AE Service for Rutland MMTC Repairs

expired opportunity(Expired)
From: Vermont(State)

Basic Details

started - 02 Jan, 2023 (16 months ago)

Start Date

02 Jan, 2023 (16 months ago)
due - 17 Jan, 2023 (15 months ago)

Due Date

17 Jan, 2023 (15 months ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
Agency of Administration

Customer / Agency

Agency of Administration
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

1 Department of Buildings and General Services Office of Purchasing & Contracting 133 State Street, 5th Floor | Montpelier VT 05633-8000 802-828-2211 phone |802-828-2222 fax http://bgs.vermont.gov/purchasing SEALED BID REQUEST FOR PROPOSAL ARCHITECTURAL AND ENGINEERING SERVICES FOR THE Rutland Multi-Modal Transit Center Parking Garage Repairs 102 West Street Rutland, VT ISSUE DATE: NOVEMBER 14, 2022 BIDDERS’ CONFERENCE: DECEMBER 5, 2022, at 10:00 AM QUESTIONS DUE BY: DECEMBER 19, 2022, by 4:30 PM RFP RESPONSES DUE BY: JANUARY 10, 2023 at 4:30 PM PLEASE BE ADVISED THAT ALL NOTIFICATIONS, RELEASES, AND ADDENDUMS ASSOCIATED WITH THIS RFP WILL BE POSTED AT: http://www.bgs.state.vt.us/pca/bids/bids.php THE STATE WILL MAKE NO ATTEMPT TO CONTACT INTERESTED PARTIES WITH UPDATED INFORMATION. IT IS THE RESPONSIBILITY OF EACH
BIDDER TO PERIODICALLY CHECK THE ABOVE WEBPAGE FOR ANY AND ALL NOTIFICATIONS, RELEASES AND ADDENDUMS ASSOCIATED WITH THIS RFP. STATE CONTACT: James Meyers, State Senior Purchasing Agent TELEPHONE: (802) 828-2211 E-MAIL: BGS.OPCVendorDocs@vermont.gov DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 http://bgs.vermont.gov/purchasing http://www.bgs.state.vt.us/pca/bids/bids.php mailto:BGS.OPCVendorDocs@vermont.gov Revised: July 28, 2022 Page 2 of 10 1. OVERVIEW: 1.1. SCOPE AND BACKGROUND: Through this Request for Proposal (RFP Through this Request for Proposal (RFP), the Office of Purchasing & Contracting (hereinafter the “State”) is seeking to establish a contract with a qualified Architectural and Engineering firm to provide architectural and engineering design services for the Rutland Multi-Modal Transit Center Parking Garage repairs at 102 West Street, Rutland, VT. Interested firms are invited to bid on providing architectural/engineering design services described in Section 2 of this RFP. 1.2. The purpose of this project is to hire an architectural and engineering firm to locate, identify and record all major structural, electrical, mechanical, and plumbing repairs and provide, in detail, a phased plan to properly execute each repair. The scope of services for this project shall include schematic design, design development, construction documents, bidding and negotiation, and construction administration for the repair of the structure. The Rutland Multi-Modal Transit Center (RMMTC) Parking Garage was constructed in 1998/1999. The original design drawings are dated February 14, 1997, and the ‘For Record Drawings’ provided by the contractor are dated October 15, 1999. The parking garage consists of four elevated levels with approximately 591 spaces. The structure consists of pretopped precast/prestressed double tee decks supported on precast/prestressed concrete spandrels, inverted tee beams, and columns that were manufactured in a plant, transported to the site, and erected. All stair/elevator towers are constructed of precast concrete. A regional bus station is located at the grade level of the garage, with a separate bus entrance/exit off West Street from the vehicular entrance. In April of 2020, a Condition Assessment Report detailing the conditions of the precast concrete parking structure was completed. The report recommends repairs to the concrete structures due to water and salt infiltration. Protecting the concrete is important to maintaining the integrity and extending the service life of the parking structure. In addition to structural repairs, numerous MEP items were identified in the assessment, including sprinkler dry pipe and head replacement, fire alarm system replacement, miscellaneous repairs to HVAC equipment, and replacement of the South tower conduit, wire, and electrical equipment in the elevator pit. Separate from the assessment, a number of deferred maintenance projects have been identified, including replacement of the garage’s electrical system, which is corroded and failing, and addressing the roof structure of the top level to prevent snow sliding off the roof from landing in the bus island below. This project will include, at minimum, repairs identified in the assessment and BGS-identified deferred maintenance items. 1.3. CONTRACT PERIOD: The State anticipates the start date will be March 20, 2023. The substantial completion date will be May 29, 2026, and contract completion date will be May 29, 2027, which includes a one-year warranty period. 1.4. SINGLE POINT OF CONTACT: All communications concerning this RFP are to be addressed in writing to the State Contact listed on the front page of this RFP. Actual or attempted contact with any other individual from the State concerning this RFP is strictly prohibited and may result in disqualification. 1.5. BIDDERS’ CONFERENCE: A A non-mandatory bidder’s conference will be held at 102 West Street, Rutland, VT on the date and time indicated on the front page of this RFP. We will meet at the entrance of the Rutland Multi-modal garage. 1.6. QUESTION AND ANSWER PERIOD: Any vendor requiring clarification of any section of this RFP or wishing to comment or take exception to any requirements of the RFP must submit specific questions in writing no later than the deadline for question indicated on the first page of this RFP. Questions may be e- mailed to the point of contact on the front page of this RFP: BGS.OPCVendorDocs@vermont.gov. All emails with questions should include the name of the project in the subject line. Any comments, questions, or exceptions not raised in writing on or before the last day of the question period are waived. At the close of the question period, a copy of all questions or comments and the State's responses will be posted on the State’s web site http://bgs.vermont.gov/purchasing/bids. Every effort will be made to post this DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 mailto:BGS.OPCVendorDocs@vermont.gov http://bgs.vermont.gov/purchasing/bids Revised: July 28, 2022 Page 3 of 10 information as soon as possible after the question period ends, contingent on the number and complexity of the questions. 1.7. CHANGES TO THIS RFP: Any modifications to this RFP will be made in writing by the State through the issuance of an Addendum to this RFP and posted online at http://www.bgs.state.vt.us/pca/bids/bids.php . Modifications from any other source are not to be considered. 2. DETAILED REQUIREMENTS/DESIRED OUTCOMES: 2.1. The primary objective of this project is to provide architectural and engineering services for all repairs that have been identified in the Condition Assessment report and by the design team’s investigation. The following services shall be provided, Schematic Design, Design Development, Permitting, Construction Documents, Bidding and Negotiation, and Construction Administration services for the selective demolition, reconstruction, and repairs of Rutland Multi-Modal Transit Center Parking Garage. Upon completion of schematic design phase, the A/E team will be required to coordinate with a BGS provided construction manager (CM) regarding elements of design, permitting, and construction. 2.2. The following shall be included in the architectural/engineering design firm’s scope of work: 2.2.1. Programming Phase: Not Applicable 2.2.2. Schematic Design Phase: 2.2.2.1. Investigate to determine extent of damage to the building’s structure, drive lanes and stairwells, and all necessary mechanical, plumbing/drainage, sprinkler, and electrical repairs. 2.2.2.2. Determine whether the RMMTC can remain open or partially open during repairs and the necessary phases to allow it to remain operational. 2.2.2.3. Allow 2 weeks for BGS review. Meet with BGS to review finalized SD Phase. 2.2.3. Design Development Phase: 2.2.3.1. Prepare plans and specifications for BGS review of all necessary repairs, including any phasing required. 2.2.3.2. Incorporate/address BGS comments from schematic design review. 2.2.3.3. Ensure compliance with all local, state, and federal codes and requirements, as well as BGS Design Guidelines and Commissioning Guidelines. 2.2.3.4. Allow 2 weeks for BGS review. Meet with BGS to review finalized DD phase. 2.2.4. Construction Documents Phase: 2.2.4.1. Determine and prepare all necessary permit applications for local and state approval and submit to BGS for completion. Assist BGS in preparation of any required fire safety permits. 2.2.4.2. Provide complete drawings and specifications required for construction. 2.2.4.3. Incorporate/address BGS comments from DD review. 2.2.4.4. Confirm compliance with all applicable codes, statues, and permits. Finalize permit applications for submittal to regulatory bodies. 2.2.4.5. Allow 1 month for BGS review. Incorporate/address BGS comments from CD review in final plans and specifications for bidding. 2.2.4.6. Meet with BGS to review final CD phase DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 http://www.bgs.state.vt.us/pca/bids/bids.php Revised: July 28, 2022 Page 4 of 10 2.2.5. Bidding and Negotiation Phase: 2.2.5.1. Attend the CM’s pre-bid meeting for subcontractors at the construction site. 2.2.5.2. Assist the CM and BGS in answering questions received during the bid period. 2.2.5.3. Review construction bids 2.2.6. Construction Administration Phase: 2.2.6.1. Attend the CM’s pre-construction meetings at the construction site. 2.2.6.2. Attend bi-weekly job meetings during construction and take meeting minutes, including punch list inspection prior to substantial completion. 2.2.6.3. Respond to RFI’s, review and approve all shop drawings and submittals. 2.2.6.4. Provide a certificate for substantial completion for each phase. Provide a warranty inspection approximately 11 months after each phase’s substantial completion date. Document the inspection and recommend warranty repairs, if any. 2.3. PROPOSED PROJECT SCHEDULE: Project Event Date Project Start March 20, 2023 Schematic Design Due (1 Month) April 17,2023 BGS SD Phase review (1 Week) April 24, 2023 Design Development Due (3 Months) July 17, 2023 BGS DD Phase Review (2 Weeks) July 31, 2023 Construction Documents Due (4 Months) December 4, 2023 BGS CD Phase Review January 2, 2024 Bidding or Negotiation Due March 12, 2024 Construction Substantial Completion May 29, 2026 Contract Completion May 29, 2027 3. GENERAL REQUIREMENTS: 3.1. PRICING: Bidders must must price the terms of this solicitation at their best pricing. Any and all costs that Bidder wishes the State to consider must be submitted for consideration. If applicable, all equipment pricing is to include F.O.B. delivery to the ordering facility. No request for extra delivery cost will be honored. All equipment shall be delivered assembled, serviced, and ready for immediate use, unless otherwise requested by the State. 3.1.1. Prices and/or rates shall remain firm for the initial term of the contract. The pricing policy submitted by Bidder must (i) be clearly structured, accountable, and auditable and (ii) cover the full spectrum of materials and/or services required. 3.1.2. Cooperative Agreements. Bidders that have been awarded similar contracts through a competitive bidding process with another state and/or cooperative are welcome to submit the pricing in response to this solicitation. 3.1.3. Retainage. In the discretion of the State, a contract resulting from this RFP may provide that the State withhold a percentage of the total amount payable for some or all deliverables, such retainage to be payable upon satisfactory completion and State acceptance in accordance with the terms and conditions of the contract 3.2. STATEMENT OF RIGHTS: The State shall have the authority to evaluate Responses and select the Bidder(s) as may be determined to be in the best interest of the State and consistent with the goals and performance requirements outlined in this RFP. The State of Vermont reserves the right to obtain DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 Revised: July 28, 2022 Page 5 of 10 clarification or additional information necessary to properly evaluate a proposal. Failure of vendor to respond to a request for additional information or clarification could result in rejection of that vendor’s proposal. To secure a project that is deemed to be In the best interest of the State, the State reserves the right to accept or reject any and all bids, in whole or in part, with or without cause, and to waive technicalities in submissions. The State also reserves the right to make purchases outside of the awarded contracts where it is deemed in the best interest of the State. 3.2.1. Best and Final Offer (BAFO). At any time after submission of Responses and prior to the final selection of Bidder(s) for Contract negotiation or execution, the State may invite Bidder(s) to provide a BAFO. The state reserves the right to request BAFOs from only those Bidders that meet the minimum qualification requirements and/or have not been eliminated from consideration during the evaluation process. 3.2.2. Presentation. An in-person or webinar presentation by the Bidder may be required by the State if it will help the State’s evaluation process. The State will factor information presented during presentations into the evaluation. Bidders will be responsible for all costs associated with providing the presentation. 3.3. WORKER CLASSIFICATION COMPLIANCE REQUIREMENTS: In accordance with Section 32 of The Vermont Recovery and Reinvestment Act of 2009 (Act No. 54), Bidders must comply with the following provisions and requirements. 3.3.1. Self Reporting: For bid amounts exceeding $250,000.00, Bidder shall complete the appropriate section in the attached Certificate of Compliance for purposes of self-reporting information relating to past violations, convictions, suspensions, and any other information related to past performance relative to coding and classification of workers. The State is requiring information on any violations that occurred in the previous 12 months. 3.3.2. Subcontractor Reporting: For bid amounts exceeding $250,000.00, Bidders are hereby notified that upon award of contract, and prior to contract execution, the State shall be provided with a list of all proposed subcontractors and subcontractors’ subcontractors, together with the identity of those subcontractors’ workers compensation insurance providers, and additional required or requested information, as applicable, in accordance with Section 32 of The Vermont Recovery and Reinvestment Act of 2009 (Act No. 54). This requirement does not apply to subcontractors providing supplies only and no labor to the overall contract or project. This list MUST be updated and provided to the State as additional subcontractors are hired. A sample form is available online at http://bgs.vermont.gov/purchasing-contracting/forms. The subcontractor reporting form is not required to be submitted with the bid response. 3.4. EXECUTIVE ORDER 05-16: CLIMATE CHANGE CONSIDERATIONS IN STATE PROCUREMENTS: For bid amounts exceeding $25,000.00 Bidders are requested to complete the Climate Change Considerations in State Procurements Certification, which is included in the Certificate of Compliance for this RFP. After consideration of all relevant factors, a bidder that demonstrates business practices that promote clean energy and address climate change as identified in the Certification, shall be given favorable consideration in the competitive bidding process. Such favorable consideration shall be consistent with and not supersede any preference given to resident bidders of the State and/or products raised or manufactured in the State, as explained in the Method of Award section. But, such favorable consideration shall not be employed if prohibited by law or other relevant authority or agreement. 3.5. ELECTRONIC SUBMITTALS: 3.5.1. Contractor shall obtain a license for the State to utilize Submittal Exchange for the purposes of this project. The State and its representatives will have full control of the use of Submittal Exchange by authorized users of the State. 3.5.2. Submittal Exchange® ( www.submittalexchange.com ) shall be used to provide an on-line database and repository, which shall be used to transmit and track project-related documents. The intent for DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 http://www.submittalexchange.com/ Revised: July 28, 2022 Page 6 of 10 using this service is to expedite the construction process by reducing paperwork, improving information flow, and decreasing submittal review turnaround time. a. Project submittals (shop drawing, product data and quality assurance submittals) shall be transmitted by the Contractor in PDF to Submittal Exchange®, where it will be tracked and stored for retrieval for review. After the submittal is reviewed it shall be uploaded back to Submittal Exchange® for action and use by the Contractor. b. The service also tracks and stores documents related to the project such as Request for Information (RFI’s), Architect/Engineer's Supplemental Instructions (ASI), Information Bulletins (IB’s), CAD Coordination, Commission, Construction Change Directive (CCD), Contractor’s Daily Reports, Minutes, Photos, Quality Control, Shop Drawings, Testing, Closeout Documents including As-Built Drawings, Operations and Maintenance Manuals and other project related documents. c. The electronic submittal process shall not be used for color samples, color charts, or physical material samples. 3.5.3. The Project Manager will coordinate the initial training between the Contractor and Submittal Exchange®. 3.6. METHOD OF AWARD: Awards will be made in the best interest of the State. The State may award one or more contracts and reserves the right to make additional awards to other compliant bidders at any time if such award is deemed to be in the best interest of the State. All other considerations being equal, preference will be given first to resident bidders of the state and/or to products raised or manufactured in the state, and then to bidders who have practices that promote clean energy and address climate change, as identified in the applicable Certificate of Compliance. 3.6.1. Scoring: Scoring by the Selection Committee members will be based on the cumulative point score of the evaluation criteria assigned by the Selection Committee. This score will be converted to an ordinal scoring system (majority rule). This contract will be awarded to the firm receiving the majority of 1st place votes resulting from the conversion, subject to the approval of the Commissioner of Buildings & General Services. 3.6.2. Evaluation Criteria: The selection will be based on the following criteria. As these are the evaluation criteria upon which the selection will be based, proposals should respond to each criterion in a well- organized manner and in the order in which they are listed. Respond to each criterion but restrict information to that requested. Unorganized, non-responsive, or excessive irrelevant information will impede our review of your proposal and could adversely affect the score for one or more criteria. Non- responsive proposals will result in disqualification. All questions MUST be answered. CRITERIA WEIGHT MAXIMUM POINTS WEIGHTED TOTAL 1. Strength of Project Team 3.5 10 35 2. Project Approach 3.5 10 35 3. Fee Structure/Price Schedule 3 10 30 TOTAL 100 3.6.3. Criterion 1: Strength of Project Team (of proposing firm and sub-consultants) 3.6.3.1. Provide at least five (5) client references with name of contact, telephone number(s) and summary of architectural and/or engineering work provided. Client references should not include employees of the State of Vermont. 3.6.3.1.1. All sub-consultants shall also meet experience requirement in respective field and provide three (3) client references for each sub-consultant. 3.6.3.2. Provide a list of comparable projects performed during the past five (5) years and describe nature and scope of design for each project. Include start and end dates for the projects; it is acceptable that two of the projects be in the construction phase; however, the remaining three should be completed projects. 3.6.3.2.1. All sub-consultants shall also meet this requirement. DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 Revised: July 28, 2022 Page 7 of 10 3.6.3.3. Has the team worked together in the past five years on projects that are similar in size, type and complexity? If so, provide a list of the projects, cost, completion date, and team members, who worked on those projects using the template provided entitled “Project Team Collaboration Chart.” 3.6.3.4. Who will take the lead for the project? What makes this individual qualified to lead? 3.6.3.5. Who will represent the team in the field? 3.6.4. Criterion 2: Project Approach 3.6.4.1. Identify how you will approach this project from Programming through Construction Administration. 3.6.4.2. Demonstrate that the firm and their team have a solid understanding of the technical aspects of the project. 3.6.4.3. Demonstrate that your firm has sufficient staff to perform in a timely manner and is able to make the necessary time commitment required to produce drawings and documents to meet the schedule. 3.6.4.3.1. Provide a detailed evaluation of the proposed schedule (e.g., will this schedule present a challenge? Can the schedule be shortened?). Provide a revised schedule based on your proposed changes. 3.6.4.4. Identify any difficulties that might be expected and how you will address those difficulties. 3.6.5. Criterion 3: Fee Structure/Price Schedule: 3.6.5.1. Are the parts and the sum on the Price Schedule reasonable and competitive based on the information submitted under Project Approach? 3.6.5.2. The firm should provide a breakdown of total estimated staff hours and costs for each phase of the project, from programming through construction administration, using the template provided entitled “Design Team Hours and Fee Per Phase.” Hourly rates for each team member, including sub-consultants, should also be included. 3.6.5.3. The firm should indicate any additional tasks that could be required and their estimated costs. The firm should also itemize anticipated reimbursable expenses associated with these tasks and itemize their unit cost. All unit costs shall be fully burdened; no additional percentages or multipliers may be added. 3.6.5.4. Are the hourly rates and expenses itemized for additional services reasonable, complete, and clear? IMPORTANT NOTE: Criterion 3 is being evaluated based on “value”, It is important that all requested information, i.e., rates, hours, etc., be provided. Failure to provide the detailed required information may result in a lower evaluation of the fee and could or may result in the disqualification of the proposal. 3.7. CONTRACT NEGOTIATION: Upon completion of the evaluation process, the State may select one or more bidders with which to negotiate a contract, based on the evaluation findings and other criteria deemed relevant for ensuring that the decision made is in the best interest of the State. In the event State is not successful in negotiating a contract with a selected bidder, the State reserves the option of negotiating with another bidder, or to end the proposal process entirely. 3.8. COST OF PREPARATION: Bidder shall be solely responsible for all expenses incurred in the preparation of a response to this RFP and shall be responsible for all expenses associated with any presentations or demonstrations associated with this request and/or any proposals made. 3.9. CONTRACT TERMS: The selected bidder(s) will be expected to sign a contract with the State, including the Standard Contract Form and Attachment C and Attachment D as attached to this RFP for reference. DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 Revised: July 28, 2022 Page 8 of 10 The contract will obligate the bidder to provide the services and/or products identified in its bid, at the prices listed. 3.9.1. Business Registration. To be awarded a contract by the State of Vermont a bidder (except an individual doing business in his/her own name) must be registered with the Vermont Secretary of State’s office https://sos.vermont.gov/corporations/registration/ and must obtain a Contractor’s Business Account Number issued by the Vermont Department of Taxes http://tax.vermont.gov/ . 3.9.2. The contract will obligate the bidder to provide the services and/or products identified in its bid, at the prices listed. 3.9.3. Payment Terms. Percentage discounts may be offered for prompt payments of invoices; however, such discounts must be in effect for a period of 30 days or more in order to be considered in making awards. 3.9.4. Quality. If applicable, all products provided under a contract with the State will be new and unused, unless otherwise stated. Factory seconds or remanufactured products will not be accepted unless specifically requested by the purchasing agency. All products provided by the contractor must meet all federal, state, and local standards for quality and safety requirements. Products not meeting these standards will be deemed unacceptable and returned to the contractor for credit at no charge to the State. 4. CONTENT AND FORMAT OF RESPONSES: The content and format requirements listed below are the minimum requirements for State evaluation. These requirements are not intended to limit the content of a Bidder’s proposal. Bidders may include additional information or offer alternative solutions for the State’s consideration. However, the State discourages overly lengthy and costly proposals, and Bidders are advised to include only such information in their response as may be relevant to the requirements of this RFP. 4.1. The bid should include a Cover Letter and Technical Response and Price Schedule. 4.2. COVER LETTER: 4.2.1. Confidentiality. To the extent your bid contains information you consider to be proprietary and confidential, you must comply with the following requirements concerning the contents of your cover letter and the submission of a redacted copy of your bid (or affected portions thereof). 4.2.2. All responses to this RFP will become part of the contract file and will become a matter of public record under the State’s Public Records Act, 1 V.S.A. § 315 et seq. (the “Public Records Act”). If your response must include material that you consider to be proprietary and confidential under the Public Records Act, your cover letter must clearly identify each page or section of your response that you consider proprietary and confidential. Your cover letter must also include a written explanation for each marked section explaining why such material should be considered exempt from public disclosure in the event of a public records request, pursuant to 1 V.S.A. § 317(c), including the prospective harm to the competitive position of the bidder if the identified material were to be released. Additionally, you must include a redacted copy of your response for portions that are considered proprietary and confidential. Redactions must be limited so that the reviewer may understand the nature of the information being withheld. It is typically inappropriate to redact entire pages, or to redact the titles/captions of tables and figures. Under no circumstances may your entire response be marked confidential, and the State reserves the right to disqualify responses so marked. 4.2.3. Exceptions to Contract Terms and Conditions. If a Bidder wishes to propose an exception to any terms and conditions set forth in the Standard Contract Form and its attachments, such exceptions must be included in the cover letter to the RFP response. Failure to note exceptions when responding to the RFP will be deemed to be acceptance of the State contract terms and conditions. If exceptions are not noted in the response to this RFP but raised during contract negotiations, the State reserves the right to cancel the negotiation if deemed to be in the best interests of the State. Note that exceptions to contract terms may cause rejection of the proposal. 4.3. TECHNICAL RESPONSE. In response to this RFP, a Bidder shall: 4.3.1. Provide details concerning your form of business organization, company size and resources. DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 https://sos.vermont.gov/corporations/registration/ http://tax.vermont.gov/ Revised: July 28, 2022 Page 9 of 10 4.3.2. Describe your capabilities and particular experience relevant to the RFP requirements. 4.3.2.1. Identify all current or past State projects. 4.3.3. Identify the names of all subcontractors you intend to use, the portions of the work the subcontractors will perform, and address the background and experience of the subcontractor(s), as per RFP section 4.3.2 above. 4.4. REFERENCES. Provide the names, addresses, and phone numbers of at least three companies with whom you have transacted similar business in the last 12 months. You must include contact names who can talk knowledgeably about performance. 4.5. REPORTING REQUIREMENTS: Provide a sample of any reporting documentation that may be applicable to the Detailed Requirements of this RFP. 4.6. PRICE SCHEDULE: Bidders shall submit their pricing information in the Price Schedule attached to the RFP. 4.7. CERTIFICATE OF COMPLIANCE: This form must be completed and submitted as part of the response for the proposal to be considered valid. 5. SUBMISSION INSTRUCTIONS: 5.1. CLOSING DATE: Bids must be received by the State by the due date specified on the front page of this RFP. Late bids will not be considered. 5.1.1. The State may, for cause, issue an addendum to change the date and/or time when bids are due. If a change is made, the State will inform all bidders by posting at the webpage indicated on the front page of this RFP. 5.1.2. There will not be a public bid opening. However, the State will record the name, city and state for any and all bids received by the due date. This information will be posted as promptly as possible following the due date online at: https://bgs.vermont.gov/content/opc-bid-tabulation-sheets-0. Bidders are hereby notified to review the information posted after the bid opening deadline to confirm receipt of bid by the State. Any bidder that submitted a bid, and is not listed on the bid tabulation sheet, shall promptly notify the State Contact listed on the front page of this RFP. Should a bidder fail to notify the State Contact listed on the front page of this RFP within two weeks of posting the bid tabulation sheet, the State shall not be required to consider the bid. 5.2. BID DELIVERY INSTRUCTIONS: 5.2.1. ELECTRONIC: Electronic bids will be accepted. 5.2.1.1. E-MAIL BIDS. Emailed bids will be accepted. Bids will be accepted via email submission to BGS.VTBids@vermont.gov. Bids must consist of a single email with a single, digitally searchable PDF attachment containing all components of the bid. Multiple emails and/or multiple attachments will not be accepted. There is an attachment size limit of 40 MB. It is the Bidder’s responsibility to compress the PDF file containing its bid, if necessary, in order to meet this size limitation. 5.2.1.2. FAX BIDS. Faxed bids will not be accepted. 5.2.1.3. PAPER FORMAT BIDS: Paper format bids will not be accepted. 6. BID SUBMISSION CHECKLIST: ✓ Cover Letter ✓ Qualifications and Financial Information for Criteria in RFP DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 https://bgs.vermont.gov/content/opc-bid-tabulation-sheets-0 mailto:BGS.VTBids@vermont.gov Revised: July 28, 2022 Page 10 of 10 ✓ Completed Project Team Collaboration Chart ✓ Completed Design Team Hours & Fee Per Phase ✓ Hourly Rate Sheet ✓ Reimbursables Cost Schedule ✓ Signed and Completed Certificate of Compliance ✓ Signed and Completed Price Schedule 7. ATTACHMENTS: 7.1. Attachment C: Standard State Contract Provisions (December 15, 2017) 7.2. Certificate of Compliance 7.3. Price Schedule 7.4. Plans: 7.4.1. Thornton Tomasetti Condition Assessment 7.5. Sample Architect and Engineer State of Vermont Contract 7.6. Project Team Collaboration Chart 7.7. Design Team Hours and Fee Per Phase 7.8. Attachment D: Standard State Provisions, Architect/Engineer Professional Service Agreement 7.9. Buildings and General Services Design Guidelines (Please use the following link): https://bgs.vermont.gov/dnc/design_guidelines DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 https://bgs.vermont.gov/dnc/design_guidelines Attachment C - Page 1 of 5 ATTACHMENT C: STANDARD STATE PROVISIONS FOR CONTRACTS AND GRANTS REVISED DECEMBER 15, 2017 1. Definitions: For purposes of this Attachment, “Party” shall mean the Contractor, Grantee or Subrecipient, with whom the State of Vermont is executing this Agreement and consistent with the form of the Agreement. “Agreement” shall mean the specific contract or grant to which this form is attached. 2. Entire Agreement: This Agreement, whether in the form of a contract, State-funded grant, or Federally-funded grant, represents the entire agreement between the parties on the subject matter. All prior agreements, representations, statements, negotiations, and understandings shall have no effect. 3. Governing Law, Jurisdiction and Venue; No Waiver of Jury Trial: This Agreement will be governed by the laws of the State of Vermont. Any action or proceeding brought by either the State or the Party in connection with this Agreement shall be brought and enforced in the Superior Court of the State of Vermont, Civil Division, Washington Unit. The Party irrevocably submits to the jurisdiction of this court for any action or proceeding regarding this Agreement. The Party agrees that it must first exhaust any applicable administrative remedies with respect to any cause of action that it may have against the State with regard to its performance under this Agreement. Party agrees that the State shall not be required to submit to binding arbitration or waive its right to a jury trial. 4. Sovereign Immunity: The State reserves all immunities, defenses, rights or actions arising out of the State’s sovereign status or under the Eleventh Amendment to the United States Constitution. No waiver of the State’s immunities, defenses, rights or actions shall be implied or otherwise deemed to exist by reason of the State’s entry into this Agreement. 5. No Employee Benefits For Party: The Party understands that the State will not provide any individual retirement benefits, group life insurance, group health and dental insurance, vacation or sick leave, workers compensation or other benefits or services available to State employees, nor will the State withhold any state or Federal taxes except as required under applicable tax laws, which shall be determined in advance of execution of the Agreement. The Party understands that all tax returns required by the Internal Revenue Code and the State of Vermont, including but not limited to income, withholding, sales and use, and rooms and meals, must be filed by the Party, and information as to Agreement income will be provided by the State of Vermont to the Internal Revenue Service and the Vermont Department of Taxes. 6. Independence: The Party will act in an independent capacity and not as officers or employees of the State. 7. Defense and Indemnity: The Party shall defend the State and its officers and employees against all third party claims or suits arising in whole or in part from any act or omission of the Party or of any agent of the Party in connection with the performance of this Agreement. The State shall notify the Party in the event of any such claim or suit, and the Party shall immediately retain counsel and otherwise provide a complete defense against the entire claim or suit. The State retains the right to participate at its own expense in the defense of any claim. The State shall have the right to approve all proposed settlements of such claims or suits. After a final judgment or settlement, the Party may request recoupment of specific defense costs and may file suit in Washington Superior Court requesting recoupment. The Party shall be entitled to recoup costs only upon a showing that such costs were entirely unrelated to the defense of any claim arising from an act or omission of the Party in connection with the performance of this Agreement. The Party shall indemnify the State and its officers and employees if the State, its officers or employees become legally obligated to pay any damages or losses arising from any act or omission of the Party or an agent of the Party in connection with the performance of this Agreement. Notwithstanding any contrary language anywhere, in no event shall the terms of this Agreement or any document furnished by the Party in connection with its performance under this Agreement obligate the State to (1) defend or indemnify the Party or any third party, or (2) otherwise be liable for the expenses or reimbursement, including attorneys’ fees, collection costs or other costs of the Party or any third party. 8. Insurance: Before commencing work on this Agreement the Party must provide certificates of insurance to show that the following minimum coverages are in effect. It is the responsibility of the Party to maintain current certificates of insurance on file with the State through the term of this Agreement. No warranty is made that the coverages and limits listed DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 Attachment C - Page 2 of 5 herein are adequate to cover and protect the interests of the Party for the Party’s operations. These are solely minimums that have been established to protect the interests of the State. Workers Compensation: With respect to all operations performed, the Party shall carry workers’ compensation insurance in accordance with the laws of the State of Vermont. Vermont will accept an out-of-state employer's workers’ compensation coverage while operating in Vermont provided that the insurance carrier is licensed to write insurance in Vermont and an amendatory endorsement is added to the policy adding Vermont for coverage purposes. Otherwise, the party shall secure a Vermont workers’ compensation policy, if necessary to comply with Vermont law. General Liability and Property Damage: With respect to all operations performed under this Agreement, the Party shall carry general liability insurance having all major divisions of coverage including, but not limited to: Premises - Operations Products and Completed Operations Personal Injury Liability Contractual Liability The policy shall be on an occurrence form and limits shall not be less than: $1,000,000 Each Occurrence $2,000,000 General Aggregate $1,000,000 Products/Completed Operations Aggregate $1,000,000 Personal & Advertising Injury Automotive Liability: The Party shall carry automotive liability insurance covering all motor vehicles, including hired and non-owned coverage, used in connection with the Agreement. Limits of coverage shall not be less than $500,000 combined single limit. If performance of this Agreement involves construction, or the transport of persons or hazardous materials, limits of coverage shall not be less than $1,000,000 combined single limit. Additional Insured. The General Liability and Property Damage coverages required for performance of this Agreement shall include the State of Vermont and its agencies, departments, officers and employees as Additional Insureds. If performance of this Agreement involves construction, or the transport of persons or hazardous materials, then the required Automotive Liability coverage shall include the State of Vermont and its agencies, departments, officers and employees as Additional Insureds. Coverage shall be primary and non-contributory with any other insurance and self-insurance. Notice of Cancellation or Change. There shall be no cancellation, change, potential exhaustion of aggregate limits or non- renewal of insurance coverage(s) without thirty (30) days written prior written notice to the State. 9. Reliance by the State on Representations: All payments by the State under this Agreement will be made in reliance upon the accuracy of all representations made by the Party in accordance with this Agreement, including but not limited to bills, invoices, progress reports and other proofs of work. 10. False Claims Act: The Party acknowledges that it is subject to the Vermont False Claims Act as set forth in 32 V.S.A. § 630 et seq. If the Party violates the Vermont False Claims Act it shall be liable to the State for civil penalties, treble damages and the costs of the investigation and prosecution of such violation, including attorney’s fees, except as the same may be reduced by a court of competent jurisdiction. The Party’s liability to the State under the False Claims Act shall not be limited notwithstanding any agreement of the State to otherwise limit Party’s liability. 11. Whistleblower Protections: The Party shall not discriminate or retaliate against one of its employees or agents for disclosing information concerning a violation of law, fraud, waste, abuse of authority or acts threatening health or safety, including but not limited to allegations concerning the False Claims Act. Further, the Party shall not require such employees or agents to forego monetary awards as a result of such disclosures, nor should they be required to report misconduct to the Party or its agents prior to reporting to any governmental entity and/or the public. 12. Location of State Data: No State data received, obtained, or generated by the Party in connection with performance under this Agreement shall be processed, transmitted, stored, or transferred by any means outside the continental United States, except with the express written permission of the State. 13. Records Available for Audit: The Party shall maintain all records pertaining to performance under this agreement. “Records” means any written or recorded information, regardless of physical form or characteristics, which is produced or DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 Attachment C - Page 3 of 5 acquired by the Party in the performance of this agreement. Records produced or acquired in a machine readable electronic format shall be maintained in that format. The records described shall be made available at reasonable times during the period of the Agreement and for three years thereafter or for any period required by law for inspection by any authorized representatives of the State or Federal Government. If any litigation, claim, or audit is started before the expiration of the three-year period, the records shall be retained until all litigation, claims or audit findings involving the records have been resolved. 14. Fair Employment Practices and Americans with Disabilities Act: Party agrees to comply with the requirement of 21 V.S.A. Chapter 5, Subchapter 6, relating to fair employment practices, to the full extent applicable. Party shall also ensure, to the full extent required by the Americans with Disabilities Act of 1990, as amended, that qualified individuals with disabilities receive equitable access to the services, programs, and activities provided by the Party under this Agreement. 15. Set Off: The State may set off any sums which the Party owes the State against any sums due the Party under this Agreement; provided, however, that any set off of amounts due the State of Vermont as taxes shall be in accordance with the procedures more specifically provided hereinafter. 16. Taxes Due to the State: A. Party understands and acknowledges responsibility, if applicable, for compliance with State tax laws, including income tax withholding for employees performing services within the State, payment of use tax on property used within the State, corporate and/or personal income tax on income earned within the State. B. Party certifies under the pains and penalties of perjury that, as of the date this Agreement is signed, the Party is in good standing with respect to, or in full compliance with, a plan to pay any and all taxes due the State of Vermont. C. Party understands that final payment under this Agreement may be withheld if the Commissioner of Taxes determines that the Party is not in good standing with respect to or in full compliance with a plan to pay any and all taxes due to the State of Vermont. D. Party also understands the State may set off taxes (and related penalties, interest and fees) due to the State of Vermont, but only if the Party has failed to make an appeal within the time allowed by law, or an appeal has been taken and finally determined and the Party has no further legal recourse to contest the amounts due. 17. Taxation of Purchases: All State purchases must be invoiced tax free. An exemption certificate will be furnished upon request with respect to otherwise taxable items. 18. Child Support: (Only applicable if the Party is a natural person, not a corporation or partnership.) Party states that, as of the date this Agreement is signed, he/she: A. is not under any obligation to pay child support; or B. is under such an obligation and is in good standing with respect to that obligation; or C. has agreed to a payment plan with the Vermont Office of Child Support Services and is in full compliance with that plan. Party makes this statement with regard to support owed to any and all children residing in Vermont. In addition, if the Party is a resident of Vermont, Party makes this statement with regard to support owed to any and all children residing in any other state or territory of the United States. 19. Sub-Agreements: Party shall not assign, subcontract or subgrant the performance of this Agreement or any portion thereof to any other Party without the prior written approval of the State. Party shall be responsible and liable to the State for all acts or omissions of subcontractors and any other person performing work under this Agreement pursuant to an agreement with Party or any subcontractor. In the case this Agreement is a contract with a total cost in excess of $250,000, the Party shall provide to the State a list of all proposed subcontractors and subcontractors’ subcontractors, together with the identity of those subcontractors’ workers compensation insurance providers, and additional required or requested information, as applicable, in accordance with Section 32 of The Vermont Recovery and Reinvestment Act of 2009 (Act No. 54). Party shall include the following provisions of this Attachment C in all subcontracts for work performed solely for the State of Vermont and subcontracts for work performed in the State of Vermont: Section 10 (“False Claims Act”); Section 11 (“Whistleblower Protections”); Section 12 (“Location of State Data”); Section 14 (“Fair Employment Practices and DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 Attachment C - Page 4 of 5 Americans with Disabilities Act”); Section 16 (“Taxes Due the State”); Section 18 (“Child Support”); Section 20 (“No Gifts or Gratuities”); Section 22 (“Certification Regarding Debarment”); Section 30 (“State Facilities”); and Section 32.A (“Certification Regarding Use of State Funds”). 20. No Gifts or Gratuities: Party shall not give title or possession of anything of substantial value (including property, currency, travel and/or education programs) to any officer or employee of the State during the term of this Agreement. 21. Copies: Party shall use reasonable best efforts to ensure that all written reports prepared under this Agreement are printed using both sides of the paper. 22. Certification Regarding Debarment: Party certifies under pains and penalties of perjury that, as of the date that this Agreement is signed, neither Party nor Party’s principals (officers, directors, owners, or partners) are presently debarred, suspended, proposed for debarment, declared ineligible or excluded from participation in Federal programs, or programs supported in whole or in part by Federal funds. Party further certifies under pains and penalties of perjury that, as of the date that this Agreement is signed, Party is not presently debarred, suspended, nor named on the State’s debarment list at: http://bgs.vermont.gov/purchasing/debarment 23. Conflict of Interest: Party shall fully disclose, in writing, any conflicts of interest or potential conflicts of interest. 24. Confidentiality: Party acknowledges and agrees that this Agreement and any and all information obtained by the State from the Party in connection with this Agreement are subject to the State of Vermont Access to Public Records Act, 1 V.S.A. § 315 et seq. 25. Force Majeure: Neither the State nor the Party shall be liable to the other for any failure or delay of performance of any obligations under this Agreement to the extent such failure or delay shall have been wholly or principally caused by acts or events beyond its reasonable control rendering performance illegal or impossible (excluding strikes or lock-outs) (“Force Majeure”). Where Force Majeure is asserted, the nonperforming party must prove that it made all reasonable efforts to remove, eliminate or minimize such cause of delay or damages, diligently pursued performance of its obligations under this Agreement, substantially fulfilled all non-excused obligations, and timely notified the other party of the likelihood or actual occurrence of an event described in this paragraph. 26. Marketing: Party shall not refer to the State in any publicity materials, information pamphlets, press releases, research reports, advertising, sales promotions, trade shows, or marketing materials or similar communications to third parties except with the prior written consent of the State. 27. Termination: A. Non-Appropriation: If this Agreement extends into more than one fiscal year of the State (July 1 to June 30), and if appropriations are insufficient to support this Agreement, the State may cancel at the end of the fiscal year, or otherwise upon the expiration of existing appropriation authority. In the case that this Agreement is a Grant that is funded in whole or in part by Federal funds, and in the event Federal funds become unavailable or reduced, the State may suspend or cancel this Grant immediately, and the State shall have no obligation to pay Subrecipient from State revenues. B. Termination for Cause: Either party may terminate this Agreement if a party materially breaches its obligations under this Agreement, and such breach is not cured within thirty (30) days after delivery of the non-breaching party’s notice or such longer time as the non-breaching party may specify in the notice. C. Termination Assistance: Upon nearing the end of the final term or termination of this Agreement, without respect to cause, the Party shall take all reasonable and prudent measures to facilitate any transition required by the State. All State property, tangible and intangible, shall be returned to the State upon demand at no additional cost to the State in a format acceptable to the State. 28. Continuity of Performance: In the event of a dispute between the Party and the State, each party will continue to perform its obligations under this Agreement during the resolution of the dispute until this Agreement is terminated in accordance with its terms. DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 Attachment C - Page 5 of 5 29. No Implied Waiver of Remedies: Either party’s delay or failure to exercise any right, power or remedy under this Agreement shall not impair any such right, power or remedy, or be construed as a waiver of any such right, power or remedy. All waivers must be in writing. 30. State Facilities: If the State makes space available to the Party in any State facility during the term of this Agreement for purposes of the Party’s performance under this Agreement, the Party shall only use the space in accordance with all policies and procedures governing access to and use of State facilities which shall be made available upon request. State facilities will be made available to Party on an “AS IS, WHERE IS” basis, with no warranties whatsoever. 31. Requirements Pertaining Only to Federal Grants and Subrecipient Agreements: If this Agreement is a grant that is funded in whole or in part by Federal funds: A. Requirement to Have a Single Audit: The Subrecipient will complete the Subrecipient Annual Report annually within 45 days after its fiscal year end, informing the State of Vermont whether or not a Single Audit is required for the prior fiscal year. If a Single Audit is required, the Subrecipient will submit a copy of the audit report to the granting Party within 9 months. If a single audit is not required, only the Subrecipient Annual Report is required. For fiscal years ending before December 25, 2015, a Single Audit is required if the subrecipient expends $500,000 or more in Federal assistance during its fiscal year and must be conducted in accordance with OMB Circular A- 133. For fiscal years ending on or after December 25, 2015, a Single Audit is required if the subrecipient expends $750,000 or more in Federal assistance during its fiscal year and must be conducted in accordance with 2 CFR Chapter I, Chapter II, Part 200, Subpart F. The Subrecipient Annual Report is required to be submitted within 45 days, whether or not a Single Audit is required. B. Internal Controls: In accordance with 2 CFR Part II, §200.303, the Party must establish and maintain effective internal control over the Federal award to provide reasonable assurance that the Party is managing the Federal award in compliance with Federal statutes, regulations, and the terms and conditions of the award. These internal controls should be in compliance with guidance in “Standards for Internal Control in the Federal Government” issued by the Comptroller General of the United States and the “Internal Control Integrated Framework”, issued by the Committee of Sponsoring Organizations of the Treadway Commission (COSO). C. Mandatory Disclosures: In accordance with 2 CFR Part II, §200.113, Party must disclose, in a timely manner, in writing to the State, all violations of Federal criminal law involving fraud, bribery, or gratuity violations potentially affecting the Federal award. Failure to make required disclosures may result in the imposition of sanctions which may include disallowance of costs incurred, withholding of payments, termination of the Agreement, suspension/debarment, etc. 32. Requirements Pertaining Only to State-Funded Grants: A. Certification Regarding Use of State Funds: If Party is an employer and this Agreement is a State-funded grant in excess of $1,001, Party certifies that none of these State funds will be used to interfere with or restrain the exercise of Party’s employee’s rights with respect to unionization. B. Good Standing Certification (Act 154 of 2016): If this Agreement is a State-funded grant, Party hereby represents: (i) that it has signed and provided to the State the form prescribed by the Secretary of Administration for purposes of certifying that it is in good standing (as provided in Section 13(a)(2) of Act 154) with the Agency of Natural Resources and the Agency of Agriculture, Food and Markets, or otherwise explaining the circumstances surrounding the inability to so certify, and (ii) that it will comply with the requirements stated therein. (End of Standard Provisions) DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 Rutland Multimodal Transit Center Garage Repairs,102 West Street, Rutland, VT DATE: ____________________ Page 1 of 3 CERTIFICATE OF COMPLIANCE For a bid to be considered valid, this form must be completed in its entirety, executed by a duly authorized representative of the bidder, and submitted as part of the response to the proposal. A. NON-COLLUSION: Bidder hereby certifies that the prices quoted have been arrived at without collusion and that no prior information concerning these prices has been received from or given to a competitive company. If there is sufficient evidence to warrant investigation of the bid/contract process by the Office of the Attorney General, bidder understands that this paragraph might be used as a basis for litigation. B. CONTRACT TERMS: Bidder hereby acknowledges that he has read, understands and agrees to the terms of this RFP, including Attachment C: Standard State Contract Provisions, and any other contract attachments included with this RFP. C. WORKER CLASSIFICATION COMPLIANCE REQUIREMENT: In accordance with Section 32 of The Vermont Recovery and Reinvestment Act of 2009 (Act No. 54), the following provisions and requirements apply to Bidder when the amount of its bid exceeds $250,000.00. Self-Reporting. Bidder hereby self-reports the following information relating to past violations, convictions, suspensions, and any other information related to past performance relative to coding and classification of workers, that occurred in the previous 12 months. Summary of Detailed Information Date of Notification Outcome Subcontractor Reporting. Bidder hereby acknowledges and agrees that if it is a successful bidder, prior to execution of any contract resulting from this RFP, Bidder will provide to the State a list of all proposed subcontractors and subcontractors’ subcontractors, together with the identity of those subcontractors’ workers compensation insurance providers, and additional required or requested information, as applicable, in accordance with Section 32 of The Vermont Recovery and Reinvestment Act of 2009 (Act No. 54), and Bidder will provide any update of such list to the State as additional subcontractors are hired. Bidder further acknowledges and agrees that the failure to submit subcontractor reporting in accordance with Section 32 of The Vermont Recovery and Reinvestment Act of 2009 (Act No. 54) will constitute non-compliance and may result in cancellation of contract and/or restriction from bidding on future state contracts. DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 Rutland Multimodal Transit Center Garage Repairs,102 West Street, Rutland, VT DATE: ____________________ Page 2 of 3 D. Executive Order 05 – 16: Climate Change Considerations in State Procurements Certification Bidder certifies to the following (Bidder may attach any desired explanation or substantiation. Please also note that Bidder may be asked to provide documentation for any applicable claims.): 1. Bidder owns, leases or utilizes, for business purposes, space that has received: ❑ Energy Star® Certification ❑ LEED®, Green Globes®, or Living Buildings ChallengeSM Certification ❑ Other internationally recognized building certification: 2. Bidder has received incentives or rebates from an Energy Efficiency Utility or Energy Efficiency Program in the last five years for energy efficient improvements made at bidder’s place of business. Please explain: 3. Please Check all that apply: ❑ Bidder can claim on-site renewable power or anaerobic-digester power (“cow-power”). Or bidder consumes renewable electricity through voluntary purchase or offset, provided no such claimed power can be double claimed by another party. ❑ Bidder uses renewable biomass or biofuel for the purposes of thermal (heat) energy at its place of business. ❑ Bidder’s heating system has modern, high-efficiency units (boilers, furnaces, stoves, etc.), having reduced emissions of particulate matter and other air pollutants. ❑ Bidder tracks its energy consumption and harmful greenhouse gas emissions. What tool is used to do this? _____________________ ❑ Bidder promotes the use of plug-in electric vehicles by providing electric vehicle charging, electric fleet vehicles, preferred parking, designated parking, purchase, or lease incentives, etc. ❑ Bidder offers employees an option for a fossil fuel divestment retirement account. ❑ Bidder offers products or services that reduce waste, conserve water, or promote energy efficiency and conservation. Please explain: 4. Please list any additional practices that promote clean energy and take action to address climate change: DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 Rutland Multimodal Transit Center Garage Repairs,102 West Street, Rutland, VT DATE: ____________________ Page 3 of 3 E. Executive Order 02 – 22: Solidarity with the Ukrainian People ❑ By checking this box, Bidder certifies that none of the goods, products, or materials offered in response to this solicitation are Russian-sourced goods or produced by Russian entities. If Bidder is unable to check the box, it shall indicate in the table below which of the applicable offerings are Russian-sourced goods and/or which are produced by Russian entities. An additional column is provided for any note or comment that you may have. Provided Equipment or Product Note or Comment F. Acknowledge receipt of the following Addenda: Addendum No.: Dated: Addendum No.: Dated: Addendum No.: Dated: Bidder Name: Contact Name: Address: Fax Number: Telephone: E-Mail: By: Name: Signature of Bidder (or Representative) (Type or Print) END OF CERTIFICATE OF COMPLIANCE DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 Rutland Multimodal Transit Center Garage Repairs,102 West Street, Rutland, VT DATE: ____________________ Page 1 of 1 Price Schedule The undersigned proposes to provide Architectural and Engineering Services for the Rutland Multimodal Transit Center Parking Garage Repairs,102 West Street, Rutland, VT, in accordance with the requirements of this Request for Proposal. It is the Bidder’s responsibility to thoroughly read and comply with all instructions and requirements of this bid solicitation. A. Complete the attached table in accordance with requirements identified in this RFP. Deliverable No. Description Price Percentage Delivery Date 1 Programming N/A 2 Schematic Design $ 3 Design Development $ 4 Construction Documents $ 5 Bidding or Negotiation $ 6 Construction Administration (including 1-year warranty) $ 7 Commissioning (if being provided by Contractor) N/A 8 Submittal Exchange for Design & Construction $ 9 Reimbursable Expenses $ 10 Total Project Cost $ C. Provide your firm’s Hourly Rate Sheet and Reimbursables Cost Schedule. D. Provide the following information: 1. Multiplier for additional services of professional consultants __________ times amount billed to the Architect/Engineer for such additional services. 2. Multiplier for additional services of professional sub-consultants __________ times amount billed to the Architect/Engineer for such additional services. Name of Bidder: Contact Name: By: Name: SIGNATURE DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 75 York Street #3, Portland, ME 04101-4670 | T +1.207.879.1838 | F +1.207.879.1822 www.ThorntonTomasetti.com CONDITION ASSESSMENT RUTLAND MULTI MODAL PARKING GARAGE RUTLAND, VERMONT APRIL 8, 2020 Prepared for: State of Vermont Building and Ground Services 2 Governor Aiken Ave Montpelier, VT DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 Rutland Multi Modal Parking Garage Condition Assessment Report Page 2 of 34 TABLE OF CONTENTS 1 - EXECUTIVE SUMMARY ...................................................................................... p. 3 2 - DESCRIPTION OF STRUCTURE ........................................................................... p. 5 3 - DOCUMENT REVIEW ......................................................................................... p. 8 4 - FIELD INVESTIGATION – STRUCTURAL 4.1 Precast Concrete Double Tees ................................................................ p. 9 4.2 Inverted Tee Beam and Precast Planks .................................................. p. 13 4.3 Spandrel Beam ........................................................................................ p. 14 4.4 Columns ................................................................................................... p. 15 4.5 Wall Panels .............................................................................................. p. 16 4.6 Exposed Connections ........................................................................p. 16 4.7 Cast-In-Place Foundations ...................................................................... p. 17 4.8 Barriers .................................................................................................... p. 17 4.9 Stair Towers............................................................................................. p. 18 4.10 Exterior Façade........................................................................................ p. 19 4.11 Signage and Wayfinding ......................................................................... p. 20 4.12 Snow Removal ......................................................................................... p. 21 4.13 Patron Security ........................................................................................ p. 21 4.14 Maintenance ........................................................................................... p. 22 4.15 Traffic Membrane ................................................................................... p. 22 4.16 Miscellaneous ......................................................................................... p. 23 5 - FIELD INVESTIGATION – MECHANICAL, ELECTRICAL, PLUMBING, FIRE PROTECTION 5.1 Mechanical Systems ................................................................................ p. 24 5.2 Sprinkler Systems .................................................................................... p. 27 5.3 Domestic Water Plumbing System ......................................................... p. 28 5.4 Storm Drainage System .......................................................................... p. 28 5.5 Sanitary Waste and Vent Piping System ................................................ p. 29 5.6 Electrical System ..................................................................................... p. 29 6 - FINDINGS AND REPAIR RECOMMENDATIONS ................................................. p. 32 7 - OPINION OF PROBABLE COSTS ......................................................................... p. 34 8 - CLOSING ............................................................................................................ P. 34 APPENDICES APPENDIX A – OPINION OF PROBABLE COST DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 Rutland Multi Modal Parking Garage Condition Assessment Report Page 3 of 34 1 - EXECUTIVE SUMMARY Thornton Tomasetti (TT) has been retained by the State of Vermont to provide a condition assessment of Rutland Multi Modal Parking Garage. The goal of the assessment is to establish the current condition of the structure and mechanical systems, prioritize repairs, provide an opinion of probable repair costs and prepare a maintenance plan to keep this facility in good condition for the next 20 years. The parking garage consists of four elevated levels with approximately 591 spaces for State employees and visiting patrons. The grade level is primarily dedicated for the regional bus station and some parking spaces for BGS employees. The original design drawings are dated February 14, 1997 and the ‘For Record Drawings’ provided by the contractor are dated October 15, 1999. The structure consists of pretopped precast/prestressed double tee (DT) decks supported on precast/prestressed concrete spandrels, inverted tee beams and columns that were manufactured in a plant, transported to the site and erected. Because these precast concrete components are joined together in the field, the connections and waterproofing of the joints are critical to the long- term performance of the garage. Especially vulnerable are the horizontal joints between adjacent DTs and the joints between spandrels and the ends of the DTs. TT visited the site January 24, 2020 to visually observe the garage. In general, we found the garage to be in good condition with a number of maintenance and repairs items that need to be addressed to ensure the long-term durability and integrity of the garage. The DTs serve as the driving surface for the vehicular traffic. Protecting the concrete is important to maintaining the integrity and extending the service life of the parking structure. When the surface deteriorates, water, chlorides and other elements can infiltrate the concrete and result in corrosion of the embedded reinforcement and connections. Proper maintenance of the parking deck and joint sealants help to decrease these effects. Providing a consistent, uniform and sound concrete deck with adequate drainage will help reduce moisture and chloride infiltration into the concrete. During our visit we noted multiple repairs have been completed in the garage. To our knowledge there have been no previous assessments or phased repair programs completed previously. As part of a comprehensive plan for the parking garage we recommend the following repair priorities: High Priority Repairs: We recommend that these items be completed in the near future to address the critical structural supporting elements and life safety concerns. ▪ Knockdown all loose overhead spalls. ▪ Repair cracked/spalled DT Stems. ▪ Grind DT-DT joint tripping hazards. ▪ Spandrel connection repair at south Stair/Elevator tower sky bridge. ▪ Repair cracked/spalled precast beam at vehicle entrance/exit ramp. ▪ Repair tripping hazards at severely deteriorated CIP wash. ▪ Repair tripping hazards at CIP topping at top of entrance/exit ramp. ▪ Replace deteriorated joint sealant at locations with severe leaking. ▪ South tower elevator pit electrical replacement. ▪ Ground level exterior lighting fixture replacement. ▪ South stair tower conduit and wire replacement. DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 Rutland Multi Modal Parking Garage Condition Assessment Report Page 4 of 34 Moderate Priority Repairs: These items are important to prevent further water and chloride infiltration and the acceleration of on-going deterioration and durability issues. We recommend that they be addressed in a reasonable time frame, but less urgent in nature than the items listed above: ▪ Replace all joint sealants following a top to bottom phased approach. ▪ Repair/replace broken DT connections. ▪ Repair spalled DT joint edges. ▪ Epoxy inject cracked DT flanges. Install support steel below to support the DT flange as needed. ▪ Rout and seal precast DT non-structural cracks. ▪ Apply concrete sealer to DT deck surfaces. ▪ Replace CIP wash. ▪ Repair DT lifting loops pockets as required. ▪ Repair/Replace expansion joints. ▪ DT bearing pad replacement. ▪ Re-apply traffic membrane at CIP toppings. ▪ Cast-in-place concrete repair at crossovers, entrance/exit ramp over DTs. ▪ Repair overhead spalls. ▪ Repair DT-Spandrel/wall pockets. Clean, prime and repair any exposed connections. ▪ Clear clogged drains. ▪ Replace leaking drains and leaders. ▪ Clean and coat various exposed connections throughout garage. ▪ Sprinkler dry pipe and head replacement. ▪ Clean floor drains and storm leaders, water test. ▪ Fire alarm system replacement. ▪ Replacement of air cooled condenser. ▪ Boiler insulation replacement. ▪ AHU-1 hot water supply insulation replacement. ▪ Outside air intake dampers refurbishment. ▪ Generator exhaust ductwork replacement. ▪ Storm drain body replacement. ▪ Horizontal drain insulation and heat trace. Low Priority Repairs: These items are either cosmetic in nature or not critical to durability of the parking structure. ▪ Clean the façade. ▪ Replace cracked brick at façade panels. ▪ Restripe all deck markings. ▪ Paint stair interiors including walls and steel. ▪ Install tread covers at stair risers. ▪ Clean, prime and paint bollards. ▪ Epoxy inject cracked stair walls. ▪ Replace joint sealants at exterior façade. ▪ Top of spandrel pockets replacement. ▪ Paint pedestrian barriers and replace as needed. DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 Rutland Multi Modal Parking Garage Condition Assessment Report Page 5 of 34 ▪ Paint snow gates. ▪ Paint drain guards. ▪ Public address system speaker enclosure replacements. It is our opinion that the present value of the probable construction cost to perform the repairs identified during our visual review is approximately $3.2 million in Year 1. Included in this probable cost are an assumed 10% contingency and a 20% contractor mobilization/general conditions cost. A breakdown of the opinion of probable repair costs is presented in Appendix A. This cost does not include the ongoing preventative maintenance program discussed above. In preparation of the Opinion of Probable Costs, the State has requested that all of the work outlined above be combined into a single project cost with the understanding that as of today not all of the elements have hit their useful lifespans (e.g. several areas joint sealants, traffic membrane, expansion joints have several useful years left). We have also provided an annual estimated budget to address miscellaneous maintenance and repair items that might occur in the garage (e.g. plow damage, spall knockdowns, floor drain/line maintenance, paint/coating repairs) in conjunction with repeat repairs that occur every 6-9 years (e.g. traffic membrane recoat, concrete deck repairs, joint sealant replacement) Finally, the long-term success of these repairs will be greatly improved with the implementation of a maintenance plan to protect your investment in the parking structure. This should include: 1. Regular review and cleaning of deck drains and leaders. 2. Bi-annual power-wash of the parking structure decks. 3. Annual joint sealant repair/maintenance budget. 4. Annual review for concrete spalls and delamination’s. 5. Regular assessment updates. 2 – DESCRIPTION OF STRUCTURE The Rutland Multi Modal Parking Garage was constructed in 1998/1999. The 4 elevated levels have parking for approximately 591 passenger vehicles and is bounded by West Street to the North and residential/commercial buildings to the South, East and West. The garage has an entrance off West Street and an exit to the East which connects to Willow Street, both of which are at grade level. An entrance/exit ramp off Willow Street connects to Level 2. The garage consists of three bays, and a ramp at the East bay, with two-way traffic and a row of parking each side of the travel lane. There are two openings in the garage, at each level between grid lines B & C and D & E. At the roof level a steel structure provides a roof over the opening between grid lines B & C. Stair and elevator towers are located at the North, South and West Elevation. All stair/elevator towers are constructed of precast concrete. A regional bus station is located at the grade level of the garage, with a separate bus entrance/exit off West Street from the vehicular entrance. DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 Rutland Multi Modal Parking Garage Condition Assessment Report Page 6 of 34 Figure 1. A plan view of a typical elevated level in the garage is shown in Figure 1. The floor decks are composed of precast double tees (DT), that were fabricated in a plant and shipped to the site. The DTs are supported by inverted-tee beams (IT) at the crossovers of the garage and spandrels at the perimeter of the garage. The beams and spandrels are all supported by precast concrete columns. The DTs span roughly 60 feet and are typically 9 feet wide. The decks are enclosed by precast concrete spandrels and vertical precast panels with embedded brick masonry. Rails and fencing are attached to the top of the precast spandrels as a guardrail. The exterior views of the North, East and West elevations are shown below. Little of the South elevation can be viewed due to the proximity of buildings. See photos S1-S3. DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 Rutland Multi Modal Parking Garage Condition Assessment Report Page 7 of 34 Photo S1. Photo S2. Photo S3. Photos identifying the garages structural elements are shown below. These include the typical perimeter and interior conditions identifying the precast concrete DT, load bearing spandrel, and shear walls. See photo S5. Photo S4 & S6 shows the typical crossover lane identifying the precast concrete inverted-tee beam and DT and precast planks. DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 Rutland Multi Modal Parking Garage Condition Assessment Report Page 8 of 34 Photo S4. Photo S5. Photo S6. 3 – DOCUMENT REVIEW DuBois & King Inc. was the structural engineer of record for the design of the parking garage, office building and foundations. The original drawings indicate the structure was designed to the 1987 edition of the BOCA National Building Code and the 1988 supplement as amended by Vermont Fire Prevention and Building Code 1989. The structure was designed for a vehicle load of 50 pounds per square foot (psf) or 2,000 pound point load (lbs) whichever produces greater stress. The roof level of the garage was designed for an additional 35 psf uniform flat-roof snow load but did not indicate it was designed for snow drift, which is required by the current codes. 4 – FIELD INVESTIGATION TT visited the site on January 24, 2020 to perform a chain drag of the CIP concrete, conduct visual reviews of the parking structure components, façade, electrical and mechanical components of the garage and office/bus station. The roof level could not be observed since snow had not been cleared from a recent storm. A summary of our observations is provided in this section of the assessment. Spelling DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 Rutland Multi Modal Parking Garage Condition Assessment Report Page 9 of 34 4.1 Precast Concrete Double Tees Precast DTs form the driving surface for the parking structure. The DT to DT shear connection detail is not visible, though the connection likely consists a stainless-steel plate with rebar welded to the backside of the plate is embedded into the DT flange. After the DTs were installed, a stainless-steel round bar was field welded to each stainless-steel plate. Sealant installed along the full length of the longitudinal joint protects the steel connections from direct contact with moisture. Current practice in new parking garages is to use stainless steel plates and bars for additional corrosion protection. For this connection to function properly the welds should not extend the full length of the embedded face plate. If this is done it greatly reduces the ductility of the connection and can cause cracking and leaking of the joint. The DT to DT shear connections serve multiple purposes. One is to transfer vertical load from one DT to the adjacent DT as a vehicle drives across the deck. Another is to link adjacent DTs together to form horizontal diaphragms that transfer lateral, wind and seismic, loads to the shear walls and stair walls. At several locations in the garage, overhead spalls have formed at the flanges and stems of the DTs. See photos S7 & S8. The loose overhead spalls pose a hazard to pedestrians and should be knocked down and any exposed reinforcement needs to be cleaned of corrosion and inspected for deterioration. Based on the condition of the reinforcement and size of the spall; concrete repairs may be required. Photo S7. Photo S8. DT Joints Slightly uneven surfaces between the DT flanges on the driving/walking surface were observed at several locations. Over a 1⁄2 inch difference in the surface elevations can create a tripping hazard and the potential for snowplows to catch the edge and spall the concrete. The raised edges should be ground down, so it is flush with the adjacent DT edge. The condition of the joint sealants in the garage is good. While the DT joints were not reviewed during a rain event, it is clear that some of the DT joint sealants have suffered from adhesion failure to the concrete surfaces. Joint sealants were inspected randomly throughout the garage finding many of the locations have become brittle and stiff. The joint sealant is supposed to be flexible to allow movement when the DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 Rutland Multi Modal Parking Garage Condition Assessment Report Page 10 of 34 concrete expands and contracts due to thermal changes and vehicular traffic causing differential movement between DTs. Once the sealant has become brittle/stiff it can easily fail and leave the DT connections susceptible to moisture. Leak staining was observed throughout the garage, indicating locations of previous leaks. Precast joint sealants exposed to UV rays typically have a life span of approximately 7 years and a joint replacement program should be implemented based on this useful life span. The joint sealant replacement should start from the roof level and work down through the garage. When DT joint sealants are replaced, all exposed DT connections should be reviewed, and if necessary, failed welded connections and deteriorated concrete should be repaired. At a few locations in the garage cracks have formed behind the DT-DT flange connections and concrete has begun to deteriorate. These cracks typically lead to leaks behind the joint sealant and embedded plate. There is a significant amount of heat required to weld stainless steel correctly. The heat, if not managed correctly, will expand the embedded connections which results in micro-cracking around the insert. This micro cracking is generally not detected initially. Over time the cracks increase in size and ultimately spall the surrounding concrete. See photo S9. The deteriorated concrete will need to be removed and depending on the extents, the pocket will be formed and filled with sealant or a concrete repair will be required. Photo S9. Photo S10. DT Flanges Cracks within the DTs were sporadic throughout the parking structure and were likely from the original erection or from the fabrication, formwork striping or shipping. Non-structural cracks at the driving surface should be routed and sealed to prevent water infiltration through the flange. Full depth cracks typically observed at the ends and outside of the DT stems should be epoxy injected. See photo S10. Depending on the severity and location of the crack, steel supports may need to be installed below to support the DT flange to prevent potential flange failure. DT Stems Cracking, rust staining and spalling was observed on the bottom of DT stems at a several locations. See photos S11 & S12. The deterioration is located close to the end bearings, not over the travel lanes. These DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 Rutland Multi Modal Parking Garage Condition Assessment Report Page 11 of 34 are critical repairs and should receive high priority as further deterioration could affect the prestress strands and bearing capacity. If the prestressed reinforcing strand is significantly deteriorated and the repair extends toward the center of the DT, it will reduce the capacity of the DT and its ability to support vehicular loads. Photo S11. Photo S12. Hi-density reinforced rubber bearing pads are placed under the DT stem to provide uniform bearing. At a few locations in the garage, bearing pads have “walked” out of place or have split in half and should be replaced to prevent a concrete on concrete bearing condition. In order to repair these conditions, the DTs will need to be jacked slightly to replace the bearing pads. The walking of the bearing pads is the result of the repetitive deformations of the DTs under the moving vehicle loads. DT Connection Pockets There are multiple connection pocket conditions located throughout the garage. Connections between the DT and stair walls/shear walls transfer lateral diaphragm forces in the DTs to the shear and stair walls. The connections consist of an embedded steel plate in the DT and the shear and stair wall, with a steel jumper plate welded to the embed connections. A similar condition connects the DT to the IT beams and the DT to the load bearing and non-load bearing spandrels. However, these connections do no transfer lateral load. Generally, grout is applied over the connection to fill the pocket, sometimes the last 1⁄2” of the pocket being filled with flexible sealant. Many of the grout pockets have begun to fail, allowing direct moisture contact to the connections. See photos S13-S14. It is recommended any failed grout pockets be removed, the connections be cleaned, primed and all welds be inspected and repaired as required. DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 Rutland Multi Modal Parking Garage Condition Assessment Report Page 12 of 34 Photo S13. Photo S14. CIP Concrete Wash and Topping A CIP wash was placed at the bearing ends of the DTs, located along grid lines A, B, C, D, E and F to divert water away from the DT to spandrel joints and to the drains. See figure x. The CIP has shown signs of significant deterioration and is in poor condition. While not in the travel lane, much of the delaminated wash is creating tripping hazards, therefore, all the CIP wash should be removed and replaced throughout the garage. It is assumed that the lifting loops, connections used by the precast erector to lift the piece into place, are located under the CIP wash. Once the DTs are put in place the exposed piece of the loop is ground down flush with the DT. With the current condition of the CIP wash, the remains of the lifting loops are likely exposed to direct moisture contact are likely significantly corroded. The lifting loops will need to be cleaned and primed prior to placing the new CIP wash. See photos S15 & S16. Photo S15. Photo S16. Chain dragging is performed by dragging a chain across the concrete decks to determine areas of concrete delamination. Historically we have not seen significant delamination’s in precast/prestressed concrete decks because of the high density and quality of the concrete. Concrete delamination’s were found in the majority of the CIP toppings. Delaminated CIP topping will need to be removed and replaced to prevent deterioration of the precast concrete. DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 Rutland Multi Modal Parking Garage Condition Assessment Report Page 13 of 34 DT Expansion Joints Expansion joints are located at the top and bottom of the exit/entrance ramp off of Willow St, at the ramp transitions along grid line D, between grids 6 & 8 and 13 & 14 and along grid line 14 between the garage and the sky bridge to the South stair/elevator tower. Generally, the expansion joints are in poor condition, with the majority of the expansion joints needing to be repaired or replaced. While onsite it was observed that most of the expansion joints were filled with sand and debris. See photos S17 & S18. The expansion joint should be cleaned regularly in order to prevent debris from premature failure of the joint glands and increasing the chance of leaking. Photo S17. Photo S18. The expansion joints at the roof are also in poor condition. Due to their exposure to plowing, expansion joints can be damaged easily if the proper care is not taken. These expansion joints appear to show signs from plow damage with the glands being cut and torn and the expansion joint blockouts spalling along the length of the joint. See photo S18. Since the expansion joints are critical to allowing movement in the garage as well as keeping water from leaking to the level below, these expansions joints are recommended to be replaced. 4.2 Inverted Tee Beam and Precast Planks Spanning from column to column, the IT beams supports DTs along grid line D & E between grid lines 6 & 8 and 13 & 14 at the vehicle crossover/ramps. The IT beams support DTs and precast planks at grid lines B & C between grid lines 1 & 3 and 13 & 14 at the vehicle crossovers on each level. See Figure 1 At the ramp off Willow Street, rectangular precast beams support the sloped/elevated DTs. CIP concrete topping slab forms the drive surface over the beams and DTs at the crossover and ramp. Overall, the beams and planks at the crossovers appear to be in good condition, and the CIP topping is in poor condition. See photo S19. Both of the beams at the ramp are in poor condition, showing significant signs of cracking, rust staining and spalling. See photo S20. These areas are critical to keep the garage operational and should be considered high priority repairs. DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 Rutland Multi Modal Parking Garage Condition Assessment Report Page 14 of 34 Photo S19. Photo S20. Of all of the precast concrete structural components in the garage, the IT beams are most susceptible to leaking and deterioration due to the quantity of joints around the beams, the CIP topping over the beams and the location of the beams is the heaviest-travelled areas subject to the impact of turning and braking vehicles. The CIP concrete topping over the IT beams and DTs is generally of a lower quality than the precast concrete and thus more susceptible to deterioration. This vulnerable location is at further risk if the field- placed CIP topping does not provide adequate cover over the large quantities of reinforcing steel that are typically found at the top of the IT beams. The delaminated CIP topping should be removed and replaced. Traffic membrane was installed at the cross overs and is beginning to deteriorate and will need to be recoated/replaced when the topping is repaired. 4.3 Spandrel Beam The garage has load bearing spandrels (LBS) running north-south (along grid line A,B,C,D,E & F) and non- load bearing spandrels (NLBS) running east-west (along grid line 1,6 & 14) in the garage. The LBS span between columns and support the DTs at each elevated level. The NLBS enclose the end of each level but do not support any vertical loads from the DTs. Both types of spandrel beams serve as barriers for vehicles and pedestrians. Overall the spandrels appear to be in good condition. Existing cracks in the spandrels should be routed and sealed and lifting pockets on the top of the spandrels should be resealed as noted in the Low Priority Repairs. See photo S21. DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 Rutland Multi Modal Parking Garage Condition Assessment Report Page 15 of 34 Photo S21. Photo S22. At the roof level sky bridge to the South stair/elevator tower, a large crack has formed around the sky bridge spandrel to the garage spandrel connection. This connection does not support the weight of the sky bridge spandrel, due to the dapped end bearing on the garage spandrel, however it should be considered a high priority and be repaired in the first phase of work. See photo S22. 4.4 Columns The precast concrete columns are in good condition with little sign of distress or deterioration. The only minor concern is spalled concrete on a column at the grade level and a cracked column at the roof level, likely damaged by a plow or vehicle. See photo S23. Photo S23. Photo S24. The spandrel beams are connected to the columns at each floor with two anchors that are recessed into pockets in the spandrels. The connections are protected from exposure to weather and moisture with grout installed in these pockets. At the roof we observed that the grout has begun to crack, these grout pockets should be monitored. See photo S24. If they continue to deteriorate and spall, the grout should be removed and the connections be cleaned of and rust and recoated with cold-galvanizing, and grout reapplied. Plastic covers could be installed as an alternate. DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 Rutland Multi Modal Parking Garage Condition Assessment Report Page 16 of 34 4.5 Wall Panels Shear-walls and stair walls provide lateral wind and seismic load resistance in the north-south and east- west direction of the garage. See photo S25. The shear-walls and stair walls running in the north-south direction support DTs with a precast ledge. The shear walls are located along grid lines D & F and 6 & 14 and stair walls along grid line A & 1. See Figure 1. The shear-walls have large rectangular openings within the panels at the grade level and provide increased visibility, ventilation and light into the garage. See photo 26. Overall the shear-walls appear to be in good condition except for DT to shear wall connections pockets mentioned in the “DT Connection Pocket’ section. These connections are critical to the lateral stability of the structure and should be protected and repaired as required. The loose grout between shear wall panels, and at shear wall connection pockets will need to be replaced but is a low priority item. Photo S25. Photo S26. 4.6 Exposed Connections There are various exposed connections located throughout the garage. The majority of these connections are in good condition, however they should be cleaned and coated with cold galvanizing where deterioration is visible. See photo S27 & S28. Photo S27 Photo S28. DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 Rutland Multi Modal Parking Garage Condition Assessment Report Page 17 of 34 4.7 Cast-In-Place Foundations and Slab on Grade Based on our review of the original drawings the garage is supported primarily on deep foundations. The shear-walls, stair walls and columns are supported by concrete pile caps founded on piles. Shallow foundations, consisting of concrete spread footings and walls bearing directly on bedrock are limited to the office building and a few of the column stair footings along grid line A,B & C between grids 4 & 9. The only exposed foundations are at the retaining wall at the entrance/exit ramp off Willow Street. See photo S29. The exposed foundations were observed to be in good condition. We observed some vertical cracks in the foundation walls throughout the garage. The cracks are likely the result of shrinkage and temperature variations. Generally, these cracks are small in width and show no signs of delamination in the surrounding concrete. While it is not currently a concern, these cracks should be monitored. Photo S29. Photo S30. At the CIP slab on grade around the bus station, a few areas of concrete had deteriorated creating tripping hazards. These areas should be repaired. See photo S30. 4.8 Barriers At each level, the perimeter is enclosed by precast concrete spandrels that act as barriers for vehicles and pedestrians, along with fencing attached to the top of the spandrels. Maintaining the structural integrity of these is important to ensure that the barrier has adequate strength to resist the impact of a vehicle. As stated in section 4.3, the spandrels are in good condition, with little to no repairs being required. DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 Rutland Multi Modal Parking Garage Condition Assessment Report Page 18 of 34 Photo S31. Photo S32. At a few locations, the pedestrian fencing attached to the top of the spandrel has been bent back to the interior of the garage. It is not clear how these sections have become damaged, but they should be replaced. See photo S31. Several of the pedestrian fencing is peeling and should be painted to protect the steel from corrosion. See photo S32. 4.9 Stair Towers The garage has stair/elevator towers located at the North, South and West elevations. See Figure 1. The stair/elevator towers are constructed out of precast concrete. All the stair/elevator towers are in good condition. Lower priority repairs that will need to be addressed in the future include epoxy crack injection of the stair tower walls, crack chase at stair landings, concrete spalls at face of stair risers, replacing grout between wall panels and connection pockets, replacing sealant around windows and stair landings and repainting the interior of the stair tower. See photos S33-36. The precast stairs have a galvanized steel tread nosing cast into the stairs. Historically, we have seen moisture get under these tread covers and eventually cause the tread to rust and spall the concrete, creating a tripping hazard and should be monitored over time for distress. At the North stair tower, tread covers were added over the existing embedded tread nosing’s likely due to this issue. Photo S33. Photo S34. DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 Rutland Multi Modal Parking Garage Condition Assessment Report Page 19 of 34 The garage manager brought to TT’s attention that the horizontal leader from the roof drain in the South tower tended to freeze and back up during the winter. It is suggested to add heat trace around the drain leaders to prevent this issue in the future. Photo S35. Photo S36. 4.10 Exterior Façade The exterior consists of precast concrete spandrels and vertical panels with brick embedded into the precast panel. In general, the façade is in good condition, and although not a high priority, the precast concrete elements will need to be pressure washed in the future. The majority of the sealant between spandrels has failed and should be replaced to prevent water from collection around the column. See photo S37. At a few of the precast panels, brick had begun to spall at the bottom of the panel. These spalls need to be removed and repaired. See photo S38. Photo S37. Photo S38. DocuSign Envelope ID: 0E054A57-E74C-473E-B9DF-9AC1B6FA81A9 Rutland Multi Modal Parking Garage Condition Assessment Report Page 20 of 34 4.11 Signage and Wayfinding The single ramp with two-way traffic is typically an easy system to navigate. Level identifier signage appeared to be adequate throughout the garage. Signage was posted on the inte

2 Governor Aiken Avenue Montpelier, Vermont 05633-5801Location

Address: 2 Governor Aiken Avenue Montpelier, Vermont 05633-5801

Country : United StatesState : Vermont

You may also like

AE IDIQ FOR PHILADELPHIA

Due: 24 Jan, 2026 (in 21 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

AE REPAIR PARKING GARAGE

Due: 06 Oct, 2028 (in about 4 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

C1DA--AE/NRM 663A4-24-201 Refurbish Elevators Building 61 AMLK Cars 1, 2, and 3; FY 24 Tier 1

Due: 06 May, 2024 (in 7 days)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.