Eskridge City Park Improvements - Eskridge, KS

1326-600010.00
You need to register or login to order prints and download files from this project.

Status

Accepting Bids

Prebid Date 12/18/25 2:00pm
Bid Date 1/7/26 3:00pm

Company & Contacts

Benesch
Bradley Waller  
785-320-4811

Location

Eskridge, KS

Date Issued: 12/4/2025

Sealed bids will be received by the Owner, the City of Eskridge, Kansas, at the offices of (110 S Main St. Eskridge KS, 66423) until the above time and then publicly opened and read aloud, for furnishing all labor, materials and equipment, and performing all work necessary for completing the Eskridge Park Improvements.

A non-mandatory pre-bid meeting will be held in conjunction with this project. The pre-bid conference for this project will be held on December 18th at 2:00 pm Central time at Eskridge City Hall – 110 S Main Street, Eskridge, KS 66423. All bidders are required to examine the site to become familiar with all site conditions.

In general, the improvements on which bids are requested will require the following major construction items:

• Creek Bed Improvements

• Public Bathroom Improvements

• Playground Improvements

• Tennis Court Improvements

Contact information will be:

Bradley Waller, PE

2627 KFB Plaza, Suite 102W

Manhattan, KS 66503

Email: bwaller@benesch.com

Phone: 785.320.4811

Copies of the bid documents including project drawings and technical specifications are on file and may be inspected at the following locations:

• City of Eskridge City Clerk’s Office, 110 S Main St. Eskridge KS, 66423 (785-449-2621).

• Alfred Benesch & Company, 2627 KFB Plaza Suite 102W, Manhattan, KS 66503 (785-320-4820)

A complete set of bid documents can be seen or purchased for a non-refundable fee on-line at www.drexeltech.com in their eDistribution plan room. Information regarding this project can be found in the “Public Jobs” link on the www.drexeltech.com website. Additional Assistance is available at distribution@drexeltech.com. Contractors desiring paper copies of the contract documents may also obtain a set of such documents from Drexel Technologies: 10840 West 86th Street – Lenexa, KS 66214 or @ (913) 371-4430. Bid documents will be shipped only if the requesting party assumes responsibility for all related charges. Corporate, certified or cashier’s checks shall be made payable to Drexel Technologies, Inc.

Award of contract will be based on the lowest aggregate sum proposal (for the award option that is in the Owner’s best interest based on available Federal Funding) submitted from those bidders that are confirmed as being responsive and responsible. Contractors bidding shall bid all items. The right is reserved, by the Owner, to reject any and all bids and to waive any or all irregularities, technicalities, informality or any information in the bids received.

All persons awarded and /or entering into contracts with the Owner shall be subject to and required to comply with applicable county, state and federal provisions pertaining to nondiscrimination, labor standards, equal employment opportunity and affirmative action on public contracts.

The project is being partially funded by Small Cities Community Development Block Grant Program managed by the Kansas Department of Commerce. The contractor and their subcontractors on this project will be required to comply with the federal Davis-Bacon Act; Copeland “Anti-Kickback” Act; and the Contract Work Hours and Safety Standards Act. Wage rates paid for construction work shall be at least equal to the prevailing wage rates as determined by the Secretary of the U. S. Department of Labor. The Labor Standards and Wage Rates Determination are included in the Contract Documents. All persons awarded and/or entering into contracts with the Owner shall be subject to and required to comply with applicable county, state and federal provisions pertaining to nondiscrimination, labor standards, equal employment opportunity and affirmative action on public contracts.

Attention of bidders is particularly called to the requirements as to conditions of employment to be observed and Federal prevailing wage rates to be paid under the contract, Section 3 of the 1968 Housing and Urban Development Act, Segregated Facility, Section 109 of the 1974 Housing and Community Development Act, the Civil Rights Act of 1964, Executive Order 11246 and Buy America Build America Act. Minority Business Enterprises (MBE), Women Business Enterprises (WBE), and Disadvantaged Business Enterprises (DBE) are encouraged to submit bids for this work.

This project is subject to the Build America, Buy America (BABA) Act, 41 USC 8301 note, and all applicable rules and notices, as may be amended. Absent an approved waiver, all iron, steel, manufactured products, and construction materials used in this project must be produced in the United States, as further outlined by the Office of Management and Budget’s Memorandum M-24-02, “Implementation Guidance on Application of Buy America Preference in Federal Financial Assistance Programs for Infrastructure.”

Contractor shall include Manufacturer’s Certification for BABA requirements for all BABA-covered items to be incorporated into the infrastructure project. Contractor shall comply with BABA requirements, including coordination with manufacturers, distributors, and suppliers to correct deficiencies in any BABA documentation.

For any change orders, Contractor shall provide BABA documentation for any new products or materials required by the change.

Contractor shall designate the responsible parties for determining the final categorizations for all project items. The Owner reserves the right to reject any and all bids and to waive any irregularities therein.