A-E Services Roof Replacement and Exterior Painting 110 State Street

expired opportunity(Expired)
From: Vermont(State)

Basic Details

started - 21 Nov, 2022 (16 months ago)

Start Date

21 Nov, 2022 (16 months ago)
due - 11 Jan, 2023 (14 months ago)

Due Date

11 Jan, 2023 (14 months ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
Buildings & General Svs, Office of Purchasing & Contracting

Customer / Agency

Buildings & General Svs, Office of Purchasing & Contracting
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.

SEALED BID REQUEST FOR PROPOSAL A-E SERVICES ROOF REPLACEMENT AND EXTERIOR PAINTING 110 State Street, Montpelier 05633 ISSUE DATE BIDDERS CONFERENCE QUESTIONS DUE RFP RESPONSES DUE BY November 21, 2022 December 15, 2022 - 9:30 AM (EST) December 28, 2022 - 4:30 PM (EST) January 11, 2023 - 4:30 PM (EST) 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 WEBPAGEFOR ANY AND ALL NOTIFICATIONS, RELEASES AND ADDENDUMS ASSOCIATED WITH THIS RFP. STATE CONTACT: James Meyers, State Senior Purchasing Agent TELEPHONE: (802) 249-7245 E-MAIL: BGS.OPCVendorDocs@vermont.gov Roof
Replacement and Exterior Painting 110 State Street, Montpelier 05633 Revised: August 8, 2022 Page 2 of 8 1. OVERVIEW: 1.1. SCOPE AND BACKGROUND: Through this Request for Proposal (RFP) the Office of Purchasing & Contracting (hereinafter the “State”) seeks to establish a contract with a qualified Architectural and/or Engineering firm to provide architectural and engineering design services to provide architectural and engineering design services for the roof replacement and exterior painting at 110 State Street, Montpelier, VT. Interested firms are invited to bid on providing architectural/engineering design services described in Section 2 of this RFP. 1.2. CONTRACT PERIOD: The period of performance under this contract shall commence on February 1, 2023, and end on November 1, 2024 with a Substantial Completion date of November 1, 2023, a Project Completion date of November 10, 2023, and a Contract Completion date of November 1, 2024, to allow for one year warranty inspection(s) as may be required of the construction contract work. 1.3. 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. 1.4. BIDDERS’ CONFERENCE: A non-mandatory bidders’ conference will be held at 110 State Street, Montpelier, VT 05633 on the date and time indicated on the front page of this RFP. We will meet at the front entrance of the building. 1.5. QUESTION AND ANSWER PERIOD: Any bidder requiring clarification of any section of this RFP or wishing to comment on any requirement 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. Questions or comments not raised in writing on or before the last day of the question period are thereafter 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://www.bgs.state.vt.us/pca/bids/bids.php . All emails with questions should include the name of the project in the subject line. Every effort will be made to post this information as soon as possible after the question period ends, contingent on the number and complexity of the questions. 1.6. 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 replace the failing roof and paint all of the exterior white trim. The following shall be included in the architectural/engineering design firm’s scope of work: 2.1.1. Programming Phase: Not Applicable 2.1.2. Permitting Phase: 2.1.2.1. Determine and prepare all necessary permit applications for local and state approval. 2.1.2.2. Assist BGS in preparation of any required Fire Safety permits. 2.1.3. Schematic Design Phase: Not Applicable 2.1.4. Design Development Phase: 2.1.4.1. Prepare plans and specifications for BGS review of the following: 2.1.4.1.1. Design the replacement of the entire roofing system. This includes but is not limited to all flashing, valleys, drip edge, vent stacks, and underlayment. (The roofing over all the window canopies and front entrance are included in the roof replacement scope of work.) 2.1.4.1.2. Evaluate the existing conditions of the site, determine a roofing material that is sufficient for the building and acceptable to BGS, Capital Complex Commission (CCC) and Vermont Division for Historic Preservation (VDHP). The BGS project manager, along with Roof Replacement and Exterior Painting 110 State Street, Montpelier 05633 Revised: August 8, 2022 Page 3 of 8 a represenitive from the VDHP, will help determine an acceptable roofing material during the Design Development Phase. 2.1.4.1.3. Indicate on drawings/elevations all areas on the trim, columns, windowsills, eaves, moldings, and cornices that are visually in need of repair/replacement. 2.1.4.1.4. Provide detailed photo profiles of areas in need of repair/replacement. Some trim pieces are stored in the attic and may be used as reference by the architectural firm during design. 2.1.4.1.5. Unit pricing will be used during bidding for any additional trim, columns, windowsills, eaves, moldings, and cornice repairs that are not noted on the drawings but determined to need repair/replacement during construction 2.1.4.1.6. Include a paint schedule for all exterior white paint throughout, including but not limited to all trim, columns, windows, eaves, moldings, and cornices. Include the cleaning, scraping, priming, and painting detail that is required for each surface material type. 2.1.4.1.7. This building is classified as historic, therefor there are special procedures that should be followed. The Preservation Briefs found at https://www.nps.gov/tps/how-topreserve/ briefs.htm should be followed in addition to close coordination with the VDHP throughout the project. The Preservation Briefs provide information on preserving, rehabilitating, and restoring historic buildings. 2.1.4.2. Ensure compliance with all local, state, and federal codes and requirements, as well as BGS Design Guidelines. 2.1.4.3. Provide an estimate of probable construction cost. 2.1.5. Construction Documents Phase: 2.1.5.1. Provide complete plans and specifications for construction for BGS review. 2.1.5.2. Incorporate/address BGS comments from DD review. 2.1.5.3. Provide updated estimate of probable construction cost. 2.1.5.4. Incorporate/address BGS comments from CD review in final plans and specifications for bidding. 2.1.6. Bidding and Negotiation Phase: 2.1.6.1. Attend the pre-bid meeting at the construction site. 2.1.6.2. Assist the project manager in answering questions received during the bid period. 2.1.6.3. Assist BGS in preparation of any addenda. 2.1.7. Construction Administration Phase: 2.1.7.1. Attend pre-construction meeting at the construction site. 2.1.7.2. Attend bi-weekly job meetings during construction and take meeting minutes, including punchlist inspection prior to substantial completion. 2.1.7.3. Respond to RFI’s, review and approve all shop drawings, submittals, and pay applications. Roof Replacement and Exterior Painting 110 State Street, Montpelier 05633 Revised: August 8, 2022 Page 4 of 8 2.2. PROPOSED PROJECT SCHEDULE: Project Event Date* Project Start February 1, 2023 Programming Phase N/A BGS Review/Approval of Phase N/A Schematic Design Phase N/A BGS Review/Approval of Phase N/A Design Development Phase March 8, 2023 BGS Review/Approval of Phase March 15, 2023 Construction Documents Phase April 26, 2023 BGS Review/Approval of Phase May 10, 2023 Bidding or Negotiation Phase July 19, 2023 Construction Start Date August 9, 2023 Construction Substantial Completion November 1, 2023 Contract Completion (includes 12-month construction warranty period) November 1, 2024 3. GENERAL REQUIREMENTS: 3.1. PRICING: Bidders 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 clarification or additional information necessary to properly evaluate a proposal. Failure of bidder to respond to a request for additional information or clarification could result in rejection of that bidder'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 Roof Replacement and Exterior Painting 110 State Street, Montpelier 05633 Revised: August 8, 2022 Page 5 of 8 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. 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. 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. 3.7. 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. 3.8. 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. 3.8.1. 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/ . Roof Replacement and Exterior Painting 110 State Street, Montpelier 05633 Revised: August 8, 2022 Page 6 of 8 3.8.2. The contract will obligate the bidder to provide the services and/or products identified in its bid, at the prices listed. 3.8.3. Payment Terms. All invoices are to be rendered by the Contractor on the vendor's standard billhead and forwarded directly to the institution or agency ordering materials or services and shall specify the address to which payments will be sent. Payment terms are Net 30 days from receipt of an error-free invoice with all applicable supporting documentation. 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. 3.8.4. 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, Certificate of Compliance, Price Schedule, Hourly Rate Sheet(s) and Reimbursables Cost Schedule(s). 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; describe particular experience relevant to providing Design Services and list all current or past State projects. 4.3.2. If a Bidder intends to use subcontractors, the Bidder must identify in the proposal the names of the subcontractors, the portions of the work the subcontractors will perform, and address the background and experience of the subcontractor(s), as above. Roof Replacement and Exterior Painting 110 State Street, Montpelier 05633 Revised: August 8, 2022 Page 7 of 8 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. 5.1.3. ELECTRONIC: Electronic bids will be accepted. 5.1.3.1. 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. 5.1.3.2. FAX BIDS: Faxed bids will not be accepted 5.1.3.3. PAPER FORMAT BIDS: Paper format bids will not be accepted. 6. BID SUBMISSION CHECKLIST: ? Cover Letter ? Signed and Completed Certificate of Compliance (3 pages) ? Signed and Completed Price Schedule (1 page) ? Hourly Rate Sheet(s) ? Reimbursables Cost Schedule(s) 7. ATTACHMENTS: 7.1. Certificate of Compliance 7.2. Price Schedule 7.3. Worker Classification Compliance Requirement; Self Reporting and Subcontractor Reporting Form Roof Replacement and Exterior Painting 110 State Street, Montpelier 05633 Revised: August 8, 2022 Page 8 of 8 7.4. SAMPLE Standard State Contract with its associated attachments, including but not limited to, Attachment C: Standard State Provisions for Contracts and Grants (December 15, 2017) 7.5. Attachment D: Standard State Provisions, Architect/Engineer Professional Service Agreement 7.6. Buildings and General Services Design Guidelines https://bgs.vermont.gov/dnc/design_guidelines 7.7. 2022 BGS Space Management Standards https://bgs.vermont.gov/propertymanagement/space-standards 7.8. Attachment E: Site Location and Pictures Page 1: Site Location Map Page 2-4: Site Pictures Page 5: 1998 Re-Roof Detail

109 State Street Montpelier, Vermont 05609Location

Address: 109 State Street Montpelier, Vermont 05609

Country : United StatesState : Vermont

You may also like

Roof Replacement - Heaney

Due: 29 Mar, 2024 (Tomorrow)Agency: People with Developmental Disabilities, NYS Office for

FOREST SERVICE AND NRA BOUNDARY SIGN REPLACEMENT

Due: 01 Apr, 2024 (in 3 days)Agency: FOREST SERVICE

Please Sign In to see more like these.

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