Business to Business - Vermont Department of Economic Development_ThinkVermont.com_
_ Home _
To print, go to File on the menu bar and select Print.

BGS - Lighting & Controls-Windham Cty Courthouse Brattleboro VT Request Date: 2/7/2019 1:16:21 PM
Open Date: 
Closing Date: 2/27/2019 1:30 PM
Intent To Bid Deadline: 
Est. Dollar Value: $50,000.00
RFQ Number: 
Close Window

Buildings & General Svs, Office of Purchasing & Contracting

133 State Street, 5th Floor
MontpelierVT 05633-8000

Bid Type:
Request for Proposal

Locations:
Windham
Keywords:
Electrical Equipment and Supplies, Electrical Contractor, Lighting and Lighting Fixtures

Bid Description:
INVITATION TO BID DEPARTMENT OF BUILDINGS AND GENERAL SERVICES STATE OF VERMONT Contractors are invited to bid on the Brattleboro Courthouse Lighting Upgrade Project for the Department of Buildings and General Services located at 30 Putney Road in Brattleboro, Vermont. This project consists of but, is not limited to replacing existing fluorescent lighting with more efficient LED lighting and upgrading controls with new energy saving features. The final system of fixtures and lighting controls will provide major energy saving features: 1. Light fixtures will be converted from fluorescent fixtures to retrofitted LED fixtures with “retrofit kits” 2. New occupancy and light level sensors will be used to control lighting levels and HVAC temperatures. 3. All converted lights will automatically dim in response to sunlight over other conditions that cause the space to be over-lit. All converted lighting zones will be enabled to automatically dim if no occupancy is detected in the space. 4. HVAC equipment in each lighting zone will be enabled to automatically set back if no occupancy is detected in the space. Controls: Contractor to provide a system which, if applicable, provides the operations staff the ability to view and modify light levels from a networked computer with a visual floorplan. “Provide” is to source, install and otherwise make a component operable. The new lighting controls system must include, but is not limited to: 1. Providing routers to manage the network devices. 2. Includes 90% loading of devices on each communications channel. 3. Providing combination motion/light sensors, appropriately placed for proper control. 4. Providing replacement wall switches. 5. Providing product selections to manage areas containing various types of retrofit kits and fixtures 6. Proving programming & configuration of the lighting control system. 7. Providing integration of the lighting control system to the current Johnson Metasys control system and programming to appropriately set back the HVAC control system based on occupancy 8. Providing installation of all aspects of the low voltage system of lighting controls including but not limited to communications cabling, motion/light sensor installation, and router installation. 9. Providing any hand-held device for future customer configuration of fixture drivers. 10. Providing as-built drawings to: a. Identify all controls components locations on BGS’s lighting floor plan. b. Identify placement of motion/light sensors on BGS’s lighting floor plan per industry standards c. Identify placement of wall stations for manual dimming of lights. d. Identify placement of relays to provide on/off control of non-networked lights. e. Identify control groups and zones for individual controllers 11. Provide commissioning & startup of lighting control system. 12. Provide complete services to assure properly operating system including, but not limited to: a. Graphics and integration with new graphics. b. Provide training as needed for BGS personnel c. Provide Warranty of two years after completion of project including: i. Relocating sensors due to changes in space utilization ii. Adding sensors to meet functionality requirements iii. Adjusting programming to accommodate occupants iv. Adding control feature to accommodate occupants d. Materials and programming e. Provide back-up programs to BGS for our use. Electrical: An electrical contractor will install retrofit kits to replace existing fluorescent lighting. An electrical contractor will also provide non-control (277V) wiring and constant power to controllers and relays. Demolition: Remove existing fluorescent systems from existing light fixtures including ballasts, “tombstones” wiring and leaving existing troffers/shells hung in. Contractor is responsible for removal of fixtures, bulbs, and any other electrical equipment removed as part of this process. General: Work will be done during regular business hours which are Monday through Friday, 7:30AM – 4:00PM. BGS project manager will be responsible for communicating the court's schedule to the contractor on a weekly basis. 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 February 27, 2019 at 1:30PM, 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: orders@blueprintsetc.com. Project Manuals and Plans are available for preview at: http://www.blueprintsetc.com in the Private Plan Room. Contractor’s shall obtain password to access this project from Blueprints. 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: $165.00 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. 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 pre-bid meeting at the site on February 15, 2019 at 4:00PM. Interested parties will meet in the lobby of the building located at 30 Putney Roads in Brattleboro, VT. 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 BGS.OPCVendorDocs@vermont.gov no later than 1:00 PM on February 20, 2019. All questions should include Brattleboro Courthouse Lighting and Controls 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 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 changes that have been made. 2. 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 – Third Floor, Montpelier, VT 05609-3001. BID ENVELOPES MUST BE CLEARLY MARKED ‘SEALED BID’ 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 – 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 bidder’s 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. 3. 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. 4. No Bonding is required for this job. 5. 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). 6. It is the Bidder’s responsibility to thoroughly read and comply with all instructions and requirements of this bid solicitation.

Special Instructions:
QUESTION AND ANSWER PERIOD: Any vendor requiring clarification of any section of this RFP must submit specific questions in writing to BGS.OPCVendorDocs@vermont.gov no later than 1:00 PM on February 20, 2019.
Awardees