Active SLED Opportunity · NEW HAMPSHIRE · CITY OF LEBANON

    2026 Sewer Cleaning and Televising

    Issued by City of Lebanon
    cityRFPCity of LebanonSol. 250802
    Open · 5d remaining
    DAYS TO CLOSE
    5
    due Apr 28, 2026
    PUBLISHED
    Apr 7, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    237110
    AI-classified industry

    AI Summary

    The City of Lebanon, NH seeks proposals for sewer cleaning and televising services including root removal, hydraulic cleaning, and CCTV inspection. The contractor must provide labor, materials, equipment, and comply with EPA and NASSCO standards. Bonds and insurance are required. Bids due by April 28, 2026.

    Opportunity details

    Solicitation No.
    250802
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    April 7, 2026
    Due Date
    April 28, 2026
    NAICS Code
    237110AI guide
    Jurisdiction
    City of Lebanon
    Agency
    City of Lebanon

    Description

    The Project includes cleaning and televising of the areas of sanitary sewer pipe. The intent of the Project is to clean, perform root removal, and to televise afterwards to the best extent possible while staying within the allotted budget. The CONTRACTOR will provide all, labor, materials, and equipment to perform the work.

    Project Details

    • Reference ID: 2026-RFx-045
    • Department: Public Works - Utilities
    • Department Head: Jay Cairelli (Public Works Director)

    Important Dates

    • Questions Due: 2026-04-21T20:00:00.000Z
    • Answers Posted By: 2026-04-24T20:00:00.000Z

    Evaluation Criteria

    • Limitations, Omissions, Discrepancies, Addenda and Revisions

      This Request for Bids does not commit the CITY to award a contract, to pay any costs incurred in the preparation of a response to this request, or to procure or contract for services or supplies. The CITY reserves the right to accept or reject any or all Bids received as a result of this request, or to cancel in part or in its entirety this Request for Bids, if in the best interest of the CITY to do so. The quantities that will be awarded would depend on final bid pricing and budget limitations.

      Should a Bidder find discrepancies in or omissions from the Contract Documents or is in doubt as to their meaning, the Bidder should at once notify the Owner. In general, no answer will be given to the prospective Bidders in reply to an oral question if the question involves the equality or use of products or methods other than those specifically designated or described on the Drawings or in the Specifications. All information given to Bidders by means other than set forth in the Contract Documents is given informally and shall not be used as the basis of a claim against the Owner.

      Omissions, discrepancies, and questions must be submitted via the eProcurement Questions portal by the designated date and time on the timeline. If a question involves the equality or use of products or methods not specifically designated or described on the Drawings or in the Specifications, it must be accompanied by Drawings, Specification, or other data in sufficient detail to enable the Owner to determine the equality or suitability of the product or method. In general, the Owner will neither approve nor disapprove particular products prior to the opening of the bids; such products will generally be considered only when offered by the Contractor for incorporation into the work after the award and signing of the Contract.

      The Owner will prepare Addenda to address all pertinent questions received and answers shall be provided by the designated date and time on the timeline. Addenda will be sent to each Bidder/Follower who has downloaded the Contract Documents.

    • Sewer Cleaning and Televising
      3.1. General

      The City of Lebanon, New Hampshire (hereafter referred to as the CITY) is seeking the services of a responsible Sewer Cleaning Company (hereafter referred to as the CONTRACTOR) lawfully engaged in the practice of these services in New Hampshire for the cleaning and televising of sewer lines. Interested CONTRACTORS should respond to this request on or before the time due for submission. Following the receipt of the bids, City staff shall evaluate the bids and review for selection. Emphasis in selecting a CONTRACTOR shall be placed on the CONTRACTOR’s ability to complete the work in the time frame requested.

      The Project includes cleaning and televising of the areas of sanitary sewer pipe as referenced in attached documents . The intent of the Project is to clean, perform root removal, and to televise afterwards to the best extent possible while staying within the allotted budget. The CONTRACTOR will provide all, labor, materials, and equipment to perform the work.

      Projected work schedule to be provided with submission. The videos and excel spreadsheets or access file shall be submitted to the CITY within two (2) weeks of completion of sewer cleaning and CCTV inspection. The City’s engineer shall review the videos within thirty (30) days of receipt.

      3.2. Scope of Services

      The Project includes cleaning and televising of the below referenced areas of sanitary sewer pipe. The intent of the Project is to clean, perform root removal, and to televise afterwards to the best extent possible while staying within the allotted budget. The CONTRACTOR will provide all, labor, materials, and equipment to perform the work. All sizes and lengths and a highlighted map of the sewer lines are available in the attachment. All traffic control will be provided by the selected contractor and will be bid as a lump sum. There shall be a $10,000 contingency for any unforeseen complication related to sewer cleaning. NASSCO level inspection is required for each sewer line. An example color coded form is available in the attachments.

      A spreadsheet that shall be filled out for each sewer pipe is available in the attachments, if the contractor can provide a Microsoft Access file to be uploaded into our asset management program this is not required to be done. All work shall be performed in accordance with EPA’s Condition Assessment of Wastewater Collection Systems and the Guide for Evaluating Capacity, Management, Operation & Maintenance (CMOM) Programs at Sanitary Sewer Collection Systems. All CONTRACTOR I/I technicians shall be Pipeline Assessment and Certification Program (PACP) certified and will be required to provide proof of certification.

      3.3. Line cleaning and Television Inspection

      The CONTRACTOR shall provide all labor, materials and equipment required for sewer line cleaning and television inspection of sanitary sewer by means of closed circuit television, in sanitary sewers to locate constrictions and pipe damage within manhole-to-manhole segments.

      The CONTRACTOR will provide hydraulic cleaning of those sewers to be inspected to the extent needed for inspection, which will include performing a minimum of two (2) passes of a high-pressure hydraulic sewer cleaner. Roots shall be removed from any area with substantial intrusion using a root cutting head. Any sand or debris, which is cleaned from the sewer pipe during this operation will be collected in a sand trap and be disposed of by the CONTRACTOR in a proper manner. The CONTRACTOR shall be responsible for transportation and disposal of the debris. No material shall be disposed of in the downstream sewers. Debris shall be disposed at the CITY landfill at no cost to the CONTRACTOR.

      The CONTRACTOR shall obtain approval from the CITY prior to opening any fire hydrants.

      The CONTRACTOR will regulate existing sewage flow during inspection to a depth that allows all pipe defects and leaks to be observed. When flows in the sewers are too high, in the CITY’s opinion to adequately view the pipe’s internal condition, the CONTRACTOR shall perform the television inspection between the hours of midnight and 6:00 a.m. or other low flow period as determined by the CITY. When upstream sewers are plugged, the CONTRACTOR shall monitor the extent of surcharging and will ensure that the surcharge does not result in overflows from manholes or backups into the basements of buildings. The CONTRACTOR will coordinate the operation of upstream pump stations with the CITY to ensure that overflows do not occur.

      The CONTRACTOR will use a pan and tilt closed circuit color television camera to observe and document the internal condition of sewers inspected. The television camera will be moved through the sewer line at a prudent rate so that all pipe leaks and defects are observed and recorded. Each service line will be internally viewed from the mainline utilizing the pan and tilt camera. Closed circuit color television inspection shall be performed after the high-pressure hydraulic sewer cleaner has been removed from the sewer line.

      The CONTRACTOR will estimate, by observation, the discharge rate of all continuously running service connections and leakage into the pipe.

      Television inspections with the accompanying audio shall be recorded in MPEG-1 format. Inspections shall be conducted one at a time, with each segment recorded as a separate file. Stationing shall be recorded at a minimum of every foot and at all points of interest, to allow instant access to any given footage. Filenames shall contain upstream and downstream subarea and manhole designations as well as camera direction e.g. “BS-1 to BS-2 Downstream”.

      The CONTRACTOR will develop a typewritten log of observations for each sewer segment inspected. The logs shall be provided in PDF format (one log per PDF file) and in an Excel spreadsheet or Microsoft Access File provided by the City. The excel spreadsheet or Access file shall be provided to allow for easy upload into the City’s Asset Management Program. General information on each log will include date inspected, weather condition, segment location (including a house number for the upstream manhole of each set-up), segment length, average depth of sewer, ground surface description, pipe size, pipe type, pipe length, and joint material. The inspection log will indicate, by reference points, point of entry of service connections, infiltration sources, continuously running service connections, bad joints, pipe sags, cracks, and other potential problems. The inspection log will utilize a clock system for indicating points of reference. Information identifying the location of each sewer segment, including sub-area and manhole identification numbers and footages, shall be shown on the television screen and recorded during each inspection.

      3.4. Reports

      The CONTRACTOR shall deliver to the CITY two (2) external hard drives at the end of the project. The external hard drives shall be capable of USB 2.0 connectivity and will become the property of the CITY upon delivery. The CONTRACTOR shall use file folders to organize individual types of data on the external hard drives. The CONTRACTOR shall include the following data on the external hard drives prior to delivery to the CITY.

      • Television Inspection
      • Television Inspection MPEG-1 Files
      • Filenames shall contain upstream and downstream manhole designations as well as camera direction e.g. “BS-1 to BS-2 Downstream.”
      • Each television inspection log as a separate PDF and Excel file
      • Filenames shall contain upstream and downstream manhole designations as well as camera direction e.g. “BS-1 to BS-2 Downstream.”
      • 1 printed copies of the inspection logs
      • Field Maps
      • Redline or marked-up field map shall be maintained by the CONTRACTOR throughout this Project and shall include as a minimum: pipes cleaned, pipe concerns, newly discovered MHs and sewer features different than shown on the plans.
      • Field map as a PDF file in color

      The external hard drives, with all associated data, shall be supplied within two (2) weeks following completion of the work. The CONTRACTOR shall also provide the CITY with mark ups of the original field maps (provided by ENGINEER) for all tasks completed within two (2) weeks following completion of the work.

      3.5. Heavy Cleaning

      The CONTRACTOR shall provide all labor, materials and equipment required to conduct heavy cleaning. Heavy cleaning shall include the removal of large amounts of debris, grease, large size stones and bricks and/or heavy root growth existing within the sewer line so that television inspection can be conducted.

      Heavy cleaning shall only be allowed by authorization of the CITY and only after light cleaning has been attempted. Heavy cleaning shall be paid by the linear foot. CONTRACTOR shall document the location and time of heavy cleaning. The CONTRACTOR shall be responsible for transportation and disposal of the heavy cleaning debris. Disposal of non-hazardous debris shall be free of cost at the Lebanon Landfill.

      3.6. Root Cut (Each segment)

      1. Root Cut Medium - Removal of Roots Medium (RM), and Root Balls (RB) in one or two joints.

      2. Root Cut Ball – Removal of Root Balls (RB) removed in at least 3 joints.

      3. The Owner shall determine if the sewer segment requires root cut cleaning. All roots must be screened, collected, and removed from the sewer for proper disposal.

      4. The Contractor shall immediately notify the Owner if he believes that these activities performed under this paragraph will cause a sewer collapse due to the existing deterioration of the host pipe. Owner's determination whether to continue or stop work is final.

      3.7. Measurement and Payment

      • Light Cleaning and Television Inspection shall be paid by the linear foot. Release of retainage or release of the Performance Bond will not be made until CITY has received all deliverables and has reviewed the television inspections for completeness.

      • Heavy Cleaning shall be paid by the linear foot. Heavy cleaning must be approved by the CITY prior to cleaning.

      • Root Cutting shall be paid by the linear foot. Root cutting must be approved by the City prior to cutting.

      3.8. Responsibilities of the CITY

      Furnish to the CONTRACTOR available information as to the requirements for his part of the PROJECT and pertinent to the site. Make provisions for the CONTRACTOR to enter upon public and private property as required for performance of services hereunder. Provide water supply at hydrants at no cost to the CONTRACTOR for the work of the PROJECT. The CONTRACTOR shall not be responsible for the cost of water. However, a refundable deposit may be required for use of a backflow preventer.

    • Guidelines

      All Bids must be submitted through the City of Lebanon eProcurement Portal located at LebanonNH.gov/Bids. The “Bid Proposal” should give a unit price in figures for each item which will yield a total price for each item and must be entered by a company representative authorized to commit the company.

      It is the policy of the CITY that Contracts be awarded only to responsible CONTRACTORS. In order to qualify as responsible, a prospective CONTRACTOR must meet the following standards as they relate to this request:

      • Have adequate financial resources for performance, or have the ability to obtain such resources, as required during performance;
      • Have the necessary experience, organization, technical and professional qualifications, skills, equipment, and facilities;

      • Be able to comply with the proposed or required time of completion or performance schedule;

      • Have a satisfactory record of performance and documented successful completion of similar projects.

    • Contract Documents and Definitions

      The Contract Documents that will form the Contract are as defined in the General Conditions. Bidders must examine each of the Contract Documents, visit the location of the work, and inform themselves of the difficulties attending the execution of the work prior to the submission of their Proposals. The successful Contractor shall give attention to the definitions included in the Contract Documents.

    • Bid Date Postponement

      The Owner reserves the right to postpone the date for presentation and opening of Proposals and will give email notice of such postponement to each prospective Bidder/Follower.

    • Bid Bond

      All bids must be submitted with a Bid Bond in the amount of 5% of the Bid Price executed between the Bidder and a Surety Company.

    • Pricing Discrepancies

      In the event of discrepancies between the price totals quoted in the Bids and the unit price figures, the unit price figures shall control. The price is to include the furnishing of all material, plant, equipment, tools, labor, and other facilities required for the completion of the work except as may be otherwise expressly provided in the Contract Documents. The Contractor shall prepare his prices for the Bids based on the equipment named in the Specifications. After the award of the Contract, if the Contractor desires to use equipment or methods other than those specified or shown in these documents, the Contractor shall submit data to prove equality, submit reason for change, submit the amount of credit (if any) to the Contract Price, provide Owner documentation for any changes required to arrive at a decision as to the suitability of the substitution.

    • Performance Bond

      The successful Bidder shall execute a Performance Bond in the amount of 100 percent of the Bid Price within 5 business days of the NOTICE of AWARD. Performance Bond shall be executed by the Bidder, Owner, and a Surety Company.

      RSA 447:16 details the bond requirements for municipal projects over $125,000.

    • Payment Bond

      The successful bidder shall provide a Payment Bond in accordance with the provisions of RSA 447:16, executed between the Bidder, Owner, and a Surety Company within 5 business days of the NOTICE of AWARD.

      RSA 447:16 details the bond requirements for municipal projects over $125,000.

    • Insurance

      The Contractor shall, at its sole expense, obtain and maintain the following types of insurance, with an insurance company licensed to do business in the State of New Hampshire with a financial rating of A- or better in “Best’s Insurance Guide”, and for the following minimum amounts:

      Type of Insurance Limits

      A. Workers’ Compensation Per New Hampshire Statute

      B. Employer’s Liability Insurance $1,000,000

      C. Comprehensive General Liability* $1,000,000 per occurrence / $2,000,000 in the aggregate / $1,000,000 Project Aggregate

      Comprehensive General Liability Insurance shall include coverage for all claims of personal injury, bodily injury, sickness, disease, or death (including coverage for acts of Consultant’s officials and employees), and broad form property damage (including loss of use resulting therefrom) and for completed operations.

      D. Comprehensive Automobile Liability*

      Bodily Injury $1,000,000 per occurrence/

      Property Damage $2,000,000 in the aggregate

      E. *Comprehensive Liability $5,000,000 in the aggregate

      Umbrella Coverage in the amount of $2,000,000

      Prior to the start of Work, the Consultant shall provide Certificates of Insurance to the City showing policy coverage of all of the above types of insurance with the coverage and limits as indicated above and, thereafter, on an annual basis for the duration of this Agreement and also at the termination of the Agreement, as evidence that policies providing the required coverage, conditions and limits are in full force and effect for the required period of time. Such Certificates shall identify this Agreement and contain provisions that coverage will not be cancelled or materially altered until at least thirty (30) days prior written notice has been given to the City. The City, to include its officers, agents, and employees, shall be named as an additional insured on all insurance required under this Agreement except for Professional Liability and Workers' Compensation.

    • Insurance

      The Contractor shall, at its sole expense, obtain and maintain the following types of insurance, with an insurance company licensed to do business in the State of New Hampshire with a financial rating of A- or better in “Best’s Insurance Guide”, and for the following minimum amounts:

      Type of Insurance Limits

      A. Workers’ Compensation Per New Hampshire Statute

      B. Employer’s Liability Insurance $1,000,000

      C. Comprehensive General Liability* $1,000,000 per occurrence / $2,000,000 in the aggregate / $1,000,000 Project Aggregate

      Comprehensive General Liability Insurance shall include coverage for all claims of personal injury, bodily injury, sickness, disease, or death (including coverage for acts of Consultant’s officials and employees), and broad form property damage (including loss of use resulting therefrom) and for completed operations.

      D. Comprehensive Automobile Liability*

      Bodily Injury $1,000,000 per occurrence/

      Property Damage $2,000,000 in the aggregate

      E. *Comprehensive Liability $5,000,000 in the aggregate

      Umbrella Coverage in the amount of $5,000,000

      Prior to the start of Work, the Consultant shall provide Certificates of Insurance to the City showing policy coverage of all of the above types of insurance with the coverage and limits as indicated above and, thereafter, on an annual basis for the duration of this Agreement and also at the termination of the Agreement, as evidence that policies providing the required coverage, conditions and limits are in full force and effect for the required period of time. Such Certificates shall identify this Agreement and contain provisions that coverage will not be cancelled or materially altered until at least thirty (30) days prior written notice has been given to the City. The City, to include its officers, agents, and employees, shall be named as an additional insured on all insurance required under this Agreement except for Professional Liability and Workers' Compensation.

    • Builder’s Risk Insurance (Course of Construction)

      Builder’s Risk (Course of Construction) insurance utilizing an “All Risk” (Special Perils) coverage form, with limits equal to the completed value of the project and no coinsurance penalty provisions.

    • Installation Floater

      Contractor shall provide an installation floater In the amount of the estimated cost of materials necessary to complete the contract. Should include temporary location, job site, and in transit coverage.

    • Pollution Legal/Environmental Legal Liability

      Pollution Legal/Environmental Legal Liability Insurance for pollution losses arising from all services performed to comply with this contract. Coverage shall apply to sudden and gradual pollution conditions including the discharge, dispersal, release or escape of smoke, vapors, soot, fumes, acids, alkalis, toxic chemicals, liquids or gases, waste materials or other irritants, contaminants or pollutants into or upon land, the atmosphere or any watercourse or body of water, which results in Bodily Injury or Property Damage. If policy is written on a Claims Made form, a retroactive date is required, and coverage must be maintained for three (3) years after completion of contract or “tail” coverage must be purchased. Coverage should include and be for the least minimum limits listed below:

      1. Bodily injury, sickness, disease, mental anguish or shock sustained by any person, including death; property damage including physical injury to or destruction of tangible property including the resulting loss of use thereof, cleanup costs, and the loss of use of tangible property that has not been physically injured or destroyed;
      2. Defense including costs, charges, and expenses incurred in the investigation, adjustment or defense of claims for such compensation damages.
      3. Cost of Cleanup/Remediation.
        Limits
        Per Claim or Occurrence: $2,000,000
        General Aggregate: $2,000,000

      For acceptance of Pollution Legal/Environmental Legal Liability coverage included within another policy required herein, a statement notifying the certificate holder must be included on the certificate of insurance and the total amount of said coverage per occurrence must be greater than or equal to the amount of Pollution Legal/Environmental Legal Liability and other coverage combined.

    • Payment Schedule

      Invoices are due and payable monthly by the third Friday of the following month. Invoices are to be for the actual dollar value of the services provided. Unless otherwise stated, payment will be net thirty (30) days after the receipt of a correct invoice for reasonable work allocable to the contract or after date of acceptance of work that meets contract requirements.

    • Arbitration

      Any controversy arising out of or relating to this Contract or the breach hereof shall be settled by arbitration. The parties shall select an arbitrator. The arbitrator shall adopt appropriate arbitration rules similar to the American Arbitration Association or any other arbitration procedure. The place of arbitration shall be in Lebanon, New Hampshire. The arbitration hearing shall be held within thirty (30) days after the notice of arbitration is delivered by one party to the other party. In the event the parties are unable to agree on an arbitrator, application can be made to the Grafton County Superior Court under RSA Chapter 542. The arbitrator shall have the power to determine the interpretation of any provision of the Contract contained herein.

    • Termination of contract by the City for Cause

      In the event the CONTRACTOR shall fail to perform as required under this Contract, the CITY shall then give notice to the CONTRACTOR in writing describing the default, the action to cure the default and the time within which the default is to be cured. If the CONTRACTOR does not cure the default within the time prescribed by the CITY, then the CITY shall have the right to terminate this Contract by giving written notice to the CONTRACTOR of the termination and specifying the effective date. In the event of the termination, all finished or unfinished documents, data, programs and reports prepared by the CONTRACTOR shall, at the option of the CITY, become its property. If the contract is terminated by the CITY, the CONTRACTOR will be paid an amount which bears the same ratio to the total compensation as the services covered by the Contract, less payments previously made and less payments made by the CITY to another contractor to complete the Contract

    • Termination of contract by the City for Convenience

      The CITY may terminate the Contract at any time by giving written notice to the CONTRACTOR of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. In that event, all finished or unfinished documents and materials, at the option of the CITY become its property. If the Contract is terminated by the CITY as provided herein, the CONTRACTOR will be paid an amount which bears the same ratio to the total compensation as the services covered by the Contract, less payments previously made by the CITY.

    • Indemnification

      To the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold harmless the CITY and its agents or employees, from any kind or character, either direct or indirect, at law or in equity, including but not limited to attorney’s fees, arising out of or resulting from the performance of this Contract, regardless of negligence. None of the foregoing provisions shall deprive the CITY of any action, right or remedy otherwise available to it under law. In the event that the CONTRACTOR is requested but refuses to honor the indemnity obligations hereunder, then the CONTRACTOR shall, in addition to all other obligations, pay to the CITY the cost of bringing any action at law or in equity, including but not limited to attorney’s fees, to enforce this indemnity

    • Contract

      The Contract between the City of Lebanon and the CONTRACTOR shall consist of (1) the Request for Bids (RFB) and any amendments thereto, and (2) the CONTRACTOR’s bid submitted in response to the RFB. In the event of a conflict in language between the two documents referenced above, the provisions and requirements set forth and referenced in the request for bids shall govern. However, the City of Lebanon reserves the right to clarify any contractual relationship in writing with the concurrence of the CONTRACTOR, and such written clarification shall govern in case of conflict with the applicable requirements stated in the RFB or the CONTRACTOR’S bid. In all other matters not affected by the written clarification, if any, the request for bid shall govern. The CONTRACTOR is cautioned that his bid shall be subject to acceptance without further clarification.

    • Bid Acceptance

      The Owner reserves the right to reject any or all Bids for any reason, or to accept any Bid which it deems to be in its best interest. Any Bid which is incomplete, obscure, or irregular may be rejected; any Bid having erasures or corrections in the price sheet may be rejected; any Bid which omits a bid on any one or more required items may be rejected; and any Bid accompanied by an insufficient or irregular certified check or Bid Bond may be rejected. The use of unbalanced bids is prohibited.

      The project description is for illustrative purposes only and does not commit the City of Lebanon to perform the work described or to limit work performed under the terms, conditions, and specifications contained in this document to only those projects described below. The City reserves the right to change project scopes prior to the issuance of Purchase Orders against this Contract. It is the proposer’s responsibility to review and confirm estimated quantities.

      If the Bidder submits a Proposal before the deadline time for submission, the Bidder may withdraw its submission and modify the original Proposal for submission and re-submit prior to the deadline time. No verbal, telephone, or elelectronic communication methods will be considered.

    • Protest Solicitations and Awards

      Right to Protest. Any actual or prospective bidder who is allegedly aggrieved in connection with the solicitation or pending award of a contract may protest to the City Manager.

      Notice. A notice of protest must be submitted no later than 5:00 p.m., on the fifth full business day after posting of the award recommendation. The protest must be in writing and must identify the protesting party and the project number and title and shall include a factual summary of the basis of the protest.

      The formal written protest shall; identify the protesting party and the solicitation involved; include a clear statement of the grounds on which the protest is based; refer to the statutes, laws, ordinances or other legal authorities which the protesting party deems applicable to such grounds; and specifically request the relief to which the protesting party deems itself entitled by application of such authorities to such grounds.

      A formal written protest is considered filed with the City when it is received by the City Manager’s Office. Accordingly, a protest is not timely filed unless it is received within the times specified above. Failure to file a formal written protest within the time period specified shall result in relinquishment of all rights of protest by the vendor and abrogation of any further bid protest proceedings.

      These procedures shall be the sole remedy for challenging an award of bid. Bidders are prohibited from attempts to influence, persuade or promote through any other channels or means.

      The time limits in which protests must be filed as specified herein may be altered by specific provisions in the RFx.

      Authority to Resolve. The City Manager shall attempt to resolve the protest in a fair and equitable manner and shall render a written decision to the protestant.

      Stay of procurement during protests. In the event of a timely protest, the City Manager shall not proceed further with the solicitation or with the pending award of the contract until a determination that the award of the contract without delay is necessary to protect substantial interests of the City.

    • Bidder's Qualifications

      It is the purpose of the Owner not to award this Contract to any Bidder who does not furnish evidence satisfactory to the Owner that the Bidder has the ability, skill, integrity, and experience in this class of work and has sufficient capital and plant to enable the successful and complete execution of this contract within the specified time.

      In determining the skill, ability, and integrity of the responsible and eligible Bidders the following elements will be considered: Whether the Bidder has (a) previously defaulted on, failed to perform properly, or failed to complete on time contracts of similar nature; (b) habitually and without just cause neglected payment for material or to employees; (c) a permanent place of business; (d) adequate plant and equipment to do the Work properly; (f) a suitable financial status to meet the obligations incident to the Work; (g) appropriate technical experience; (h) labor force that can work in harmony with all other elements of labor employed; (i) sufficient bonding capacity; and, (j) adequate superintendence.

    • Low Bidder and Acceptance of Proposal

      Except where the City of Lebanon has exercised its right to reject any or all Bids, the Contract will be awarded to the lowest responsible and qualified Bidder.

      Within seven (7) days after opening the Proposals, the City will prepare a Notice of Award signed by an authorized City representative. This Notice of Award shall bind the successful Bidder to execute the Contract approval.

      Notice of Approval and formal acceptance of the Bid will be made in writing to the successful Bidder. The Notice of Approval will be signed by an authorized City representative.

      The rights and obligations provided for in the Contract shall become effective and binding upon the Parties only with its formal execution by the City.

    • Execution of Contract & Failure Damages

      Any Bidder whose Bid shall be accepted will be required to execute the Contract within five (5) days after notice that the Contract has been awarded to him. Failure or neglect to do so shall constitute a breach of the agreement affected by the acceptance of the Bid.

      The damages to the City of Lebanon for such a breach shall include loss from the interference with his construction program and other items. The amount of the certified check or Bid Bond accompanying the Bid of such Bidder will be retained by the Owner as liquidated damages for such breach. In the event any Bidder whose Bid shall be accepted shall fail or refuse to execute the Contract hereinbefore provided, the Owner may, at his option, determine that such Bidder has abandoned the Contract and thereupon his Bid and the acceptance thereof shall be null and void and the Owner will be entitled to liquidated damages as above provided.

    • Specifications Format

      The Specifications are to be in full compliance with the current edition of NHDOT Roadway Standards.

    • Manufacturer's Experience

      Wherever it may be written that an equipment manufacturer must have a specified period of experience with their product, equipment that does not meet the specified experience period may be considered if the equipment supplier or manufacturer is willing to provide a bond or cash deposit for the duration of the specified time period which will guarantee replacement of the equipment in the event of failure.

    • Safety and Health

      This project is subject to all of the Safety and Health Regulations (29 CRF Part 1926 and all subsequent amendments) as promulgated by the U.S. Department of Labor on June 24, 1974. Contractors are urged to become familiar with the requirements of these regulations.

    • U.S.D.O.T. Compliance

      The Contractor shall be in compliance with the U.S. Department of Transportation's Federal Motor Carrier Safety Regulations, Parts 49CFR382, and 49CFR383. The Contractor shall maintain compliance with these regulations from the date of the contact award to project completion.

    Submission Requirements

    • Bidder Information (required)

      Please Provide:

      • Name of Bidder:

      • Authorized Representative's Name:

      • Authorized Representative's Title:

      • When Incorporated

      • Where Incorporated

      • Corporate Main Office Address:

    • How many years have you been engaged in the contracting business under your present firm name? (required)
    • Contracts on Hand (required)

      Contracts on hand: (Attach a list showing the Project Title, Project Location, Gross amount of each contract, and the approximate anticipated dates of completion.)

    • General character of work performed by your company. (required)
    • If you have ever failed to complete work awarded to you, please explain when and why: (required)

      Explain a failure to complete work or state: "Our firm has never failed to complete any work awarded"

    • If you have ever defaulted on a contract, please provide where and when: (required)

      Provide details of contract default or state: "Our firm has never defaulted on a contract"

       

       

    • List the more important projects recently done by your company, stating approximate cost for each, the month and year completed, primary owner List the more important projects recently done by your company, stating approximate cost for each, the month and year completed, primary owners contact / telephone number. s contact / telephone number. (required)
    • List your major equipment AVAILABLE FOR THIS CONTRACT (required)
    • Experience in construction work similar in importance to this project. (required)

      Please provide details of your experience.

    • Bid Proposal Affirmation (required)

      In compliance with your Advertisement for Bids, BIDDER hereby proposes to perform all WORK for the 2026 Sewer Cleaning and Televising Project in strict accordance with the CONTRACT DOCUMENTS, within the time set forth therein, and at the prices stated below.

       

      By submission of this BID, each BIDDER certifies, and in the case of a joint BID each party thereto certifies as to his own organization, that this BID has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this BID with any other BIDDER or with any competitor.

       

      BIDDER hereby agrees to commence WORK under this contract on or before a date to be specified in the NOTICE TO PROCEED and fully complete before the date specified in this document. BIDDER further agrees to pay as liquidated damages, the sum of $500.00 for each consecutive calendar day thereafter.

       

      BIDDER agrees to perform all WORK described in the CONTRACT DOCUMENTS per the lump sum and/or unit prices entered in the Pricing List.

       

       

    • I hereby certify that I am the Authorized Representative of the company, and further certify under penalty of perjury that the above statements are true (required)
    • Bid Bond (required)

      Each Bid shall be accompanied by a Bid Bond, or a certified Cashier's Check, in the amount of 5%of the total bid price, payable to the City of Lebanon, as a guarantee that the bidder, if their bid is accepted, will promptly execute the Agreement. The bidder shall guarantee the total bid price for a period of 60 days from the date of the bid opening.

      Please scan and upload a copy of your bid bond below.

      If providing a cashier's check for Surety, please mail or drop it off in person at the location listed below. Please be aware that Surety must be received in the office no later than the Project Submission Date.

      City of Lebanon

      Public Works - Utilities

      193 Dartmouth College Hwy

      Lebanon, NH 03766

      Please have the Bidder Name, Project Title (2026 Sewer Cleaning and Televising), and Project ID Number (2026-RFx-045) listed clearly on the outside of the envelope.

    • Additional Information

      Please provide any other information you would like to share regarding this project.

    • Does this Project Require a Bid Bond? (required)

      The answer to this question is usually "NO".

      A bid bond is typically only necessary if:

      • required by Federal/State Grant, OR;
      • the City will be subject to significant cost increases or will be unable to provide mandatory services due to the failure of the vendor to meet the stated timeline.

      One example of a project requiring a bid bond might be a large construction project where the vendor backing out would cause the City to lose an entire construction season, resulting in higher costs for the City or the inability for the City to meet a significant deadline.

      If you are unsure if your project needs a bid bond, please reach out to Andrew Hosmer.

    • What is the bid bond amount? (required)

      Please enter the amount required for the bid bond. A 5% bid bond is set by default but you can adjust this to accommodate bids that require a higher amount such as those defined by a federal grant.

    • Does this Project Require Performance Bond? (required)
    • Does this Project Require Payment Bond? (required)

      If you answer YES, the following language will be included in the bid: "The successful bidder shall provide a Payment Bond in accordance with the provisions of RSA 447:16, executed between the Bidder, City, and a Surety Company within 5 business days of the NOTICE of AWARD."

    • What is the amount required for Umbrella Policy? (required)

      The amount you choose below must be approved by the City Manager. Please reach out to Andrew Hosmer to receive approval for the Umbrella Policy amount.

    • Does this Project require Builder's Risk Insurance? (required)

      This insurance protects the interests of both the owner and contractor by covering property under construction as well as equipment and materials to be installed. Pricing takes into account changing values as construction nears completion.

    • Does this Project Require Pollution Liability Insurance? (required)

      The answer to this question is usually "NO". If you have questions about whether you need this insurance, please reach out to Andrew Hosmer.

    • Would you like to create an electronic Pricing Table? (required)

      Would you like to have bidders respond to an electronic pricing table through the software?

      You should ALWAYS answer this question YESunless you are planning to do an actual evaluation with an evaluation team.

    • Is this a construction project? (required)

      If you answer YES to this question, the complete Lebanon General Conditions document is included as an attachment in the Attachments section of the bid. If you say no, only basic required general conditions will be included.

    Questions & Answers

    Q (Bonds): Is a bid bond required for this project? Are payment & performance bonds required for this project?

    A: No bonds required.


    Q (No subject): In regards to flow..... has there been any past concerns that flow levels during normal day time cleaning has been high enough in the past that WOULD require either night work or bypass pumping ??

    A: There are areas in our system that do have higher flows during the day but have never been an issue that bypass pumping was needed. The area for this bid does not have these issues.


    Q (Wages): Are Davis Bacon/Prevailing Wages required?

    A: Davis Bacon wages are not required.


    Key dates

    1. April 7, 2026Published
    2. April 28, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.