Request for Proposal CONSTRUCTION MANAGEMENT Responses to an Request for Proposal will be received by the Purchasing Coordinator, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066 for CONSTRUCTION MANAGEMENT until 9:00 A.M. Local Time Tuesday December 13, 2011. Bid responses will be opened at that time, taken under advisement and evaluated. Direct all questions to Tim Williams (615) 451-5243. All proposals are subject to the Board of Education s conditions and specifications which are available from Vicky Currey, Purchasing Coordinator (615) 451-6560. All bids can be viewed on line at www.sumnerschools.org.
Sumner County Board of Education Del R. Phillips III, Ph.D. Director of Schools 695 East Main Street Gallatin, TN 37066-2472 Phone: (615) 451-5200 Fax: (615) 451-5216 REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT PROPOSALS MUST BE RECEIVED BY: TUESDAY, DECEMBER 13, 2011 AT 9:00 A.M. CST HAND DELIVER OR MAIL TWELVE (12) COPIES OF THE PROPOSAL TO: Tim Williams Sr. Administrative Assistant for Support Services Larry Riggsbee Support Services Facilities 1500 Airport Road Gallatin, TN 37066 PROPOSALS RECEIVED INCOMPLETE OR AFTER THE DATE AND TIME STATED WILL NOT BE CONSIDERED REFER INQUIRIES TO: Tim Williams Sumner County Board of Education 615-451-5243 E-mail: tim.williams@sumnerschools.org Board of Education Members Tim Brewer - David A. Brown - Beth Cox - Andy Daniels - Shannon Dunn - Will A. Duncan - Glen Gregory - Danny Hale - Don Long Vanessa Silkwood - Ted Wise
I. SCOPE OF SERVICES The Construction Manager (CM) will provide all services necessary to complete projects designated at a future date and meet a schedule as set forth by the Sumner County Board of Education (Owner) in a subsequent agreed upon contract. Services will include review of the project design and budget working closely with the Architect and Owner, bidding for subcontractors and recommendation of awards to the Owner, materials testing for quality control, and supervision of construction from start to finish. A Guaranteed Maximum Price for the project will be established after bids are taken. The CM will also be responsible for regularly scheduled progress meetings with the Architect and Owner throughout the duration of the project. The CM will be required to competitively bid, in accordance with all Tennessee laws and regulations for public schools, all elements of work. Contracts with the subcontractors shall be executed between the CM and each of the trade contractors. The CM will ensure all subcontractors provide the required documentation, drug free affidavit, background checks, performance and payment bonds, and insurance. All CM proposals will be reviewed and a recommendation will be submitted to the Sumner County Board of Education for approval. The CM will be chosen using the following criteria, and should be included with your proposal: a. Provide general construction experience involving K-12 educational facilities with Sumner County, or other government agencies, including a detailed list of those projects, adherence to schedule, final costs versus amount budgeted for the projects, and any other pertinent information. b. Provide an organizational structure of the firm, including location, staff size, key personnel, and experience as a Construction Manager. c. Provide the number of years the firm has been in business. d. Provide a list, including company names and relationship, of General Construction firms used or associated with in the past 5 years. e. Provide a financial overview of the firm including a current financial statement, bonding capacity, and name of the bonding company. f. Provide a safety record on projects dating back 5 years and the firm s current safety ratings. g. Describe any litigation involving the firm in the last 5 years. h. Describe the firm s approach to projects that guarantees a successful completion. i. Describe the firm s concept of, and willingness to be part of, the Construction Team with the Owner and Architect. j. Provide the base fee for preconstruction and what is included. k. Provide the base fee for construction with a Guaranteed Maximum Price and what is included. List any other costs or fees not mentioned here. l. Provide the anticipated costs for General Conditions. m. Include Proof of Insurance and current license information.
II. PROPOSAL SUBMITTAL INFORMATION All proposals must be received in the office of the Sr. Administrative Assistant for Support Services no later than Tuesday, December 13, 2011 at 9:00 a.m. CST. Proposals received after the stated date and time will not be considered. Respondents are to submit twelve (12) copies of the proposal. Facsimile or electronically mailed responses will not be considered. The Sumner County Board of Education reserves the right to accept or reject any and/or all responses in whole or in part, and to waive informalities therein. III. EVALUATION CRITERIA The CM s qualifications and experience on similar educational facilities projects as well as the qualifications of assigned field personnel, fees, and costs will all be considered in the selection process. Cost will not be the sole criterion for evaluation. IV. FORM OF THE CONTRACT The exact form of the contract between the Owner and the CM has not been determined and is subject to negotiation. The most likely choices are AIA forms A133-2009 (formerly A121CMc-2003), Standard Form of Agreement between Owner and Construction Manager as Constructor where the basis of payment is the Cost of the Work plus a fee with a Guaranteed Maximum Price. If these forms are used they are likely to contain modifications. The contract will conform to all requirements of TCA 49-2-203 (C) (i) and all other applicable Tennessee law, including Construction Management and/or design-build services for the construction of such projects through a Public Building Authority as provided in Tennessee Code Annotated section 12-10- 101 et seq.
NOTICE TO RESPONDENTS Responses to an Request for Proposal will be received by the Purchasing Coordinator in the SUPORT SERVICE FACILITY CONFERENCE ROOM, Sumner County Board of Education, 1500 Airport Road Gallatin, TN 37066. They will be received until 9:00 A.M. Local Time TUESDAY DECEMBER 13, 2011 for CONSTRUCTION MANAGEMENT, at which time the responses will be opened, taken under advisement and evaluated. BIDS WILL BE POSTED ON www.sumnerschools.org ------------------------------------------------------------------------------------------------------------------------------- GENERAL REQUIREMENTS AND CONDITIONS 1. The Sumner County Board of Education reserves the right to accept or reject any and/or all responses in whole or in part, and to waive informalities therein. 2. Any responses received after the scheduled closing time for the receipt for responses will not be considered. 3. If a mistake is discovered after the responses are received, only the Sumner County Board of Education may allow the respondent to withdraw the entire response. 4. Partial payments will not be approved unless justification for such payment can be shown. Terms will be net 30 days. 5. Payment will not be made until the said CONSTRUCITON MANAGEMENT are inspected and approved as meeting all specifications by persons appointed by the Sumner County Board of Education. 6. Responses submitted must be in a sealed envelope and marked on the outside as follows: RESPONSE: CONSTRUCTION MANAGEMENT DEADLINE: 9:00 A.M. TUESDAY, DECEMBER 13, 2011 7. Facsimile responses will not be considered. 8. If a successful bidder violates any terms of their bid, the contract, school board policy or any law they may be disqualified from bidding for a period of two years for minor violations or longer for major violations. Bids from disqualified bidders will not be accepted during the period of disqualification. 9. Prices quoted on the response (if any) are to be considered firm and binding until the said CONSTRUCTION MANAGEMENT are in the possession of the Sumner County Board of Education. 10. No purchase or contract is authorized or valid until the issuance of a Board Purchase Order in accordance with Board Policy. No Board Employee is authorized to purchase equipment, supplies or services prior to the issuance of such a Purchase Order. 11. Any deviation from these stated terms, specifications and conditions must be coordinated with and approved in writing by the Purchasing Coordinator, Vicky Currey (615) 451-6560. 12. All bids that exceed $25,000 must have the Company Name, License Number, Expiration Date thereof and License Classification of Contractor listed on outside of sealed envelope. As required by State of Tennessee Code Annotated 62-6-119. 13. The awarded bidder will be required to post a performance and payment bond in the amount of 25% of the contract price if it exceeds $100,000 as stated by State of Tennessee Code Annotated 12-4-201.