-5 WI -a4 w1X R2i'2 29'x 30• WZ1-5 9B' % 9B' 9B' % 9B' 98' X 98' 29' x 12' 98' % 98' Thespeed R2 -SE sdr 50d11Be uor rOGTOhere iNe It st Il met drops IS MPH or greater. FLAG It sOaP be 5uE51Elary to the R2 -5E. STIFF dFF 5' 9 <5 5 NOTE: FLAG SIGN O IS TO BE USED IF THE WORK AREA EXCEEDS TWO MILES. THE MILEAGE SHOWN " SHALL BE TO THE NEAREST WHOLE MILE. FOR SPEEDSOF 30 MPH OR LESS, SIGN OE WILL BE A W1-3. FOR SPEEDS ABOVE 30 MPH. ® AHEAD. 1500 FT or I MILE THE W1-9 SIGN WILL BE USED. . ® AHEAD. 1000 FT. 1500 FT OR 1R MILE WHEN USED ON INTERSTATE. FREEWAY OR EXPRESSWAY ROUTES. SIGNS O © OM AND OO TWO 121 I8'%10' FLUORESCENT RED -ORANGE ® RIGHT Or LEFT ARE TO BE 9B"X60". THE R2-Sd IS TO BE 98"%29". AND SIGN OZ IS TO BE 90"%I2". FLAGS ARE TO 0E ATTACHED IN THE POSITION S ITDwN ON SIGNS Q Q Q ® Q AND Q. THE ® SPEED TO BE DETERMINED BY THE ENGINEER. SIGNS Q AND © SHOULD BE USED ONLY IF THE ENGINEER DETERMINES THAT A REDUCED FLAGS AND STAFFS ARE TO BE ATTACHED IN SPEED 15 BEDUIREO THROUGHOUT THE PITOJECT. SUCH AMANNER THAT THE SIGN FACE MIL NOT BE Ad SO THE FLAGS MAY BE EITHER A NOTE: SIGN O SHALL BE INSTALLED THROUGHOUT THE LENGTH OF THE PROJECT AS DIRECTED BY THE CLOTH OR VINYL MATERIAL. THE FLAGS SHALL BE ENGINEER. AND BE PAID FOR AT THE "EACH PER DAY" BID FOR THE SIZE OF SIGN USED. SUBSIDIARY TO THE WARNING SIGN BIO ITEMS. ALL DEVICES SHALL COMPLY WITH THECURAEST EDITION OF THE MANUAL ON UNIFORM TRAFFIC DEVICES FOO STREETS AND HIGHWAY 5. WHENEVER THIS STANDARD CONFLICTS WITH WHERE THE ROAD IS OPEN BEYOND THE POINT OF CLOSURE. EITHER THE R11-3. ROAD CLOSED THE MANUAL. THIS STANDARD SHALL GOVERN. 1 1 MILES AHEAD LOCAL TRAFFIC ONLY SI CyCI. OR THE R11-9. ROAD CLOSED TO THRU TRAFFIC SIGN. SHOULD BE SUBSTITUTED FOR SIGN `PJ EXCEPT FDR M -SIGNS USED IN ROUTE MARKER ASSEMBLIES AND AS OTHERWISE NOTED. ALL SIGNS SHALL BE FULLY RETROREFLECTDRIZEO WITH TYPE II HIGH PERFORMANCE SHEETING. SIGN OS SHOULD BE PLACED 500 FEET FROM THE ENO OF THE ACTUAL WORK AREA, ANO NOT NECESSARILY AT THE EXTREME LIMITS OF THE PROJECT. FOR ALL PROJECTS LET AFTER JULY 1. 1996. ALL SIGNS NOW REQUIRING TYPE 11 HIGH KANSAS DEPARTMENT OF TRANSPORTATION PERFORMANCE SHEETING SHALL BE REPLACED WITH SIGNS RETROFLECTORIZED WITH SIGN OJ IS TO BE ELIMINATED IF THE ADVISORY SPEED IS WITHIN 5 MPH OF THE SPEED FWORES CENT ORANGE PRISMATIC GRADE RETROFLECTIVE SHEETING. LIMIT" TYPICAL TRAFFIC CONTROL SIGNS WHERE TWO WORK AREAS ARE LESS THAN TWO MILES APART. THE SIGN FOR THE FIRST WORK AREA AND THE 0 SIGN FOR THE SECOND WORK AREA SHOTLrl BE ELIMINATED. TE755 10/13/93