no. 2 - huckabee
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
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:
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.
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