Top Banner
BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY 18, 2016, 9:00 A.M. COMMISSION CHAMBERS, ROOM B-11 I. PROCLAMATIONS/PRESENTATIONS 1. Presentation/update regarding fraud hotline-Andrea Forbes, Audit Finance. II. UNFINISHED BUSINESS III. CONSENT AGENDA 1. Acknowledge receipt of correspondence from Cox Communications regarding changes in their channel lineup-County Clerk. 2. Consider approval of request to pay invoices from the Diversion Fund account in a total amount of $6,242.34-District Attorney. 3. Reflect that Commissioner Buhler, as Chair, signed a letter supporting an application being submitted by Valeo for a FY 2017 Byrne Memorial Justice Assistance Grant. IV. NEW BUSINESS A. COUNTY CLERK- Cynthia Beck 1. Consider all voucher payments. 2. Consider correction orders. B. PUBLIC WORKS/SOLID WASTE - Tom Vlach 1. Consider authorization and execution of Contract C221-2016 with CFS Engineers, Inc. for professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over Stinson Creek project. C. FACILITIES MAINTENANCE - Bill Kroll 1. Consider authorization and execution of Contract C222-2016 with Omega Door for replacement of existing entry doors at the main entrance to the North Annex to a motion activated sliding entry door system in an amount of$16,655.00 and funded through the deferred capital maintenance fund. 2. Consider authorization and execution of Contract C223-2016 with Furniture Mall of Kansas to provide and install 7,776 square feet of new carpet and cove base in the Court Services offices (Room B-12), the IT Department Offices (Suite 205) and the Audit Finance Department offices (Suite 201) in a total amount of$45,267.30. 3. Consider approval ofrequest to accept proposals from Furniture Mall of Kansas to provide and install Mohawk carpet and Johnsonite cove base for the remainder of the calendar year for all flooring replacements at the Courthouse and North Annex based upon a carpet material price of $2.55 per square foot and installation cost of $2.61 per square foot. 4. Consider approval ofrequest to award the bid for the following trade services: painting to T.D. Wilson at $26.00 per hour; electrical to Torgeson Electric at $58.50 per hour; mechanical (HVAC) central mechanical at $70.00 per hour base rate; plumbing, central mechanical at $60.00 per hour base rate; and trenching to Torgeson Trenching at various pricing options per bid. 5. Consider approval ofrequest to advertise and fill a vacant Maintenance Technician I position at a salary, including benefits, of$37,876.00.
48

BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

Aug 08, 2020

Download

Documents

dariahiddleston
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY 18, 2016, 9:00 A.M.

COMMISSION CHAMBERS, ROOM B-11 I. PROCLAMATIONS/PRESENTATIONS

1. Presentation/update regarding fraud hotline-Andrea Forbes, Audit Finance.

II. UNFINISHED BUSINESS

III. CONSENT AGENDA

1. Acknowledge receipt of correspondence from Cox Communications regarding changes in their channel lineup-County Clerk.

2. Consider approval of request to pay invoices from the Diversion Fund account in a total amount of $6,242.34-District Attorney.

3. Reflect that Commissioner Buhler, as Chair, signed a letter supporting an application being submitted by Valeo for a FY 2017 Byrne Memorial Justice Assistance Grant.

IV. NEW BUSINESS

A. COUNTY CLERK- Cynthia Beck

1. Consider all voucher payments.

2. Consider correction orders.

B. PUBLIC WORKS/SOLID WASTE - Tom Vlach

1. Consider authorization and execution of Contract C221-2016 with CFS Engineers, Inc. for professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over Stinson Creek project.

C. FACILITIES MAINTENANCE - Bill Kroll

1. Consider authorization and execution of Contract C222-2016 with Omega Door for replacement of existing entry doors at the main entrance to the North Annex to a motion activated sliding entry door system in an amount of$16,655.00 and funded through the deferred capital maintenance fund.

2. Consider authorization and execution of Contract C223-2016 with Furniture Mall of Kansas to provide and install 7,776 square feet of new carpet and cove base in the Court Services offices (Room B-12), the IT Department Offices (Suite 205) and the Audit Finance Department offices (Suite 201) in a total amount of$45,267.30.

3. Consider approval ofrequest to accept proposals from Furniture Mall of Kansas to provide and install Mohawk carpet and Johnsonite cove base for the remainder of the calendar year for all flooring replacements at the Courthouse and North Annex based upon a carpet material price of $2.55 per square foot and installation cost of $2.61 per square foot.

4. Consider approval ofrequest to award the bid for the following trade services: painting to T.D. Wilson at $26.00 per hour; electrical to Torgeson Electric at $58.50 per hour; mechanical (HVAC) central mechanical at $70.00 per hour base rate; plumbing, central mechanical at $60.00 per hour base rate; and trenching to Torgeson Trenching at various pricing options per bid.

5. Consider approval ofrequest to advertise and fill a vacant Maintenance Technician I position at a salary, including benefits, of$37,876.00.

Page 2: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

6. Consider approval ofrequest to solicit proposals for custodial services for the Courthouse and North Annex.

D. ADMINISTRATIVE SERVICES - Betty Greiner

1. Consider approval of request to issue a "Request for Proposal" for the financial audit for Shawnee County.

V. ADMINISTRATIVE COMMUNICATIONS

VI. EXECUTIVE SESSIONS

Page 3: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

Harper, Cindy

From: Beck, Cyndi Sent: To:

Thursday, July 07, 2016 4:59 PM Harper, Cindy

Subject: FW: Cox Communications - LFA Notification - Channel Changes

From: Allen, Lisa (CCI-Central Region) [mailto:[email protected]] Sent: Thursday, July 07, 2016 4:21 PM Subject: Cox Communications - LFA Notification - Channel Changes

Dear Local Franchising Authority,

I am writing to inform you regarding programming on Cox's cable system(s) serving greater Kansas. As of July 25, 2016 Bloomberg will no longer be available on the Cox channel lineup. We are required by law to notify customers of any changes to our channel lineup. We are meeting this obligation through a bill message and newspaper notification to customers.

Bloomberg made the choice not to renew their contract with Cox. After a thorough review including costs, extremely low viewership, and availability of similar programming on our lineup and nominal customer demand, the decision was made to no longer carry the channel. As of now, live streaming of the network is available for free at Bloomberg.com for those that are interested.

Additionally, effective with 2016-2017 college football season Cox will no longer offer ESPN College Extra channels 771-778.

Please feel free to contact me at (785) 215-6727 or [email protected] if you have any questions.

Sincerely,

Megan Bottenberg Government Affairs Manager Cox Communications - Central Region

1

Page 4: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

TO:

FROM:

DATE:

RE:

OFFICE OF THE DISTRICT ATTORNEY THIRD JUDICIAL DISTRICT OF KANSAS

Chadwick J. Taylor, District Attorney

MEMORANDUM

Board of County Commissioners ,

Chadwick J. Taylo,, District Attornel-

July 13, 2016

Request for Diversion Fund Payments

The District Attorney's Office wishes to pay the following invoices from their Diversion Fund account:

1) Bracamonte, Elias for translation services a) Invoice No. 752 dated July 7, 2016 in the amount of $1,400.00

2) Clayton Paper & Distribution, Inc. for copy paper a) Invoice No. 95354 dated July 5, 2016 in the amount of $247.20

3) Cummings, Miranda for transcript fees a) Invoice No. 1074 dated July 7, 2016 in the amount of$82.50

4) Hoff, Shawn for transcript fees a) Invoice dated July 6, 2016 in the amount of $21.50

5) Thomson West for monthly Westlaw ClearPlus and Westlaw [Approved by the BCC on 12/22/14] a) Invoice No. 834265536 dated July 1, 2016 in the amount of$2,611.32 b) Invoice No. 834260640 dated July 1, 2016 in the amount of $276.46

6) Verizon Wireless for telephone and data charges for June 2016 [Approved by the BCC on 10/9/14- Contract #C361-2014] a) Invoice No. 9767953139 dated July 1, 2016 in the amount of $1,603.36

The District Attorney's Office hereby requests placement on the consent agenda for consideration of the above itemized invoices, in the total amount of $6,242.34, to be paid from the Diversion Fund account.

Shawnee County Courthouse 200 SE 7th Street, Suite 214 • Topeka, Kansas 66603 • {785) 251-4330

Page 5: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

. :CLAYTON PAPER AND DISTRIBUTION 1302 S. 58th. Street ST.JOSEPH. MO 64507 www.claytonpape.r.com

Ship To

INVOICE Phone 816-364-0220 Fax 816-364-0086

[:ec!;ge ,1/1 )

Sold To SHAWNEE COUNTY 200 SE 7TH STREET l?URCHASlNG B-27 TOPEIQ\ KS 66603

DISTRICT ATTORNEY'S OFFICE 209 Sij 7TH

Cusfomer'#

, ·invoice n

095354

1 . 5 5

2 3:

TOPEKA KS. 66903

Ord~r Dafo • Sales Order#· .. :Buyer:: rcustoti.iei'PI01t .. ·· .... ·.·.

06/29/2Q16 095354

lnlioii:e Date Ship Oate ,'

Freight:Terrrts .JobNurnbef

07/05/2016 01/osi16 PREPAID

. . ... · ' . ~ ·. ', ·. · .• ,'.¥ii'~~= .. :•.'itti'ii&±ti,e-··iieiais•age, '*¥·*':l'i* .

5 CS ADULT OFFICE SUITE 214

GPSJ9.9705

.. GP.999705:

. . ·. ,'... .. . : . .·: ' :.tf cs ':.;;jy:' olrfi(icnil '

******************'***********

s~.~cr~~ .. MOLTI-IJSE_ ,CQPY f'APER, ' Cs. ··a~ 5Xil'-:20# 92. BRIGHT l0/5Q:O

PER CASE

'' 'sPECTRwta· Mr)L-t±~usE COPY. PAP.ER '·cs 8.5:)(11-20# 92 BR.J<;:lHT 10/500

. · PEj{ .CASE:"

-·:.:·:·_.

Ship,Vhf : : • ·. · • · Tr ·so/003

Terms

•· · Sali:l'sman · 60

NET 30 OAYS

:. ·.·

3.0, 99 .. $154. 50 ··-: .

.·· \· .... ·. "-,,-,....,..,__.,_.,__ _ __._ __ L..-___________________ _L.-_..J..._ ____ --+---~---.. -

Signa·ure Proof of Delivery:

l 07 /05/16 11 :41

VISIT OUR WEBSITE AT WWW.Cl.AYTONPAPER.COM "LIKE" US ON FACEBOOK!

Terms & Conditions All claims must be made within 5 days. Amoµnts over 60 days past due are subject to 1.5% monthly service charge. If account is placed with collection. buver is resoonsible for all fees.

Customer Copy Pay By 08/04/2016 Writer: AO .· ..

Merchandise Freight Misc Charges Sub Total Taxable Tax crsE> TOTAL

'247. 0 o.oo 0.00

247.20 O.dO 0.00

$247.20

Page 6: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

ACCT#

INVOICI~ # 834265536

DESCRIPTION

WEST .INFORMATION CHARGES

IMPORTANT NEWS

SHAWNEE COUNTY DISTRICT ATTORNEY SHAWNEE COUNTY COURTHOUSE 200 SE 7TH ST STE 214 TOPEKA KS 66603-3933

. WEST INFORI\IATION CHARGES INVOICE JUN 01. 2016 - JUN 30. 2016

CHARGE

IN USD

2,611.32

TAX.

IN USD

0.00

Thank you for your business. For more information about us, or your account, please visit us on the web at legalsolutions.th6msonreuters.com PLEASE MAKE CHECKS PAYABLE TO: THOMSON REUTERS-WEST PUBLISHING CORP.

FOR BILLING INFORMATION CALL

1-800-328-4880

INVOICE#

INVOICE DATE

ACCOUNT#

VENDOR#

VAT REG#

AMOU~T .DUE IJ~ l!/,D. DUE DATE

834265536

07/01/2016

41-1426973

EU826006554

. 2,611.32

07/31/2016

AMOUNT ENCLOSED IN USD ~-'----

RETURN BOTTOM PORTION WITH PAYMENT

WEST INFORMATION CHARGES JUN 01, 2016 - JUN 30, 2016

PAGE I

TOTAL CHARGE

IN USO

2,611.32

A

Thomson Reuters - West Payment Center P.O. Box 6292

SHAWNEE COUNTY DISTRICT ATTORNEY SHAWNEE COUNTY COURTHOUSE

Carol Stream, IL 60197-6292 200 SE 7TH ST STE 214 TOPEKA KS 66603-3933

0834265536 0000000000000000000000 20160701 ZCPG 000261132 0010 1000589558 8

Page 7: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

ACCT#

DESCRIPTION

WEST INFORMATION CHARGES

IMPORTANT NEWS

SHAWNEE COUNTY DISTRICT ATTORNEY 200 SE 7TH ST TOPEKA KS 66603-3922

WEST INFORMATION CHARGES INVOICE .JUN 01. 2016 - JUN 30, 2016

CHARGE

IN USO

276.46

TAX

-IN lJSD

0.00

Thank you for your business. For more information about us, or your account, please visit us on the web at legalsolutions. thomsonreuters .com PLEASE MAKE CHECKS PAYABLE TO: THOMSON REUTERS-WEST PUBLISHING CORP.

FOR -BILLING INFORMATION CALL 1-800-328-4880

INVOICE#

INVOICE DATE

ACCOUNT#

VENDOR#

VAT REG#

AMOUNT DUE IN USO · DUE DATE

834260640

07/01/2016

41-1426973

EU826006554

276.46

07/31/2016

· ,AMOUNT ENCLOSED IN· USD _· ___ _

RETURN BOTTOM PORTION WITH PAYMENT

Thomson Reuters - West Payment Center P.O. Box 6292

WEST INFORMATION CHARGES JUN 01, 2016 - JUN 30, 2016

Carol Stream. IL 60197-6292

SHAWNEE COUNTY DISTRICT ATTORNEY 200 SE 7TH ST TOPEKA KS 66603-3922

PAGE I

TOTAL CHARGE

IN USO

276.46

A

0834260640 0000000000000000000000 20160701 ZCPG 000027646 0010 1000346770 6

Page 8: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

verizon" P.O. BOX 4002 ACWORTH, GA30101

0001534 07 MB 2.007 -AUTO T7 0 6301 66603-393864 -C24-P01585-l1

11•1lll••l••l''l11•1il•'••'l'••'''1'•l''l• 111•l•'l•'1'1•11ll1l•'I SHAWNEE COUNTY DISTRICT ATTORNEY 200 SE 7TH ST STE 214 TOPEKA, KS 66603-3933

verizon"·-SHAWNEE COUNTY DISTRICT

.ATTORNEY 200 SE 7TH ST STE 214 TOPEKA,KS 66603-3933

~ ~

Account Number

Change your a,~dress at hUp://sso.v~riiof!enterpris~.com

j 1nvoice Number j 976795313!3

Quick Bill Summary

Previous Balance (see back for details)

Payment - Thank You

Balance Forward

Monthly Charges Usage and Purchase Charges

Voice Messaging Data

Surcharges and other Charges & Credits

Troces, Governmental Surcharges & Fees

Total Current Charges

Total Charges Due by July 27, 2016

. Bill Date . Account Number Invoice Number

Juh, 01 'Jn1 ~

9767953139

Jun 02 - Jul 01

$1,602.85

-$1,602.85

$.00

$1,521.99

$.00

$.00

$.00

$59.77

$21.60

$1,603.36

$1,603.36

Total Am_ount Due by July ?7, 2016 Make check payable to Verizon Wireless. Please return this remit slip with payment. $1,603.36

$0,DDD.DD P.O. BOX 25505 LEHIGH VALLEY, PA 18002-5505

1 I I 111111 111 I 1 'I, .11 f 111 If" f I I 11111 I 11 If 11 I• I' 1 '·I• I 11 f I, f If I If I

97679531390106870888520000100000160336000001603367

Page 9: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

Shawnee County \ I \ ~ \

July 14, 2016

Mr. Shawn Cowing, Administrator Kansas Governor's Grants Program 900 SW Jackson, Ste. 304 North Topeka, KS 66612

Board of Commissioners Shelly Buhler, 1st district Kevin Cook, 2nd district Bob Archer, 3rd district

Subject: FY 2017 Byrne Memorial JAG Application - Valeo Behavioral Health Care

Dear Mr. Cowing,

As Chair of the Shawnee County Board of Commissioners, I am writing in support of the application being submitted by Valeo Behavioral Health Care (Valeo) under the FY 2017 Federal Edward Byrne Memorial Justice Assistance Grant solicitation. Funding of this proposal will assist with the continuation of the Topeka Municipal Court Alternative Sentencing Court.

I realize that the JAG funds in question are set aside for local government use; that the proposed project will provide a direct local benefit; and believe that funding of this project is in the best interest of Shawnee County.

The Alternative Sentencing Court is a specialized court designed to reduce repeat arrests and the amount of time persons with mental illness spend in jail for misdemeanor criminal or traffic offenses. This program, which is a collaborative effort of Valeo Behavioral Health Care, the Topeka Municipal Court, the City prosecutor, the City probation office, the Topeka Police Department and the Shawnee County Adult Detention Center, is proving successful as more mentally ill individuals are receiving treatment in the community rather than being in jail.

Sincerely,

/~c•7 /":'

J~; Shelly Buhler, Chau Shawnee County Commission

200 SE 7th Street, Rm. B-11, Courthouse Topeka, Kansas 66603-3933

3

(785) 233-8200 ext 4040 • Fax: (785) 291-4914 • E-Mail: [email protected] • Internet Address: www.snco.us

Page 10: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

Shawnee County

Department of Public Works 1515 N.W. SALINE STREET• SUITE 200 • TOPEKA, KANSAS 66618-2867

785-251-6101 FAX 785-251-4920

MEMORANDUM

THOMAS C. VLACH, P.E. DIRECTOR OF PUBLIC WORKS

COUNTY ENGINEER

Date: July 12, 2016

To:

From:

Re:

Board of County Commissioners i, " !JI ::J 1\-'V' .... r~

Thomas F. Flanagan, P.E. \.._fi"'(Yltt.-C'':.- 7 · / Deputy Director of Public Works

Professional Design Service Contract SE Tecumseh Road Bridge over Stinson Creek (S) I OSN 326 Project No. S-171006.00

Presented for your consideration and approval is a negotiated Professional Service Contract with CFS Engineers, Inc. to prepare bidding plans and documents, cost estimates and provide construction engineering services necessary for the replacement of the SE Tecumseh Road Bridge over Stinson Creek (S) I OSN 326.

This professional service contract agreement is for the following:

ITEM Contract Type Amount Design: $36,000.

LUMP SUM Construction Engineering $68,000. Services: $32,000.

Funding Source for professional services: • 2004 Countywide Y2 cent Sales Tax Revenue (GL 32BPOOO / JL 395002323)

It is the recommendation of the Public Works Department that this contract is approved.

Attachment

Page 11: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

SHAWNEE COUNTY PUBLIC WORKS DEPARTMENT

srANDARD AGREEMENT FOR

ENGINEERING SERVICES

Contract No.~ 'i)..~\-~O \ \,­

Project No. S-J7JQ06 oo

THIS AGREEMENT, is between the Board of County Commissioners, Shawnee County, Kansas (Owner) and

CFS Engineers (Engineer);

WITNESSETH:

WHEREAS, the Owner wishes to employ the Engineer to perform professional engineering services on Project No.

171006.00, SE Tecumseh Road Culvert Replacement (TE-023, 1008-L-0300) on Stinson Creek. These services

include providing engineering design services, geological investigation services, bidding plans and documents, cost

estimates, right-of-way plans, utility coordination, and construction engineering services for the replacement of SE

Tecumseh Road Culvert (TE-023, 1008-L-0300) on Stinson Creek (the Project); and,

WHEREAS, the Owner requires certain engineering services in connection with the Project (the Services);

and,

WHEREAS, the Engineer is prepared to provide the Services;

NOW THEREFORE, in consideration of the promises contained in this Agreement, the Owner and Engineer

agree to the following:

ARTICLE 1 - EFFECTIVE DATE

The effective date of this Agreement shall be --------

ARTICLE 2 - GOVERNING LAW

This Agreement shall be governed by the laws of the State of Kansas and the codes of Shawnee County, Kansas

Rev. 01/2015

Page 12: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

ARTICLE 3 - SERVICES TO BE PERFORMED BY ENGINEER

Contract No.----­Project No. S-J7JQQ6 QQ

Engineer shall perform the Services described in Attachment A, Scope of Services, in accordance with applicable

sections of the City of Topeka and Shawnee County Standard Technical Specifications and the Shawnee County

Design Criteria for Procedures, Streets, Storm Drainage, Sanitary Sewers and Bridges, latest editions.

ARTICLE 4 - COMPENSATION

Owner shall pay Engineer in accordance with the Attachment B, Compensation.

ARTICLE 5 - OWNER'S RESPONSIBILITIES

Owner shall be responsible for all matters described in Attachment C, Owner's Responsibilities.

ARTICLE 6 - SUPPLEMENTAL AGREEMENTS

The provisions set forth in Attachment D, Supplemental Agreements shall be incorporated into this Agreement

ARTICLE 7 - PROJECT SCHEDULE

The provisions set forth in the Attachment E, Project Schedule shall be incorporated into this Agreement.

ARTICLE 8 - STANDARD OF CARE

Engineer shall exercise the same degree of care, skill, and diligence in the performance of Services as is ordinarily

possessed and exercised by a professional engineer under similar circumstances.

ARTICLE 9 - INDEMNIFICATION AND INSURANCE

Engineer hereby agrees to indemnify and hold harmless Owner and any of its departments, divisions, agencies,

officers, and employees and elected officials from all loss, damage, cost, or expenses specifically including

attorneys' fees and other expenses of litigation incurred by or on behalf of the Owner and any or its officers,

employees or elected officials arising out of Engineer's negligent performance of Services under this Agreement.

Engineer specifically agrees that this duty to indemnify and hold harmless will apply to the following:

a. Claims, suits, or action of every kind and description when such suits or actions arise from the

alleged negligent acts, errors, or omissions of the Engineer, its employees, agents, or

subcontractors.

2 Rev. 01/2015

Page 13: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

Contract No. ____ _

Project No. S-17) 006 oo

b. Injury or damages received or sustained by any party because of the negligent acts, errors, or

omissions of the Engineer, its employees, agents, or subcontractors.

Engineer shall purchase and maintain during the life of this Agreement, insurance coverage which will

satisfactorily insure him against claims and liabilities which arise because of the execution of this Agreement.

The insurance coverages are as follows:

(1) Commercial General Liability Insurance, with a limit of $1,000,000 for each occurrence and $2,000,000

in the general aggregate.

(2) Automobile Liability Insurance, with a limit of $1,000,000 for each accident, combined single limit for

bodily injury and property damage.

(3) Worker's Compensation Insurance and Employer's Liability Insurance, in accordance with statutory

requirements, with a limit of$500,000 for each accident.

(4) Professional Liability Insurance, with a limit of$1,000,000 for each claim and aggregate.

Prior to issuance of the Notice to Proceed by Owner, Engineer shall have on file with Owner certificates of

insurance acceptable to Owner. Said certificates of insurance shall be filed with Owner in January of each year or

may be submitted with each agreement.

Engineer shall also maintain valuable papers insurance to assure the restoration of any plans, drawings, field notes

or other similar data relating to the work covered by this agreement, in the event of their loss or destruction, until

such time as the work has been delivered to the Owner.

Upon completion of all Services, obligations, and duties provided for in this Agreement, or if this Agreement is

terminated for any reason, the terms and conditions of this Article shall survive.

ARTICLE 10 - LIMITATIONS OF RESPONSIBILITY

Engineer shall not be responsible for: (1) construction means, methods, techniques, sequences, procedures, or

safety precautions and programs in connection with the Project, (2) the failure of any contractor, subcontractor,

vendor, or other Project participant, not under contract to Engineer, to fulfill contractual responsibilities to the

3 Rev. 01/2015

Page 14: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

Contract No.----­Project No. S-J7JQQ6 QQ

Owner or to comply with federal, state or local laws, regulations, and codes; or (3) procuring permits, certificates,

and licenses required for any construction unless such responsibilities are specifically assigned to Engineer in

Attachment A, Scope of Services.

ARTICLE 11 - OPINIONS OF COST AND SCHEDULE

Since Engineer has no control over the cost of labor, materials, or equipment furnished by others, or over the

resources provided by others to meet Project construction schedules, Engineer's opinion of probable construction

costs and of construction schedules shall be made on the basis of experience and qualifications as a professional

engineer. Engineer does not guarantee that proposals, bids, or actual Project construction costs will not vary from

Engineer's cost estimates or that actual construction schedules will not vary from Engineer's projected schedules.

ARTICLE 12 - REUSE OF DOCUMENTS

All documents, including, but not limited to, drawings, specifications, and computer software prepared by Engineer

pursuant to the Agreement are instruments of service in respect to the Project. They are not intended or

represented to be suitable for reuse by Owner or others on extensions of the Project or on any other project. Any

reuse without prior written verification or adaptation by Engineer for the specific purpose intended will be at

Owner's sole risk and without liability or legal exposure to Engineer. Any verification or adaptation requested by

Owner shall entitle Engineer to compensation at rates to be agreed upon by Owner and Engineer.

ARTICLE 13 - OWNERSHIP OF DOCUMENTS AND INTELLECTUAL PROPERTY

Except as otherwise provided herein, engineering documents, drawings, and specifications prepared by Engineer as

part of the Services shall become the sole property of Owner, however, that both Owner and Engineer shall have

the unrestricted right to their use. Engineer shall retain its rights in its standard drawing details, specifications, data

bases, computer software, and other proprietary property protected under the copyright laws of the United States.

Rights to intellectual property developed, utilized, or modified in the performance of services shall remain the

property of Engineer. Owner shall have the unlimited right to the use of intellectual property developed, utilized,

or modified in the performance of the Services at no additional cost to the Owner.

4 Rev. 01/2015

Page 15: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

Contract No. ____ _ Project No. S-J7JOQ6 QQ

ARTICLE 14 - TERMINATION

This Agreement may be terminated by either party upon written notice in the event of substantial failure by the

other party to perform in accordance with the terms of this Agreement. The nonperforming party shall have fifteen

calendar days from the date of the termination notice to cure or to submit a plan for cure acceptable to the other

party. Owner may terminate or suspend performance of this Agreement for Owner's convenience upon written

notice to Engineer. Engineer shall terminate or suspend performance of the Services on a schedule acceptable to

Owner. If termination or suspension is for Owner's convenience, Owner shall pay Engineer for all Services

performed prior to the date of the termination notice. Upon restart, an adjustment acceptable to Owner and

Engineer shall be made to Engineer's compensation.

ARTICLE 15 - DELAY IN PERFORMANCE

Neither Owner nor Engineer shall be considered in default of the Agreement for delays in performance caused by

circumstances beyond the reasonable control of the nonconforming party. For purposes of this Agreement, such

circumstances include abnormal weather conditions; floods; earthquakes; fire; epidemics; war, riots, or other civil

disturbances; sabotage, judicial restraint, and inability to procure permits, licenses, or authorizations from any

local, state, or federal agency for any of the supplies, materials, accesses, or services required to be provided by

either Owner or Engineer under this Agreement.

Should such circumstances occur, the nonconforming party shall, within a reasonable time of being prevented from

performing, give written notice to the other party describing the circumstances preventing continued performance

and the efforts being made to resume performance of the Agreement

For delays in performance by Engineer, as set forth in Attachment E, Project Schedule, which are caused by

circumstances which are within its control, such delays shall be documented on the Engineer's Project Performance

Evaluation form. Said form shall be completed at the conclusion of Project and acknowledged by both Owner and

Engineer. Completed form shall be retained by Owner for a period of five years and reviewed prior to consultant

selection for County projects.

In the event Engineer is delayed in the performance of Services because of delays caused by Owner, Engineer shall

have no claim against Owner for damages or contract adjustment other than an extension of time.

5 Rev. 01/2015

Page 16: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

ARTICLE 16 - COMMUNICATIONS

Contract No.----­Project No.S-111006 oo

Any communication required by this Agreement shall be made in writing to the address specified below:

Engineer: Mr. Kenny Blair, P.E. CFS Engineers 2930 SW Woodside Drive Topeka, Kansas 66614

Owner: Board of County Commissioners Shawnee County Public Works Department 1515 NW Saline Topeka, KS 66618 (785) 251-6101

Nothing contained in the Article shall be construed to restrict the transmission ofroutine communications

between representatives of Engineer and Owner.

ARTICLE 17-WAIVER

A waiver by either Owner or Engineer of any breach of this Agreement shall be in writing. Such a waiver shall not

affect the waiving party's rights with respect to any other or further breach.

ARTICLE 18 - SEVERABILITY

The invalidity, illegality, or unenforceability of any provision of this Agreement or the occurrence of any event

rendering any portion or provision of this Agreement void shall in no way affect the validity or enforceability of

any other portion or provision of this Agreement Any void provision shall be deemed severed from this Agreement,

and the balance of this Agreement shall be construed and enforced as if this Agreement did not contain the

particular portion or provision held to be void. The parties further agree to amend this Agreement to replace any

stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The

provisions of this Article shall not prevent this entire Agreement from being void should a provision which is of the

essence of this Agreement be determined void.

ARTICLE 19 - INTEGRATION

This Agreement represents the entire and integrated agreement between Owner and Engineer. All prior and

contemporaneous communications, representations, and agreements by Engineer, whether oral or written, relating

6 Rev. 01/2015

Page 17: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

Contract No. ____ _ Project No. S-17JQQ6 DD

to the subject matter of this Agreement, as set forth in Attachment D, Supplemental Agreements are hereby

incorporated into and shall become a part of this Agreement

ARTICLE 20 - SUCCESSORS AND ASSIGNS

Owner and Engineer each binds itself and its directors, officers, partners, successors, executors, administrators,

assigns, and legal representatives to the other party of this Agreement and to the directors, officers, partners,

successors, executors, administrators, assigns, and legal representatives of such other party in respect to all

provisions of this Agreement.

ARTICLE 21 - ASSIGNMENT

Neither Owner nor Engineer shall assign any rights or duties under this Agreement without the prior written

consent of the other party. Unless otherwise stated in the written consent to an assignment, no assignment will

release or discharge the assignor from any obligation under this Agreement. Nothing contained in this Article shall

prevent Engineer from employing independent consultants, associates, and subcontractors to assist in the

performance of the Services; however, other agreements to the contrary notwithstanding, in the event Engineer

employs independent consultants, associates, and subcontractors to assist in performance of the Services, Engineer

shall be solely responsible for the negligent performance of the independent consultants, associates, and

subcontractors so employed.

ARTICLE 22 - THIRD PARTY RIGHTS

Nothing in this Agreement shall be construed to give any rights or benefits to anyone other than Owner and

Engineer.

ARTICLE 23 - RELATIONSHIP OF PARTIES

Nothing contained herein shall be construed to hold or to make the Owner a partner, joint venturer, or associate of

Engineer, nor shall either party be deemed the agent of the other, it being expressly understood and agreed that the

relationship between the parties hereto is and shall at all times remain contractual as provided by the terms and

conditions of this Agreement.

7 Rev. 01/2015

Page 18: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

Contract No.----­Project No. S-17JQ06 00

IN WITNESS WHEREOF, Owner and Engineer have executed this Agreement.

ATTEST:

Shawnee County Clerk

Date

THE BOARD OF COUNTY COMMISSIONERS SHAWNEE COUNTY, KANSAS

Chair

8 Rev. 01/2015

Page 19: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

900

Attachment To Shawnee County Contract C ___ _

CONTRACTUAL PROVISIONS ATTACHMENT The undersigned parties agree that the following provisions are hereby incorporated into the contract to which it is attached and made a part thereof, said contract being dated the ___ day of 2015.

1. TERMS HEREIN CONTROLLING PROVISIONS. It is expressly agreed that the terms of each and every provision in this attachment shall prevail and control over the terms of any other conflicting provision in any other document relating to and a part of the contract in which this attachment is incorporated.

2. AGREEMENT Wim KANSAS LAW. It is agreed by and between the undersigned that all disputes and matters whatsoever arising under, in connection with or incident to this contract shall be litigated, if at all, in and before a Court located in the State of Kansas, U.S.A., to the exclusion of the Courts of any other states or country. All contractual agreements shall be subject to, governed by, and construed according to the laws of the State of Kansas.

3. TERMINATION DUE TO LACK OF FUNDING APPROPRIATION. Shawnee County is subject to the Kansas Cash Basis Law, K.S.A. 10-1101 et seq. If, in the judgment of the Financial Administrator, Audit-Finance Office, sufficient funds are not appropriated to continue the function performed in this agreement and for the payment of the charges hereunder, County may terminate this agreement at the end of its current fiscal year. County agrees to give written notice of termination to contractor at least thirty (30) days prior to the end of its current fiscal year. In the event this agreement is terminated pursuant to this paragraph, County will pay to the contractor all regular contractual payments incurred through the end of such fiscal year. The termination of the contract pursuant to this paragraph shall not cause any penalty to be charged to the County or the contractor.

4. DISCLAIMER OF LIABILITY. Neither the County of Shawnee nor any department thereof shall hold harmless or indemnify any contractor for any liability whatsoever.

5. ANTI-DISCRIMINATION CLAUSE. The contractor agrees: (a) to comply with the Kansas Act Against Discrimination (KS.A. 44-1001 et seq.) and the Kansas Age Discrimination in Employment Act, (KS.A. 44-1111 et seq.) and the applicable provisions of the Americans With Disabilities Act (42 U.S.C. 12101 et seq.) [ADA] and to not discriminate against any person because of race, religion, color, sex, disability, national origin or ancestry, or age in the admission of access to or treatment or employment in, its programs or activities; (b) to include in all solicitations or advertisements for employees, the phrase "equal opportunity employer"; (c) to comply with the reporting requirements set out in KS.A. 44-1031 and KS.A. 44-1116; (d) to include those provisions in every subcontract or purchase order so that they are binding upon such subcontractor or vendor; (e) that a failure to comply with the reporting requirements of ( c) above or if the contractor is found guilty of any violation of such acts by the Kansas Human Rights Commission, such violation shall constitute a breach of contract; (f) if the contracting agency determines that the contractor has violated applicable provisions of ADA, that violation shall constitute a breach of contract; (g) if (e) or (f) occurs, the contract may be cancelled, terminated or suspended in whole or in part by the County. Parties to this contract understand that subsections (b) through ( e) of this paragraph number 5 are not applicable to a contractor who employs fewer than four employees or whose contract with the County totals $5,000 or Jess during this fiscal year.

9

Contract No. ____ _ Project No. S-J 7JQQ6 QQ

6. ACCEPTANCE OF CONTRACT. This contract shall not be considered accepted, approved or otherwise effective until the required approvals and certifications have been given and this is signed by the Board of County Commissioners of the County of Shawnee, Kansas.

7. ARBITRATION. DAMAGES. WARRANTIES. Notwithstanding any language to the contrary, no interpretation shall be allowed to find the County has agreed to binding arbitration, or the payment of damages or penalties upon the occurrence of a contingency. Further, the County shall not agree to pay attorney fees and late payment charges; and no provisions will be given effect which attempts to exclude, modify, disclaim or otherwise attempt to limit implied warranties of merchantability and fitness for a particular purpose.

8. REPRESENTATIVE'S AUTHORITY To CONTRACT. By signing this document, the representative of the contractor thereby represents that such person is duly authorized by the contractor to execute this document on behalf of the contractor and that the contractor agrees to be bound by the provisions thereof.

9. RESPONSIBILITY FOR TAXES. The County shall not be responsible for, nor indemnify a contractor for, any federal, state or local taxes which may be imposed or levied upon the subject matter of this contract.

10. INSURANCE. The County shall not be required to purchase, any insurance against Joss or damage to any personal property to which this contract relates, nor shall this contract require the County to establish a "self-insurance" fund to protect against any such loss or damage. Subject to the provisions of the Kansas Tort C ims Act (K.S.A. 75-6101 et seq.), the vendor or lessor shall bear e risk f any Joss or damage to any personal property to which vendor or le o hol title.

By: ,

,,,,-: I ' LA'"i\,v-

Title:

Date: I I BOARD OF COUNTY COMMISSIONERS

SHAWNEE COUNTY, KANSAS

Chair

Date:

ATTEST:

Cynthia A Beck, Shawnee County Clerk

Rev. 01/2015

Page 20: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

Owner: Engineer: Project Number & Name:

BASIC SERVICES

ATTACHMENT A TO

Contract No. ____ _

Project No. S-17JQD6 DD

AGREEMENT FOR ENGINEERING SERVICES

Board of County Commissioners, Shawnee County, Kansas CFS Engineers S-171006.00, SE Tecumseh Road Culvert Replacement (TE-023, 1008-L-0300) on Stinson Creek

SCOPE OF SERVICES

The project is specifically defined below:

Shawnee County Project No. S-171006.00 Replacement of the existing SE Tecumseh Road Culvert (TE-023, 1008-L-0300) on Stinson Creek

The Engineer agrees to provide the following services.

BASIC SERVICES-DESIGN, RIGHT-OF-WAY, UTILITY COORDINATION (Basic Services for design, right-of-way, utility coordination shall be in accordance with KDOT Bridge Design Standards/ Criteria and Shawnee County Design Criteria, latest editions.)

1. To review all data from existing plans connected to this Project, if any.

2. To make necessary field surveys for the vertical and horizontal alignment of the Project.

3. To plot the field survey information and establish horizontal and vertical control for the proposed improvement.

4. To hire a geotechnical services company and obtain soundings for the substructure elements of the selected structure type ifin the opinion of the engineer such geotechnical information is necessary for a complete and safe design.

5. To present at least three (3) structure type options with accompanying construction cost estimates for consideration and selection by Public Works.

6. To submit information from 1, 2, 3, 4 & 5 above to the County for review and meet with representatives of the County to discuss the project and select the type of structure option which best serves site conditions and available County budget constraints for design.

7. To prepare Preliminary Concepts and furnish one set of half size plans and construction cost estimate to County.

8. To prepare Field Check Plans and construction cost estimate to the County for review in compliance with preliminary concept recommendations. To conduct an on-site field check with representatives of the County.

9. To prepare Office Check Plans and construction cost estimate for the project incompliance with field check recommendations.

10 Rev. 01/2015

Page 21: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

10. To prepare and furnish right-of-way documents to include the following:

Contract No. C.~A\ -~o\ l, Project No. S-J7JQQ6 QQ

a) Prepare Legal Descriptions for each parcel ofright-of-way to be acquired as permanent public right-of­way easement and temporary construction easement.

b) Prepare and furnish Permanent Public Right-of-Way Easement and Temporary Construction Easement documents for each parcel required using Shawnee County forms.

c) Contract with a Title Company to furnish Certificates of Title for each parcel of land involved in the project from which easements will be acquired.

d) Prepare and Furnish Right-of-Way Plans (1 set for Appraiser, 1 set for Acquisition Agent and 1 set for each property owner). Plans will be color coded plan/profile sheets showing the following: Property Lines, Property Owners Name and Address, Tact Number, Area being taken as Permanent Public Right­of-Way Easement and Temporary Construction Easement (square footage or acres), stake right-of-way for Appraiser.

11. To furnish one set of plans to utilities and coordinate the relocation of each of the utilities on the project to insure all utility conflicts have been resolved prior to bid letting.

12. To prepare and submit applications for the required permits to Division of Water Resources and the United States Army Corps of Engineers.

13. To submit cone set of half size prints of the office check plans prepared under 9 above to the County for office check approval along with a construction cost estimate.

14. To prepare final plans in ink on mylar, except cross sections, in accordance with the recommendations fo the office check.

15. To furnish one set of half size sets of final plans, project manual, bidding documents and construction cost estimate t the County for final approval.

16. To prepare and furnish to the County "As Constructed" drawings in accordance with the Shawnee County Design Criteria, latest edition.

17. To accept compensation for services described in 1 through 16, Basic Services -Design, Right-of-Way and Utility Coordination in the amounts and at such periods of time as hereinafter setforth in Attachment B.

BASIC SERVICES - CONSTRUCTION

18. To provide Construction Administration, Inspection, Testing and Construction Staking services on this Project on behalf of the County.

19. To accept compensation for services described in 18, Basic Services - Construction in the amounts and at such periods of time as hereinafter set forth in Attachment B.

SUPPLEMENTAL SERVICES

Any work requested by the Owner that is not included in the Basic Services will be classified as Supplemental Services. Supplemental Services shall include, but are not limited to the following.

I. Changes in the general scope, extent, or character of the project or its design, including but not limited to changes in size, complexity, Owner's schedule , character of construction or method of financing; and revising previously accepted studied, reports, or design documents when such revisions are required by changes in laws, regulations, ordinances, codes, or orders enacted subsequent to the preparation of such studies/reports/documents or designs or due to any other causes beyond the Engineer's control.

11 Rev. 01/2015

Page 22: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

Owner:

ATTACHMENT B TO

AGREEMENT FOR ENGINEERING SERVICES

Contract No.----­Project No. S-J 71006 oo

Engineer: Board of County Commissioners, Shawnee County, Kansas CFS Engineers

Project Number & Name: S-171006.00, SE Tecumseh Road Culvert Replacement (TE-023, 1008-L-0300) on Stinson Creek

COMPENSATION

For the services covered by this Agreement, the Owner agrees to pay the Engineer as follows:

A. SE Tecumseh Road Culvert Replacement (TE-023, 1008-L-0300): For the Basic Services described in Attachment A, a lump sum fee of $36,000.00 for design services and a lump sum fee of $32,000.00 for construction services. (Total Fee is $68,000.00). Payments shall be made monthly in amounts which are consistent with the amount of engineering services provided, as determined by the Engineer.

B. Compensation for Supplemental Services shall be made as defined below, when authorized in writing by the Owner. The maximum limit for each item of additional service shall be established individually and specifically agreed to by the Owner as stated below, unless the service is included in a subsequent agreement.

Hourly rates for each classification as defined by the Engineer's rate schedule. Hourly charge rates are subject to adjustment annually on January 1. Overtime, when authorized by the Owner, will be billed at 1.5 times the rates listed (non-engineer time only).

Reimbursable charges will be considered the amount of actual costs of expenses or charges, including such items as staking materials, equipment rental, equipment hourly charges, mileage, toll telephone calls, reproduction and similar project related expenses.

C. The entire amount of each statement shall be due and payable upon receipt by the Owner.

D. It is understood and agreed:

1. That the Engineer shall start the performance of Services within 10 days of receipt of a notice to proceed and shall complete the work in accordance with the contract times set forth in Attachment E, Project Schedule.

2. That the Engineer shall keep records on the basis of generally accepted accounting practice of costs and expenses which records shall be available for inspection at all reasonable times.

12 Rev. 01/2015

Page 23: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

Owner: Engineer: Project Number & Name:

ATTACHMENT C TO

AGREEMENT FOR ENGINEERING SERVICES

Contract No.----­Project No. S-17JQQ6 QQ

Board of County Commissioners, Shawnee County, Kansas CFS Engineers S-171006.00, SE Tecumseh Road Culvert Replacement (TE-023, 1008-L-0300) on Stinson Greek

OWNER'S RESPONSIBILITIES

The Owner will furnish, as required by the work and not at the expense of the Engineer, the following items:

1. Make available to the Engineer all records, reports, maps, and other data pertinent to provision of the services required under this contract.

2. Examine all plans, specifications and other documents submitted by the Engineer and render decisions promptly to prevent delay to the Engineer.

3. Designate one Shawnee County employee as the Owner representative with respect to all services to be rendered under this agreement. This individual shall have the authority to transmit instructions, receive information and to interpret and define the Owner's policies and decisions pertinent to the Engineer's services.

4. Issue notices to proceed to the Engineer for each phase of the design services.

13 Rev. 01/2015

Page 24: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

Owner: Engineer: Project Number & Name:

ATTACHMENT D TO

AGREEMENT FOR ENGINEERING SERVICES

Contract No.----­Project No. S-11JQD6 DD

Board of County Commissioners, Shawnee County, Kansas CFS Engineers S-171006.00, SE Tecumseh Road Culvert Replacement (TE-023, 1008-L-0300) on Stinson Creek

SUPPLEMENTAL AGREEMENTS

Owner and Engineer agree that the following communications, representations, and agreements by Engineer, whether oral or written, relating to the subject matter of the Agreement are hereby incorporated into and shall become a part of the Agreement as set forth in ARTICLE 19 - INTEGRATION.

14 Rev. 01/2015

Page 25: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

Owner: Engineer: Project Number & Name:

ATTACHMENTE TO

AGREEMENT FOR ENGINEERING SERVICES

Contract No.----­Project No. S-J7JQQ6 QQ

Board of County Commissioners, Shawnee County, Kansas CFS Engineers S-171006.00, SE Tecumseh Road Culvert Replacement (TE-023, 1008-L-0300) on Stinson Creek

PROJECT SCHEDULE

Owner and Engineer recognize that time is of the essence of the Agreement and that Owner will suffer fmancial loss if the work is not completed within the times stipulated herein, plus any extensions thereof. Accordingly, Engineer has established time intervals, in calendar days, for submittals at various stages of the project as detailed below. As each actual submittal date occurs, Engineer shall meet with Owner to discuss the progress of the work and the actual submittal date shall be documented. If project is behind schedule, the reason shall be recorded. Engineer shall not be responsible for the time required by Owner's representative to review Engineer's submittal. When review is complete, Owner shall, in writing, authorize Engineer to proceed to the next submittal date. After fmal submittal date, Engineer and Owner shall meet to evaluate Engineer's performance with regard to design schedule. An Engineer's Project Performance Evaluation form shall be completed and acknowledged by both Owner and Engineer. Completed form shall be retained by Owner for a period of five years and reviewed prior to consultant selection for County projects. Past performance shall be accounted for on the evaluation sheet used to rank consultants during the interview process.

1. Schedule. Engineer will make plan submittals to Owner based on the following schedule:

a. Concept Drawings - Engineer will submit concept drawings within 60 calendar days after the Notice to Proceed by Owner.

b. Field Check - Engineer will submit field check drawings within 90 calendar days after the Notice to Proceed by Owner.

c. Right-of-Way Drawings and Documents- Engineer will submit right-of-way drawings and documents (Legal Descriptions, Certificates of Title, Right-of-Way Plans and Public Improvement Documents for acquiring Permanent Public Right-of-Way Easements, Temporary Construction Easements or any other required Easement Document) within 10 calendar days after the Notice to Resume Work is given by Owner following Field Check.

d. Office Check - Engineer will submit office check drawings and specifications within 60 calendar days after the Notice to Resume Work is given by Owner following Field Check.

e. Bid Documents - Engineer will submit bid documents within 30 calendar days after the Notice to Resume Work is given by Owner following Office Check.

15 Rev. 01/2015

Page 26: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

DATE:

TO:

FROM:

July 12, 2016

Board of County Commissioners

Bill Kroll, Facilities Maintenance Director

Shawnee County Facilities Maintenance

200 SE 7th Street Topeka, KS 66603

(785) 291-4490

SUBJECT: Request for approval to accept proposal from Omega Door for replacement of existing entry doors at the main entrance to the North Annex to a motion activated sliding entry door system, in the amount of$ 16,655.00 to be funded through the deferred capital maintenance fund.

Although the current set of doors are ADA compliant, the operating system is obsolete and repair parts, when needed, are becoming difficult to obtain. Sliding entry doors with motion sensing operational controls allows easier access by both disabled and non-disabled persons. Omega Door was the only firm to bid on this replacement project.

Respectfully,

Bill Kroll Facilities Maintenance Director

Cc: Betty Greiner, Director of Administrative Services

Page 27: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

Vl\'1-~uA Door and Hardware

SHAWNEE COUNTY CONTRACT IE. Ceo>a.:::;;>o l\c,

. ur-u;:,1-\L a division of Missouri Door Company, Inc .

QUOTE #029-16

Proposal Submitted To: Shawnee County Courthouse Date: 6/21/2016

Address: Room 201 Attn: Purchasing Division

City, ST, ZIP Topeka, KS 66603

Job Name: East Entry Doors

Job Location: Shawnee County North Annex

X Furnish & Install 0Tax Included -WE HEREBY SUBMIT/ESTIMATE THE FOLLOWING: Furnish & Deliver No Tax Included - CPU

X ALL ELECTRICAL INCLUDING LOW VOLTAGE WIRING

EXCLUSIONS: PAINTING OTHER (DESCRIBE)

QTY AMOUNT

Omega Door and Hardware Proposes to Furnish and Install the following:

l=ast Entrance Doors Shawnee Count~ North Annex Building

2 Record Series 5100 automatic bi-parting sliding entry doors in dark bronze finish

to match existing framing. Packages come complete with the following operating

equipment: motion/safety sensors, doorway holding beams, microprocessor

control box, electrical-mechanical operator 1/8 HP, 3 amp 30vdc operation, narrow

stile door panels, 3 1/2" bottom and 1 1/2" intermediate rails, emergency breakaway

capability, MS lock with cylinder on exterior and thumbturn interior of each door,

1/4" grey tinted glass with reflective tint on exterior and 1/4" clear glass on interior.

Price Includes: Removal and disposal of both exterior and interior swing doors

and transoms, Warranty (2) years materials, (1) year workmanship and freight

Exclusions: Electrical service provided by Shawnee County Electrician, sales tax

Material Lead Time is 3 weeks

Total Bid Amount 16,655.00

****Provide Tax Exempt Certificate or tax will be applied at invoicing****

***UPON ACCEPTANCE OF THIS PROPOSAL, PLEASE SIGN AND RETURN BY EMAIL OR FAX*** [email protected] OFFICE# 913.647.3667 FAX# 913.647.3677

Payment to made as follows: NET 30 DAYS· UPON APPROVED CREDIT PRICING IS VALID FOR 30 DAYS FROM PROPOSAL DATE

All material is guaranteed to be as specified. All work to be completed in a workmanlike manner according to standard practices. Any alteration or any deviation from above specifications involving extra costs will be executed only upon written orders, and will become an extra charge over and above the estimate. All agreements contingent upon

smk~. '""""' o delays°"'"' "";:Ji-:li2!:::.."" •~ssao '"~••oo °"' ~-" fulO 00

- by w ... , •. , Com;::-: ;~:;16

Commercial Sales att Sch1mmer Date

ACCEPTANCE OF PROPOSAL-The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified. Payment will be made as outlined above.

Signature

924 DIVISION ST KANSAS CITY, KS 66103

Phone: (913) 647 -3667 Fax: (913) 647-3677

Date

Page 28: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

REQUEST FOR QUOTATION SUBMIT BID TO

PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE

Room201 Topeka, Kansas 66603

QUOTATION NO.

DATE MAILED

CLOSING 2:00 P.M.

029-16

06-07-16

06-21-16

VENDOR 01>1&4 !:»(JR 1/JIJ J/-/J~t./11% ADDRESS 9-J'//;'JLIISloJI 6}:- /!g~ CJ,-r-,, J(.fi '"/o3 PHONE 1LJ-{J'{7-J,~7

THIS IS NOT AN ORDER

1. In communications always refer to the above quotation number.

2. In order to receive consideration, one copy of this request for quotation with your bid properly filled in must

be signed and returned by the specified closing date.

3. All prices and conditions must be shown. Additions or conditions not shown on this bid will not be allowed.

4. Contracts or purchase orders resulting from this quotation may not be assigned without written prior consent

of the Purchasing Division.

5. The Purchasing Division reserves the right to accept or reject any part of, or all of, any bid or proposal.

6. All prices quoted are to be less Federal Excise Tax and Kansas Sales Tax.

7. Failure to respond to RFQ may result in termination of future mailings.

8. Price quoted shall remain firm for thirty (30) days after bid closing date.

ITEM AND DESCRIPTION

Shawnee County is soliciting sealed bids for new entry doors at the North Annex per the following minimum specifications.

Bid results will not be given over the telephone. Results may be obtained by attending the public bid opening or by sending a self addressed stamped envelope to the Purchasing Division with your request for bid tabulation. Bid results will be posted on our website at our earliest convenience.

NOTE: If your company resides in a locale which has a local preference law, please state what that preference is NoAlc If there is no preference in your locale please answer by stating NONE. FAILURE TO RESPOND TO THIS PART OF THE SPECIFICATION MAY RESULT IN REJEQTION OF YOUR BID.

Page 29: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

QUOTATION NO.

DATE MAILED

CLOSING 2:00 P.M.

029-16

06-07-16

06-21-16

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 with his usual signature.

CLOSING DATE: Sealed bids will be received until 2:00 p.m. CST, on the scheduled closing date at which time they will be opened and publicly read. The time clock stamp in the Purchasing Department will conclusively determine the time of receipt. Bids received after the scheduled closing time will not be considered. Bids that do not carry proper identification may be rejected. The Purchasing Division will accept no responsibility for the premature opening of a bid not properly identified on the outside of the envelope.

MODIFICATION OF BIDS: Bids already submitted may be modified by letter or telegraph provided modification request is received in the Purchasing Division prior to the time set for closing of bids.

WITHDRAW AL 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.

NOTICE TO SUCCESSFUL BIDDERS: The successful bidder will be notified by letter or telephone as soon as possible after bids have been opened, tabulated, and analyzed.

NOTICE TO UNSUCCESSFUL BIDDERS: Unsuccessful bidders will not be notified.

NOTE: 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.

Page 30: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

QUOTATION NO.

DATE MAILED

CLOSING 2:00 P.M.

029-16

06-07-16

06-21-16

All bids received on or before the specified bid closing time and date shall be publicly opened, read aloud 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 heads and the architect or engineer as applicable shall make this determination jointly. 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.

If additional information is required, please contact Bill Kroll, Facilities Maintenance Director at 785-251-4490.

Michele Hans~Ym'chasing Specialist

SHOW TERMS Aler Jo DELrvERYWILLBEMADE Jw~lf'Af AkltR AtlAk

:~:=~D r~~~· PRINTEDNAME /Y'Jmi: SCl/tmmtr.f

TITLE Ccmmf£1lt:-11J:l S/tLEs PHONEN01/J-~i/7-3,,7 FAX 213--C//7~3,77

Page 31: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

44-1030

QUOTATION NO.

DATE MAILED

CLOSING 2:00 P.M.

029-16

06-07-16

06-21-16

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 person's 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 ofK.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 o 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.

44-1031. 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. 44-103 0 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 ofK.S.A. 44-1030 and of this section shall not 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 I.

Page 32: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

QUOTATION NO. 029-16

DATE MAILED 06-07-16

CLOSING 2:00 P.M. 06-21-16

TOTAL BID Item Being Bid PRICE

New Vestibule Doors and labor $ / ~ /:;,5'.£, 0 0 I

TOTAL BID PRJCE (PRJNTED) s; titf6,J 1tl,vsliulJ _5; X 1/vtJ.AtGb /ft.llJ hrt/ ht/€ /11 /t}t.S

Length of warranty on Materials -~ef...____.X~ett~B~S"-------Length of warranty on Labor / Ytf'f!i< --~___,.,~~------

tJ/TJC((/J t»,R fb..llJ HtlEiJtJ/IR(i' COMP ANY or FIRM NAME

BY:~

{Please send the original and a copy of your bid)

PLEASE SUBMIT THIS AS THE FIRST PAGE OF YOUR BID

Page 33: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

DATE:

TO:

FROM:

July 12, 2016

Board of County Commissioners

Bill Kroll, Facilities Maintenance Director

Shawnee County Facilities Maintenance

200 SE 7th Street Topeka, KS 66603

(785) 291-4490

SUBJECT: Request for approval to accept proposal from Omega Door for replacement of existing entry doors at the main entrance to the North Annex to a motion activated sliding entry door system, in the amount of$ 16,655.00 to be funded through the deferred capital maintenance fund.

Although the current set of doors are ADA compliant, the operating system is obsolete and repair parts, when needed, are becoming difficult to obtain. Sliding entry doors with motion sensing operational controls allows easier access by both disabled and non-disabled persons. Omega Door was the only firm to bid on this replacement project.

Respectfully,

Bill Kroll Facilities Maintenance Director

Cc: Betty Greiner, Director of Administrative Services

Page 34: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

Vl'\'.l~uA Door and Hardware

<;HAWNEE COUN~ CONTRACT .c;.~eQ-;ic l(,,

PROPOSAL a division of Missouri Door Company, Inc.

QUOTE #029-16

Proposal Submitted To: Shawnee County Courthouse Date: 6/21/2016

Address: Room 201 Attn: Purchasing Division

City, ST, ZIP Topeka, KS 66603

Job Name: East Entry Doors

Job Location: Shawnee County North Annex

X Furnish & Install 0Tax Included -WE HEREBY SUBMIT/ESTIMATE THE FOLLOWING: Furnish & Deliver No Tax Included - CPU

X ALL ELECTRICAL INCLUDING LOW VOLTAGE WIRING

EXCLUSIONS: PAINTING

OTHER (DESCRIBE)

QTY AMOUNT

Omega Door and Hardware Proposes to Furnish and Install the following:

l=ast Entrance Doors Shawnee Countl{ North Annex Building

2 Record Series 5100 automatic bi-parting sliding entry doors in dark bronze finish

to match existing framing. Packages come complete with the following operating

equipment: motion/safety sensors, doorway holding beams, microprocessor

control box, electrical-mechanical operator 1/8 HP, 3 amp 30vdc operation, narrow

stile door panels, 3 1/2" bottom and 1 1/2" intermediate rails, emergency breakaway

capability, MS lock with cylinder on exterior and thumbturn interior of each door,

1/4" grey tinted glass with reflective tint on exterior and 1/4" clear glass on interior.

Price Includes: Removal and disposal of both exterior and interior swing doors

and transoms, Warranty (2) years materials, (1) year workmanship and freight

Exclusions: Electrical service provided by Shawnee County Electrician, sales tax

Material Lead Time is 3 weeks

Total Bid Amount 16,655.00

****Provide Tax Exempt Certificate or tax will be applied at invoicing****

***UPON ACCEPTANCE OF THIS PROPOSAL, PLEASE SIGN AND RETURN BY EMAIL OR FAX*** [email protected] OFFICE# 913.647.3667 FAX# 913.647.3677

Payment to made as follows: NET 30 DAYS· UPON APPROVED CREDIT PRICING IS VALID FOR 30 DAYS FROM PROPOSAL DATE All material is guaranteed to be as specified. All work to be completed in a workmanlike manner according to standard practices. Any alteration or any deviation from above

specifications involving extra costs will be executed only upon written orders, and will become an extra charge over and above the estimate. All agreements contingent upon

m~,. ""'"'" "'""~ "-' ~~"'""""" ire,0000. '"'""""'" fullyoo""" ~ W<rlmao's Com;.~:'";~:16

Commercial Sales att Scliimmer Date

ACCEPTANCE OF PROPOSAL -The above prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified. Payment will be made as outlined above.

Signature

924 DIVISION ST KANSAS CITY, KS 66103

Phone: (913) 647-3667 Fax: (913) 647-3677

Date

Page 35: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

REQUEST FOR QUOTATION SUBMIT BID TO

PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE

Room201 Topeka, Kansas 66603

QUOTATION NO.

DATE MAILED

CLOSING 2:00 P.M.

029-16

06-07-16

06-21-16

VENDOR Dmcal} l1oR /t.f(J H///!.ct.l/J.RE ADDRESS 9J'//wlSlruJ 0£ /gtvG1.( a-r-,1 J(.f, '"/o3 PHONE C/!3-'3'{7-J,~7

THIS IS NOT AN ORDER

1. In communications always refer to the above quotation number.

2. In order to receive consideration, one copy of this request for quotation with your bid properly filled in must

be signed and returned by the specified closing date.

3. All prices and conditions must be shown. Additions or conditions not shown on this bid will not be allowed.

4. Contracts or purchase orders resulting from this quotation may not be assigned without written prior consent

of the Purchasing Division.

5. The Purchasing Division reserves the right to accept or reject any part of, or all of, any bid or proposal.

6. All prices quoted are to be less Federal Excise Tax and Kansas Sales Tax.

7. Failure to respond to RFQ may result in termination of future mailings.

8. Price quoted shall remain firm for thirty (30) days after bid closing date.

ITEM AND DESCRIPTION

Shawnee County is soliciting sealed bids for new entry doors at the North Annex per the following minimum specifications.

Bid results will not be given over the telephone. Results may be obtained by attending the public bid opening or by sending a self addressed stamped envelope to the Purchasing Division with your request for bid tabulation. Bid results will be posted on our website at our earliest convenience.

NOTE: If your company resides in a locale which has a local preference law, please state what that preference is NoAl6 If there is no preference in your locale please answer by stating NONE. FAILURE TO RESPOND TO THIS PART OF THE SPECIFICATION MAY RESULT IN REJECTION OF YOUR BID.

T\.A r<r. 1

Page 36: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

QUOTATION NO.

DATE MAILED

CLOSING 2:00 P.M.

029-16

06-07-16

06-21-16

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 with his usual signature.

CLOSING DATE: Sealed bids will be received until 2:00 p.m. CST, on the scheduled closing date at which time they will be opened and publicly read. The time clock stamp in the Purchasing Department will conclusively determine the time of receipt. Bids received after the scheduled closing time will not be considered. Bids that do not carry proper identification may be rejected. The Purchasing Division will accept no responsibility for the premature opening of a bid not properly identified on the outside of the envelope.

MODIFICATION OF BIDS: Bids already submitted may be modified by letter or telegraph provided modification request is received in the Purchasing Division prior to the time set for closing of bids.

WITHDRAW AL 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.

NOTICE TO SUCCESSFUL BIDDERS: The successful bidder will be notified by letter or telephone as soon as possible after bids have been opened, tabulated, and analyzed.

NOTICE TO UNSUCCESSFUL BIDDERS: Unsuccessful bidders will not be notified.

NOTE: 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.

Page 37: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

QUOTATION NO.

DATE MAILED

CLOSING 2:00 P.M.

029-16

06-07-16

06-21-16

All bids received on or before the specified bid closing time and date shall be publicly opened, read aloud 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 heads and the architect or engineer as applicable shall make this determination jointly. 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.

If additional information is required, please contact Bill Kroll, Facilities Maintenance Director at 785-251-4490.

Michele Hans· aw, Purchasing Specialist

SHOW TERMS -~M~'E-i~t:~J~o ____ _ DELIVERY WILL BE MADE Jw~~Jl!S /1k62 /JhVIJ?c:,

:~:=~o F*~~~-PRINTEDNAME /YJm:i Scf/tmmtr£

TITLE t1,mmf£/x11tl SeLEs PHONENOJ/J~~/IZ-3,~7 FAX 213--C/17-3,77

EMAIL. ms~t1tmm€R&O/rJl2Gd--Jl4., tom

Page 38: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

44-1030

QUOTATION NO.

DATE MAILED

CLOSING 2:00 P.M.

029-16

06-07-16

06-21-16

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 ofrace, religion, color, sex physical handicap unrelated to such person's 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 ofK.S.A. 44-1032, the contractor shall be deemed to have breached the present contract and i~ 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 o 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.

44-1031. 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. 44-103 0 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 ofK.S.A. 44-1030 and of this section shall not 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.

n Ann n

Page 39: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

QUOTATION NO. 029-16

DATE MAILED 06-07-16

CLOSING 2:00 P.M. 06-21-16

TOTAL BID Item Being Bid PRICE

New Vestibule Doors and labor $ / C,_ h 5 .S. 0 0 I

TOTAL BID PRICE (PRlNTED) s:~ -ftbvslttll) s X ;/vl'IA/2aJ lft./lJ 6111 hi/€ tJo1ht.S

Length of warranty on Materials -~J'----'t~a~B~S~----Length of warranty on Labor / Y cf~ --~-.~~-----

BY:~~

-(Please send the original and a copy of your bid)

PLEASE SUBMIT THIS AS THE FIRST PAGE OF YOUR BID

Page 40: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

lj

DATE:

TO:

FROM:

July12, 2016

Board of County Commissioners

Bill Kroll, Facilities Maintenance Director

Shawnee County Facilities Maintenance

200 SE 7th Street Topeka, KS 66603

(785) 291-4490

SUBJECT: Request for approval to accept proposals from Furniture Mall of Kansas to provide and install approximately 7,776 square feet of new carpet and cove base at the Court Services Offices {Room 8-12), IT Department Offices {Suite 205) and Finance Audit Department Offices (Suite 201) in the amount of$ 45,267.30 {Estimated installed price of $5.16 per square foot)

Furniture Mall of Kansas has thus far completed two carpet replacement projects at the North Annex and one here at the Courthouse, in the EOC. The product (Mohawk Carpet Tile and Johnsonite Covebase) and the workmanship of the installers has thus far been exemplary in nature. Furniture Mall of Kansas was the low bidder by .40 cents per square foot installed price on the North Annex carpet replacements and has supplied a guaranteed carpet materials price of $2.55 per square foot for the remainder of the calendar year. All installers are certified by the Carpet and Flooring Institute.

To be funded through a combination of Deferred Capital Maintenance, Information Technology, Finance Department and Court Services funding.

Respectfully,

Bill Kroll Facilities Maintenance Director

Cc: Betty Greiner, Director of Administrative Services

Page 41: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

Furniture Mall of Kansas

DISCOVERY lFURNITURE

MARLING'S

SHAWNEE COUNT'(

CONTRACT #'.?a?J-aol~ MATTRESS \>Abbey

rFLOOAING] tiEADOUARTERS L HEAD\+~.,.AATEA!Sl

www.FurnitureMallofKansas.com

Guest Name:

Job Name & Location:

Item

MOHAWK FIRST ONE UP

JOHNSONITE COVE BASE

MOHAWK

PARABOND

Product Total

Tax

Total Product Costs

Labor

Tax

Total Labor Costs

!Project Total

Labor Includes-

Labor Does Not Include-

Payment Agreement:

SNCO COURT SERVICES Phone: 785-251-4490

200 SE 7th, TOPEKA, KS 66603 Date: 6/30/2016

Description Quantity Measurement Price Total

CARPET TILE - COLOR? 46 6CTNS.3,312sqft $183.60 $8,445.60

#48 GREY 10 ROLLS - 1,200ft $102.00 $1,020.00

MOOlB ADHESIVE 4 4 GAL. $110.00 $440.00

COVE BASE ADH 30oz 18 TUBES $6.50 $117.00

$0.00

$0.00

$0.00

$0.00

$0.00

$0.00

$0.00

$10,022.60

Rate 0% $0.00

$10,022.60

$8,650.00

Rate 0% $0.00

$8,650.00

$18,612.60 I Take up old carpet, install new carpet tile. Remove and replace cove with 4" rubber cove base.

Non typical glue removal, leveling or crack repair. Does not include asbestos abatement of VAT.

Does not include removal of black cut-back adhesive and sealer.

Net 30 upon delivery of materials. Net 30 upon completion of labor.

All Installation will be supervised by Dennis Lunnon,

I am a Carpet and Flooring Institute Certified Installer with 44 years experience.

Dennis "Denny" Lunnon Contract Flooring Specialist

Abbey Flooring Headquarters

The Furniture Mall of Kansas

Westridge Mall, Topeka KS

Cell 785-554-1265

All installers on the project will be certified as well.

INSTALLATION HAS A 3 YEAR WARRANTY.

ALL PRODUCTS HAVE THEIR OWN MANUFACTURER'S WARANTY

Page 42: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

.---------------------------------------------------------···

I

Furniture Mall of Kansas

DISCOVERY ~FURNITURE

MARLING'-S

www.FurnitureMallofKansas.com

Guest Name:

Job Name & Location:

Item

MOHAWK FIRST ONE UP

MOHAWK

JOHNSONITE COVE BASE

PARABOND

Product Total

Tax

Total Product Costs

Labor

Tax

Total Labor Costs

!Project Total

Labor Includes-

Labor Does Not Include-

Payment Agreement:

SNCO IT DEPT.

200 SE 7th, TOPEKA, KS 66603

Description Quantity Measurement

CARPET TILE - COLOR ? 41 CTNS2,952sqft

SEALER 3 4GAL BUCKETS

#48 GREY 8 ROLLS 960'

COVE BASE ADH 30oz 4 TUBES

Rate

Rate

Phone:

Date:

Price

$183.60 $120.00

$102.00

$6.50

0%

0%

785-251-4490

6/30/2016

Total

$7,527.60

$360.00

$816.00

$26.00

$0.00

$0.00

$0.00

$0.00

$0.00

$0.00

$0.00

$8,729.60

$0.00

$8,729.60

$9,200.00

$0.00

$9,200.00

$17,929.601

Take up old carpet, install new carpet tile, remove and replace cove with 4" rubber cove base

ALL NON TYPICAL IS TIME AND MATERIALS.

Non typicalglue removal,leveling or crack repair. Does not include asbestos abatement of VAT.

Does not include removal of black cut-back adhesive. Does not include fl de nights and weekends.

Net 30 upon receipt of materials. Net 30 upon completion of labor.

All Installation will be supervised by Dennis Lunnon,

I am a Carpet and Flooring Institute Certified Installer with 44 years experience.

Dennis "Denny" Lunnon Contract Flooring Specialist

Abbey Flooring Headquarters

The Furniture Mall of Kansas

Westridge Mall, Topeka KS

Cell 785-554-1265

All installers on the project will be certified as well.

INSTALLATION HAS A 3 YEAR WARRANTY.

ALL PRODUCTS HAVE THEIR OWN MANUFACTURER'S WARANTY

Page 43: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

J

Furniture Mall of Kansas

DISCOVERY 1 §.FURNITURE

MARUNG'S .;;- ROOM MA,TrRESS .,,- Abbey MAKERS HEADQUARTERS [~';:-,~~':;;'..~]

1111 !I II www.FurnitureMallotKansas.com

Guest Name:

Job Name & Location:

Item

MOHAWK FIRST ONE UP

JOHNSONITE COVE BASE

MOHAWK

JOHNSONITE

Product Total

Tax

Total Product Costs

Labor I Tax I Total Labor Costs

I Project Total

Labor Includes-

Labor Does Not Include-

Payment Agreement:

SNCO-FINANCE DEPT. -1.. f ( Phone:

200 SE 7th, TOPEKA, KS 66603 S'IV' Date: ,, \

Description Quantity Measurem~nt Price

CARPET TILE - COLOR? 21 CTNS~qft $183.60

#48 GREY 3 ROLLS 360' $102.00

M001B ADH 2 4 GAL BUCKET $110.00

COVE BASE ADH 3 TUBES $6.50

Rate 0%

I I I I I Ratel 0%

Take up and remove old carp~t, normal glue removal. Install new 4" rubber cove base.

ALL NON TYPICAL IS TIME AND MATERIALS.

785-251-4490

6/30/2016

Total

$3,855.60

$306.00

$220.00

$19.50

$0.00

$0.00

$0.00

$0.00

$0.00

$0.00

$0.00

$4,401.10

$0.00

$4,401.10

$4,224.00

$0.00

$4,224.00

$8,625.101

Non typical glue removal, leveling or crack repair. Does not include asbestos abatemen1 ement of VAT.

Does not include removal of black cut-back adhesive. Does not include nights and weekends.

Net 30 upon delivery of materials. Net 30 upon completion of labor.

All Installation will be supervised by Dennis Lunnon,

I am a Carpet and Flooring Institute Certified Installer with 44 years experience.

Dennis "Denny" Lunnon Contract Flooring Specialist

Abbey Flooring Headquarters

The Furniture Mall of Kansas

Westridge Mall, Topeka KS

Cell 785-554-1265

All installers on the project will be certified as well.

INSTALLATION HAS A 3 YEAR WARRANTY.

ALL PRODUCTS HAVE THEIR OWN MANUFACTURER'S WARANTY

Page 44: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

DATE:

TO:

FROM:

July12, 2016

Board of County Commissioners

Bill Kroll, Facilities Maintenance Director

Shawnee County Facilities Maintenance

200 SE 7th Street Topeka, KS 66603

(785) 291-4490

SUBJECT: Request for approval to accept proposals from Furniture Mall of Kansas to provide and install Mohawk carpet and Johnsonite covebase for the remainder of the calendar year for all flooring replacements at the Shawnee County Courthouse and North Annex based upon a carpet material price of $2.55 per square foot and an average installation cost of $2.61 per square foot.

Respectfully,

Bill Kroll Facilities Maintenance Director

Cc: Betty Greiner, Director of Administrative Services

Page 45: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

DATE: July 12, 2016

TO: Board of County Commissioners

FROM: Bill Kroll, Facilities Maintenance Director

Shawnee County Facilities Maintenance

200 SE yth Street Topeka, KS 66603

(785) 291-4490

SUBJECT: Request for approval to award trade services bid pricing to the following companies:

Painting: T.D. Wilson $26.00 per hour (Regular and after hours pricing) Electrical : Torgeson Electric $58.50 per hour (Journeyman base rate) Mechanical (HVAC) Central Mechanical ($70 per hour base rate) Plumbing: Central Mechanical ($60.00 per hour base rate) Trenching: Torgeson Trenching (Various pricing options per submitted bid)

Note: No pricing was submitted for carpentry work.

Respectfully,

Bill Kroll Facilities Maintenance Director

Cc: Betty Greiner, Director of Administrative Services

Page 46: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

DATE: July 12, 2016

TO: Board of County Commissioners

FROM: Bill Kroll, Facilities Maintenance Director

Shawnee County Facilities Maintenance

200 SE ?1h Street Topeka, KS 66603

(785) 291-4490

c_ 5

SUBJECT: Request for approval to advertise for and fill a vacant Maintenance Technician I position opening created with the resignation of Mr. Joseph Chavez at CBIZ range 10, step number 1, $ 14.61 per hour. Total annual salary and benefit expense of $37,876. To be expensed through the Facilities Maintenance Department budget.

Respectfully,

Bill Kroll Facilities Maintenance Director

Cc: Betty Greiner, Director of Administrative Services

Page 47: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

DATE:

TO:

FROM:

July 13, 2016

Board of County Commissioners

Bill Kroll, Facilities Maintenance Director

Shawnee County Facilities Maintenance

200 SE yth Street Topeka, KS 66603

(785) 291-4490

SUBJECT: Request for approval to solicit proposals for custodial services at the Shawnee County Courthouse and North Annex.

Respectfully,

Bill Kroll Facilities Maintenance Director

Cc: Betty Greiner, Director of Administrative Services

Page 48: BOARD OF COUNTY COMMISSIONERS AGENDA MONDAY, JULY … · 7/18/2016  · professional design services in an amount of$68,000.00 for the SE Tecumseh Road Bridge over ... Chadwick J.

Fax 785-251-4941

To: Board of County Commissioners

Shawnee County

AUDIT-FINANCE OFFICE Suite 201, Courthouse

200 SE 7th Street Topeka, KS 66603-3903

From: Betty Greiner, Director of Administrative Services~,

Date: July 13, 2016

RE: Request to issue RFP for audit services

I am requesting your approval to issue a Request for Proposal (RFP) for the financial audit for Shawnee County. The last RFP for the financial audit was issued on April 23, 2012. I would like to receive proposals for a three year engagement with two one year extensions at renegotiated fees.

We have been pleased with the services of our current auditors, Cochran Head Vick & Co. The County has received thorough and professional audit services from this firm. The contract period of the current proposal has expired and it is time to issue a new RFP.

Phone 785-251-4307