Need Help?
Contact Us At: distribution@drexeltech.com
   Planroom Links
Drexel Technologies Web Site
Planroom Home

Public Jobs
Private Jobs (with password)
Calendar

Log In
Version 6.0.11.11

 
 
   Information  
 
 
   Plan Holders  
 
 
   View Plans  
 
 
   Addenda  
 
 
   Spec Sheets  
 
CMSD #9 Sanitary Sewer Line Repair and Relocation (3 sites)

CMSD #9 Sanitary Sewer Line Repair and Relocation (3 sites)
           Place Order 

 

    

Contact:   Heidi Thummel
PreBid Date:   12/04/2007 9:00
PreBid Info:   A Mandatory Pre-bid Conference for all prospective bidders will be held at 9:00 a.m. on December 4, 2007 in the conference room of the Nelson Wastewater Treatment Plant, Building No. 11, 4800 Nall Avenue, Mission, Kansas. A mandatory visit to each site will be conducted after the meeting. Bids received by parties that did not attend the pre-bid conference will be returned unopened.

Company:   GBA
Bid Date:   12/13/2007 14:00
Bid Info:   Sealed bids will be received by the Office of Financial Management, Purchasing Division, Johnson County Administration Building, 111 South Cherry Street, Suite 2400, Olathe, KS 66061-3486 until 2:00 p.m. local time on a clock designated by the Office of Financial Management, Purchasing Division, December 13, 2007 for Bid Request No. 2007-079 for CMSD Contract No. 9: Sanitary Sewer Line Repair and Relocation (3 Sites). Bids received after the above designated time will be returned unopened.

Project Location:

Public Notes:
The project consistis of the the following: Walnut View Pump Station Removal: The work includes, but is not limited to, furnishing all materials and labor, insurance and equipment, and all other work involved to furnish and install 1 ? 5?-0? dia. manhole, 4 ? 6?-0? dia. manholes, 319 l.f. of 12? dia. PVC sanitary sewer pipe, 411 l.f. of 12? dia. ductile iron sanitary sewer pipe, installation of 6 manhole epoxy liners, demolition and abandonment of the existing Walnut View Pump Station and Wet Well and electrical components, removal and abandonment of an existing 6? dia. force main, erosion control, surface restoration, and all other appurtenances necessary to complete the project. Turkey Creek Interceptor Realignment: The work includes, but is not limited to, furnishing all materials and labor, insurance and equipment, and all other work involved to furnish and install 1 -4'-0" dia. manhole, 4 ? 5?-0? dia. manholes, 228 l.f. of 8" dia. PVC sanitary sewer pipe, 622 l.f. of 30? dia. PVC sanitary sewer pipe, abandonment of existing 30-inch dia. interceptor and manholes, erosion control, surface restoration, native seeding, and all other appurtenances necessary to complete the project. Lackman Business Center Storm Basin Sewer Relocation: The work includes, but is not limited to, furnishing all materials and labor, insurance and equipment, and all other work involved to furnish and install 4 ? 4?-0? dia. manholes, 206 l.f. of 6? dia. PVC sanitary sewer pipe, 366 l.f. of 8? dia. PVC sanitary sewer pipe, 383 l.f. of 12? dia. PVC sanitary sewer pipe, 191 l.f. of reinforced concrete encasement, removal of existing 8- and 12-inch dia. sanitary sewer and manholes, erosion control, surface restoration, landscaping, and all other appurtenances necessary to complete the project. Bidders shall submit with their bid a bid bond issued by a surety company licensed to do business in the State of Kansas in the amount of five percent (5.0%) of the total amount of their bid. Said guarantee shall be made payable to the Board of County Commissioners of Johnson County, Kansas. Nonresident contractors that are not already registered with Kansas Secretary of State are required by law to register with the Director of Revenue, State Office Building, Topeka, Kansas, as a precedent to commencing work on the contract. For contracts in excess of ten thousand dollars ($10,000.00), the nonresident contractor shall file with the director of Revenue an acceptable bond pursuant to K.S.A. 70-1010. No bid may be withdrawn within a period of sixty (60) days from the date of the bid opening. The County reserves the right to award the contract to the lowest and best, responsive and responsible bidder(s) for the work covered by the bid and to reject any or all bids and to waive irregularities and informalities in any bid submitted. No bidder shall in any way, directly or indirectly, discriminate against any person because of age, race, color, handicaps, sex, national origin or religious creed.



Job Purchase Information:
Copies of the contract documents and specifications may be obtained for $60.00 per set (non refundable) from the Issuing Office: Kelly Imaging, 10840 West 86th Street, Lenexa, Kansas 66214-1632, (913) 341-2333. Bidding Documents will be shipped only if the requesting party assumes responsibility for all related shipping charges. Corporate, certified, or cashier's checks shall be made payable to Kelly Imaging, Inc.


Addenda
  • 12/06/2007 - Addendum #1 Addendum #1 - Consists of 17 pages of 8 1/2 x 11.  Click to View
  • 12/10/2007 - Addendum #2 Addendum #2 - Consists of 22 pages of 8 1/2 x 11  Click to View

The complete set of bid documents does not contain large format drawings.