STATE OF VERMONT CONSTRUCTION INVITATION TO BID ISSUED BY: Department of Buildings & General Services CALEDONIA COMMUNITY WORK CAMP (CCWC) LINT AND OIL INTERCEPTOR REPLACEMENTS ISSUE DATE: JUNE 16, 2025 BIDDERS CONFERENCE: There will be a non-mandatory pre-bid meeting at the site on July 10, 2025 at 10:00 AM (EST). Meet in the front of the entrance of the main facility located at 1270 US Route 5, St. Johnsbury, VT. QUESTIONS DUE: July 25, 2025 – 4:30 PM (EST) RESPONSES DUE BY: August 1, 2025 – 4:30 PM (EST) STATE CONTACT: James Meyers, State Senior Purchasing Agent E-MAIL :
[email protected] Revision Date: 03/18/2025 Page | 2 CONSTRUCTION INVITATION TO BID DEPARTMENT OF BUILDINGS AND GENERAL SERVICES STATE OF VERMONT Contractors are invited to bid on the Caledonia Community Work Camp (CCWC) Lint and Oil Interceptor Replacements for Buildings and General Services at 1270 US Route 5 in St. Johnsbury, Vermont. This project consists of, but is not limited to: The existing oil interceptor at the work camp automotive shop (Building C) is heavily corroded and overdue for replacement. The work will involve the removal of the existing 50 gallon (flow rate) interceptor and replacement of corroded fittings and sections of the existing 4” drainage and branch relief vent lines, exhausted through the adjacent wall. The replacement interceptor should meet applicable building codes (larger if necessary) and be compatible or adaptable to the current drainage and vent lines. Attributes should include epoxy or acid-resistant lining, a sediment trap, and a float switch detector, draw-off assembly or other mechanism to prevent overflow, as well as a gasketed, flush slip-resistant access door. Affected concrete surfaces should be treated to remove corrosion damage, patched and filled. Existing Oil Separator information: A. Body: Welded steel or cast iron body with 3/8 in. nonskid tread plate cover secured with stainless steel bolts, extra heavy leakproof gasket. Acid-resistant coating inside and outside. Auto flow stop to indicate oil removal before unit is operated again. B. Capacity; 50 gallons per minute full flow, with 24 gallons static holding capacity. C. Connections: 4 in. inlet and outlet with 4 in. internal vent. D. Make: Absolute No. 4 The existing lint interceptor and trough in the dormitory building (Building B) needs to be replaced in capacity and/or consistent with current code requirements. This may require replacement of corroded fittings and line for sewer connection or an allowable code repair. We would prefer to replace this unit in kind with the same model. Please ensure that the Stateprovided clerk on site has photo documentation after demolition (of both interceptors), any replaced fittings and line prior to the installation of the interceptors, and the installed units prior to patching of adjacent subfloor material and slab patchwork to indicate the extent of work done for any change order amounts. Existing Lint Interceptor information: Rockford (RLS-3628) -- it is mislabeled in the existing specification (Exhibit B.1) A. Welded steel separator for flush with floor installation, 100 gallons per minute full flow, 4 in. tapped inlet and outlet with vent connection, removable separator screen and filter screen, heavy duty non-skid gasketed cover secured with stainless steel bolts, enamel coated inside, asphalt coated outside. flushing flange. B. Make: Rockford #GF-3628. Blueprints, Etc. is the official source of information for documents concerning this Invitation to Bid. 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 Private Plan Room. A password is required to access this project and may be obtained from Blueprints, Etc.. Any Revision Date: 03/18/2025 Page | 3 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, for 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 bidders are required to 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. SINGLE POINT OF CONTACT: All communications concerning this Invitation to Bid are to be addressed in writing to the State Contact listed for this Invitation to Bid. Actual or attempted contact with any other individual from the State concerning this Invitation to Bid is strictly prohibited and may result in disqualification. 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 July 25, 2025. All questions should include Caledonia Community Work Camp (CCWC) Lint and Oil Interceptor Replacements 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. 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 Revision Date: 03/18/2025 Page | 4 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. 2.1. 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 presentations into the evaluation. Bidders will be responsible for all costs associated with providing the presentation. 3. 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. 4. CONFLICTS OF INTEREST: 4.1. Organizational Conflict of Interest (OCOI): An OCOI arises when a bidder as a business entity has interests (for example, customers, partners, contracts) that could undermine, or reasonably be perceived to undermine, its faithful and unbiased performance of a contract with the State that may result from this solicitation. 4.2. Personal Conflict of Interest (PCOI): A PCOI arises when an interest held by an individual, agent or employee of a bidder could undermine, or reasonably be perceived to undermine, its faithful and unbiased performance of a contract with the State that may result from this solicitation. 4.3. Requirements: The State does not seek to contract with any individual or business entity having a conflict of interest which cannot be mitigated to the State’s satisfaction. To ensure the State’s awareness of actual, potential, or reasonably perceived PCOIs and OCOIs, bidders shall: a) Prior to submitting a proposal, conduct an internal review of its current affiliations and activities and identify actual, potential, or reasonably perceived PCOIs or OCOIs relative to a contract with the State that may result from this solicitation. b) Disclose in your proposal any actual or potential PCOI or OCOI or the existence of any facts that may cause a reasonably prudent person to perceive a PCOI or OCOI with respect to a contract with the State that may result from this solicitation. Disclose, also, any actions proposed to mitigate the PCOI or OCOI. 4.4. The State shall have sole discretion to determine whether a PCOI or OCOI can be mitigated to the State’s satisfaction and may discuss the conflict with the bidder if and to the extent the State deems discussion necessary to its determination. The State reserves the right to (a) reject from further consideration any proposal having a PCOI or OCIO that cannot be mitigated to the State’s full satisfaction and (b) terminate a contract upon discovery that a contractor failed to disclose facts pertaining to a PCOI or OCOI in its proposal, or otherwise misrepresented relevant information to the State. 5. Unsolicited Bidder-Confidential Information Prohibited. Bidders are hereby expressly directed not to include any confidential information in their proposal submissions, except as specifically permitted below. By submitting a proposal in response to this RFP, bidders Revision Date: 03/18/2025 Page | 5 acknowledge and agree to abide by the terms and conditions outlined in this document, including the prohibition on submitting confidential information. This prohibition reduces the burden on the State while preventing bidder-confidential information from entering the public record. 5.1.1. Disclosure under Public Records Act. All information received by the State in response to this solicitation will become part of the contract file and subject to public disclosure in accordance with the State’s Public Records Act, 1 V.S.A. § 315 et seq. The State may also choose to publicly post responses to this solicitation and the resulting agreement(s), following conclusion of this procurement process. 5.1.2. Unsolicited Confidential Materials. This RFP does not solicit bidder confidential information and bidders are expressly prohibited from providing confidential information in response to this RFP. All materials furnished by bidders in response to this RFP, including those marked as confidential by bidders, are subject to disclosure if requested under the Public Records Act, or public posting. 5.1.3. State Not Responsible for Disclosure of Unmarked Bidder-Confidential Information. It is the sole responsibility of the bidder to ensure that, other than where specifically directed or permitted by this RFP and accordingly marked as described below, no information that should not be publicly disclosed is included in their proposal materials, including any 1) trade secrets or intellectual property, 2) proprietary financial or business information, 3) personal information, or 4) any other information that should not be disclosed to the public. For example, bidders should avoid including specific details of their proprietary technologies or methodologies that they consider confidential, and any references to previous client engagements should be presented in a manner that does not disclose the client's confidential information. 6. FUNDING SOURCE: This project is being funded, in whole or in part, through the Vermont Capital Construction Act funds. 7. 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. 8. BID SUBMISSION INSTRUCTIONS: 8.1. 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. 8.1.1. 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. Revision Date: 03/18/2025 Page | 6 8.1.2. 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. 8.2. ELECTRONIC BIDS ONLY: 8.2.1. All bids under this RFP must be submitted electronically in accordance with the submission requirements herein. Electronic bids will be accepted via email submission to
[email protected]. The subject line of the email submission must reference the Project Title as indicated on the front page of this RFP. 8.2.2. 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. 8.2.3. 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. 9. It is the Bidder’s responsibility to thoroughly read and comply with all instructions and requirements of this bid solicitation. 10. BID SUBMISSION CHECKLIST: Bonding Requirements ? Technical Response ? References ? Price Schedule ? Signed Certificate of Compliance 11. ATTACHMENTS – Refer to the Index