Active SLED Opportunity · KANSAS · CITY OF LAWRENCE

    FM1-00011 Construction Manager at Risk Services for Expansion Fire Medical Station Number 6

    Issued by City of Lawrence
    cityRFPCity of LawrenceSol. 258811
    Open · 26d remaining
    DAYS TO CLOSE
    26
    due Jun 9, 2026
    PUBLISHED
    Apr 27, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    236220
    AI-classified industry

    AI Summary

    The City of Lawrence seeks Construction Manager at Risk services for expanding Fire Medical Station No. 6, a 13,000 SF LEED Gold facility. Proposals are due June 9, 2026, with a pre-proposal meeting on May 11, 2026. Evaluation includes risk assessment, alternatives, team experience, past performance, fee proposal, presentation, and interviews.

    Opportunity details

    Solicitation No.
    258811
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    April 27, 2026
    Due Date
    June 9, 2026
    NAICS Code
    236220AI guide
    Jurisdiction
    City of Lawrence
    State
    Kansas
    Agency
    City of Lawrence

    Description

    The City of Lawrence (“the City”) is soliciting proposals from Contractors to provide Construction Manager at Risk (CMAR) services for Lawrence/Douglas County Fire Medical Department’s (LDCFM) Expansion Station No. 6.

    Background

    The Station will be an approximately 13,000 SF single-story facility with three single-depth bays, ten bunk rooms, living areas, work areas, and other fire-operations related areas on approximately 1.5 acres of a 3.3 acre City-owned property at 555 Stoneridge Drive. This facility will be required to achieve LEED Gold Certification per the City’s Sustainable Capital Projects Policy.

    Project Details

    • Reference ID: RFP-2600027
    • Department: MSO - CMED
    • Department Head: Melinda Harger (Assistant Director)

    Important Dates

    • Questions Due: 2026-05-28T17:00:00.000Z
    • Pre-Proposal Meeting: 2026-05-11T15:00:00.000Z — Jayhawk Room 1911 Stewart Avenue Lawrence, KS 66046 10:00-11:30am plus an optional proposal form workshop from 11:30 to 12:00pm.

    Evaluation Criteria

    • Risk Assessment (Form 4) (15 pts)

      Identify and prioritize items that are most critical to achieving a successful project outcome and/or have potential to impact to the project cost, schedule, scope, and/or quality. Emphasis should be placed on risk items that are non-controllable by the Contractor, which may include, but are not limited to, risks caused by the City, the City‘s stakeholders/partners/consultants/representatives, third party stakeholders and authorities having jurisdiction (AHJs), concealed conditions, market and supply chain conditions, project constraints (site, budget, schedule, etc.) and/or other potential unforeseen events that may impact the project.

      Please use the format given on the Proposal Form as follows:

       Risk # – Title of the risk

       Description – Briefly explain why the risk is important to the project

       Plan – Provide your approach to minimize the risk and/or respond if the risk occurs

      Contractors can include as many or as few items that fit within the 2-page maximum limit. Prioritize the items such that Risk 1 is considered to be the most important, Risk 2 is second-most important, and so on.

    • Alternatives and Differentiators (Form 5) (15 pts)

      This form gives the Contractor the opportunity to propose two items:

       Alternatives: suggested changes to the scope or any other project parameters which might benefit the project. Examples include scope additions/reductions/alternates, budget optimizations, schedule changes, and other opportunities to benefit the project.

       Differentiators: highlight specific experience, subject matter expertise, and/or capabilities and approaches which differentiate the Contractor and the Contractor’s Team.

      Note that the alternatives and differentiators can be above-and-beyond or alternate to the project scope and parameters described in this RFP. The selected Contractor’s items submitted in this form shall be further reviewed during the clarification period with the selected Contractor and will be treated as options which the City may (or may not) choose to invoke. Therefore, any potential cost or schedule impacts of the alternatives must be identified in the proposal.

      Please use the format given on the Proposal Form as follows:

       Item # – Title of the Alternative or Differentiator

       Description – A brief description of how the item would benefit the project

       Cost/Schedule Impact – anticipated cost or schedule impacts associated with the item (if any)

    • Contractor Information and Project Team Experience (Forms 1 and 2) (5 pts)

      Contractor Information

      The prime Contractor’s name must be fully stated. The proposal must provide the contact information for both the lead proposal manager and the lead executive. The proposal must be dated and signed by an officer or agent duly authorized to execute contracts for the Contractor. The table for Company Experience must be completed. Contractors should be prepared with supporting documentation to justify/substantiate the number of projects listed in the table, should the City request this information.

      Project Team Experience

      Please identify the names of the project team members listed below. Note that these job titles are generic and may not accurately reflect the specific job titles of the individuals within each Contractor.

       Preconstruction Lead: day-to-day lead point of contact for the Contractor’s preconstruction efforts, responsible for executing preconstruction services across the team, including planning, estimating (both continuous and milestone-based cost models), GMP strategy & scheduling, GMP development, subcontractor selections, etc.

       Construction Project Manager: day-to-day lead point of contact for the construction phase of the project, oversees project performance related to schedule, cost, and quality. Also directly involved in managing other aspects of the project, including but not limited to project procurement, GMP agreements, and other relevant project management activities.

       Site Superintendent: day-to-day lead responsible for leading, organizing, and overseeing on-site work. May also be responsible for constructability reviews, value engineering, project planning & scheduling, and other similar activities during preconstruction.

      The intent is that these would be the individuals assigned to work with the City for the project. The individual listed for each role should be the person who will devote the greatest time allocation at the day-to-day and project/operational-level for the activities noted above. None of these roles are intended to be the project sponsor, director, principal, or other executive leadership position above the project team/operational level.

      These project team personnel cannot be removed or replaced without written approval by the City. Contractors are encouraged to submit a question if the above-listed individuals do not optimally represent the key roles and/or distinct technical competencies required for this project.

      The table for Project Team Experience must be completed. Contractors should be prepared with supporting

    • Past Performance Surveys for Project Team (Form 3) (10 pts)

      Submit a maximum of three (3) surveys for each of the following entities (for a maximum of 12 total surveys):

       The Contractor as a firm/company (the survey does not need to include any of the Project Team members)

       Each of the three individuals listed in Proposal Form 2: Project Team (e.g. the Preconstruction Manager, Construction Project Manager, and Site Superintendent).

      Note: A single Past Performance Survey can be counted for more than one entity so long as each entity is listed in Part B of the survey (e.g. multiple project team members on a single survey)

    • Fee Proposal (Form 6) (15 pts)

      The purpose of this form is to provide a standard format for the City to conduct a fair & apples-to-apples financial comparison. The City may request additional information to examine, validate, and verify the fee information submitted. Special Note: The Contractor must NOT disclose their cost information in any other Proposal Form nor the Presentations and Interviews.

    • Presentation (5 pts)

      Presentation: The Presentation can be attended by any members of the Contractor organization but must include, at minimum, the three Project Team individuals identified on Proposal Form 2.

      The Presentation will be for a maximum of 20-minutes and will adhere to the agenda below:

       Overview (~3 to 5 minutes): introduction of the presentation participants & brief company background

       Relevant Experience (~5 minutes): describe the company and team’s portfolio of experience that is most relevant to this project

       Overall Project Approach (~5 to 8 minutes): describe the overall project approach that will be utilized

       Other Highlights (~5 minutes): insert

    • Interview (35 pts)

      Interviews: The Interviews will be limited to the three (3) Project Team individuals identified on Proposal Form 2. No other individuals will be allowed to participate in the Interviews.

      Interviews will be conducted one-on-one with each project team role. Each interview is expected to be 20 to 30 minutes in duration.

      Interview questions are anticipated to be similar to the list below:

      1. Why did your company select you personally for this job role?

      2. Please describe your approach to delivering the responsibilities related to this job role. Walk us through major activities & deliverables you will be personally responsible for

      3. In your role, what are the greatest concerns/risks/challenges/things you will be personally responsible for? Why are each of these so important to the project?

      4. For each concern: How do you plan to minimize the chance that it occurs? If it still occurs, what are the potential impacts and how can these be minimized?

      5. Are there any Alternatives, Innovative or Outside-the-Box Ideas, or other Differentiators that you think can benefit the project?

      6. What do you need from the client, the client’s design team, or other stakeholders to ensure you are successful in your role?

      Note: a whiteboard will be provided for questions 2-6 such that the interviewee can draw out a simple plan, identify risks and opportunities, and The City may also request to interview additional personnel at their sole discretion.

    Submission Requirements

    • Blind Proposal Forms (required)

      Upload ONLY the Blind proposal forms 4 & 5.  

      The templates attached must be used. Modifications to the format of this template may result in disqualification (i.e. altering font size, altering font type, adding colors, adding pictures, etc.)  

      Proposal Form 4) RISK ASSESSMENT 2 PAGES MAX - USE FORM

      Identify and prioritize items that are most critical to achieving a successful project outcome and/or have potential to impact to the project cost, schedule, scope, and/or quality. Emphasis should be placed on risk items that are non-controllable by the Contractor, which may include, but are not limited to, risks caused by the City, the City‘s stakeholders/partners/consultants/representatives, third party stakeholders and authorities having jurisdiction (AHJs), concealed conditions, market and supply chain conditions, project constraints (site, budget, schedule, etc.) and/or other potential unforeseen events that may impact the project.

      Please use the format given on the Proposal Form as follows:

       Risk # – Title of the risk

       Description – Briefly explain why the risk is important to the project

       Plan – Provide your approach to minimize the risk and/or respond if the risk occurs

      Contractors can include as many or as few items that fit within the 2-page maximum limit. Prioritize the items such that Risk 1 is considered to be the most important, Risk 2 is second-most important, and so on.

      Proposal Form 5) ALTERNATIVES AND DIFFERENTIATORS 2 PAGES MAX - USE FORM:

      This form gives the Contractor the opportunity to propose two items:

       Alternatives: suggested changes to the scope or any other project parameters which might benefit the project. Examples include scope additions/reductions/alternates, budget optimizations, schedule changes, and other opportunities to benefit the project.

       Differentiators: highlight specific experience, subject matter expertise, and/or capabilities and approaches which differentiate the Contractor and the Contractor’s Team.

      Note that the alternatives and differentiators can be above-and-beyond or alternate to the project scope and parameters described in this RFP. The selected Contractor’s items submitted in this form shall be further reviewed during the clarification period with the selected Contractor and will be treated as options which the City may (or may not) choose to invoke. Therefore, any potential cost or schedule impacts of the alternatives must be identified in the proposal.

      Please use the format given on the Proposal Form as follows:

       Item # – Title of the Alternative or Differentiator

       Description – A brief description of how the item would benefit the project

       Cost/Schedule Impact – anticipated cost or schedule impacts associated with the item (if any)

    • Non-Blind Proposal Forms (required)

      Please upload the Non-Blind proposal forms 1, 2, and 3.

      Proposal Form 1) CONTRACTOR INFORMATION - USE FORM

      The prime Contractor’s name must be fully stated. The proposal must provide the contact information for both the lead proposal manager and the lead executive. The proposal must be dated and signed by an officer or agent duly authorized to execute contracts for the Contractor. The table for Company Experience must be completed. Contractors should be prepared with supporting documentation to justify/substantiate the number of projects listed in the table, should the City request this information. 

      Proposal Form 2) PROJECT TEAM - USE FORM

      Please identify the names of the project team members on the form. Note that these job titles are generic and may not accurately reflect the specific job titles of the individuals within each Contractor.

      The intent is that these would be the individuals assigned to work with the City for the project. The individual listed for each role should be the person who will devote the greatest time allocation at the day-to-day and project/operational-level for the activities noted above. None of these roles are intended to be the project sponsor, director, principal, or other executive leadership position above the project team/operational level.

      These project team personnel cannot be removed or replaced without written approval by the City. Contractors are encouraged to submit a question if the above-listed individuals do not optimally represent the key roles and/or distinct technical competencies required for this project.

      The table for Project Team Experience must be completed. Contractors should be prepared with supporting documentation to substantiate the number of projects listed in the table, should the City request this information. 

      Proposal Form 3) PAST PERFORMANCE SURVEY - USE FORM

      Submit a maximum  of three (3) surveys for each of the following entities (for a maximum of 12 total surveys): 

      The Contractor as a firm/company (the survey does not need to include any of the Project Team members) 

      Each of the three individuals listed in Proposal Form 2: Project Team (e.g. the Preconstruction Manager, Construction Project Manager, and Site Superintendent).

      Note: A single Past Performance Survey can be counted for more than one entity so long as each entity is listed in Part B of the survey (e.g. multiple project team members on a single survey) 

      City of Lawrence projects or employees cannot be used.

       
       
    • Fee Proposal (required)

      Please upload proposal form 6.

      The purpose of this form is to provide a standard format for the City to conduct a fair & apples-to-apples financial comparison. The City may request additional information to examine, validate, and verify the fee information submitted.

      Special Note: The Contractor must NOT disclose their cost information in any other Proposal Form nor the Presentations and Interviews. 

    • Purchase Order Point of Contact

      If awarded a contract and purchase orders are to be directed to an address other than the address listed in your Vendor Profile, indicate mailing address and telephone number below. 

    • Bidder Certification (required)

      Bidder submits this proposal in accordance with the terms, conditions, and requirements stated herein. The Bidder hereby certifies it does not have any substantial conflict of interest sufficient to influence the bidding process on this proposal. A conflict of substantial interest is one which a reasonable person would think would compromise the open competitive bid process.

      Bidder or any person associated with the Bidder in the capacity of owner, partner, director, office, principal, manager, auditor, manager or any position involving the administration of federal, state or local funds:

      1. Are not currently suspended, debarred, voluntarily excluded or disqualified from bidding by any federal, state or local agency;

      2. Have not been suspended, debarred, voluntarily excluded or disqualified from bidding by any federal, state or local agency within the past three years;

      3. Do not have a proposed debarment pending;

      4. Within the past three years have not been convicted or had a criminal or civil judgement rendered against them by a court of competent jurisdiction in any matter involving fraud, anti-trust violations, theft, official misconduct, or other offenses indicating a lack of business integrity or business honesty; and

      5. Are not currently indicted or otherwise criminally or civilly charged by federal, state or local government with fraud, anti-trust violations, theft, official misconduct, or other offenses indicating 

      6. a lack of business integrity or business honesty; and

      7. Have not had one or more federal, state or local government contracts terminated for cause or default within the past three years.

      A detailed response for any item in which the vendor has a positive answer must be included in “Exceptions to the Bid, if any” and may be marked confidential.

      Bidder certifies the above information is true and correct to the best of their knowledge. They also certify they hold authority to contract with the City of Lawrence Kansas.

    • Foreign Qualifications (required)

      Is your business registered to do business in the State of Kansas? This process allows companies formed in other states to legally transact business in the State of Kansas. 

      If you are not currently registered, please see https://sos.ks.gov/forms/business_services/FA.pdf for more information.   

      The Business Entity ID is NOT the same as a TIN, FEIN or SSN.

    • Kansas Business Entity No. (required)

      Enter your Kansas Business Entity Number here.

    • W-9 (required)

      Upload a current copy of your W-9 here.

    • Summary of Project (required)

      Please enter a brief summary of the project

    • Contract Term (required)

      Was the length of the initial contract term? State number of years both in numerical and written or 'until completion' 

    • Pre-Bid Meeting (required)

      Will there be a Pre-Bid Meeting?

    • Which Price Index will apply to the purchase? (required)

    Key dates

    1. April 27, 2026Published
    2. June 9, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.