Home » Notices » Legals

Order no: 60152993
Publication: Daily Journal
Start Date: 09/13/2025
Expires: 09/20/2025

Legal Advertisement
Indian Creek Schools
REQUEST FOR
PROPOSAL (RFP)

Construction Manager
as Constructor (CMc)
RENOVATIONS & AD-
DITIONS TO INDIAN
CREEK INTERMEDIATE
SCHOOL AND NEW
CENTRAL OFFICE
RESPONSE DUE:
10:00 AM (local me) on
September 29th, 2025

ISSUED BY:
Nineveh-Hensley-Jackson
United School Corporation
802 South Indian Creek
Drive
Trafalgar, Indiana 46181

The Nineveh-Hensley-
Jackson United School
Corporation (School Cor-
poration) is requesting
proposals from qualified
firms to serve as Con-
struction Manager as Con-
structor (CMc) as
permitted.permitted under
Indiana Code 5-32. The
selected firm will manage
renovations and additions
to the Indian Creek Inter-
mediate School and con-
struction of a new Central
Office.
This document outlines
the project scope, sched-
ule, submittal require-
ments, and evaluation cri-
teria for interested firms.
Section I Project De-
scription

Project Scope
A. The project includes:
Renovation of Indian
Creek Intermediate
School, including a
four-classroom addition,
sitework, demolition, and
sanitary improvements.
Construction of a new
Central Office facility.
B. Architect: Lancer Asso-
ciates Architecture.
C. Estimated Construction
Budget: $7 Million
D. Delivery Method: Con-
struction Manager as Con-
structor (CMc).
Project Schedule
Intermediate School Addi-
tion and New Central Of-
fice
Preliminary Design: Oc-
tober, 2025
Construction Documents:
December, 2025
Bidding: February, 2026
Start Construction: May,
2026
Completion: July, 2027
Section II Firm Informa-
tion, Relevant Experience
& CMc Approach
Firm Identification
Contact person (name,
email, phone)
Firm name and address
Year established
Phone and website
Business Organization
A. Identify business struc-
ture: Individual, Partner-
ship, or Corporation.
B. Years providing CMc
services.
C. Number of full-time em-
ployees.
D. Brief firm history.
E. List principals/officers.
F. Bond capacity available
for this project. Note: se-
lected CMc must provide
payment and performance
bonds equal to the Guar-
anteed Maximum Price
(GMP).
G. Statement confirming
ability to meet insurance
requirements (see Section
IV).
Relevant Project
Experience/References
A. List K12 projects com-
pleted as CMc in the past
five years.
B. Provide five (5) K12
educational client refer-
ences (name, title, phone/
email).
C. Provide three (3) archi-
tectural partners on public
K12 projects within the
past five years.
D. List private CMc proj-
ects completed in the past
five years.
E. For each project listed,
identify key company staff
and the Owners repre-
sentative with contact info.
F. Provide information on
your firms diversity prac-
tices, including:
Hiring programs for mi-
norities and women.
Contracting practices
that promote participation
by minority, women, and
veteran-owned business
enterprises
(MBE/WBE/VBE).
Staffing
A. Provide a proposed
project team chart.
B. Submit resumes of key
team members highlight-
ing relevant project experi-
ence.
Project Approach
Please address the follow-
ing:
A. Pre-construction ser-
vices approach
(estimating, value man-
agement, cost control, bid-
ding).
B. Communication ap-
proach during design and
construction.
C. Methods for involving
the School Corporation in
decision-making.
D. Recommendations for
setting and structuring the
GMP (e.g., Cost Plus with
GMP vs. GMP only), in-
cluding timing and ration-
ale.
E. Process for assisting
the Owner with contractor
pre qualification under In-
diana Code 5-32.
F. Diversity contracting
practices your firm will im-
plement on this project.
G. Indicate whether your
firm will self-perform any
work and describe the
process.
H. Recommendations for
managing construction
contingencies.
Section III Insurance Re-
quirements
The selected CMc must
carry the following mini-
mum insurance coverage:
Workers Compensation &
Employers Liability
Statutory Workers Com-
pensation coverage (per
state and federal law).
Employers Liability:
Bodily Injury by Accident:
$1,000,000/accident
Bodily Injury by Disease:
$1,000,000/policy limit
Bodily Injury by Disease:
$1,000,000/employee
Commercial General Lia-
bility
$1,000,000 Each Occur-
rence
$2,000,000 Job Site Ag-
gregate (specific to this
project)
$1,000,000 Personal &
Advertising Injury
$2,000,000 Products
Completed Operations Ag-
gregate
Policy must include con-
tractual liability coverage
meeting AIA Document
A201-2007, Paragraph
3.18, and maintain Prod-
ucts & Completed Oper-
ations coverage for at
least two (2) years after
final payment or 90 days
postSubstantial Comple-
tion (whichever is earlier).
Automobile Liability
$1,000,000 Each Acci-
dent (owned, non-owned,
hired vehicles).
Umbrella/Excess Liability
$5,000,000 above pri-
mary insurance.
$10,000 self-insured re-
tention per occurrence.
Section IV Compensa-
tion Proposal
Firms shall submit fees
separately for
Pre-Construction and
Construction Phase ser-
vices.
A. Pre-Construction Ser-
vices (Fixed Fee)
Include planning, schedul-
ing, estimating, value
management, quality re-
view, contract prep, bid
procurement, cost track-
ing, design meetings, and
staffing.
B. Construction Services
(Fixed Fee)
Fee shall include all CM
staff (on-site and off-site).
Provide an Effort Sched-
ule showing monthly staff
hours by position and bill-
ing rate (including wages
and fringes).
Identify overhead and
profit percentage to be ap-
plied to Cost of the Work.
C. General Conditions
(Reimbursable Items)
Do not include in CMc
Fee. Examples: safety
equipment, first aid, tem-
porary fencing, signage,
portable toilets, utilities,
trailers, clean-up,
dumpsters, permits, traffic
control, etc
D. Owner-Provided Ser-
vices (Paid Directly by
Owner)
Architecture & engineer-
ing, special testing, sur-
veys, soil investigations,
permits.
Section V Selection
Process
Evaluation Criteria
Proposals will be evalu-
ated on:
a. K12 experience
b. CMc experience
c. Key personnel qualifica-
tions
d. Project approach and
alignment with School
Corporations goals
e. Firm financial/staffing
capacity
f. References
g. History of contracting
with or hiring minority,
women, and veteran-
owned firms (good-faith
efforts considered)
h. Fee Proposal
i. Interview performance (if
conducted)
Schedule
RFP Available: Septem-
ber 10, 2025
Submissions Due: Sep-
tember 29, 2025 10:00
AM (local me)
Section VI Submittal
Format
A. Submit 1 electronic
copy (PDF) and 8 bound
hard copies (8.5 x 11).
B. Deadline: 10:00 AM,
September 29, 2025.
B. Deliver to:
Dr. Matt Prusieki
Nineveh-Hensley-Jackson
United School Corporation
802 South Indian Creek
Drive
Trafalgar, IN 46181
Late or non-compliant
submittals will be dis-
qualified.
C. Questions must be di-
rected to:
Terry Lancer, Lancer As-
sociates Architecture
Email:
[email protected] | Phone: 317-797-6595
Only written responses is-
sued by Lancer Associ-
ates are binding.
Section VII Miscellane-
ous Provisions
A. The School Corporation
reserves the right to termi-
nate this RFP, reject
any/all responses, and
waive irregularities.
B. This RFP creates no
obligation, expressed or
implied, on the part of the
School Corporation.
C. The School Corporation
and Lancer Associates are
not responsible for any
costs incurred by
respondents in preparing
proposals or participating
in the selection process.
D. If requested, finalists
may be required to submit
a Financial Statement suf-
ficient to determine capa-
bility to complete the proj-
ect.
60152993 hspaxlp
(J) 09-13-20-2025



Return to previous page.