Parking lot pavement surfacing and concrete drainage flume

expired opportunity(Expired)
From: Shawnee(County)
016-23

Basic Details

started - 16 Feb, 2023 (14 months ago)

Start Date

16 Feb, 2023 (14 months ago)
due - 05 Apr, 2023 (13 months ago)

Due Date

05 Apr, 2023 (13 months ago)
Bid Notification

Type

Bid Notification
016-23

Identifier

016-23
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 of 9 Form Rev 1/2023 Quotation Number: 016-23 Vendor Name: ______________________________ Date Issued: 03-02-2023 Address: ___________________________________ Closing Date: 04-05-2023, 2:00pm Phone Number:______________________________ THIS IS NOT AN ORDER 1. In 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. Shawnee County reserve 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. 5. Price quoted shall remain firm for ninety (90) days after bid closing date. *SHAWNEE COUNTY HAS AN ELECTRONIC BID SYSTEM* All vendors are required to create an online portal account (www.snco.us/purchasing) in order to receive or submit bid requests. ITEM AND DESCRIPTION Shawnee County is
soliciting sealed bids parking lot pavement surfacing and concrete drainage flume per the following minimum specifications. Project No. S-221004.00: Shawnee County Elections Office Parking Lot Pavement Surfacing & Concrete Drainage Flume 3420 SW Van Buren, Topeka, Kansas Provide all labor, materials, and equipment necessary to repair various deteriorated areas of parking lot pavement (Cold Mill & HMA Patching), remove and replace main commercial drive entrance (8 Non Reinforced Concrete and Concrete Curb & Gutter, Type I), clean, fill cracks (Hot Pour Joint Sealant), seal coat existing parking lot pavement surface (2 coats), parking lot striping and concrete drainage flume BID SPECIFICATIONS All construction methods and material used in the construction of the improvements shall be in accordance with City of Topeka Shawnee County Standard Technical Specifications (STD) SHAWNEE COUNTY REQUEST FOR QUOTES (RFQ) Page 2 of 9 Form Rev 1/2023 (www.topeka.org/engineering/design-right-of-way), KDOT Standard Technical Specifications for Road & Bridge, latest edition including all addenda thereto. SC-1: The Work will commence with an issuance of a Start Work Order by the Owner. BID OPENING: Wednesday April 5, 2023 at 2:00 pm (CST) PRE-CONSTRUCTION CONFERENCE: Wednesday April 26, 2023 at 1:00 PM in Shawnee County Public Works Conference Room, 2nd Floor, Shawnee County Annex 1515 NW Saline Street START WORK ORDER ISSUED: Monday May 1, 2023 SUBSTANTIAL COMPLETION & FINAL ACCEPTANCE: Friday June 16, 2023 For project to be certified Substantially Compete all work must be complete and parking lot reopened to unrestricted vehicular traffic. For the project to be certified Ready for Final Acceptance and Payment, the contractor shall have submitted a signed copy of both the Final Pay Application and Change Order reconciling As Bid verses As Constructed final quantities to the Owner. In the event the contract work is not certified as being Substantially Complete and Ready for Final Acceptance and Payment by Friday June 30, 2023, Liquidated Damages shall be assessed at the rate of Seven Hundred Fifty Dollars & no/100s ($750.00) per calendar day until the project is certified by Shawnee County as being Substantially Complete and Ready for Final Acceptance and Payment. Contractor shall coordinate all work with Andrew Howell, Election Commissioner or Jake Fisher at (785) 252-5999. SC-2: ASPHALTIC CONCRETE SURFACE PATCHING shall be completed in accordance with City of Topeka and Shawnee County Standard Technical Specifications, latest edition and addenda thereto. SC-2.1: Mix Designation: BM-2A SC-2.2: Mix Design Criteria: Local SC-2.3: Asphalt Binder: PG 64-22 - Meeting requirements as specified in Section 1200 KDOT Standard Specifications SC-2.4: Asphalt for Tack Coats: SS-1HP - Meeting requirements as specified in Section 1203 KDOT Standard Specifications SC-3: COLD MILLING EQUIPMENT: Contractor shall provide a self-propelled machine capable of milling various isolated spots, located by the engineer, to a depth of 2. SC-4: PAVEMENT PATCHING: Contractor shall fill and compact milled areas with 2 deep Hot-Mix Asphaltic Concrete Overlay (BM-2A w/PG64-22). http://www.topeka.org/engineering/design-right-of-way Page 3 of 9 Form Rev 1/2023 SC-5: Asphalt for Tack Coats: Prior to placing any HMA, Contractor shall spray on the pavement surface receiving HMA a uniform coat of Emulsion Asphalt SS-1HP meeting the requirements as specified in Section 1203 Kansas Department of Transportation, Standard Specifications, latest edition and addendum. Application rate shall be 0.03 to 0.06 gallons per square yard. SC-6: Hot-Pour Elastic Type Joint Sealing Compound: Contractor shall clean and seal all cracks in the existing surface pavement using STAR ELASTO-BOND P.L. or approved equal. Sealant shall be furnished and applied in accordance with manufacturers recommendations. Contractor shall provide to the Engineer a certification or catalog cut for the sealant being provided. SC-7: SEALCOATING: Parking lot Sealcoating shall be in accordance with MAC PRO-BLEND PROTECTIVE SURFACE TREATMENT, System MAC-PBS2, 2 Sand Slurry Coats or approved equal. SC-7.1: Materials: A rubber fortified heavy-bodied and high solids refined coal tar pitch emulsion meeting ASTM D 3320 - Emulsified Coal-Tar Pitch (Mineral Colloid Type). SC-7.2: Preparation of Pavement Surface: The asphaltic surface, prior to application, shall be clean, sound and surface cured. To be clean, the surface shall from sand, clay, dust, oil grease and other foreign matter. The pavement surface shall be hand brooming, power brooming, or the employment of high velocity air blowers. Oil and grease spots which have accumulated on the pavement surface shall be scraped or heated using a propane torch if necessary, then sealed off with and Oil Spot Primer prior to the first application of the Sealcoat. SC-7.3: Application of Materials: A two-coat system consisting of two applications of MAC PRO-BLEND Sand Slurry. Application may be made with a heavy-duty soft rubber squeegee with brushes employed to rake areas of heavy deposits. Mechanical equipment (squeegee or spray) specially designed for this purpose may also be used. Completed application shall be allowed to cure for a minimum of 24 hours and then tested for traffic ability before opening to traffic. SC-7.4: Quantity of Materials: MAC PRO-BLEND 0.12 to 0.15 gallon/square yard (First Coat) Sand (dry wt.) 2 to 6 pounds/gallon of MAC PRO-BLEND MAC PRO-BLEND 0.08 to 0.12 gallon/square yard (Second Coat) Sand (dry wt.) 2 to 6 pounds/gallon of MAC PRO-BLEND SAND shall be clean, hard and durable, free from clay, salt & organic matter and well graded U.S. Sieve 30 40 50 70 100 140 200 270 Total % Retained 0.10 4.80 34.20 36.90 17.60 5.90 0.20 0.10 SC-7.5: Weather / Temperature: Sealcoating shall not be applied when weather is foggy or rainy, or when ambient temperature is below 50 degrees F. SC-8: PARKING LOT STRIPING PAINT shall be a Water-Bourne (WHITE) marking paint furnished in accordance with KDOT Standard Technical Specifications for Roads and Bridges SECTION 2215 Page 4 of 9 Form Rev 1/2023 and applied in accordance with City of Topeka / Shawnee County Standard Technical Specifications SECTION 4 Obstructions and Incidental Construction. SC-9: UTILITES: Contractor is responsible to locate all utilities prior to construction. PLEASE SUBMIT ATTACHMENT 1 AS THE FIRST PAGE OF YOUR BID BID RESPONSE Closing Date: Bids will be received until 2:00 p.m. CDT on the scheduled closing date. The online 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/her with his/her usual signature. Withdrawal of Bids: Bids already submitted may be withdrawn on the Electronic Bid System or 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. Register Your Company: For a mandatory pre bid meeting, you must 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. Also, you will need to subscribe to the bid types you can provide. This will automatically send you bid requests in the future. 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. If your pricing changes, you can replace your bid in the system any time before the 2:00 closing. Bid Openings: 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. 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. TERMS AND CONDITIONS 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. Page 5 of 9 Form Rev 1/2023 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 successful 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 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 RFQ, 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 RFQ 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. Page 6 of 9 Form Rev 1/2023 By submission of a response, the proposer agrees that at the time of submittal, it: 1) has no interest (including financial benefit, commission, finders fee, or any other remuneration) and will not acquire any interest, either direct or indirect, that would conflict in any manner or degree with the performance of proposers services, or 2) benefit from an award resulting in a Conflict of Interest. A Conflict of Interest will include holding or retaining membership, or employment, on a board, elected office, department, division, or bureau, or committee sanctioned by and/or governed by the Board of Shawnee County Commissioners of the County of Shawnee, Kansas. Proposers will identify any interests, and the individuals involved, on separate paper with the response and will understand that the County may reject their proposal at its sole discretion. No gifts or gratuities of any kind shall be offered to any County employee at any time. The Proposer certifies that this proposal is submitted without collusion, fraud, or misrepresentation as to other Proposers, so that all proposals for the project will result from free, open, and competitive proposing. 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, net 30 days. Shawnee County will not complete any credit application or agree to credit terms supplied by vendor. 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. 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. Provisions of K.S.A. 44-1030 Statute: Page 7 of 9 Form Rev 1/2023 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 persons 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 of 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. Provisions of K.S.A. 44-1031 Statute: 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. All questions regarding this bid should be posted on the online Electronic Bid System. For problems with the online Electronic Bid System, please contact: Page 8 of 9 Form Rev 1/2023 Shawnee County Audit Finance Department e-mail: Auditfinance@snco.us phone: (785) 251 4039 The undersigned agrees with all terms and conditions stated above: Signature _______________________________________________ Printed Name _______________________________________________ Title _______________________________________________ Email Address _______________________________________________ Phone Number _______________________________________________ mailto:Auditfinance@snco.us Page 9 of 9 Form Rev 1/2023 ATTACHMENT 1 016-23 Elections Office Parking Lot BID FORM PARKING LOT PAVEMENT RESURFCING Item Description Quantity Unit Unit Price Extension 1 Clean, Fill Cracks (Hot Pour) and Sealcoat (2 Coats) 30,900 SF 2 2 Nom. Asphaltic Concrete COLD MILLING 500 SY 3 2 Deep Hot-Mix Asphaltic Concrete (BM-2A w/PG 64-22, In Place (Various Locations) 500 SY 4 Remove and Replace Concrete Curb & Gutter, Type I 44 LF 5 Remove & Replace 8 Non-Reinforced Concrete Drive Entrance Pavement 30 SY 6 Parking Lot Striping (Water Bourne)(WHITE)(4) 1 LS SUB TOTAL CONCRETE DRAINAGE FLUME, NW CORNER OF BUILDING Item Description Quantity Unit Unit Price Extension 1 CONCRETE DRAINAGE FLUME 1 LS TOTAL BID (Parking Lot Pavement Resurfacing and Drainage Flume) Note: Quantities are estimated. Measurement and Payment will be the Unit Price as measured in the Field. _________________________________ BY:________________________________ COMPANY or FIRM NAME PLEASE SUBMIT ATTACHMENT 1 AS THE FIRST PAGE OF YOUR BID ATTACHMENT 2 Parking Lot Surfacing & Concrete Drainage Flume Shawnee County Election Office 3420 SW Van Buren Project No. S-221002.00 PARKING LOT REPAIR Item Description Quantity | Unit 1 | Clean, Fill Cracks (Hot Pour) and Seal Coat (2 Coats) 30,900 SF 2 | 2 Nom. Asphaltic Concrete COLD MILLING 550 SY 3 2 Hot-Mix Asphaltic Concrete (BM-2A w/PG 64-22), In 550 SY Place (Various Locations) 4 | Remove & Replace Concrete Curb & Gutter, Type | 44 LF 5 Remove & Replace 8 Non-Reinforced Commercial Drive 30 SY Entrance Pavement 6 | Parking Lot Striping (Water Bourne)(White)(4) a iS CONCRETE DRAINAGE FLUME (NW Corner Bldg.) item Description Quantity | Unit 1 Concrete Drainage Flume 1 LS ee - Parking Lot Repair, Resurfacing & Striping Cc ) - Concrete Drainage Flume - Remove & Replace Main Drive Entrance ATTACHMENT 3 ATTACHMENT 4 Sheet 1 of 1 Saved under: P:\DUO\ACADdwgs\misc\electionsofficetopo.dwg ve ct 02 gt QL vl aL OL Shawnee County Public Works Department 1515 N.W. Saline Street Topeka, Kansas 66618 (785) 251-6075 2-28-25 2-27-23 ve ce 02 st QL vl aL Ol ATTACHMENT 5 ATTACHMENT 6 ATTACHMENT 7

200 SE 7th Street Topeka, KS 66603Location

Address: 200 SE 7th Street Topeka, KS 66603

Country : United StatesState : Kansas

You may also like

REPAIR (SUS) EAST PARKING LOT FITNESS CENTER B308

Due: 14 Jul, 2024 (in 2 months)Agency: DEPT OF DEFENSE

Transformers for Reservoir Parking Lot

Due: 23 May, 2024 (in 19 days)Agency: City of Altus

Cold plane asphalt concrete pavement and overlay with RHMA-G.

Due: 15 May, 2024 (in 11 days)Agency: Department of Transportation

Please Sign In to see more like these.

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