DEMO PACKAGE #2 DECONSTRUCTION/DEMOLITION SERVICES FOR SE ANNEX AND FAIRVIEW SCHOOLS Addendum 1

Agency: Kansas City Public Schools
State: Missouri
Level of Government: State & Local
Category:
  • P - Salvage Services
Opps ID: NBD16817367414486732
Posted Date: Dec 28, 2023
Due Date: Jan 17, 2024
Solicitation No: IFB C-24-13
Source: Members Only

Bid Information

Type
IFB
Status
Issued
Number
IFB C-24-13 Addendum 1 (DEMO PACKAGE #2 DECONSTRUCTION/DEMOLITION SERVICES FOR SE ANNEX AND FAIRVIEW SCHOOLS)
Issue Date & Time
12/5/2023 04:15:33 PM (CT)
Close Date & Time
1/17/2024 02:00:00 PM (CT)
Time Left
19 days 18 hours 44 minutes 58 seconds

Contact Information
Name
Connie Fuimaono, Procurement Operations Specialist
Address
2901 TROOST AVENUE
KANSAS CITY, MO 64109 USA
Phone
(816) 418-7309
Fax
(816) 418-1409
Email
Cfuimaono@kcpublicschools.org




Bid Documents







Document name Format


Data pager



Data pager

Page size:


PageSizeComboBox
select
Your browser does not support inline frames or is currently configured not to display inline frames.
  • 10
  • 15
  • 20
  • 50



1 items in 1 pages

Bid Invitation (please login to view this document)

Acrobat / PDF


Bid Attachments




















File Name Description File Size


Data pager



Data pager

Page size:


PageSizeComboBox
select
Your browser does not support inline frames or is currently configured not to display inline frames.
  • 10
  • 15
  • 20
  • 50



14 items in 1 pages

IFB C-24-13 DECONSTRUCTION-DEMOLITION OF SE ANNEX AND FAIRVIEW DEMO PKG #2.docx
PLEASE REVIEW CAREFULLY THE ENTIRE BID PACKAGE IN ORDER TO SUCCESSFULLY SUBMIT YOUR BID 230 KB

IFB C-24-13 Specification Sections.pdf
IFB C-24-13 SPECIFICATIONS 1.11 MB

IFB C-24-13 02-A101-2017 - KCPS NS-Template-over-250k-clean.pdf
AIA DOCUMENT 02-A101-2017 130 KB

IFB C-24-13 03-A201-2017 - KCPS NS-Template-clean.pdf
AIA DOCUMENT TEMPLATE 03-A201-2017 411 KB

IFB C-24-13 Complete Fairview-6th Grade Set Reduced File Size.pdf
IFB C-24-13 Complete Fairview-6th Grade Set Reduced File Size 14.07 MB

IFB C-24-13 07-Bid Form.pdf
IFB C-24-13 BID FORM 212 KB

IFB C-24-13 Exhibit B-Supplier Diversity Form.pdf
EXHIBIT B - SUPPLIER DIVERSITY FORM 455 KB

IFB C-24-13 Exhibit C-IFB Response Checklist.pdf
EXHIBIT C - IFB RESPONSE CHECKLIST 315 KB

IFB C-24-13 Exhibit D-Insurance Requirements.pdf
EXHIBIT D - INSURANCE REQUIREMENTS 287 KB

IFB C-24-13 Exhibit E-Tax Exempt.pdf
EXHIBIT E - TAX EXEMPT 171 KB

IFB C-24-13 Fairview floor plan.pdf
FAIRVIEW FLOOR PLAN 912 KB

IFB C-24-13 Fairview SWPPP Final.pdf
FAIRVIEW SWPPP 2.35 MB

IFB C-24-13 SE Annex floor plan.pdf
SE ANNEX FLOOR PLAN 3.59 MB

IFB C-24-13 SE ANNEX 6th Grade SWPPP Final.pdf
SE ANNEX SWPPP 3.06 MB

Attachment Preview

Test Title

INVITATION FOR BID

IFB C-24-13

DECONSTRUCTION/DEMOLITION SERVICES

FOR SE ANNEX AND FAIRVIEW – DEMO PACKAGE #2

Bids Due: JANUARY 17, 2024 at 2:00 PM CST

Public Opening: JANUARY 17, 2024 at 2:00 PM CST

Submit To: Kansas City Public Schools

Purchasing Department

2901 Troost Avenue

Kansas City, MO 64109

Attention: Connie Fuimaono

Procurement Operations Specialist

Number of Copies Required: Three (3) bound copies marked “Copy”, one (1) unbound original marked “Original” in PDF format, which contains the Vendor’s entire response. Each original and copies are to have the appropriate tabs.

PUBLIC BID OPENING: BOARD OF EDUCATION OFFICE AT 2:00PM CST

2901 TROOST AVENUE, KANSAS CITY, MO 64109

1.0 GENERAL INFORMATION

1.1 Introduction. Kansas City Public Schools (KCPS) serves more than 14,000 students in grades pre-kindergarten through 12. KCPS consists of six (6) high schools, three (3) middle schools, twenty-two (22) elementary schools, (nine (9) being signature schools), two (2) early learning community schools, and one (1) Vocational/Technical school. KCPS encompasses 76 square miles and employs nearly 2,500 professionals.

KCPS provides comprehensive educational services for students in Pre-Kindergarten through grade 12. KCPS utilizes a variety of delivery mechanisms within its learning community to provide educational programs, offerings, and services. The delivery mechanisms utilized are based upon the unique academic and behavioral needs of each student.

KCPS received full accreditation by the Missouri State Board of Education January 11, 2022. KCPS continues to adopt an aggressive approach to implementing the Common Core Standards while pursuing an increased use of personal computing and technology.

For additional information about the Kansas City Public Schools, please visit KCPS’s website at www.kcpublicschools.org .

1.2 Schedule. This schedule is tentative and is subject to change for reasons, including, but not limited to changes in deadlines by KCPS.

IFB Posted: December 5, 2023

Mandatory Pre-Bid/Site Visit *January 2, 2024 at 10:00 AM CST

IFB Questions Due: January 5, 2024 at 4:00 PM CST

Answers/Addendum Due: January 9, 20243 at 4:00 PM CST

Bids Due: January 17, 2024 at 2:00 PM CST

*MANDATORY Pre-Bid/Site Visit Tuesday, January 2, 2024 at 10:00AM CST at Franklin Building located at 3400 Highland Avenue, Kansas City, MO 64109.

2.0 SCOPE OF WORK AND OTHER REQUIREMENTS FOR IFB C-24-13

2.1 Intent. Kansas City Public Schools (KCPS) is soliciting bids from qualified firms to provide demolition services at SE Annex 6th Grade Center and Fairview Schools

1. SE Annex 6th Grade Center is located at 6330 Swope Parkway, Kansas City, MO 64130.

2. Former Fairview West School is located at 3850 Pittman Road, Kansas City, MO 64133

2.2 Deconstruction, Salvage & Recycling. The salvage of building materials/historic features for reuse/recycling and diversion of waste from the landfill when economically feasible are District priorities for this project. In no case shall waste material be disposed of in a landfill or incinerator where an approved or less costly alternative exists.

Vendors shall outline their methodology and strategies for deconstruction (salvage of building materials and architectural/historic features and recycling of eligible materials) under Tab 4. Vendors may elect to propose more than one approach, so long as the alternate deconstruction strategy is clearly outlined as Bid Alternate A under Tab 4.

2.2.1 Salvage of Building Materials & Architectural/Historic Features. Vendors shall outline within the proposal the feasibility and methodology for salvage of building materials and architectural/historic features. The following materials are likely candidates and Vendors should identify within the proposal whether the items will be salvaged/reused:

A. Masonry;

B. Doors;

C. Windows;

D. Hardware;

E. Electrical fixtures;

F. Plumbing fixtures;

G. Cabinets;

H. Moldings and trim;

I. Finished wood flooring;

J. Chalkboards.

2.2.2 Recycling of Eligible Materials. Vendors shall outline within the proposal the feasibility and methodology for recycling of eligible materials. The following materials are likely candidates and Vendors should identify within the proposal whether the items will be recycled:

A. Paper;

B. Masonry;

C. Non-reinforced concrete;

D. Metals including, but not limited to, stud trim, duct work, piping, reinforcing steel (rebar), roofing, other trim, steel, iron, galvanized steel stainless steel, aluminum, copper, zinc, lead, brass, and bronze (ferrous and non-ferrous);

E. Plastics;

F. Wood, including clean dimensional wood, pallet wood, plywood, oriented strand board (OSB) and particle board.

Although not required, Vendors are also encouraged to identify within their proposals if the following additional materials can be economically diverted from the landfill:

G. Cement fiber products, including shingles, panels, and siding;

H. Rigid foam;

I. Glass;

J. Carpet and pad;

K. Insulation;

L. Gypsum wallboard.

2.2.3 Vendor Deconstruction Submittals. The Vendor shall submit receipts for salvaged and recycled materials with all invoices.

2.2.4 Financial Impacts. All proceeds resulting from the sale of salvaged and recyclable materials shall be held by the Vendor and reflected in the Pricing Page, Attachment A.

2.3 Demolition. The work includes furnishing all labor, insurance, permit fees, materials, and equipment necessary to complete demolition of the buildings, removal of debris, and site work. Vendors shall outline their methodology for demolition under Tab 4 of the proposal. The demolition work shall include all items listed below:

A. Demolition of all properties;

B. Removal of basements, foundations, footings, concrete retaining walls;

C. Removal of parking lot surfacing and all above grade and below grade accessories;

D. Protection of all public sidewalks and driveway aprons (protect all utility vaults);

E. Removal of all debris, rubbish, and tires;

F. Removal of all dead weeds;

G. Rodent extermination;

H. Protection of public and private property;

I. Street and sidewalk closure permits;

J. Appropriate fencing to secure site, ensure safety, and facilitate obtaining necessary permits;

K. Sewer plugs;

L. Coordinate all utilities, including water disconnect, notification of utilities to remove meters and shuts, ensuring utility shuts/meter removals prior to work, taking precautions to not otherwise disturb utility lines located below the alley, streets and sidewalks;

M. Water collection, treatment and discharge (including permits and fees);

N. Site work, including grading as required, erosion control (silt fencing/hay bale placement/permanent seeding), appropriate soil backfill;

O. Securing all permits, fees and licenses;

P. Securing all insurance and bonds.

2.3.1 Dust Control. Vendors are required to control dust and airborne particles created by building demolition and transportation of debris. Vendors are encouraged to explore the benefits of a “wet” demolition strategy to minimize dust. If this approach is followed, Vendors are responsible for obtaining required water, water collection, treatment and discharge (including all permits and fees).

Vendors are required to outline a dust control methodology/strategy under Tab 4 of the proposal.

2.3.2 Site Work. Site work shall include the following:

A. Vendor shall properly install approved erosion barriers, such as straw bales, fabric, sod, or other approved materials, to prevent erosion and mud from forming on sidewalks, driveways, and/or adjacent property. Such erosion barriers shall remain in place, and maintained by the Vendor, until such time as natural plantings provide adequate erosion protection;

B. Vendor shall maintain existing finish grades on property in such a manner as to not cause excessive water drainage onto adjacent property and fill all excavations such as basements and terrace garages using Approved Fill Material, including at least 12 inches of clean fertile topsoil over the basement fill and walls;

C. Where retaining walls are removed, the lot shall be terraced in a proper manner so that sufficient drainage and erosion protection will be provided as required by the District;

D. Site shall be graded to allow for community use of the site, i.e., park, recreational fields, community garden.

2.3.3 Vendor Demolition Submittals. The Vendor shall submit receipts for disposal of all debris, rubbish, building materials, etc. in authorized locations. Upon project completion, the Vendor must also submit a final report outlining work completed.

2.4 Job Training. Although not required, Vendors have the option of incorporating a job training component in connection with deconstruction and/or demolition. If the Vendor is interested in partnerships with deconstruction job training providers or if the Vendor has incorporated job training on previous projects, this should be outlined in Methodology/Approach under Tab 4 of the proposal.

Any job training program must comply with the requirements of 8 CSR 30-3.030 for the payment of trainee wages on public works projects subject to the Missouri Prevailing Wage Law.

2.5 Vendor’s Duties. The Vendor shall be responsible for the following:

A. Arrange and pay for labor, materials, equipment, tools, construction equipment, machinery, and mobilization costs;

B. Pay legally required sales, consumer, and use taxes;

C. Secure and pay for legally required permits, licenses, and government fees;

D. Give required notices and ensure work is completed in accordance with applicable laws;

E. Comply with the codes, laws, ordinances, rules, regulations, orders, and other legal requirements of public authorities bearing on the conduct of work;

F. Submit written notices to the Vendor of the observed variance of Contract Document from legal requirements. Any necessary changes will be adjusted as provided in the Contract for changes in the work;

G. Enforce discipline and good order among Vendor and Subcontractor employees. Any person employed by the Vendor or Subcontractors who does not perform his work in a skillful manner, is incompetent, or acts in a disorderly or intemperate manner shall, at the written request of the District, be removed from the project immediately and shall not be employed again in any portion of the work without the approval of the District;

H. Provide, at all times, facilities for access and inspection of the work by representatives of the District and official government agencies identified by applicable laws and regulation or the District as having the right to inspect the work;

I. The Vendor shall provide necessary utility connections for the Vendor’s facilities, such as water, gas, electrical power, telephone, roads, and sanitary facilities, including maintenance thereof;

J. Provide and pay for other facilities and services necessary for proper execution and completion of the work.

K. Dispose of all rubbish, debris, building materials, etc. resulting from abatement and/or demolition in authorized locations.

2.6 OSHA Training. The Vendor and all Subcontractors to the contract must require all on-site employees to complete the ten-hour safety training program required under Section 292.675 RSMo., if they have not previously completed the program and have documentation of having done so.  The Vendor will forfeit a penalty to the contracting public body of $2500 plus an additional $100 for each employee employed by the Vendor or Subcontractor, for each calendar day, or portion thereof, such employee is employed without the required training.

2.7 Community Information/Education. Vendors will be required to develop and execute a community information/education strategy to ensure that local stakeholders are informed of the abatement and demolition process, as well as appropriate safety precautions. The community information/education strategy shall be outlined under Tab 4.

2.8 Bid Bond Requirements. A Bid Bond by an acceptable surety of 5% of the total bid is required with the submission of this RFP under Tab 6. Contractors are required to review the Project Manual for all the bond requirements of this bid. The Contractor shall furnish bonds covering the faithful performance of the Contract and payment of all obligations arising thereunder in accordance with RSMo 107.170 for any bid totaling more than $25,000. Bonds may be secured through the Contractor’s usual sources. The cost of bonds shall be included in the IFB. A Bid Bond of 5% of the total bid amount is required with the submission of the IFB, Tab 5. The successful Offeror may be required to submit a Performance Bond and Payment Bond in the amount of one hundred percent (100%) of the contract amount within ten (10) business days after the contract award.

2.9 Performance Bond. The Vendor is required to submit a performance bond in the amount of one hundred percent (100%) of the contract amount within ten (10) business days after the contract award. The cost of such performance bond shall be factored into the proposal.

2.10 Prevailing Labor Wage. This contract shall be governed by the Missouri Department of Labor, Annual Wage Order No. 30, dated 03/10/2023. Prevailing wages must be paid to workers performing construction on public works projects according to Missouri Prevailing Wage Law. In the event that construction is involved in the implementation of this contract, the current Prevailing Wage must be paid. Vendors responding to this IFB must agree to provide KCPS with certified payrolls, directed to the KCPS Prevailing Wage Specialist at (816-418-8800).

Any job training program must comply with the requirements of 8 CSR 30-3.030 for the payment of trainee wages on public works projects subject to the Missouri Prevailing Wage Law.

2.11 Subcontractors. Vendors shall submit to the District a list of all such Subcontractors and outline the portion of work to be performed by said Subcontractors in accordance with Section 3.2 (Tab 2 Vendor Project Team Information). The vendor is responsible for providing the District with documentation of licensure, certifications, etc. required of Subcontractors in accordance with Section 3.9 (Tab 9 Certifications and Licenses). The District reserves the right to request additional information regarding Vendors and /or Subcontractors prior to awarding the project.

2.12 Notices. During the terms of the contract period, the Vendor is required to notify the District in writing about any discontinuation, enhancements, new models, or substitutions thirty (30) days prior to any of those events taking place. In the event of discontinuation or substitution, enhancements or new model and/or change in pricing, the amendment process must be followed. The District requires that if the equipment/material specified herein requires substitution due to obsolete or discontinuation during the course of the contract, the District has the right to determine the acceptance or rejection of that substitution given written thirty (30) day notice by the Vendor of such an event.

2.13 Compliance. The Vendor will be responsible for ensuring compliance with all applicable federal, state, and local laws, ordinance, rules and regulations when performing services under this contract.

2.14 Appropriation of Funds. This contract will be subject to annual appropriation of funds by the District in accordance with its normal funding practices. In the event that funds for this proposal are not available in full or in part for the payments, this contract will be subject to modification or cancellation depending upon the extent of available funds. The District may cancel this contract in its entirety without penalty, if funding is not available.

2.15 Damage to District Property. At its expense, the Vendor shall promptly remedy and repair all damages or loss to any property caused in whole or part by its employees, Subcontractor(s), supplier or anyone directly or indirectly employed by either of them, or by anyone for whose acts either of them may be liable.

2.16 Pricing Sheet. The Vendor is required to complete the Pricing Page (Attachment A). This Pricing Page is to be inserted under Tab 6 of the Vendor’s proposal. The District may award the contract in whole, or in part based on the needs of the District.

The remainder of this page has been left blank.

3.0 BID INSTRUCTIONS

3.1 Submissions of Bids. Proposal submittals will only be accepted by attaching all required documents on the District’s E-bidding system, IonWave. All documents may be scanned and attached as one document. The Vendor must be registered on the E-bidding system to submit their proposal on-line. Bids are to have the appropriate tabs as noted. Register and upload bids to https://kcmsd.ionwave.net/Login.aspx.

Bids must be received no later than January 17, 2024, at 2:00 PM CST.

3.2 Format. Vendors must respond to this IFB by using the format described in Attachment C, including all Response Templates found in Section 3. These templates will be used as the primary representation of each bid by the Kansas City Public Schools Evaluation Committee. All pages of the bid should be consecutively page-numbered, and all text should appear in no smaller than 10-point font. KCPS reserves the right to deem bids that do not comply with this format as non-responsive and reject them. Vendors will not receive notification from KCPS if their bid is rejected due to format issues. KCPS reserves the right to waive format requirements in the event it receives only one bid in response to the IFB or it is deemed in the best interest of KCPS.

3.4 Signature. The Vendor must provide an original, manual, notarized signature of an authorized agent on 3.4 Tab 4 Response Affidavit to the IFB. KCPS reserves the right to deem a proposal not including such a signature non-responsive.

3.5 Questions. All questions regarding this IFB shall be made electronically via e-mail and directed to Connie Fuimaono at bidquestions@kcpublicschools.org . The subject of the e-mail shall be “QUESTION – IFB C-24-13”. Failure to provide the correct IFB number in the email will deem the question unanswerable and will not be considered as part of any addenda. Responses to all properly submitted questions will be posted on KCPS’s E-bidding website as addenda to this IFB. The deadline for submitting questions on this IFB is January 5, 2024 at 4:00 PM CST. Any questions submitted after that date and time will not be considered or answered.

3.6 Addenda. KCPS may revise this IFB by issuing written addenda. Addenda will be posted to KCPS’s E-bidding website at www.kcpublicschools.org (click on: Community Purchasing Online Bidding System). Interested Vendors are encouraged to check the KCPS website frequently for addenda to this IFB. Vendors are responsible for reviewing and understanding information in addenda to the same extent as the IFB. KCPS has no obligation or duty to communicate addenda to Vendors beyond the posting of addenda on its website.

3.7 Presentations. KCPS may elect to interview Vendors based on meeting the specifications required in the IFB, but it is not required to do so. The determination of whether to conduct presentations with the responsive Vendors shall be made by the KCPS based solely on its determination of whether presentations would be helpful in evaluating the Vendor’s bid. Any responsive Vendor will be expected to make a presentation followed by a question-and-answer period.

3.8 Taxes. Kansas City Public Schools is a tax-exempt entity. Bids should not include federal, state, local, or surplus lines taxes.

3.9 Understanding of the IFB and Administrative Policies. By submitting a response to this IFB the Vendor accepts the responsibility to read and understand the complete document. If the Vendor has questions, the questions may be submitted to KCPS in accordance with Section 1.3.3. The Vendor also accepts the responsibility to review and understand all applicable KCPS administrative policies which may be found at:

https://simbli.eboardsolutions.com/SB_ePolicy/SB_PolicyOverview.aspx?S=228 .

3.10 Minority Business Enterprises and Women-Owned Business Enterprises. Kansas City Public Schools (KCPS) and its Office of Purchasing has a long-standing commitment to creating and improving contract opportunities for Minority Business Enterprises (MBE) and Women-Owned Business Enterprises (WBE). The Office of Purchasing is dedicated to inclusiveness and diversity in its effort to serve business owners while aligning its work to the Strategic Plan of Kansas City Public Schools.

Under the term of this program, diverse suppliers and contractors are given an equal opportunity to compete for materials and service contracts on behalf of KCPS.

To further support the Board’s Equity Policy of inclusion and diversity, KCPS has established annual goals for MBE and WBE. The annual goal for MBE should equal 9.8 percent of the applicable KCPS spend. The annual goal for WBE should equal 8.5 percent of the applicable KCPS spend. KCPS will calculate prime and subcontractor spend toward these annual goals. Only certified diverse firms will be counted towards participation goals.

KCPS reserves the right to determine whether a Bidder/Offeror has demonstrated a good faith effort to comply with its MBE and WBE annual goals and reserves the right to initiate discussion/negotiation regarding Supplier Diversity participation with the Bidder/Offeror deemed most responsive.

Good Faith Efforts:

The following are guidelines as to how good faith efforts may be defined:

(1) Good faith efforts are efforts that, given all relevant circumstances, a Bidder/ Offeror actively seeking to meet the participation goals can reasonably be expected to make. The Purchasing Department may consider the following factors in evaluating good faith efforts:

(a) Advertised opportunities to participate in the contract in general circulation media, trade and professional association publications, small and minority business media, and diverse supplier publications in sufficient time to allow effective participation.

(b) Notified a reasonable number of diverse firms of opportunities in sufficient time to allow effective participation.

(c) Attempted to identify portions of the work for qualified, certified diverse firms to increase the likelihood of meeting the participation goals, including breaking down contracts into economically feasible units.

(d) Conferred with qualified, certified diverse firms and explained the scope and requirements of potential work, not rejecting them as unqualified without sound reasons based on a thorough investigation of their capabilities.

(e) KCPS reserves the right to ask a Bidder/Offeror to submit additional documentation of good faith efforts.

The Supplier Diversity Utilization Form must be signed and returned with proposal when diverse firms are utilized. See Attachment B and submit under Tab 8 of bid. You must attach a copy of the certificate from the certifying agency and return with your bid package.

The Request for Waiver with Good Faith Efforts documentation must be completed and returned with the IFB when diverse firms are not utilized. See Attachment B and submit under Tab 8 of bid.

Any questions about the Supplier Diversity Program should be directed to the KCPS Purchasing Department at 816-418-7300.

3.11 Rejection of Proposals. KCPS reserves the right to refuse for any reason deemed to be in its best interest any and all bids submitted in response to this IFB. Vendors may or may not receive notification from KCPS if their proposal is rejected.

3.12 Incurred Costs. KCPS is not liable for any costs incurred by a Vendor in the preparation or production of its bid or for any work performed prior to the issuance of a valid contract under Missouri Law. Such exemption from liability applies whether such costs are incurred by the Vendor or indirectly through the Vendor’s agent, employees, assigns or others, whether related or not to the Vendor.

3.13 Communication with KCPS Employees. Vendors shall not communicate with any KCPS employees regarding this IFB with the exception of submitting written questions in accordance with Section 1.3.3. Verbal communications from KCPS employees shall in no case supersede any written communications from KCPS.

3.14 Improper Business Relationships. Vendors shall ensure that no improper, unethical, or illegal relationships or conflict of interest exists between the service provider; KCPS; any employee, officer, director, or principal of the service provider or KCPS; and any other party. KCPS reserves the right to determine the materiality of such relationships, when discovered or disclosed, whether intended or not. KCPS also reserves the right to decide at its sole discretion whether disqualification of the Vendor and/or cancellation of award shall result. Such disqualification or cancellation shall be without fault or liability to KCPS.

In the event KCPS disqualifies a Vendor based on an improper communication or relationship with a KCPS employee, and that Vendor’s bid would have otherwise been considered the lowest and best bid, KCPS reserves the right to select as the winning bid the next-lowest and best bid that it deems responsive to the IFB.

3.15 No Collusion. By submitting a bid in response to this IFB the Vendor and each person signing on behalf of the Vendor certify, under penalty of perjury, that to the best of his/her belief:

• The prices in the bid were arrived at independently and without collusion, consultation, communication, or agreement for the purpose of restricting competition as to any matter relating to such prices with any other Vendor, or any other competitor.

• Unless otherwise required by law, the prices in the bid have not been knowingly disclosed by the Vendor, and will not be knowingly disclosed by the Vendor, prior to opening, directly or indirectly, to any other Vendor or competitor.

• No attempt has been made or will be made by the Vendor to induce any other person, partnership, corporation, or entity to submit or not to submit a bid in response to this IFB for the purpose of restricting competition.

The person signing 3.4 Tab 4 Response Affidavit to the IFB certifies that he/she is fully informed of the accuracy of these statements.

3.16 Modification or Withdrawal of Response. Modifications to a bid may be made by written notice on company letterhead and must be received by the KCPS prior to the deadline to submit bids under this IFB, which is January 17, 2024 at 2:00 PM CST Similarly, a Vendor may withdraw its bid by written notice on company letterhead which must be received by the KCPS prior to the deadline to submit bids under this IFB, which is January 17, 2024 at 2:00 PM CST. Any modification or withdrawal of response must be made in a sealed envelope labeled in accordance with the requirements for submission of the IFB.

The modification or withdrawal must also contain an original, manual, notarized signature of an authorized agent of the Vendor. No modification or withdrawal of any response will be permitted after January 17, 2024, at 2:00 PM CST.

3.17 Grievances. Any complaints or grievances concerning or arising out of this IFB shall be submitted in writing to Purchasing Department, Purchasing Manager, Kansas City Public Schools, 2901 Troost Avenue, Kansas City, MO, 64109 with a copy to Chief Legal Counsel, Kansas City Public Schools, 2901 Troost Avenue, Kansas City, MO, 64109.

3.18 Exceptions. Vendors are advised to respond to all provisions of this IFB. Bids that take “exceptions” or are contingent on any changes to the terms and conditions of the IFB may be deemed by KCPS to be non-responsive and rejected. Vendors should attach itemized responses and/or exceptions to this IFB under Tab 10 to its bid. Vendors should also attach any additional terms and conditions or documents that would affect a contract arising under this IFB as Tab 11 to its bid.

3.19 Contract Award. Requirement to Agree to KCPS Contract. Kansas City Public Schools intends to enter into a contract with the Vendor providing the lowest and best bid in response to this IFB. By submitting a bid in response to this IFB, the Vendor agrees to enter into the contract or one substantially similar. If the Vendor refuses to enter into a Contract, it should not submit a bid in response to this IFB.

3.20 Bid Compliance. Bids must respond to all requirements of this IFB to the maximum extent possible. The Vendor shall comply with submitting all required signed and notarized documents prior to closing date and time of this IFB. KCPS reserves the right to reject any and all bids, whether or not minimum qualifications are met, and to modify, postpone, or cancel this IFB, in whole or in part, or decide to award a contract to perform only some of the services or scope of work outlined in this IFB, without liability, obligation, or commitment to any party, firm or organization. KCPS is under no obligation to notify Vendors if it rejects any or all bids, or modifies, postpones, or cancels the IFB.

KCPS is not liable for any costs incurred by the Vendor(s) prior to issuance of a valid and legally binding contract in accordance with Missouri Law.

3.21 Board Action. A recommendation for award based on the lowest pricing that meets the required terms and conditions of this IFB, including, but not limited to, meeting the specifications. However, a contract shall not exist between the parties until (1) such agreement has been duly authorized and approved by the Board of Directors of KCPS; and (2) it has been documented in accordance with Missouri Revised Statutes Section 432.070. In the event that this recommendation is rejected by the Board of Directors of KCPS, KCPS will not be obligated to the Vendor in any manner.

REQUIRED RESPONSE DOCUMENTS

4.0 Required responses to the IFB must follow the following template and must be numbered with corresponding tabs. Failure to follow this template and/or failure to include any or the required response documents will be grounds for disqualification of the proposal.

4.1 Tab 1: Declaration. Service Provider must complete this Declaration and attach this Declaration as Tab 1 of its proposal.

The Service Provider has examined this IFB, including the specifications for the project, and is familiar with the local conditions surrounding the project and KCPS. The Service Provider hereby proposes to provide this service in accordance with the IFB and any contract documents within the time frame described herein. The Service Provider agrees to commence work on this project on or before the date specified by KCPS. The Service Provider also agrees to continue to support KCPS on an on-going basis throughout the period of the contract.

Bid of: __________________________________________________________________

(Company Name)

Located at: ____________________________________________________________

____________________________________________________________

Telephone No.: ____________________________________________________________

Fax No.: _________________________________________________________________

Name of Authorized Representative: ___________________________________________

Title: ____________________________________________________________________

Email Address: ____________________________________________________________

Date: ____________________________________________________________________

REQUIRED RESPONSE DOCUMENTS

4.2 Tab 2: Project Team. Service Provider must complete the following required information and attach this Project Team as Tab 2 of its proposal:

Company Representative:

Name:

Title:

Address:

Phone:

E-Mail:

Company Representative:

Name:

Title:

Address:

Phone:

E-Mail:

Billing Representative:

Name:

Title:

Address:

Phone:

E-Mail:

REQUIRED RESPONSE DOCUMENTS

4.3 Tab 3: References. The Vendor must complete the required references for similar services you have provided to at least three (3) clients in the past five (5) years. This template must be attached as Tab 3 with the bid.

Client 1

School District Name:

Contact Name:

Phone:

Service Dates:

Description of Project:

Client 2

School District Name:

Contact Name:

Phone:

Service Dates:

Description of Project:

Client 3

School District Name:

Contact Name:

Phone:

Service Dates:

Description of Project:


REQUIRED RESPONSE DOCUMENTS

4.4 Tab 4: Response Affidavit. Service Provider must fully execute the affidavit below including notarization and attach this affidavit under Tab 4 of its proposal.

(To Be Completed, Signed, and Attached to bid as Tab 4)

Affidavit of _________________________________________________ [Name of Vendor]

State of ___________________)

County of _________________)

I state that I am the ____________________________ [title] of __________________________ [name of firm], and that I am authorized to make this affidavit on behalf of my firm, its owners, directors, and officers. I am the person responsible in my firm for the price(s) and amount of this proposal.

I hereby certify that the following statements are true and correct:

• ______________________________ [name of firm] is not delinquent in any real estate, personal property, or earning taxes assessed against it or which it is obligated to pay to either Kansas City, Missouri, or Jackson County, Missouri.

• No fictitious name of any entity or person has been used in this proposal, and no unidentified third-party will have an interest in any resulting contract or in the performance of any work under this proposal.

• ______________________________ [name of firm] does not do business as or operate under any fictitious name, other than _____________________________.

• No official, officer, or employee of KCPS of Kansas City, Missouri, or their spouse, dependent child(ren), or any business with which they are associated, will receive any monetary benefit or financial gain with regard to this proposal or resulting contract.

• The prices in the proposal were arrived at independently and without collusion, consultation, communication, or agreement for the purpose of restricting competition as to any matter relating to such prices with any other contractor, service provider, or any other competitor.

• Unless otherwise required by law, the prices in the proposal have not been knowingly disclosed to any other service provider or competitor, and will not be knowingly disclosed, directly or indirectly, prior to the proposal opening date and time.

• No attempt has been made or will be made by me or my firm to induce any other person, partnership, corporation, or entity to submit or not to submit a proposal in response to this IFB for the purpose of restricting competition.

• My firm has only presented one proposal in response to this IFB.

• This proposal is made in good faith.

• _________________________ [name of firm], its affiliates, subsidiaries, officers, directors, and employees have not been convicted of a felony within the last five (5) years, which felony is related in any way to providing the services and/or items referenced in this RFP, or to the competency of the service provider to perform under any resulting contract.

• _________________________ [name of firm], its affiliates, subsidiaries, officers, directors, and employees are not currently under investigation by any governmental agency and have not in the past four (4) years been convicted or found liable for any act prohibited by state or federal law in any jurisdiction, including conspiracy or collusion with respect to responding to any public contract, except as follows:

[Please explain]

• _________________________ [name of firm], its affiliates, subsidiaries, officers, directors, and employees have not been excluded from any procurement or non-procurement programs with the government as identified by the U.S. General Service Administration Office of Acquisition Policy.

• I state that _______________________ [name of firm] acknowledges and understands that the above representations in this Affidavit are important and material and will be relied upon by KCPS of Kansas City, Missouri, in awarding the contract for which this bid/proposal is submitted. I and my firm understand that any misstatement in this Affidavit shall be treated as a fraudulent concealment from KCPS of Kansas City, Missouri, of the true facts relating to this proposal. Any misstatement in this Affidavit will be grounds for termination of any resulting contract at the sole discretion of KCPS of Kansas City, Missouri.

_____________________________________

Signature

_____________________________________

Printed Name and Title

Subscribed and sworn to before me on this day of , 2024

Notary Public_______________________________

My Commission Expires: _____________________

REQUIRED RESPONSE DOCUMENTS

4.5 Tab 5: Pricing Page. The Vendor is to use the Pricing Worksheet marked as Attachment A that is attached to this IFB to respond to the Technical Requirements listed in Section 2 above in accordance with the instructions set forth in Section 2. This Attachment A, Pricing Page, must be submitted in the RFP under Tab 5.

4.6 Tab 6: Disclosure Information. The Vendor is required to submit disclosure information on company letterhead, including all officers and key employees, and attach this document as Tab 6.

4.7 Tab 7: Insurance. The Vendor must agree to purchase and maintain sufficient liability insurance to cover its employees and any negligent acts and/or liabilities that may arise out of performing a contract arising under this IFB. Service Provider must provide KCPS with copies of certificates of insurance verifying this coverage in the amounts listed below and attach its insurance documents as Tab 7. In the event that insurance coverage is canceled, the Vendor must notify KCPS immediately.

4.7.1 Minimum Insurance Requirements

General Commercial Liability

• Aggregate Limit: $2,000,000

• Each Occurrence Limit: $1,000,000

Workers’ Compensation and Employer’s Liability: Statutory Requirement

4.8 Tab 8: Supplier Diversity Intended Utilization Form. The Supplier Diversity Utilization Form must be signed and returned with proposal when diverse firms are utilized. You must attach a copy of the certificate from the certifying agency and return with your proposal package. The Request for Waiver with Good Faith Efforts documentation must be completed and returned with the IFB when diverse firms are not utilized. See Attachment B and submit under Tab 8 of bid.

4.9 Tab 9: Certifications, Licenses, Tariffs, etc. The Vendor is required to submit under Tab 9 any and all required certifications, licenses, etc. that are requested and required for this IFB.

4.10 Tab 10: Itemized Responses. The Vendor is required to provide its Itemized Responses and/or exceptions to this IFB by using and referencing the same numbering scheme as in the IFB. This requirement must be submitted under Tab 10 of the IFB.

4.11 Tab 11: Additional Terms and Conditions or Documents. The Vendor is required to address any additional terms and conditions or submit any other documents, and forms, tariffs, etc., that would affect a contract arising under this IFB and submit this under Tab 11.

4.12 Tab 12: Response Checklist. The Vendor is required to complete the IFB Response Checklist marked as Attachment C and include it with your bid under Tab 12.

4.13 Tab 13: Methodology/Approach. Methodology/Approach. The Vendor must outline the tools, methodologies, and frameworks to be used for completing the scope of work outlined in Sections 2.1-2.3. Methodology must include at a minimum:

• Deconstruction, salvage & recycling methodology

• Salvage of building materials & architectural/historic features

• Recycling of eligible materials

• Bid Alternate A (if applicable)

• Demolition methodology/approach

• Dust control measures

• Schedule for completing scope of work

• Community information/education strategy

• Job training component (if applicable)

Community information/education strategy

Methodology/Approach must be submitted under Tab 13 of the proposal.

The remainder of this page has been left blank.

ATTACHMENT A

PRICING PAGE FOR IFB C-24-13

(To Be Completed and Attached to Bid under Tab 5)

DEMO PACKAGE #2

DECONSTRUCTION/DEMOLITION SERVICES FOR

SE ANNEX 6TH GRADE CENTER AND FORMER FAIRVIEW WEST SCHOOL

Vendor is required to complete Attachment “A” - as part of its bid. This Pricing Page must be completed and inserted under Tab 5 of the Vendor’s bid. Failure to comply with the instructions for this price page may deem the Vendor’s response non-compliant.

When proposing costs, Vendors are reminded to factor in Prevailing Wage Requirements in accordance with Section 2.9.

Additionally, a Bid Bond of 5% of the total bid amount is required with the submission of the IFB, Tab 5. The successful Offeror may be required to submit a Performance Bond and Payment Bond in the amount of one hundred percent (100%) of the contract amount within ten (10) business days after the contract award.

Vendors may submit a bid for one or all locations mentioned in this IFB.

1. FORMER FAIRVIEW WEST SCHOOL

...

This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >