Bid Opportunities
RFP Information
Businesses and vendors interested in working with Cheshire County are encouraged to bookmark this page and check back regularly for the latest bid notices and procurement opportunities. Bids and requests for proposals are posted here from a variety of County departments, including Maplewood Nursing Home, the Department of Corrections, the Sheriff’s Office, Emergency Medical Services, and more. Staying up to date on this page ensures you never miss an opportunity to partner with Cheshire County.
Cheshire Rail Trail Fitzwilliam Segment Trail Work Open
Closes 5/20/26
The County of Cheshire is requesting a detailed proposal from qualified contractors for trail work on the 4.7-mile Cheshire Rail Trail through Fitzwilliam. The full request for proposals is posted on the county website here: https://co.cheshire.nh.us/work-with-us/rfps/.
Submissions and Timeline
- RFP release date: Monday, April 13, 2026.
- To receive RFP addendums, questions and answers, and any available additional documents to assist in preparing the proposals, please submit intent to apply notice by email containing name and email address to the person listed under the county contact information below. Intent to apply notice is not required to apply.
- Questions must be submitted in writing via email to the person listed under the county contact information below no later than 5:00pm on Tuesday, May 5, 2026. Responses will be made available to all bidders within 2 business days.
- Project proposals are due by 5:00pm on Wednesday, May 20, 2026. Proposals must be sent via PDF attachment to an email sent to the person listed under the county contact information below.
- The estimated date for selection of contract awardee is Friday, June 5, 2026.
- The estimated start date for contract is Wednesday, July 1, 2026. Contract term is expected to be Wednesday, July 1, 2026 to December 15, 2026 (with possible end date of April 1, 2027 if details and separate cost proposal are provided by the bidder).
County Contact Information
- Suzanne Bansley, Grants Manager, 12 Court St, Keene, NH 03431, 603-355-3023, sbansley@co.cheshire.nh.us
Scope of Work and Technical Requirements
- See Appendix A.
Proposal Content
- Approach: Describe how your organization will approach this project and accomplish the scope of work in terms of preparation, research, work flow and process, and communication with the County and its partners.
- Include details regarding methodologies, number units/hours and rates for laborers/equipment, materials and supplies, and any other items to be used in the calculation and consideration of this proposal.
- Describe warranties and/or guarantees offered for the work, materials, and/or services.
- Disclose/list all subcontractors that you intend to use on this project, their scope of work, and the amount that is included in the price proposal to cover their work.
- Ensure all aspects of the selection criteria are addressed in this section, if not clearly covered in another section.
- Schedule/timeline: Indicate how long the project will take to complete and confirm that you are able to meet the project deadline. Provide a schedule with anticipated milestones from the execution of a contract through final completion of the project.
- Organizational description: Provide a description of your organization’s history, staffing (education and relevant work experience), and products or services offered, as it relates to the scope of work in this RFP.
- Indicate if the organization is a qualified disadvantaged business (DBE), women-owned, veteran-owned, or minority-owned.
- Provide UEI and EIN registered to the applicant business.
- Ensure all aspects of the eligibility requirements are addressed in this section.
- Example work: Provide one or more examples, a brief description, and contact information (name, title, email, phone) for at least three projects similar to the scope of work in this RFP that your organization has undertaken in the past three (3) years. Example work may be provided in the form of an attachment to the proposal or as a web link to the source.
- Price Proposal: Provide details and a total amount needed to complete the project according to the scope of services described above.
- Provide units, rates, and extended cost for all cost categories, including, at a minimum, the following: labor (rate and number of hours), materials/supplies (rate and quantity), equipment (cost per equipment hour or another basis).
- If proposing any work to occur between December 15, 2026 and April 1, 2027, also supply an additional, separate price for it.
- Type of contract: Cost and materials.
- Price limit: Total amount of up to $100,000, to include a reimbursement up to $80,000, and a cost match, donation, or discount of $20,000 (or 20% of the total value of the contract work or 25% of the amount to be reimbursed) for all contracted work. The total project construction budget is up to $100,000 with an 80/20 split – 80% billable/reimbursable and 20% donated/in-kind contribution to the project.
- Donation/discount: The donation is tax deductible and should the contractor require any particular documentation beyond the Agreement, which references the donation, the Conty of Cheshire is able to supply formal verification upon request.
- Signed and dated copy of Appendix D: “Contractor Assurances.”
Proposal Specifications
- Submit 1 electronic file of the proposal in a single PDF file; all fonts shall be Times New Roman or Ariel, 12-point font, and in sentenced case.
Minimum Eligibility Requirements
- Organization is registered with Sam.gov, has a verifiable UEI number and an unexpired registration date.
- Organization and any key employees to work on the project are not debarred, suspended, or otherwise restricted from receiving federal funds.
- Organization is registered as a licensed business.
- Organization has the requisite certifications, licenses, degrees, diplomas, etc. necessary to legally and ethically perform the work.
- Proposal contains all content required and addresses and/or acknowledges all aspects of the scope of work and technical requirements.
- Firm is able to conduct work within the dates provided and meet all agreed upon deadlines.
Selection Criteria
Before making its award or issuing a contract, the County shall consider the project proposal, work, and/or services or products delivered that best serves the needs and financial interests of the County. Organizations whose proposal meet the eligibility requirements will be evaluated and selected on the basis of the following criteria. Unless otherwise indicated, all criteria shall be evaluated with equal weight.
- Firm has at least three years of cumulative experience in trail rehabilitation, earthwork, grading, and water management (e.g. ditches and culverts).
- Firm proposes a cost match (i.e. donation) to the project that is up to 20% of the total cost (i.e. 25% of the amount to be reimbursed).
- Approach is logical, reasonable, appropriate, and thorough; and can be realistically completed according to the scope of work in this RFP and the provided schedule in the organization’s proposal.
- Organization’s experience with similar work and projects resulted in meeting client expectations with a high level of quality and craftsmanship.
- Organization and employees to work on the project have excellent character, reputation, and judgment, relevant and adequate experience, education/training, knowledge, skills, and ability to perform the work and complete the project.
- In the event of a tie, preference shall be extended to organizations that are known minority businesses, veteran-owned, women’s business enterprises, and labor surplus area organizations.
The County reserves the right to reject any or all proposals, to award any proposal, to waive as an informality any irregularities on proposals received, and to omit any item or items as it may deem to be in the best interest of the County. The decision of the County shall be final and not subject to review or appeal.
Source of Funding
This project is supported by the New Hampshire Bureau of Trails as part of a federal pass-through award totaling $80,000 cash plus $20,000 in-kind cost share from non-governmental sources. The contents of this request for funding proposal are those of the author(s) and do not necessarily represent the official views of, nor an endorsement, by the grantor, their parent agency, or the U.S. Government. Approval and award of a contract is contingent upon the continued availability of funding to accomplish the project.
Davis Bacon Act
The contractor is familiar with and will comply with the Davis-Bacon Act, which is expressly applicable to this project. The Davis-Bacon Act requires all laborers and mechanics employed by the contractor in the performance of the scope of work of this proposal in excess of $2,000 to be paid wages at a rate not less than those prevailing on similar projects in the locality, as determined by the Secretary of Labor in accordance with subchapter IV of chapter 31 of title 40, United States Code commonly referred to as the “Davis-Bacon Act”. Davis-Bacon requirements include, but are not limited to: submitting certified weekly payrolls; payroll and job site reviews for construction work, including interviews with employees; cooperating with any authorized representative of the Department of Labor in the inspection of records, interviews with employees, and other actions undertaken as part of a Department of Labor investigation; posting in a prominent and accessible place the wage determinations and Department of Labor Publication WH-1321, Notice to Employees Working on Federal or Federally Assisted Construction Projects; and preparing and submitting to the Office of Management and Budget the Davis Bacon semiannual labor compliance report, by April first and October first of each year. Full details are here: https://www.dol.gov/agencies/whd/government-contracts/construction.
Federal Compliance
Contractor must agree to adhere to all applicable Federal guidelines including but not limited to: 1) Purchase of American-Made Equipment and Products 2) Environmental, Safety and Health Performance of Work 3) Affirmative Action and Pay Transparency Requirements.
Privacy, Confidentiality, and Publicity
Information provided through the application process is the responsibility of each applicant. Applicants agree not to hold Cheshire County, NH, its affiliates, members, partners, and staff liable for any losses, damages, costs, or expenses of any kind relating to the use or the adequacy, accuracy, or completeness of any information appearing in an application.
Depending on the individual circumstances of this RFP and applications, any or all parts of this process and corresponding submissions may be considered public information. Any confidential information, including trade secrets, shall be redacted or removed by the applicant prior to submission.
If awarded, be advised that the business/applicant’s application information, name, statements, and other information provided during the award process may be used for promotional purposes in all forms and media and the business/applicant may be contacted by Cheshire County, NH for such purposes. Until notified, applicants must agree not to share any status as a finalist publicly, including but not limited to all social media platforms, news media, or local publications.
Conflict of Interest
Any employee, officer, or agent of Cheshire County participating in the selection, award, or administration of funds must disclose to the Board in writing if they have a real or apparent conflict of interest regarding any applying entities. Such a conflict of interest would arise when the employee, officer, or agent, any member of their immediate family, their partner, or an organization which employs or is about to employ any of the parties indicated herein, has a financial or other interest in or a tangible personal benefit from an entity considered for funding. The officers, employees, and agents of Cheshire County may neither solicit nor accept gratuities, favors, or anything of monetary value from fund recipients. Cheshire County employees, officers, or agents with a conflict of interest must disclose the conflict in writing to the Board, recuse themselves of any vote pertaining to the contract, and dismiss themselves from any conversation(s) relating to a contract or its terms or conditions.
EEO/Affirmative Action statement
This is an equal opportunity/ affirmative action agency. All qualified firms will receive consideration without regard to race, color, religion, creed, age, sex, or national origin. Consultant selection will be qualifications based, including experience with CDBG project regulations.
Appendix A: Project and Site Details
Scope of Work
Subcontractor shall rehabilitate the Cheshire Rail Trail Fitzwilliam segment, 4.7-mile stretch of the Cheshire Rail Trail that runs through Fitzwilliam, NH from Rhododendron Rd to Templeton Turnpike with center point GPS coordinates are 42.7641, -72.1529.
Trail work shall include clearing trails, ditches, and culverts of leaves, debris, and loose tree branches and shrubbery; refill holes and gaps in the trail and resurface the trail bed. Note, canopy mowing and tree removal will be performed prior to the start of this contract. Specific activities include:
- Clear entire trail segment including ditches on both sides and all culverts of leaves, debris, and loose tree branches and shrubbery.
- Ditches must be sufficiently deep (1′-2′) so that natural organic material (e.g., leaves, sticks, etc.) does not prevent drainage for a minimum of 2 years.
- Culverts shall be cleared of obstructions that prevent drainage (e.g. silt, sticks, leaves, trash) and to restore functionality. Eighteen (18) culverts on this stretch of the trail need clearing; but none are expected to be replaced or repaired as part of this project.
- Deposit earth material and organic debris by casting into the wood-line in areas not subject to erosion back into excavated areas.
- Remove and dispose offsite inorganic material (e.g. debris).
- Refill holes and gaps in the trail. Resurface the trail bed.
Labor (titles/hours/rates)
- Contractor shall propose the number of laborers needed, their titles, and estimated hours for each position, as well as hourly rates by position.
Equipment (type/hours)
- Contractor shall propose the equipment they will use for this project. Equipment expected includes, but is not limited to, an excavator with bucket, a dump truck, a, grader, compactor, and a tractor.
Materials/supplies
- Hardpack material shall meet the NHBOT’s 304.7 specified material (see: Appendix B: Surface Material Specification);
- Application must be the full width of the trail (average trail width 12’);
- Application depth minimum of 4” (must be sufficient to remediate washed out areas and level surface for the purposes of walking and biking);
- Larger base aggregate is required in a few areas to re-establish a stable base with prior approval;
- Final surface pack must be sufficiently firm enough to support a typical hybrid bike tire with no sinkage.
- See Appendix E CRT Fitzwilliam Project Map for additional details. The project map shows start and end points, all railroad valuation points, all project points (e.g. culverts), and all project lines (e.g. apply base material, apply hardpack). The valuation points, project points and project lines are shown in a table format. the project points and project lines define the work to be performed.
Other
- All work must occur between August 1, 2026 and December 15, 2026. If additional time is needed, Cheshire County will consider proposals that provide specific details regarding broken out activities and costs for any work proposed to be completed after December 15, 2026, but before April 1, 2027.
- All work must be done in accordance with relevant state and federal guidelines, including but not limited to: Best Management Practices for Erosion Control During Trail Maintenance and Construction (https://www.nhstateparks.org/find-parks-trails/find-trails-maps-clubs/grants/recreational-trails-program), included as Appendix C for reference.
- Hardpack material shall meet the NHBOT’s 304.7 specified material (see: Appendix B: Surface Material Specification).
- There are no formal site plans or site designs. This Appendix represents all plans, designs, and other details available for the project and site.
- The trail is open and publicly accessible – anyone is welcome to walk the trail, and contractors are encouraged, though not required to visit the site while preparing their proposals.
- A map of the section included in the bid is available in Appendix E.
Tractor Open
Closes 5/14/26
Request for Quotes Tractor (RFQ 11-TF-26)
The County of Cheshire is requesting formal quotes from qualified vendors for the purchase and delivery of a tractor. The full request for quotes is posted on the county website here: https://co.cheshire.nh.us/work-with-us/rfps/.
Submissions and Timeline
- RFQ release date: Thursday, April 9, 2026.
- To receive RFP addendums, questions and answers, and any available additional documents to assist in preparing the proposals, please submit intent to apply notice by email containing name and email address to the person listed under the county contact information below. Intent to apply notice is not required to apply.
- Questions must be submitted in writing via email to the person listed under the county contact information below no later than 9:00am on Thursday, April 23, 2026. Responses will be made available to all bidders within 2 business days.
- Quotes are due by 9:00am on Thursday, May 14, 2026. Proposals must be sent via PDF attachment(s) to an email sent to the person listed under the county contact information below.
- The estimated date for selection of vendor is by Friday, May 29, 2026.
- The estimated delivery date for the equipment is Tuesday, June 30, 2026.
County Contact Information
- Grants Manager Suzanne Bansley, 12 Court St, Keene, NH 03431, sbansley@co.cheshire.nh.us, 603-355-3023.
Specifications
- 50 Horsepower Tractor
- Front loader attachment
- Front hydraulic remotes
- Cab with HVAC
- Quick attach fork implement
- 3-point hitch York Rack attachment
- 7’ front hydraulic snow plow
- Rear Hydraulic Remotes
- Cab side mirror kit
- Block heater
- Welded hook on the bucket
- 4-wheel Drive
- Hydrostatic Transmission
- Tractor width – No wider than 6’
- Approximate 2000lb lifting capacity
- Needs to be able to load a 1-ton dump truck with a sander in the dump body (minimum lifting height of 111”)
- Item is brand new (not used or refurbished)
- Owner’s manual included
- Warranty/guarantee and technical support for at least 12 months
The name of manufacturer, trade name, or catalog number, if mentioned in this Request for Quotes, is for the purpose of designating a minimum standard of quality and type. Such references are not intended to be restrictive, although specified color, type of material and specified measurements may be mandatory. Proposals will be considered for any brand which meets or exceeds the quality of the specifications listed. On all such proposals, the Proposer shall specify the product they are proposing and shall supply sufficient data to enable a comparison to be made with the particular brand or manufacturer specified. Failure to submit the above may be sufficient grounds for rejection of the proposal.
Proposal Content
- Clearly and concisely address the complete Specifications as stated above.
- Distinctly indicate any contingencies, exceptions, or additions, or other deviations from the Specifications stated above. Equipment bids with disclosed deviations from Specifications will be considered. Bids not meeting specifications and that do not clearly indicate any and all deviations will not be considered by the County.
- Provide the manufacturer(s) product description, measurements, details, and other specifications or materials (if available, or provide a suppler/vendor description in lieu of a manufacturer’s written materials).
- Descriptive materials shall include details on warranties, guarantees, and/or ongoing technical support if offered for the product.
- Provide customer reviews if available.
- Confirm that the vendor is able to meet the estimated delivery date or propose a delivery date that meets the vendor’s ability.
- State if the product is Made in America, and confirm that if it is, the vendor will be able to provide documentation to support the source of the product.
- Provide a fixed all-inclusive single price needed according to the Specifications described above and inclusive of the vendor’s supply of all equipment, materials, supplies, labor, and any other items or services necessary to complete the Specifications.
- Provide a breakdown of key cost components including the item itself, any accessories, warranties, guaranties, technical support, required subscriptions, taxes, shipping and delivery fees.
Eligibility Requirements
- Firm is registered as a licensed business.
- The vendor has or will obtain at its own cost general liability coverage with a limit of at least $1,000,000 per occurrence and $2,000,000 aggregate; professional liability coverage with limits of at least $1,000,000 per occurrence and $2,000,000 aggregate; and worker’s compensation coverage meeting State of NH required limits and providing employer’s liability coverage (if applicable).
- The vendor and any key employees are not debarred, suspended, or otherwise prohibited from receiving federal funds (if applicable).
- Preference is extended for the purchase, acquisition, or use of goods, products, or materials produced in the United States as defined in 2 CFR §200.322 Domestic preferences for procurements.
- Preference is extended to firms that are known minority businesses, veteran-owned, women’s business enterprises, and labor surplus area firms.
Selection Criteria
Before making its selection, the County shall consider product specifications that most closely meet the Specifications as described in this RFQ. Vendors whose quotes meet the eligibility requirements will be evaluated and selected on the basis of the following criteria. Unless otherwise indicated, all criteria shall be evaluated with equal weight.
- Product quoted meets the RFQ Specifications.
- Product description indicates a high-quality item with a history consumer satisfaction. Warranties and guaranties are considered part of the quality of the product.
- Vendor is able to meet the estimated delivery date or propose a reasonable delivery date.
- Product is Made in America and supporting documentation can be provided. Made in America products are preferred.
- Final and total cost of the item.
- In the event of a tie, preference shall be extended to organizations that are known minority businesses, veteran-owned, women’s business enterprises, and labor surplus area organizations.
The County reserves the right to reject any or all quotes, to select any quote, to waive as an informality any irregularities on quotes received, and to omit any item or items as it may deem to be in the best interest of the County. The decision of the County shall be final and not subject to review or appeal.
Source of Funding
This RFQ is supported by USDA Rural Development Community Facilities as part of a federal award. The contents of this request for quotes are those of the author(s) and do not necessarily represent the official views of, nor an endorsement, by the grantor, their parent agency, or the U.S. Government. Approval and award of a contract is contingent upon the continued availability of funding to accomplish the project.
Privacy, Confidentiality, and Publicity
Information provided through the application process is the responsibility of each applicant. Applicants agree not to hold Cheshire County, NH, its affiliates, members, partners, and staff liable for any losses, damages, costs, or expenses of any kind relating to the use or the adequacy, accuracy, or completeness of any information appearing in an application.
Depending on the individual circumstances of this RFP and applications, any or all parts of this process and corresponding submissions may be considered public information. Any confidential information, including trade secrets, shall be redacted or removed by the applicant prior to submission.
If awarded, be advised that the business/applicant’s application information, name, statements, and other information provided during the award process may be used for promotional purposes in all forms and media and the business/applicant may be contacted by Cheshire County, NH for such purposes. Until notified, applicants must agree not to share any status as a finalist publicly, including but not limited to all social media platforms, news media, or local publications.
Conflict of Interest
Any employee, officer, or agent of Cheshire County participating in the selection, award, or administration of funds must disclose to the Board in writing if they have a real or apparent conflict of interest regarding any applying entities. Such a conflict of interest would arise when the employee, officer, or agent, any member of their immediate family, their partner, or an organization which employs or is about to employ any of the parties indicated herein, has a financial or other interest in or a tangible personal benefit from an entity considered for funding. The officers, employees, and agents of Cheshire County may neither solicit nor accept gratuities, favors, or anything of monetary value from fund recipients. Cheshire County employees, officers, or agents with a conflict of interest must disclose the conflict in writing to the Board, recuse themselves of any vote pertaining to the contract, and dismiss themselves from any conversation(s) relating to a contract or its terms or conditions.
EEO/Affirmative Action Statement
This is an equal opportunity/ affirmative action agency. All qualified vendors will receive consideration without regard to race, color, religion, creed, age, sex, or national origin.
Water Treatment Engineering Study Open
Westmoreland Campus, Closes 4/30/26
County of Cheshire Request for Proposals
Water Treatment Engineering Study for Cheshire County – Westmoreland Campus
Cheshire County is requesting a detailed proposal from qualified environmental engineering firms to perform a water study to evaluate the public water system for the Westmoreland campus. The full request for quotes is posted on the county website here: https://co.cheshire.nh.us/work-with-us/rfps/.
Submissions and Timeline
- RFP release date: April 2, 2026.
- To receive RFP addendums, questions and answers, and any available additional documents to assist in preparing the proposals, please submit intent to apply notice by email containing name and email address to the person listed under the county contact information below. Intent to apply notice is not required to apply.
- Questions must be submitted in writing via email to the person listed under the county contact information below no later than 12:00pm on April 19th Responses will be made available to all bidders within 2 business days.
- Project proposals are due by 12:00pm on April 30th 2026. Proposals must be sent via PDF attachment to an email sent to the person listed under the county contact information below.
- The estimated date for selection of contract awardee is May 7th
- The estimated start date for contract is May 14th
- Completion for the Water Study is August 15th
- Presentation to County commissioners, County’s review and acceptance of plan, contractor’s incorporation of change requests between August 16th and September 15th
- County commissioners final review and acceptance of the plan by October 15th, 2026.
County Contact Information
- Suzanne Bansley, Grants Manager, sbansley@co.cheshire.nh.us, 603-355-3023.
Scope of Work and Technical Requirements
Subcontractor shall evaluate the design, capacity, and performance of the Cheshire County Westmoreland Complex (Maplewood Nursing Home campus) water system’s infrastructure to maintain compliance with regulatory standards and assess the system’s ability to provide safe, reliable, and adequate drinking water to its users.
Specific tasks shall include:
- Analysis of the system demand both historical and projected;
- Evaluation of water supply involving capacity, existing sources, and potential new sources;
- Water quality evaluation and comparison with the EPA and NH-DES standards;
- Treatment facilities assessment of condition, capacity, and potential update or replacement;
- Storage and distribution review;
- Operations and maintenance review;
- Regulatory review;
- Vulnerability assessment in the event of an emergency, with consideration of backup power and redundancy, physical vulnerability, and cyber security;
- A comprehensive capital improvement plan for each of the two possible solutions, replacing/upgrading the water treatment plant and for drilling new wells, and a pro and con comparison between the two.
- Funding proposal for the proposed possible solutions, including cost estimates and a 20-year capital plan which identifies specific eligible funding sources (grants, loans, state programs, any other sources);
- A public hearing and presentation of the final report to the County commissioners at a public meeting (estimated August 16 to September 15, 2026).
Specific deliverables include:
- Comprehensive final report (engineering study and capital improvement plan) including data and information for all aspects of the scope of work outlined above.
- PowerPoint/Slide handouts and in-person presentation to the commissioners at a public meeting.
Proposal Content
- Approach: Describe how your organization will approach this project and accomplish the scope of work in terms of preparation, research, work flow and process, and communication with the County and its partners.
- Include details regarding methodologies, number units/hours and rates for laborers/equipment, materials and supplies, and any other items to be used in the calculation and consideration of this proposal.
- Describe warranties and/or guarantees offered for the work, materials, and/or services.
- Disclose/list all subcontractors that you intend to use on this project, their scope of work, and the amount that is included in the price proposal to cover their work.
- Ensure all aspects of the selection criteria are addressed in this section, if not clearly covered in another section.
- The bidder may provide an alternate approach if the bidder feels that there is a better solution that can be offered.
- Schedule/timeline: Indicate how long the project will take to complete and confirm that you are able to meet the project deadline. Provide a schedule with anticipated milestones from the execution of a contract through final completion of the project.
- Organizational description: Provide a description of your organization’s history, staffing (education and relevant work experience), and products or services offered, as it relates to the scope of work in this RFP.
- Indicate if the organization is a qualified disadvantaged business (DBE), women-owned, veteran-owned, or minority-owned.
- Provide UEI and EIN registered to the applicant business.
- Ensure all aspects of the eligibility requirements are addressed in this section.
- Example work: Provide one or more examples, a brief description, and contact information (name, title, email, phone) for at least three projects similar to the scope of work in this RFP that your organization has undertaken in the past three (3) years. Example work may be provided in the form of an attachment to the proposal or as a web link to the source.
- Price Proposal: Provide details and a total amount needed to complete the project according to the scope of services described above.
- Provide units, rates, and extended cost for all cost categories, including, at a minimum, the following: labor (rate and number of hours), materials/supplies (rate and quantity), equipment (cost per equipment hour or another basis).
- If providing an alternate approach, also supply an additional, separate price for it.
- Type of contract: firm fixed price.
- Signed and dated copy of Appendix D: “Contractor Assurances.”
Proposal Specifications
- Submit 1 electronic file of the proposal in a single PDF file; all fonts shall be Times New Roman or Ariel, 12-point font, and in sentenced case.
Minimum Eligibility Requirements
- Organization is registered with Sam.gov, has a verifiable UEI number and an unexpired registration date.
- Organization and any key employees to work on the project are not debarred, suspended, or otherwise restricted from receiving federal funds.
- Organization is registered as a licensed business.
- Organization has the requisite certifications, licenses, degrees, diplomas, etc. necessary to legally and ethically perform the work.
- Proposal contains all content required and addresses and/or acknowledges all aspects of the scope of work and technical requirements.
Selection Criteria
Before making its award or issuing a contract, the County shall consider the project proposal, work, and/or services or products delivered that best serves the needs and financial interests of the County. Organizations whose proposal meet the eligibility requirements will be evaluated and selected on the basis of the following criteria. Unless otherwise indicated, all criteria shall be evaluated with equal weight.
- Approach is logical, reasonable, appropriate, and thorough; and can be realistically completed according to the scope of work in this RFP and the provided schedule in the organization’s proposal.
- Organization’s experience with similar work and projects resulted in meeting client expectations with a high level of quality and craftsmanship.
- Organization and employees to work on the project have excellent character, reputation, and judgment, relevant and adequate experience, education/training, knowledge, skills, and ability to perform the work and complete the project.
- In the event of a tie, preference shall be extended to organizations that are known minority businesses, veteran-owned, women’s business enterprises, and labor surplus area organizations.
The County reserves the right to reject any or all proposals, to award any proposal, to waive as an informality any irregularities on proposals received, and to omit any item or items as it may deem to be in the best interest of the County. The decision of the County shall be final and not subject to review or appeal.
Source of Funding
This project is supported by a Title I of the Housing and Community Development Act of 1974 (Community Development Block Grant from New Hampshire Community Development Finance Authority) as part of a federal pass-through award totaling $25,000. The contents of this request for funding proposal are those of the author(s) and do not necessarily represent the official views of, nor an endorsement, by the grantor, their parent agency, or the U.S. Government. Approval and award of a contract is contingent upon the continued availability of funding to accomplish the project.
Federal Compliance
Contractor must agree to adhere to all applicable Federal guidelines including but not limited to: 1) Purchase of American-Made Equipment and Products 2) Environmental, Safety and Health Performance of Work 3) Affirmative Action and Pay Transparency Requirements.
Privacy, Confidentiality, and Publicity
Information provided through the application process is the responsibility of each applicant. Applicants agree not to hold Cheshire County, NH, its affiliates, members, partners, and staff liable for any losses, damages, costs, or expenses of any kind relating to the use or the adequacy, accuracy, or completeness of any information appearing in an application.
Depending on the individual circumstances of this RFP and applications, any or all parts of this process and corresponding submissions may be considered public information. Any confidential information, including trade secrets, shall be redacted or removed by the applicant prior to submission.
If awarded, be advised that the business/applicant’s application information, name, statements, and other information provided during the award process may be used for promotional purposes in all forms and media and the business/applicant may be contacted by Cheshire County, NH for such purposes. Until notified, applicants must agree not to share any status as a finalist publicly, including but not limited to all social media platforms, news media, or local publications.
Conflict of Interest
Any employee, officer, or agent of Cheshire County participating in the selection, award, or administration of funds must disclose to the Board in writing if they have a real or apparent conflict of interest regarding any applying entities. Such a conflict of interest would arise when the employee, officer, or agent, any member of their immediate family, their partner, or an organization which employs or is about to employ any of the parties indicated herein, has a financial or other interest in or a tangible personal benefit from an entity considered for funding. The officers, employees, and agents of Cheshire County may neither solicit nor accept gratuities, favors, or anything of monetary value from fund recipients. Cheshire County employees, officers, or agents with a conflict of interest must disclose the conflict in writing to the Board, recuse themselves of any vote pertaining to the contract, and dismiss themselves from any conversation(s) relating to a contract or its terms or conditions.
EEO/Affirmative Action Statement
This is an equal opportunity/ affirmative action agency. All qualified firms will receive consideration without regard to race, color, religion, creed, age, sex, or national origin. Consultant selection will be qualifications based, including experience with CDBG project regulations.
CCDOC Sidewalk Reconstruction Open
Department of Corrections