Procurement Opportunities (Bids)
REQUEST FOR PROPOSAL (RFP)
Bobby Woodman Rail Trail Trestle Bridge Decking Project
Request for Proposal
Bobby Woodman Rail Trail Trestle Bridge Decking Project 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 Bobby Woodman Rail Trail Trestle Bridge Decking 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 27th, 2026, c/o City Manager’s Office, City Hall, 58 Opera House Square, Claremont, NH 03743. Envelope must be clearly marked “Bobby Woodman Rail Trail Trestle Bridge Decking Project” Proposals will be opened publicly at 10:00 AM on Wednesday, April 29th, 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 using a scoring matrix 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 bridges for at least 5 years. Contractor shall supply references for 3-5 similar or larger projects completed within the last year.
Scope of Work:
1. Project Overview
The purpose of this project is to rehabilitate a designated section of the Bobby Woodman Rail Trail trestle bridge by addressing deteriorated decking conditions. The work is intended to improve public safety, restore structural integrity, and extend the service life of the bridge for continued pedestrian and recreational use.
Bidders shall provide three separate pricing options for the work outlined below. The City reserves the right to select Option A, Option B, or Option C based on cost, constructability, long-term durability, and overall value to the community.
2. Work to Be Performed
The selected contractor shall furnish all labor, materials, equipment, supervision, and site management necessary to complete the project.
The bid submission must include pricing for Option A, Option B, and Option C.
Option A – Decking Removal and Cross Tie Replacement
1. Removal and Disposal
• Safely remove all existing decking material from the designated bridge section.
• Dispose of all removed materials in accordance with local, state, and federal regulations.
2. Structural Inspection and Repairs
• Inspect all exposed structural support cross ties following decking removal.
• Repair or replace any cross ties found to be damaged, deteriorated, or not compliant with current safety standards.
• Utilize structural-grade lumber or approved equivalent materials for all replacements.
3. Decking Installation
• Supply and install new 2x6 Grade A pressure-treated lumber decking.
• Install decking in accordance with industry best practices, manufacturer specifications, and applicable codes.
• Ensure a uniform, level, and secure walking surface suitable for pedestrian use.
Option B – Supplemental Cross Tie Support Installation
1. Preparation and Assessment
• Remove existing decking for supplemental support cross tie installation.
• Identify spacing and placement of new cross beam support ties.
2. Cross Tie Support Installation
• Supply and install new pressure-treated or replacement railroad ties for cross support between existing ties without removing the existing decking support ties.
• Secure new ties in accordance with structural and safety standards to enhance load capacity and extend deck lifespan.
3. Decking Improvements
• Install new 2x6 Grade A pressure-treated decking material over the existing structure to create a safe, level, and uniform walking surface.
• Integrate new decking with existing materials to ensure proper alignment and secure fastening.
Option C – Full Decking and Cross Tie Replacement
1. Removal and Disposal
• Completely remove all existing decking and all existing cross ties within the designated project section of the trestle bridge.
• Safely dispose of all removed materials in accordance with local, state, and federal regulations.
2. Structural Assessment
• Following removal, inspect the primary structural beams and support members for damage, deterioration, or structural deficiencies.
• Notify the City immediately if additional structural repairs are required prior to proceeding.
3. Cross Tie Installation
• Supply and install new pressure-treated railroad ties or structural-grade lumber cross ties across the full project section.
• Install ties at appropriate spacing to meet pedestrian bridge load standards and industry best practices.
• Secure ties to the structural supports using appropriate hardware and fastening systems.
4. Decking Installation
• Supply and install new 2x6 Grade A pressure-treated lumber decking across the entire project area.
• Decking shall be installed to provide a uniform, level, and secure walking surface designed for long-term pedestrian and recreational trail use.
• All decking shall be properly fastened and aligned according to industry standards and manufacturer specifications.
3. Pedestrian Safety and Trail Closure Coordination
For all options, the contractor shall:
Provide a detailed construction schedule, including anticipated trail closure dates and durations. Post advance public notices of trail closures at least seven (7) days prior to the start of work.
Install and maintain physical barriers, signage, and safety controls to prevent pedestrian access to the work zone during construction.
4. Deliverables
Completed bridge rehabilitation in accordance with the selected option and all project specifications.
Final inspection and acceptance by the City’s project manager or designated representative.
5. Standards and Compliance
All work shall comply with applicable local, state, and federal building codes, safety standards, and environmental regulations.
The contractor shall comply with all OSHA safety requirements.
All materials shall be new and suitable for exterior, high-traffic pedestrian trail use.
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.
Bidders may submit Option A, B or C separately, or any variation of the three. All bids on all options will be considered regardless if all three options are submitted.
Timeline:
Work on the Bobby Woodman Rail Trail Trestle Bridge Project will commence in the Spring of 2026.
From the date the bridge work begins, 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 27th, 2026, c/o City Manager’s Office, City Hall, 58 Opera House Square, Claremont, NH 03743. Envelope must be clearly marked “Bobby Woodman Rail Trail Trestle Bridge Decking Project” Proposals will be opened publicly at 10:00 AM on Wednesday, April 29th, 2026, in the City Hall Chambers. Unsealed, late, emailed, or faxed proposals will not be accepted.
Submission Deadline: April 27, 2026
Documents
Contact Information
Parks & Recreation
Justin Martin
|
jmartin@claremontnh.com
BACK TO LIST

_81.jpg)