|
|
REBID Front Line Rearing Ponds Improvements – Phase II
|
Request Date: 10/13/2025 3:07:32 PM
Open Date:
Closing Date: 11/19/2025 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:
Washington
Keywords: Architect and Engineering (Building), Architect and Engineering (Non-Building)
Bid Description:
Page | 1
STATE OF VERMONT
CONSTRUCTION INVITATION TO BID
ISSUED BY: Department of Buildings & General Services on behalf of the Agency of Natural
Resources - Department of Fish & Wildlife
REBID FRONT LINE REARING PONDS IMPROVEMENTS – PHASE II
ISSUE DATE: October 10, 2025
BIDDERS CONFERENCE: There will be a non-mandatory) pre-bid meeting at the site on
October 29, 2025 at 10:30 AM.
QUESTIONS DUE: November 7, 2025 – 4:30 PM (EST)
RESPONSES DUE BY: November 19, 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 Rebid Front Line Rearing Ponds Improvements – Phase II for
the Department of Buildings & General Services on behalf of the Agency of Natural Resources –
Department of Fish & Wildlife at 110 Hatchery Road in Bennington, Vermont.
This project consists of, but is not limited to:
This project is Phase II of the Front Line Rearing Pond improvements and will consist of
constructing new concrete training walls around Ponds #2, 3 and 4, and replacing concrete
water level control structures/flumes between ponds 2/3 and 3/4 and tying new Pond 4 training
walls back to the existing level control structure at outlet of Pond 4. The new Pond #2 walls will tie
to the Phase I concrete Flume outlet wing walls. The new concrete water level control structures/
flumes will each include a new drain to be connected to the main drainline for the hatchery
facility. The new concrete training walls, replacement water level control structures/flumes
and drain lines are to improve operations and maintenance of the ponds. The project will
also include erosion prevention and sediment control measures, control of water, piping, valves,
earthwork and all other appurtenances and incidental work necessary to complete the project. Plans
indicate Not in Contract (N.I.C) for elements that were part of Phase 1 construction or are
otherwise excluded from the scope.
The time period window for core aspects of construction for this project is from June 15, 2026 to
August 15, 2026 defined by management needs for the fishstock. This period extends from when
trout in the ponds are removed for stocking until new trout to be raised for next year's stocking are
put back in the ponds. Exact dates of the construction window will be coordinated with the
Hatchery Manager and some construction activities not directly impacting the ponds may be
allowable outside these dates. Substantial Completion assumes Ponds 2, 3 and 4, their outlet
structures, and Access Ramps have been constructed to a fully functional condition to allow for
return of fish to the Ponds.
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: 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.
Revision Date: 03/18/2025
Page | 3
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 7, 2025. All
questions should include Front Line Rearing Ponds Improvements – Phase II 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 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
Revision Date: 03/18/2025
Page | 4
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
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.
Revision Date: 03/18/2025
Page | 5
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. 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.
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.
Revision Date: 03/18/2025
Page | 6
12. BID SUBMISSION CHECKLIST:
? Bonding Requirements
? Technical Response
? References
? Price Schedule
? Signed Certificate of Compliance
13. ATTACHMENTS – Refer to the Index
Sincerely,
Wanda Minoli
Commissioner
Department of Buildings and General Services
Special Instructions: Addendum 1 posted 11.14.2025
Awardees
|
Warren W. Fane Inc.
|
6/7/2026 |
|
65 Leversee Rd Troy, NY
|
$669,383.00 |
|
|
 |
 |
 |
|