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  
 
Lake Quivira Sanitary Sewer Rehabilitation; TLC1 Contract No. 05.

Lake Quivira Sanitary Sewer Rehabilitation; TLC1 Contract No. 05.
           Place Order 

 

    

Contact:   Heidi Thummel
PreBid Date:   01/06/2011 1300
PreBid Info:   A Mandatory Pre-bid Conference and Tour for all prospective bidders will be held at 1:00 p.m. on January 6, 2011, at the City of Lake Quivira City Hall, City Council Meeting Room, 10 Crescent Boulevard, Lake Quivira, Kansas. Bidders may enter the Lake Quivira community from Crescent Boulevard off Holiday Drive. Bidders shall stop at the gate (left lane) when they enter the community. Bids received by parties that did not attend the pre-bid conference and tour will be returned unopened. On request, each Bidder will be provided access to the site(s) to conduct such examinations and investigations as each Bidder deems necessary for submission of a Bid. Bidders must advise the Lake Quivira Country Club General Manager at (913) 631-7707 of the date and time they desire to inspect the site(s). Bidders inspecting the site(s) must check IN and OUT at the gate (the primary access to the Lake Quivira community located on Crescent Boulevard.)

Company:   GBA
Bid Date:   02/03/2011 1400
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, on February 3, 2011.

Project Location:

Public Notes:
The project shall consist of but not be limited to the following: The work includes, but is not limited to, furnishing all materials and labor, insurance and equipment, testing, and all other work involved for the installation 104 - 4? and 7 ? 5? diameter precast manholes replacing existing manholes and cleanouts along new and existing alignments; installation of 9 inside drop connections on new precast manholes; installation, removal and replacement, and point repairs of 7,625 lf of 8? diameter PVC pipe, 3,388 lf of 8? diameter Class 50 DIP, 1,466 lf of 10? diameter Class 50 DIP, 187 lf of 12? diameter PVC pipe, and 109 lf of 12? diameter Class 50 DIP; replacement of 266 lf of 8? diameter pipe with HDPE pipe by trenchless pipe replacement methods; rehabilitation of 84 existing manholes by various methods; installation of 157 vf of cementitious manhole liner; coordination of the rehabilitation of 9,097 lf of existing 8? diameter VCP sewer by installing Cured-In-Place-Pipe lining to be installed by others; repair of an existing 8? diameter sanitary sewer where the existing encasement at the creek crossing has become exposed and undercut; reinforced concrete encasements, reinforced concrete special grade control encasements, internal CCTV sewer pipe inspection, erosion control, surface restoration, seeding and sodding, slope and stream bank/bed stabilization and restoration, landscaping, traffic control, and all other appurtenances necessary to complete the project. All bids shall be submitted sealed in envelopes and marked "Bid Request No. 2010-066?. 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:
Full size copies of the contract documents may be obtained for $100.00 per set (non refundable) from the Issuing Office: Drexel Technologies, 10840 West 86th Street, Lenexa, Kansas 66214-1632, (913) 371-4430. 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 Drexel Technologies, Inc.



Addenda
  • 01/18/2011 - Addendum #1 Addendum #1 - Consists of 37 pages of 8.5 x 11.
  • 01/25/2011 - Addendum #2 Addendum #2 - Consists of 7 pages of 8.5 x 11
  • 01/31/2011 - Addendum #3 Addendum #3 - Consists of 2 pages of 8.5 x 11

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