Johnson County facilities and purchasing staff on May 22, 2025, briefed commissioners on a planned contract award to Freeman Concrete Construction LLC for phase 8 of pavement replacement at the Murray L. Nolte Transit Center in Olathe, for an amount not to exceed $245,637.20.
The presentation matters because the project is part of a multi-year capital replacement program and uses appropriated 2025 capital replacement program (CRP) funds, meaning no additional county funds were requested. Commissioners also used the agenda review to question procurement practices and whether the county should further define what makes a bidder “responsible.”
Kyle Hilton, with Facilities Management, described the scope: “This contract is with Freeman Concrete Construction, where we placed deteriorated pavement and asphalt at the Murray Nolte Transit Center located off of 56 Highway here in Olathe. The areas of replacement during this phase 8 are at the north end of the bus canopy and the north public interest entrances on the site.” Hilton said the work was identified as part of the 2025 capital replacement program and displayed site plans showing completed, current and future phases.
Hilton told the board that 21 firms viewed the invitation for bid (IFB number 2025-016) and the county received eight responsive bids; Freeman Concrete was the lowest responsive and responsible bid. He said funding is within the 2025 CRP, so “no additional county funds are being requested.”
Commissioners asked technical and procurement questions. Commissioner Brewer sought clarity on alternate bid items and the engineer’s opinion of probable cost; Hilton replied that the county uses engineer opinions of probable cost as a rough order-of-magnitude and that alternates were included in the bid strategy to expand work if bids allowed. Commissioner Craft asked whether remaining driveway pavement should be included now or deferred; Hilton said site coordination and bus routing factors influenced the phasing and that remaining segments could be scheduled for later in the year or early next year.
Robin Lines, the county purchasing manager, explained how staff determine a “responsible” bidder: “So when we look at responsive and responsible, we're looking at the due diligence that we do. So we check the EPLS, the excluded parties list... We look at the Better Business Bureau to make sure that, again, they're on the up and up, that everything is good, with their company and that they have the financial capabilities. On certain circumstances we will look at the financial capabilities that factors into them being responsible.”
No formal contract award vote occurred during the agenda review; the item was presented for placement on next week’s business-session consent agenda. The chair asked whether anyone objected to placing the item on consent; after no objection, the item will appear on the business session agenda for formal authorization.
If authorized at the business session, county staff said work would proceed under the terms of IFB 2025-016 and the contract with Freeman Concrete; staff recommended awarding to the lowest responsive, responsible bidder and to proceed using the alternates permitted by the bid and funding availability.