DALLAS ISD - ORG 131 IGNACIO ZARAGOZA ES RE-BID

COMPETITIVE SEALED PROPOSAL FOR DALLAS ISD - ORG 131 ZARAGOZA ES RE-BID

Status

Accepting Bids

Prebid Date9/3/24 4:00pm

Bid Date9/25/24 2:00pm

Company & Contacts

Dallas ISD 2020 Bond Program
Dallas ISD - Procurement Services  
ProcurementCS@dallasisd.org

Location

4550 WORTH STREET, DALLAS TX 75249

All digital files included with purchase of complete printed set via file transfer. Specs separated by section and plans by sheet names.

Half Size Available upon Request

NOTICE: INVITATION TO BID

Scope of Work. The Work consists of:

ORG 131 – Ignacio Zaragoza Elementary School - Renovation Project consists of the following:

• Total Building SF: 70,798

• Classrooms in Building: 39

• Portables on campus: 0

• Remove and Replace Concrete Sidewalks - Refer to Civil Engineering narrative & supporting drawing to quantify scope of work.

• Replace exterior waterproofing and sealant joints - Include all exterior wall control and expansion joints.

• Provide new marquee sign. A new marquee sign will be required to be installed behind the building setback as required by current zoning regulations. The installation of the new marquee will require some tree mitigation to allow adequate viewing access to the new marquee.

• Provide new way-finding site signage. Design team shall coordinate with school staff to provide proper way-finding site signage.

• Replace exterior waterproofing/sealant joints. Existing sealants & waterproofing is required to properly seal the building envelope. This will require the removal & reinstallation of the existing security screens on the lower-level windows. Minor repairs & repainting of some of the stucco accent panels is also needed.

• Install/ replace security screens at all Level 01 windows. Demolish all existing security screens. Install new security screens on all Level 01 window openings.

• Work associated with Fire Alarm Replacement - A new fire alarm will be installed parallel to existing fire alarm. The existing fire alarm system will remain in place and operable, providing fire monitoring coverage and code compliance through the entire project renovation period.

• Existing fire alarm system shall be protected during any portion of renovation that produces excessive dust.

• The new fire alarm system will be tested and commissioned prior to removing any existing fire alarm system.

• New electrical circuits needed for new fire alarm will share existing fire alarm circuits such that new circuits are not required, and the old system will be removed after the new system is fully functional. This will result in a larger load per existing fire alarm power supply circuit for only a brief period.

• A BDA System is required by code. Only the Dallas Fire Department can advise Dallas ISD if it is not required. Contractor shall contact fire department for investigation.

• A performance specification for the installation of a BDA system will be included and the contractor will exercise the scope with a 3rd party specialty engineer registered to design, specify, and install such a system as part of the Fire alarm replacement.

• The Fire Marshal for the City of Dallas may be the sole jurisdiction that can certify that a BDA system is not necessary.

• All existing wall packs and site lighting fixtures and poles will be replaced with new. Direct replacement of all fixtures only. Replacement of poles will be included. Existing pole bases, conduit, conductors will remain. New poles, fixtures, and connections will all be made using new components to existing

infrastructure.

• The lighting layout will be tested by use of photometric study and a new layout with modern high performance LED fixtures will be provided.

• Lighting controls will be upgraded to match Dallas ISD TDG's. New control devices consisting of relay panels capable of meeting the criteria for time-of-day control devices will be integrated into existing exterior lighting circuits.

• Where new circuits are required for new HVAC mini-split systems in MDF/IDF rooms, new circuits, conduit, disconnection devices and connections will be made from readily available space in existing distribution equipment.

• Where existing HVAC systems are replaced with new, existing circuits will be reused where they meet or exceed the energy requirements of the new equipment.

• In cases where new HVAC equipment requires more than existing circuits are capable of providing, all existing circuitry to each affected HVAC unit will be demolished and replaced with new. New over current protection will be provided from available spaces in the same panel, or from other panels with spare

capacity capable of meeting the energy demand for the new equipment.

• Existing branch feeders to each boiler and hydronic pump will be assessed based on the size and energy requirements of the new equipment provided. The existing branch feeder will remain only if it meets or exceeds the size necessary for new equipment. New conduit and conductors to be provided if new

equipment requires.

• Disconnect switches will be provided new at all equipment as most are 35 years old.

• All interior fixtures will be demolished.

• In corridors and large open public spaces, all existing conduit and conductors located above ceiling will be demolished. Homeruns may remain, but new junction boxes for each fixture whip drops to be provided at new locations.

• In all corridors, lighting currently controlled by light switch inside locked electrical rooms will be modified to include centralized controls.

• In smaller private spaces such as offices and classrooms, a one-for one replacement will occur and reuse of conduit/conductors and fixture whips will be feasible.

• The lighting layout will be tested by use of photometric study and a new layout with modern high performance LED fixtures will be provided. Fixture quantities as compared to existing fixture layouts are expected to decrease in most public spaces.

• All circuits will require various levels of modification to include new lighting controls, consisting of low-voltage switches, relay packs, power packs, occupancy and/or daylight sensors, and other necessary control devices to comply with IECC 2021.

• A new pair of conduits will be added from the main building to the marquee sign. One conduit serves the power needs of the sign, while the other would originate from the nearest MDF or IDF room and will carry data signal for managing the content of the marquee sign.

• New power shall be provided for new washer/dryer connections.

• Replace existing IDF/MDF AC with new DX split systems.

• Work associated with existing hydronic systems.

• Replace existing heating and chilled water pumps.

• Replace existing boiler.

• Replace existing central station air handlers.

• Replace existing DX Split systems.

• Replace existing RTU's.

• New TAB and commissioning for all new/replaced systems.

• Replace existing air devices in all areas where ceilings are being replaced.

• Replace existing grease interceptor, sample well, and grease waste piping in its entirety.

• Replace existing sanitary sewer piping in its entirety – see drawings.

• Provide new gas lines for HVAC equipment as required.

• Provide new waste receptors for condensate discharge as required.

• Provide new waste/vent and hot/cold water connections for new washer.

• Provide gas to new dryer as required.

• Provide new wall hydrants and associated branch piping at intervals around the building not to exceed 75' max for hose coverage.

• Data outlets will be provided for the reception desk and new administrative office. These locations will be provided with a total of (4) outlets in each space. Cabling for these outlets will be routed to the MDF.

• Wireless Access Points (WAP) will be provided in the reception area and the principal's office.

• A biometric clock will be provided in the reception area.

• New secured vestibule incorporating controlled access door release switches for visitors.

• Access control system keypads will be provided at the main administration area, main staff entry/exit, administrative office and near the delivery entry door and wired to the access control system.

• A video intercom camera will be provided for visitors to request entry into the building through the secured vestibule.

• Eight (8) exterior card readers will be provided for faculty and staff entry into the building from parking lots and playground areas provided by the district.

• Per the District's standards the MDF and IDF will be secured with access control card readers that connect to the District's CPAM system. A door control panel connected to a local data port will connect one door proximity card reader and door locking device.

• Five (5) additional card readers will be provided for the entry vestibule and administration office and reception areas.

• Door position switches will be provided for all doors that lead into the building proper.

• Based on the number of surveillance cameras and the coverage additional security cameras will be provided based site review with the district's security department.

• Ten (10) new exterior security cameras will be provided to monitor exterior locations.

• Eight (8) new interior security cameras will be provided.

• The existing eight (8) existing exterior cameras will be replaced with new district standard cameras.

• All cameras will be connected to a new video server located in the MDF.

• The intrusion detection system will need a burglary subscriber that is monitored by an AES-Multinet

receiver at the district's central monitoring system.

• The public address system will be replaced to allow paging to the entire campus, designated zones and

with the district wide communications system.

• There will be call buttons in each classroom, auditorium, cafeteria, and other gathering spaces.

• Ceiling mounted loudspeakers will be distributed throughout all corridors spaced at 40'- 0".

• Exterior loudspeakers will be provided for outdoor gathering spaces.

• The system will be capable of distributing background music to all zones.

• Main control of the system will be in the administration office.

• A master clock system will be incorporated with clocks in classrooms, offices, and corridors.

BUDGET: Total Estimated Construction Budget (CCL + Allowances) for CSP 207525 $4,233,503.05

PRE-BID & LOCATION:

A pre-p roposal meeting will be held at Ignacio Zaragoza Elementary School on Tuesday, September 3,

2024 for all interested parties. This meeting is not mandatory, but information discussed will be extremely

helpful in preparation of the proposal.

All general contractors and sub-contractors are encouraged to attend this meeting. Contractors will meet A/E(s) and

PM at the school to start site tours. The first site tour will take place immediately following the pre- proposal. The

following is the schedule for each site tour:

Ignacio Zaragoza Elementary School, Tuesday, September 3, 2024, 4:00 PM, 4550 Worth Street Dallas, TX 75246

BID-DATE & LOCATION:

All Construction Services construction procurements must be physically delivered to the Construction Services

office, at the Linus D. Wright Dallas ISD Administration Building 9400 North Central Expressway, Suite 800 Dallas,

TX 75231. (Call 972.925.7200 for directions). Delivery to other locations will result in rejection of a CSP.

Completed CSP Package Part 1-A, 1-B and 1-C are due on Wednesday, 09/25/2024 at 2:00 PM (local time).

Completed CSP Package Part 2 is due on Thursday, 09/26/2024 at 3:00 PM (local time).

Any materials received after the respective closing dates / times will not be considered.

3:00 P.M. local time upon submittal of Part 2 of the Package, via zoom at Dallas ISD Construction Services, Linus

D. Wright Dallas ISD Administration Building 9400 North Central Expressway, Suite 800 Dallas, TX 75231.

No further information will be officially released until after the date the Agenda is publicized for the Board of Trustees

briefing.

Join Zoom Meeting

https://zoom.us/j/96974040701?pwd=uC7tNH3pHNn8Wh7CT4RPBA5DGGFdU3.1

Meeting ID: 969 7404 0701

Passcode: 4zr0Xa

The right is reserved to reject any or all bids, proposals, CSPs or statements of qualification and to waive

technicalities.

The Dallas Independent School District is committed to the ideals of equal opportunity in all its business endeavors.

The Dallas Independent School District’s Construction Services projects have a 30% Minority and Women-Owned

Business Enterprise (M/WBE) construction goal.

RUN TWO TIMES ONLY AS FOLLOWS:

08/18/2024 and 08/25/2024

OWNER
Dallas ISD Procurement Services c/o Bond/Construction Services
Linus D. Wright Dallas ISD Administration Building
9400 North Central Expressway, Suite 800
Dallas, TX 75231

OWNER’S PROJECT MANAGER (PM):

David Lubin, Senior Project Manager

Dallas Independent School District

Construction Services

Linus D. Wright Dallas ISD Administration Building

9400 N. Central Expressway, Suite 800

Dallas, TX 75231

Phone: 469-265-1880

E-mail: c119852@dallasisd.org

ARCHITECT/ENGINEER FIRM (A/E)

DLR Group Inc. of Texas

2500 Pacific Ave, Suite 1600 Dallas, Texas 75226

Main Contact: Charles E. Brant, AIA

Phone: (214) 452-1264

Email: cbrant@dlrgroup.com

BID METHOD:
Competitive Sealed Proposals