INVITATION TO BID Notice is given hereby that the Bid # BOARD OF EDUCATION UNIFIED SCHOOL DISTRICT NO. 506 ALTAMONT, KANSAS

Similar documents
~lamance <tount!' 9'~UUJ ;i)epwdment 124 We6t ElmStltm (j,taluun,.ncjjdli &vwfina 27253!Jefepfwae(336) :Jax(336)

INTRODUCTION. A. Overview. A. Scope of Work. B. Additional Requirements

REVISED BID FORM. To Procurement Services, Room 1104, 900 East Broad Street, Richmond, Virginia:

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

Main Building Auditorium

CITY OF MARSHALL, MINNESOTA

Finance & Technology Administrator (815) ext 223

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO:

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Both envelopes must have the following information in the lower left hand corner:

1) Unified School District No. 489 reserves the right to reject any or all bids and to waive any informalities in the bid procedure.

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St.

DIVISION 2- EXISTING CONDITIONS

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

Bidding Conditions Attachment C

Fill material and Top Soil

CITY OF BIRMINGHAM DEPARTMENT OF PLANNING, ENGINEERING & PERMITS ARCHITECTURAL DIVISION

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE

SECTION BID FORM. Garfield Street Drainage Improvements

REQUEST FOR PROPOSALS

RFQ Drainage Ditching and Culvert Replacement

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

Invitation for Bid - Standard Office Furniture / Task Chair

REQUEST FOR TENDER - SERVICES RFT HOUSE DEMOLITION 7958 BEAVERDAMS RD., NIAGARA FALLS, ON.

DEAN + TYLER + BURNS ARCHITECTURE

City of Jacksonville Finance Department

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1

SECTION BID FORM. Construction of Water Mains: Jonestown, PA. Market Street Project No. W-1-19

The Bid Date has changed to 03/16/2010 at 2:30 PM.

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

PURCHASING DEPARTMENT

INVITATION TO BID (Request for Proposal)

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR

CONTRACT AGREEMENT. This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the

A new Proposal Form is being issued with this Addendum, the following is an explanation of the changes, disregard originally issued form.

Union County Vocational - Technical Schools Scotch Plains, New Jersey

INVITATION TO BID. Prospective bidders are encouraged to conduct a pre-bid site visit to aid in their bidding assessments.

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245

DESCRIPTION. BID Gasoline and Diesel Fuels

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

PUBLIC WORKS DEPARTMENT FREMONT SQUARE SIDEWALK RECONSTRUCTION PROJECT NO. PW1438/ATPL-5008(140)

School Risk Assessment

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

March 6, ADDENDUM NO. 1 to PROJECT MANUAL for Maple Haven Park Site Work Bid Proposal #37-06 PORTSMOUTH, NEW HAMPSHIRE NOTICE TO ALL BIDDERS

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

NOTICE TO BIDDERS FOR

MEMORANDUM. Taylor Schoel with Walter Schoel Engineering. DATE: August 29, Addendum 1 - Green Drive Culvert Replacement.

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT

Kalkaska County Road Commission 1049 Island Lake Road Kalkaska, MI Telephone: Facsimile:

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

Spring Lake Public Schools. Spring Lake, MI. March RE: High School Storage Buildings

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS

SECTION 820 PUMP STATION DEMOLITION AND SITE RESTORATION

ADVERTISEMENT TO BID PARTIAL

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR QUOTATIONS Crushed Gravel

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3

SECTION BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT

NOTICE TO BIDDERS. Bids will be publicly opened and read aloud at approximately 2:15pm in the Saugatuck-Douglas District Library.

HEBER LIGHT & POWER COMPANY OPERATIONS DEPARTMENT REQUEST FOR PROPOSAL (RFP) Directional Bore RFP

Generator for Maintenance/Police Complex

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT

CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553

Bidders Name: DOCUMENT 330 BID FORM

CONSTRUCTION DOCUMENTS FOR THREE TRENCH DRAIN MODIFICATIONS. City of Des Peres Manchester Road Des Peres, Missouri 63131

PROPOSAL AND BID FORM (Submit in triplicate)

I INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project

DOCUMENT BID PROPOSAL

City of Eagle Point 2017 Paving Instruction to Bidders

REQUEST FOR PROPOSAL DEMOLITION & REMOVAL OF THE OLD TOWN HALL 2278 US ROUTE 4 EAST

CONSTRUCTION DOCUMENTS FOR CONCRETE CURB ON DES PERES ROADS IN THE CITY OF DES PERES. City of Des Peres Manchester Road Des Peres, MO 63131

BID FORM This Bid is submitted to: City of Glasgow 126 East Public Square Glasgow, KY 42141

I. CHANGES TO THE SPECIFICATIONS REISSUED WITH THIS ADDENDUM

BID PROPOSAL CONTRACT NO. AOPC

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

Cooling Tower Replacement Western Guilford High School Guilford County Schools. Pre-bid Conference May 3, 2018

OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE

PUBLIC WORKS DEPARTMENT

DIVISION 0 - CONDITIONS OF THE CONTRACT

The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM.

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013


Revised BID FOR UPGRADES AND REPAIRS TO BULK DOCK 2 MARINE STRUCTURES PORT OF CORPUS CHRISTI AUTHORITY

NC STATE SURPLUS PROPERTY AGENCY BID CONTRACT. Bid # D03211 Bid Opening: 1:00PM Location: East Carolina University

CALLEGUAS MUNICIPAL WATER DISTRICT THOUSAND OAKS, CALIFORNIA NOTICE INVITING BIDS

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

REQUEST FOR BIDS CULVERT REPLACEMENT PROJECT FREEPORT, MAINE

The Home Depot U.S.A., Inc. Instructions to Bidders

BIDDING DOCUMENTS FOR THE WASHINGTON UNIFIED SCHOOL DISTRICT FOR

Transcription:

UNIFIED SCHOOL DISTRICT NO. 506 ALTAMONT, KANSAS INVITATION TO BID Notice is given hereby that the Bid # 17-506-3 BOARD OF EDUCATION UNIFIED SCHOOL DISTRICT NO. 506 ALTAMONT, KANSAS will accept proposals for DEMOLITION OF BUILDING STRUCTURE FORMER CAFETERIA BUILDING 907 E 7 th STREET ALTAMONT, KANSAS USD 506, Labette County Public Schools requests your bid quotation for the Demolition of the Former Cafeteria Building (Building A), Altamont, Kansas. Reference Appendix A for the General Bid Specifications related to this project. Reference Appendix B for a site plan of the building indicating the location of building to be demolished as part of this bid. Reference Appendix C for the Bid Specification Form to be completed and returned to USD 506 by the date and time listed. All sealed bid proposals must be received by mail or delivered prior to 11:00 a.m. CDT on Thursday, November 9, 2017, to the address reflected below. Be sure to use PO Box Number if mailing. Bids received after 11:00 a.m. CDT will not be accepted. It is understood that USD 506 is in no way responsible for the delivery failure of any form of mail/delivery service. Bids will be opened and read aloud at 11:01 a.m. CDT, Thursday, November 9, 2017, at 401 South High School Street, Altamont, Kansas. Vendors need not attend but are welcome. Name of bidder, the date and time of bid opening, and Demolition of the Former Cafeteria School Building must be plainly marked in the lower left-hand corner of the sealed envelope, which contains the bid. Board of Education action on the bids should take place at the Board of Education meeting on Monday, November 13, 2017. The meeting will begin at 7:00 p.m. at the District Office, 401 South High School Street, Altamont, Kansas. Bidders need not attend but are welcome. Each proposal must be accompanied by a certified or cashier s check, or a bid bond in the amount of five percent (5%) of the contractor s bid. A Performance Bond and a Material Labor Payment Bond in amounts equal to one hundred percent (100%) of the contract price shall be furnished by the successful bidder. Bonds shall be issued by a surety acceptable by the board. 1

No bid shall be withdrawn after the opening of bids without consent of the Board of Education, for a period of sixty (60) days after the scheduled time of closing bids. Official notification of bid acceptance will be in the form of a USD 506 purchase order. General Bid Information Any deviations from the specifications must be listed separately. USD 506 reserves the option to consider and accept deviations in specifications if they are in the best interest of the district. All bids must be submitted on the attached Bid Specification Form (Appendix C). The Board of Education, Labette County Public Schools, USD 506 reserves the right to reject any or all bids and to waive any informality or technicality in bidding, if it be in their best interest to do so. A Pre-Bid Meeting has been scheduled for Tuesday, October 24, 2017, at 9:00 a.m. Attendance at the pre-bid meeting is required for bid acceptance unless other suitable arrangements are made with the USD 506 district office prior to October 24, 2017. To RSVP for this walk-through, please contact Brent Barragar, Maintenance Director, at (620) 778-2143. 2

Other Bid Requirements NON-DISCRIMINATION STATE The contractor hereby agrees to require that sections 1 through 5 of K.S.A. 44-1030 (as follows) are to be included in all contracts to which the contractor s agency is a party; except those with contractors, vendors or suppliers whose cumulative dollar total in the fiscal year is $5,000.00 or less, or who have fewer than four employees. (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, national origin or ancestry, physical handicap unrelated to such person s ability to engage in the particular work; (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 Kansas Commission on Human Rights; (3) If the contractor fails to comply with the manner in which reports to the Kansas Commission on Human Rights in accordance with the provisions of K.S.A. 1976 Supp. 44-1030, as amended, the contractor shall be deemed to have breached the present contract and it may be canceled, terminated or suspended, in whole or in part by Unified School District 506; (4) If the contractor is found guilty of a violation of the Kansas Act Against Discrimination under a decision or order of the Kansas Commission on Human Rights which has become final, the contractor shall be deemed to have breached the present contract and it may be canceled, terminated or suspended, in whole or in part by Unified School District 305; and (5) The contractor shall include the provisions of paragraphs (1) through (4) inclusively of this subsection (5) in every subcontract or purchase order so that such provisions will be binding upon such subcontractor or vendor. NON-DISCRIMINATION USD 506 The Unified School District 506 does not discriminate on the basis of race, color national origin, sex, handicap, disability, or age. Persons having inquires may contact the ADA and Section 504 Coordinator, 401 South High School Street, Altamont, KS 67330, (620) 784-5326. Please call Brent Barragar at the telephone number listed below with any questions you have about this proposal for bid. USD 506, Labette County Public Schools Attn: Brent Barragar, Maintenance Director 401 S. High School Street P O Box 189 Altamont, Kansas 67330 Telephone Number: 620-778-2143 (cell) 3

APPENDIX A USD 506, Labette County Public Schools BID SPECIFICATIONS Unless stated otherwise the following are required minimum specifications that must be met to be considered for bid purposes for the demolition of Building A at the Labette County High School Campus. USD 506 reserves the option to accept some deviations in the specifications if they are deemed to substantially to meet the listed specifications. Part 1- GENERAL 1.1 Summary A. The work herein includes, but is not limited specifically to, furnishing all labor, materials and equipment necessary to perform all wrecking, demolition, removal, haul-off and/or salvage required to remove the designated portions of the existing school building. Disposal of debris and shoring required to remove all equipment and building materials, etc., as necessary for disposal regulations, or as required, shall be provided complete. B. The Owner reserves rights of ownership to any furniture, equipment or building components as he may desire, including those of historic nature. The remainder of building, equipment and furniture shall be demolished and removed. C. The Contractor shall have the right to salvage, except all Labette County Public School District inventory tags or identifications and control boards and actuators from the building. D. Contractor will obtain and pay for necessary permits and inspection for work associated with this project. A copy of the permit and completed inspection record card shall be provided to USD 506. E. The Contractor shall abide by all laws and ordinances. F. Use of explosives will NOT be permitted. G. Burning of any debris, trees or rubbish will NOT be permitted. H. Reference Appendix B for the location of Building A on the Labette County High School Campus. 4

1.2 Key Project Elements A. A purchase order will be issued following approval by the Board of Education at their November 13, 2017, meeting. All work must be complete by June 29, 2018. USD 506 Maintenance and Operations Director and Superintendent must approve final work schedule prior to commencement of work. B. Contractor is required to secure the affected work area before, during and immediately following work until such time as the work area is released to the owner for full use. School may not be in session while work is performed. C. All property owned by USD 506 is drug-free, tobacco-free, and alcohol-free by state law. Contractor is required to abide by this law. D. All property owned by USD 506 is a weapon-free zone. Contractor is required to abide by this request. 1.3 Contractor Responsibility A. Contractor will protect the work area from damage by equipment, tools, and other work related to demolition of Building A. Contractor is responsible to restore the disturbed area(s) of the work area to its pre-project construction condition or better. B. Contractor will protect adjacent areas from contaminants (i.e. asbestos, lead, mold, etc.) released as a result of the work related to this project by employing measures recognized by current regulations regarding contaminants (i.e. AHERA, NESHAP, OSHA, EPA, etc.) C. Contractor is responsible for any and all repair of the sidewalks, curbs, driveways, grass, adjacent buildings, trees scheduled to remain, etc. due to damage caused by tools, equipment, motor vehicles, etc. used in or related to the project. D. Contractor will obtain waste disposal manifest(s) and pay tipping associated fees for debris hauled from the site. E. Contractor is responsible to insure contractor s employees adhere to state laws regarding school grounds as drug-free, tobacco-free, and alcohol-free at all times. F. Contractor is responsible to insure contractor s employees do not bring weapons to the worksite, as USD 506 property is a weapon-free zone. G. Contractor will provide restroom facilities for contractor s employees. 5

1.4 COMPLETION TIME A. The work schedule established by USD 506 Maintenance and Operations Director and Superintendent will be strictly enforced. The areas affected by this project must be turned over to USD 506 for full use by the stated completion date. Project schedule is May 21, 2018, through June 29, 2018. Scope of Work Start Date Completion Date Demolish Building A May 21, 2018 June 26, 2018 (Subst. Comp.) Punchlist June 27, 2018 June 29, 2018 (Final Comp.) B. The Contractor shall coordinate this project with any functions involving the school facility so as not to disrupt normal activities. C. No work may begin before approval of the bid by the USD 506 Board of Education. D. Any weather and/or wet soil conditions that would delay the commencement of the project will be so noted and logged. Weather delays throughout the course of the project will be logged as well. E. Construction completion and liquidated damages: 1. Bidder agrees, if awarded the Contract, to complete all Work under this Contract, to a point of Substantial Completion by June 26, 2018. 2. Liquidated Damages: Bidder agrees that if Substantial Completion is not achieved within the fixed time or any extension thereof, the Contractor shall pay the Owner liquidated damages, as fixed and agreed, the sum of $300.00 for each calendar day of delay until the Work is substantially complete. 1.5 Quality Assurance A. Demolition firm qualifications: Engaged and experienced firm that has successfully completed demolition work similar to that indicated for this Project. B. Regulatory Requirements: Comply with governing EPA notification regulations before starting demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. 1.6 Project Conditions A. Building to be demolished will be vacated and the use discontinued before start of work. B. Owner assumes no responsibility for actual condition of building to be demolished. 6

C. The Demolition Contractor shall be solely and completely responsible for properly handling any asbestos not abated by the Owner within their bid. D. Questions regarding Asbestos Report, provided by the Owner, may be directed to Brent Barragar with the School District. Mr. Barragar s telephone number is 620-778-2143. Part 2 - INSTRUCTIONS TO BIDDERS 2.1 SITE VISIT A. Bidders are required to visit the project site and familiarize themselves with the conditions and actual quantities required for their respective scopes of work, and to gather all other information necessary to complete the project. B. A Pre-Bid meeting has been scheduled for Tuesday, October 24, 2017, beginning at 9:00 a.m. at the district office located at 401 South High School Street, Altamont, KS 67330. Attendance at the pre-bid meeting is required for bid acceptance unless other suitable arrangements are made with the USD 506 operations department prior to October 24, 2017. Please RSVP for the site visit to Brent Barragar, Maintenance Director, at (620) 778-2143. C. Bidders, at their own expense, can and are encouraged to survey and investigate the affected areas as necessary to arrive at a bid price. Site visits may only occur after the pre-bid meeting on Tuesday, October 24, 2017 unless other suitable arrangements are made with the USD 506 maintenance director prior to October 24, 2017. 2.2 COMPLIANCE A. The materials, products, equipment and method of installation, as specified in Appendices A, are used as a standard of quality and appearance as desired by the Owner. Any bidder shall list a minimum of three (3) projects that have been performed by the current company under the same company name as listed. All projects must be of similar scope. B. Submit two (2) letters of reference with the bid form for similar scope work performed within the past five (5) years. Letters of reference must include the contact name and current valid phone number of the facilities manager or building administrator of the facility in which the work was performed as well as a short description of the scope of work performed. 7

Part 3 - SUPPLEMENTAL CONDITIONS 3.1 INSURANCE: CONTRACTOR LIABILITY INSURANCE A. Worker s Compensation and Employers Liability insurance provided to the district prior to commencement of work. B. Commercial General Liability shall not be less than $1,000,000 General Aggregate. C. Business Automobile Liability shall have a combined single limit of $1,000,000. 3.2 BUILDERS RISK INSURANCE A. The contractor shall provide builders risk insurance. A copy of the builders risk policy must be secured prior to commencement of work. 3.3 BOND: STATUTORY BOND A. The successful bidder shall furnish a statutory bond in an amount not less than 100% of the base bid. Statutory bond shall be filed and recorded with the Clerk of the District Court following bid award. 3.4 BID BOND A. Each bid shall be accompanied by a bid bond or certified check for the amount of five percent (5%) of the base bid and made payable to Unified School District 506. A recognized surety authorized to do business in the State of Kansas shall issue the bid bond. 3.5 PERFORMANCE BOND A. The Contractor shall provide and pay for a bond covering faithful performance of the contract and the payment of all obligations arising thereunder by a Corporate Surety acceptable to the Owner and authorized to do business in the State of Kansas as approved by the Owner. B. The Bidder shall deliver said bond to the Owner not later than ten (10) days after the execution of the contract. 8

Part 4 - EXECUTION 4.1 Examination A. Verify that utilities have been disconnected and capped. B. Survey existing conditions and correlate with requirements indicated to determine extent of demolition required. 4.2 Utility Services A. Maintain existing utilities indicated to remain in service and protect them against damage during demolition operations. 1. Do not interrupt existing utilities serving occupied or operating facilities, except with authorization, in writing, by the Owner. Provide temporary services during interruptions to existing utilities, as acceptable to Owner and to governing authorities. Provide not less that 48-hours notice to the Owner if shutdown of service is required during changeover. 2. Utility Requirements: USD 506 will locate, identify, and properly disconnect, seal or cap off any utility services discovered serving structures to be demolished prior to start of demolition activities. 3. USD 506 will arrange to shut off utilities with utility companies, including all below grade utilities. 4.3 Demolition A. Building Demolition: Demolish areas completely and remove from the site. Use methods required to complete work within limitations of governing regulations and as follows: 1. The contractor shall clean and remove all remaining demolition debris from the project area following completion of work and dispose of debris in accordance with current federal, state and local regulations. 2. Dispose of demolished items and materials promptly. On-site storage or sale of removed items is prohibited. The contractor shall use industry standard best practices to perform the work described herein. 3. Demolish concrete and masonry as required to create least disruption to the school and neighborhood. 9

4. The contractor shall protect the work area from inadvertent, unauthorized pedestrian traffic to the fullest extent possible. B. Below-Grade Construction: Demolish foundation walls, footings, vaults, and other below grade structures as follows: 1. Completely remove below-grade construction, including foundation walls, footings, and site improvements and utility lines associated with the building being areas demolished, if no longer in use. a) The Demolition Contractor shall be responsible for removal of all below grade items, regardless of depth below finish grades. Additionally, the Demolition Contractor shall excavate an additional 6-inches and replace said materials within the building(s) footprint to make sure all potential existing structures are removed during demolition of the building. After removal of footings, utilities and underground construction, rock and debris, dress the excavation and prepare the base flat to receive 2-inch size base rock. Provide base rock to excavated site in lifts no thicker than six (6) inches, compacted to 90% of the adjacent undisturbed earth. Provide clean topsoil as the final lift at a depth of four (4) inches and fine grade for seeding by owner. Demolition Contractor shall provide density testing reports to the owner during backfilling activities. b) Final grade of demolition site shall provide positive drainage to the east and south. Slope shall not exceed 1:20 in any direction across the demolition site. c) Damages: Promptly repair damages to adjacent facilities caused by demolition operations. 4.4 Salvage and Rubbish A. Salvage and rubbish from the demolition operations shall become the property of the Contractor and shall be promptly removed from the site. B. The Owner shall remove all items he desires for salvage prior to the start of demolition work and the Contractor shall not be responsible for transport of Owner salvage. 4.5 Disposal of Materials A. General: Promptly dispose of demolished materials. Do not allow demolished materials to accumulate on-site. 10

B. Disposal: Transport demolished materials off Owner s property and legally dispose of them. a) The Demolition Contractor shall properly dispose of all materials removed from this project. Hazardous materials shall be disposed of in a licensed and environmentally approved dumpsite. 4.6 Sidewalks A. Contractor will be responsible for removing sidewalks as referenced in Appendix (B). Part 5 SPECIAL CONDITIONS 5.1 Limitations A. Exterior destructive demolition by the Contractor shall be limited to the hours of 5:00 a.m. to 8:00 p.m. daily, 7 days a week. B. Interior destructive demolition and non-destructive demolition by the Contractor shall be permitted to occur 24 hours per day, 7 days each week. C. The Owner reserves the right to halt work temporarily if noise complaints or other concerns (dust, congestion or coordination) develop due to work activities by the Demolition Contractor. D. Arrangements may be made to work additional times if approved in advance by Brent Barragar, maintenance director. E. Every effort shall be made to secure the work area such that it is safe for USD 506 staff, students and patrons to use the adjacent parking lot during demolition. F. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from the Owner and authorities having jurisdiction. Part 6 CONTRACT CLOSEOUT 6.1 Final Cleaning A. Existing streets, roads, walks or property defaced or damaged by demolition operations, shall be restored and refinished to their original conditions. B. Execute final cleaning prior to final inspection C. Remove waste and surplus materials, rubbish, and construction facilities from the site. 11

6.2 Closeout Procedures A. It is the contractor s responsibility to inform the director of maintenance (Brent Barragar) when the work is complete and ready for Superintendent s inspection by scheduling with the Superintendent a final walk through. B. Following completion of all punch items identified by the director of maintenance, the director of maintenance shall inform the Superintendent that the work has been inspected and is complete and shall inform the contractor they can submit for final Application for Payment. 12

APPENDIX B SITE PLAN LCHS CAMPUS This site plan indicates the location of Building A, Former Cafeteria, and sidewalks to be demolished. 13

APPENDIX C Demolition of Building Structure 17-506-3 Former Cafeteria Building Labette County Kansas Public Schools, USD 506 BID PROPOSAL FORM DEMOLITION OF BUILDING STRUCTURE Former Cafeteria Building 401 SOUTH HIGH SCHOOL STREET ALTAMONT, KANSAS 67330 CONTRACTOR FOR UNIFIED SCHOOL DISTRICT 506 ALTAMONT, KANSAS ADDRESS CITY / STATE CONTACT NAME PHONE / FAX 1.1 BID PROPOSAL FORM: The undersigned agrees to furnish all labor, equipment and materials necessary for the Demolition of the Existing Former Cafeteria Building, 907 E. 7 th Street, Altamont, Kansas 67330, for the Labette County Public Schools, USD 506, Altamont, Kansas in accordance with Contract Documents. 1.2 BID SECURITY: Bid Security Included (Check One): Yes No 1.3 BASE BID: For all Work described in the Contract Documents, each bidder agrees to perform said work, as detailed below for the lump sum as shown: ($ ) AMOUNT OF BASE BID SHALL BE SHOWN IN BOTH WRITTEN FORM AND NUMERICAL FORM. In the event of a discrepancy between the two, the written amount will govern. 1.4 ALTERNATE BIDS Alternate No. 1: State the amount to be added to the Base Bid to provide the Performance and Payment Bonds for the project. Add: ($ ) AMOUNT OF ALTERNATE BID SHALL BE SHOWN IN BOTH WRITTEN FORM AND NUMERICAL FORM. In the event of a discrepancy between the two, the written amount will govern. 14

DEMOLITION OF BUILDING STRUCTURE 17-506-3 FORMER CAFETERIA BUILDING UNIFIED SCHOOL DISTRICT 506 ALTAMONT, KANSAS 1.5 COMPLETION OF WORK: The undersigned further agrees that, if awarded the Contract for the Demolition of the Former Cafeteria Building, the Work shall begin commencing from the date of the written Notice To Proceed, as issued by the District, with Substantial Completion on June 26, 2018. In the event the Contractor has not completed the work within the time allotted, the Contractor agrees to pay the Owner, or to deduct from its contract sum, not as a penalty but as liquidated damages, a dollar amount based on a calculation for each and every calendar day that the work remains incomplete after the time stipulated for Substantial Completion the amount of $300/day. 1.6 ADDENDA ACKNOWLEDGEMENT: The undersigned acknowledges receipt of the following addenda; list by number and the date appearing on Addenda. Addendum No. Date Addendum No. Date 1.7 GENERAL: The undersigned declares that he has carefully examined the specifications, and has visited the site at which work is to be done, has investigated sources of supply and has satisfied himself as to all the quantities and conditions related to the construction of the Work, and understands that in signing this proposal, he waives the right to plead any misunderstanding regarding same. The undersigned has checked all of the above figures, and understands that the Owner will not be responsible for any errors or omissions on the part of the undersigned in preparing this Bid. That a Bid will be considered incomplete and nonresponsive that includes a "No Bid" or other such language identified and described on the Form of Proposal. The term "No Change" will be considered as a valid bid, as will the figure "0.00". 15

DEMOLITION OF BUILDING STRUCTURE 17-506-3 FORMER CAFETERIA BUILDING UNIFIED SCHOOL DISTRICT 506 ALTAMONT, KANSAS In submitting this Bid, it is understood that the right is reserved by Owner to reject any or all bids and waive all informalities in connection therewith. It is agreed that this Bid may not be withdrawn for a period of Sixty-days (60) from time of opening. It is agreed that no person or company other than the firm listed below or as otherwise indicated has any interest whatsoever in this Bid or the contract that may be entered into as a result of this Bid, and that in all respects the Bid is legal and firm, submitted in good faith without collusion or fraud. It is agreed that the undersigned has complied or will comply with all requirements of local, state, and national laws, and that no legal requirements have been or will be violated in making or accepting this Bid. The undersigned has included in all quoted prices the cost for all applicable federal, state, and local taxes to items subject to said taxes. 1.8 NOTICE OF ACCEPTANCE: If written notice of acceptance of this Bid is mailed, telegraphed, or delivered to the undersigned within sixty (60) days after the date of opening of bids, the undersigned will then execute the formal Contract and deliver, within ten (10) days of notification, all bonds and certificates of insurance as required by the Specifications. In the case the undersigned fails or neglects to execute the Contract or deliver required bonds and insurances within ten (10) days of notification, all bonds and certificates of insurance as required by the Specifications, the undersigned will be considered as having abandoned the Contract and shall forfeit his bid security. 1.9 MAILING ADDRESS: The undersigned designates as his office to which such Notice of Acceptance may be mailed, telegraphed or delivered: 16

DEMOLITION OF BUILDING STRUCTURE 17-506-3 FORMER CAFETERIA BUILDING UNIFIED SCHOOL DISTRICT 506 ALTAMONT, KANSAS 1.10 BID WITHDRAWAL: This Bid may be withdrawn at any time prior to the scheduled time for the opening of Bids or any valid postponement thereof. 1.11 LIST OF SUB-CONTRACTORS AND MATERIAL SUPPLIERS: The bidder, upon award of a contract, agrees to furnish for approval a list of the proposed subcontractors and material suppliers no later than fourteen (14) days after award of said contract. 1.12 CERTIFICATION: The undersigned declares that the person or persons signing this Bid is/are fully authorized to sign on behalf of the firm listed and to fully bind the firm listed to all the condition and provisions of these documents. Dated:, 2017. Firm Name: Address: Signature: Name Printed: Title: (Seal - Bidder is a Corporation) If Bidder is a Corporation, identify State of Incorporation; if a Partnership, give full name of all partners. 17

DEMOLITION OF BUILDING STRUCTURE 17-506-3 FORMER CAFETERIA BUILDING UNIFIED SCHOOL DISTRICT 506 ALTAMONT, KANSAS 1.13 BID SUBMITTALS: Envelopes containing Bids must be opaque, sealed, identified and addressed to: Office of Superintendent 401 South High School Street Altamont, Kansas 67330 BID FOR: DEMOLITION OF THE EXISTING Former Cafeteria Building 907 E. 7 th STREET Altamont, Kansas 67330 Name and Address of Company Submitting Bid: END OF BID PROPOSAL FORM 18

BID NOTICE Labette County Public Schools, USD 506 is requesting bid quotations for demolition of a building structure. Bids must be submitted prior to 11:00 a.m., Thursday, November 9, 2017. Bid information and specifications may be received from Brent Barragar, Maintenance Director, USD 506, 401 South High School Street, PO Box 189, Altamont, KS 67330, Telephone 620-778-2143 or by visiting the district website at www.usd506.org. 19