REQUEST FOR QUALIFICATIONS FOR. ISSUE DATE: November 3, 2017 DUE DATE: November 20, 2017

Similar documents
Request for Qualifications/Proposals. Owner s Representative Services. Merriam Community Center Project

Request for Qualifications Facilities Condition Assessment and Development Consulting Services City of Mobile Mobile, Alabama PL

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES

HUNTERSVILLE GATEWAY APPROX 327 HUNTERSVILLE GATEWAY DR HUNTERSVILLE, NC ABC STORE # 22

Request For Qualifications Construction Management at Risk

REQUEST FOR QUALIFICATIONS FOR REAL ESTATE DEVELOPMENT SERVICES RFQ #2013 ED 101. DUE DATE: August 30, 2013

REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER. New Combined Court Facility In Montezuma County

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES

Charlotte-Mecklenburg Schools. Request for Qualifications

Request for Qualifications for Owner s Program Management Services For Wilton Police Headquarters Renovation and Expansion

REQUEST FOR QUALIFICATIONS & PROPOSALS. Julie Wilkie Assistant City Manager:

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ)

Cheyenne Wyoming RFP-17229

ADDENDUM #1 TO THE REQUEST FOR QUALIFICATIONS

Request for Proposal For Design Engineering Services. Northwest Lansing Relief Sewer Project

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY

REQUEST FOR QUALIFICATIONS 3096 ARCHITECTURAL & ENGINEERING SERVICES WORKFORCE DEVELOPMENT AND TRAINING CENTER

All equipment will be assembled and installed by the Supplier and or Contractor.

CONSTRUCTION MANAGEMENT SERVICES FOR A NEW STUDENT SUCCESS CENTER GREAT BAY COMMUNITY COLLEGE PORTSMOUTH, NH. Project GBC14-03CM MARCH 4, 2014

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building

Request For Proposal. For Construction Management Services. For The. Benton County Jail and Sheriff s Office

GREENVILLE UTILITIES COMMISSION Greenville, North Carolina REQUEST FOR QUALIFICATIONS. Construction Manager at Risk (CMR) Services

Management of Jobing.com Arena

COBB COUNTY DEPARTMENT OF TRANSPORTATION

Request for Qualifications (RFQ) from Architectural/Engineering Firms

REQUEST FOR PROPOSAL (RFP)

SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS

DESIGN CONSULTING SERVICES DESIGN FOR STUDENT SUCCESS CENTER GREAT BAY COMMUNITY COLLEGE PORTSMOUTH, NH. Project GBC14-03 AUGUST 23, 2013

RICHMOND HEIGHTS LOCAL SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS ( RFQ ) FOR OWNER S REPRESENTATIVE SERVICES

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

Submittal Guidelines RFQ# Master Site Plan

Williams Unified School District 499 Marguerite Street, Suite C, Williams, CA (530) (530) fax

REQUEST FOR PROPOSAL (RFP) # FY DESIGN BUILD COMPRESSED NATURAL GAS (CNG) FUELING STATION CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA)

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

REQUEST FOR QUALIFICATIONS (RFQ) FOR ENGINEERING SERVICES FOR THE CONSTRUCTION OF WATER AND SANITARY SEWER LINES

SUBMITTAL DEADLINE THURSDAY, JULY 02, 3:00 PM

Proposal No:

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES FOR DOUGLAS CITY HALL RENOVATIONS DOUGLAS, WYOMING

REQUEST FOR PROPOSALS

Request for Proposal

CONSTRUCTION MANAGEMENT SERVICES FOR A NEW AUTOMOTIVE BUILDING AND VARIOUS PROJECTS THRU FY 17 LAKES REGION COMMUNITY COLLEGE LACONIA, NH

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017

REQUEST FOR QUALIFICATIONS FOR DESIGN SERVICES FOR BRADFORD PARK SOFTBALL COMPLEX PARKING LOT EXPANSION

West Ridge Park Ballfield Light Pole Structural Assessment

CITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK

OREGON STATE UNIVERSITY

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

Request for Qualifications (RFW: 18-19/01) Architectural/Engineering Firms

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER SERVICES DICKINSON PUBLIC SCHOOL DISTRICT NO. 1 DICKINSON, NORTH DAKOTA

REQUEST FOR PROPOSALS AQUATIC FACILITY AUDIT CAMPBELL COMMUNITY CENTER POOL. Consultant Services. September 30, 2016

Service Providers for Agency Marketing and Outreach Campaigns

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

Request for Qualifications Construction Management-at-Risk FOOTBALL OPERATIONS FACILITY State Project # H MJ Feb. 9, 2016

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation

REQUEST FOR PROPOSAL (RFP) # DESIGN BUILD NEW CHIEFLAND MIDDLE/HIGH SCHOOL CONSULTANTS' COMPETITIVE NEGOTIATION ACT (CCNA)

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR

APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO.

REQUEST FOR QUALIFICATIONS

CITY OF ROMULUS CHAPTER 39: PURCHASING

PORT OF SOUTH WHIDBEY PUBLIC WORKS INVITATIONS TO SUBMIT STATEMENT OF QUALIFICATIONS ON-CALL ENGINEERING SERVICES

REQUEST FOR PROPOSAL (RFP) Montrose County Fairgrounds EVENT CENTER MARKETING Date Issued: Wednesday, October 25 th, 2017

ALAMEDA LOCAL AGENCY FORMATION COMMISSION 1221 OAK STREET, SUITE 555 * OAKLAND, CA (510) FAX (510)

Consulting Services - Cable Television System Franchise Renewal CLOSING LOCATION: EXECUTIVE OFFICE CITY OF LONGVIEW 1525 BROADWAY LONGVIEW, WA 98632

CITY OF ALAMOSA 300 HUNT AVE ALAMOSA, CO 81101

REQUEST FOR PROPOSAL (RFP) Professional Public Education Legal Services for the School District of Janesville. Release Date: Monday, August 6, 2018

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

Request for Proposals Professional Actuarial Services. QUESTIONS AND INTENT TO RESPOND DUE DATE: April 12, 2017, 4:00 p.m. (CDT)

MUSKEGON COMMUNITY COLLEGE REQUEST FOR PROPOSAL. Lakeshore Fitness Center Managed Services

The City of Moore Moore, Oklahoma

REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS

INSURANCE AND INDEMNIFICATION MANUAL. Supplement to Policy 560 i

REQUEST FOR PROPOSALS

REQUEST FOR QUALIFICATIONS CITY OF DICKINSON, TEXAS

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

Request for Qualifications (RFQ) for Legal Services to Mustang Special Utility District Issued April 30, 2015

Electronic copies: Michael Francis Desiree Young Dyan Merced File

UCR Campus Planning. Capital Asset Strategies REQUEST FOR QUALIFICATIONS ON-CALL NON-PROJECT SPECIFIC ENVIRONMENTAL CONSULTING SERVICES APRIL 2018

Request for Proposals: Environmental Site Assessment for Single Property

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

construction plans must be approved for construction by the City PBZ department.

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

AIA Document A101 TM 2017 Exhibit A

City of Muncie, Indiana. Parks and Recreation Department, 1800 South Grant Street. Muncie, IN Request for Proposal

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay.

REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014

Mobile and Stationary Security Patrol Services

Cherokee Nation

DATE: January 8, 2019 LOI NO REQUEST FOR LETTERS OF INTEREST PHASE I REDESIGN OF SCHOOL KITCHEN/CAFETERIA (APPROXIMATELY 2500 SQ FEET)

Request for Qualifications for Furniture, Fixtures, and Equipment

The schedule of events associated with this Request for Proposals (RFP) is as follows: RFP release date: July 01, 2016

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES

Request for Proposal Public Warning Siren System April 8, 2014

AUTHORITY FOR CALIFORNIA CITIES EXCESS LIABILITY (ACCEL)

REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL CONSULTING ENGINEERING SERVICES FOR LAND ACQUISITION CONSULTANT. March 24 th, 2019 RFQ

Transcription:

REQUEST FOR QUALIFICATIONS FOR Design/Build Construction Services Merriam Community Center ISSUE DATE: DUE DATE: November 20, 2017 Project Manager: Meredith Hauck, Assistant City Administrator Contact Information: mhauck@merriam.org 1

1. INTRODUCTION The City of Merriam is soliciting Request for Qualifications for the design and construction of a new Community Center Project located at Lucyann C. Vavra Park (6040 Slater Street) as illustrated on the attached Exhibit B (the Project ). The City seeks to select the most qualified design and construction team to provide Design /Build (D/B) services in a two-step qualification based selection process. The purpose of this Request for Qualifications (RFQ) is to invite interested parties to submit and substantiate their qualifications in connection with the design and construction of a new Merriam Community Center. Only those Respondents selected for the Short-List will be invited to participate in the next stage of the competitive procurement process requiring response to a Request for Proposal (RFP), which will require submission of detailed information regarding project approach and project work plan along with a concept estimate, fee and schedule proposal. The Scope of Services required of the responders will be outlined further in the upcoming RFP and attachments. The City is currently in the process of engaging an Owner s Representative who will act on behalf of the City and assist with updates to the City, stakeholders and the general public regarding progress and status. Through all phases, the Owner s Representative will be responsible for financial management and cost control. The Owner s Representative will also assist with the selection of all city consultants including; special inspection and geotechnical consultants, commissioning, utilities, furniture, fixtures and equipment vendors and move management services. All architectural and engineering design for the building and site will be developed and executed by the selected D/B Team. 2. PROJECT DESCRIPTION The new Community Center Project will be located in the heart of Merriam and encompass many of the ideas envisioned in a citizen led Recreation Facilities Steering Committee Process conducted between late- 2015 to early-2017. As proposed, the building program includes a 66,000 SF Community Center to include both indoor and outdoor aquatic components and related site work. Current projections contemplate a 12-month design schedule followed by a 15-month construction schedule. The Project is comprised of the following elements: New Community Center Components Youth, teen and senior programming. An indoor aquatic center An outdoor aquatic center A large walking track Fitness facilities, including cardio and weight training equipment A multi-use gymnasium Child watch area Public art gallery space Parks and Recreation Administrative Offices Multiple community meeting rooms 2

The current outdoor pool will be demolished as part of this project. No component of the pool, parking area or other improvements on the parcel will be retained. The complete master plan can be reviewed at: https://ks-merriam2.civicplus.com/documentcenter/view/2775 3. SCOPE OF SERVICES 3.1. Scope of Responsibility: The City anticipates that the general scope of work and responsibility under the Project Agreement will be as follows with further outlining in the upcoming RFP and as per the anticipated contract type (expected to be DBIA 520) 3.2. General Services: The Design/Build (D/B) Team shall have primary design and construction responsibility for the Project and shall deliver the Project within the parameters of the established budget and schedule. The D/B Team and Owner will execute a Design/Build Agreement with the City of Merriam, Kansas. 3.3. Design: The Design/Build Team will be responsible for and provide all professional services necessary to implement all aspects of the design for the new Merriam Community Center. The D/B Team shall coordinate the design with Owner-Furnished furniture, fixtures and equipment and assist Owner with the selection as required. 3.4. Construction: The Design/Build Team will be responsible for the construction of the new Merriam Community Center. The D/B Team is to coordinate the selection of and all subcontractor activity with City and the Owner s Representative. D/B Team will be responsible for overall budget and cost management, schedule development and coordination, and prepare comprehensive safety and quality control plans pursuant to City requirements. The D/B Team is to assist Owner with coordination of Project Commissioning and complete final closeout. 3.5. Permits/Approvals: The D/B Team will be responsible for obtaining all permits and necessary approvals for construction of the new Merriam Community Center. The Project will be designed and constructed in compliance with all applicable laws, regulations and codes. 3.6. LEED: The Owner does not intend to pursue LEED but will require design and construction activities to follow best practices for environmental sustainability, energy efficiency and use of recycled products. 4. QUESTIONS To ensure open and fair competition for all potential respondents, ALL questions and contact concerning this RFQ shall be in writing only and directed to Meredith Hauck, City of Merriam, at mhauck@merriam.org. Respondents should make NO CONTACT, either written or verbal, with any other City Staff and department personnel beginning with the issuance of this document through approval of award. 5. STATEMENT OF QUALIFICATIONS Required Qualifications of the Design/Build Team: 5.1 The Design/Build (D/B) Team must have recent expertise and experience in the design and construction of Community Centers or other public or governmental facilities specifically those with aquatic facilities of similar size and scope as the Project. The D/B Team must have experience 3

with Design/Build project delivery of similar size and scope. It is desirable for the D/B Team to have experience working together in the design and construction industry. 5.2 The D/B Team must be able to work effectively in a very collaborative environment. With a focus on quality and communication, the D/B Team must be able to work with the City Project Team to achieve expected outcomes through a team approach. Exceptional communication, interpersonal and organizational skills are required. Demonstrated application of innovation and creativity are additionally required. 5.3 The Respondent shall identify within its submission their key team members with proposed roles and experience for the Project from conception through completion. This should include; MEP and structural engineer, civil engineer and interior design. The D/B team should NOT include a pool design consultant as the City will solicit proposals for this consultant after selection of the D/B. Respondent should include names of potential pool design consultants, specifically those team has worked with in the past. The D/B team may also consider pre-selection of primary MEP sub-contractors and if so should identify potential companies. These should not be exclusive team members as City may elect to participate in their selection. 5.4 Prerequisites for qualification are the ability to bond the Project, meet insurance requirements, an exemplary safety program with safety performance rating and proof of financial stability. 6. INSTRUCTIONS FOR RESPONDING TO RFQ 6.1. LETTER OF TRANSMITTAL (limit 1 page) Respondents must submit a transmittal letter on the Respondent s letterhead. It must be signed by a representative of the Respondent who is authorized to sign such material and to commit the Respondent to the obligations required. The transmittal letter must include the name, address, phone number and e-mail address for the Respondent Contact, and must specify who would be the Design/Build Team s signatory to any contract documents executed with the City. The transmittal letter may include other information deemed relevant by the Respondent. 6.2. TABLE OF CONTENTS (limit 1 page) Provide a Table of Contents with sections and page numbers. Sections should follow order as represented in RFQ. 6.3. DESIGN/BUILD TEAM PROFILE (limit 10 pages) Provide a detailed and complete description of the Design/Build Team proposed. (The term company can refer to either a single entity or a joint venture.) The Design/Build Team Profile must include the following information: General: Provide a firm profile for the Design Builder, Lead Designer, and Consultants that will form the D/B Team, include a company overview, service offerings, locations of home and other offices, and evidence of required licenses. Please also include team partners for structural, civil and MEP engineering. As stated in section 5.3, please do not include pool designer. 4

Legal Structure: Identify whether the D/B Team is organized as a corporation, limited liability company (LLC), general partnership, joint venture, limited partnership, or other form of legal entity. Safety Record: Identify the D/B Team safety record. Payment and Performance Bonds: Provide a letter from the Design/Build Team s surety to verify the availability of a Design/Build bond of up to $30 million for this Project. The surety must be authorized by law to do business in Kansas and must have an A.M. Best Company Rating of A minus or better. Insurance: Provide a letter or Certificate of Insurance from the Design/Build Team s insurance company stating its ability to acquire and provide the minimum limits for the required insurance stated in Exhibit A of this RFQ. The required insurance must be obtained and maintained from insurance companies that have an A.M. Best Company Rating of A minus or better and are duly licensed or authorized in Kansas. 6.4. TEAM HISTORY All firms shall disclose their arbitration and litigation claims history. 6.5. TEAM ORGANIZATION & RESUMES Key personnel members for this project shall be identified and the current/ projected availability for these personnel throughout the duration of the project schedule should be addressed. A resume (one page maximum) describing relevant education, project experience, and professional certifications of key team members shall be included. Note: Please also include team partners for structural, civil and MEP engineering and potential pool designer. It is requested these are not fixed members of your team as city may elect to participate in their selection. The response should include a clear description of D/B team members roles and responsibilities, including a team organizational chart. This chart should clearly illustrate project decision making authority. After the RFQ phase, the selected Semifinalist teams may not make any significant changes in the composition of the team s member firms, personnel assignments, and individuals roles and responsibilities without the city s written approval. 6.6. PROJECT EXPERIENCE (limit 10 pages) Provide information about your firm s experience on similar projects, and your overall qualifications to carry out community/recreational, civic/municipal, and aquatics type projects similar in nature to the Merriam Community Center. Please provide project descriptions, locations, owner, and other relevant information. Projects should be recent, completed in the last 7 years. Provide specific project 5

examples related to your team s experience in design build delivery. The firms shall provide evidence of common experience between the key member firms and individuals on previous projects of similar scope and complexity. 6.7. REFERENCES (limit 2 pages) Please provide at least 5 references, including at least one public entity, for which team members have performed. Please provide at least 1 reference for a project which team worked together, if possible. 6.8. UNIQUE QUALIFICATIONS (limit 2 pages) Through narrative discussion and/or graphics, show reasons why the team believes it is especially qualified to undertake the Project and demonstrate the team s exceptional innovation and creativity relative to the design and construction. 7. EVALUATION PROCESS The proposal submissions of Respondents will be evaluated by an Evaluation Committee composed of City personnel. Members of the Evaluation Committee will independently review and rate each submission based on the listed criteria. 7.1. RELEVANT TEAM MEMBERS Chris Engel City Administrator Meredith Hauck- Assistant City Administrator Anna Slocum Parks & Recreation Director Owner s Representative To Be Named 7.2. EVALUATION OF PROPOSALS 7.2.1 The City s evaluation criteria may include, but not be limited to: (a) overall responsiveness to the RFQ and quality of the Proposal in clearly stating an understanding of the work to be performed; (b) extent of applicable resources available; (c) qualifications and experience and the persons responsible for providing the services to the City; (d) technical ability of the applicant to perform the required services; and (d) experience and reputation of the applicant as represented in the proposal and the quality of the references. 7.2.2 After evaluating the Proposals, the City may short list the submissions. In addition, the City may request additional information including participation in interviews with representatives of some or all of the applicant(s). City staff will then endeavor to negotiate a contract with the successful applicant. After completion of this process, a recommendation for selection will be made to the Governing Body. In the event a mutually agreeable contract cannot be negotiated, City staff will then enter into contract negotiations with the next highest rated applicant until a mutually agreeable contract can be negotiated, or alternatively, the City may reject all remaining submissions. 6

7.2.3 The City s process will consist of an Evaluation Committee which will review short-listed team submissions and interviews. 7.2.4 The City will not require or allow the presentation of design concepts for this specific project by Respondents during the interview process. Respondents will receive further detailed information regarding the interview once short-listed. 7.2.5. A fee proposal is not required as part of this RFQ. The City, at its discretion, may request one be submitted at the time of the interview. The fee proposal shall not be opened until all of the technical/qualification evaluation of the interview is complete. 7.2.6. The City will evaluate RFQ submissions and will select the D/B team that meets the best interests of the City. The City shall be the sole judge of its own best interests, the Proposals and the resulting negotiated agreement. The decision of the City is final. 8. PROPOSAL SUBMISSION 8.1.1 To be considered for selection as the Design-Build Construction Services an applicant must submit one original and six copies of the applicant s Proposal, along with an electronic copy on a standard jump drive, to City Clerk at Merriam City Hall, 9001 W 62nd Street, Merriam, KS 66202 by 12:00 noon CST November 20, 2017. 8.1.2 Interested applicants may contact City s project manager Meredith Hauck regarding questions about the Proposal by email ONLY at mhauck@merriam.org. Only written requests will be accepted for clarification concerning the meaning or interpretations of this Proposal, until seven (7) days prior to the submittal date (November 13th). The City will record its responses to any inquiries and any supplemental instructions will be provided in the form of written addenda. The City may issue written addenda before the date fixed for receiving the Proposals. To be notified of any addenda, applicants should provide their name, address, telephone number, and email address to Ms. Hauck. Failure to receive such addenda does not relieve an applicant from its obligation to submit a responsive Proposal. 8.1.3 To avoid inconsistencies and confusion, all communication related to this Proposal process is requested to be directed to Ms. Hauck. Contact with other City personnel regarding the Proposal or the process may be grounds for elimination from the selection process. 8.1.4 A Proposal may be withdrawn prior to the submission deadline. After the submission deadline, all Proposals received shall remain valid and be binding upon the applicant if accepted by the City within sixty (60) calendar days after the submission date. The City is not responsible for any costs incurred in connection with preparation of any Proposal submittal. 8.1.5 The City reserves the right to accept or reject any and all Proposals and to waive any technicalities or irregularities therein. Further, the City reserves the right to negotiate any and all terms of the Proposals. All persons submitting a Proposal agree that rejection shall create no liability on the part of the City because of such rejection. 7

8.1.6 The City is a Kansas municipality governed by the Kansas Open Records Act (KORA), K.S.A. 45-215 et seq. By providing a Proposal, the applicant acknowledges that its Proposal, once opened, is presumed to be an open record under the KORA. If the applicant submits information that it believes to be subject to an exemption to disclosure under the KORA, the applicant must reference the particular exemption from mandatory disclosure outlined in the KORA. The words Confidential or Proprietary are not sufficient. The City cannot guarantee the confidentially of claimed material, however. Applicants specifically waive any claims against City related to the disclosure of any material if made pursuant to a public records request. 9. TENTATIVE TIMELINE RFQ Issue Date Deadline for RFQ Questions RFQ Response Submission November 13, 2017 by 5:00pm November 20, 2017 @ 12:00pm Notify Shortlisted Teams November 27, 2017 Issue RFP November 27, 2017 Receive RFP Submittals December 20, 2017 Potential Interviews January 4 and 5, 2018 Proposed Notice of Award January 12, 2018 8

EXHIBIT A INSURANCE REQUIREMENTS General Liability Limits Each Occurrence. $2,000,000 Personal & Advertising Injury $1,000,000 Products/Completed Operation Aggregate $2,000,000 Aggregate.. $2,000,000 General Aggregate.. $2,000,000 Policy MUST include the following conditions: a. Contractual Liability and Independent Contractors; and b. Explosion, Collapse & Underground, if applicable Automobile Liability Policy shall maintain comprehensive automobile insurance covering all owned, non-owned and hired automobiles used in connection with the services or other work, whether on or off the site, and shall have minimum bodily injury and property damage limits of $1,000,000.00 combined single limit per occurrence. An MCS-90 endorsement shall be procured when applicable. Workers Compensation The Design/Build Team shall maintain Workers Compensation Insurance to cover the statutory limits of the Workers' Compensation laws of the state in which any work is to be performed and when applicable to Federal Laws, Voluntary Compensation and Employer's Liability (including occupational disease) coverage with limits not less than $500,000.00 per occurrence/aggregate for all workers on site, $500,000 each employee/$500,000 policy limit for Bodily Injury by Disease, $500,000 per accident for Bodily Injury by Accident, regardless of whether a worker is also an employee of the Design/Build Team. Umbrella Liability An umbrella for excess liability policy in the minimum amount of $4,000,000 each occurrence, $4,000,000 aggregate is required. The umbrella or excess policy must be at least as broad as the underlying policies and include the following protection: a. General Liability; b. Automobile Liability; and c. Employers Liability Owner s Liability The Design/Build Team shall take out, pay for, and deliver to the City, an Owner's Protective Liability insurance policy written on an occurrence basis and naming the City as named insured. The policy shall be maintained during the life of this Agreement. Limits of protection shall be at least $1,000,000.00 Combined Single Limits, Bodily Injury, and Property Damage, and shall contain no exclusion relative to any function performed by the City or its employees and agents in connection with the Project. 9

Professional Liability The Design/Build Team shall purchase, and maintain for a period of three years after the date of Final Completion, insurance covering claims arising out of the performance or furnishing of Design or Professional Services and for claims arising out of allegations of errors, omissions or negligent acts in connection with the Agreement. The policy shall include, a minimum limit of $2,000,000.00 per occurrence and $2,000,000.00 aggregate. Builders Risk Insurance Unless otherwise provided in the Contract Documents, the Design/Build Team shall procure and maintain property insurance from insurance companies authorized to do business in the State of Kansas upon the entire Project to the full insurable value of the Project, including professional fees, overtime premiums and all other expenses incurred to replace or repair the insured property. The property insurance obtained by the Design/Build Team shall include as additional insureds the interests of the City, the Design-Build Team, Design Consultants, Subcontractors, and sub-subcontractors, and shall insure against the risk of direct physical loss including but not limited to fire and extended coverage, theft, vandalism, malicious mischief, collapse, flood, earthquake, debris removal, and other perils or causes of loss as called for in the Contract Documents. The property insurance shall include physical loss or damage to the Work, including materials and equipment in transit, at the Site or at another location as may be indicated in the Design/Build Team s Application for Payment and approved by the City. All deductibles are the responsibility of the Design/Build Team. 10

EXHIBIT B PROJECT SITE 11

SLATER ST New Community Center Location Vavra Park - Merriam Ü IKEA WAY W 62ND ST Project Area is shaded and approximately 7 acres bpd - 11/02/2017

New Community Center Location Utilities Vavra Park - Merriam Ü W 62ND ST IKEA WAY SLATER ST Legend Cable TV facilities Natural Gas facilities Sanitary Sewer facilities Water facilities Project Area is shaded and approximately 7 acres bpd - 11/02/2017 Electrial facilities Stormwater facilities