241 Elm Street Brick Builidng

Valley Regional Hospital has been serving the Claremont community for over 130 years.

As healthcare evolves, Valley Regional Hospital strives to uphold quality patient care while integrating the latest technologies and preserving our unique history within the community. To support these efforts, VRH will renovate and restore its historic brick building, located at 241 Elm Street in Claremont, beginning in March 2024. While the building will maintain its original charm, the improved functionality will enable VRH to recruit and retain medical staff relocating to the greater Sullivan County region. Once renovated, the building will provide four one-bedroom transitional housing units and overnight dormitory-style lodging for four additional staff. These modern accommodations will create time and opportunity for newly welcomed medical staff to secure permanent housing within the area, while also beginning their tenure of providing exceptional care for VRH patients. A portion of this project is federally funded through a Northern Border Regional Commission grant.

Public Notice: March 14, 2024
Invitation to Bid
Building Renovation

Invitation to Bid
Building Renovation

Construction Managers and General Contractors are invited to bid on alterations to the existing office building of Valley Regional Hospital located at 241 Elm Street, Claremont, New Hampshire.  

The MANDATORY pre-bid meeting will be held at the 241 Elm Street site for interested parties to view the existing structure and understand public safety factors during construction, at 10:00 AM on FRIDAY, MARCH 22nd, 2024.  

Qualified, sealed bids will only be accepted from attendees of the mandatory pre-bid meeting. Bids will be received to Valley Regional Hospital, 241 Construction Project, Attn: Alan Owens, 243 Elm Street, Claremont, NH 03743 until 3:00 PM, FRIDAY, APRIL 19th, 2024.   

All submitted bids will be opened and read aloud at 3:30 PM, FRIDAY, APRIL 19th, 2024, in Buckley Conference Room, Valley Regional Hospital, 243 Elm Street, Claremont, New Hampshire. 

A portion of this project is federally funded through a Northern Border Regional Commission grant. Federal compliance requirements include The Build America, Buy America Act (hereafter “BABAA”) – enacted on November 15, 2021 – setting forth a domestic content procurement preference (“Buy American Preference” hereafter referred to as “BAP”) for infrastructure programs funded with federal dollars. Specifically, IIJA §70914(a) of Pub. L. 117-58, instructs Federal agencies to ensure that “none of the funds made available for a Federal financial assistance program for infrastructure, including each deficient program, may be obligated for a project unless all of the iron, steel, manufactured product, and construction materials used in the project are produced in the United States.”

All qualified bidders will receive consideration without regard to race, color, religion, creed, age, sex, national origin, sexual orientation, or familiar status. Women and minority-owned businesses are encouraged to submit bids. This is an equal opportunity / affirmative action agency.

A portion of this project is federally funded through a Northern Border Regional Commission grant. Federal compliance requirements include The Build America, Buy America Act (hereafter “BABAA”) – enacted on November 15, 2021 – setting forth a domestic content procurement preference (“Buy American Preference” hereafter referred to as “BAP”) for infrastructure programs funded with federal dollars. Specifically, IIJA §70914(a) of Pub. L. 117-58, instructs Federal agencies to ensure that “none of the funds made available for a Federal financial assistance program for infrastructure, including each deficient program, may be obligated for a project unless all of the iron, steel, manufactured product, and construction materials used in the project are produced in the United States.”
All qualified bidders will receive consideration without regard to race, color, religion, creed, age, sex, national origin, sexual orientation, or familiar status. Women and minority-owned businesses are encouraged to submit bids. This is an equal opportunity / affirmative action agency.

 

March 14, 2024

Qualified Bids will be received by VRH Senior Director for Engineering & Support Services Alan Owens, (hereafter called the “VRH Representative”) and Lavallee-Brensinger Architects (here-after called the “Architect”) on or before 3:00 PM FRIDAY, APRIL 12th, 2024.

A MANDATORY pre-bid meeting will be held at the 241 Elm Street site for interested parties to view the existing structure and understand safety factors during construction, at 10:00 AM on FRIDAY, MARCH 22nd, 2024.

Qualified, sealed BIDS will ONLY be accepted from attendees of the mandatory pre-bid meeting on March 22nd, 2024. BIDS must be received before 3:00 pm on Friday, April 19th, 2024, and be submitted in a sealed envelope and delivered to Valley Regional Hospital, 241 Construction Project, Attn: Alan Owens, 243 Elm Street, Claremont, NH, 03743.

A “firm fixed” bid must be provided. Additionally, please include alternate pricing without Build American, Buy American (BABAA) requirements for comparison.

In addition to the pricing required above, a “Cost-Plus with a Guaranteed Maximum Price (GMP)” bid may be submitted as an alternate, which will only be considered in the event that grant funding is declined by VRH.

All submitted bids will be opened and read aloud at 3:30pm, Friday, April 19th, 2024, in Buckley Conference Room, Valley Regional Hospital, 243 Elm Street, Claremont, New Hampshire.

All BIDS must be made on the required BID form. All blank spaces for BID prices must be filled in, in ink or typewritten, and the BID form must be fully completed and executed when submitted. Only one copy of the completed BID form is required. All BIDS must be arrived at independently, without consultation, communication, or agreement as to any matter relating to this BID, with any other BIDDER or with any competitor.

All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the Project, shall apply to the Contract throughout.

ADDENDA: During the Bidding Period, addenda may be issued by the Architect to all Bidders who attended the MANDATORY pre-BID meeting.

 

A conditional or qualified BID will not be accepted. Award will be made to the lowest responsive, responsible BIDDER in good standing, provided that the bid is compatible with the owners’ project budget.

A portion of this project is federally funded through a Northern Border Regional Commission grant. Federal compliance requirements include The Build America, Buy America Act (hereafter “BABAA”) – enacted on November 15, 2021 – setting forth a domestic content procurement preference (“Buy American Preference” hereafter referred to as “BAP”) for infrastructure programs funded with federal dollars. Specifically, IIJA §70914(a) of Pub. L. 117-58, instructs Federal agencies to ensure that “none of the funds made available for a Federal financial assistance program for infrastructure, including each deficient program, may be obligated for a project unless all of the iron, steel, manufactured product, and construction materials used in the project are produced in the United States.”

All qualified bidders will receive consideration without regard to race, color, religion, creed, age, sex, national origin, sexual orientation, or familiar status. Women and minority-owned businesses are encouraged to submit bids. This is an equal opportunity / affirmative action agency.

Any BID may be withdrawn prior to the above scheduled time for the opening of BIDS or authorized postponement thereof. Any BID received after the time and date specified, shall not be considered. In the event the lowest responsive bidder requests to withdraw its bid after a bid opening due to an unintentional error in its contents, the Owner may waive informalities, accept the request, and keep the bid security provided by the Bidder.

BIDDERS must satisfy themselves of the accuracy of the estimated quantities in the BID Schedule by examination of the site and a review of the drawings and specifications including ADDENDA. After BIDS have been submitted, the BIDDER shall not assert that there was a misunderstanding concerning the quantities of WORK or the nature of the WORK to be done.

All questions by prospective BIDDERS as to the interpretations of the INFORMATION FOR BIDDERS, Form of PROPOSAL, Form of CONTRACT, Plans, Specifications or BONDS, must be submitted in writing to the ARCHITECT at least seven (7) days before the date herein set for the opening of the BIDS. Failure of any BIDDER to receive any such ADDENDUM or interpretation shall not relieve such BIDDER from any obligation under its BID as submitted. All ADDENDA so issued shall become part of the CONTRACT DOCUMENTS.

In the event there is any discrepancy in the PROPOSAL between any price in words, figures, or the extended totals, the price in words shall govern and the extended total in each case shall be corrected accordingly. No BID will be accepted which does not contain a price for each item in this PROPOSAL.

Prospective BIDDERS and their agents must satisfy themselves by personal examination of the location of the proposed work as to the actual conditions and requirements of the WORK and as to the actual quantities required for the construction. Prices bid shall include every and all costs for the construction completed between the limits indicated on the plans and/or as set out in the specifications.

At the time of the opening of BIDS, each BIDDER will be presumed to have inspected the site and to have read and to be thoroughly familiar with the Drawings and BID DOCUMENTS (including all ADDENDA). The failure or omission of any BIDDER to receive or examine any form, instrument, or documents shall in no way relieve any BIDDER from the obligation in respect to its BID.

The CONTRACT DOCUMENTS contain the provisions required for the construction of the PROJECT. Information obtained from an officer, agent, or employee of the OWNER or any other person shall not affect the risks or obligations assumed by the CONTRACTOR or relieve him/her from fulfilling any of the Conditions of the Contract.

VRH, within seven (7) days of receipt of the CONTRACT signed by the party to whom the CONTRACT was awarded, shall sign the CONTRACT and return to such party an executed duplicate of the CONTRACT.

The NOTICE TO PROCEED shall be issued for the agreed upon start date after successful and complete execution of the CONTRACT by the OWNER and CONTRACTOR. Should there be reasons why the NOTICE TO PROCEED cannot be issued; the start time may be extended by mutual agreement between the OWNER and CONTRACTOR. All extensions must be in writing and furnished to both parties.

This project will require a 100% Payment and Performance Bond.

The Bidder to whom the Contract is awarded will be required to execute the Agreement and obtain Performance and Payment Bonds, within ten (10) calendar days from the date

when the Notice of Award is delivered to the Bidder. The Notice shall be accompanied by the necessary Agreement and Bond forms.

The OWNER may make such investigations as it deems necessary to determine the ability of the BIDDER to perform the WORK, and the BIDDER shall furnish to the OWNER all such information and data for this purpose as the OWNER may request. The OWNER reserves the right to reject any BID if the evidence submitted by, or investigation of, such BIDDER fails to satisfy the OWNER that such BIDDER is properly qualified to carry out the obligations of the Agreement and to complete the WORK contemplated therein.

This PROJECT is subject to all Safety and Health Regulations (CFR 29, Part 1926 and all subsequent amendments) as promulgated by the U.S. Department of Labor on June 24, 1974. CONTRACTORS are urged to become familiar with the requirements of these regulations.

The BIDDER shall supply the names and addresses of major material SUPPLIERS and SUB-CONTRACTORS when requested to do so by the OWNER or ARCHITECT. Whenever it may be written that an equipment manufacturer must have a specified period of experience with its product, equipment which does not meet the specified experience period can

be considered if the equipment SUPPLIER or manufacturer is willing to provide BOND or cash deposit for the duration of the specified time period which will guarantee replacement of that equipment in the event of a failure.

The OWNER and/or ARCHITECT will be responsible for obtaining the local building and zoning permits during the bid period.

INSURANCE REQUIREMENTS: Prior to commencing work, the CONTRACTOR shall demonstrate that it and its subcontractors or consultants, if any, carry:

  • COMPREHENSIVE GENERAL LIABILITY: CONTRACTOR carries a general liability policy with limits of $1,000,000 per occurrence and $2,000,000 aggregate, as well as completed operations coverage applicable to the work performed under this CONTRACT.
  • The general liability policy must also contain contractual liability coverage applicable to the contractual indemnification obligation set forth in the contract agreement.
  • MOTOR VEHICLE LIABILITY: CONTRACTOR carries automobile insurance covering Contractor-owned and non-owned vehicles used by the CONSTRUCTION MANAGER with policy limits of not less than $1,000,000 per claim and in the aggregate.
  • WORKER’S COMPENSATION: CONTRACTOR shall provide proof of workers’ compensation insurance that meets State of New Hampshire required limits. The CONTRACTOR’S workers’ compensation coverage must waive subrogation against the OWNER and its officials, agents, volunteers and employees.

The CONTRACTOR will furnish to the OWNER a CERTIFICATE of INSURANCE and an endorsement prior to executing the CONTRACT or commencing work, demonstrating that the OWNER, NORTHERN BORDERS, and the OWNER’S officials, agents, volunteers, and employees are named as an additional insured on the general liability and automobile liability insurance coverage.

 

OWNER: 

Valley Regional Hospital 

243 Elm Street 

Claremont, NH 03743 

Project Manager: Alan Owens

[email protected] 

Tel. (603) 542-3466

ARCHITECT:
Lavallee Brensinger Architects
155 Dow Street, Suite 400
Manchester, NH 03101
Attn: John Georgacopoulos
[email protected]
Tel. (603) 622.5450