red power T

Introduction
The Board of Education of Tonganoxie Unified School District No. 464 seeks statements of qualifications from construction managers and general contractors interested in providing construction management at-risk services for identified facility improvements. The successful CMAR will work in collaboration with the School Board, District administration, and HTK Architects to produce indicated Scope of Work below.

The District intends to pursue projects at Tonganoxie Elementary School that include the following Scope of Work.

• Removal of VRF system equipment and components throughout the building.

• New RTU & VAV system equipment and components.

• Related structural and architectural renovation work to accommodate HVAC replacement.

• Phased work to take place over multiple summers to avoid student disruption.

Anticipated Project Construction Budget: $6,000,000 - $8,000,000

Evaluation Process
This request for statements of qualifications is the first phase of a three-phase qualifications-based selection process as required by K.S.A. 72-1155. The board will evaluate the qualifications of all firms in accordance with the instructions of the request for qualifications. The board will then 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 two of the selection process. If the board receives qualifications from less than four firms, all firms will be invited to participate in phase two of the selection process. The board will have discretion to disqualify any firm that, in the board’s opinion, lacks the minimal qualifications required to perform the work.

Prequalified firms selected in phase one will be invited as part of phase two to submit a proposal for construction management at-risk services, which requires more detailed company information as well as fees for preconstruction services, general conditions costs, and overhead and profit.

Once all proposals have been submitted, the selection recommendation committee will interview as part of phase three each of the firms in executive session, allowing the competing firms to present their proposed team members, qualifications, project plan and to answer questions. The interview scoring will not account for more than 50% of the total possible score.

The selection recommendation committee will select the firm providing the best value based on the proposal criteria and weighting factors utilized to emphasize important elements of each project for approval by the board. All scoring criteria and weighting factors will be identified by the board in the request for proposals instructions to firms. The selection recommendation committee will proceed to negotiate with and attempt to enter into a contract with the firm receiving the best total score to serve as the construction manager at-risk for the project. Should the selection recommendation committee be unable to negotiate a satisfactory contract with the firm scoring the best total score, negotiations with that firm will be terminated, and the committee will undertake negotiations with the firm with the next best total score.

The construction management at-risk contract for a project shall be prepared by the board and entered into between the board and the firm performing such construction management at-risk services. A construction management at-risk contract utilizing a cost plus guaranteed maximum price contract value shall return all savings under the guaranteed maximum price to the school district.

Phase One Submission Requirements
The response to this request for statements of qualification must include the following information, at a minimum, and be organized as set out in the following outline:

1. Relevant Project Experience: Experience in successfully completing relevant K-12 education projects (refer to Scope of Work above);

2. CMAR Experience: Experience with providing construction management at-risk services, with emphasis on construction management at-risk services for Kansas Unified School Districts since the legalization of construction management at-risk for public projects in May 2008*;

3. References: References from design professionals and Owners from similar completed projects;

4. Management Approach: Describe your firm’s management approach, including experience working in and adjacent to operating schools;

5. Financial/Bonding: Financial statement and evidence of current bonding capacity in accordance with K.S.A. 60-1111 in an amount at least equal to the proposed construction budget of TBD, approx. $8 million.

*The District is most interested in evaluating each firm’s construction management at-risk experience on previous Kansas Unified School District projects. Projects delivered via other delivery methods (e.g. Construction Management-Agency, Design-Build, General Construction) or for non-Kansas Unified School District clients will be considered less relevant by the District.

Project Timeline (Anticipated, subject to change)

Issue RFQ (Phase 1): September 30, 2025

Qualifications Due: October 15, 2025

Shortlist Announced by District: October 22, 2025

Issue RFP (Phase 2): October 22, 2025

Proposals & Fees Due: October 29, 2025

Interviews (Phase 3): October 30, 2025

Notice of Intent: October 31, 2025

Contract Submittal: November 5, 2025

Board Action: November 10, 2025

Instructions for Submitting a Response
Please deliver five (5) paper copies and one electronic copy of your firm’s qualifications to:

Mitch Loomis, Facilities and Maintenance Director
Unified School District No. 464
300 E. Hwy 24-40
Tonganoxie, KS 66068

Submission Deadline: Wednesday, October 15, 2025 @ 3:00 pm

Questions regarding this request may be directed to:
Mitch Loomis, Facilities and Maintenance Director
Unified School District No. 464
E-mail – mloomis@tong464.org
Telephone: 913-416-1400

Or

Gordon Kimble
HTK Architects
E-Mail – jgk@htkarchitects.com
Telephone: 913-663-5373

END OF DOCUMENT