Quick Links
Skip to main contentSkip to navigation

Morris County USD 417

District

Working...

Ajax Loading Image

 

CGES/PHES Security Entrance Bid Request

 
 

DATE: 1/29/20
Public Notice & Request for Qualifications
Construction Management at Risk (CMAR) Services
USD 417 Morris County Public Schools

USD 417 – Morris County seeks statement of qualifications form construction companies
interested in providing Construction Management at Risk services as the Constructor for the
upcoming building projects in Council Grove, Kansas. The Board of Education is soliciting
Statements of Qualifications from qualified construction managers or general contractors in a
three-stage qualification based selection process. The projects have been approved to move
forward by the Board of Education, following a vote by the Board of Education on January 15th,
2020.

PROJECT DESCRIPTION:
The total estimated construction cost of the project is approximately $295,000. The scope of the
facility improvements will include the following:
• New secure entry at Prairie Heights Elementary School - 60,000.
• New secure entry and office modifications at Council Grove Elementary School –
including a ±200 square foot addition - $235,000

The website link is provided that has additional information and documents containing preliminary
cost summaries.

"https://www.dropbox.com/sh/abautuqbp58uiwp/AADu4S2Qd8F-px-PS6Xs0P8aa?dl=0"

INTENT OF RFQ:

PHASE ONE - REQUEST FOR QUALIFICATIONS. PHASE ONE INCLUDES THIS
SUBMITTAL ONLY.
The Phase One submittal is to assist the Owner in developing a short list of
3-5 firms that will move to Phase 2. Phase 1 does not include items associated with Phase Two.

PHASE TWO - REQUEST FOR PROPOSALS. PHASE TWO IS NOT A PART OF THIS
SUBMITTAL.
The School District will notify a shortlist of 3-5 firms to continue the Proposal
process by providing information on schedules, scopes, fees, costs associated with the work. The
shortlisted firms will interview with the Board of Education.

The contract format will follow the American Institute of Architects, AIA document A133-2009
Standard Form of Agreement Between Owner and Construction Manager as Constructor where
the basis of payment is the Cost of the Work Plus a Fee with a Guaranteed Maximum Price.

Phase I Selection Process – RFQ
DUE February 14, 2020

The Board of Education is soliciting Statements of Qualifications from qualified construction
managers or general contractors

(1) Phase I shall require all firms to submit a statement of qualifications, which shall include the
following:

(1) Similar project experience.
(2) Experience in this type of project delivery system or other alternative project delivery methods
(3) Experience in working with sub-contractors who will likely be bidding on these projects and
participation of local contractors and sub-contractors while following the bidding laws set forth by
the State of Kansas.
(4) References from design professionals and owners from previous projects; Submit a list of a
minimum of six (6) references with mailing addresses, e-mail addresses and current phone
numbers. Two (2) of the references shall be subcontractors; two (2) shall be A/E firms; two (2)
shall be Owner's representatives of projects that have relevance to this project.
(5) Description of the construction manager or general contractor's project management
approach.
(6) Bonding capacity.
(7) State of the art computerized scheduling tools and a working knowledge of their operation.
(8) Capability to meet time and project budget requirements.
(9) Location of firm.
(10) Present and projected workloads.
(11) Past and current work in the local area.

Demonstrate your ability to work cooperatively with the School District, Architects and Engineers,
and anticipated subcontractors as demonstrated by references and successful projects.

Firms submitting a statement of qualifications shall be capable of providing a public works bond in
accordance with K.S.A. 60-1111, and amendments thereto, and shall present evidence of such
bonding capacity to the board with their statement of qualifications. If a firm fails to present such
evidence, such firm shall be deemed unqualified for selection under this subsection.

The USD 417 Board of Education reserves the right to waive any informalities and/or irregularities
in the submissions and to reject any or all submissions if it is in the Owner’s best interest to do so.
Unless all submissions are rejected, it is the intent for the USD 417 Board of Education to award
a contract for the Construction Manager at Risk Services to the successful applicant.

The Selection Recommendation Committee will be established by the Superintendent. The
committee shall evaluate the qualifications of the proposers based on equal weight given to all of
the eleven listed categories. The committee shall evaluate the qualifications of all firms in
accordance with the instructions of the request for qualifications. The committee shall prepare a
short list containing a minimum of three and maximum of five qualified firms, which have the best
and most relevant qualifications to perform the services required of the project, to participate in
phase II of the selection process. If the board receives qualifications from less than four firms, all
firms shall be invited to participate in phase II of the selection process. The board shall have
discretion to disqualify any firm that, in the board's opinion, lacks the minimal qualifications
required to perform the work.

Phase II – RFP(30-50% UNDEFINED%) & Fee Proposal (20%TYPICAL 25%MAX)

The short listed firms selected in Phase I will receive a Request for Proposal to guide the
submission for the Construction Management at Risk services to the selection committee. This
proposal to the selection committee will be scored during Phase III, in consideration with the
interview process.

The Request for Proposal shall include the following:

(1) Company overview;
(2) Experience or references, or both, relative to the project under question; List a minimum of 3
projects completed within the past 5 years that are similar in scope and size in excess of
$300,000.
(3) Resumes of proposed project personnel; including Project Manager and Superintendent
(4) Overview of preconstruction services; Provide your firm's understanding of Preconstruction
Services and methods you have used successfully to deliver these services on past projects.
(5) Overview of construction planning; and Provide your firm's understanding of Construction
Management Construction Services.
(6) Proposed safety plan.
(7) Provide documentation of insurance liability levels in accordance with the Contracting
Requirements for this project per AIA A133-2009

Fee proposal, in the format required by the Department of Administration, shall be prepared and
submitted directly to the Deputy Director at the Department of Administration. The Deputy
Director will score and rank the proposals for the best value and report such findings to the
District following completion of the Interviews and scoring of the Request for Proposal in Phase
III.

Phase III – Interviews (30% TYPICAL 50%MAX)

The selection committee will review the Proposals Submitted during Phase II from each firm and
assign a score based on the criteria to be provided in the Request for Proposal.

The selection committee will conduct interviews with each of the short-listed firms to evaluate and
highlight the criteria from the Proposal Submittal. Each firm will present proposed team members
and will have opportunity to discuss project approach and qualifications along with a designated
opportunity for questions and answers.

Once interviews are complete, The Deputy Director at the Department of Administration will send
to the school district all graded materials.

Architect : Ben Moore, Managing Member

                 Ben Moore Studio, LLC

Notice of Non-discrimination:   USD #417 does not discriminate on the basis of race, color, national origin, sex, disability, or age in its programs and activities and provides equal access to the Boy Scouts and other designated youth groups. The following person has been designated to handle inquiries regarding the non-discrimination policies: Nancy L. Meyer, 17 S Wood Street, Council Grove, Kansas 66846 (620)767-5192