design/build for renovations at boone county … building... · 2020. 11. 23. · qualified...

25
Boone County, Kentucky REQUEST FOR PROPOSALS #BCFY21-0012 DESIGN/BUILD FOR RENOVATIONS AT BOONE COUNTY ADMINISTRATION BUILDING ACCEPTANCE DATE: November 23, 2020 at 2:00pm (Local Time) MANDATORY PRE-PROPOSAL November 4, 2020 at 1:00 p.m. (Local Time) MEETING/TOUR Boone County Administration Building 2950 Washington Street, Burlington, KY 41005 ACCEPTANCE PLACE Boone County Fiscal Court – Negometrix Platform https://app.negometrix.com/buyer/839. Opening will be virtual: Topic: Design/Build Admin Building renovations Time: Nov 13, 2020 02:00 PM Eastern Time (US and Canada) Join Zoom Meeting https://us02web.zoom.us/j/81458544482?pwd=LzQ1eFowTnFG b0UrL3RXNDJyOXJEUT09 Meeting ID: 814 5854 4482 Passcode: 148197 +1 312 626 6799 US (Chicago) Find your local number: https://us02web.zoom.us/u/kfnShSI0J Requests for information related to this Invitation should be directed to Mike Albrecht, Director of Property Maintenance through the Negometrix platform. Issue Date: October 23, 2020 ANYONE IN NEED OF ANY REASONABLE ACCOMMODATION FOR ANY TYPE OF DISABILITY IN ORDER TO PARTICIPATE IN THIS PROCUREMENT, SHOULD CONTACT THE HUMAN RESOURCES OFFICE AS SOON AS POSSIBLE

Upload: others

Post on 04-Feb-2021

2 views

Category:

Documents


0 download

TRANSCRIPT

  • Boone County, Kentucky REQUEST FOR PROPOSALS #BCFY21-0012

    DESIGN/BUILD FOR RENOVATIONS AT BOONE COUNTY ADMINISTRATION BUILDING

    ACCEPTANCE DATE: November 23, 2020 at 2:00pm (Local Time) MANDATORY PRE-PROPOSAL November 4, 2020 at 1:00 p.m. (Local Time) MEETING/TOUR Boone County Administration Building 2950 Washington Street, Burlington, KY 41005 ACCEPTANCE PLACE Boone County Fiscal Court – Negometrix Platform https://app.negometrix.com/buyer/839.

    Opening will be virtual: Topic: Design/Build Admin Building renovations Time: Nov 13, 2020 02:00 PM Eastern Time (US and Canada) Join Zoom Meeting https://us02web.zoom.us/j/81458544482?pwd=LzQ1eFowTnFGb0UrL3RXNDJyOXJEUT09 Meeting ID: 814 5854 4482 Passcode: 148197 +1 312 626 6799 US (Chicago) Find your local number: https://us02web.zoom.us/u/kfnShSI0J

    Requests for information related to this Invitation should be directed to Mike Albrecht, Director of Property Maintenance through the Negometrix platform. Issue Date: October 23, 2020 ANYONE IN NEED OF ANY REASONABLE ACCOMMODATION FOR ANY TYPE OF DISABILITY IN ORDER TO PARTICIPATE IN THIS PROCUREMENT, SHOULD CONTACT THE HUMAN RESOURCES OFFICE AS SOON AS POSSIBLE

  • RFP #BCFY21‐0012 

    RFP –BCFY21-0012 Page 2  

    NOTICE The Boone County Fiscal Court will receive sealed Proposals through the Negometrix Solicitation platform, 41005, until 2:00 pm “local time” on November 23, 2020 for DESIGN/BUILD FOR RENOVATIONS AT BOONE COUNTY ADMINISTRATION BUILDING. Specifications may be obtained at www.boonecountyky.org\publicnotices or https://app.negometrix.com/buyer/839. A pre-bid conference and tour will be held on November 4, 2020 at 1:00 p.m. (EST) at Boone County Administration Building, First Floor, 2950 Washington Street, Burlington, KY 41005. Personal Protection (e.g., face covering) must be worn while inside County Buildings. The hearing and/or speech-impaired may call 1-800-648-6057 and an interpreter will call the County for you. Boone County reserves the right to reject any and all proposals, to waive any informalities and to negotiate for the modifications of any proposal or to accept that proposal which is deemed the most desirable and advantageous from the standpoint of customer value and service and concept of operations, even though such proposal may not, on its face, appear to be the lowest and best price. No proposal may be withdrawn for a period of thirty (30) days after scheduled time of receipt of proposals. The Boone County Fiscal Court is an Equal Opportunity Employer. Woman-owned Business Enterprise (WBE)/ Minority-owned Business Enterprise (MBE) firms are encouraged to respond to this Request for Proposals. INTENT Whenever a specific “Brand Name” is used in these specifications, it is used for descriptive purposes only. The Boone County Property Maintenance Review Committee shall be the sole judge of whether a proposal meets the intent of these specifications. This is a request for proposals. Any reference to bidder in this document shall be construed as the vendor/firm/contractor submitting the proposal.    

    KENTUCKY PREFERENCE LAW The scoring of proposal is subject to a preference for Kentucky resident bidders and Preferences for a Qualified Bidder. *Vendors not claiming resident bidder or qualified bidder status need not submit the corresponding affidavit.

  • RFP #BCFY21‐0012 

    RFP –BCFY21-0012 Page 3  

    SPECIFICATIONS 1. GENERAL INFORMATION Boone County, Kentucky, herein referred to as the “County”, is soliciting Proposals from qualified firms/contractors that specialize in building renovations to complete a design/build project of office space and adjacent public areas of the second floor and multiple restrooms located on several floors at the Boone County Administration Building located at 2950 Washington Street, Burlington, KY 41005. Successful proposals will result in the design space of renovated and the construction/implementation of the approved design. This project may be awarded separately between the office space/common area and restrooms/lactation room or jointly at the sole discretion of the County. 2. SPECIFICATIONS The services desired are set forth in this Request for Proposal (RFP). Representatives of the Boone County Fiscal Court “County” will review the submitted proposal of each party. The Fiscal Court reserves the right to amend the specifications. Addenda will be available on the County website. Obtaining addenda is the responsibility of the offering party, not the County. Please see section five (5) and appendix B for a description of the scope of the project, minimum required elements and information related to the desired renovations. Field verification is the responsibility of the bidding contractor. 3. NOTICE Pursuant to the provisions of the Kentucky Revised Statutes (KRS) 45A.343, the contractor or vendor is required to reveal to the County any final determination of a violation of KRS Chapters 136, 139, 141, 337, 338 and 342 by the contractor or vendor within the previous five (5) years; and further that said contractor or vendor has been and is in continuous compliance with the provisions of KRS Chapters 136, 139, 141, 337, 341, and 342 for the duration of the contract. The failure of a contractor or vendor to reveal a final determination of a violation to a local government, or to comply with the statutory requirements, is considered grounds for cancellation of a contract and disqualification of the contractor or vendor from eligibility for any County contracts for a period of two (2) years. The Boone County Fiscal Court reserves the right to reject any and all submissions and to waive formalities.   

  • RFP #BCFY21‐0012 

    RFP –BCFY21-0012 Page 4  

    4. QUALIFICATIONS  All interested parties must possess all federal, state and/or local qualifications/licenses to provide services in Boone County and the Commonwealth of Kentucky. Insurance - Proposer is required to maintain insurance coverage as follows:

    Coverage Minimum Limits of Liability, Terms and Coverage Commercial General Liability

    $500,000 bodily injury and property damage each occurrence, including advertising and personal injury, products and completed operations

    $2,500,000 products/completed operations, independent Contractor’s liability, contractual liability, and coverage for property damage from perils of explosion, collapse, or damage to underground utilities, commonly known as XCU

    $2,500,000 general annual aggregate Auto Liability Insurance

    $500,000 each person, bodily injury and property damage, including owned, non-owned and hired auto liability

    Workers’ Compensation

    Statutory Limitations

    Employer’s Liability

    $500,000 bodily injury by accident, each accident $500,000 bodily injury by disease, each employee $500,000 bodily injury by disease, policy aggregate

    Umbrella/Excess Liability

    $2,500,000 each occurrence and annual aggregate Underlying coverage shall include General Liability, Auto Liability, and

    Employer’s Liability $500,000 annual aggregate covering damages or liability arising or resulting

    from Contractor’s services rendered, or which should have been rendered, pursuant to the Contract

    Property The Contractor shall purchase and maintain property insurance covering machinery, equipment, mobile equipment, and tools used or owned by the Contractor in the performance of services under the Contract. The County shall in no circumstance be responsible or liable for the loss or damage to, or disappearance of, any machinery, equipment, mobile equipment and tools used or owned by the Contractor in the performance of services under the Contract.

    On all liability policies of insurance, bidder/proposer shall have Boone County Fiscal Court named as an additional insured and shall further require that their liability carrier(s) notify the County at least thirty (30) days prior to the effective date of any change(s) in or cancellations of said insurance policies. A current copy of proposer’s insurance certificate providing proof of insurance as stated above must be on file in the Purchasing Department prior to the proposal award. Submission of an Evidence of Insurability from your provider or an Insurance Certificate copy should be included with the proposal package. All subcontractors, if applicable, must meet the same minimum insurance requirements. 

  • RFP #BCFY21‐0012 

    RFP –BCFY21-0012 Page 5  

    Selected firm/contractor must maintain all current applicable Kentucky technical licenses through completion of the project. 5. SCOPE OF WORK Boone County, Kentucky, invites the submittal of written proposals from qualified firms/contractors that specialize in building renovations. This purpose of this proposal is to provide for the design, demolition and renovation of multiple areas in the Boone County Administration Building, located at 2950 Washington Street, Burlington, KY 41005. Successful proposals will demonstrate the ability to provide a conceptual re-design of the spaces outlined in this call for proposals, with an emphasis on meeting space needs while providing a creative and aesthetic design/completion in a timely manner. Proposals should acknowledge the intent to complete Second Floor Offices/Common Area Renovations and ability to move forward with Bathroom Renovations and Lactation Room on a floor-by-floor basis or in total. Areas covered:

    A. Second Floor Renovations: (See drawings)

    i. Paint: approximately 4600 square feet of floor space (Sherwin-Williams Interior Cashmere Low Lustre)

    ii. Carpet: replace and install approximately 4600 square feet of carpet tile (owner provided)

    iii. Demolish two (2) offices off the lobby area iv. Design and construct customer service area with countertops and store front v. Demolish second door at back of third lobby office, removing existing drywall,

    install insulation/soundproofing, install drywall and paint surfaces vi. Install drywall and insulation cover demolished door openings and service windows

    vii. Demolish wall and create pass through in Human Resources (HR) viii. Build insulated walls for two offices/conference rooms and three (3) doors

    B. Bathroom Renovations and Lactation Room Build Out: (See drawings for details)

    i. Two (2) restrooms on the first floor: approximately 370 square feet

    ii. Two (2) restrooms on the second floor: approximately 360 square feet iii. Two (2) restrooms on the third floor: approximately 360 square feet iv. Lactation room. Preferred location adjacent to the women’s restroom on the third

    floor utilizing the current vestibule, other appropriate locations maybe considered Bathrooms shall include new lighting, ceramic tile, toilet fixtures, sinks with automatic sensors, partitions, ceramic wall tile finishes (up to 6 ‘). (See drawings for full detail). County will develop advisory group to work with selected contractor to make final selection of finishes.

  • RFP #BCFY21‐0012 

    RFP –BCFY21-0012 Page 6  

    Lactation room shall be equipped with a lockable door (accessible by emergency personnel), table/counter, overhead lighting, and electric outlet, along with a sink with hot and cold water. The space should be large enough to accommodate a comfortable ergonomic chair, trashcan, along with a miniature refrigerator and allow for cleaning of personal devices. All proximity readers and electronic door hardware to be coordinated with Structured Cable and will be owner provided. All drywall to be 5/8” or thicker. Pricing should include base design and construction with allowance for upgrades as requested. 6. PROPOSED SCHEDULE The County would like to move quickly in selection of a firm to begin the process. The selected firm should be prepared to begin work immediately after a contract is signed with the goal of completing work on an aggressive schedule with a goal of completion no later than June 30, 2021. This anticipated scheduled is negotiable with justification from the consultant. 7. EXPERIENCE AND QUALIFICATIONS Boone County is seeking a contractor/ firm that can demonstrate the following list of required qualifications:

    A. Must have prior renovation experience in an occupied building; B. Must meet all of the requirements to conduct business in Boone County and the

    Commonwealth of Kentucky; C. Must provide a minimum of three (3) professional references; D. Provide locations and include examples of three (3) recent projects of similar size and

    scope. E. Must provide a list of all on-site workers before, along with any changes during the

    course of the project(s). The County may, at its full discretion, may run background checks on listed workers as the work will be performed in “sensitive areas.”

    F. Must meet all other requirements as outlined in this BID. If applicable, the firm should provide a list of potential conflicts of interests due to personal interests or work done for others. 8. MINIMUM REQUIREMENTS TO BE INCLUDED IN SUBMISSION

    A. Pricing Proposal

    The bid must include pricing for all elements listed in this document and highlighted. Proposal pricing shall include:

  • RFP #BCFY21‐0012 

    RFP –BCFY21-0012 Page 7  

    Design of renovated space; Demolition; Construction Materials All applicable permits

    B. Materials List A model and manufacturer for all materials to be used in the restroom renovations

    C. References

    The submission must also include three references with contact information, any exceptions noted and any conflicts of interest related to this proposed project.

    D. Project Timeline

    A proposed project timeline for installation must be included with the proposal submission.

    E. Firm Information

    Submit a company profile, primary contact information and Form W9 for the company

    F. Warranty and Technical Support

    Documentation of hardware warranty and technical support (if available). G. Insurance Requirements

    Certificate of insurance demonstrating required coverages as listed in section 4.

    9. PROPOSAL SUBMISSION, SITE VISITS AND INQUIRIES INFORMATION A. Submission Date and Time: Thursday, November 10, 2020 at 2:00pm (Local Time) Proposal documents must be submitted to https://app.negometrix.com/buyer/839 by the time listed above. B. Site Visit The site is available to tour at the required pre-proposal walkthrough and earlier with arrangement. Prospective contractors/firms are required to attend the required pre-proposal walk-through to be eligible for consideration.

  • RFP #BCFY21‐0012 

    RFP –BCFY21-0012 Page 8  

    C. Request for Proposal (RFP) Inquiries Inquiries/Questions regarding this proposal(s) should be posed in writing no later than 3:00 PM on November 10, 2020 and be directed to David Kemper, Accounting Manager through the Negometrix Solicitation platform. Answers will be provided as an addendum on the procurement page (by 4:00 PM on November 13, 2020) of the county’s website at www.boonecountyky.org/publicnotices and https://app.negometrix.com/buyer/839. 10. PROJECT AWARD Boone County reserves the right to evaluate all submitted proposals and to award the project(s) to the submission deemed to be in the best interest of the county. The County’s selection will be made based on an evaluation using the following criteria.

    a) Total cost/value to the County (35%) b) Overall Quality of Proposal (30%)

    c) Schedule Timeline/ Ability to meet deadlines (25%) d) Hardware and software meet or exceed specifications (10%) The Boone County Fiscal Court may, in its sole and absolute discretion, accept or reject, in whole or in part, for any reason whatsoever any or all Proposals; re-advertise this Request for Proposal; postpone or cancel at any time the Proposal process; waive any informalities of or irregularities in the process; negotiate with any party or request additional information if it so desires. Proposals that are not submitted on time and/or do not conform to the Boone County Fiscal Courts requirements will not be considered. The County may determine, at its sole discretion, whether any aspect of the bid satisfies the criteria established in this Bid. In all cases, the Boone County Fiscal Court shall have no liability to any contractor for any costs or expense, incurred in connection with this proposal or otherwise. The County will allow a bidder’s representative bearing proper authorization and identification to sign for, receive, and withdraw the bid’s unopened proposal prior to submission deadline. A firm wishing to modify his/her proposal may do so by withdrawing the initial submission and then submitting a modified proposal prior to the deadline. Neither the staff nor the facilities of the County will be available to assist a proposer desiring to make modifications. It will be the proposer’s responsibility to make all modifications. The County may conduct discussions with persons submitting proposals for the purpose of clarification to assure full understanding of, and responsiveness to, the solicitation requirements.

  • RFP #BCFY21‐0012 

    RFP –BCFY21-0012 Page 9  

    The County will use the requirements set forth in the ITB as the basis for proposal evaluation. After identification of the responsible institution(s) or whose bid appears to be most advantageous to the County, the County will enter into contract preparation activities with the bidder. If at any time the contract preparation activities are judged to be ineffective, the County may cease all activities and begin contract preparation activities with the next highest rated proposer, and the process may continue until a contract is executed. The County reserves the right to cease all contract preparation activities at any time and reject all Proposals if such action is determined to be in the best interest of the County.

    11. REFERENCE TO SPECIFIED EQUIPMENT CLARIFICATION Is should be noted by bidders that with respect to specific models for the specifications that follow for the Renovations for Boone County Administration Building Request for Proposals, any references to specific models are provided for reference only. The intent of providing such references it to clarify required functionality and features and NOT to require any specific model of equipment. In every instance where a reference is made to a specific brand or model, the RFP should be read to also accept a proposal that includes an equivalent brand or model providing the same function or features. BUILDING AVAILABILITY Due to the nature of the building, all contractor work in the building will be required to limit downtime and maintain building security integrity after hours. It is an occupied building – disruptions should be minimized and area shall be cleaned up at the end of each shift. CONTRACTOR AVAILABILITY Contractor shall be on call during Warranty period to answer any questions Owner might have. CONTRACTOR EQUIPMENT STAGING Contractor shall be responsible for proper care, storage and staging of all equipment included in the project DOCUMENTATION All Owners manuals and or maintenance information shall be provided as electronic PDF format to the owner and owner representative.

    WARRANTY AND SUPPORT Unless otherwise noted, Contractor shall guarantee all materials, equipment, etc., one (1)) year from date of final Owner acceptance of system. This guarantee shall include all labor, material and travel time. 13. DRAWINGS See Exhibit B

  • RFP #BCFY21‐0012 

    RFP –BCFY21-0012 Page 10  

    14. PERFORMANCE BOND, RETAINAGE & LIQUIDATED DAMAGES A. Performance Bond Not required B. Retainage 10% shall be held in retainage until 30 days after substantial completion, determined in writing by both parties

  • RFP #BCFY21‐0012 

     

    KENTUCKY PREFERENCE LAWS The scoring of proposals is subject to Reciprocal preference for Kentucky resident submitters and Preferences for a Qualified Bidder or the Department of Corrections, Division of Prison Industries. *Vendors not claiming resident bidder or qualified bidder status need not submit the corresponding affidavit. Reciprocal preference for Kentucky resident bidders KRS 45A.490 Definitions for KRS 45A.490 to 45A.494. As used in KRS 45A.490 to 45A.494: (1) "Contract" means any agreement of a public agency, including grants and orders, for the purchase or disposal of supplies, services, construction, or any other item; and (2) "Public agency" has the same meaning as in KRS 61.805. KRS 45A.492 Legislative declarations. The General Assembly declares: (1) A public purpose of the Commonwealth is served by providing preference to Kentucky residents in contracts by public agencies; and (2) Providing preference to Kentucky residents equalizes the competition with other states that provide preference to their residents. KRS 45A.494 Reciprocal preference to be given by public agencies to resident bidders -- List of states -- Administrative regulations. (1) Prior to a contract being awarded to the lowest responsible and responsive bidder on a contract by a public agency, a resident bidder of the Commonwealth shall be given a preference against a nonresident bidder registered in any state that gives or requires a preference to bidders from that state. The preference shall be equal to the preference given or required by the state of the nonresident bidder. (2) A resident bidder is an individual, partnership, association, corporation, or other business entity that, on the date the contract is first advertised or announced as available for bidding: (a) Is authorized to transact business in the Commonwealth; and (b) Has for one (1) year prior to and through the date of the advertisement, filed Kentucky corporate income taxes, made payments to the Kentucky unemployment insurance fund established in KRS 341.490, and maintained a Kentucky workers' compensation policy in effect. (3) A nonresident bidder is an individual, partnership, association, corporation, or other business entity that does not meet the requirements of subsection (2) of this section. (4) If a procurement determination results in a tie between a resident bidder and a nonresident bidder, preference shall be given to the resident bidder. (5) This section shall apply to all contracts funded or controlled in whole or in part by a public agency. (6) The Finance and Administration Cabinet shall maintain a list of states that give to or require a preference for their own resident bidders, including details of the preference given to such bidders, to be used by public agencies in determining resident bidder preferences. The cabinet shall also promulgate administrative regulations in accordance with KRS Chapter 13A establishing the procedure by which the preferences required by this section shall be given. (7) The preference for resident bidders shall not be given if the preference conflicts with federal law. (8) Any public agency soliciting or advertising for Proposals for contracts shall make KRS 45A.490 to 45A.494 part of the solicitation or advertisement for Proposals. The reciprocal preference as described in KRS 45A.490-494 above shall be applied in accordance with 200 KAR 5:400.

  • RFP #BCFY21‐0012 

     

    Determining the residency of a bidder for purposes of applying a reciprocal preference Any individual, partnership, association, corporation, or other business entity claiming resident bidder status shall submit along with its response the attached Required Affidavit for Bidders, Offerors, and Contractors Claiming Resident Bidder Status. The BIDDING AGENCY reserves the right to request documentation supporting a proposer’s claim of resident bidder status. Failure to provide such documentation upon request shall result in disqualification of the bidder or contract termination. A nonresident bidder shall submit, along with its response, its certificate of authority to transact business in the Commonwealth as filed with the Commonwealth of Kentucky, Secretary of State. The location of the principal office identified therein shall be deemed the state of residency for that bidder. If the bidder is not required by law to obtain said certificate, the state of residency for that bidder shall be deemed to be that which is identified in its mailing address as provided in its bid. Preferences for a Qualified Bidder or the Department of Corrections, Division of Prison Industries. Pursuant to 200 KAR 5:410, and KRS 45A.470, Kentucky Correctional Industries will receive a preference equal to twenty (20) percent of the maximum points awarded to a bidder in a solicitation. In addition, the following “qualified bidders” will receive a preference equal to fifteen (15) percent of the maximum points awarded to a bidder in a solicitation: Kentucky Industries for the Blind, any nonprofit corporation that furthers the purposes of KRS Chapter 163 and any qualified nonprofit agencies for individuals with severe disabilities as defined in KRS 45A.465(3). Other than Kentucky Industries for the Blind, a bidder claiming “qualified bidder” status shall submit along with its response to the solicitation a notarized affidavit which affirms that it meets the requirements to be considered a qualified bidder- affidavit form included. If requested, failure to provide documentation to a public agency proving qualified bidder status may result in disqualification of the bidder or contract termination.

  • RFP #BCFY21‐0012 

     

    REQUIRED AFFIDAVIT FOR BIDDERS, OFFERORS AND CONTRACTORS CLAIMING RESIDENT BIDDER STATUS (Not required unless claiming Resident Bidder Status) FOR PROPOSALS AND CONTRACTS IN GENERAL: The bidder or offeror hereby swears and affirms under penalty of perjury that, in accordance with KRS 45A.494(2), the entity bidding is an individual, partnership, association, corporation, or other business entity that, on the date the contract is first advertised or announced as available for bidding: Is authorized to transact business in the Commonwealth; Has for one year prior to and through the date of advertisement Filed Kentucky income taxes; Made payments to the Kentucky unemployment insurance fund established in KRS 341.49; and Maintained a Kentucky workers’ compensation policy in effect. The BIDDING AGENCY reserves the right to request documentation supporting a proposer’s claim of resident bidder status. Failure to provide such documentation upon request shall result in disqualification of the bidder or contract termination.

    Signature Printed Name

    Title Date

    Company Name

    Address

    Subscribed and sworn to before me by (Affiant) (Title)

    of this _____day of ____________,20___. (Company Name)

    Notary Public [seal of notary] My commission expires:

  • RFP #BCFY21‐0012 

     

    REQUIRED AFFIDAVIT FOR BIDDERS, OFFERORS AND CONTRACTORS CLAIMING QUALIFIED BIDDER STATUS

    (Not Required Unless Claiming Qualified Bidder Status)

    FOR PROPOSALS AND CONTRACTS IN GENERAL: I. The bidder or offeror swears and affirms under penalty of perjury that the entity bidding, and all subcontractors therein, meets the requirements to be considered a “qualified bidder” in accordance with 200 KAR 5:410(3); and will continue to comply with such requirements for the duration of any contract awarded. Please identify below the particular “qualified bidder” status claimed by the bidding entity. ________ A nonprofit corporation that furthers the purposes of KRS Chapter 163 _______ Per KRS 45A.465(3), a "Qualified nonprofit agency for individuals with severe disabilities" means an

    organization that: (a) Is organized and operated in the interest of individuals with severe disabilities; and (b) Complies with any applicable occupational health and safety law of the United States and the Commonwealth; and (c) In the manufacture or provision of products or services listed or purchased under KRS 45A.470, during the fiscal year employs individuals with severe disabilities for not less than seventy-five percent (75%) of the man hours of direct labor required for the manufacture or provision of the products or services; and (d) Is registered and in good standing as a nonprofit organization with the Secretary of State. The BIDDING AGENCY reserves the right to request documentation supporting a proposer’s claim of qualified bidder status. Failure to provide such documentation upon request may result in disqualification of the bidder or contract termination.

    Signature Printed Name

    Title Date

    Company Name

    Address

    Subscribed and sworn to before me by (Affiant) (Title)

    of this _____day of ____________,20___. (Company Name)

    Notary Public

    [seal of notary] My commission expires: ___________

  • RFP #BCFY21‐0012 

     

    EXHIBIT A

    Pricing Proposal 

     

    RENOVATIONS FOR BOONE COUNTY ADMINISTRATION BUILDING Boone County reserves the right to select one, some or all of the options below. 

     

    A. Cost to design and renovate offices, conference room and lobby of the   ____________  on the second floor, approximately 4,600 square feet. 

     

    B. Cost to design and renovate of six (6) restrooms on the first, second   ____________ and third floor  

    C. Discount if awarded both projects (percentage or dollar amount               ____________  

    Exceptions: 

     

     

    Firm: 

    Authorized Representative: 

    Date: 

  • Exhibit B

    Second Floor 

    Existing Conditions 

       

    Lobby 

    Office 

    Storefront HR 

  • Exhibit B

    Second Floor Office Renovations 

    Notes: 

    Install approximately 4,600 square feet of owner provided carpet tile. 

    Perform an HVAC study and balance HVAC accordingly. 

    Move any sprinkler heads required by the renovation. 

    Paint the walls of the 4,600 square foot area of renovation. 

    Replace all 2x4 lay in lighting with dimmable LED of like lumens 

     

       

    Lobby 

    Office 

    Storefront HR 

  • Exhibit B

     Second Floor Office Renovations 

    Carpet and Paint 

    Approximately 4,600 sq feet 

       

  • Exhibit B

    Second Floor Office Renovations 

    Second Floor Lobby Office 

    Notes: 

    1. Install one data port 2. Coordinate install of proximity reader and door electronic lock hardware 3. Remove inner door 4. Remove existing Drywall 5. Install soundproofing/insulation 6. Drywall and insulate existing opening 7. Install drywall 

     

       

  • Exhibit B

    Second Floor Office Renovations 

    Second Floor HR 

    Notes: 

    1. Cut, frame and finish pass through 2. Install wall 3. Install 3 doors 4. Coordinate installation of 2 prox readers and door electronic hardware 5. Install office walls 6. Install 4 outlets 7. Install 2, 3‐way light switches 8. Install 1 light switch 9. Install 2 data ports 

     

       

  • Exhibit B

    Second Floor Office Renovations 

    Second Floor Storefront 

    Notes: 

    1. Demolish two offices 2. Install new storefront 3. Install two new electric outlets 4. Install two new data ports 5. Install two solid surface countertops 

       

  • Exhibit B

    Second Floor Office Renovations 

    Hallway Service Windows 

    Notes: 

    1. Remove sliding glass for 3 openings a. 43” x36” qty: 1 b. 47” x 36” qty: 2 

    2. Frame and patch opening 3. Paint 4. This is the last task to be completed in the project 

     

     

       

  • Exhibit B

    First Floor Restrooms 

     

    Notes: 

    1. New lighting (LED) 2. New motion detectors for lighting 3. Lighting over sink mirrors to remain on 4. New Ceramic tile floor 5. New ceramic tile wall finishes to 6’ 6. New toilet fixtures with automatic flush sensors 7. New sinks with automatic sensors 8. New toilet partitions 9. New baby changing stations in both restrooms 10. New paint 

    Must meet ADA requirements 

       

  • Exhibit B

    Second Floor Restrooms 

     

    Notes: 

    1. Install proximity reader and door electronic hardware on entry doors 2. Door to open out 3. New lighting (LED) 4. New motion detectors for lighting 5. Lighting over sink mirrors to remain on 6. New Ceramic tile floor 7. New ceramic tile wall finishes to 6’ 8. New toilet fixtures with automatic flush sensors 9. New sinks with automatic sensors 10. New toilet partitions 11. New paint 

    Must meet ADA requirements 

     

     

       

  • Exhibit B

    10 

    Third Floor Restrooms 

     

    Notes: 

    1. Reuse proximity reader and door electronic hardware on entry doors 2. Door to open out 3. New lighting (LED) 4. New motion detectors for lighting 5. Lighting over sink mirrors to remain on 6. New Ceramic tile floor 7. New ceramic tile wall finishes to 6’ 8. New toilet fixtures with automatic flush sensors 9. New sinks with automatic sensors 10. New toilet partitions 11. New lactation room adjacent to Ladies restroom 12. New paint 

    Must meet ADA requirements and DOL recommendations