Point Of Contact Not Available
INVITATION TO BID DEPARTMENT OF BUILDINGS AND GENERAL SERVICES STATE OF VERMONT Contractors are invited to bid on the Salisbury FCS Well Redevelopment Project for the Department of Fish and Wildlife, Hatchery Division 646 Lake Dunmore Road, Salisbury, Vermont. This project consists of, but is not limited to regularly scheduled well maintenance. The redevelopment of the two wells supplying Salisbury Fish Culture Station takes place every 3 years. In 2011 and 2014 this project cost $31,860 and $33,476, respectively. This yearâs redevelopment is estimated to be more expensive considering inflation and the replacement of older well components. The Building Value of $10,300,000.00 above considers the cost of replacing both wellâs, wellhouses to be $300,000. If for whatever reason both wellhouses were damaged beyond repair all fish on station would be lost. It has been determined that such a loss is estimated at $10,000,000. Sealed Bids accompanied by proper Bid Security will be received by the Department of Buildings and General Services, at 109 State Street, Montpelier, Vermont 05609-3001, until 2:00 PM April 4, 2018, at which time they will be opened and publicly read aloud in the department conference room. 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 and download at: http://www.blueprintsetc.com in the Public Plan Room. Any and all notifications, releases and amendments associated with this project will be posted at http://www.blueprintsetc.com. There is a non-refundable fee of for each set of documents. Hard Copy Fee: $20.00 Downloadable Fee: $20.00 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. There will be a non-mandatory pre-bid meeting at the site on March 7, 2018 at 10:00 AM. From Highway 7, turn west, toward Lake Dunmore, onto Lake Dunmore Rd (ST RT 53). Approximately ½ mile from Hwy 7, the hatchery is on the right (west) side of the road just after Smead Road. Hatchery Parking is to the left (east), across ST RT 53 from the hatchery. The wellhouses being redeveloped are 175yds past the hatchery on the left (east) side of the road. Bidderâs attention is directed to: 1. General Conditions for Construction Contracts. It is the Bidderâs responsibility to thoroughly read and comply with all requirements. Please pay close attention due to changes that have been made. 2. Funding Source: This project is being funded, in whole or in part, through the stateâs capital construction act(s) and shall require compliance with the Vermont Prevailing Wage and Fringe Benefit Rate requirements (reference Instructions to Bidders, Prevailing Wage Rate Requirements). A complete list of occupations and associated wage rates are available on the internet at: http://www.vtlmi.info/lmipub.htm . 3. BID SUBMISSION INSTRUCTIONS: a. CLOSING DATE: Bids must be received by the due date and at the location specified on the front page of this RFP. b. The bid opening will be held at 109 State Street, Third Floor, Montpelier, VT and is open to the public. c. SECURITY PROCEDURES: Please be advised extra time will be needed when visiting and/or delivering information to 109 State Street. All individuals visiting 109 State Street must present a valid government issued photo ID when entering the facility. d. SEALED BID INSTRUCTIONS: All bids must be sealed and must be addressed to the State of Vermont, Office of Purchasing & Contracting, 109 State Street â Third Floor, Montpelier, VT 05609-3001. BID ENVELOPES MUST BE CLEARLY MARKED âSEALED BIDâ AND SHOW THE PROPOSAL TITLE, OPENING DATE AND NAME OF BIDDER. e. All bidders are hereby notified that sealed bids must be received and time stamped by the Office of Purchasing & Contracting located at 109 State Street â Third Floor, Montpelier, VT 05609-3001 - by the time of the bid opening. Bids not in possession of the Office of Purchasing & Contracting at the time of the bid opening will be returned to the vendor, and will not be considered. Any delay deemed caused by Security Procedures will be at the bidderâs own risk. f. Office of Purchasing & Contracting may, for cause, change the date and/or time of bid openings or issue an addendum. If a change is made, the State will make a reasonable effort to inform all bidders by posting at: http://www.blueprintsetc.com . g. All bids will be publicly opened. Typically, the Office of Purchasing & Contracting will open the bid, read the name and address of the bidder, and read the bid amount. However, the Office of Purchasing & Contracting reserves the right to limit the information disclosed at the bid opening to the name and address of the bidder when, in its sole discretion, the Office of Purchasing & Contracting determines that the nature, type, or size of the bid is such that the Office of Purchasing & Contracting cannot immediately (at the opening) determine that the bids are in compliance with the RFP. As such, there will be cases in which the bid amount will not be read at the bid opening. Bid openings are open to members of the public. Bid results are a public record however, the bid results are exempt from disclosure to the public until the award has been made and the contract is executed. 4. DELIVERY METHODS: a. SECURITY PROCEDURES: Note that security procedures concerning delivery of any mail or parcels to 109 State Street may delay receipt of mail/parcel pieces by one business day. b. U.S. MAIL: Bidders are cautioned that it is their responsibility to originate the mailing of bids in sufficient time to ensure bids are received and time stamped by the Office of Purchasing & Contracting prior to the time of the bid opening. c. EXPRESS DELIVERY: If bids are being sent via an express delivery service, be certain that the RFP designation is clearly shown on the outside of the delivery envelope or box. Express delivery packages will not be considered received by the State until the express delivery package has been received and time stamped by the Office of Purchasing & Contracting. Due to security procedures express deliveries must be received by 10:30 AM in order to be received by the Office of Purchasing & Contracting that same day. d. HAND DELIVERY: Hand carried bids shall be delivered to a representative of the Office of Purchasing & Contracting prior to the bid opening. e. ELECTRONIC: Electronic bids will not be accepted. f. FAX BIDS: Faxed bids will not be accepted. 5. Full Bonding is required for this job. 6. Contractor is required to carry Builderâs Risk Insurance for this project. Value: $10,300,000.00. 7. SUBMITTAL EXCHANGE®: 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. Submittal Exchange®, a web-based collaboration software system, shall be used to provide an on-line database and repository, which shall be used to transmit and track project-related documents. Based on an existing contract between the State and Submittal Exchange, the State anticipates that training and support during this project will be provided by Submittal Exchange at no additional cost to the selected contractor(s). 8. It is the Bidderâs responsibility to thoroughly read and comply with all instructions and requirements of this bid solicitation. The Project Engineer, Brett Lowry who may be contacted for technical questions at 802-353-4371.
Bid Protests Not Available