You are on page 1of 8

REQUEST FOR PROPOSALS (RFP)

DESIGN AND CONSTRUCTION


ADDITION TO TOWN LIBRARY (ETNA LIBRARY)
HANOVER, NEW HAMPSHIRE
The Town of Hanover, New Hampshire (Town) invites experienced and qualified firms
to submit proposals for structural design, fabrication, delivery, and construction of
foundation, frame, exterior wall and roof assemblies related to a new entry and porch
addition to the Hanover Town Library (also known as the Etna Library), at 130 Etna
Road in Hanover.
DESIGN AND CONSTRUCTION SERVICES
Project Background & Purpose:
The Etna Library was built in 1905 and is listed on the National Register of Historic
Places. The Town has obtained all state and local discretionary permits and sign-offs,
including from the New Hampshire Department of Environmental Services and Division
of Historical Resources and from the Hanover Conservation Commission, Zoning Board,
and Planning Board. The library is located on a highly visible site in the middle of Etna
Village, a rural center about five miles east of downtown Hanover and the Dartmouth
College campus. At the same time as the addition to the library is to be built, the Town is
setting out an informal community park, to be known as the Hayes Farm Park, on the
adjoining five acres of this site.
Designs of the library addition, at an early design development stage, shown on nine
sheets dated August 2, 2012, which are included in the RPF package, were developed by
the Town in tandem with the design and permitting of the park, and with significant
involvement by the Etna Library Board of Trustees, neighbors, and citizens of the
community. The selected Respondents final engineering for-construction design,
construction of the library addition and associated alterations to the existing library
building must meet all applicable building and safety codes, be environmentally sound,
provide for a safe working environment both during construction and afterward, and
respect the historic architectural character of the 1905 library building. With proper
maintenance, the building should have a life expectancy of a minimum fifty years. These
plans accommodate the possibility of a future expansion, up to a size equivalent to the
footprint of the existing library building, immediately to the west of this addition.

Design & Construction Program Requirements:


The following program objectives and specifications were developed with the input of
Town officials and consultants. Meetings by the selected Contractor with the Towns
Building Inspectors (BI) and Public Works Department (DPW) staff will be essential in
arriving at details and final materials selections for the construction of the library
addition.
1. Building Design and Performance Objectives:
Respondents should be aware of the Towns intended objectives in determining the
building design:
a. Adequate lighting optimizing use of natural day lighting and artificial light.
b. Efficient, fully functional, and up-to-date ventilation, mechanical, electrical and
plumbing systems, providing for efficient air quality with the absence of drafts
and hot spots to the maximum feasible extent. Please note that this project does
not include any electrical, plumbing or mechanical. However, consideration shall
be given in design for any necessary access, chases, or other means for future
accommodation.
c. Reliable life safety equipment including smoke detectors, heat detectors, and
emergency lighting, according to applicable building, life safety, and other codes.
Please note this project does not include such symptom indicate at this time.
However, consideration shall be given in design for future accommodation.
d. Maintainability of all surface areas proposed is a high priority. Materials and
systems will be selected by the Contractor, in consultation with the Town,
considering normal wear and tear and maintenance. Standard materials affording
economical replacement are preferred.
e. Provisions for electrical power and cabling should accommodate related
communications and technology equipment.
f. The following are minimum design-life expectancies:
 Superstructures: 50 years with no maintenance.
 Roof System: 30 years with minimum required maintenance.
 Building Envelopes: 40 years with routine maintenance.
 Caulking and sealants: 15 years.
 Interior finish: 30 years with routine maintenance.
 Mechanical Systems: 40 years with routine maintenance.
 Electrical Systems: 40 years
2. Specifications: These are based on plans provided with this RFP, consisting of nine
sheets dated August 2, 2012:
a. All work shall comply with all applicable local, state and federal regulations
included the most recently adopted NH State Building Code and NH State Fire
Code. Contractor shall submit to Town a complete set of all necessary plans, with
relevant details, for Town to review and ascertain compliance with applicable
building and fire codes. Town will be responsible for obtaining zoning and
building permits.
a. Limit of Work:
2

The Contractor shall not be responsible for any work beyond the front (northern)
edge of the Additions porch and the perimeter of the addition and its porch,
except for excavation and backfill associated with the new footing, foundation,
perimeter foundation drainage for the addition and porch frostwall. The Town
will do all other site work.
b. The Contractor shall be responsible for design and execution cutting to provide
two openings as indicated through the existing rear brick wall of the existing
library in order to make basement and first-floor connections between the existing
building and the addition.
This work will be performed according to
specifications and standards formulated by a New Hampshire-licensed structural
engineer, in consultation with the Towns Building Inspectors, and shall result in
neat, visibly presentable, and stable openings.
c. Site work/civil:
The contractor will furnish all equipment, materials, labor necessary to excavate,
support, and backfill the foundation and installation of a perforated drain, gravity
to 10 feet beyond building foundation, for the addition. Responsibility includes
protection and any necessary support/stabilization of existing stone foundation.
d. Foundation: The contractor will design and install a reinforced concrete
foundation system. A copy of a geotechnical from a NH registered engineer is
available on the Towns websitewww.HanoverNH.org. Design must include
any necessary mitigation and/or stabilization so as to not disturb or add additional
loading to the foundation of the existing Library building. Foundation to consist
of a full concrete basement with a reinforced concrete floor slab and shall include
exterior waterproofing and floor vapor barrier as required by applicable codes.
Porch foundation to consist of frost walls, compacted fill, and brushed concrete
slab finish for walkway surface. Work shall meet Town of Hanover Public Works
specifications.
d. General framing:
Full or partial exposure of wooden posts with continuous SIPS barrier suitable for
interior gypsum board wall surfaces and exterior wooden siding. Contractor will
design, fabricate, and erect structure. Floor system shall consist of designed
engineered floor truss/joist system, sub flooring to be tongue and groove, screwed
and glued. Frame shall be designed with particular consideration to compliment
historical time period, architectural styling, and detailing of existing library.
Exposed fasteners/connection plate is not desired. Wood species for frame is
preferred to be hemlock, fir, or equal. SIPS panels shall be closed cell foam
(plastic insulation) complying with all applicable codes and having a current
evaluation report acceptable to Town of Hanover.
d. Siding:
Grade 1 or 2 hemlock or equivalent, clapboard siding, 4 reveal;
Grade 1 pine or equivalent, nominal 6 corner trim and 8 bottom fascia. Siding
3

to be primed both sides.


e. Roofing:
30 lb. asphalt shingles, architectural grade, minimum 30-year warranty and
approved for use on unvented roof assembly. Owners selection, compatible in
appearance with existing roof.
e. Windows and entry door: an allowance of $15,000.00 shall be carried for the
materials and installation of all windows and one new entry door as shown on the
plans for the new addition. Goal is to obtain the highest quality windows, for the
best value, while matching as close as possible the existing library in style and
finish.
Bid Add Alternate: Provide price for all labor and materials for replacement of all
existing library windows with new, energy efficient units and all necessary work
to provide weather-tight seal, trim, finish to completion.
f. Construction management:
The Contractor shall limit areas of work and site utilization within the bounds
prepared and prescribed by DPW.
g. Utilities Drainage, staging:
Project electrical, plumbing, and mechanical is not part of this project scope.
However, bidder shall work with Town for consideration and installation of any
necessary sleeves, penetrations or raceways necessary for future installation of
electrical branch circuits. Specifically, provision to access lights, exit signage and
switches near entrance door within SIPS wall assembly without having to
open/damage wall assembly at future installation.
h. Temporary Facilities and Practices:
Contractor will provide temporary power. Contractor will cooperate with the
Town to minimum disruption to the existing Library being safely open to the
public during its normal schedule. Contractor will be responsible to provide
portable toilets, cleaning, setting and removal for use of trades.
i. Surface drainage and building roof drainage must be provided to control runoff,
erosion and conflicts with pedestrian and vehicular circulation. Surface drainage
must be controlled on site and integrated with existing drain lines, swales and
brooks alike.
j. Other:
No topsoil shall be removed from the site. Excavated topsoil shall be piled onsite
near the project location and protected from erosion at the direction of DPW.
GENERAL INFORMATION
1. All documents relative to this RFP are posted on the Town of Hanover website:
www.HanoverNH.org.
4

Inquiries or clarification requests concerning this RFP shall be directed by letter or by


e-mail to:
Planning and Zoning Department, attn.: Etna Library RFP
Town of Hanover
PO Box 483
Hanover, NH 03755
Planning@HanoverNH.org
All e-mail shall be followed up by telephone (603) 643-0708, or will not
be responded to. This is to make sure that we receive your e-mail.
All substantive responses will be in writing only.
No reply will be given to any prospective Respondent who does not attend the onsite pre-bid conference referenced below.
2. Project schedule:
a. Release of RFP:
August 10, 2012
b. On-site pre-bid conference
August 17, 2012: 10:00 AM to noon
Note: Any Respondent who has not attended this conference will not be
considered.
c. Delivery of Proposals to Town Hall from Respondents not later than 4:30 PM on
September 4, 2012
d. Opening and review of Proposals: September 10, 2012
e. Anticipated contract award:
September 17, 2012 (or sooner if possible)
The selected Respondent will be referred to as the Contractor from this
point in the schedule.
f. Construction Kick-Off Meeting:
September 24, 2012 (or sooner as agreed)
g. Anticipated construction completion: December 31, 2012
3. Qualifications of Respondents:
Respondents are expected to show recent experience in structural engineering and design
and in construction of similar facilities and related infrastructure. Of particular
importance will be evidence of proven ability to design and build successful projects
feasibly and expeditiously. To enable to the Town evaluate a Respondents qualifications
and financial capacity, each Respondent shall furnish the following information:
a. The address and description of the Respondents place of business.
b. A list of staff available and their qualifications for the project.
c. A list of proposed subconsultants and subcontractors and their qualifications for
the project.
d. A list of all relevant projects underway or completed during the previous four (4)
years including the original estimated contract value, completed costs and the
names and contact information of all project owners or their agents.
5

e. A statement regarding any past, present or pending penalties or litigation with an


owner or governmental regulatory agency.
f. Such information as may be required, including authenticated financial
statements, to satisfy the Town that the Respondent is adequately prepared with
respect to technical experience, demonstrated workmanship and quality of work,
financial capability, present workload, and other pertinent factors, to complete the
project within the Towns time period.
g. Sufficient documents to ensure that the firm is in compliance with all relevant
State and Federal laws.
4.
Performance and Pricing:
The Town expects the Contractor to provide New Hampshire-sealed structural design
(including architectural, civil and structural engineering), fabrication, delivery, and
construction of foundation, frame, exterior wall and roof assemblies, together with
pertinent accessory features such as windows and doors, necessary to provide a wellbuilt, code-compliant, enclosed, weather-tight addition to the library building by the end
of December 2012.
This includes, based on documents provided by the Town, all engineering design to the
working drawing level to be performed by an engineer licensed in the State of New
Hampshire, engaged by the selected Respondent, with working drawings so stamped and
sealed.
The Responses shall contain a binding, not-to-exceed, itemized cost proposal for
accomplishing the above, and shall represent all fees, anticipated reproduction and
reimbursable expenses. All reimbursable expenses must be reflected by category in the
form of a not-to exceed allowance per category. No additional reimbursables will be
considered. The Town will pay the fees for local building, zoning, and code permits and
inspections.
It is expected that pricing will be carefully done as requests for last-minute or postsubmittal adjustments will not be considered and may disqualify a proposal. Proposals
must be guaranteed for ninety (90) days from the date of receipt.
5. Review and Selection of Proposals:
Please submit seven (7) copies of the proposal not later than 4:30 PM on September 4,
2012 by delivery to the Planning and Zoning Department, Hanover Town Hall, 41 South
Main Street, PO Box 483, Hanover, NH 03755, in sealed envelopes clearly marked:
ETNA LIBRARY, RESPONSE TO RFP.
The Town may reject any or all of the proposals on any basis and without disclosure of a
reason. The failure to make such a disclosure shall not result in accrual of any right,
claim or cause of action by any unsuccessful Respondent against the Town. Failure by a
Respondent to submit all information called for may be sufficient for disqualification.
The Town is subject to NH RSA 91-A (the Right-to-Know law) and has no control
over the disclosure of public documents or the utilization of public documents by others.
6

All Respondents should be aware that information which they submit to the Town as part
of a response to this RFP becomes public record.
Award will not be made solely on the basis of the cost of services. Evaluation factors to
be considered, in addition to cost, shall be:
 Specific experience with similar projects on the part of the Respondent, of
proposed subcontractors, and any other members the Respondents proposed
team,
 Background and experience of professionals to be assigned to the project,
 Engineering and structural design appropriate to the scope of this RFP,
 Other factors as set forth in this RFP.
Proposals shall include a list and descriptive summary (with photographs) of similar
projects accomplished by the Respondent, the dates of completion of these projects,
names and contact information of any subcontractors engaged by the Respondent, and
names and contact information of the respective clients. The Town may make such
investigations, as it deems necessary, to determine the ability of each Respondent to
satisfactorily perform the work. The Respondent shall furnish such additional
information for this purpose as requested by the Town. The Town reserves the right to
reject any proposal if the information submitted by, or investigation of, such firm fails to
satisfy the Town that the firm is properly qualified to complete the work satisfactorily.
The Town reserves the right to negotiate with one, several, or none of the firms
responding to this RFP.
All proposals become the property of the Town and, if accepted, become a legal binding
addendum to the eventual contractual agreement between the selected Respondent and
the Town. This request for proposals in no way commits the Town to make an award or
reimburse any Respondent for any expense incurred in responding to this request.
Proposals must address the items specified in this Request for Proposal. The Town is
exempt from all taxes. All Respondents must comply with all applicable OSHA, ADA,
and Equal Employment Opportunity laws, regulations, and codes, as well as all others
pertaining to building construction.
6. Contract and Method of Payment:
The Town will provide its own financing and pay for the above in accordance with the
provisions outlined in a contract standard to the design and construction industry and
consistent with good practice, as shall be proposed by the Contractor and agreed by the
Town and thereupon to be executed by the Contractor and the Town.
It is recognized that as the project preparation proceeds, the Contractor and the Town
may mutually decide on changes to the specifications; these may be proposed by either
party and implemented as mutually agreed.
7. Ownership of Plans:
The Town shall own all plans, specifications, and other documents developed by the
7

Contractor for the project.


8. Indemnification:
a. Professional Liability Indemnification: The Contractor shall agree to defend,
indemnify and hold harmless the Town and all of its officers, agents, and
employees from and against claims, liabilities or suits arising from (or which may
be claimed to arise from) any negligent acts or omissions of the Contractor or its
subcontractors in the performance of professional services covered by this
Agreement.
b. These covenants shall survive the termination of the Agreement. Notwithstanding
the foregoing, nothing herein shall be deemed to constitute a waiver of the
sovereign immunity of the Town, which immunity is hereby reserved by the
Town.
9. Insurance:
Before the start of any work, the Contractor shall file a Certificate of Insurance with the
Town reflecting the following coverage and limits of liability:
a. Comprehensive General Liability:
$2,000,000 per occurrence.
The Town must be named an additional insured.
b. Builders Riskvalue of work.
c. Motor Vehicle Liability:
$1,000,000 combined single limit
Coverage must include all owned and non-owned and hired vehicles.
The Town must be named an additional insured.
d. Compensation as required by Statute:
Professional Liability: $1,000,000
The Contractor shall maintain, during the life of the project, Professional Liability
providing protection to the Town for the Contractors errors and omissions. The
Contractor shall provide a performance bond as surety of completion and workmanship.
Coverage must be written with insurance carriers licensed to do business in the State of
New Hampshire. The Town requires thirty (30) days written notice of cancellation or
material change in coverage. If the insurance lapses, the Contractor shall cease all work
for the Town and will be liable for payment of a $100 per day penalty for nonperformance of the contract until the insurance is re-instated. Any work produced by the
Contractor up to said insurance lapse will be the property of the Town without further
payment. The Contractor is responsible for filing updated Certificates of Insurance with
the Town.
Any subcontractors are the agents of the Contractor and not the Town. Subcontractors
are subject to the same insurance criteria as the Contractor.

You might also like