General Concrete Work

expired opportunity(Expired)
From: Shawnee(County)
066-22

Basic Details

started - 08 Nov, 2022 (17 months ago)

Start Date

08 Nov, 2022 (17 months ago)
due - 07 Dec, 2022 (16 months ago)

Due Date

07 Dec, 2022 (16 months ago)
Bid Notification

Type

Bid Notification
066-22

Identifier

066-22
Parks and Recreation

Customer / Agency

Parks and Recreation
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 11 Quotation Number: 066-22 Vendor Name: ______________________________ Date Issued: 11-22-2022 Address: ___________________________________ Closing Date: 12-07-2022, 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 two years *SHAWNEE COUNTY HAS A NEW 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 Parks + Recreation (SCP+R) is soliciting bids for
general concrete work to install and restore concrete for sidewalks, ramps, curb and gutter, trails, amenities pads, etc. in all parkland and other county property upon request. The work may also include removal of existing concrete as necessary. SCOPE OF PROJECT GENERAL CONCRETE WORK The work to be performed consists of furnishing all labor, equipment and materials to install and restore concrete for sidewalks, ramps, curb and gutter, trails, amenities pads, etc. in all SCP+R parklands and other county properties upon request. The work may also include removal of existing concrete as necessary. NOTE: This solicitation is for general concrete work. Shawnee County reserves the right to solicit bids for project-related concrete work separately. SHAWNEE COUNTY REQUEST FOR QUOTES (RFQ) Page 2 of 11 The most current City of Topeka and Shawnee County Standard Technical Specifications shall be considered an integral part of this specification. All work performed shall be in accordance with these Standard Technical Specifications based on both the current edition and future revisions and rated at 4,000 psi. Warranty: All work performed under this quotation must be warranted by the Contractor for no less than one (1) year after the work has been accepted as complete. The warranty applies to all materials and workmanship. Term: The term of the contract shall be for two (2) years with unit pricing being held firm for the initial term of the contract. Additional three (3) annual contract addendums may be issued based on bid responses, rate negotiations, quality of work, scheduling/availability and adherence to Standard Technical Specifications Project Exemption Certificate (PEC): SCP+R will provide Contractor with a PEC as approved by the Kansas Department of Revenue for projects upon request by Contractor. Traffic Control: Traffic/pedestrian control will be subsidiary to other items in the contract. Once a specific job location has been assigned to the contractor, it shall become the contractors responsibility to install traffic/pedestrian control at the proper location. It shall also be the contractors responsibility to keep barricades/signs in an upright position. Utility Field Locates: The contractor will be responsible for obtaining field locates from the various utility companies before any excavation work is done. Contractor is responsible for any damages incurred due to failure to follow locate procedure. Bid Form: In submitting this bid, the bidder represents that: Bidder has read and fully understands the specification herein and as part of the 2013 Standard Technical Specifications for the City of Topeka and Shawnee County with 2016 revisions. The following is a description of what is to be included in the unit pricing. 1. It is the intention of Shawnee County that any work not listed in the following description is to be subsidiary to the unit price bid. 2. Variances to work included in the unit bid may be modified only in extenuating circumstances. 3. Shawnee County personnel shall allow/make these modifications at their sole discretion in accordance with the Shawnee County Purchasing Policy. Primary Bid Specifications: 1. 4 Concrete, per square-foot Removal and disposal/replacement of existing surfacing or installation of new permanent surfacing to include: Page 3 of 11 a. Saw-cutting b. Sub-grade preparations; including grading and compaction c. Placing and finishing concrete d. Crack and joint sealing e. Backfill as necessary/identified f. Traffic/pedestrian control g. Unclassified excavation h. Additional fill if necessary i. Filling all drilled test holes. 2. 5 Concrete, per square-foot Removal and disposal/replacement of existing surfacing or installation of new permanent surfacing to include: a. Saw-cutting b. Sub-grade preparations; including grading and compaction c. Placing and finishing concrete d. Crack and joint sealing e. Backfill as necessary/identified f. Traffic/pedestrian control g. Unclassified excavation h. Additional fill if necessary i. Filling all drilled test holes. 3. 6 Concrete, per square-foot Removal and disposal/replacement of existing surfacing or installation of new permanent surfacing to include: a. Saw-cutting b. Sub-grade preparations; including grading and compaction c. Placing and finishing concrete d. Crack and joint sealing e. Backfill as necessary/identified f. Traffic/pedestrian control g. Unclassified excavation h. Additional fill if necessary i. Filling all drilled test holes. 4. 8 Concrete, per square-foot Removal and disposal/replacement of existing surfacing or installation of new permanent surfacing to include: a. Saw-cutting b. Sub-grade preparations; including grading and compaction c. Placing and finishing concrete d. Crack and joint sealing e. Backfill as necessary/identified f. Traffic/pedestrian control g. Unclassified excavation Page 4 of 11 h. Additional fill if necessary i. Filling all drilled test holes. 5. 6 Concrete Sidewalk Ramp, ADAAG Compliant, per square-foot Removal and disposal/replacement of existing surfacing or installation of new permanent surfacing to include: a. Saw-cutting b. Sub-grade preparations; including grading and compaction c. Placing and finishing concrete d. Crack and joint sealing e. Backfill as necessary/identified f. Traffic/pedestrian control g. Unclassified excavation h. Additional fill if necessary i. Filling all drilled test holes. j. ADA detectable warning surface Additional options/pricing per project needs: 1. Combined Curb and Gutter, Type II (24), per linear-foot Removal and disposal/replacement of existing surfacing or installation of new permanent surfacing to include: a. Saw cutting b. Sub-grade preparations: including grading and compaction c. Drilling and installing dowels d. Placing and finishing concrete e. Crack and joint sealing f. Backfill as necessary/identified g. Traffic/pedestrian control h. Unclassified excavation i. Additional fill if necessary j. Filling all drilled test holes. 2. Combined Curb and Gutter, Type I or Type IV (30), per linear-foot Removal and disposal/replacement of existing surfacing or installation of new permanent surfacing to include: a. Saw cutting b. Sub-grade preparations: including grading and compaction c. Drilling and installing dowels d. Placing and finishing concrete e. Crack and joint sealing f. Backfill as necessary/identified g. Traffic/pedestrian control h. Unclassified excavation i. Additional fill if necessary j. Filling all drilled test holes. Page 5 of 11 3. 6 Concrete Edge Curb, per linear-foot Removal and disposal/replacement of existing surfacing or installation of new permanent surfacing to include: a. Placing and finishing concrete b. Backfill behind curb as necessary/identified c. Crack and joint sealing. 4. Clean-up and Restoration of Disturbed Areas, per square-foot Shall consist of: a. Final grading b. Clean-up, c. Four inches (4) of black topsoil, fertilizing, seeding and mulching per current Standard Technical Specifications or otherwise directed by Shawnee County personnel. Topsoil to be furnished by contractor if necessary. 5. Reinforcing Materials: Some projects may require the use of Fiber or metal reinforcement for added strength. Refer to the current County Standard Technical Specifications for specifics and price accordingly. 6. Stamped and Colored Concrete: Some projects may require stamped and/or colored concrete. Refer to the current Standard Technical Specifications for specifics and price accordingly. Page 6 of 11 SCHEDULE OF PRICES Bidders may choose to bid on any or all of the following. Please specify by denoting NA in the columns below if you are choosing not to bid on a particular service/additional option. Per Square-Foot Per Square-Foot Price: Price: Item Being Bid Unit Less Than 500 SF More Than 500 SF 4 Concrete SF $_____________ $_____________ 5 Concrete SF $_____________ $_____________ 6 Concrete SF $_____________ $_____________ 8 Concrete SF $_____________ $_____________ 6 Concrete Sidewalk Ramp SF $_____________ $_____________ ADDITIONAL OPTIONS/PRICING: Combined Curb and Gutter, Type II (24) LF $_____________ $_____________ Combined Curb and Gutter, Type I or Type IV (30) LF $_____________ $_____________ 6 Concrete Edge Curb LF $_____________ $_____________ Clean-up and Restoration of Disturbed Areas SF $_____________ $_____________ Reinforcing Materials SF $_____________ $_____________ Stamped and Colored Concrete SF $_____________ $_____________ SF = Square Foot LF = Linear Foot __________________________________________ _____________________________________ COMPANY or FIRM NAME CONTACT NAME PLEASE SUBMIT THIS AS THE FIRST PAGE OF YOUR BID Page 7 of 11 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 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. The portal will automatically send you bid requests for those items/services 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. 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. Page 8 of 11 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 9 of 11 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, Page 10 of 11 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: 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 Page 11 of 11 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: Michele Hanshaw, Purchasing Specialist e-mail: Michele.Hanshaw@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:Michele.Hanshaw@snco.us

200 SE 7th Street Topeka, KS 66603Location

Address: 200 SE 7th Street Topeka, KS 66603

Country : United StatesState : Kansas

You may also like

Asphalt Curb Replacement and Pavement Crack Sealing - (As Needed Basis)

Due: 18 Dec, 2024 (in 7 months)Agency: University of Connecticut Health Center