State of Agency of Natural Resources Department of Forests, Parks and Recreation 1 National Life Drive, Dewey 2 Montpelier, VT 05620-3801 www.vtfpr.org SEALED BID REQUEST FOR PROPOSAL Architectural and Engineering Assessment, Planning and Design Services for Facility and Site 1595 Boulder Beach Road Groton, Vermont 05046

ISSUE DATE: September 17, 2018

MANDATORY BIDDERS’ MEETING: Thursday, October 4, 2018 beginning at 10:00 AM At Groton Nature Center

FINAL QUESTIONS DUE BY: 3:00 PM (Local Time), Wednesday, October 10, 2018

ANSWERS POSTED BY: 4:30 PM (Local Time), Monday, October 15, 2018

RFP RESPONSES DUE BY: 3:00 PM (Local Time), Monday, October 22, 2018

RFP RESPONSES MUST BE RECEIVED BY: VT Department of Forests, Parks and Recreation Attn.: Susan Bulmer, NE Parks Regional Manager 5 Perry Street, Suite 20 Barre, Vermont 05641

PLEASE BE ADVISED THAT ALL NOTIFICATIONS, RELEASES, AND AMENDMENTS ASSOCIATED WITH THIS RFP WILL BE POSTED AT: http://www.vermontbidsystem.com/

THE STATE WILL MAKE NO ATTEMPT TO CONTACT INTERESTED PARTIES WITH UPDATED INFORMATION. IT IS THE RESPONSIBILITY OF EACH BIDDER TO PERIODICALLY CHECK THE ABOVE WEBPAGE FOR ANY AND ALL NOTIFICATIONS, RELEASES AND AMENDMENTS ASSOCIATED WITH THIS RFP.

STATE CONTACT: Susan Bulmer, NE Parks Regional Manager TELEPHONE: (802) 476-0181 (landline) E-MAIL: [email protected]

2

INDEX

INVITATION TO SUBMIT PROPOSAL

INSTRUCTIONS FOR FIRMS SUBMITTING PROPOSAL

CERTIFICATE OF COMPLIANCE / CONSULTANT STATEMENT OF QUALIFICATIONS

PROJECT BACKGROUND

PROGRAM GOALS

SCOPE OF SERVICES

SCHEDULE

PAYMENT STRUCTURE

SELECTION PROCESS INCLUDING SELECTION CRITERIA

BASIS OF AWARD

SAMPLE CONTRACT AND ATTACHMENTS: • FPR CONTRACT FOR PERSONAL SERVICES FOR ARCHITECTURE AND ENGINEERING • ATTACHMENT C: STANDARD STATE PROVISIONS FOR CONTRACTS AND GRANTS • ATTACHMENT D: STANDARD STATE PROVISIONS ARCHITECT/ENGINEER PROFESSIONAL SERVICE AGREEMENT • MAP OF PROJECT AREA AND PICTURES • GROTON NATURE CENTER SPECIFIC DOCUMENTS (SEPARATE AVAILABLE DOCUMENTS NOT ATTACHED TO RFP) o Natural Connections, Groton Nature Center brochure o Groton Nature Center Plan, 1981

Groton Nature Center Project RFP

3

INVITATION TO SUBMIT PROPOSALS DEPARTMENT OF FORESTS, PARKS AND RECREATION STATE OF VERMONT

Your design team is invited to submit a proposal to provide A&E services for plans for the redevelopment of the Groton Nature Center including a site plan, conceptual design and construction details, plans and specifications for renovation of existing building.

Sealed proposals will be received by the Department of Forests, Parks and Recreation at the location and until the time indicated on the cover of this RFP.

A mandatory pre-bid meeting will be held at the location, date and time indicated on the cover of this RFP. The pre-bid must be attended by a member of the proposing firm. In the case of combined or “team” proposal, it is not necessary for the sub-consultants to have attended the pre-bid.

Proposals shall be submitted by hard copy or on an electronic storage device (CD, USB “thumb” drive) only; faxed or e-mailed proposals will not be accepted. Proposals must be received by the deadline; late proposals will not be accepted. Please plan accordingly for email, postal or hand delivery, weather or any other issues.

Attached with this invitation are the project documents.

Your attention is directed to the special submission instructions. Follow the instructions carefully.

You should carefully review the entire RFP.

Questions concerning this Request for Proposal should be directed to the State Contact indicated on the cover of this RFP.

Questions other than those asked at the project showing will be received via e-mail only by the date and time indicated on the cover of this RFP.

Groton Nature Center Project RFP

4

INSTRUCTIONS TO FIRMS SUBMITTING PROPOSALS

1. Read all provided materials carefully.

2. Provide all information as requested by this RFP. Proposals will be evaluated based upon the information being requested and addressed.

3. It is presumed that the proposing team will meet the requirements and desired outcomes of the RFP. Proposing firms should detail deviations from the required and desired outcomes.

4. Provide any additional information that may assist the selection committee in determining the firm’s ability to perform the required tasks.

5. Submission requirements: To be considered responsive to this Request for Proposal (RFP), your firm must: Submit your proposal to FPR by 3:00 PM (Local Time), Monday, October 22, 2018

• Proposals may be submitted by hard copy or on an electronic storage device (CD, USB “thumb” drive) only; faxed or e-mailed proposals will not be accepted. Proposals must be received in hand by the deadline. Late proposals will not be accepted. Please plan accordingly for postal or hand delivery, weather or any other issues.

• Submit one (1) copy of the Proposal, if it is a paper copy. These are to be submitted in an opaque sealed envelope. Additional copies may be requested for team review if your team is selected for an interview. Electronic proposals may be submitted by email by the due date.

• For paper proposal, clearly indicate the following information on the outside of the sealed envelope: o Name and address of the proposing firm o Envelope contents (e.g. Proposal) o Project name o Due date and time

Submit RFP information, other than pre-printed promotional material, on double- sided pages. Pages are to be no larger than 8 ½” x 11”. Packets of submitted material shall be bound by only a staple or clip at the upper left corner of the sheet. Do not use plastic binders or covers. Glossy and other hard to recycle material are discouraged. Material must be able to be scanned.

• Submit proposal to: VT Department of Forests, Parks and Recreation Attn.: Susan Bulmer 5 Perry Street, Suite 20 Barre, Vermont 05641 or [email protected]

Groton Nature Center Project RFP

5

CERTIFICATE OF COMPLIANCE

For a proposal to be considered valid, this form must be completed in its entirety, executed by a duly authorized representative of the bidder, and submitted as part of the response to the proposal.

A. NON COLLUSION: Bidder hereby certifies that the prices quoted have been arrived at without collusion and that no prior information concerning these prices has been received from or given to a competitive company. If there is sufficient evidence to warrant investigation of the bid/contract process by the Office of the Attorney General, bidder understands that this paragraph might be used as a basis for litigation.

B. CONTRACT TERMS: Bidder hereby acknowledges that is has read, understands and agrees to the terms of this RFP, including Attachment C: Standard State Contract Provisions, and any other contract attachments included with this RFP.

C. Executive Order 05 – 16: Climate Change Considerations in State Procurements Certification

Bidder certifies to the following (Bidder may attach any desired explanation or substantiation. Please also note that Bidder may be asked to provide documentation for any applicable claims):

1. Bidder owns, leases or utilizes, for business purposes, space that has received: ❑ Energy Star® Certification ❑ LEED®, Green Globes®, or Living Buildings Challenge℠ Certification ❑ Other internationally recognized building certification:

______

2. Bidder has received incentives or rebates from an Energy Efficiency Utility or Energy Efficiency Program in the last five years for energy efficient improvements made at bidder’s place of business. Please explain:

______

3. Please Check all that apply: ❑ Bidder can claim on-site renewable power or anaerobic-digester power (“cow- power”). Or bidder consumes renewable electricity through voluntary purchase or offset, provided no such claimed power can be double-claimed by another party. ❑ Bidder uses renewable biomass or bio-fuel for the purposes of thermal (heat) energy at its place of business. ❑ Bidder’s heating system has modern, high-efficiency units (boilers, furnaces, stoves, etc.), having reduced emissions of particulate matter and other air pollutants. ❑ Bidder tracks its energy consumption and harmful greenhouse gas emissions. What tool is used to do this? ______Groton Nature Center Project RFP

6

❑ Bidder promotes the use of plug-in electric vehicles by providing electric vehicle charging, electric fleet vehicles, preferred parking, designated parking, purchase or lease incentives, etc. ❑ Bidder offers employees an option for a fossil fuel divestment retirement account. ❑ Bidder offers products or services that reduce waste, conserve water, or promote energy efficiency and conservation. Please explain:

4. Please list any additional practices that promote clean energy and take action to address climate change:

______

______

______

D. Acknowledge receipt of the following Addenda:

Addendum No.: Dated:

Addendum No.: Dated:

Addendum No.: Dated:

Bidder Name: Contact Name:

Address: Fax Number:

Telephone:

E-Mail:

By: Name: Signature of Bidder (or Representative) (Type or Print)

END OF CERTIFICATE OF COMPLIANCE

Groton Nature Center Project RFP

7

Groton Nature Center Project Cover Sheet

Project: State of Vermont, Department of Forests, Parks & Recreation Groton Nature Center Facilities Assessment, Planning and Design

Name of Firm Leading the Team: ______

Address: ______

______

Phone and Fax Numbers:______

Email Address: ______

Internet website: ______

Name of Contact Person for this proposal: ______

Please confirm the names of any sub-consultants that will assist the lead firm in the design of this project (use additional sheets if necessary):

Name of Firm Address ______

Narrative Portion: • Attach sheets as necessary to discuss in detail the goals of the project and specifically how you will achieve those goals. • Identify roles of each member of the team in each phase of the project. • Clearly identify deviations from the scope as identified in the RFP. Refer to the scoring criteria for further guidance. • Detail relevant previous experience from other projects the firm has completed.

Groton Nature Center Project RFP

8

Required Information

As this proposal covers State-owned properties that will include renovation of existing facilities that will be publicly-funded, please answer the following questions providing information to support the project as described in this document.

1. Provide a “General Statement of Qualifications” that responds to the project background information given above. 2. Personnel: a. List the professional and support positions and number of personnel in each position; b. Provide an organizational chart, including resumes of all personnel who would be committed to this project. Provide specific information as to their experience on similar projects to this one. For the project manager and project architect(s) and/or engineer(s) identified as part of the project team, provide the name and telephone number of three (3) clients with whom the architect has worked on a similar building project. c. List professional consultants outside your firm whom you propose would provide services not available in your firm. Provide specific information documenting their work on similar projects. 3. Special Design Concerns a. Explain how your firm ensures compliance with the Americans with Disabilities Act (ADA). Provide examples. b. Efficient energy usage is important to the State of Vermont and the facilities that they own and develop. Please describe how your firm will incorporate the following aspects of design into this proposed work: i. Renovated structures shall meet minimum LEED Silver Certification (however actual certification may not be obtained). ii. The property shall attempt to achieve a Net Zero energy footprint. The use of passive design to allow for maximum daylight infiltration and active measures such as renewable energy technologies for energy generation, heating and cooling shall be applied. Minimizing the use of active mechanical HVAC and other energy intensive systems is preferred. Heating fuels shall be renewable and locally sourced where practical and possible. 4. Architectural / Engineering Service a. Provide information on your current workload and how you would accommodate this project. b. Describe in detail the process you would follow from schematic approval through approval of the final design. c. Outline the design schedule you would implement to meet the expected milestones of all phases. d. Describe your method for consensus building, including your role, the methodology employed, the outcome, and a contact person for a recent project where you employed this method.

Groton Nature Center Project RFP

9

e. Describe the types of problems you have encountered on similar projects and explain what you did to resolve the problems and what you would do differently to avoid such problems on future projects. f. Describe how your firm can add value to this project and the process and include examples of situations from comparable projects where the owner realized tangible results. 5. Construction Costs a. Describe cost control methods you use and how you establish cost estimates. 6. Legal Concerns a. Explain the circumstances and outcome of any litigation, arbitration, or claims filed against your firm by a local, state, or federal government client; or any of the same that your firm has filed against a local, state, of federal government client. b. Explain the circumstances and outcome of any litigation, arbitration, or claims filed against your firm by a client other than a local, state, or federal government client; or any of the same that your firm has filed against a client other than a local, state, of federal government client. c. Explain your firm’s General Liability Insurance coverage. d. Explain your firm’s Professional Liability Insurance coverage. 7. Fees a. Provide information on your preliminary fee structure based upon the scope of the project, as outlined in this document. b. Attach a pricing breakdown for and identify each phase of the project from assessment through construction completion. c. Provide a schedule of hourly rates for each member of the team. d. Identify the cost for each team member or design focus for each phase. e. Clearly identify the deliverables for each phase. f. Provide a total project fee.

Groton Nature Center Project RFP

10

1) STATEMENT OF PURPOSE

The Vermont Department of Forests, Parks & Recreation is seeking proposals from qualified planning and design professionals for the renovation of the Groton Nature Center facility and for site improvements. The Groton Nature Center is located between and at 1595 Boulder Beach Road, Groton, Vermont 05046.

2) PROJECT BACKGROUND

a) The Vermont Department of Forests, Parks & Recreation (FPR), within the Vermont Agency of Natural Recourses, is responsible for the conservation and management of Vermont’s forest resources, the operation and maintenance of the State Park system, and the promotion and support of outdoor recreation for Vermonters and visitors to the State alike. An important component of our mission is to provide interpretive and educational opportunities for our park visitors. b) Interpretation of Vermont’s State Parks dates to 1973 when park managers first began producing park histories and guides. In 1974, Parks anointed the first position specifically tasked with interpreting the parks as important natural and historical resources to the public. This position has grown into the network of approximately 15 seasonal interpreters and 13 nature centers, all overseen by a year-round Conservation Education Coordinator. c) Approximately 24,000 people visit the 13 nature centers each year, amounting to about 6% of visitors to the host parks. The nature centers present displays interpreting the flora & fauna, geology, and human history of their host parks and serve as staging grounds for interpreter-guided activities and programs. d) Vermont State Parks (VSP) is collaborating with Vermont Parks Forever (VPF), a non- profit organization founded in 2013 to enhance and protect the Vermont State Parks for the benefit of current and future generation. VPF’s key strategy for fulfilling its mission is facilitating the upgrade of the parks’ nature centers through charitable and private support. This strategy recognizes the nature centers’ unique role as the portal to the parks’ natural wonders. VPF has been fundraising for the last three years to support the interpretive materials and display upgrades for the Groton Nature Center. VPF has a contractual agreement with ECHO Leahy Center for Lake Champlain, Burlington, VT to conduct the planning and design of new interpretive displays and materials at the Groton Nature Center. There is a small committee (Interpretive Committee) working on this aspect of the project. e) The Groton Nature Center is in the center of the 27,000-acre , which is home to seven Vermont state parks. Groton State Forest offers diverse recreational opportunities from swimming, fishing, and kayaking to tenting and RV camping. Prominent features in the Forest include 423-acre Lake Groton, 95-acre Ricker Pond, secluded Osmore and Kettle Ponds, and nearly 40 miles of multi-use and single use trails and gravel roads for hiking, mountain biking, and horseback riding. f) Built in 1981, the Groton Nature Center suffers from aging, static displays that cannot provide the kind of interactive learning experiences parks visitors want. In addition, the

Groton Nature Center Project RFP

11

building has not been updated since this time and requires improvements to meet current codes and working conditions and ADA accessibility. g) The work under this RFP needs to parallel the work the Interpretive Committee, which is working on updating the interpretive displays and offerings at the Groton Nature Center. This RFP is for the needed upgrades to the facility and site that supports the interpretive part of the overall project.

3) PROGRAM GOALS

a) An overall existing building and utility systems (i.e., electrical, water, sewer and heating) conditions assessment. b) Planning, design and renovation of existing building and an overall site plan to meet future Interpretive and educational uses of building; to include phasing if needed. c) The historical character of the structure, parking and road alignments and general site layout shall be retained, where possible and feasible. d) All applicable life safety, utility and health codes must be met. e) Renovated structures may meet minimum LEED Silver Certification (however actual certification may not be obtained). f) Net Zero energy footprint should be attempted. The use of passive design to allow for maximum daylight infiltration and active measures such as renewable energy technologies for energy generation, heating and cooling shall be applied. Minimizing the use of active mechanical HVAC and other energy intensive systems is preferred. Heating fuels shall be renewable and locally sourced where practical and possible. g) The adaptive re-use of existing structure and materials shall be achieved to the greatest extent possible. h) Local building materials, including those harvested on site shall be incorporated into renovations and new construction whenever possible. i) All structures, building materials and surfaces shall be of highest practical durability with lowest practical maintenance intervals. j) Construction shall be accomplished through phases, if necessary, for funding reasons. k) Structures and features shall blend in with natural surroundings.

4) SCOPE OF SERVICES FPR is looking to select and contractually engage with a qualified team of design professionals for architectural, landscape architectural and engineering assessment and design services for the Groton Nature Center site and existing building.

Groton Nature Center Project RFP

12 a) General Conditions i) Scope of work also includes provisions of Attachment “C” State of Vermont, Customary State Contract Provisions, which is attached to and considered part of this RFP. ii) Scope of work also includes provisions of Attachment D: Standard State Provisions Architect/Engineer Professional Service Agreement which is attached to and considered part of this RFP. iii) Reimbursable mileage, will apply only when traveling in connection with the project for other than regular trips from the office to the site, and will be paid at the GSA rate as published at the following website: http://www.gsa.gov/portal/content/100715 iv) Communications by electronic method is preferable. Files must be in readable PDF format. The State shall provide an ftp site that will allow transfer and sharing of large electronic files. v) Copies for design team’s office use will not be reimbursed. vi) Drawings and specifications will be in CSI format, if appropriate. vii) Throughout the entire design process, the contractor shall maintain a project cost estimate with details commensurate with the phase and scope of design. viii) Ownership of Documents: All drawings, specifications, estimates, and all other documents, including shop drawings and calculations, prepared at any time in connection with the Project, shall, upon payment for services in connection therewith, become the sole property of the State, and the Contractor hereby agrees to furnish the State three (3) copies of all of such drawings, specifications, estimates, or other documents to enable the State to carry out the Project. If any of such drawings, specifications, estimates or documents are used by the State on construction other than related to the project, it is understood that the Contractor will have no liability or obligation with respect to such use, and the Contractor's name will not be used in connection therewith. The Contractor also hereby agrees that if in the execution of this contract; site plans, building plans or land surveys were developed utilizing computer aided design and drafting systems then the Contractor shall deliver to the State at no additional cost copies of the CAD site plan, building plans or surveys in digital format suitable for use in the Agency of Natural Resources, Facilities Engineering Division, CAD system, no PDFs. All files are to be burned onto a CD. The Contractor also hereby agrees that if in the execution of a contract; reports, specifications, estimates or other documents were developed utilizing a personal computer or other computerized device capable of producing a disk record of such documents, then the Contractor shall deliver to the State at no additional cost disk copies of such records. All documents to be compatible with Microsoft Office: Word, Excel, etc. The disk shall be in a format suitable for use by the Agency of Natural Resources, Facilities Engineering Division. Submit files on a CD, on the same CD as the drawings if possible. The State will retain all shapefile and CAD files associated with the final design product. b) Specific Conditions i) All aspects of the work shall meet current codes and standards in accordance with applicable Laws, Regulations, Rules, Professional Certifications and standard practices. Any existing conditions or required scope detailed by the State is intended only to communicate knowledge and desires for the project but does not represent all conditions of the project nor does it relieve the contractor from executing this project as stated above.

Groton Nature Center Project RFP

13

ii) Stormwater – Even though a stormwater permit may not be required, the selected team shall integrate Green Stormwater Infrastructure (GSI) concepts into the elements included in the project area. If a stormwater permit is ultimately required, the selected team shall integrate GSI concepts into the permitted system. iii) All elements of design will be in accordance with the U.S. EPA Dark Sky program guidelines as applicable. iv) All mechanical and electrical components of design will use Energy Star products as applicable. v) Address unique subsurface conditions during the design of any foundation or supporting structures. vi) The design and the siting of any facilities/structures and parking shall take into consideration the natural resources of the property; soils; envisioned uses of the property; the land use history of the property; the impact on the landscape, visual resources and the character of the site and area. vii) Identify a list of all local, regional state and/or federal permits required for all elements and phases. c) Specific Services i) Meet with Groton Nature Center Committee (GNCC) and/or FPR staff to confirm approach, deadlines, schedules and lines of communication for the entire project. Meet with GNCC, the Interpretive Committee and/or FPR staff periodically throughout project to review draft designs and plans. ii) Review existing plans and other pertinent information. FPR has limited documents relating to the property and structures. The appropriate member of the design team should plan to travel to the Barre Regional Office, Groton Shop Maintenance Facility, Montpelier National Life FPR headquarters and Middlesex State Archives to review any necessary files. Where possible, FPR will provide all documents in electronic format. iii) Meet with FPR staff on site to conduct site reviews, assessments and surveys to confirm information gathered and review all aspects of the project that will affect the outcome and completion of the project. iv) If needed during any of the tasks, the design team shall coordinate, schedule and observe, all necessary borings, soil tests, and other testing on present materials required in connection with the project. Independent testing will be at the expense of the State, but only after estimated costs thereof have been submitted and have been approved in writing by the State. An anticipated list of tests shall be submitted with proposals. d) Products

i) Phase I – Conceptual and Schematic Planning and Design (1) Develop an existing conditions assessment and survey for entire facility and site. (2) Based on programmatic directions, develop conceptual architectural plans of the existing building, including floor plan(s), elevations, and cross sections that will serve as the basis for both bidding and construction by a general contractor. In

Groton Nature Center Project RFP

14

general, the plans should include universally accessible bathroom(s) and walkways; connection to trails, office and storage space; general display and exhibit space and any necessary upgrades to utilities, water and sewer systems. (3) Develop a conceptual site plan that will serve as the basis for both bidding and construction by a general contractor dependent on future funding. In general, the site plan may include universally accessible bathroom(s) and walkways; connections to existing hiking trails; exterior exhibits; amphitheater; and any upgrades to utilities, water and sewer systems. (4) Prepare projected cost estimates of the proposed site, re-development and/or renovations of existing building and site development work. (5) Prepare a written narrative describing and including: (a) The overall approach taken with the planning and design for the renovated existing building and site, including all conceptual plans and designs. (b) Existing and any proposed utility systems, buildings mechanical and electrical systems, including proposed energy efficient measures and materials; (c) Cost estimates for various elements and/or phases of the project; (d) Any options that are recommended for FPR to consider; and the costs and benefits of same. (e) How the pending construction project is proposed to be phased, timed and staged such that it meets with the schedule for implementation of the Interpretive Committee’s work. ii) Phase II – Design Development, Construction Drawings and Construction (1) Prepare necessary construction and bid documents for the building and utility systems for bidding through the Department of Buildings and General Services Purchasing and Contracting Division process or other state procurement process depending on cost estimate. Site improvements, other than utility systems, will be handled at a future point in time. (2) Review of the construction bids received to assess the relative merits of each based on established selection criteria and assist FPR in awarding the contract, as well as in preparing (from a business perspective) a State of Vermont contract (FPR will have legal representation) using standard State templates. (3) Regular site meetings, job oversite and interaction with the contractor and work taking place during the construction period, review and approval of all shop drawings and submittals, and review and submission of the general contractor’s requisitions for payment with appropriate retainage. (4) Assist FPR with project close-out including site observations and preparation of all necessary punch-list materials and determining substantial completion.

Groton Nature Center Project RFP

15

5) SCHEDULE OF PROJECT MILESTONES

a) Current project milestones: i) Receive proposals for design services: October 22, 2018 ii) Interview period, if needed: October 23 - 31, 2018 iii) Select design firm to perform design services: by October 31, 2018 iv) Contract awarded by October 31, 2018 v) Phase I of project completed by May 1, 2019 vi) Phase II of project completed; Construction in fall 2019: by February 15, 2020

6) PAYMENT STRUCTURE

a) Payments for service will be made monthly in accordance with attachment B of the Sample Contract for Personal Services.

b) Fee structure for the design will be based on agreed lump sum amounts for each phase of the services provided.

c) The fee structure for the design will not be tethered in any manner to the construction value of the work.

7) SELECTION PROCESS a) A committee of staff from FPR, ECHO and/or VPF will review all proposals to determine which one is most advantageous to the State. b) Participating teams may be invited to an interview session following submittal and initial review of proposals. FPR reserves the right to accept or reject all proposals for an interview. c) Evaluation Criteria: Submitted proposals will be evaluated per the following criteria: i) PREVIOUS EXPERIENCE (1) The design team exhibits demonstrated previous experience on similar projects. (2) The design team exhibits strength, background and experience of design team members and subcontractors. ii) PROJECT APPROACH (1) The design team has a clearly identified approach. (2) The design team has identified difficulties and complications and how these will be addressed. (3) The design team has proposed a project timeline. iii) SELECTION INTERVIEW (1) The design team can address the posed questions. (2) The design team’s answers clear and understandable. (3) The review committee concerns about the proposing team is addressed when the interview is completed. iv) FEE STRUCTURE (1) All fees in unit prices are organized by phase.

Groton Nature Center Project RFP

16

(2) The aggregate fee is reasonable yet competitive. (3) The hourly rate structure is competitive. (4) The various rates for specific tasks are reasonable, complete and clear including those of subcontractors. (5) The proposing team indicates how additional tasks could be handled beyond those proposed initially with unit prices. The proposer also indicates what reimbursable expenses are and what rates would apply to those expenses.

8) Basis of Contract Award a) The selection will be made, and the contract will be awarded in the best interest of the State of Vermont following analysis of the evaluation criteria by the selection committee.

b) The State reserves the right to reject any or all proposals received because of this RFP for any reason, to waive minor irregularities in any package received, and to negotiate with any party in any manner deemed necessary to best serve the interest of the State. The soliciting of proposals from design firms does not obligate the State in any way to issue a contract to any firm for design services.

Groton Nature Center Project RFP

17

FPR CONTRACT FOR PERSONAL SERVICES FOR ARCHITECTURE AND ENGINEERING

Groton Nature Center Project RFP

18

ATTACHMENT C: STANDARD STATE PROVISIONS FOR CONTRACTS AND GRANTS

Groton Nature Center Project RFP

19

ATTACHMENT D: STANDARD STATE PROVISIONS ARCHITECT/ENGINEER PROFESSIONAL SERVICE AGREEMENT

Groton Nature Center Project RFP

20

Map of Project Area

Groton Nature Center Project RFP

21

Approximate building measurements: 25’ wide x 45’ long

Groton Nature Center Project RFP