Glass beads for reflective road paint

expired opportunity(Expired)
From: Shawnee(County)
103-21 103-21

Basic Details

started - 01 Dec, 2021 (about 2 years ago)

Start Date

01 Dec, 2021 (about 2 years ago)
due - 30 Dec, 2021 (about 2 years ago)

Due Date

30 Dec, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
103-21 103-21

Identifier

103-21 103-21
Public Works

Customer / Agency

Public Works
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

PAGE 1 SHAWNEE COUNTY REQUEST FOR QUOTES GLASS SPHERES. QUOTATION NO. 103-21 VENDOR_____________________ DATE MAILED 12-15-21 ADDRESS_____________________ CLOSING 2:00 P.M. 12-30-21 PHONE_______________________ THIS IS NOT AN ORDER 1. For any communications, always refer to the above quotation number. 2. All prices and conditions must be shown. Additions or conditions not shown on this bid will not be allowed. 3. The Shawnee County Public Works Department reserves the right to accept or reject any part of, or all of, any bid or proposal. 4. All prices quoted are to be less Federal Excise Tax and Kansas Sales Tax. SHAWNEE COUNTY HAS A NEW ELECTONIC BID SYSTEM THAT ALL BIDS WILL NEED TO BE SUBMITTED TO. All vendors are required to sign their company up in this system in order to receive or submit bid requests. Please go to www.snco.us/purchasing to register. Please subscribe to all of the categories that you
want to receive new bid notifications for. ITEM AND DESCRIPTION Shawnee County is soliciting bids for the 2022 purchase and delivery of Glass Spheres for Reflective Traffic Line Marking per the following minimum specifications. NONDISCRIMINATION: Shawnee County is committed to the concept of equal employment opportunity. All bidders and contractors are expected to comply with the provisions of K.S.A. 44-1030 and 44-1031, copies of which are attached and shall be a part of this contract and other applicable Federal and Kansas laws governing equal employment opportunity. In accordance with K.S.A 44-1030, vendor hereby agrees to the following: A. He or she will observe the provision of the Kansas Commission on Human Rights and will not discriminate against any person in the performance of work under the present contract because of race, religion, color, sex, national origin, ancestry, or physical disability. B. In all solicitations or advertisements for employees, he or she will include the phrase, “Equal Opportunity Employer”, or a similar phrase to be approved by the Kansas Commission on Human Rights C. If he or she fails to comply with the manner in which he or she will be deemed to have breached the present contract, and it may be canceled, terminated, or suspended, in whole or in part, by Shawnee County, Kansas http://www.snco.us/purchasing QUOTATION NO. 103-21 DATE MAILED 12-15-21 CLOSING 2:00 P.M. 12-30-21 PAGE 2 D. If he or she is found guilty of a violation of the Kansas Act Against Human Rights under a decision, or order of the Kansas Commission on Human Rights which has become final, he or she will be deemed to have breached the present contract, and it may be canceled, terminated, or suspended, in whole or in part, by Shawnee County, Kansas; and, E. He or she will include the provisions of subsections (a) through (d) inclusively of this paragraph in every subcontract or purchase order so that such provision will be binding upon such subcontractor of vendor. NOTICE TO SUCCESSFUL BIDDERS: The successful bidder will be notified by letter or telephone as soon as possible after bids have been opened, tabulated, and analyzed. NOTICE TO UNSUCCESSFUL BIDDERS: Unsuccessful bidders will not be notified. NOTE: In the event that goods or services delivered by the vendor are unsatisfactory and remain unsatisfactory after a notice and an opportunity to correct the deficiencies, the County reserves the right to purchase substitute goods or services from the other bidders. Shawnee County reserves the right to negotiate separately with any vendor after the opening of this RFQ when such action is considered in its best interest. Subsequent negotiations may be conducted, but such negotiations will not constitute acceptance, rejection or a counteroffer on the part of the County. Shawnee County interprets the term “lowest responsible and best bidder” as requiring Shawnee county to : A. Choose between the kinds of materials, goods, wares, or services subject to the proposal, and B. Determine which proposal is most suitable for its intended use or purpose. Shawnee County can consider among other factors such things as labor cost, service and parts availability and maintenance costs of items upon which proposals are received. Shawnee County can determine any differences or variations in the quality or character of the material, goods, wares or services performed or provided by the respective vendors. Shawnee County will award the bid, if the successful vendor refuses or fails to make deliveries of the materials/services within the times specified in the RFQ, purchase order or contractual agreement, Shawnee County may by written notice, terminate the contract OR purchase order. The success vendor will certify and warrant that goods, personal property, chattels, and equipment sold and delivered are free and clear of any and all liens, or claims of liens, for materials or services arising under, and by virtue of the provisions of K.S.A. 58-201, et seq., and any other lien, right, or claim of any nature or kind whatsoever. The vendor hereby certifies that he or she has carefully examined all of the documents for the project, has carefully and thoroughly reviewed this RFQ, understands the nature and scope of the work to be done; and that this proposal is based upon the terms, specifications, requirements and conditions of the RFQ, and documents. The vendor QUOTATION NO. 103-21 DATE MAILED 12-15-21 CLOSING 2:00 P.M. 12-30-21 PAGE 3 further agrees that the performance time specified is a reasonable time, having carefully considered the nature and scope for the project as aforesaid. Shawnee County will use discretion with regards to disclosure of proprietary information contained in any response, but cannot guarantee the information will not be made public. As a governmental entity, Shawnee County is subject to making records available for disclosure pursuant to the Kansas Open Records Act. Any confidential or proprietary information should be clearly marked. Shawnee county reserves the right to enter into agreements subject to the provisions of the Cash Basis Law (K.S.A. 10-1112 and 10-1113), the Budget Law (K.S.A.79-2935). Agreements shall be construed and interpreted so as to ensure that the County shall at all times stay in conformity with such laws, and as a condition of agreements the County reserves the right to unilaterally sever, modify, or terminate agreement at any time if, in the opinion of its legal counsel, the Agreement may be deemed to violate the terms of such law. The vendor certifies that this proposal is submitted without collusion fraud, or misrepresentation as to other vendors, so that all proposals for the project will result from free, open, and competitive proposing among all vendors. This Request for Quotation, responses thereto and any contract documents will be governed by the law of the State of Kansas. Any dispute arising out of the same will be litigated only within the courts of the State of Kansas. Vendor agrees that all data, documents, and information, regardless of form that is generated as a result of this Request for Quotation are the property of Shawnee County. The County shall not be liable to reimburse any vendor for the costs of creating, compiling or delivering the same to the County. The County is exempt from the payment of Federal and excise taxes and from Kansas sales tax. *Vendor credit agreements are prohibited. Unless otherwise stated in this document, payment will be made from vendor-submitted invoice(s) via ACH transfer, check or credit card. Shawnee County will not complete any credit application or agree to credit terms supplied by vendor. CLOSING DATE: Bids will be received until 2:00 p.m. CDT, on the scheduled closing date. The bid portal will not accept any new bids after this time. SIGNATURE OF BIDS: Each bid must show in the space provided the complete business or mailing address of the bidder and must be signed by him with his usual signature. QUOTATION NO. 103-21 DATE MAILED 12-15-21 CLOSING 2:00 P.M. 12-30-21 PAGE 4 WITHDRAWAL OF BIDS: Bids already submitted may be withdrawn upon proper identification of bidder and provided request is received prior to time of closing. Negligence on the part of the bidder in preparing the bid confers no right for the withdrawal after the time set for closing of bids. NOTICE TO SUCCESSFUL BIDDERS: The successful bidder will be notified by email or telephone as soon as possible after bids have been opened, tabulated, and analyzed. NOTICE TO UNSUCCESSFUL BIDDERS: Unsuccessful bidders will not be notified. REGISTER YOUR COMPANY: For a mandatory pre-bid meeting, you have to be registered in our bid portal for us to record you as an attendee. If you are not marked as attended, the system will not allow you to download a bid. It will also stop you from downloading your bid if you are not registered. Please register. This will allow you to receive our bid requests in the future as well. PLEASE SUBMIT YOUR BIDS EARLY: In case you have problems getting your bid to download and need assistance, we suggest you do not wait until the last minute. Our system will not allow any bids to be downloaded after 2:00 pm. All bids submitted before the specified bid closing time shall be opened and properly recorded on the bid tabulation sheet. Subsequent to the bid opening, all bids shall be thoroughly evaluated and a determination made as to their compliance with applicable specifications. The appropriate County department head shall make this determination. Upon completion of the above determination, an analysis of all bids submitted shall be prepared and formally presented to the Board of County Commissioners for acceptance and approval of the lowest and/or best bid. The Board of County Commissioners reserves the right to accept or reject any and/or all bids and to waive any irregularities or informalities therein. If additional information is required, please contact Jerry King, Public Works Road & Bridge Superintendent @ 785-251-6071. ___________________________________ Michele Hanshaw, Purchasing Specialist SHOW PAYMENT TERMS __________________________________________ SIGNED__________________________________________________________ PRINTED NAME __________________________________________________ TITLE____________________________________________________________ PHONE NO._____________________FAX______________________________ E MAIL.____________________________________________________________ QUOTATION NO. 103-21 DATE MAILED 12-15-21 CLOSING 2:00 P.M. 12-30-21 PAGE 5 Technical Specifications: This specification is to cover glass spheres for application to traffic line paint for the production of reflective surface creating improved night visibility of the traffic line without altering daytime visibility of the markings. This specification is for glass spheres used in the drop-on type application to street, highway, curb and median painted markings. The glass spheres are to be manufactured from a composition designed to be highly resistant to traffic wear and the effect of weathering. Description: Glass spheres shall be transparent spheres meeting the following requirements. Refractive Index The spheres shall have an average index of refraction not less than 1.50 when tested by the liquid immersion method at 25 degrees centigrade. Size The glass spheres shall conform to the following graduation when tested according to ASTM D-1214: U.S. Standard-Sieve No. 16 100% passing No. 40 40% - 60% passing No. 100 0% - 3% passing Imperfect Glass Spheres The glass spheres shall not contain more than twenty (20) percent irregular particles when tested by ASTM D- 1155. Imperfect glass spheres are defined as spheres which are ovate or otherwise non-spherical in shape, two or more beads fused together, opaque spheres or pitted spheres. Moisture Resistance Spheres shall pass the “Free Flow Test”. Required Apparatus: Standard one-pint screw cap mason jars with two piece covers consisting of a flat cover plate with sealing gasket attached and a crew ring to hold the cover plate on the jar. Special sixty-degree brass funnel with four-inch stem. Inside diameter of the stem shall be 0.25 inches plus or minus 0.004 inches. The top of the funnel shall be soldered to one of the screw rings from a jar so that the funnel can be screwed to the top of the jar. The inside surface of the funnel shall be kept polished smooth. Measuring pipette, Mohr Type, Capacity 0.100 ml. With graduation lines at intervals of 1/100 ml. Procedures Using a sample splitter, obtain a representative 300-gram sample of the spheres. Transfer the sample to one of the pints fruit jars and place the uncovered jar and sample in an air oven at 105 to 110 degrees centigrade for sixteen hours. Remove the jar from the oven and immediately seal it with one of the jar cover plates and screw ring. QUOTATION NO. 103-21 DATE MAILED 12-15-21 CLOSING 2:00 P.M. 12-30-21 PAGE 6 Allow cooling to room temperature. If, after cooling, the spheres have stuck together forming lumps, shake the jar violently until all lumps are broken up. This must be done without removing the cover. After breaking up lumps, remove the cover and quickly add 0.090 ml. of distilled water from the measuring pipette. Immediately seal the jar with the cover and screw ring and shake jar and contents violently for twenty seconds. Let stand for four hours; shake and tumble the spheres in the sealed jar for twenty seconds at the end of the first, second and third hour of standing. At the end of the fourth hour, without shaking, remove the cover and quickly screw the special funnel to the top of the jar. Invert the jar and support it in a vertical position. The spheres shall flow from the jar through the stem of the funnel. It is permissible to tap the funnel to start the flow; but if it is necessary to keep tapping the funnel to keep the spheres flowing, they do not pass the test. A small amount of spheres sticking to the sides of the jar or lying on the jar shoulder shall not be cause for rejection. PACKAGING, SAMPLING, TESTING AND SHIPPING: Packaging All spheres shall be packed in 50-pound paper bag containers having leak-proof, moisture proof liners. Pallet deliveries shall have 40 each of the 50-pound bags and be shrink-wrapped. Testing A sample will be taken and tested out of each 90 bags received by Shawnee County. Each sample tested must comply with the above specifications or the bidder will be charged to cover cost of testing for each sample that fails to meet the specifications and will cause rejection of that sample. Delivery: FOB SHAWNEE COUNTY TRAFFIC DIVISION 135 NE 46TH ST. TOPEKA, KS 66617 QUOTATION NO. 103-21 DATE MAILED 12-15-21 CLOSING 2:00 P.M. 12-30-21 PAGE 7 THE QUANTITIES LISTED ARE ESTIMATES AND SUBJECT TO CHANGE AS REQUIRED. Bidding Item Quantity Unit Price Total 1. Glass spheres 44,000 lbs. $_____________/lb $________________ TOTAL BID PRICE: _____________________________________________________________________________DOLLARS (In Written Format) Best (earliest) and Firm CY 2022 Delivery Date: ________________________________________________ _________________________________ BY:________________________________ COMPANY or FIRM NAME General Bidding Information Prices are to remain firm for the 2022 calendar year. QUOTATION NO. 103-21 DATE MAILED 12-15-21 CLOSING 2:00 P.M. 12-30-21 PAGE 8 44-1030 Mandatory provisions applicable to contracts of the state and other political subdivisions; cancellation, when; application to subcontract; non-application to certain contract. (a) Except as provided by subsection (c) of this session, every contract for or on behalf of the state or any county or municipality or other political subdivision of the state or any agency of or authority created by any of the foregoing, for the construction, alteration or repair of any public building or public work or for the acquisition of materials, equipment, supplies or services shall contain provisions by which the contractor agrees that: 1. The contractor shall observe the provisions of the Kansas act against discrimination and shall not discriminate against any person in the performance of work under the present contract because of race, religion, color, sex physical handicap unrelated to such person’s ability to engage in the particular work, national origin or ancestry. 2. In all solicitations or advertisements for employees, the contractor shall include the phrase, “equal opportunity employer,” or a similar phrase to be approved by the commission. 3. If the contractor fails to comply with the manner in which the contractor reports to the commission in accordance with the provisions of K.S.A. 44-1032, the contractor shall be deemed to have breached the present contract and it may be cancelled, terminated or suspended, whole or in part, by the contracting agency 4. If the contractor is found guilty of a violation of the Kansas act against discrimination under a decision or order of the commission which has become final, the contractor shall be deemed to have breached the present contract and it may be cancelled, terminated or suspended, in whole or in part, by the contracting agency. 5. The contractor shall include the provisions of paragraphs one (1) through four (4) inclusively o this sub-section (a) in every subcontract or purchase order so that such provisions will be binding upon such subcontractor or vendor. (b) The Kansas commission on civil rights shall not be prevented hereby from requiring reports of contractors found to be not in compliance with the Kansas act against discrimination. (c) The provisions of this section shall not apply to a contract entered into by a contractor: (1) Who employs fewer than four (4) employees during the term of such contract; or (2) Whose contracts with the governmental entity letting such contract cumulatively total five thousand dollars ($5,000) or less during the fiscal year of such governmental entity. 44-1031. Same; personnel to be used in performing contracts; reports; non-application to certain contractors. Every person, as defined in subsection (a) of K.S.A. 44-1002, who wishes to enter into a contract which is covered by the provisions of K.S.A. 44-1030 shall upon request of the commission, inform the commission in writing of the manner in which such person shall recruit and screen personnel to be used in performing the contract. The report shall be made on forms to be supplied by the commission. The provisions of K.S.A. 44-1030 and of this section shall not apply to any contractor who has already complied with the provisions of such sections by reason of holding a contract with the federal government or a contract involving federal funds. History: L.1972, ch.184, & 15; L. 1975, ch. 264, & 8; L. 1977, ch. 183, & 2; July 1.

200 SE 7th St. Room 201 · Topeka, KSLocation

Address: 200 SE 7th St. Room 201 · Topeka, KS

Country : United StatesState : Kansas

You may also like

JPMC Glass Beads For Traffic Paint

Due: 15 Apr, 2028 (in about 4 years)Agency: CMS - Central Management Services

Glass Spheres for Waterborne Paint for The Department of Transportation.

Due: 30 Jun, 2024 (in 1 month)Agency: Administrative Services, Procurement Services

Glass bead

Due: 07 May, 2024 (in 6 days)Agency: Department of Transportation

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.