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

ANR/FPR-Burton Island Water System Improvements RFP Request Date: 4/19/2019 2:21:33 PM
Open Date: 
Closing Date: 5/29/2019 3:00 PM
Intent To Bid Deadline: 
Est. Dollar Value: $425,000.00
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:
Franklin
Keywords:
Plumbing and Heating, Construction (Non Building), Wastewater Disposal

Bid Description:
INVITATION TO BID DEPARTMENT OF BUILDINGS AND GENERAL SERVICES STATE OF VERMONT Contractors are invited to bid on the Burton Island State Park Water System Improvement Project for the Department of Forests, Parks & Recreation located at 2714 Hathaway Point Road in St. Albans, Vermont. This project consists of, but is not limited to replacing the antiquated galvanized iron water distribution system with 2” and 3” CL160 PVC, replacing the galvanized iron intake pipe with 3” SDR9 PE, new water stands, concrete valve pits, concrete low point drains and improvements to the Pump House and Main Sewer Pump Station. For the Pump House, all existing galvanized piping, valves, fittings, pressure tank and air charging equipment, pumps (as indicated) and appurtenances will be removed and replaced with new SCH 80 PVC piping, new valves, and fittings, pressure tanks, pressure switches, pumps and wiring to the existing control panel. Also included is re-roofing the existing Pump House roof. For this portion, all existing shingles, underlayment, flashing, and drip edges shall be removed and replaced with new of the same, and any rotten sheathing will be replaced and the entire roof re-nailed. Renovation of the Main 4000-gallon Sewer Pump Station will consist of removing all existing pipe, valves, fittings, and bends will be replaced with SCH 40 PVC. The existing effluent pumps slide rail system, septic tank cover and riser, float control system and associated wiring, and appurtenances are to be removed and replaced with new pumps, slide rail system, pressure activated control system and associated wiring/tubing. The existing control and electrical pedestal will be rebuilt and a new control panel, electrical panel and hardware for generator hookup installed. 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 3:00 PM on May 29, 2019 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 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: $125.00 1. Please be advised that all notifications, releases, and addendums associated with this RFP will be posted on-line in the plan room where the original solicitation resides unless otherwise determined that a hard copy is necessary. The state will make no attempt to contact contractors with updated information. It is the responsibility of each contractor to periodically check the posting site for any and all notifications, releases and addendums associated with the RFP. 2. NOTE: On occasion hard copy addendums may be required due to size or type of media/requirements. If applicable and as determined by the Department of Buildings and General Services, addendums that require hard copy distribution, a copy of such addenda will be mailed or delivered for each set of plans and specifications issued to the bidders, prior to the bid date. However, it is the responsibility of the bidder to be sure they have received all addenda, and must so state the number of addenda they have received on the proposal. 3. If Bidders choose to pull information from other third-party sites, Bidders’ do so at their own risk as there is one official source of information for documents as indicated above. There will be a mandatory pre-bid meeting at the site located at 2714 Hathaway Point Road in St. Albans, Vermont on May 8, 2019 at 10:00 AM. From the intersection of US Rte. 7 and VT Rte. 36 proceed west on US Rte.36. Go approximately 3.7 miles and then turn left on Hathaway Point road. Travel 2.9 miles to Kill Kare State Park to access the ferry to Burton Island. Burton Island is accessible by boat only. A passenger ferry is available from 8 am to 6 pm. ($). Interested parties will meet at the Kill Kare State Park ferry dock at 10AM. 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 3:00 PM on May 17, 2019. All questions should include Burton Island State Park Water System Improvements 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. 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. 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 – 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 or courier/mail delivery service 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. 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. 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). 7. 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. 8. It is the Bidder’s responsibility to thoroughly read and comply with all instructions and requirements of this bid solicitation.

Special Instructions:
QUESTIONS DUE: 05/17/19 AT 3:00 PM
Awardees
Engineers Construction, Inc.
9/23/2019  
PO Box 2187
Williston, VT
$477,238.00