Hebard SOB Underground Storage Tank Replacement

Location: Vermont
Posted: Oct 15, 2025
Due: Dec 4, 2025
Agency: State Government of Vermont
Type of Government: State & Local
Category:
  • H - Quality Control, Testing, and Inspection Services
  • Y - Construction of Structures and Facilities
Publication URL: To access bid details, please log in.
Hebard SOB Underground Storage Tank Replacement Request Date: 10/15/2025 9:38:19 AM
Open Date:
Closing Date: 12/4/2025 4:30 PM
Intent To Bid Deadline:
Est. Dollar Value: $0.00
RFQ Number:

Buildings & General Svs, Office of Purchasing & Contracting

133 State Street, 5th Floor
Montpelier ,
VT 05633-8000

Bid Type:
Request for Proposal

Locations:
Orleans
Keywords:
Construction (Building), Construction (Non Building), Construction Management

Bid Description:
STATE OF VERMONT
CONSTRUCTION INVITATION TO BID
ISSUED BY: Department of Buildings & General Services
EMORY A. HEBARD STATE OFFICE BUILDING
UNDERGROUND STORAGE TANK REPLACEMENT
ISSUE DATE: OCTOBER 14, 2025
BIDDERS CONFERENCE: There will be a non-mandatory pre-bid meeting at the
site on November 18, 2025 at 10:00 AM. Please meet at the front entrance of the
Emory A. Hebard State Office Building, 100 Main Street, Newport, VT 05855.
QUESTIONS DUE: November 25, 2025 – 4:30 PM (EST)
RESPONSES DUE BY: December 4, 2025 – 4:30 PM (EST)
STATE CONTACT: James Meyers, State Senior Purchasing Agent
E-MAIL : BGS.OPCVendorDocs@vermont.gov
.
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 Emory A. Hebard State Office Building Underground Storage
Tank Replacement for Business & General Services at 100 Main Street in Newport, Vermont.
This project consists of, but is not limited to:
1.1. PROJECT OVERVIEW:
1.1.1. The underground fuel tank at the Emory A. Hebard State Office Building has reached end
of life and needs to be replaced. This project is to replace the existing fuel tank in kind and
replace the pavers in the selected areas with poured concrete.
1.2. BASE BID:
1.2.1. The Contractor shall coordinate all work with the State Project Manager, Operations &
Maintenance and the Clerk of the Works.
1.2.2. A construction schedule shall be agreed upon before work commences.
1.2.3. The work can only take place between April 30th, 2026 and September 12th, 2026.
1.2.4. Safely remove any remaining usable fuel and transport it to Northern State Correctional
Facility for use. Properly dispose of any remaining contaminated fuel, water or sludge in
accordance with applicable state and federal requirements.
1.2.5. Demolish the existing pavers in accordance with the construction drawings.
1.2.6. Excavate the site and remove the existing fuel tank in accordance with the construction
drawings. It is assumed that the soil has not been contaminated. However, provide a cost
per cubic yard for the proper disposal of contaminated soil in the event that contaminated
soil is discovered.
1.2.7. Properly disconnect existing fuel and vent lines to facilitate replacement of fuel tank.
Reroute piping as needed to facilitate installation of new tank. Demolish return fuel lines.
New return fuel lines are not necessary.
1.2.8. Evaluate existing concrete ballast for reuse with new fuel tank in accordance with the
construction drawings.
1.2.9. Replace existing 8,000 gallon fuel tank in kind.
1.2.10. Properly backfill and compact excavated site surrounding fuel tank.
1.2.11. In place of the original site pavers, install poured colored concrete matching the color of
the existing pavers.
1.2.12. Patch or repair any damaged pavers or base due to excavation.
1.2.13. Contractor shall hire an environmental consultant to oversee removal of existing tank and
provide a tank closure report (release assessment) acceptable to the Vermont Agency of
Natural Resources. The proposed tank will not require a construction permit but will
require the contractor to register the new tank with the Vermont Department of
Environmental Conservation.
1.3. ALLOWANCE:
1.3.1. If existing concrete ballast is not suitable:
1.3.2 Demolish the existing concrete ballast.
1.3.3 Construct a new concrete ballast with dimensions per tank manufacturer.
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
Revision Date: 03/18/2025
Page | 3
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: $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 BGS.OPCVendorDocs@vermont.gov no later than 4:30 PM on
November 25, 2025. All questions should include Hebard State Office Building Underground
Storage Tank Replacement 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
Revision Date: 03/18/2025
Page | 4
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
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.
Revision Date: 03/18/2025
Page | 5
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
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 Vermont Capital Construction
Act funds. Wages for construction employees shall be paid no less than the Vermont
Prevailing Wage and Fringe Benefit Rate requirements (reference Instructions to Bidders,
Prevailing Wage Rate Requirements). A complete list of occupations and associated
wage rates are available on the internet at: http://www.vtlmi.info/lmipub.htm
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. BIDDER 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.
Revision Date: 03/18/2025
Page | 6
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.
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 BGS.VTBids@vermont.gov. 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. Full Bonding is required for this job.
10. 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.
11. It is the Bidder’s responsibility to thoroughly read and comply with all instructions and
requirements of this bid solicitation.
12. BID SUBMISSION CHECKLIST:
? Bonding Requirements
? Technical Response
? References
? Price Schedule
? Signed Certificate of Compliance
13. ATTACHMENTS – Refer to the Index
Sincerely,
Wanda Minoli
BGS Commissioner
Special Instructions:
Contact Information:
James Meyers
Phone: (802) 8282211
Fax:
Email: bgs.opcvendordocs@vermont.gov
For additional information: www.bgs.state.vt.us/pca/bids/bids.php
Bid Attachments:
Site Visit: Date: 11/18/2025 10:00:00 AM

BIDDERS CONFERENCE: There will be a non-mandatory pre-bid meeting at the
site on November 18, 2025 at 10:00 AM. Please meet at the front entrance of the
Emory A. Hebard State Office Building, 100 Main Street, Newport, VT 05855.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...of replacement water main, 3,500 feet of new water service pipe and appurtenances ...

State Government of Vermont

Bid Due: 12/18/2025

...or substandard PVC water lines serving the Park will be replaced with equal ...

State Government of Vermont

Bid Due: 12/19/2025

...TriTown Water District No.1 - Existing Filter Rehabilitation Request Date: 12/2/2025 5:01:29 PM...: ...

State Government of Vermont

Bid Due: 1/06/2026

..., but is not limited to, the following: Replacement of approximately 2,500 feet ...

State Government of Vermont

Bid Due: 12/17/2025

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only for convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.