Procurement Opportunities (Bids)


REQUEST FOR PROPOSAL (RFP)

RFP: Visitor Center Structural Engineering & Stabilization Project

Request for Proposal
Visitor Center Structural Engineering & Stabilization Project
 
General:
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 Visitor Center Structural Engineering & Stabilization 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 1:00 P.M. EST on Monday, December 1, 2025, c/o City Manager’s Office, City Hall, 58 Opera House Square, Claremont NH  03743. 
 
Envelope must be clearly marked “Visitor Center Structural Engineering & Stabilization Project” Proposals will be opened publicly at that time. Unsealed, late, emailed, or faxed proposals will not be accepted.
 
The contact person for this project is:
 
Paul Thibodeau, Planning & Development
14 North St, Claremont, NH 03743
Phone: (603) 504-0350
 
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 CONTRACTOR for any expense incurred in responding to this request.
 
 
The successful CONTRACTOR will be required to provide proof of General Liability, Motor Vehicle, Worker’s 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.
 
The CITY 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 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 capacity and ability to complete the requirements of this solicitation. At a minimum, proposals must include:
 
1) Firm Qualifications & Licensure – Proof of current New Hampshire Professional Engineer (PE) licensure in Structural Engineering and identification of the responsible PE who will sign and seal drawings.
2) Relevant Project Experience – At least three (3) municipal stabilization or structural repair projects completed within the last ten (10) years, including project names, dates, and owner contacts with phone numbers.
3) Project Team & Capacity – Organizational chart and resumes for key personnel; statement of current workload and ability to meet schedule.
4) Technical Approach & Schedule – Concise work plan describing review of M&W Soils report, analysis methods, and anticipated milestones.
5) Financial & Insurance – Statement of financial stability and proof of insurance meeting City requirements.
6) Conflicts & Exceptions – Disclosure of conflicts of interest and separate page titled  “Exceptions” for any deviations from scope.
 
The CITY reserves the right to conduct investigations into the CONTRACTOR’s competency, including reference checks, review of prior contracts, and inspection of facilities. Failure to provide requested information within the time specified may result in disqualification.
 
Award will not be made solely on the basis of cost. The CITY will evaluate proposals based on qualifications, experience, and value to determine the proposal most advantageous to the City.
 
Evaluation factors to be considered, in addition to cost, shall include:
• Reputation and References: The CONTRACTOR’s demonstrated reliability and performance record on comparable projects, including past work for the CITY or other municipalities.
• Quality of Past Workmanship: Quality and completeness of work on previous projects of similar size and complexity, as verified through references, inspections, or prior City experience.
• Experience and Capability: Depth of experience with municipal structural stabilization projects; qualifications and certifications of key personnel; and adequacy of equipment and resources.
• Financial Stability: Demonstrated financial capacity to successfully complete the project, as verified by financial statements or bonding capacity.
• Schedule Compliance: The CONTRACTOR’s ability to meet the City’s required schedule and respond promptly to coordination and inspection requirements.
• Cost Proposal: Reasonableness and competitiveness of the cost in relation to the proposed scope of work and market conditions.
The City will review all proposals, and may request interviews or additional documentation prior to award.
 
Scope of Work
Award will not be made solely on cost. Proposals will be scored based on the following criteria:
1. Relevant Municipal Stabilization Experience/ Technical Approach & Understanding – 35 points
2. Key Personnel & Team Organization/ Schedule & Capacity – 40 points
3. Quality & Reputation/ Cost Proposal – 20 points
4. Construction-Phase Services Plan (including optional Resident Engineer oversight) – 5 points
TOTAL POSSIBLE – 100 points
Evaluation will be by the City. Scores will be averaged and may include interviews and reference checks.
 
Project:
 
Visitor Center Structural Engineering, solution to both stop the movement and mitigate the past movement with full repair.
 
1. Project Overview
M&W Soils Engineering has completed subsurface explorations and provided geotechnical findings related to the Visitor Center, 14 North Main St. The report outlines soil conditions, subsurface stability, and recommendations for solutions. The City of Claremont is seeking a qualified Structural Engineering firm to review and provide structural solutions addressing building stability, elevator shaft repair, and associated masonry work.
 
2. Work to be Performed
The selected contractor shall:
2.1 M&W Soils Engineering Report
2.1.1 Review report and coordinate directly with M&W Soils Engineering to ensure consistency between geotechnical and structural recommendations.
 
2.2 Phase 1 – Structural Engineering & Assessment
 
2.2.1 Conduct a site visit and field investigation of the building.
2.2.2 Review existing drawings for existing conditions.
2.2.3 Identify structural deficiencies, cracking, or failures requiring repairs.
2.2.4 Perform structural calculations and load assessments to evaluate the extent of damage.
2.2.5 Assess risks to the structure before, during, and after repairs.
2.2.6 Develop repair strategies with cost and feasibility considerations.
2.2.7 Provide cost implications for different repair options.
2.2.8 Develop repair drawings and specifications that optimize the use of cost-effective, durable materials.

Phase 2 – Construction Services **Bid Alternate**

  • Participate in pre-construction coordination and/or demolition planning.
  • Review project scope and budget.
  • Oversee construction work in accordance with approved specifications.
________________________________________
 3. Deliverables
Structural repair drawings and specifications.
Phasing/sequencing plan for construction.
Bid review notes to ensure accurate pricing.
Optional resident engineering hourly rate schedule.
________________________________________
4. Standards and Compliance
All work shall conform to applicable building codes, safety standards, and environmental regulations.
Contractor shall always follow OSHA safety requirements.
The CONTRACTOR must supply the CITY with a warranty period of no less than one year.
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 on 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 CONTRACTOR under this Agreement, are subject to the same insurance requirements as the CONTRACTOR.
Excess Liability in the minimum amount of $3,000,000 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 in writing and received by 1:00 P.M. on Friday October 24th , 2025, 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 five (5) 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 of Claremont is exempt from all federal, state, and local sales and use taxes. The CONTRACTOR shall not include such taxes in any prices quoted to the CITY. The CITY’s tax exemption certificate will be provided upon request. The CONTRACTOR remains responsible for payment of all taxes applicable to its own property, employees, and operations.
 
All CONTRACTORS must comply with all applicable Equal Employment Opportunity laws and regulations.
 
Deadlines:
Copies of your proposal can be delivered or mailed in, and must be received by the CITY by no later than1:00 P.M. EST on Monday, December 1, 2025,. Proposals received after this deadline will not be eligible for consideration.
 
Proposals should be delivered to:
Claremont City Manager 
RE: Visitor Center Structural Engineering & Stabilization Project
58 Opera House Square
Claremont, NH 03743
(603)542-7008 
 
________________________________________
 

 

Submission Deadline: December 01, 2025

Documents

Bid Tabulation

Contact Information

Planning and Development
Paul Thibodeau, Planning & Development | pthibodeau@claremontnh.com

 

 

BACK TO LIST

Procurement Policy

View the City of Claremont Procurement Policy here.