Procurement Opportunities (Bids)


REQUEST FOR PROPOSAL (RFP)

Invitation to Bid - AIRPORT IMPROVEMENTS

 
CITY OF CLAREMONT
NEW HAMPSHIRE
 
AIRPORT IMPROVEMENTS INVITATION TO BID
 
Sealed bids for airport improvements Construct Automated Weather Observing System (AWOS)-III P at the Claremont Municipal Airport will be received at the Office of the City Manager, City Hall, 58 Opera House Square, Claremont New Hampshire, 03743 until Friday, January 30, 2026 at 10:00AM local time.
 
Bids must be submitted in a sealed envelope that is clearly marked:
 
DO NOT OPEN
SEALED BID
Construct Automated Weather Observing System (AWOS)-III P
Claremont Municipal Airport
Claremont, New Hampshire
NH Block Grant SBG-02-31-2026
 
Bids submitted after this date and time will not be accepted. Shortly thereafter, the bids will be publicly opened and read aloud at the Office of the City Manager.
 
Contract Documents (Electronic – pdf) will be available Tuesday, January 6, 2026 via a dedicated project OneDrive site, as hosted by the Engineer, Stantec Consulting Services Inc. To be eligible to bid on the project and to gain access to the project OneDrive site, bidders must register by sending an email to airport.bids@stantec.com (subject line: CNH – Construct Automated Weather Observing System (AWOS) - III), with the following information: Firm Name, Firm Address (including Zip Code).
 
A bidder list will be maintained by Stantec, and the list, along with any addenda, will be posted to the project OneDrive site. All requests for information regarding this project shall be made via email to airport.bids@stantec.com (subject line: CNH – Construct AWOS-III). Potential Bidders should access the OneDrive site on a daily basis to be aware of any new data that may be added to the OneDrive site. Potential bidders shall not, for any reason, provide the access data to any other person or entity.
 
Contract Documents may be examined by appointment at the Claremont Fire Department, 100 Broad Street, Claremont, NH 03743.
 
It is strongly recommended that prospective bidders attend a pre-bid conference held at 10:30 am on Thursday, January 15, 2026 at the Claremont Municipal Airport Terminal Building, Sullivan Street, Claremont, New Hampshire.
 
Persons with disabilities who require assistance or special arrangements to participate in this pre-bid conference or the bid opening are encouraged to contact the Fire Chief (City) at (603) 542-7012 in advance so that proper arrangements can be made.
 
The project includes the installation of an FAA weather observation system. The performance period for this work will be 28 calendar days.
 
Work under this contract will be funded by a Federal Aviation Administration (FAA) grant under the Airport Improvement Program (AIP), with participation by the State of New Hampshire Department of Transportation Division of Aeronautics (NHDOT), and the City of Claremont. Improvements shall be completed in accordance with all applicable requirements of the U.S. Department of Transportation, the FAA, the NHDOT and the City of Claremont.
 
The City of Claremont in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, or national origin in consideration for an award.
 
The requirements of 49 CFR part 26 apply to this contract. It is the policy of the City of Claremont to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. The Owner encourages participation by all firms qualifying under this solicitation regardless of business size or ownership.
 
The contractor must comply with Federal Aviation Regulation Part 152 Subpart E including the Buy American Preferences, Civil Rights – Title VI Assurances, Davis-Bacon Act, Debarment and Suspension, Foreign Trade Restriction, Lobbying Federal Employees, Recovered Materials, and Executive Order 11246. The contractor must pay wages to employees in compliance with the minimum wages established by the latest U.S. Department of Labor Wage Determination for Sullivan County, New Hampshire.
 
Title VI Solicitation Notice:
As a condition of a grant award, the Sponsor shall demonstrate that it complies with the provisions of Title VI of the Civil Rights Act of 1964 (42 U.S.C. §§ 2000d et seq) and implementing regulations (49 CFR part 21) including amendments thereto, the Airport and Airway Improvement Act of 1982 (49 U.S.C. § 47123), the Age Discrimination Act of 1975 (42 U.S.C. 6101 et seq.), Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. § 794 et seq.), the Americans with Disabilities Act of 1990 (42 U.S.C. § 12101, et seq.), U.S. Department of Transportation and Federal Aviation Administration (FAA) Assurances, and other relevant civil rights statutes, regulations, or authorities, including any amendments or updates thereto. This may include, as applicable, providing a current Title VI Program Plan to the FAA for approval, in the format and according to the timeline required by the FAA, and other information about the communities that will be benefited and impacted by the project. A completed FAA Title VI Pre-Grant Award Checklist is required for every grant application, unless excused by the FAA. The Sponsor shall affirmatively ensure that when carrying out any project supported by this grant that it complies with all federal nondiscrimination and civil rights laws based on race, color, national origin, sex, creed, age, disability, genetic information, in consideration for federal financial assistance. The Department’s and FAA’s Office of Civil Rights may provide resources and technical assistance to recipients to ensure full and sustainable compliance with Federal civil rights requirements. Failure to comply with civil rights requirements will be considered a violation of the agreement or contract and be subject to any enforcement action as authorized by law.
 
Disadvantaged Business Enterprise Solicitation Language (Solicitations with no DBE Contract Goal):
The requirements of 49 CFR Part 26 including any amendments thereto apply to this contract. It is the policy of the City of Claremont to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. The Owner encourages participation by all firms qualifying under this solicitation regardless of business size or ownership.
 
Federal Fair Labor Standards Act (Federal Minimum Wage) Solicitation Language:
All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR Part 201, et seq, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part- time workers.
The Contractor has full responsibility to monitor compliance to the referenced statute or regulation. The Contractor must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor – Wage and Hour Division.
 
Trade Restriction Certification Solicitation Language:
By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror –
 
1) is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (USTR);
2) has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the USTR; and
3) has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR.
 
This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18 USC § 1001.
The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances.
 
Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR § 30.17, no contract shall be awarded to an Offeror or subcontractor:
1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR; or
2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list; or
3) who incorporates in the public works project any product of a foreign country on such
USTR list.
 
Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.
 
The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in all lower tier subcontracts. The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by USTR, unless the Offeror has knowledge that the certification is erroneous.
 
This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration (FAA) may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA.
 
Prohibition of Covered Unmanned Aircraft Systems (UAS)
The Bidder or Offeror certifies that they are aware of and comply with relevant Federal statutes and regulations, including those from the Federal Aviation Administration (FAA), for operating unmanned aircraft systems (UAS) in accordance, and in compliance with all related requirements in the FAA Reauthorization Act of 2024 (Public Law 118-63), section 936 (49 U.S.C. § 44801 note).
 
Contractor warrants that all UAS operations will be conducted in full compliance with all applicable Federal Aviation Administration (FAA) regulations, including but not limited to 14 CFR Part 107, and any other applicable local, state, or Federal laws and regulations.
Sponsors and subgrant recipients cannot use AIP grant funds to enter into, extend, or renew a contract related to covered unmanned aircraft systems (UAS). This includes both procurement and operational contracts, as well as contracts with entities that operate such systems.
 

 

Submission Deadline: January 30, 2026

Documents

Contact Information

Fire Department
Fire Chief Jim Chamberlain | 603-542-7012

 

 

BACK TO LIST

Procurement Policy

View the City of Claremont Procurement Policy here.