Skip to main content

Request for Proposals

Finance

Request for Proposals

  • Download Full Document

     


     

    NEOSHO SCHOOL DISTRICT Request for Proposals Professional Engineering Services NHS Tennis Court Reconstruction & Parking Lot Construction

    RFP Number: 2026-OPS-001 Issue Date: May 8, 2026 Questions Due: May 15, 2026 by 5:00 PM CST Answers Issued: May 20, 2026 Proposals Due: May 22, 2026 by 2:00 PM CST Anticipated Approval: June 1, 2026 Project Location: 511 S. Neosho Blvd., Neosho, MO 64850 Contact: Steffen Wiest, Executive Director of Operations Email: nsd_operations@neoshosd.org Phone: 417-451-8636


    1. PURPOSE

    The Neosho School District is soliciting proposals from qualified professional engineering firms to provide complete civil engineering services for the following project at Neosho High School, 511 S. Neosho Blvd., Neosho, MO 64850:

    a. Raze and rebuild of the existing tennis court facility, including eight (8) new courts with bleachers, two (2) ADA-accessible restrooms (male and female), and a tennis equipment storage building to replace the existing wood outbuilding on site.

    b. New construction of an adjacent parking lot to serve the tennis facility.

    Services shall encompass survey, geotechnical investigation, floodplain analysis, design development, construction documents, bidding assistance, and construction-phase services. The site is located adjacent to High School Branch, a Zone AE floodplain with a mapped floodway, which must be addressed in the engineering scope.


    2. SCOPE OF SERVICES

    The selected firm shall provide the following professional engineering services. Proposals must include fees for each service area listed below, broken out as lump sum or hourly not-to-exceed (HNTE) as indicated.

    2.1 Survey Services (Lump Sum)

    • Topographic survey verification of the subject property (Parcel ID 167025001006001000) tied to NAVD 1988 vertical datum and Missouri State Plane Coordinate System NAD 83-West Zone-US Survey Foot
    • Survey to depict 1-foot vertical contours, all physical improvements including buildings, driveways, fencing, vegetation, visible utilities, and underground utilities as located by Missouri One-Call
    • Deliverable in AutoCAD format

    2.2 Geotechnical Services (Lump Sum)

    • Field exploration: minimum two (2) soil borings to 15 feet for the restroom/storage building and minimum three (3) borings to 5 feet for tennis court and pavement areas
    • Laboratory testing as conditions dictate (classification, unconfined compression, density, moisture content, Atterberg limits, percent finer No. 200, swell tests)
    • Engineering analysis and written report including: bearing pressures, settlement estimates, compaction criteria, seismic site classification (ASCE 7/IBC), shrink/swell characteristics, modulus of subgrade reaction, pavement section recommendations, and foundation drainage recommendations

    2.3 Floodplain Development Permit (Lump Sum)

    • Obtain effective FEMA hydraulic model and update to existing conditions using survey data
    • Evaluate grade changes within the floodplain to determine project impacts
    • Prepare and submit floodplain development permit to the City of Neosho Floodplain Administrator

    2.4 Design Development (Lump Sum)

    • Preliminary site design layout indicating pavement material types, locations, and sections
    • Preliminary utility layout for storm, sanitary, communications, water, and gas
    • Preliminary civil specifications
    • Design development meetings (propose number and format)

    2.5 Construction Documents (Lump Sum)

    Final construction documents shall include, at minimum, the following:

    • Site Plan with general notes, parking information, building locations, and sign locations
    • Demolition Plans identifying existing structures (including existing wood outbuilding), utilities, and site features to be removed
    • Grading Plan with existing and proposed contours, vertical control, spot grades, and drainage patterns
    • Erosion Control Plan including city grading permits and MoDNR Land Disturbance Permit preparation
    • Wet Utility Plan (sanitary sewer, gas, domestic water, fire service to within 5 feet of building perimeter)
    • Dry Utility Plan (electrical and communication service routing coordinated with local providers)
    • Private Paving, Sidewalk, and Dimensioning Plan including ADA ramps, striping, and curb sections
    • Hardscape Plan with grading for entry, drop-off, tennis courts, and discharge areas; tennis court specifications for pavements, surfaces, and equipment
    • Site Detention and Water Quality Design (plan and calculations for on-site facility)
    • Site Storm Sewer Plan with calculations, design, and alignment
    • Planting/Landscape Plan prepared under supervision of a licensed Landscape Architect
    • Retaining Wall Plan (layout, location, height, and length; structural design by contractor)
    • Specification review and modification for all civil-designed elements
    • Intermediate deliverables at 50% and 90% for coordination, estimating, and District review
    • Construction document meetings (propose number and format)

    2.6 Construction Services (Hourly Not-to-Exceed)

    • Bidding assistance: pre-bid meeting attendance, contractor coordination, addenda as needed
    • Construction-phase RFI responses and supplemental instructions for civil/site elements
    • Shop drawing review for major civil design elements
    • Pre-construction meeting attendance
    • Monthly OAC meeting attendance (if requested)
    • Minimum three (3) construction site visits (propose unit cost for additional visits)
    • As-Built Record Documents incorporating design revisions and contractor markups

    2.7 Optional Additional Services (Price Separately)

    Proposers shall provide separate pricing for the following optional services:

    1. No-Rise Evaluation and Certification
    2. Site Lighting and Low-Voltage Design
    3. FEMA CLOMR/LOMR Processing
    4. Construction Staking
    5. Construction/Materials Testing
    6. Irrigation Design
    7. Enhanced Landscape Design beyond basic planting plan

    3. SUBMISSION INSTRUCTIONS

    Proposals shall be submitted electronically in PDF format to nsd_operations@neoshosd.org no later than May 22, 2026 at 2:00 PM CST. Late submissions will not be considered. All questions must be submitted in writing to the contact above by May 15, 2026. Answers will be issued to all known proposers on May 20, 2026.

    Proposals must include the following:

    1. Cover letter identifying the firm, address, primary contact, phone, and email
    2. Firm qualifications and relevant project experience, including a minimum of three (3) comparable projects completed within the last five (5) years involving sports facility engineering and/or site civil engineering with floodplain considerations
    3. Resumes of key personnel to be assigned, including Missouri PE licensure and relevant certifications
    4. Project approach and anticipated timeline from notice to proceed through construction closeout
    5. Fee proposal broken out by service area as described in Section 2 (Sections 2.1-2.6 as base scope; Section 2.7 items priced separately)
    6. Reimbursable expense schedule and standard hourly labor rate schedule
    7. Proof of professional liability insurance (minimum $1,000,000 per occurrence) and general liability insurance (minimum $1,000,000 per occurrence)
    8. Three (3) references from public-sector or school district clients
    9. Completed Attachment A - Proposer Response Form

    4. SPECIFICATIONS

    4.1 Tennis Court Facility

    • Location: existing tennis court site at Neosho High School (511 S. Neosho Blvd.)
    • Full demolition of existing court surfaces, base, subgrade, fencing, and all associated infrastructure
    • Demolition and removal of existing wood outbuilding currently on site
    • Eight (8) new tennis courts with post-tensioned concrete or asphalt base and acrylic sport surface (color and specification subject to District approval)
    • Replacement fencing, net posts, center straps, and related hardware
    • Bleacher/spectator seating areas with ADA-compliant pathways
    • Drainage improvements to prevent standing water and surface degradation

    4.2 Restroom and Storage Building

    • Two (2) ADA-accessible restrooms (male and female)
    • Tennis equipment storage area
    • Anticipated CMU construction with slab-on-grade floor
    • Building footprint anticipated to be less than 1,000 square feet
    • MEP design for the building is excluded from this scope and will be provided by others

    4.3 Parking Lot

    • New asphalt or concrete parking lot (surface type to be recommended by engineer)
    • Layout including stall count, drive aisles, fire lanes, and bus/service vehicle accommodation as required
    • ADA-compliant parking spaces, signage, and accessible routes per current standards
    • Stormwater management in compliance with local and state regulations
    • Curbing, striping, pavement markings, and directional signage

    4.4 Site Considerations

    • High School Branch (Zone AE floodplain with mapped floodway) is located on the east side of the development area; floodplain management requirements restrict development within the floodway unless a no-rise engineering analysis is provided
    • Subsurface conditions expected to consist of fill materials underlain by native gravelly clays
    • Retaining walls may be required based on site grading
    • Stormwater detention and water quality facilities required for added impervious area

    5. SCHEDULE & DELIVERY

    Milestone — Date RFP Issued — May 8, 2026 Questions Due — May 15, 2026 Answers Issued — May 20, 2026 Proposals Due — May 22, 2026 Anticipated Board Approval — June 1, 2026 Notice to Proceed — TBD

    The selected firm shall propose a detailed project timeline from notice to proceed through construction closeout as part of their submission. The District anticipates construction to align with the school calendar to minimize disruption to campus activities.


    6. EVALUATION & AWARD

    The District reserves the right to interview shortlisted firms prior to final selection. The District further reserves the right to reject any or all proposals, waive informalities, and award the contract in the best interest of the District. The District is not obligated to accept the lowest-cost proposal.


    7. GENERAL TERMS & CONDITIONS

    • The selected firm must maintain professional liability insurance with a minimum coverage of $1,000,000 per occurrence and general liability insurance of $1,000,000 per occurrence for the duration of the engagement.
    • The selected firm shall comply with all applicable federal, state, and local laws, regulations, and ordinances, including floodplain management regulations.
    • The District reserves the right to negotiate contract terms with the selected firm.
    • All documents, plans, specifications, and deliverables produced under this contract shall become the property of the Neosho School District.
    • The selected firm shall not assign or subcontract any portion of the work without prior written consent of the District.
    • The selected firm shall carry adequate workers' compensation insurance as required by Missouri law.
    • The contract resulting from this RFP may be terminated by either party with thirty (30) days written notice.
    • Proposals shall remain valid for a period of ninety (90) days from the submission deadline.
    • The Neosho School District is exempt from Missouri sales tax.
    • All permit application and filing fees are the responsibility of the District unless otherwise noted.
    • Invoices shall be submitted monthly and payment shall be made within thirty (30) calendar days of invoice date.

    8. EXCLUSIONS FROM BASE SCOPE

    The following services are excluded from the base scope but may be requested as additional services:

    • Site lighting and low-voltage design (request as alternate)
    • FEMA CLOMR/LOMR reports and processing
    • Stormwater 2D modeling
    • Hydrologic evaluation of High School Branch (FEMA model peak flows to be used)
    • Army Corps of Engineers jurisdictional water determination
    • Section 404/401 permitting and wetland delineation
    • Traffic impact studies
    • Environmental studies or LEED-related services
    • Rezoning, subdivision, or platting services
    • Structural engineering for retaining walls (to be provided by contractor via shop drawings)
    • MEP design for restroom/storage building (by others)
    • Irrigation design and performance specification
    • Entry monuments, water features, or enhanced hardscape design
    • Pre- and post-construction ALTA surveys
    • Construction staking
    • Construction/materials testing

    ATTACHMENT A - PROPOSER RESPONSE FORM

    Proposer Information

    Firm Name: Address: City, State, ZIP: Contact Person: Phone: Email: MO PE License #:

    Base Scope Fee Proposal

    Survey Services (Lump Sum): $ Geotechnical Services (Lump Sum): $ Floodplain Development Permit (Lump Sum): $ Design Development (Lump Sum): $ Construction Documents (Lump Sum): $ Construction Services (HNTE): $ Reimbursable Expenses (estimated): $ BASE SCOPE TOTAL: $

    Optional Additional Services

    No-Rise Evaluation & Certification (Lump Sum): $ Site Lighting / Low-Voltage Design: $ FEMA CLOMR/LOMR Processing: $ Construction Staking: $ Construction/Materials Testing: $ Irrigation Design: $ Enhanced Landscape Design: $ Additional Site Visit (per visit): $

  • Download Full Document


    NEOSHO SCHOOL DISTRICT Request for Proposals Purchase of Three (3) Used Type C School Buses

    Solicitation Number: RFP 2026-TRANS-001 Issue Date: May 8, 2026 Proposal Due Date: May 22, 2026 at 10:00 AM CST Board Approval: June 1, 2026 (Regular Board Meeting)

    Submit Proposals To: Neosho School District Attn: Operations — Used Bus RFP 418 Fairground Rd, Neosho, MO 64850

    Contact: Scott Quinly Email: nsd_operations@neoshosd.org Phone: 417-451-8699


    1. PURPOSE

    The Neosho School District is soliciting sealed proposals from qualified vendors for the purchase of three (3) used Blue Bird Vision Type C school buses meeting the specifications outlined herein. All buses must be in road-ready condition and compliant with applicable Federal Motor Vehicle Safety Standards (FMVSS) and Missouri Department of Elementary and Secondary Education (DESE) school bus requirements at the time of delivery.


    2. SCOPE OF WORK

    The successful proposer(s) shall furnish three (3) used Blue Bird Vision series Type C conventional school buses meeting or exceeding the minimum specifications listed in Section 4. Buses may be offered individually or as a lot. The District reserves the right to award by individual unit or by lot, whichever is in the best interest of the District.


    3. PROPOSAL SUBMISSION INSTRUCTIONS

    3.1 Sealed Proposals: All proposals must be submitted in a sealed envelope clearly marked "RFP 2026-TRANS-001 — Used School Buses" on the outside. Proposals may also be submitted electronically via email to nsd_operations@neoshosd.org with the solicitation number in the subject line.

    3.2 Deadline: Proposals must be received no later than 10:00 AM CST on Friday, May 22, 2026. Late proposals will not be accepted.

    3.3 Proposal Content: Each proposal must include:

    • Completed Proposal Response Form (Attachment A)
    • Vehicle identification number (VIN) for each bus offered
    • Current odometer reading
    • Year, make, model, and engine/transmission details
    • Photographs of each bus (exterior and interior)
    • Maintenance and service history, if available
    • Delivery cost quoted separately per bus

    3.4 Questions: All questions must be submitted in writing to Scott Quinly at nsd_operations@neoshosd.org no later than May 15, 2026. Responses will be provided to all known prospective proposers.

    3.5 Proposal Validity: Proposals shall remain valid for a minimum of thirty (30) calendar days from the proposal due date.


    4. MINIMUM VEHICLE SPECIFICATIONS

    Each bus offered must meet or exceed the following minimum specifications:

    Quantity: Three (3) buses Type: Type C Conventional School Bus Make/Model: Blue Bird Vision Series (preferred); equivalent Type C may be considered Model Year: 2024 or newer Odometer: Less than 30,000 miles Passenger Capacity: 77 passengers (student seating) Engine/Fuel: Gasoline (Ford 7.3L V8) or Diesel (Cummins B6.7); gas or diesel accepted Transmission: Automatic (Ford 6R140 for gas / Allison 2500 or 3000 PTS for diesel) Brake System: Hydraulic disc brakes with 4-wheel ABS — NO AIR BRAKES GVWR: Up to 33,000 lbs Headroom: 77 inches (standard Vision) Flooring: Heavy-duty commercial rubber flooring Seating: Padded vinyl bench seating, 77-passenger configuration Mirrors: Heated exterior rearview mirrors; crossview mirrors Warning System: 8-way warning lights; front crossing arm; side stop-sign arm Emergency Exits: Rear emergency exit door with ajar buzzer; roof escape hatch Entry Door: 27" air or electric operated with exterior release Lighting: LED clearance lights; halogen or LED headlamps Windows: Tinted, laminated side windows; split-sash Child Reminder System: Required — electronic child check/reminder system (Zonar, REI, or equivalent) Air Conditioning: Preferred but not required — quote with and without A/C if available Heater: Front heater/defroster (min. 90,000 BTU); rear heater with shutoff valve Fuel Tank: Minimum 60-gallon capacity Stereo/PA System: AM/FM radio with USB input and integrated public address (PA) system with interior/exterior speakers Paint/Body: National School Bus Glossy Yellow; no major body damage, rust-through, or structural defects


    5. CONDITION & INSPECTION REQUIREMENTS

    5.1 All buses must be in safe, road-ready operating condition at the time of delivery with no open safety recalls.

    5.2 Each bus must pass a Missouri State Highway Patrol (MSHP) school bus safety inspection within 30 days prior to delivery.

    5.3 Tires must have a minimum tread depth of 4/32" and be free of defects. All tires must match in size and type per axle.

    5.4 All required safety equipment must be present and functional: fire extinguisher, first aid kit, body fluid cleanup kit, reflective triangles, and seat belt cutter.

    5.5 All mechanical, electrical, HVAC, and lighting systems must be in proper working order.

    5.6 The District reserves the right to inspect any or all buses prior to acceptance. Buses not meeting specifications will be rejected.

    5.7 A current vehicle history report (CARFAX or equivalent) shall be provided for each bus at the proposer's expense.


    6. DELIVERY

    6.1 Delivery shall be made to: Neosho School District, 418 Fairground Rd, Neosho, MO 64850.

    6.2 Proposers shall quote the cost of delivery separately for each bus on the Proposal Response Form. If the proposer is unable to deliver, the District may arrange pickup at the proposer's location.

    6.3 Delivery must be completed no later than August 1, 2026.


    7. EVALUATION & AWARD

    7.1 Proposals will be evaluated based on: price, compliance with specifications, vehicle condition, mileage, availability of maintenance records, and delivery terms.

    7.2 The District intends to present a recommendation for award at the June 1, 2026 Board of Education meeting. Award is contingent upon Board approval.

    7.3 The District reserves the right to reject any or all proposals, to waive informalities, and to accept the proposal deemed most advantageous to the District. The District is not obligated to accept the lowest proposal.

    7.4 The District reserves the right to award to multiple proposers if in its best interest.


    8. GENERAL TERMS & CONDITIONS

    8.1 Title & Registration: Clear title must be provided at the time of delivery. The seller is responsible for all fees and taxes associated with transfer of title. Buses must have a clean title with no liens.

    8.2 Warranty: Proposers shall state any remaining manufacturer warranty or dealer warranty included with the bus. Any additional warranty offered shall be described in the proposal.

    8.3 Payment Terms: Payment will be made by District check or electronic transfer within thirty (30) days of acceptance and receipt of a clean title for each bus.

    8.4 Missouri Law: This solicitation and any resulting contract shall be governed by the laws of the State of Missouri.

    8.5 Non-Discrimination: The proposer shall comply with all applicable federal, state, and local laws regarding non-discrimination.

    8.6 Insurance: The proposer shall maintain adequate insurance coverage during the delivery period. Proof of insurance may be requested.

    8.7 Indemnification: The successful proposer shall indemnify and hold harmless the Neosho School District, its Board of Education, officers, agents, and employees from and against all claims arising from the proposer's performance under any resulting agreement.


    ATTACHMENT A — PROPOSAL RESPONSE FORM RFP 2026-TRANS-001 | Used Type C School Buses

    PROPOSER INFORMATION

    Company Name: Address: City / State / Zip: Contact Person: Phone: Email: Federal Tax ID / EIN:


    VEHICLE INFORMATION & PRICING

    Complete one section per bus offered.

    Bus #1

    Year / Make / Model: VIN: Current Odometer Reading: Engine Type / Fuel: Transmission: Brake Type: Passenger Capacity: Air Conditioning (Y/N): Child Reminder System (Y/N / Brand): Remaining Warranty (Y/N): Warranty Details (type, coverage, expiration): Unit Price (Bus Only): $ Delivery Fee: $ Total Price (Bus + Delivery): $

    Bus #2

    Year / Make / Model: VIN: Current Odometer Reading: Engine Type / Fuel: Transmission: Brake Type: Passenger Capacity: Air Conditioning (Y/N): Child Reminder System (Y/N / Brand): Remaining Warranty (Y/N): Warranty Details (type, coverage, expiration): Unit Price (Bus Only): $ Delivery Fee: $ Total Price (Bus + Delivery): $

    Bus #3

    Year / Make / Model: VIN: Current Odometer Reading: Engine Type / Fuel: Transmission: Brake Type: Passenger Capacity: Air Conditioning (Y/N): Child Reminder System (Y/N / Brand): Remaining Warranty (Y/N): Warranty Details (type, coverage, expiration): Unit Price (Bus Only): $ Delivery Fee: $ Total Price (Bus + Delivery): $


    TOTAL PROPOSAL (All Buses + Delivery): $

    ADDITIONAL NOTES / WARRANTY INFORMATION:


    PROPOSER CERTIFICATION

    By signing below, the undersigned certifies that: (a) this proposal is made without collusion or fraud; (b) the proposer has not offered or received any kickbacks or inducements; (c) the proposer is authorized to bind the company; and (d) the information provided herein is true and accurate.

    Signature: ___________________________________________ Date: ________________________

    Printed Name: _______________________________________ Title: ________________________