SLED Opportunity · NEW HAMPSHIRE · CITY OF LEBANON

    EXTEND TAXIWAY A TO RUNWAY 36

    Issued by City of Lebanon
    cityRFPCity of LebanonSol. 249077
    Closed
    STATUS
    Closed
    due Apr 22, 2026
    PUBLISHED
    Mar 30, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    The City of Lebanon seeks contractors for a heavy civil construction project to extend Taxiway A by 1,447 feet at Lebanon Municipal Airport. The project includes earthwork, paving, electrical, and stormwater management to improve airfield safety and capacity. Bids are due April 22, 2026, with detailed submission and bonding requirements.

    Opportunity details

    Solicitation No.
    249077
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    March 30, 2026
    Due Date
    April 22, 2026
    NAICS Code
    237310AI guide
    Jurisdiction
    City of Lebanon
    Agency
    City of Lebanon

    Description

    As a city grows, so does its aviation needs! The Lebanon Municipal Airport is improving safety and increasing capacity on the airfield with multiple phased construction projects which will ultimately provide a full-length parallel taxiway for the Airport's primary Runway.

    This construction project comprises a bid to extend Taxiway A by 1,447ft to connect to Runway 36. This project includes heavy civil work (earthwork, paving & vegetation removal), electrical, and stormwater elements. The stormwater work will be of particular interest to bidders, as the design includes sand filters, and other important drainage elements to mitigate our impact to the surrounding wetlands.

    The City of Lebanon is looking for contractors who are excited to work on building important infrastructure in our local community, who understand the complexities of airfield operations and the care it takes to work near wetlands, and who know the safety requirements of working on an active airfield.

    Project Details

    • Reference ID: 2026-RFx-044
    • Department: Outside Consultants
    • Department Head: OpenGov (Facilitator)

    Important Dates

    • Questions Due: 2026-04-15T20:00:00.000Z
    • Answers Posted By: 2026-04-20T20:00:00.000Z

    Addenda

    • Addendum #1 (released 2026-03-30T19:32:45.013Z) —

      Link to Pre Bid Conference.

    • Addendum #2 (released 2026-03-31T16:30:30.301Z) —

      03/31/26 Pre-bid meeting recording, slide deck, and attendee list.

    • Addendum #3 (released 2026-04-16T18:29:18.044Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

      Minor modifications to the pricing proposal.

    • Addendum #4 (released 2026-04-16T19:58:59.534Z) —

      Revised Item P-620 Runway and Taxiway Marking Specfication

    • Addendum #5 (released 2026-04-17T18:55:05.136Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

      Minor modifications to pricing proposal quantities.

    Evaluation Criteria

    • 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.

    • 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.

    • EXTEND TAXIWAY A TO RUNWAY 36

      The Lebanon Municipal Airport is searching for qualified bidders for a heavy civil project which includes earthwork, paving, electrical, and stormwater elements on the airfield.

      The proposed project includes but is not necessarily limited to:

      BID:

      • Construction to extend Taxiway A (1,447 LF x 35FT)
      • Earthwork; Aggregate Subbase/Base; Bituminous Paving; Pavement Markings; Topsoil and Seeding; Vegetation Removal
      • Drainage Improvements including New Pipes, Structures, Sand Filter and a Detention Pond
      • Electrical Improvements including New LED Runway Edge/End/Threshold Lighting; New LED Airfield Guidance Signs; relocation of existing Runway 36 PAPI power feed and Control Unit Assemblies and New Cabling, Conduit, Light Base Cans; and Incidentals 
    • 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.

    • Project Drawings.

      Refer to Attachment M for drawings detailing the scope of work for this project.

      Drawings  contain information on the bid for civil, stormwater, electrical, and phasing plans typical to an earthwork and aviation project.

    • 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 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.

    • Project Specifications

      Refer to Attachment L for technical specifications detailing the scope of work for this project. These specifications relate to the  bid.

    • 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.

    • 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.

    • 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 $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 FAA AC 150/5370-10H Standard Specifications for Construction of Airports. Where an item is not covered by the standard FAA specification, it shall be in full compliance with the current edition of NHDOT Highway 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.

    • Federal Contract Provisions

      See the Attachment I section for Federal Contract Provisions which provide additional terms and conditions that the contractor will be subject to and must consider within their bid.

    • Special Provisions

      See the Attachment G for Division II Special Provisions which detail additional terms and conditions that the contractor will be subject to and must consider within their bid.

    • City of Lebanon General Provisions

      See the Attachment F section for the Lebanon General Provisions which detail additional terms and conditions that the contractor will be subject to and must consider within their bid.

    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 EXTEND TAXIWAY A TO RUNWAY 36 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

      Outside Consultants

      5 Airpark Road

      West Lebanon, NH 03784

      Please have the Bidder Name, Project Title (EXTEND TAXIWAY A TO RUNWAY 36), and Project ID Number (2026-RFx-044) 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 (Engineer's Estimate): What is the engineer's estimate for the project?

    A: The Engineer's Estimate is $4,354,430.


    Q (Bid Date): Can the bid date be extended beyond 4/22?

    A: No, it can't be extended because it is tied to the FAA grant application deadline for this project.


    Q (Airfield Lighting Spare Parts): Bid Item 75 specifies airfield lighting spare parts. What is required for the spare parts?

    A: Once the airfield lighting submittal has been reviewed and approved by the Engineer, the Contractor shall provide a unit price quote from the approved airfield lighting manufacturer for project light fixtures and ancillary materials to be considered for spare parts. The quote shall be approximately equal to the Airfield Lighting Spare Parts Allowance amount of $10,000.00. The Owner will have final say on what items and associated quantities will make up the spare parts allowance.


    Q (Existing sign OEM): Bid Item 71 is a replacement panel(s) for existing sign ES1. Who is the OEM for sign ES1?

    A: Existing Sign ES1 OEM is AGM/I-LUX


    Q (RCP Pipe - Non US): Can the RCP Pipe be provided from a Canadian Manufacturer?

    A: All materials including RCP need to meet the FAA Buy American Preference as described in the Federal Contract Provisions.


    Q (Allowance - Spare Parts): Item No. 75 is an “allowance” for spare parts. Can you give us the amount of that allowance?

    A: The Airfield Lighting Spare Parts Allowance is $10,000.00


    Q (Sand Filter D-771): Please confirm that all excavation within the Sand Filter area is incidental to Bid Item #54 and will not be measured & paid under Bid Item #16 Unclassified Excavation.

    A: Correct. Excavation within the limits of the Sand Filter is incidental to D-771.01 Surface Sand Filter (Bid Item #54) and will not be measured and paid under P-152.01 Unclassified Excavation (Bid Item #16).


    Q (PreBid meeting): Was the pre bid meeting mandatory?

    A: No, the pre-bid meeting was not mandatory.


    Q (P-152 Excavation Quantity): The grading plans only show approximately 25,000 cy of excavation & topsoil stripping required for the project. Does the 40,000 cy Bid Quantity account for a significant amount of unsuitable soil excavation below grade?

    A: Additional quantity is included for any additional stripping of topsoil that may be required if found to be deeper than anticipated or for excavation of any unsuitable material encountered.


    Q (No subject): What is the Controlled Low-Strength Material going to be used for? The plans and bid quantities call for removal of 1,300lf of pipe and 5 drainage structures. I can't seem to find where we are abandoning pipes in place.

    A: Controlled Low-Strength Material is included in case it's needed for any unforeseen conditions.


    Q (No subject): Is there a location for waste excavation onsite?

    A: There is no location on-site for waste excavation.


    Key dates

    1. March 30, 2026Published
    2. April 22, 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.