STATE OF VERMONT Department of Buildings & General Services REQUEST FOR PROPOSALS ANR - Fish and Wildlife Kehoe Conservation Camp Pavilion Design Build Services December 2024 INVITATION TO BID DEPARTMENT OF BUILDINGS AND GENERAL SERVICES STATE OF VERMONT Contractors are invited to bid on the Kehoe Conservation Camp Pavilion – Design Build Services for Buildings and General Services on behalf of the Agency of Natural Resources – Department of Fish and Wildlife at 636 Point of Pines Road, in Castleton, Vermont. This project consists of, but is not limited to: Project entails designing and constructing a pavilion over the site of an existing picnic pavilion. Historically, this area was shaded heavily, hazard tree removal projects have resulted in a need to build additional shelter in the area. Trees around the area of the project are scheduled to be removed in winter 2025, stumps may still be onsite during this project and should be considered when designing the project. Attachment E, has photos that show the location with existing picnic tables and smaller pavilion. The current project area includes an uneven picnic area with pea stone base and a small existing pavilion with electric and plumbing. The smaller pavilion shall be removed by the contractor and the project constructed in the same approximate area. While electric and plumbing exists at the area the locations of the underground lines are unknown. Seasonal shut off of the water supply is located near the site. The constructed pavilion needs to be capable of holding 125 people seated at picnic tables or approximately 16 standard picnic tables under shelter. The pavilion needs to be designed in a manner to keep with the overall aesthetics of the facility. Metal roofing is required, and color should be green to match existing roofs. The floor of the pavilion should consist of a concrete slab and the area around the pavilion should be graded and reseeded to blend into the surroundings as much as possible. From the existing pathway an ADA pathway needs to extend to the pavilion. The pathway can be constructed of hardpack. At least two water spigots should be installed on the pavilion with adequate drainage. Contractor shall provide for adequate weatherproof lighting for nighttime outdoor events and a minimum of four weatherproof outlets shall be installed around the pavilion. The following items should be priced individually when submitting bids. Picnic Tables: Removal of existing picnic tables and building and constructing 16 new picnic tables. New tables should be stained the same color of existing tables. Fireplace: Design and incorporate an outdoor fireplace into the pavilion. The fireplace shall be primarily for outdoor cooking programs and the overall design should reflect that with design futures that enable easy use for cooking. Trees: Plant a mixture of oak and maple trees around the pavilion. 8 trees in total. Trees should be approximately 14-16ft of height when planted. Sealed Bids accompanied by proper Bid Security shall be received by email to
[email protected], until January 30, 2025, at 4:30 PM. Documents may be obtained from Blueprints Etc, 20 Farrell Street, South Burlington VT 05403, by phone at 802- 865-4503, by fax at 802-865-0027 or email to:
[email protected]. Project Manuals and Plans are available for preview at: http://www.blueprintsetc.com in the Public Plan Room. Any and all notifications, releases and addendums associated with this project will be posted at http://www.blueprintsetc.com. There is a non-refundable fee for each set of documents purchased. Fee to Include one (1) Hard Copy & one (1) Digital CD-ROM Copy: $TBD 1. Please be advised that all notifications, releases, and addendums associated with this RFP will be posted on-line in the plan room where the original solicitation resides unless otherwise determined that a hard copy is necessary. The state will make no attempt to contact contractors with updated information. It is the responsibility of each contractor to periodically check the posting site for any and all notifications, releases and addendums associated with the RFP. 2. NOTE: On occasion hard copy addendums may be required due to size or type of media/requirements. If applicable and as determined by the Department of Buildings and General Services, addendums that require hard copy distribution, a copy of such addenda will be mailed or delivered for each set of plans and specifications issued to the bidders, prior to the bid date. However, it is the responsibility of the bidder to be sure they have received all addenda, and must so state the number of addenda they have received on the proposal. 3. If Bidders choose to pull information from other third-party sites, Bidders’ do so at their own risk as there is one official source of information for documents as indicated above. There will be a non-mandatory pre-bid meeting at the site on January 8, 2025, at 10:00 AM, at 636 Point of Pines Rd, Castleton, VT. Meet in the parking lot. Attendees must RSVP by January 7, 2025, at 3:00 PM, by emailing
[email protected], If there are no RSVPs, the meeting will not be held. 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 to
[email protected] no later than 4:30 PM on January 22, 2025. All questions should include Bundled Road Projects, Forests Park and Recreation – Design Build Services 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 at http://www.blueprintsetc.com. 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. Bidder’s attention is directed to: 1. General Conditions for Construction Contracts. It is the Bidder’s responsibility to thoroughly read and comply with all requirements. Please pay close attention due to the changes that have been made. 2. Funding Source: This project is being funded, in whole or in part, through the American Rescue Plan Act (ARPA) funds and/or Vermont Capital Construction Act funds. Socioeconomic affirmative steps per 2 C.F.R. § 200.321: Placing qualified small and minority businesses and women’s business enterprises on solicitation lists; 1. Assuring that small and minority businesses and women’s business enterprises are solicited whenever they are potential sources; 2. Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women’s business enterprises; 3. Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women’s business enterprises; 4. Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and 5. Requiring the prime/general contractor, if subcontracts are to be let, to take the same affirmative steps as listed in numbers 1 through 5. 3. BYRD ANTI-LOBBYING CERTIFICATION Contractor has provided the certification required by the Byrd Anti-Lobbying Amendment, 31 U.S.C. § 1352 (as amended, and will follow the requirements for certification of each lower tier (subcontract) to disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures will be forwarded from tier to tier up to the Contractor who in turn will forward the certification(s) to the federal awarding agency. 4. DOMESTIC PREFERENCE FOR PROCUREMENTS As appropriate, and to the extent consistent with law, the contractor should, to the greatest extent practicable, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States. This includes, but is not limited to iron, aluminum, steel, cement, and other manufactured products. For purposes of this clause: Produced in the United States means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. Manufactured products mean items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber.” 5. NOTICE TO BIDDERS – PROHIBITION OF RUSSIAN GOODS: The Contractor is hereby notified that, pursuant to Vermont Executive Order No. 02-22, dated March 3, 2022, the purchase of Russian-sourced goods and goods produced by Russian entities (defined as institutions or companies that are headquartered in Russia or have their principal place of business in Russia) is prohibited. The awarded Contractor must fill out and sign the Executive Order 02-22 Vendor Certification as part of the Contract awarding process. This certification is required for all subcontracts for work performed solely for the State of Vermont and subcontracts for work performed in the State of Vermont. 6. BIDDER QUALIFICATION PROCESS DOCUMENT: The Department of Buildings and General Services is requiring that all contractors meet certain minimum qualifications to be eligible to bid on this project. 7. BID SUBMISSION INSTRUCTIONS: a. 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. i. 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 it on the webpage indicated on the front page of this RFP. ii. 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. b. BID DELIVERY INSTRUCTIONS: i. ELECTRONIC: Electronic bids will be accepted. ii. E-MAIL BIDS. Emailed bids will be accepted. Bids will be accepted via email submission to
[email protected] . 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. It is also the Bidder's responsibility to ensure that their own email system can send and receive messages up to this size. iii. FAX BIDS: Faxed bids will not be accepted. iv. PAPER BIDS: Paper format bids will not be accepted. 8. Full Bonding is required for this job. 9. CONSTRUCTION CONTRACTOR EVALUATION FORM: The Department of Buildings and General Services (BGS) may require contractor evaluations on construction projects over $100,000 or at the discretion of the BGS Director. Evaluations will be used to compile contractor’s performance on BGS projects to provide a history and assessment of the contractor’s performance 10. It is the Bidder’s responsibility to thoroughly read and comply with all instructions and requirements of this bid solicitation.
Bid Protests Not Available