no. 2 - huckabee

23
NO. 2 TO THE DRAWINGS AND THE PROJECT MANUAL PROJECT NAME: Alma Martinez Intermediate School CLIENT NAME: Mansfield ISD LOCATION: Mansfield, Texas PROJECT NUMBER: 1721-02-01 PROPOSAL DATE: Tuesday, October 2, 2018 at 2:00PM ADDENDUM DATE: Tuesday, September 11, 2018 For additional information regarding this project, contact Michael Morow at 800.687.1229. THIS ADDENDUM INCLUDES: Civil Items 0 Pages Landscape Items 0 Pages Structural Items 0 Pages Architectural Items 1 Pages Foodservice Items 0 Pages Plumbing Items 0 Pages Mechanical Items 0 Pages Electrical Items 0 Pages Technology Items 0 Pages AND ALL ATTACHED REVISED DRAWING REFERENCES IN THE ADDENDUM 06/15/16 09/11/2018

Upload: others

Post on 26-Feb-2022

6 views

Category:

Documents


0 download

TRANSCRIPT

NO. 2

TO THE DRAWINGS AND THE PROJECT MANUAL

PROJECT NAME: Alma Martinez Intermediate School

CLIENT NAME: Mansfield ISD

LOCATION: Mansfield, Texas

PROJECT NUMBER: 1721-02-01

PROPOSAL DATE: Tuesday, October 2, 2018 at 2:00PM

ADDENDUM DATE: Tuesday, September 11, 2018

For additional information regarding this project, contact Michael Morow at

800.687.1229.

THIS ADDENDUM INCLUDES:

Civil Items 0 Pages

Landscape Items 0 Pages

Structural Items 0 Pages

Architectural Items 1 Pages

Foodservice Items 0 Pages

Plumbing Items 0 Pages

Mechanical Items 0 Pages

Electrical Items 0 Pages

Technology Items 0 Pages

AND ALL ATTACHED REVISED DRAWING REFERENCES IN THE ADDENDUM

06/15/1609/11/2018

Project Name: Alma Martinez Intermediate School Client: Mansfield ISD Mansfield, Texas Project Number: 1721-02-01

Architectural Items For Addendum No. 2

Page 1 of 1

ARCHITECTURAL ITEMS FOR ADDENDUM NO. 2 NOTICE TO PROPOSERS:

A. This Addendum shall be considered part of the contract documents for the above-mentioned project as though it

had been issued at the same time and incorporated integrally therewith. Where provisions of the following supplementary data differ from those of the original contract documents, this Addendum shall govern and take

precedence. B. Proposers are hereby notified that they shall make any necessary adjustments in their estimate on account of this

Addendum. It will be construed that each Proposer’s proposal is submitted with full knowledge of all modifications

and supplemental data specified therein. Acknowledge receipt of this addendum in the space provided on the proposal form. Failure to do so may subject Proposer to disqualification.

REFERENCE IS MADE TO THE DRAWINGS AND THE PROJECT MANUAL AS NOTED:

PROJECT MANUAL:

AD No 1, Arch. Item 1: To the Project Manual

In its entirety, add Proposal Form & Bid Packages document.

AD No 1, Arch. Item 2: To the Project Manual, Section 00 1113, “ADVERTISEMENT FOR BIDS,”

In its entirety, add the Invitation for Proposal

AD No 1, Arch. Item 3: To the Project Manual, Section 11 6623, “GYMNASIUM EQUIPMENT,”

1) To paragraph 2.04.A.4, delete the following “9” and replace with “10.” 2) To paragraph 2.04.A.5.a, delete the following “At synthetic gymnasium floors provide 00875-200” and replace

with “Basis of design: Senoh KA25.”

DRAWINGS:

AD No 1, Arch. Item 4: To the Drawings, Sheet A4.6, “FINISH PLAN – SECTION 6 – FIRST FLOOR,”

1) For clarification, added notes “VOLLEYBALL INSERT, REF STRUCT” to rooms 6.18 GYM #1 and 6.37 GYM #2.

2) Refer to attached drawing A4.6.

END OF ADDENDUM

06/15/1609/11/2018

Lee Lewis Construction Norwood Elementary and Martinez Int.

Bid Package Documents

PAGE 1 OF 19

Bid Package Documents

MANSFIELD I.S.D.

NORWOOD ELEMENTARY AND MARTINEZ INTERMEDIATE SCHOOLS

Mansfield,Texas

ISSUE DATE: September, 2018

Construction Manager at Risk Lee Lewis Construction

17177 Preston Road, Suite 160 Dallas, TX 75248 P: (972) 818-0700

[email protected]

Lee Lewis Construction Norwood Elementary and Martinez Int.

Bid Package Documents

PAGE 2 OF 19

BID PACKAGE DOCUMENTS

Table of Contents

The following is a list of documents that define the requirements for Bid Packages:

1.0 Description of Work

2.0 Bid Packages (Specifications to be included)

3.0 Bid Proposal Form

4.0 Proposal Instructions

5.0 Background Check /Drug Testing Notification

6.0 Additional Background Check /Drug Testing Notification for School Projects

Lee Lewis Construction Norwood Elementary and Martinez Int.

Bid Package Documents

PAGE 3 OF 19

1.0 DESCRIPTION OF WORK

1.01 OWNER: MANSFIELD INDEPENDENT SCHOOL DISTRICT

1.02 PROJECT: NORWOOD ELEMENTARY AND MARTINEZ INTERMEDIATE SCHOOLS

1.03 DATE /TIME: Tuesday, October 2, 2018 at 2:00p.m.

1.04 LOCATION: Proposals will be received by the Lee Lewis Construction, Inc. at Risk:

Lee Lewis Construction, Inc.

17177 Preston Road, Suite 160

Dallas, TX 75248

P: 972-818-0700

Email all Bids to: [email protected] Subcontractor scope of work

clarifications should be attached to the Lee Lewis Bid Form.

1.05 SCOPE OF WORK

A. The general construction of a new elementary and a new intermediate school.

B. As Described in the Proposal Documents and Bid Packages.

1.06 CONDITIONS

A. Proposers shall submit their Proposals and all documentation required by this Request for Proposals

in one complete package to the Lee Lewis Construction, Inc.. Failure to include any part of the

requested information or documentation may result in the disqualification of the Proposal.

B. Proposals shall be submitted to the Lee Lewis Construction, Inc. on the date and time that the

Proposals are due:

1. The Lee Lewis Construction, Inc.’s Proposal Package and additional required information as

requested.

C. After receiving and qualifying submitted Proposals, the Lee Lewis Construction, Inc. and Mansfield

I.S.D. will evaluate each qualified Proposal. The Lee Lewis Construction, Inc. and Mansfield I.S.D. will

select the Proposal that offers the best value for Mansfield I.S.D.

1. Contracts will be awarded on the basis of the lowest responsive proposal complying with the

conditions of the Proposal Package provided it is in the best interest of Mansfield I.S.D. and the Lee

Lewis Construction, Inc.. The Lee Lewis Construction, Inc., however, reserves the right to reject any

and all proposals and to waive any informality in proposals received whenever any such rejection or

waiver is in the best interest of Mansfield I.S.D. and the Lee Lewis Construction, Inc..

D. In determining the lowest responsive subcontractor and best value for Mansfield I.S.D., the Lee Lewis

Construction, Inc. will evaluate the following items:

1. The number of the Base Proposal including each Alternate Proposal (is requested).

Lee Lewis Construction Norwood Elementary and Martinez Int.

Bid Package Documents

PAGE 4 OF 19

2. The probability that the Subcontractor can and will perform in accordance with the Proposal and

Construction Documents.

3. The likelihood that the Subcontractor will deliver the awarded scope per the Lee Lewis

Construction, Inc. and Mansfield I.S.D.’s required schedule.

4. The reputation and past performance of the Subcontractor including past contracts,

subcontractor’s proposed personnel, financial ability, and safety record.

E. Following successful negotiations with the Lee Lewis Construction, Inc., the Proposer will be

expected to execute a comprehensive Subcontract Agreement indicating the contract value as the

final amount agreed upon in negotiations with the Lee Lewis Construction, Inc..

F. Lee Lewis Construction, Inc., can, at its discretion, require the subcontractor to whom the work will be

awarded, to supply a Performance and Payment Bond. As such, each proposal shall state on the line

provided in the Form of Proposal, the added cost for the bond. If the firm submitting a proposal is

unable to supply a Performance and Payment Bond, the words not available shall be stated in the line

provided. It is important to note that a subcontractor’s inability to provide a Performance and Payment

Bond will not solely be a determining factor in awarding a contract.

G. Proposals received after the closing time for whatever reason, will be returned unopened.

H. No Proposer may withdraw its Proposal within sixty (60) calendar days after the actual date of

opening.

I. Lee Lewis Construction, Inc. and Mansfield I.S.D. reserve the right to accept or reject any or all

Proposals, and to waive any and all formalities.

J. Lee Lewis Construction, Inc. and Mansfield I.S.D. are Equal Opportunity Employers.

K. All inquiries regarding this Request for Competitive Sealed Proposals must be in writing and directed

to the Lee Lewis Construction, Inc.. Questions directed to other agencies or Mansfield I.S.D.. Officials

will not receive consideration or a response.

Email all questions to [email protected]

including specific references to drawings details and/or specification items in a

document that can be copied and pasted to a RFI Log.

1.07 CONTRACT DOCUMENT ACQUISITION

A. Drawings and specifications can be obtained from Lee Lewis Construction by emailing a request to:

[email protected]

1.08 PRE-PROPOSAL CONFERENCE

TBD – An ISQFT Notification will be sent stating date, time & location

There will be a Pre-Proposal Meeting at 1:00 PM on Tuesday September 18, 2018 at Newsom Stadium Community Room located at 3700 E Broad St, Mansfield, TX 76063

Lee Lewis Construction Norwood Elementary and Martinez Int.

Bid Package Documents

PAGE 5 OF 19

2.0 BID PACKAGES ASSIGNED SPECIFICATIONS

All Bid Packages must include the following as it pertains to respective scopes of work:

Division 0 – Procurement and Contracting Requirements

00 3132 GEOTECHNICAL DATA 00 7310 SPECIAL CONDITIONS 00 7343 WAGE RATE REQUIREMENTS 00 7373 STATUTORY REQUIREMENTS

Division 01 – General Requirements

01 1400 WORK RESTRICTIONS 01 2100 ALLOWANCES 01 3000 ADMINISTRATIVE REQUIREMENTS 01 3216 CONSTRUCTION PROGRESS SCHEDULE 01 4000 QUALITY REQUIREMENTS 01 4100 REGULATORY REQUIREMENTS 01 4516 CONTRACTOR’S QUALITY CONTROL 01 4533 CODE-REQUIRED QUALITY CONTROL 01 5000 TEMPORARY FACILITIES AND CONTROLS 01 5721 INDOOR AIR QUALITY CONTROLS 01 6000 PRODUCT REQUIREMENTS 01 6210 SCHEDULE OF MATERIALS AND COLORS 01 7000 EXECUTION AND CLOSEOUT REQUIREMENTS 01 7800 CLOSEOUT SUBMITTALS 01 7900 DEMONSTRATION AND TRAINING Division 7 – 07 8400 Firestopping

Division 8 – 08 3100 Access Doors & Panels

BID PACKAGES:

BP 03 – Concrete

03 1000 CONCRETE FORMING AND ACCESSORIES 03 2000 CONCRETE REINFORCING 03 3000 CAST-IN-PLACE CONCRETE 03 4800 PRECAST CONCRETE STAIR TREADS 31 2316 TRENCHING AND BACKFILL (Concrete Related) 31 6329 DRILLED CONCRETE PIERS AND SHAFTS 32 1313 CONCRETE PAVING 32 1613 CURBS AND SIDEWALKS 03 5216 LIGHTWEIGHT INSULATING CONCRETE

BP 03A – Polished Concrete Floor

03 3543 BONDED ABRASIVE POLISHED CONCRETE FLOORS

Lee Lewis Construction Norwood Elementary and Martinez Int.

Bid Package Documents

PAGE 6 OF 19

BP 03B – Structural Precast

03 4100 PRECAST STRUCTURAL CONCRETE

BP 04 – Masonry

03 1119 INSULATING CONCRETE FORMING 04 0100 MAINTENANCE OF MASONRY 04 0511 MORTAR AND MASONRY GROUT 04 2000 UNIT MASONRY 04 4301 STONE MASONRY VENEER 04 7200 CAST STONE MASONRY

BP 05 – Steel Fabrication & Erection

05 1200 STRUCTURAL STEEL FRAMING 05 2100 STEEL JOIST FRAMING 05 3100 STEEL DECKING 05 5000 METAL FABRICATIONS 05 5100 METAL STAIRS 05 5213 PIPE AND TUBE RAILINGS 05 55 16 METAL STAIR NOSINGS 05 5600 METAL CASTINGS

BP 05A – Specialty Metals

05 7300 DECORATIVE METAL RAILINGS

BP 06 – Rough Carpentry

06 1000 – ROUGH CARPENTRY

BP 06B – Finish Carpentry

06 1800 GLUED-LAMINATED CONSTRUCTION 06 2000 FINISH CARPENTRY 06 4116 MANUFACTURED WOOD-VENEER-FACED CASEWORK 06 6119 QUARTZ SURFACE FABRICATIONS 06 6400 TRANSLUCENT RESIN PANEL SYSTEMS 06 6500 SOLID POLYMER FABRICATIONS

BP 07 – Waterproofing

07 1300 SHEET WATERPROOFING 07 1900 WATER REPELLENTS 07 2100 THERMAL INSULATION 07 2500 WEATHER BARRIERS 07 8400 FIRESTOPPING 07 9005 JOINT SEALERS

BP 07A – Composite Metal Wall Panels

07 4264 METAL COMPOSITE MATERIAL WALL PANELS

Lee Lewis Construction Norwood Elementary and Martinez Int.

Bid Package Documents

PAGE 7 OF 19

BP 07B – Expansion Joint Covers

07 9513 EXPANSION JOINT COVER ASSEMBLIES

BP 07C – Roofing

06 1000 ROUGH CARPENTRY (Roof Related) 07 2100 THERMAL INSULATION 07 4213 METAL WALL PANELS 07 5400 THERMOPLASTIC MEMBRANE ROOFING 07 6200 SHEET METAL FLASHING AND TRIM 07 7200 ROOF ACCESSORIES

BP 07D – Fireproofing & Spray Insulation

07 2119 FOAMED-IN-PLACE INSULATION 07 8100 APPLIED FIREPROOFING

BP 08 – Doors, Frames & Hardware

08 1113 HOLLOW METAL DOORS AND FRAMES 08 1416 FLUSH WOOD DOORS 08 3473 SOUND CONTROL DOOR ASSEMBLIES 08 3906 TORNADO RESISTANT DOORS AND FRAMES 08 7100 DOOR HARDWARE

BP 08A – Louvers

08 9100 LOUVERS 08 9129 TORNADO RESISTANT LOUVERS

BP 08B – Overhead Doors

08 3300 COILING DOORS AND GRILLE

BP 08C – Glass

08 1116 ALUMINUM DOORS AND FRAMES 08 4313 ALUMINUM-FRAMED STOREFRONTS 08 4413 GLAZED ALUMINUM CURTAIN WALLS 08 8000 GLAZING

BP 09 – Gypsum Board Systems

06 1000 ROUGH CARPENTRY (In-Wall Blocking) 05 4000 COLD-FORMED METAL FRAMING 9 2226 SUSPENSION SYSTEMS 09 2813 CEMENTITIOUS BACKING BOARD 09 2816 GLASS-MAT FACED GYPSUM BACKING BOARDS 09 2982 GYPSUM BOARD 09 5100 ACOUSTICAL CEILINGS 09 5426 LINEAR WOOD CEILINGS 09 5450 LINEAR METAL CEILING SYSTEM 09 8400 ACOUSTICAL PANELS

Lee Lewis Construction Norwood Elementary and Martinez Int.

Bid Package Documents

PAGE 8 OF 19

BP 09A – Tiling

09 3000 TILING

BP 09B – Wood Floor

09 6429 WOOD STRIP AND PLANK FLOORING

BP 09C– Carpet & Resilient Floor

9 6500 RESILIENT FLOORING 09 6566 RESILIENT ATHLETIC FLOORING 09 6813 TILE CARPETING 09 7200 WALL COVERINGS

BP 09D – Painting & Wallcoverings

9 7200 WALL COVERINGS 09 7800 CUSTOM DIGITAL WALL COVERING 09 9000 PAINTING AND COATING 09 9735 DRY ERASE COATING

BP 10 – Specialties

10 0100 MISCELLANEOUS SPECIALTIES 10 1101 VISUAL DISPLAY BOARDS 10 2113.19 PLASTIC TOILET COMPARTMENTS 10 2123 CUBICLES 10 2601 WALL AND CORNER GUARDS 10 2800 TOILET, BATH, AND LAUNDRY ACCESSORIES 10 4400 FIRE PROTECTION SPECIALTIES 10 7500 FLAGPOLES 11 5213 PROJECTION SCREENS

BP 10A – Signs

10 1400 SIGNAGE 10 1453 TRAFFIC SIGNS

BP 10B – Lockers

10 5100 LOCKERS

BP 10C – Fixed Aluminum Sunscreens

10 7113 FIXED SUN SCREENS

BP 10D– Canopies

10 7300 – PROTECTIVE COVERS

BP 10E – Folding Partitions

10 2239 FOLDING PANEL PARTITIONS 10 2241 OPERABLE GLASS PARTITIONS

BP 11 – Theater Equipment

11 6100 STAGE EQUIPMENT

Lee Lewis Construction Norwood Elementary and Martinez Int.

Bid Package Documents

PAGE 9 OF 19

BP 11A – Food Service Equipment

11 4000 FOODSERVICE EQUIPMENT

BP 11B – Residential Appliances

11 3013 RESIDENTIAL APPLIANCES

BP 11C – Lab Casework & Equipment

11 5300 LABORATORY EQUIPMENT 11 5700 CERAMICS KILN

BP 11D – Athletic Equipment & Gym Bleachers

11 6623 GYMNASIUM EQUIPMENT 11 6843 SCOREBOARDS 11 6833 ATHLETIC EQUIPMENT

BP 12 – Window Treatment

12 2400 WINDOW SHADE

BP 12A - Music Storage

12 3551 MUSICAL INSTRUMENT STORAGE CASEWORK

BP 12B - Auditorium Seating

12 6300 STADIUM & ARENA SEATING

BP 13 – Shade Structures

13 3123 – PRE-ENGINEERED SHADE STRUCTURES

BP 13A – Grandstands and Bleachers

13 3416 – GRANDSTANDS AND BLEACHERS

BP 14 – Elevators

14 2400 HYDRAULIC ELEVATORS

BP 14A – People Lifts

14 4100 PEOPLE LIFTS

BP 21 – Fire Sprinkler

Division 21 – FIRE SUPPRESSION

BP 22 – Plumbing

31 2316 TRENCHING AND BACKFILL Division 22- PLUMBING

BP 23 – HVAC

Division 23 – HVAC 23 9000 – DDC ENERGY MANAGEMENT SYSTEM 23 9900 – TESTING, BALANCING AND COMMISSIONING

Lee Lewis Construction Norwood Elementary and Martinez Int.

Bid Package Documents

PAGE 10 OF 19

BP 26 – Electrical

Division 26 - ELECTRICAL

BP 27 – Communications

27 0000 – COMMUNICATIONS CABLING

BP 27A –Audio/Visual Systems

27 4000 – SOUND AND PROGRAM SYSTEM EXTENSION 27 4116 – INTEGRATED AUDIO-VIDEO EQUIPMENT

BP 28 – Security/CCTV

28 1300 ACCESS CONTROL SOFTWARE AND DATABASE MANAGEMENT 28 2000 VIDEO SURVEILLANCE SYSTEM

BP 28A – Fire Alarm

28 3000 FIRE DETECTION AND ALARM

BP 31 – Earthwork

02 41 13 SITE DEMOLITION 31 0516 AGGREGATES FOR EARTHWORK 31 1000 SITE CLEARING 31 2300 EXCAVATION AND FILL 31 2310 BUILDING EXCAVATION AND FILL 31 2316 TRENCHING AND BACKFILL 31 2318 ROCK EXCAVATION 31 2500 EROSION AND SEDIMENTATION CONTROL 31 3200 SOIL STABILIZATION 32 9343 TREE PROTECTION AND REMOVAL

BP 31A – Water Injection

31 3200 SOIL STABILIZATION

BP 31B – Termite Control

31 3116 TERMITE CONTROL

BP 32 – Asphalt Paving

32 1216 – ASPHALT PAVING

BP 32A – Pavement Markings

32 1723 PAVEMENT MARKINGS

BP 32B – Fences & Gates

32 1313 CHAIN LINK FENCES AND GATES 32 3119 DECORATIVE METAL FENCES AND GATES

Lee Lewis Construction Norwood Elementary and Martinez Int.

Bid Package Documents

PAGE 11 OF 19

BP 32C – Playground Equipment & Shade Structure

32 1816 POURED IN PLACE SAFETY SURFACING 11 6813 PLAYGROUND EQUIPMENT

BP 32D – Landscape & Irrigation

32 8000 IRRIGATION SYSTEMS 32 9000 PLANTING

BP 33 – Site Utilities

31 2500 EROSION AND SEDIMENTATION CONTROL (UTILITIES) 33 1100 WATER DISTRIBUTION SYSTEMS 33 3100 SANITARY SEWAGE SYSTEMS 33 3913 SEWR MANHOLES, FRAMES AND COVERS 33 4000 STORM DRAINAGE 33 5100 NATURAL GAS DISTRIBUTION SPOIL REMOVAL

Lee Lewis Construction Norwood Elementary and Martinez Int.

Bid Package Documents

PAGE 12 OF 19

3.0 BID PROPOSAL FORM

NORWOOD ELEMENTARY AND MARTINEZ INTERMEDIATE SCHOOLS

BID DATE/TIME: Tuesday, OCTOBER 2, 2018 2:00 P.M.

SUBCONTRACTOR PROPOSAL FORM

Company:

Address:

Date:

Contact Name:

Phone Number: Email: _____________

Submitted to: Lee Lewis Construction, Inc.

[email protected]

We, the undersigned, having carefully examined the specifications and drawings, together with all other Contract

Documents and Addenda prepared by Huckabee & Associates, Inc., and agree to furnish all labor, materials, and

equipment necessary to fully complete the work for the lump sum amounts stated below:

Base Proposal per the attached detailed Scopes of Work

1. NORWOOD ELEMENTARY SCHOOL

Bid Package(s): ___________________________________________________________________________

Total Bid Amount:

Dollars $ _____

Lee Lewis Construction Norwood Elementary and Martinez Int.

Bid Package Documents

PAGE 13 OF 19

2. MARTINEZ INTERMEDIATE SCHOOL

Bid Package(s): ____________________________________________________________________________

Total Bid Amount:

Dollars $ _____

3. COMBINED – NORWOOD ELEMENTARY AND MARTINEZ INTERMEDIATE SCOOL

Bid Package(s): ______________________________________

Total Bid Amount:

Dollars $ _____

ALTERNATES: NO ALTERNATES

UNIT PRICING – Earthwork

Import, Place and Compact Clean Fill

As Specified per cubic yard.

ADD $ CY

Lee Lewis Construction Norwood Elementary and Martinez Int.

Bid Package Documents

PAGE 14 OF 19

UNIT PRICING - Drilled Piers

18" dia. drilled pier without casing (Including excavation, disposal, rebar and concrete)

ADD $ LF

DEDUCT $ LF

Casing for 18” dia Drilled Pier (Casing included in

base bid)

DEDUCT $ LF

24" dia. drilled pier without casing (Including excavation, disposal, rebar and concrete)

ADD $ LF

DEDUCT $ LF

Casing for 24” dia Drilled Pier (Casing included in base bid)

DEDUCT $ LF

Payment and Performance Bond

Provide a 100% Payment and Performance Bond for labor and material subcontracts or a material supply bond,

for supply only purchase order. Provide bond from a bonding company that is U.S. Dept. of Treasury listed and

A.M. Best rated A- or better. This is the maximum cost for providing a payment and performance bond on the

base bid subcontract amount that will be adjusted to reflect actual base bid bond premium cost not to exceed the

alternate cost.

Bond Amount ____________________

Lee Lewis Construction Norwood Elementary and Martinez Int.

Bid Package Documents

PAGE 15 OF 19

Addenda

The following addenda have been received and are incorporated into this proposal:

Notice to Proceed

The undersigned agrees to commence work within five calendar days after receipt of written notice from Lee

Lewis Construction, Inc.

Maintain Bid Proposal

The undersigned agrees that this proposal may not be withdrawn for a period of sixty (60) days from the proposal

due date.

Respectfully Submitted:

_______________________________

Company Name

_______________________________

Name/Title

_______________________________

Signature

Lee Lewis Construction Norwood Elementary and Martinez Int.

Bid Package Documents

PAGE 16 OF 19

4.0 PROPOSAL INSTRUCTIONS

THE FOLLOWING INSTRUCTIONS SHALL BE ADHERED TO IN PREPARING AND SUBMITTING

PROPOSALS:

1. Proposals from qualified subcontractors and vendors will be received at the office of Lee Lewis Construction,

Inc. Reference the Lee Lewis iSqFt Invitation to Bid for the Day and Time]. Proposals will be privately opened

in the presence of the Architect (HUCKABEE & Associates Inc.) and Owner (Mansfield I.S.D.). Late proposals

will be returned unopened.

2. Proposals may be either emailed, or hand delivered to:

Lee Lewis Construction, Inc.

17177 Preston Road, Suite 160

Dallas, TX 75248

Email: [email protected]

3. All questions (including specific references to drawings details and/or specification items) which may arise in

preparing the proposal shall be submitted by email to [email protected] no later than seven

(7) business days prior to the proposal due date. Responses to questions will be distributed in the form of an

addendum to all firms preparing proposals.

4. Contracts will be awarded on the basis of the best value proposal complying with the conditions of the

Proposal Package provided it is in the best interest of the Owner and Construction Manager. However, the

Construction Manager reserves the right to reject any and all proposals and to waive any informality in

proposals received whenever any such rejection or waiver is in the best interest of the Owner and

Construction Manager.

In determining the lowest responsive subcontractor, the Construction Manager will evaluate the following

items: The number of the Base Proposal including each Alternate Proposal; the probability that the

Subcontractor can perform in accordance with the Proposal Documents; the likelihood that the Subcontractor

will perform per the Construction Manager’s schedule; the reputation of the Subcontractor including past

contracts, subcontractor’s proposed personnel, financial ability, and safety record.

5. The Construction Manager may, at its discretion, require the subcontractor to whom the work will be awarded

to, supply a Performance and Payment Bond. As such, each proposal shall state on the line provided in the

Form of Proposal, the added cost for the bond. If the firm submitting a proposal is unable to supply a

Performance and Payment Bond, the words not available shall be stated in the line provided. It is important

to note that a subcontractor’s inability to provide a Performance and Payment Bond will not solely be a

determining factor in awarding a contract.

6. Each firm submitting a proposal is required to provide a price for each specified alternate and unit price that

affects its work.

7. Each firm submitting a proposal is advised to review the General Requirements Specifications and submit

their proposal in accordance with those requirements. Additionally, each proposal shall include the following:

a) Daily clean up and removal of all identifiable debris. Unless noted specifically in the Scope of Work, trash

and debris will be deposited into dumpsters furnished by the Construction Manager.

Lee Lewis Construction Norwood Elementary and Martinez Int.

Bid Package Documents

PAGE 17 OF 19

b) Drinking water and ice for your forces.

c) Portable gas driven welders if welding is required.

d) Storage sheds, office trailers, labor sheds, etc. as required for your operations.

e) Hook-up and consumption charges for temporary utility services, including telephones for trailers and

sheds. It is each subcontractor’s responsibility to maintain the temporary services and remove such

services when no longer needed.

f) Weather protection as required to perform the work.

g) Compliance with OSHA, EPA, A.D.A., and applicable state and local requirements.

h) Compliance with Lee Lewis Construction, Inc. insurance requirements (see sample insurance certificate).

Worker’s Compensation coverage must be provided through an admitted carrier.

i) Engineering layout and grade control as required in the performance of the work. The Construction

Manager will provide sufficient base lines and benchmarks from which the subcontractor will extend its

line and grade control.

j) All applicable trade permits, licenses and inspection fees.

k) All required hoisting, receiving, unloading and distributing of items installed in your work.

l) All required task lighting and special electrical service requirements. The Construction Manager will

provide temporary power to accommodate the use of power tools, lighting and masonry saws. Electrical

outlets will be spaced so that the entire area of construction can be reached by power tools on a single

extension cord of 100 ft. Temporary illumination will be maintained at 5 footcandles.

m) All required touch-up painting of any prefinished item damaged during installation.

8. The firm to which a subcontract is awarded will be required to execute the Lee Lewis Construction, Inc.

Subcontract Agreement. Copies are available for review upon request.

9. The firm to which a subcontract is awarded will be required to comply with Lee Lewis Construction Inc.’s

policies regarding safety and prohibited articles.

10. This project is exempt from the payment of sales taxes on materials incorporated into the project.

11. Work to be completed per Lee Lewis Construction’s schedule to meet the Substantial Completion Date.

Lee Lewis Construction Norwood Elementary and Martinez Int.

Bid Package Documents

PAGE 18 OF 19

5.0 BACKGROUND CHECK/DRUG TESTING NOTIFICATION

Agreement/Bid Package between the District and Construction Manager requires felony conviction notification

and drug testing for personnel who enter the job and construction sites during and after construction, as well

as during the close out and warranty period of the project. No one will be allowed on the project site after

substantial completion without complying with the regulations stated below.

Construction Manager, all Subcontractors, and all Sub-subcontractors shall ensure that any persons assigned to

perform work at a District location under the Contract meets the following criterion:

▪ No records in the Texas DPS Sex Offender Registration database.

▪ No felony convictions, open deferred adjudications, or pending criminal trials in jurisdictions checked for

crimes involving sex, violence, or any other offense against or injury to a child.

▪ No felony convictions, open deferred adjudications, or pending criminal trials in jurisdictions checked for

the past seven (7) years, except for crimes involving sex, violence, or any other offense against a child for

which there is no time limit.

▪ No misdemeanor convictions, open deferred adjudications, or pending criminal trials in jurisdictions

checked for crimes involving sex or any other offense against a child.

▪ No misdemeanor convictions, open deferred adjudications, or pending criminal trials in jurisdictions

checked for the past seven (7) years for crimes involving violence.

▪ No positive drug test results. Drug test shall consist of a five-panel screen for drugs of abuse.

Substances and cut-off levels shall be consistent with Department of Transportation requirements. All

positive results shall be laboratory confirmed and independently verified by a Medical Review Officer

(MRO).

Construction Manager shall perform and require as a condition of contracting that all Subcontractors and Sub-

subcontractors perform criminal history background checks and drug testing on any person who is assigned

to perform any work at a District location under the Contract and shall promptly produce the results of such

background checks and drug testing to Owner upon request. A drug test will be demanded for any person

noticeably under the influence while on site.

The Construction Manager shall provide thirty (30) visitor badges for check out at the project office. A photo

identification badge shall be issued to those persons meeting the screening criterion described above. Any

person who is assigned to perform any work at a District location under the Contract shall be required to wear

their identification badge while on site.

To facilitate this requirement, and for the ease of recordkeeping and uniformity of required project badges, Owner

has arranged for background screening and drug testing to be coordinated through Melanie Laird, FC

Background, LLC, (972) 404-4479. Subcontractor shall coordinate screening and testing of their employees

prior to mobilizing the project. The estimated cost of $53 per person, per twelve-month period shall be

included in the bidder’s bid proposal.

Lee Lewis Construction Norwood Elementary and Martinez Int.

Bid Package Documents

PAGE 19 OF 19

6.0 ADDITIONAL BACKGROUND CHECK/DRUG TESTING NOTIFICATION

FOR SCHOOL PROJECTS

AGREEMENT/BID PACKAGE BETWEEN SCHOOL DISTRICT AND

CONSTRUCTION MANAGER - (Note: The requirements for Felony Conviction Notification and Drug Testing will only be required for personnel who enter the job site and construction site During and After Construction and during the close out and Warranty period of the project. No one will be allowed on the project site after Substantial Completion without complying with the regulations as stated below.)

Criminal History Background Checks and Drug Testing Construction Manager, all Subcontractors and all Sub-subcontractors shall ensure that any person

assigned to perform work at any District location under the Contract meets the following criterion:

o No records in the Texas DPS Sex Offender Registration database. o No felony convictions, open deferred adjudications or pending criminal trials in

jurisdictions checked for crimes involving sex, violence or any other offense against or injury to a child.

o No felony convictions, open deferred adjudications or pending criminal trials in jurisdictions checked for the past seven (7) years, except for crimes involving sex, violence or any other offense against a child for which there is no time limit.

o No misdemeanor convictions, open deferred adjudications or pending criminal trials in jurisdictions checked for crimes involving sex or any other offense against a child.

o No misdemeanor convictions, open deferred adjudications or pending criminal trials in jurisdictions checked for the past seven (7) years for crimes involving violence.

o No positive drug test results. Drug test shall consist of a five-panel screen for drugs of abuse. Substances and cut-off levels shall be consistent with Department of Transportation requirements. All positive results shall be laboratory confirmed and independently verified by a Medical Review Officer (MRO).

Mansfield ISD – New Brenda Norwood ES & Alma Martinez IS Mansfield, Texas

Huckabee 00 1113 - 1

ADVERTISEMENT FOR BIDS

SECTION 00 1113

ADVERTISEMENT FOR BIDS

Mansfield ISD

Purchasing Department 605 East Broad, Building #300

Mansfield, Texas 76063 817-299-6090

INVITATION FOR PROPOSALS

Lee Lewis Construction, Construction Manager-at-Risk for the Mansfield I.S.D., is requesting Competitive Proposals from subcontractors and suppliers for the Construction of the Brenda

Norwood ES and the Alma Martinez IS. Proposals will be received by delivery to 17177 Preston Rd. Ste. 160, Dallas, TX 75248 or via email to [email protected] no later than 2:00 p.m C.S.T. on Tuesday, October 2, 2018. All bids received after this time will not be accepted. Bids shall be on a lump sum basis and will include the appropriate bid packages as listed in the Lee Lewis proposal form. Please submit on the Lee Lewis proposal form and attach scope with company letterhead. Proposal Documents may be obtained by contacting Lee Lewis Construction, Inc. at [email protected] There will be a Pre-Proposal Meeting at 1:00 PM on Tuesday September 18, 2018 at Newsom Stadium Community Room located at 3700 E Broad St, Mansfield, TX 76063 Lee Lewis Construction reserves the right to reject any or all proposals, to waive technicalities, to advertise for new proposals, or proceed to do the work by other means when in the best interests of Mansfield ISD and Lee Lewis Construction. No bidder may withdraw its Proposal within ninety (90) calendar days after the actual date of the opening thereof. Information to Legal Advertising Department

AD MUST RUN: September 9, 2018 and September 16, 2018 AFFIDAVIT: Yes

END OF BID SOLICITATION

F.E

.

W

NIC

D

NIC

2148

2148

2148

2442 2448 2454 2454 2454 2448

2454 2454 2448

2448

2448

2448

2442

2448 2448 2448 24482442

244824422460

2448

2436

2436

2436

2130

2448

2448

2448

2448

2436

2448

2136

2142

2142

2142

1836

HC

HC

HC

HC

HC

HC

HC

HC

HC

HC

HC

HC

FEC

FEC

F.E.

FE

C

FE

C

FE

C

F.E

.

REF. SHEET A4.7 FOR CONTINUATION

GYM #2

6.37

BOYS LOCKER ROOM

6.32

GIRLS LOCKER ROOM

6.27

GYM #1

6.18

DINING

6.01

KITCHEN

6.05

STORAGE

6.11

GIRLS

6.29

COACH OFFICE

6.31

CONTROL OFFICE

6.19

OUTDOOR STORAGE

6.23

TOILET

6.22

TOILET

6.21

STORAGE

6.20

CORRIDOR

6.26

CORRIDOR

6.02

CORRIDOR

6.24VESTIBULE

6.25

VESTIBULE

6.16

CORRIDOR

6.17

COACH TOILET

6.30BOYS

6.34

COACH TOILET

6.35

COACH OFFICE

6.36

STORAGE

6.33

STORAGE

6.28

ELEC

6.12

A4.14 8

9

11

10

A4.14

4

5

67

A4.1412

13

A4.14

13

Sim

12S

im

A4.14

2

13

A4.14

15

14 A4.14

15

Sim

14

Sim

A4.155 1

A4.1419

17

16

18

A4.15

6

7

A4.15

3

2

A4.15 2

Sim

3

Sim

A4.14

17

O.H.

19

O.H

.

18

O.H.

16

O.H

.

A4.15

26

2527

A4.1524

23

21

A3.14

FREEZER

6.10

COOLER

6.09

DRY STORAGE

6.07

BAKERY

6.06

SERVING

6.03WASH

6.04

RISER

6.08

OFFICE

6.13

JAN/LAUNDRY

6.14

TOILET

6.15

KITCHEN

6.05

(85) 12"X12"X12"

6-TIER LOCKER

(22) 12"X12"X36"

2-TIER LOCKER

(85)

12"X12"X12"

6-TIER

LOCKER

(22)

12"X12"X36"

2-TIER

LOCKER

EWC

3 ROW FIXED BLEACHERS - 150 SEATS

4 ROW FIXED BLEACHERS -

150 SEATS

5' - 0" 74' - 0" 6' - 4 1/4"

10' -

2 1

/4"

44' -

0"

5' -

0"

VOLLEYBALL INSERT,

REF STRUCT

27' - 0" 21' - 0" 27' - 0"

21' - 0" 21' - 0" 21' - 0"

11' - 0" 74' - 0" 11' - 0"

14' -

0"

44' -

0"

20' -

8"

VOLLEYBALL COURT LINES: ORANGE TO MATCH PNT05

BASKETBALL COURT LINES: BLUE TO MATCH PNT03

ALMA MARTINEZ LOGO; CONTRACTOR

TO REQUEST FINAL APPROVED

ARTWORK FROM ARCHITECT

VOLLEYBALL COURT LINES: ORANGE TO MATCH PNT05

BASKETBALL COURT LINES: BLUE TO MATCH PNT03

ALMA MARTINEZ LOGO; CONTRACTOR

TO REQUEST FINAL APPROVED

ARTWORK FROM ARCHITECT

BLUE TO MATCH PNT03

BLUE TO MATCH PNT03

VOLLEYBALL INSERT,

REF STRUCT

VOLLEYBALL INSERT,

REF STRUCT

VOLLEYBALL INSERT,

REF STRUCT

VOLLEYBALL INSERT,

REF STRUCT

VOLLEYBALL

INSERT, REF

STRUCT

VOLLEYBALL

INSERT, REF

STRUCT

AGP ACRYLIC GRAPHIC PANEL

BTP BASE, TILE, PORCELAIN

BRK BRICK

BR BASE, RUBBER

BTC BASE, TILE, CERAMIC

BTP BASE, TILE, PORCELAIN

BW BASE, WOOD

COP CONCRETE POLISHED

COPT CONCRETE POLISHED STAINED

COS CONCRETE SEALED

CSM CONCRETE STONE MASONRY

CT CARPET, TILED

EPNT EPOXY PAINT

GRF GROUND FACE MASONRY (BURNISHED)

HSMB HORIZONTAL SLIDING MARKER BOARD

LVT LAYERED VINYL TILE

MP METAL PANEL

NB NO BASE

NS NATURAL STONE

PNT PAINT

RAFV RESILIENT ATHLETIC FLOORING VINYL

RES RESINOUS FLOORING

RT RUBBER TILE

SPF SPLIT FACE MASONRY

SPS SOLID POLYMER SURFACE

TC TILE, CERAMIC

TP TILE, PORCELAIN

TQ TILE, QUARRY

WMS MASONITE WOOD FLOORING

WMP WOOD MAPLE PLANK

WSPF WOOD STRIP PLANK FLOOR

WPS WRITABLE PANEL SYSTEM

NOTES APPLY TO ROOMS AS NOTED IN THE ROOM FINISH TAGS. SEE

TAG LAYOUT ABOVE.

1. REFERENCE FINISH PLAN FOR TP AND/OR TC EXTENTS.

2. REFERENCE FINISH PLAN FOR PNT EXTENTS.

3. ALL WALL TILE GROUT LINES SHALL ALIGN WITH FLOOR TILE

GROUT LINES.

4. CENTER FLOOR FINISH WITHIN ROOM.

COMMENTS

FINISH KEY

REFER TO PROJECT SPECIFICATIONS SECTION 01 6210 FOR ADDITIONAL

INFORMATION REGARDING FINISH MATERIALS AND PAINT FINISH CODES.

X Y

MATERIAL TYPE

# #

FINISH COLOR AND MATERIAL

SIZE AS NOTED IN SPEC. SECTION

01 6210

Sheet No.Job No.

Drawn By:

Date:

Pro

ject

:

Copyright © 2018, Huckabee & Associates, Inc.

C:\

Use

rs\m

mo

row

\Do

cum

ents

\172

1-02

-01

Man

sfie

ld N

ew IS

#7_

AR

CH

- V

17_m

mo

row

@h

uck

abee

-in

c.co

m.r

vt

9/11

/201

8 3:

52:1

9 P

M

AB

A4.6

FINISH PLAN - SECTION 6 -

FIRST FLOOR

9-11-2018

1721-02-01

ALM

A M

AR

TIN

EZ

INTE

RM

ED

IATE

SC

HO

OL

FOR

MA

NS

FIE

LD I.

S.D

.M

AN

SFI

ELD

, TE

XA

S

1/8" = 1'-0"1FINISH PLAN - SECTION 6

A4 - ROOM FINISH SCHEDULE - SECTION 6

ROOM

FLOOR FINISH BASE

WALL FINISH

COMMENTSNUMBER NAME N FINISH E FINISH S FINISH W FINISH

6.13 OFFICE TQ01 BTQ01 PNT01 PNT01 PNT01 PNT01

6.14 JAN/LAUNDRY TQ01 BTQ01 TC03 TC03 TC03 TC03 1

6.15 TOILET TQ01 BTQ01 TP03 PNT01/TP01 PNT01/TP01 PNT01/TP01 1,3,4

6.16 VESTIBULE COP BR01 PNT01 PNT01 PNT01 PNT01 4

6.17 CORRIDOR COP BR01 PNT01 TP01 - PNT01/TP01

6.18 GYM #1 RAFV BR01 PNT01,02 PNT01,02 PNT01,02 PNT01,02

6.19 CONTROL OFFICE COS BR01 PNT01 PNT01 PNT01 PNT01

6.20 STORAGE COS BR01 PNT01 PNT01 PNT01 PNT01

6.21 TOILET TP02 BTP01 TP01 TP01 TC01 TP01 1,3,4

6.22 TOILET TP02 BTP01 TC02 TP01 TP01 TP01 1,3,4

6.23 OUTDOOR STORAGE COS BR01 PNT01 PNT01 PNT01 PNT01

6.24 CORRIDOR COP BR01 PNT02/TP01 - PNT01/TP01 PNT01/TP01

6.25 VESTIBULE COP BR01 PNT01 PNT01 PNT01 PNT01 4

6.26 CORRIDOR COP BR01 PNT01 PNT01 PNT01 PNT01

6.27 GIRLS LOCKER ROOM COS BR01 PNT01,03 PNT03 PNT01,03 PNT01,03

6.27 BAFFLING COS NB - - - -

6.28 STORAGE COS BR01 PNT01 PNT01 PNT01 PNT01

6.29 GIRLS TP02 BTP01 TP01 TP01 TP01 TC01 1,3,4

6.30 COACH TOILET TP02 BTP01 PNT01/TP01 TP03 PNT01/TP01 PNT01/TP01 1,3,4

6.31 COACH OFFICE RT01 BR01 PNT01 PNT01 PNT01 PNT01 4

6.32 BOYS LOCKER ROOM COS NB PNT01,03 PNT01,03 PNT01,03 PNT03

6.33 STORAGE COS BR01 PNT01 PNT01 PNT01 PNT01

6.34 BOYS TP02 BTP01 TP01 TC02 TP01 TP01 1,3,4

6.35 COACH TOILET TP02 BTP01 PNT01/TP01 PNT01/TP01 PNT01/TP01 TP03 1,3,4

6.36 COACH OFFICE RT01 BR01 PNT01 PNT01 PNT01 PNT01 4

6.37 GYM #2 RAFV BR01 PNT01,02 PNT01,02 PNT01,02 PNT01,02

A4 - ROOM FINISH SCHEDULE - SECTION 6

ROOM

FLOOR FINISH BASE

WALL FINISH

COMMENTSNUMBER NAME N FINISH E FINISH S FINISH W FINISH

6.07 DRY STORAGE TQ01 BTQ01 PNT01 PNT01 PNT01 PNT01

6.08 RISER TQ01 BTQ01 PNT01 PNT01 PNT01 PNT01

6.09 COOLER TQ01 BTQ01 PNT01 PNT01 PNT01 PNT01

6.10 FREEZER TQ01 BTQ01 PNT01 PNT01 PNT01 PNT01

6.11 STORAGE TQ01 BTQ01 PNT01 PNT01 PNT01 PNT01

6.12 ELEC TQ01 BTQ01 PNT01 PNT01 PNT01 PNT01

A4 - ROOM FINISH SCHEDULE - SECTION 6

ROOM

FLOOR FINISH BASE

WALL FINISH

COMMENTSNUMBER NAME N FINISH E FINISH S FINISH W FINISH

6.01 DINING COP BR01 PNT01/TP01 PNT01/TP01 PNT01/TP01 PNT01/TP01

6.02 CORRIDOR COP BR01 - TP01 - PNT01/TP01

6.03 SERVING TQ01 BTQ01 TP01 TC01/TP01 TP01 TC02/TP01

6.04 WASH TQ01 BTQ01 PNT01 PNT01 PNT01 PNT01

6.05 KITCHEN TQ01 BTQ01 TP01 TC01 TP01 TC02

6.06 BAKERY TQ01 BTQ01 PNT01 PNT01 PNT01 PNT01

1

2

35

6

KEY PLAN - 1ST FLOOR

N.T.S.

4

7

N

TRUE

N

PLAN

2

2

2

2

2

2

Rev

isio

n /

Dat

e

29

/11

/18

AD

DE

ND

UM

2

06/15/1609/11/2018