Privately Funded
Bidding Soon
Documents Available
Publicly Funded
Addenda Available
Post-Bid
Published March 2, 2026 at 7:00 PM
Updated March 3, 2026
Renovation of an educational facility in Stanton, Texas. Completed plans call for the renovation of a educational facility.
Proposals are requested for flooring and wall resurfacing and/or replacement services at the high school campus. Information may be obtained by contacting Dennis Simpson at the provided address, email, or telephone. The right to reject any and all proposals is reserved. Question Deadline 01/30/2026 all questions should be submitted to Dennis Simpson, Director of Maintenance, via email at ddsimpson@stanton.esc18.net or by phone at 432-607-3858. Vendors may be directed to Brad Holland, CFO, via email at jbholland@stanton.esc18.net or by phone at 432-607-3848 for questions regarding business or legal matters. All questions or clarifications must be submitted no later than five (5) days prior to the proposal submission deadline. Independently and not as an agent of the District, the Vendor shall furnish all the necessary qualified personnel, materials, supplies, and equipment not otherwise provided by the District, and do all that is necessary to provide floor coving in this project.. SISD seeks a qualified vendor to provide all labor, equipment, materials, and services necessary to replace flooring removed related to asbestos abatement and resurface other floors that tie into these areas. The new flooring should reduce maintenance needs, maintain or improve floor covering in our facility. No wall resurfacing will be needed as walls tested negative for asbestos. 1.2. AREAS 1.2.1. High School Weight Room approximately 1000 sq ft of VCT with cove base. 1.2.2. High School Band Hall approximately 3000 sq ft of carpet and/or vct, cove base. and transitions. 1.2.2.1. Practice area shall alternate flooring colors every 15 ln ft to simulate a football field 1.2.2.1.1. Practice area is approx. 60x40; 60' should be divided into the 15 ft sections. 1.2.3. HS Band Hall Office , Practice Rooms and Storage approx 1850 sf ft of carpet, cove base and transitions. 1.2.4. High School Band Restroom and hall approximately 150sq ft of vct and cove base 1.2.5. Gym Foyer, Men's Restroom (320 sq ft), Women's Restroom (320 sq ft), Concession total approx. 4200 sq ft and 580 ln ft.cove base 1.2.6. High School West Gym Hallways and Locker Room Entries approx. 1270 sq. Ft of vct , cove base and transitions 1.2.7. High School Gym Bleachers approx 2304 sq ft of vct, stair treads 468 ln ft, nosing 1200 ln ft., cove base 496 ln ft 1.2.8. High School Gym Entry Steps approx 200 ln ft of stair tread 1.2.9. HS Commons walkway approx. 915 sq ft of vct and 42 ln ft cove base 1.2.10. HS Home Locker Room Entries and Closets and Training Room (VCT) 250 sq ft of vct, 200 ln ft of cove base and transitions as needed. 1.2.11. HS Home Locker Rooms (Carpet) Training Room approx 1510 sq ft of carpet, 350 sq ft of vct, 400 ln ft of cove base and transitions as needed. 1.2.12. HS Visitor Locker Rooms approx 160 sq ft of vct, 130 ln ft of cove base and transitions. 1.2.13. HS Visitor Locker Rooms approx 520 sq ft of carpet, 120 ln ft of cove base and transitions. Line ITEM CONTRACT 2.1. Specifications The specifications below and/or mentioned in any part of the solicitation will be understood as indicating the type, function, minimum standard of design, efficiency, and quality desired, and will not be construedin such a manner as to exclude the manufacturer's products of comparable quality, design, and efficiency. Whenever in any part of the solicitation, contract documents, an article, or material, is defined by describing a proprietary product, or by using the name of a manufacturer or vendor, the term "or District approved equal", if not inserted, will be implied. If a brand/model other than specified is offered, complete descriptive information of said brand/model must be included with the response. A sample of the items proposed may be requested for testing. The proposer will be responsible for all costs of submitting a sample for testing and approval. All pricing for the goods offered under this solicitation will be firm for the term of the contract. 2.2. Price Changes Any extenuating circumstance that causes a price change would have to be submitted to the Business Office at the District for approval at least 60 days before the price change. No purchase order should be fulfilled with price deviations until these are approved by the District. 2.3. Quantities The quantities are substantially correct, but the District reserves the right to purchase quantities above or below the stated unit price unless otherwise specified by the proposer. Proposer should verify physical measurements and conditions before proposing. 2.4. Order Processing The District will issue individual purchase orders, as goods/services are needed. There are no guaranteed minimums. SISD will not be responsible for any goods delivered or services performed without a properly executed purchase order. Any contracts or agreements signed by any District employee other than the Superintendent's designee shall be considered null and void. 3. FLOORING PRODUCTS 3.1. VINYL COMPOSITE TILE 3.1.1. Proposer will provide VCT flooring equal to or greater in quality and specifications than Tarkett VCT 2. 3.1.2. Provide VCT that is 1/8 " in thickness 3.1.3. Provide installation materials needed for application in accordance withe the manufacturer recommendations 3.1.4. Provide sub surface materials as needed 3.2. CARPET - BAND HALL 3.2.1. Prosper will provide commercial grade free floating carpet square system 3.2.2. Provide adhesion by Tactile or equivalent adhesive tile/tab. 3.2.3. Provide a carpet product that has a Tufted Yarn Weight of 25 oz or greater 3.2.4. Provide a carpet with closed loop construction 3.2.5. Provide carpet squares that are approximately 24" x24" or 4 sq. ft. 3.2.6. Provide carpet that is solution died nylon 3.2.7. Provide Carpet with backing material equal to or greater than Mohawk Ultra Set. 3.2.8. Provide a carpet with a minimum of 15 years of manufacturer warranty. 3.2.9. Provide installation materials needed for application in accordance withe the manufacturer recommendations 3.2.10. Provide sub surface materials as needed CARPET - LOCKER ROOMS Add Alternate #1 and #2 3.3.1. Prosper will provide commercial grade carpet system designed for athletic spaces 3.3.1.1. Free floating carpet squares are preferred. 3.3.1.2. Preferred antimicrobial properties 3.3.1.3. Preferred water resistant- water proof backing 3.3.2. Provide a carpet product that has a Tufted Yarn Weight of 25 oz or greater 3.3.3. Provide a carpet with closed loop construction 3.3.4. Provide carpet squares that are approximately 24" x24" or 4 sq. ft. 3.3.5. Provide carpet that is solution died nylon 3.3.6. Provide Carpet with backing material equal to or greater than Mohawk Ultra Set. 3.3.7. Provide a carpet with a minium of 15 years of manufacturer warranty. 3.3.8. Provide installation materials needed for application in accordance withe the manufacturer recommendations 3.3.9. Provide sub surface materials as needed 3.3.10. The District is open to manufacturer recommendations that address locker room conditions, improve long-term performance and student health. 3.4. STAIR TREAD 3.4.1. Proposer will provide stair treads equal to or greater in quality and specification to Roppe 92 LowProfile 3.4.2. Provide and install stir risers equal to or greater in quality and specification to Roppe product. 3.4.3. Provide installation materials needed for application in accordance withe the manufacturer recommendations 3.5. VCT NOSING 3.5.1. Proposer to provide nosing equal to or greater than Johnsonite VDL-XX-SQ Provide manufacturer approved installation method to include: Surface preparation 3.5.1.1. Surface preparation 3.5.1.2. Contact adhesive equal to or equivalent to Tarkett 946 Premium Contact Adhesive 3.5.1.3. Tarkett 930 Two-Part Epoxy Caulking Compound or 931 Rapid Reaction Epoxy Caulking 3.5.1.4. Installation must include filler epoxy for the length of the nosing material 3.5.1.5. The District prefers stair nosing with the greatest feasible depth on the horizontal tread surface, including undercut and overcut edge profiles, to mitigate tile and nosing edge shear at the bleacher riser edge. The District welcomes proposer/manufacturer recommendations related to this product and performance concern.
Award
Educational
$194,612.00
Public - County
Renovation
Documents for this project are exclusively Specifications. If Plans become available, we will add them here.
3
Trades Specified
Division 00 - Lorem Ipsum
One Low Price
- One license and one market
- Details and key contacts on all bidding projects
- Organize your pipeline with a digital bid board
- Automatically match opportunities to your profile
- Saved searches deliver daily project leads to your email inbox
Market Pricing Around
- All Starter Product functionality
- Access to all documents (plans, specifications, and addenda)
- Access to planning projects
- Access to contact information
- Ability to Export
Find More Local Projects
Within 75 Miles of This Project
You’ve Reached the Free View Limit
Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.
Come back in [[refresh_days]] to get [[project_count]] more free projects.
February 5, 2026
March 9, 2026
To be determined, Stanton, TX
Related To This Project
Stanton, TX
Bid Date: Feb 05 2026
Stanton, TX
Bid Date: Jan 26 2026
Stanton, TX
Bid Date: Jul 31 2025
Stanton, TX
Bid Date: Jun 05 2025
Stanton, TX
Bid Date: May 20 2025
Stanton, TX
Bid Date: May 08 2025
Stanton, TX
Bid Date: May 09 2025
Stanton, TX
Bid Date: Jun 05 2025
Stanton, TX
Bid Date: Dec 05 2024
Stanton, TX
Bid Date: Jun 06 2024
Stanton, TX
Bid Date: Apr 08 2024
Stanton, TX
--
Stanton, TX
Bid Date: Dec 11 2023
Stanton, TX
Bid Date: Dec 11 2023
Stanton, TX
Bid Date: Nov 28 2023
Preview Active Commercial Construction Projects Like This One
Get preview access now—no credit card required.
