Procurement Opportunities (Bids)
REQUEST FOR PROPOSAL (RFP)
CSBCC Teaching Pool Re-Plastering & Lap Pool Acid Wash Project RFP
CSBCC Teaching Pool Re-Plastering & Lap Pool Acid Wash Project
Request for Proposal
City of Claremont, NH
The City of Claremont, NH (hereafter referred to as the “CITY”) invites qualified firms (hereafter referred to as the “CONTRACTOR”) to submit proposals for the CSBCC Teaching Pool Re-Plastering & Lap Pool Acid Wash Project. Details of the project will be covered in the scope of work section of this document.
Instructions:
Proposals must be submitted in a sealed envelope no later than 10:00 AM EST on Monday, April 6th, 2026, c/o City Manager’s Office, City Hall, 58 Opera House Square, Claremont, NH 03743. Envelope must be clearly marked “CSBCC Teaching Pool Re-Plastering & Lap Pool Acid Wash Project.” Proposals will be opened publicly at 10:15 AM on Wednesday, April 8th, 2026, in the City Hall Chambers. Unsealed, late, emailed, or faxed proposals will not be accepted.
CONTRACTORS submitting proposals are responsible for being totally familiar with the City of Claremont and the project requested. The contact person for this project is:
Justin Martin, Director of Parks & Recreation 152 South Street
Claremont, NH 03743
(603) 542-7019
Proposal specifications are available on the City’s web site, https://www.claremontnh.com/procurement
Guidelines:
All Proposals become the property of the CITY and will therefore be considered a public document which will be open to public viewing, after the bid opening. This Proposal, if accepted, will become a legally binding addendum to the eventual contractual agreement with the CITY. This request for Proposal in no way commits the CITY to make an award or reimburse any CONTACTOR for any expense incurred in responding to this request.
The successful CONTRACTOR will be required to provide proof of General Liability, Motor Vehicle, Workers’ Compensation, and Excess Liability (an “umbrella” policy) insurance, identifying the CITY as an additional insured, and must be submitted to the CITY upon signing of a contract for services. The policy must be issued by a carrier that is duly licensed to do
business in the State of New Hampshire. Any subcontractors will be subject to the same insurance requirements (which will be detailed as a part of the SCOPE OF WORK).
Evaluation Criteria:
All proposals received in response to this RFP will be evaluated to determine if they are complete and meet the requirements specified in this RFP. The vendor will be chosen based on who will provide the “best value” taking into consideration the most beneficial combination of qualifications, services and cost and who has met the requirements of this RFP. Only proposals judged to be responsive to the submission requirements set forth in this RFP will be evaluated.
Staff will review, analyze and evaluate all proposals and score them in accordance with the criteria described below. If needed, additional information may be requested from one or more CONTRACTORS.
The City reserves the right:
- To accept or reject any or all bids in whole or in part and to accept other than the lowest price proposal.
- To waive any technical defect, qualification, omission, informality, or irregularity in any proposal received.
- To amend, modify, or withdraw this Request for Proposal.
- To require supplemental statements or information from a CONTRACTOR.
- To extend the deadline for responses to this Request for Proposal.
- To waive or correct any irregularities in proposals received.
The CITY may award a contract based upon the proposals received without discussion of such proposals with the proposers. Each proposal should therefore be submitted with the most favorable terms the proposer can make to the CITY.
The Request for Proposal documents and Notice of Award shall be the agreement between the CITY and successful proposer with respect to the matters dealt with herein, and such shall supersede all other oral and written proposals, representations, understandings, and agreements previously made or existing with respect to any such matter.
Qualification of Bidders:
Each CONTRACTOR must be prepared to present satisfactory proof of their capacity and ability
to successfully complete the requirements of this solicitation.
Proposals shall include a brief summary of similar projects or services provided to municipalities including:
- The date(s) of project or service provided to municipalities.
- The point of contact with the name and telephone number of such clients.
The CITY reserves the right to make investigations or inquiries necessary to determine the competency and ability of any CONTRACTOR to complete the requirements of this solicitation. A review may include, but not be limited to, inspection of the CONTRACTOR’s equipment, references, or previous contract performance.
The award will not be made solely based on the cost of services. Evaluation factors to be considered in addition to cost shall be:
- The CONTRACTOR’S reputation is based on past work experience with the CITY and other references.
- Quality of workmanship or service provided.
- Adequate financial resources or the ability to obtain such resources as required to complete the performance of the project.
- Adequate experience, organization, technical and professional qualifications, personnel, skill, equipment, and ability.
- The ability to comply with the time frame proposed.
Contractor must have been engaged in the construction of commercial pools for at least 5 years. Contractor shall supply references for 5 similar or larger projects completed in last year.
Contractor must have an employee on staff that is a Certified Pool Operator (CPO).
Scope of Work:
Claremont Savings Bank Community Center (CSBCC) Teaching Pool Re-Plastering & Lap Pool Acid Wash Project
|
|
- Teaching Pool – Re-Plastering Project
The contractor shall provide all labor, materials, equipment, supervision, and operational support necessary to complete the following work:
-
Pool Draining and Refilling
- The contractor shall be responsible for the complete draining of the teaching pool prior to the start of work.
- Upon completion of all plastering and installation work, the contractor shall be responsible for refilling the teaching pool and coordinating the initial water fill process in accordance with industry standards to protect the new finish.
-
Surface Preparation
- Prepare the existing teaching pool interior to properly accept a new surface finish.
- Perform a complete acid wash of the teaching pool interior to clean and etch the existing surface.
-
Subsurface Bonding
- Supply and install a multicoat scratch kote subsurface to the entire teaching pool interior.
- Multicoat shall function as a bonding agent to enhance adhesion between the existing surface and the new finish.
- Multicoat applications shall include coverage over existing step tile in preparation for new step tile installation.
-
Tile Installation
- Supply and install new 4-inch ceramic tile banding on each step within the teaching pool.
-
Pool Finish
- Option #1: Replaster the teaching pool with a standard white interior finish.
- Option #2: Resurface the teaching pool with Luna Quartz – Martinique finish.
-
Main Drains
- Supply and install two (2) new anti-entrapment compliant main drain frames and grates in the teaching pool meeting current safety standards.
-
Startup & Commissioning
- Perform initial startup procedures once the pool is refilled.
- Provide instruction to Community Center staff on the care and maintenance of the new pool surface and equipment.
- Initial startup and initial water balancing chemicals shall be included.
-
Owner Responsibilities
- CSBCC staff shall be responsible for brushing the pool surface and testing water chemistry for the first ten (10) days following startup.
|
|
- Lap Pool – Acid Wash Project
The contractor shall provide all labor, materials, equipment, supervision, and operational support necessary to complete the following work:
-
Pool Draining and Refilling
- The contractor shall be responsible for draining the lap pool prior to the start of the acid wash process.
- Upon completion of all work, the contractor shall be responsible for refilling the lap pool and assisting with the startup process.
-
Cleaning & Surface Treatment
- Perform a complete acid wash and pressure wash of the lap pool interior.
- Sand rough surface areas as necessary, not to exceed 300 square feet.
-
Startup & Water Balancing
- Perform initial startup procedures after the pool has been refilled.
- Initial startup and initial water balancing chemicals shall be included.
|
|
- General Conditions
- All work shall comply with applicable state and local codes, industry standards, and manufacturer specifications.
- Contractor shall coordinate work schedules with CSBCC staff to minimize disruption to facility operations.
- Contractor shall maintain a safe and clean work environment throughout the duration of the project.
- Contractor shall ensure that all draining and refilling operations are conducted in accordance with environmental regulations and facility plumbing capacities.
Bid bond of 10% of bid price is required. Bid must be held for 120 days.
Contractor must obtain a 100% performance and payment bond for the full scope of work to be done. It will be required prior to contract execution.
Warranty period is for 12 months after completion and acceptance of project.
The CITY reserves the right to add or to subtract to portions of this project to meet funding. Pricing for additional work will be as set forth in quantity bid sheet.
Proposals must conform to the requirements of this request for proposals. The city reserves the right to waive any irregularity in any proposal, or to reject any or all proposals.
Timeline:
Work on the CSBCC Teaching Pool Re-Surfacing & Lap Pool Acid Wash Project will commence in the Spring of 2026.
From the date the pools are drained, the Contractor shall have fourteen (14) calendar days to complete all work outlined in the Scope of Work. Any work extending beyond this fourteen (14) day period shall be subject to liquidated damages in the amount of one thousand dollars ($1,000.00) per calendar day until completion.
Insurance:
Comprehensive General Liability, including Completed Operations Coverage - $1,000,000 per occurrence/$2,000,000 Aggregate – CITY must be named as an additional insured.
Motor Vehicle Liability - $1,000,000 combined single limit – CITY must be named as an
additional insured. Coverage must include all owned, non-owned and hired vehicles.
Worker’s Compensation to all workers providing services under this Agreement; Employer’s
Liability with limits in an amount no less than statutory limits.
All Subcontractors, as agents of the CONTRACTOR under this Agreement, are subject to the same insurance requirements as the CONTRACTOR.
Excess Liability in the minimum amount of $1,000,000 each occurrence – City must be named as an additional insured.
Proposals will be accepted that deviate from the Scope of Work, but all such submissions must specifically state exceptions to the Scope of Work on their own page labeled “Exceptions.”
Revisions:
Any questions or inquiries must be submitted, with attached bid sheets in writing and received no later than (7) calendar days prior to the proposal due date. Answers to all questions or information given to a CONTRACTOR in response to a formal request of a substantive nature will be posted on the CITY’S Procurement Opportunities page on the City of Claremont, NH website (https://www.claremontnh.com/procurement) no later than four (4) days prior to the due date.
Only such amendments, when issued by the CITY, will be considered as being binding on the CITY. Verbal explanations or instructions given by a CITY employee to a CONTRACTOR in regard to this solicitation shall not be binding on the CITY and shall be considered informal unless confirmed in writing by the CITY. CONTRACTORS should note that all clarifications and exceptions, including those relating to the terms and conditions of the contract, are to be resolved prior to the submission of a proposal.
Contract:
The final contract will involve, at a minimum, the terms and conditions set forth in this Request for Proposal including the general conditions and may include those reflected in the specific proposal submitted. The content shall be the exclusive source of the CONTRACTOR’S rights and remedies and shall supersede any and all prior writings, negotiations or agreements of any kind.
The CITY is exempt from all taxes.
All CONTRACTORS must comply with all applicable Equal Employment Opportunity laws and regulations.
The contract will include provisions such as retainage or liquidated damages to encourage timely performance.
Deadlines:
Proposals must be submitted in a sealed envelope no later than 10:00 AM EST on Monday, April 6th, 2026, c/o City Manager’s Office, City Hall, 58 Opera House Square, Claremont, NH 03743.
Envelope must be clearly marked “CSBCC Teaching Pool Re-Plastering & Lap Pool Acid Wash Project.” Proposals will be opened publicly at 10:15 AM on Wednesday, April 8th, 2026, in the City Hall Chambers. Unsealed, late, emailed, or faxed proposals will not be accepted.
Submission Deadline: April 06, 2026
Documents
Contact Information
Parks & Recreation
Justin Martin – Director or Parks & Recreation
|
jmartin@claremontnh.com
BACK TO LIST

_81.jpg)