Smaller text size Reset text size Larger text size
skip navigation
Air Rail Highway Bike/Ped Public Transit
Consultant Selection > Projects Soliciting for Interest
Below is a listing of Qualifications-Based contracts for consideration by the Consultant Selection Committee, and Low-Bid contracts which will be awarded to prequalified firms by low-bid in accordance with the procedures developed by the Bureau requiring services.
Services Key
AERO aeronautics/airport engineering MECH mechanical engineering
AIR air quality analyses for NEPA documentation NOIS noise analyses for NEPA documentation
AMS asset management services PINV public involvement
ARCY archaeological investigations PLAN transportation planning
BRDG bridge design engineering R&T rail & transit engineering
CIVL building and site engineering RDWY roadway design engineering
CE&I construction engineering and inspection ROW right-of-way services
ELEC electrical engineering STRC structural engineering
ENV general environmental analysis and/or environmental documentation SURV surveying services
GEOT geotechnical engineering/exploration services TEST materials/equipment testing
HAZ hazardous materials investigation TPK turnpike system services
HIST historic and architectural evaluations TRAF traffic research/engineering
HYD hydraulic engineering UTIL utility engineering
INSP pre-construction inspection of structural integrity WET wetlands delineation and functional analyses for NEPA documentation
ITS design and implementation of intelligent transportation systems WQS water quality services
LAND landscape design    
Project: Turnpike System Statewide On-Call System Services
QUALIFICATIONS-BASED SELECTION CONTRACT
(3 Contracts)
Posting Date: March 30, 2023
Scope of Work: Three (3) Statewide On-Call Agreements, anticipated to have a maximum value of $750,000 each over a three-year term are needed to provide on-call Turnpike system services, project development, maintenance task support and special task efforts for the Central and Eastern Turnpikes.

Scope of work may include:

  • Toll Services, including but not limited to:
    • Traffic and Revenue Studies for Toll Facilities
    • Revenue Assurance Metrics
    • Vendor Solicitation support
    • Equity studies and other special toll system related assignments
    • Open Road and All Electronic Tolling studies with implementation
    • Toll system data and traffic analysis
  • Renewal & Replacement program efforts, including but not limited to:
    • Bridge Painting
    • Bridge Rehab Assessments
    • Drainage Infrastructure
    • Concrete Barrier and Bridge Pier Protection
    • Development of Inspection Process
  • Environmental investigations to prepare and complete all appropriate environmental documentation and all necessary permitting
    • MS4 permitting and program development support
    • Air & Noise studies
  • Capital Program Assessment
  • Assessment of Turnpike programs
  • Toll plaza rehab and retrofit projects
  • Asset management, develop processes and implementation
  • Bond issuance support and representation
  • Boundary Survey, as needed
  • Marketing Support of E-ZPass Program
  • Preparation and/or assistance in draft legislation in regards to the toll system
  • Independent audits for financial and facility for I93 Welcome Centers
  • Development of RFQ/RFP for Special Projects

This work will require Professional Engineer and Land Surveyor licensure in the State of New Hampshire.

Consultants submitting a Letter of Interest will be assessed on their capability to perform the above-mentioned services, other related project experiences with project references noted, and their current workload with the Department.

Task Orders assigned under these Agreements will be negotiated as either cost-plus-fixed-fee or lump sum.

For additional information contact: Sam Newsom, PE, Turnpikes Project Manager, at 485-3806 or Sam.B.Newsom@dot.nh.gov.

Closing Date: Interested firms must submit a Letter of Interest, no more than 2 pages long, with 1 additional page identifying 3 current references, on or before April 28, 2023 to: William J. Oldenburg, PE, Assistant Director of Project Development
Chairperson, Consultant Selection Committee via e-mail (receipt will be confirmed): William.Oldenburg@dot.nh.gov .

Services Required: TPK, BRDG, STRC, RDWY, ENV, TRAF, SURV
Transparency Disclosure: Any information submitted in response to a Request For Proposal (RFP) may be subject to public disclosure under RSA 91-A. In addition, in accordance with RSA 9-F:1, any contract entered into as a result of a RFP will be made accessible to the public online via the website Transparent NH (http://www.nh.gov/transparentnh/).

 

Project: Water Quality & Wetlands Design On-Call Services Statewide
44185 & 44186 (2 Contracts)

QUALIFICATIONS-BASED SELECTION CONTRACTS

Posting Date: March 7, 2023
Scope of Work: Two (2) Statewide On-Call Agreements, anticipated at $300,000 each over a four-year (4) term, are needed to conduct transportation-related project-level water quality and wetlands studies, including coastal wetlands, for Department projects at various locations throughout the State.

Typical assignments may include, but are not limited to, the following tasks:

  • Development of Stormwater Pollution Prevention Plans (SWPPP);
  • Monitoring of Best Management Practices (BMP) specified in the SWPPPs;
  • Monitoring of water quality to ensure the BMPs are functioning correctly;
  • Preparation of Coastal Functional Assessments (Env-Wt 603.05);
  • Preparation of Vulnerability Assessments (Env-Wt 603.05);
  • Assessment of coastal/tidal functions and resiliency;
  • Delineation of wetlands (following the 1987 US Army Corps of Engineers Wetland Delineation Manual, as amended/updated);
  • Identification of Waters of the United States (WOTUS) in accordance with federal regulations;
  • Assessment of wetlands functions and values;
  • Assessment of wetland impacts;
  • Stream crossing data collection, assessment and design;
  • Preparation of permit applications and plans, such as for DES Wetlands and/or Shoreland permits;
  • Development of wetlands mitigation strategies;
  • Monitoring wetland mitigation construction, including reporting;
  • Coordination with resource agencies;
  • Plants and wildlife identification;
  • Development of NEPA and other environmental documents; and
  • Assessment of water quality for compliance with the NPDES Permits.

This work will require Professional Engineer licensure in the State of New Hampshire, as well as individuals qualified/certified to undertake wetland delineations in the State of New Hampshire.

Consultants submitting a Letter of Interest will be assessed on their capability to perform the above-mentioned services as well as their availability to respond rapidly to on-call assignments.

Task Orders assigned under this agreement will be negotiated as either a cost-plus-fixed-fee or a lump-sum method of compensation.

For additional information contact:
Mark Hemmerlein, Water Quality Program Manager, Bureau of Environment at (603) 271-1550, or Mark.T.Hemmerlein@dot.nh.gov.

Closing Date: Interested firms must submit a Letter of Interest, no more than 2 pages long, with 1 additional page identifying 3 current references, on or before March 30, 2023 to: William J. Oldenburg, PE, Assistant Director of Project Development Chairperson, Consultant Selection Committee via e-mail (receipt will be confirmed): William.J.Oldenburg@dot.nh.gov.
Services Required: ENV, STRC, HYD, RDWY, WET, WQS
Transparency Disclosure: Any information submitted in response to a Request For Proposal (RFP) may be subject to public disclosure under RSA 91-A. In addition, in accordance with RSA 9-F:1, any contract entered into as a result of a RFP will be made accessible to the public online via the website Transparent NH (http://www.nh.gov/transparentnh/).

 

 

Project: Manchester, 43850, X-A005(240)
Eddy Road, I-293 Exit 6 SB on-ramp intersection safety improvements
(Preliminary and Final Design)
QUALIFICATIONS-BASED SELECTION CONTRACT
Posting Date: February 23, 2023
Scope of Work:

Preliminary and final design for interim safety improvements at the Exit 6 SB on ramps for I-293 and associated work on Eddy Road in Manchester. This project will utilize, as a starting point, the existing design work and plans that have been advanced to the Public Hearing Plan Phase for the Manchester 16099 project (Exit 6 and 7 project). This effort will also require services to support project advertisement including, but not limited to:

  • Roadway preliminary and final design;
  • Environmental efforts including all environmental permitting, and hazardous materials investigations;
  • Drainage design including hydraulics, pollutant loading and construction stormwater assessments;
  • All survey;
  • All geotechnical investigations and reports (including pavement recommendations);
  • All utility coordination (including coordination of relocations);
  • Construction traffic control & constructability evaluations;
  • Public outreach including newsletters and website maintenance for the entire Manchester Exit 6 and 7 corridor; and
  • For additional information see the scope of work checklist

Consultants submitting a Letter of Interest will be assessed on their capability to perform the above-mentioned services, previous experience with design and management of interstate projects, their ability to provide sufficient unified labor resources necessary to complete the design work on schedule (currently advertising in Spring of 2025) and within budget, and their current workload with the Department.

This effort will require Professional Engineering and Land Surveyor licensure in the State of NH.
The contract is anticipated to be a cost-plus-fixed-fee.

Contact Information: For additional information contact Wendy Johnson, Bureau of Highway Design, at (603) 271-2171.
Closing Date: Interested firms must submit a Letter of Interest, no more than 2 pages with 3 current references limited to 1 page, on or before March 30, 2023 to:
William J. Oldenburg, PE, Assistant Director of Project Development,
Chairperson, Consultant Selection Committee
Via e-mail (receipt will be confirmed): William.J.Oldenburg@dot.nh.gov
Services Required: RDWY, STRC, SURV, ENV, TRAF, ROW, GEOT, PINV, UTIL, HYD
Transparency Disclosure: Any information submitted in response to a Request For Proposal (RFP) may be subject to public disclosure under RSA 91-A. In addition, in accordance with RSA 9-F:1, any contract entered into as a result of a RFP will be made accessible to the public online via the website Transparent NH (http://www.nh.gov/transparentnh/).

 

Project: Statewide On-Call Highway Design Services
QUALIFICATIONS-BASED SELECTION CONTRACTS
Posting Date: February 10, 2023
Scope of Work: Three (3) Statewide On-Call Highway Design Agreements, anticipated to have a maximum value of $3,000,000 each over a five-year term, are needed to provide on-call engineering for highway design and related technical/professional consulting services for various projects located throughout the State.

Typical assignments may include, but are not limited to, the following tasks:

  • Preliminary design, final design, and development of contract plans and documents for highway projects. Some examples include but are not limited to: construction of new or rehabilitation of existing roadways, intersection improvements, drainage systems, signalization, park and ride lots, right-of-way plan development
  • Programmatic projects: examples include pavement preservation, guardrail design and replacement, culvert rehabilitation/replacement, highway safety improvement program support, road safety audits, and at grade railroad/highway crossing upgrades
  • Review of development drive requests and traffic impact statements, and other improvements that provide enhanced facilities for alternative modes of transportation, are also envisioned
  • Environmental efforts to prepare and complete all appropriate environmental documentation, including natural and cultural resource investigations and permitting requirements
  • Traffic analysis, sign, signal and pavement marking design
  • Bridge design services associated with the highway assignment
  • Hydraulic calculations and analyses associated with bridges, waterways, and drainage structures
  • Technical writing assignments, including preparation of reports, procedures, manuals, etc.
  • Geotechnical Investigations including Data collection and evaluations and analysis
  • ROW layout and plan development, including any necessary survey work, for reestablishing and documenting the existing highway right-of-way in a manner suitable for recording at the Registry of Deeds
  • Assist the Department in the public involvement process
  • Prepare Planning Level Corridor Studies
  • Project Management Services
  • Other additional tasks as needed to support assigned projects/tasks

This work will require Professional Engineer and Land Surveyor licensure in the State of New Hampshire.

Consultants submitting a Letter of Interest will be assessed on their capability to perform the above-mentioned services as well as their availability to respond rapidly to on-call assignments.

Task Orders assigned under these Agreements will be negotiated as either a lump-sum or a cost-plus-fixed-fee method of compensation.
For additional information contact Jim Marshall, Bureau of Highway Design, at (603) 271-2171.

Closing Date: Interested firms must submit a Letter of Interest with 3 current references (limited to two (2) pages without references) on or before Friday, March 10, 2023, to:
William J. Oldenburg, PE, Assistant Director of Project Development,
Chairperson, Consultant Selection Committee
Via e-mail (receipt will be confirmed): William.J.Oldenburg@dot.nh.gov
Services Required: RDWY, TRAF, BRDG, STRC, ENV, HYD, GEOT, PLAN, PINV, SURV
Transparency Disclosure: Any information submitted in response to a Request For Proposal (RFP) may be subject to public disclosure under RSA 91-A. In addition, in accordance with RSA 9-F:1, any contract entered into as a result of a RFP will be made accessible to the public online via the website Transparent NH (http://www.nh.gov/transparentnh/).

 

Project: Statewide On-Call Geotechnical Engineering Services, 44171A, B, C
QUALIFICATIONS-BASED SELECTION CONTRACTS
Posting Date: February 3, 2023
Scope of Work:

Three (3) Statewide On-Call Geotechnical Engineering Services Agreements, anticipated to have a maximum value of $1,000,000 over a 4-year term, are needed to provide on-call geotechnical engineering and related technical services during the design and/or construction phase of Department projects located throughout the state. Typical assignments may include:

  • Any and all aspects of geotechnical site reconnaissance and evaluations,
  • Development and implementation of subsurface exploration programs, including field inspection and preparation of exploration logs,
  • In situ and laboratory testing,
  • Instrumentation plan development and monitoring,
  • Geotechnical engineering analyses and recommendations,
  • Preparation of geotechnical reports,
  • Geotechnical review and assistance, and
  • Other specialized geotechnical services, as requested.

Consultants submitting a Letter of Interest will be assessed on their capability to perform the above-mentioned services, experience of the firm and staff, availability to respond rapidly to on-call assignments, and current workload with the Department.

This work will require Professional Engineer licensure in the State of New Hampshire.

Task Orders assigned under these Agreements will be negotiated as either a lump-sum or a cost-plus-fixed-fee method of compensation.

For additional information contact Dennis Herrick, Bureau of Materials and Research, at Dennis.E.Herrick@dot.nh.gov or (603) 271-3151.

Closing Date: Interested firms must submit a Letter of Interest no more than 2 pages long, with 1 additional page identifying 3 current references, on or before March 3, 2023, to:
William J. Oldenburg, PE, Assistant Director of Project Development
Chairperson, Consultant Selection Committee
via e-mail (receipt will be confirmed): William.J.Oldenburg@dot.nh.gov

Services Required: GEOT, HAZ
Transparency Disclosure: Any information submitted in response to a Request For Proposal (RFP) may be subject to public disclosure under RSA 91-A. In addition, in accordance with RSA 9-F:1, any contract entered into as a result of a RFP will be made accessible to the public online via the website Transparent NH (http://www.nh.gov/transparentnh/).

 

Project: Statewide On-Call Structural Steel Inspection Services
PREQUALIFIED LOW-BID CONTRACTS (3 contracts)
Posting Date: Dec 23, 2022
Scope of Work:

Three (3) individual On-Call Statewide Agreements, anticipated at $600,000 each, to be awarded for a three-year term, are needed to provide quality assurance inspection services for structural steel fabrication at various facilities located throughout the United States furnishing bridge components on demand for numerous bridge projects.

Work assignments will be based upon location of fabrication, and volume of work, to make best use of these funds.

The contract type of fee will be a specific rate of pay at an hourly rate for the classification of employee directly engaged in the work.

The Bureau of Bridge Design is soliciting a Letter of Interest (limited to two pages) with an attached Statement of Qualification. The minimum requirements for qualification and a list of Inspector classifications are included at this link [Classifications].

The firm's Statement of Qualification shall include a description of the company, a summary of work experience and qualification relative to the minimum requirements, resumes of key personnel, the project manager to oversee all aspects of the work, and three current references from clients.

A sample contract will be sent to interested firms prior to Bid.

Prequalified firms will be invited to Bid on the proposed contracts.

For additional information contact: John G. Stockton, P.E., NHDOT Bridge Design, at (603) 271-2731, or at John.G.Stockton @dot.nh.gov

Closing Date: Interested firms must submit a Letter of Interest, on or before February 14, 2023 to:
Loretta Girard Doughty, PE, Administrator, Bureau of Bridge Design via e-mail (receipt will be confirmed): Loretta.G.Doughty@dot.nh.gov

Services Required: INSP
Transparency Disclosure: Any information submitted in response to a Request For Proposal (RFP) may be subject to public disclosure under RSA 91-A. In addition, in accordance with RSA 9-F:1, any contract entered into as a result of a RFP will be made accessible to the public online via the website Transparent NH (http://www.nh.gov/transparentnh/).

Project: Statewide On-Call Highway Design HSIP Services
QUALIFICATIONS-BASED SELECTION CONTRACTS
Posting Date: January 19, 2023
Scope of Work: One (1) Statewide On-Call Highway Design Agreement, anticipated to have a maximum value of $2,000,000 over a 3-year term, is needed to provide on-call engineering, management, technical writing and/or drafting services for various safety related projects located on State and municipal roadways.

Typical assignments will focus primarily on managing, developing, and designing Highway Safety Improvement Program (HSIP) projects that will typically include the following tasks:

  • Conduct and facilitate Road Safety Audits
  • Providing benefit cost ratios and crash modification calculations for recommendations from road safety audits
  • Provide engineering, technical, and/or drafting services for construction of new or rehabilitation of existing roadways based upon recommendations from road safety audits.
  • This work may include intersection improvements, roadway improvements, signalization, safety signage, sidewalk improvements, guard rail design, environmental permitting, and public participation.
  • Environmental efforts to prepare and complete all appropriate environmental documentation, including natural and cultural resource investigations and permitting requirements
  • Project Management services.
  • ROW layout and plan development, including any necessary survey work, for reestablishing and documenting the existing highway right-of-way in a manner suitable for recording at the Registry of Deeds
  • Development of annual systematic projects for advertisement (rumble strip, signing, guardrail, etc.)
  • Collect safety related data elements.
  • Develop/Calibrate safety performance functions.
  • Technical writing assignments could include preparation of reports, procedures, manuals, etc.

This work will require Professional Engineer licensure in the State of New Hampshire. Survey work will require Land Surveyor licensure in the State of New Hampshire.

Consultants submitting a Letter of Interest will be assessed on their capability to perform the above-mentioned services as well as their availability to respond rapidly to on-call assignments.

Task Orders assigned under these Agreements will be negotiated as either a lump-sum or a modified cost-plus-fixed-fee method of compensation.

For additional information contact Jim Marshall, Bureau of Highway Design, at Marshall, James.A.Marshall@dot.nh.gov or (603) 271-2171.

Closing Date: Interested firms must submit a Letter of Interest no more than 2 pages long, with 1 additional page identifying 3 current references, on or before February 16, 2023, to:
William J. Oldenburg, PE, Assistant Director of Project Development
Chairperson, Consultant Selection Committee
via e-mail (receipt will be confirmed): William.J.Oldenburg@dot.nh.gov
Services Required: RDWY, TRAF, ENV, PINV, BRG, STR, SURV, ROW
Transparency Disclosure: Any information submitted in response to a Request For Proposal (RFP) may be subject to public disclosure under RSA 91-A. In addition, in accordance with RSA 9-F:1, any contract entered into as a result of a RFP will be made accessible to the public online via the website Transparent NH (http://www.nh.gov/transparentnh/).

 

Project: Statewide On-Call Bridge Design Services (4 Contracts)
QUALIFICATIONS-BASED SELECTION CONTRACTS
Posting Date: January 13, 2023
Scope of Work: Four (4) Statewide On-Call Agreements, at a maximum value of $2,000,000 each over a five-year term, are needed to provide engineering services for bridge design and related technical/professional consulting services on demand for various projects at various locations throughout the State.

Typical assignments may include, but are not limited to, the following tasks:

  • Preliminary design, final design, and development of contract plans and documents for bridge maintenance and preservation, rehabilitation, replacement, construction for various types of bridge structures, and construction services
  • Design of roadway approaches if/as needed to fully develop bridge projects and plans, including roadway drainage design
  • Traffic control design
  • Inspection and load rating of various bridge types, including gusset plates as appropriate, and completion of Bridge Rating Form 4 (as-built and as-inspected conditions)
  • Environmental efforts to prepare and complete all appropriate environmental documentation, including natural and cultural resource investigations and permitting requirements
  • Hydraulic calculations and analyses associated with bridges, waterways, and drainage structures
  • Design of scour countermeasures and substructure protection
  • Geotechnical evaluations and analysis
  • Evaluation of existing structures
  • Assisting the Department in the public involvement process
  • ROW layout and plan development, including any necessary survey work, for reestablishing and documenting the existing highway right-of-way in a manner suitable for recording at the Registry of Deeds
  • Assisting the Department in alternative procurement methods
  • Project Management Services
  • Other additional tasks as needed to support assigned projects/tasks

This work will require Professional Engineer licensure in the State of New Hampshire. Survey work will require Land Surveyor licensure in the State of New Hampshire.

Consultants submitting a Letter of Interest will be assessed on their capability to perform the above-mentioned services as well as their availability to respond rapidly to on-call assignments.

Task Orders assigned under these Agreements will be negotiated as either a cost-plus-fixed-fee or a lump-sum method of compensation.


For additional information contact:
Loretta Girard Doughty, Bureau of Bridge Design, at 603.271.2731 or Loretta.G.Doughty@dot.nh.gov

Closing Date: Interested firms must submit a Letter of Interest, no more than 2 pages long, with 1 additional page identifying 3 current references, on or before February 24, 2023 to:
William J. Oldenburg, PE, Assistant Director of Project Development
Chairperson, Consultant Selection Committee
via e-mail (receipt will be confirmed): William.J.Oldenburg@dot.nh.gov
Services Required: BRDG, STRC, RDWY, ENV, HYD, INSP, GEOT, PINV, SURV
Transparency Disclosure: Any information submitted in response to a Request For Proposal (RFP) may be subject to public disclosure under RSA 91-A. In addition, in accordance with RSA 9-F:1, any contract entered into as a result of a RFP will be made accessible to the public online via the website Transparent NH (http://www.nh.gov/transparentnh/).

 

Project: Brookline 43768 & Brookline 40662
Preliminary and Final Design – NH 13/South Main Street and NH 13/Old Milford Road Intersection Improvements
QUALIFICATIONS-BASED SELECTION CONTRACT
Posting Date: January 13, 2023
Scope of Work: The Projects include preliminary design, survey, public involvement, final design, and associated environmental & cultural services for two (2) intersections in the Town of Brookline. The planned improvements include the intersections of NH 13/Old Milford Road and NH 13/South Main Street to address safety and improve traffic operations. The NH 13 and South Main Street Intersection improvements are based upon the “Road Safety Audit – Brookline Intersection of South Main Street and NH Route 13, 2021”, available under the “Project Specific Information” section of the Department’s website. The alternatives may include intersection control and realignment, roadway widening and auxiliary lanes, roundabout, and improvements to address all transportation modes. The advertising date for each is planned in the current Ten-Year Plan.

Scope of work may include:

  • Preliminary design to identify deficiencies and develop alternatives
  • Environmental investigations to prepare and complete all appropriate environmental documentation to satisfy NEPA.
  • Public outreach and involvement support services, including a Public Hearing
  • ROW layout and plan development, including any necessary survey work, for reestablishing and documenting the existing highway right-of-way in a manner suitable for recording at the Registry of Deeds.
  • Roadway design associated with the preferred alternative
  • Traffic Signal Design & Analysis
  • Geotechnical investigations and analysis
  • Drainage and culvert design, including appropriate water quality evaluations
  • Construction traffic control design
  • Contract Plans and Documents
  • Construction support services
  • Concurrent contract administration
  • For additional information see 40662 scope of work checklist, and the 43768 scope of work checklist.

This work will require Professional Engineer and Land Surveyor licensure in the State of New Hampshire.

This multi-phase project requires Preliminary Design (Part “B”) and Final Design (Part “C”) services. This solicitation is for Preliminary Design (Part “B”) only. At the conclusion of the Preliminary Design, the Department reserves the right to either negotiate a scope and fee for Final Design or terminate the contract.

Consultants submitting a Letter of Interest will be assessed on their capability to perform the above-mentioned services, additional referenced services for the Brookline 43768 & Brookline 40662 projects, other related project experiences with project references noted, and their current workload with the Department.

The compensation format for of this agreement will be cost-plus-fixed-fee.

For additional information contact: Jason Ayotte, PE, Project Manager at 271-3921 or Jason.M.Ayotte@dot.nh.gov.

Closing Date: Interested firms must submit a Letter of Interest, no more than 2 pages long, with 1 additional page identifying 3 current references, on or before February 17, 2023, to:
William J. Oldenburg, PE, Assistant Director of Project Development
Chairperson, Consultant Selection Committee via e-mail (receipt will be confirmed): William.J.Oldenburg@dot.nh.gov .
Services Required: RDWY, ENV, HYD, SURV, ROW, TRAF, PINV, GEOT, STR
Transparency Disclosure: Any information submitted in response to a Request For Proposal (RFP) may be subject to public disclosure under RSA 91-A. In addition, in accordance with RSA 9-F:1, any contract entered into as a result of a RFP will be made accessible to the public online via the website Transparent NH (http://www.nh.gov/transparentnh/).

 

Project: Statewide On-Call Air Quality and Noise Services
QUALIFICATIONS-BASED SELECTION CONTRACT
Posting Date: January 4, 2023
Scope of Work: One (1) Statewide On-Call Agreement, anticipated at $300,000 over a four-year term, is needed to conduct transportation related project-level air quality and/or noise impact studies for Department projects at various locations throughout the State.

Typical assignments may include, but are not limited to, the following tasks:

  • Conduct field noise measurements using Federal Highway Administration (FHWA) approved sound level meters.
  • Gather real time traffic volume and movement data.
  • Gather site specific survey and/or GPS data for input into air quality and noise modeling programs.
  • Determine existing and future traffic data for input into air quality and noise modeling programs.
  • FHWA Traffic Noise Model preparation and verification
  • Noise impact evaluation and abatement assessment
  • Project level air quality impact analysis
  • EPA Mobile Vehicle Emissions Simulator and dispersion model preparation
  • Air quality impact evaluation and abatement assessment
  • Preparation of technical reports detailing the air quality and/or noise study methods and results
  • Design of abatement recommendations (i.e. noise barriers, traffic signal modifications, etc.)
  • Preparation of visual aids for use in reports and presentations
  • Attendance at public meetings to present study findings

Knowledge in the use of the following computer modeling programs is required:

  • The most up-to-date FHWA traffic noise modeling program
  • The most up-to-date EPA approved motor vehicle emission and dispersion models

This work will require Professional Engineer licensure in the State of New Hampshire

Consultants submitting a Letter of Interest will be assessed on their capability to perform the above-mentioned services as well as their availability to respond rapidly to on-call assignments.

Task Orders assigned under this agreement may be negotiated as either a cost-plus-fixed-fee or a lump-sum method of compensation.

For additional information contact: Jon Evans, Project Management Section Chief, Bureau of Environment at (603)271-4048.

Closing Date: Interested firms must submit a Letter of Interest, no more than 2 pages long, with 1 additional page identifying 3 current references, on or before January 31, 2023 to: William Oldenburg, PE, Assistant Director of Project Development, Chairperson, Consultant Selection Committee, via e-mail (receipt will be confirmed): William.Oldenburg@dot.nh.gov.

Services Required: AIR, NOIS, TRAF, SURV, STRC
Transparency Disclosure: Any information submitted in response to a Request For Proposal (RFP) may be subject to public disclosure under RSA 91-A. In addition, in accordance with RSA 9-F:1, any contract entered into as a result of a RFP will be made accessible to the public online via the website Transparent NH (http://www.nh.gov/transparentnh/).

 

Project: Statewide On-Call Preliminary Design Services
QUALIFICATIONS-BASED SELECTION CONTRACT
Posting Date: December 9, 2022
Scope of Work: One (1) Statewide On-Call Preliminary Design Agreement, anticipated to have a maximum value of $3,000,000 over a five-year term is needed to provide preliminary engineering, environmental services, and public involvement services for highway design and related technical/professional consulting services for various projects located throughout the State. The selected firm will perform all necessary data collection, environmental investigation, alternatives analysis, and public outreach. Project assignments will be from the Department’s Ten Year Plan but could also include larger Programmatic type projects within the HSIP, CMAQ, or other similar programs.

The scope of work may include:

  • Develop project scope, problem identification and purpose and need,
  • Preliminary design to develop and evaluate improvement alternatives
  • Traffic safety and capacity analysis of existing conditions including data collection, analysis, and traffic modeling.
  • Bridge design services associated with the highway assignment.
  • Environmental investigations to prepare and complete all appropriate environmental documentation necessary to obtain a NEPA determination.
  • Public outreach and involvement support services, including Public Hearings
  • ROW layout and plan development, including any necessary survey work, for reestablishing and documenting the existing highway right-of-way in a manner suitable for recording at the Registry of Deeds.
  • Preliminary drainage design, including appropriate water quality evaluations, hydraulic calculations and analyses associated with bridges, waterways, and drainage structures.
  • Preliminary traffic control layout to determine constructability.

This work will require Professional Engineer and Land Surveyor licensure in the State of New Hampshire.

This solicitation is for Preliminary Design services. The Prime firm selected for this contract will not be considered as the Prime for the Final Design portion.

Consultants submitting a Letter of Interest will be assessed on their capability to perform the above-mentioned services, other relevant project experience with references noted, and their current workload with the Department.

The compensation format for this agreement will be cost-plus-fixed-fee.

For additional information contact Tobey Reynolds, Chief Project Manager, at Tobey.L.Reynolds@dot.nh.gov or at (603) 271-2171.

Closing Date: Interested firms must submit a Letter of Interest no more than 2 pages long, with 1 additional page identifying 3 current references, on or before January 17, 2023, to:
William J. Oldenburg, PE, Assistant Director of Project Development
Chairperson, Consultant Selection Committee
via e-mail (receipt will be confirmed): William.Oldenburg@dot.nh.gov
Services Required: STRC, RDWY, ENV, HYD, SURV, ROW, TRAF, PINV, BRDG
Transparency Disclosure: Any information submitted in response to a Request For Proposal (RFP) may be subject to public disclosure under RSA 91-A. In addition, in accordance with RSA 9-F:1, any contract entered into as a result of a RFP will be made accessible to the public online via the website Transparent NH (http://www.nh.gov/transparentnh/).

 

Project: Project: Statewide On-Call Construction Engineering and Inspection Services Prequalified List of Consultants for locally administered Local Public Agency (LPA) Qualifications-Based Selection Contracts
Posting Date: November 11, 2022
Scope of Work: The purpose of this solicitation is for the Department to develop a prequalified long list of Statewide Construction Engineering and Inspection Services consultants to be available for Local Public Agencies to short list from in the development on QBS based Agreements in support of locally administered projects.

This prequalified list will facilitate the efficient selection of consultants needed to provide Construction Engineering and Inspection services for various LPA transportation projects located throughout the State. The Department will only be prequalifying firms, the Department will not be selecting or assigning work.

Services required by these Consultants include, but are not limited to:

  • Providing the Local Public Agency with oversight of federally funded and other state funded, locally sponsored, construction projects, including full and part time inspection and record keeping.
  • Providing the Local Public Agency with construction related engineering services for federal and state funded projects.
  • Providing environmental expertise to assist the Local Public Agency with environmental regulations and related engineering needs related to construction.
  • Assuring the contractors’ compliance with the plans, specifications and environmental commitments for various transportation, highway, and bridge construction projects.
  • Coordinating and completing the necessary Office of Federal Compliance recording keeping and reporting requirements

Professional Engineer licensure in the State of New Hampshire is required.
Local Public Agency (LPA) and Office of Federal Compliance (OFC) Certifications are required. See attached Supplemental Information for additional certification requirements.

Consultants submitting a Letter of Interest will be assessed on their capability to perform the above-mentioned services.

Contracts for construction engineering and inspections services will be negotiated as outlined in the most current and approved LPA Manual.

Supplemental Information:

Letters of Interest shall have the following requirements:

  • Submission shall be an electronic file in a .pdf format (unprotected).
  • Divider pages between the sections and appendices are optional, but if used shall contain no technical or project related information (existing condition pictures are acceptable).
  • The maximum page size for any page shall be 8.5” x 11”.
  • Minimum font style and size shall be size 11 Times New Roman, or equivalent.
  • Minimum margins shall be 3/4” on all edges.

Teaming and the use of Sub-Consultants:

  • All services that the prime consultant anticipates hiring a sub-consultant to complete shall be identified within the submission. If available, all sub-consultants should be identified by name.
Letter of Interest Formatting Requirements:

The following sections shall be included within the Letter of Interest:

1. Introduction Letter – 1-page maximum.

2. Project Understanding and Approach - Main body of letter that explains the Consultant’s capabilities and experience for accomplishing possible assignments given under the contract (2-pages maximum)

3. Organizational Chart - Including identification of your proposed Project Manager. Include sub-consultants. (1-page maximum)

4. Project Team – Allows firms to explain their team members, capabilities, and project experience. As part of this section, a table (like the example shown below) shall be developed to show staff members that will likely work on a project and the classification they will likely have during the project design. See below for classification requirements. All staff anticipated to be used on a typical LPA project should be shown. All the services that a sub-consultant will complete shall be identified (2-pages maximum (including sub-consultants)).

5. References – Please submit 3 references showing past projects that the prime has worked on. Project references should be similar in scope for possible assignments that will be given under this contract. (1-page maximum)

6. Appendix (within the appendix the following shall be submitted)

  • Resumes (upper and mid-level staff anticipated to be assigned to the project). More than one resume can be shown on a page. – 5 pages maximum.
  • Applicable Work Experience (examples of recent applicable work experience). More than one project can be shown on a page. - 5 pages maximum. This prequalified list is intended to be for locally managed projects with the following (but not necessarily limited to) federal and state funding sources administered thru the Department:
    • Federal Transportation Alternatives Program (TAP),
    • Federal Congestion Mitigation Air Quality Program (CMAQ),
    • Federal Municipal Owned Bridge Program (MOBRR)
    • Other Federal Aid funds for local and state highways
    • and the State Bridge Aid (SBA) program.

All the above information shall be reviewed by the Selection Committee. Failure to follow these requirements could lead to point deductions in scoring or disqualification from consideration.

Team Member Classification Requirements:

A. Team Member Classifications - Minimum Eligibility Requirements

For purposes of this selection, Engineer refers to an individual with a Bachelor of Science Degree in Civil Engineering or related field and Technician refers to an individual with an Associates Degree in Civil Engineering Technology or related field and/or related construction experience acceptable to the DEPARTMENT. Personnel provided by the CONSULTANT shall identify with the following Classifications:

Project Manager/ Construction Engineer of Record – Professional Engineer (PE)
Must meet the following criteria:

  • Bachelor of Science Degree in Civil Engineering or related field and a minimum of eight years of construction inspection experience.
  • Must be a Registered Professional Engineer (PE) Licensed to practice in the State of New Hampshire.

Must have physical highway or bridge construction inspection experience on a NH Department of Transportation project and practical application with the procedures of the DEPARTMENT and with the NHDOT Standard Specifications for Road and Bridge Construction

Technician Inspector - Level I
Must meet one of the following criteria:

  • Associates Degree in Civil Engineering Technology or related field and have a minimum of one year of construction inspection experience.
    OR
  • High School Diploma and minimum of five years of construction inspection experience.

Technician Inspector - Level II
Must meet one of the following criteria:

  • Associates Degree in Civil Engineering Technology or related field and have a minimum of five years of construction inspection experience.
    OR
  • High School Diploma and minimum of ten years of construction inspection experience.


Technician Inspector - Level III
Must meet one of the following criteria:

  • Associates Degree in Civil Engineering Technology or related field and have a minimum of eight years of construction inspection experience.
    OR
  • High School Diploma and minimum of thirteen years of construction inspection experience.
    AND (applies to both above criteria)
  • Must have physical highway or bridge construction inspection experience on a NH Department of Transportation project and practical application with the procedures of the DEPARTMENT and with the NHDOT Standard Specifications for Road and Bridge Construction.

Engineer Inspector – Level I
Must meet the following criteria:

  • Bachelor of Science Degree in Civil Engineering or related field and a minimum of one year of construction inspection experience.

Engineer Inspector – Level II
Must meet the following criteria:

  • Bachelor of Science Degree in Civil Engineering or related field and a minimum of five years of construction inspection experience.


Engineer Inspector – Level III
Must meet the following criteria:

  • Bachelor of Science Degree in Civil Engineering or related field and a minimum of eight years of construction inspection experience.
  • Must be a Registered Professional Engineer (PE) Licensed to practice in the State of New Hampshire.
  • Must have physical highway or bridge construction inspection experience on a NH Department of Transportation project and practical application with the procedures of the DEPARTMENT and with the NHDOT Standard Specifications for Road and Bridge Construction.

Environmental Inspector
Must meet the following criteria:

  • Bachelor of Science Degree in Civil Engineering, Environmental Studies or related field and have 3 years experience or knowledge of highway and bridge construction operations.

Firm Scoring: The Letters of Interest shall be assessed on:
1. Comprehension of Work (25%) – How well the firm explained their understanding of the scope of work, what the work could involve and their approach to completing a project successfully.

2. Quality & Experience of Team (25%) – Based on past experience, resumes, and submitted previous work experience does the project team deliver a quality product, work well together and have relevant and recent experience that is comparable to possible projects that could be assigned. Does the Team have NHDOT or LPA experience?

3. Previous Performance (25%) – Based on past work performance, has the firm shown the necessary experience, knowledge, time management, resource allocation, etc. to complete the required work. Does the Team have NHDOT or LPA experience?

4. Overall Suitability (25%) – Based upon all facts being considered, is this type of work something the firm could excel at accomplishing. Does the firm have a presence in New Hampshire, does the firm have relevant experience, do they have staffing to accomplish the work, has the team presented have a shown proficiency for completing all types of LPA projects.

A minimum score of 70 shall be requirement to be placed on the LPA Prequalification list. All firms that submit a Prequalification Letter of Interest shall be notified if they are, or are not, placed on the list. The Prequalification list will be updated on a yearly basis.

For information contact:
William Watson, NHDOT Planning and Community Assistance Bureau, at (603) 271-3344.

Closing Date: Interested firms must submit a Letter of Interest, on or before December 30, 2022 to: William J. Oldenburg, PE, Assistant Director of Project Development
Chairperson, Consultant Selection Committee via e-mail (receipt will be confirmed): William.Oldenburg@dot.nh.gov .
Services Required: CE&I, TEST, ENV
Transparency Disclosure: Any information submitted in response to a Request For Proposal (RFP) may be subject to public disclosure under RSA 91-A. In addition, in accordance with RSA 9-F:1, any contract entered into as a result of a RFP will be made accessible to the public online via the website Transparent NH (http://www.nh.gov/transparentnh/).

Project: Statewide On-Call Preliminary Engineering Prequalified List of Consultants for locally administered Local Public Agency (LPA) Qualifications-Based Selection Contracts
Posting Date: Posting Date: November 11, 2022
Scope of Work: The purpose of this solicitation is for the Department to develop a prequalified long list of Highway and/or Bridge Design Engineering Services consultants to be available for Local Public Agencies to short list from in the development of QBS based Agreements in support of locally administered projects.

This prequalified list will facilitate the efficient selection of consultants needed to provide Highway and/or Bridge Design Engineering Services for various LPA transportation projects located throughout the State. The Department will only be prequalifying firms, the Department will not be selecting or assigning work.

Typical assignments may include, but are not limited to, the following tasks:
Highway Design Efforts:

  • Preliminary design, final design, and development of contract plans and documents for highway, bridge, and/or alternative delivery projects. Some examples include but are not limited to: design of new or rehabilitation of existing roadways, intersection improvements, drainage systems, signalization, park and ride lots, right-of-way plan development, sidewalks, trails, bike lanes, complete streets, and other alternative transportation facilities.
  • Review of development drive requests, traffic impact studies, and other proposed modifications and/or encroachments to the local or state transportation network are also envisioned.
  • Prepare Planning Level Corridor Studies.

Bridge Design Efforts:

  • Preliminary design, final design, and development of contract plans and documents for bridge maintenance and preservation, rehabilitation, replacement, design for various types of bridge structures, and construction support services.
  • Design of roadway approaches if/as needed to fully develop bridge projects and plans, including roadway drainage design.
  • Inspection and load rating of various bridge types, including gusset plates as appropriate, and completion of Bridge Rating Form 4 (as-built and as-inspected conditions).
  • Design of scour countermeasures and substructure protection.
  • Evaluation of existing structures.

Additional Work Efforts Required:

  • Project Management Services.
  • Environmental efforts to prepare and complete all appropriate environmental documentation, including natural and cultural resource investigations and permitting requirements.
  • Traffic control design.
  • Hydraulic calculations and analyses associated with bridges, waterways, and drainage structures.
  • Traffic analysis, overhead sign structure design, retaining wall design.
  • Technical writing assignments, including preparation of reports, procedures, etc.
  • Geotechnical evaluations and analysis,
  • Topographic survey,
  • ROW layout and plan development, including any necessary survey work, for reestablishing and documenting the existing highway right-of-way in a manner suitable for recording at the Registry of Deeds,
  • Assist in the public involvement process,
  • Assist in alternative procurement methods,
  • Assist in coordination between the LPA and NHDOT,


This work will require Professional Engineer licensure and Licensed Land Survey licensure in the State of New Hampshire. Local Public Agency (LPA) Certification is required.

Consultants submitting a Letter of Interest will be assessed on their capability to perform the above-mentioned services.

Contracts for engineering services will be negotiated as outlined in the most current and approved LPA Manual, typically as either a cost-plus-fixed-fee or lump sum method of compensation.

Supplemental Information:

Letters of Interest shall have the following requirements:

  • Submission shall be an electronic file in a .pdf format (unprotected).
  • Divider pages between the sections and appendices are optional, but if used shall contain no technical or project related information (existing condition pictures are acceptable).
  • The maximum page size for any page shall be 8.5” x 11”.
  • Minimum font style and size shall be size 11 Times New Roman, or equivalent.
  • Minimum margins shall be 3/4” on all edges.

Teaming and the use of Sub-Consultants:

  • This contract is a solicitation for a firm that has knowledge and experience in both Highway and Bridge design. The prime firm does not have to have experience or staffing for both areas of expertise. A Highway firm can team with a Bridge firm (or vice-a-versa) to meet the scope requirements.
  • All services that the prime consultant anticipates hiring a sub-consultant to complete shall be identified within the submission. If available, all sub-consultants should be identified by name.

Letter Of Interest Formatting Requirements:

The following sections shall be included within the Letter of Interest:
1. Introduction Letter – 1-page maximum.

2. Project Understanding and Approach - Main body of letter that explains the Consultant’s capabilities and experience for accomplishing possible assignments given under the contract (2-pages maximum)

3. Organizational Chart - Including identification of your proposed Project Manager and the Highway and Bridge Lead. Include sub-consultants. (1-page maximum)

4. Project Team – Allows firms to explain their team members, capabilities, and project experience. As part of this section, a table (like the example shown below) shall be developed to show staff members that will likely work on a project and the role they will likely have during the project design. All staff anticipated to be used on a typical LPA project should be shown. One staff member may fill multiple roles. All the services that a sub-consultant will complete shall be identified (2-pages maximum (including sub-consultants)).

5. References – Please submit 3 references showing past projects that the prime as worked on. Project references should be similar in scope for possible assignments that will be given under this contract. (1-page maximum)

6. Appendix (within the appendix the following shall be submitted)

  • Resumes (upper and mid-level staff anticipated to be assigned to the project). More than one resume can be shown on a page. – 5 pages maximum.
  • Applicable Work Experience (examples of recent applicable work experience). More than one project can be shown on a page. – 5 pages maximum. This prequalified list is intended to be for locally managed projects with the following (but not necessarily limited to) federal and state funding sources administered thru the Department:
    • Federal Transportation Alternatives Program (TAP),
    • Federal Congestion Mitigation Air Quality Program (CMAQ),
    • Federal Municipal Owned Bridge Program (MOBRR)
    • Other Federal Aid funds for local and state highways and the State Bridge Aid (SBA) program.

All the above information shall be reviewed by the Selection Committee. Failure to follow these requirements could lead to point deductions in scoring or disqualification from consideration.

Firm Scoring: The Letters of Interest shall be assessed on:
1. Comprehension of Work (25%) – How well the firm explained their understanding of the scope of work, what the work could involve and their approach to completing a project successfully.

2. Quality & Experience of Project Manager/Team (25%) – Based on past experience, resumes, and submitted previous work experience does the project team deliver a quality product, work well together and have relevant and recent experience that is comparable to possible projects that could be assigned. Does the Project Manager/Team have NHDOT or LPA experience.

3. Previous Performance (25%) – Based on past work performance, has the firm shown the necessary experience, knowledge, time management, resource allocation, etc. to complete the required work. Does the Project Manager/Team have NHDOT or LPA experience.

4. Overall Suitability (25%) – Based upon all facts being considered, is this type of work something the firm could excel at accomplishing. Does the firm have a presence in New Hampshire, does the firm have relevant experience, do they have staffing to accomplish the work, has the team presented have a shown proficiency for completing all types of LPA projects.


A minimum score of 70 shall be requirement to be placed on the LPA Prequalification list. All firms that submit a Prequalification Letter of Interest shall be notified if they are, or are not, placed on the list. The Prequalification list will be updated on a yearly basis.

For information contact:
William Watson, NHDOT Planning and Community Assistance Bureau, at (603) 271-3344.

Closing Date: Interested firms must submit a Letter of Interest, on or before December 30, 2022 to: William J. Oldenburg, PE, Assistant Director of Project Development
Chairperson, Consultant Selection Committee via e-mail (receipt will be confirmed): William.Oldenburg@dot.nh.gov .
Services Required: RDWY, TRAF, BRDG, STRC, ENV, HYD, GEO, PLAN, PINV, SURV
Transparency Disclosure: Any information submitted in response to a Request For Proposal (RFP) may be subject to public disclosure under RSA 91-A. In addition, in accordance with RSA 9-F:1, any contract entered into as a result of a RFP will be made accessible to the public online via the website Transparent NH (http://www.nh.gov/transparentnh/).

 

Project: Statewide – Strategic Planning Services
QUALIFICATIONS-BASED SELECTION CONTRACT
Posting Date: October 28, 2022
Scope of Work: One (1) Statewide On-Call Planning Services Agreement, anticipated to have a maximum value of $3,000,000 over a 5-year term, is needed to develop (but not limited to):

1.) A federally compliant state Long Range Transportation Plan, with a focus on:

  • Using the NH Asset Analytics and Forecasting System (AAFS) as a resource, directly link the policy and funding decisions of planned and historical investment approaches in the TYP to asset conditions/system function out to the year 2044.
  • Conducting scenario planning for up to 2 investment approaches outside of Ten-Year Plan approach that examine different financial scenarios/investment strategies impacts on the network.
  • Engaging in an enhanced and robust public involvement component considering the extensive 2025-2034 Ten Year Plan hearing process (statewide), in addition to other productive public outreach efforts.
  • Considering/addressing goals and strategies identified in existing state and regional planning documents including (but not limited to):
    • Regional/Metropolitan Plans for NH’s 9 Planning Regions
    • Statewide Strategic Transit Assessment
    • NH Electric Vehicle Infrastructure Plan
    • NH Freight Plan
    • State Rail Plan
    • State Trails Plan
    • NH Bicycle and Pedestrian Plan
    • State Highway Safety Plan
    • Transportation Asset Management Plan (TAMP)
  • Ability to effectively communicate relevant information about the NH transportation system based on approved/inferred levels of funding to the general public, state/local officials and transportation professionals. To include:
    • An overview of the NH transportation system
    • An overview of the NHDOT’s funding related to system operations, system maintenance, enhancement, and expansion.
    • Federal funding limitations

2.) Update to the 2019 NH State Freight Plan and accompanying Freight Investment Plan to be BIL compliant to include (but not limited to):

  • Incorporation of the Bipartisan Infrastructure Law (BIL) updates
  • Summarize achievements from the current NH State Freight Plan
  • Enhancement of the State Freight Advisory Committee
  • Update to the current Freight Investment Plan
  • Update to Rural and Urban Critical Freight Corridor Candidate list
  • Robust public outreach efforts

This work will require Professional Engineer licensure in the State of New Hampshire.

Task Orders for this Agreements may be negotiated as either a lump-sum or a cost-plus-fixed-fee method of compensation.

Consultants submitting a Letter of Interest will be assessed on their capability to perform the above-mentioned work and past experience with similar type work.

For additional information contact: William Rose, at 603-271-3344 or William.Rose@dot.nh.gov

Closing Date: Interested firms must submit a Letter of Interest, no more than 2 pages long, with 1 additional page identifying 3 current references, on or before November 30, 2022 to: William J. Oldenburg, PE, Assistant Director of Project Development Chairperson, Consultant Selection Committee via e-mail (receipt will be confirmed): William.J.Oldenburg@dot.nh.gov
Services Required: PLAN, TRAF, RDWY, PINV
Transparency Disclosure: Any information submitted in response to a Request For Proposal (RFP) may be subject to public disclosure under RSA 91-A. In addition, in accordance with RSA 9-F:1, any contract entered into as a result of a RFP will be made accessible to the public online via the website Transparent NH (http://www.nh.gov/transparentnh/).

 

Project: Statewide On-Call Electric Vehicle Infrastructure Services
QUALIFICATIONS-BASED SELECTION CONTRACT
Posting Date: September 22, 2022
Scope of Work:

One (1) Statewide On-Call Agreement, anticipated to have a maximum value of $2,000,000 over a five-year term, is needed to provide professional engineering/technical services and support for Electric Vehicle Charging Infrastructure initiatives being undertaken by the Department for various projects located throughout the State. For additional information see NH’s “Plan for Electric Vehicle Infrastructure Deployment” found here.
The work associated with this agreement could include, but is not necessarily limited to, the following:

  • Preparation and development of RFP/RFI, Contract documents, and plans.
  • Data Collection and Reporting
  • Coordination with potential proposers/vendors
  • Utility Outreach
  • Public engagement and outreach
  • EV design, specifications, details, shop drawings, and plan development for various procurement methods
  • Providing Pre- and Post-Installation technical field inspections
  • EV research and assistance
  • Bid Data analysis
  • Project Management oversight
  • Other services as requested by the Department

Past experience, knowledge and expertise with typical assignments noted above, ability to respond and complete assignments in a timely fashion and within budget are of the utmost importance.
Consultants submitting a Letter of Interest will be assessed on their capability to perform the above-mentioned services and their current workload with the Department.
This work will require Professional Engineer licensure in the State of New Hampshire.
Task Orders assigned under these Agreements will be negotiated as either a lump-sum or a modified cost-plus-fixed-fee method of compensation.

Informational Meeting: The Department will be holding a virtual informational meeting on Thursday October 6th, 2022, at 11:00-12:00 am to answer questions regarding this solicitation. See Teams link below. Please submit your questions in advance by October 6th at 12:00 pm to Michael.J.Mozer@dot.nh.gov. Questions can also be submitted in the chat box during the session. We would ask that you please do not contact the Department with questions until after this informational session.
Click here to join the meeting
Closing Date: For additional information contact Michael Mozer, PE, Chief of Design Services, at Michael.J.Mozer@dot.nh.gov.

Interested firms must submit a Letter of Interest no more than 2 pages long, with 1 additional page identifying 3 current references, on or before Thursday, October 20, 2022. to:
William J. Oldenburg, PE, Assistant Director of Project Development,
Chairperson, Consultant Selection Committee
Via e-mail (receipt will be confirmed): William.J.Oldenburg@dot.nh.gov

Services Required: RDWY, ROW, CE&I, ELEC, PINV, PLAN, UTIL
Transparency Disclosure: Any information submitted in response to a Request For Proposal (RFP) may be subject to public disclosure under RSA 91-A. In addition, in accordance with RSA 9-F:1, any contract entered into as a result of a RFP will be made accessible to the public online via the website Transparent NH (http://www.nh.gov/transparentnh/).

 

Project: On-The-Job Training (OJT) Support Services, 41129G
PREQUALIFIED LOW-BID CONTRACT
Posting Date: July 7, 2022
Scope of Work: One (1) on-call agreement, anticipated at $24,253 over a one-year term, is needed to provide services necessary to support the On-The-Job Training (OJT) Programs as administered by the NHDOT Office of Federal Compliance. Expected start date is December 1, 2022.

The scope of work under this project will serve to enhance the effectiveness of programs outlined in 23 CFR 230.113 (Implementation of Support Services).

All firms and individuals interested in this contract must obtain a Prequalifications Statement, and submit it to the Office of Federal Compliance. Prequalification will be based on:

  • The ability to provide work related to recruitment and removal of barriers to the employment of minorities, women and disadvantaged individuals
  • Demonstrated knowledge of the Federal regulations indicated above.

A detailed scope of work will be provided with the Prequalifications Statement.

Firms/individuals submitting a Prequalifications Statement will be assessed on their demonstrated ability and capacity to perform the above-mentioned services, demonstrated ability to communicate effectively and efficiently, as well as past performance.

All work under this agreement will be based on the bid item rates of the selected firm or individual.
Please click on the link or visit: https://www.nh.gov/dot/org/administration/ofc/index.htm to obtain a Prequalifications Statement. For additional information regarding this notice, please contact Merideth A. Wilson, External EEO Coordinator, Office of Federal Compliance, at (603) 271-8252 or via email at Merideth.A.Wilson@dot.nh.gov.

Closing Date: Interested firms must submit a completed Prequalifications Statement on or before 4:00 pm, July 29 2022 to:
Merideth A. Wilson, External EEO Coordinator, Office of Federal Compliance, NH Department of Transportation via E-mail (receipt will be confirmed): [Merideth.A.Wilson@dot.nh.gov], with the following in the subject line: “[FIRM/INDIVIDUAL NAME] OJT, 41129G Prequalifications Statement.”
Services Required:  
Transparency Disclosure: Any information submitted in response to a Request For Proposal (RFP) may be subject to public disclosure under RSA 91-A. In addition, in accordance with RSA 9-F:1, any contract entered into as a result of a RFP will be made accessible to the public online via the website Transparent NH (http://www.nh.gov/transparentnh/).

 

Project: Disadvantaged Business Enterprise (DBE) Support Services, 43977A
PREQUALIFIED LOW-BID CONTRACT
Posting Date: June 14, 2022
Scope of Work: One (1) on-call agreement, anticipated at $70,406.97 over a one-year term, is needed to provide business support and development activities related to the DBE Program administered by the NHDOT Office of Federal Compliance. Expected start date is November 1, 2022.

The scope of work under this project will serve to enhance the effectiveness of programs outlined in 23 CFR 230.204 (Implementation of Support Services), and 49 CFR Appendix C to Part 26 (DBE Business Development Program Guidelines).

All firms and individuals interested in this contract must obtain a Prequalification Statement, and submit it to the Office of Federal Compliance. Prequalification will be based on:

  • The ability to provide work related to business development training,
  • Marketing,
  • Promotion,
  • Information management, and
  • Demonstrated knowledge of the Federal regulations indicated above.

A detailed scope of work will be provided with the Prequalifications Statement.

Firms/individuals submitting a Prequalifications Statement will be assessed on their demonstrated ability and capacity to perform the above-mentioned services, demonstrated ability to effectively and efficiently communicate, as well as past performance.

All work under this agreement will be based on the bid item rates of the selected firm or individual.

Please click on the link or visit: https://www.nh.gov/dot/org/administration/ofc/index.htm to obtain a Prequalification Statement. For additional information regarding this notice, please contact Merideth A. Wilson, External EEO Coordinator, Office of Federal Compliance, at (603) 271-8252 or via email at Merideth.A.Wilson@dot.nh.gov.

Closing Date: Interested firms must submit a completed Prequalifications Statement on or before 4:00 pm, June 30, 2022 to:
Merideth A. Wilson, External EEO Coordinator, Office of Federal Compliance, NH Department of Transportation via E-mail (receipt will be confirmed): [Merideth.A.Wilson@dot.nh.gov], with the following in the subject line: “[FIRM/INDIVIDUAL NAME] DBE, 43977A Prequalifications Statement.”
Services Required:  
Transparency Disclosure: Any information submitted in response to a Request For Proposal (RFP) may be subject to public disclosure under RSA 91-A. In addition, in accordance with RSA 9-F:1, any contract entered into as a result of a RFP will be made accessible to the public online via the website Transparent NH (http://www.nh.gov/transparentnh/).

 

Project: North Hampton-Rye 42312
Revetment reconstruction along Ocean Boulevard (NH 1A)
QUALIFICATIONS-BASED SELECTION CONTRACT
Posting Date: June 10, 2022
Scope of Work: Preliminary engineering, environmental services, public involvement services, and final design are needed for revetment reconstruction along NH 1A in the Towns of North Hampton & Rye. Improvements to be considered will be developed based upon the 2021 Conceptual Design Report for NH 1A Coastal Revetment Resilience/Conceptual Design prepared by GZA GeoEnvironmental, Inc. (report). This design effort will be phased to develop full designs of priority segments to allow this work to be completed in advance of lower priority segments.

The scope of work may include:

  • Preliminary design to develop and evaluate alternatives
  • Environmental investigations to prepare and complete all appropriate environmental documentation and all necessary permitting.
  • Coordination with Federal Emergency Management Agency (FEMA).
  • Public Involvement support services, including a Public Hearing
  • ROW layout and plan development, including any necessary survey work, for reestablishing and documenting the existing highway right-of-way in a manner suitable for recording at the Registry of Deeds.
  • Roadway final design associated with the preferred alternative
  • Drainage design
  • Construction traffic control design
  • Construction support services
  • For additional information see the scope of work checklist.

Environmental efforts are needed to prepare and complete all appropriate environmental documentation and permitting, to satisfy NEPA, State, and Federal requirements.

The Consultant will also be required to assist the Department in the public involvement process, including a formal Public Hearing for the preferred alternative.

This work will require Professional Engineer and Land Surveyor licensure in the State of New Hampshire.

This multi-phase project requires Preliminary Design and Final Design services. This solicitation is for Preliminary and Final Design. This project will consist of up to 3 separate construction contracts based on priority segments and available funding. Each contract is expected to have a standalone environmental document.

Consultants submitting a Letter of Interest will be assessed on their capability to perform the above-mentioned services, other relevant project experience with references noted, and their current workload with the Department.

The compensation format for the agreement will be cost-plus-fixed-fee.

For additional information contact Tobey Reynolds, Highway Design,
at (603) 271-7421 or Tobey.L.Reynolds@dot.nh.gov .

Closing Date: Interested firms must submit a Letter of Interest, no more than 2 pages long, with 1 additional page identifying 3 current references, on or before July 11, 2022 to: William J. Oldenburg, PE, Assistant Director of Project Development
Chairperson, Consultant Selection Committee via e-mail (receipt will be confirmed): William.Oldenburg@dot.nh.gov .

Services Required: ENV, GEOT, HYD, LAND, PINV, RDWY, ROW, SURV
Transparency Disclosure: Any information submitted in response to a Request For Proposal (RFP) may be subject to public disclosure under RSA 91-A. In addition, in accordance with RSA 9-F:1, any contract entered into as a result of a RFP will be made accessible to the public online via the website Transparent NH (http://www.nh.gov/transparentnh/).

 

Project: Nashua 10136A – X-A000(006)
Improvements to NH 101A (Amherst Street)
(Multi-Phase Contract – Preliminary Design)
QUALIFICATIONS-BASED SELECTION CONTRACT
Posting Date: April 14, 2022
Scope of Work: Preliminary engineering, environmental services, public involvement services, and final design are needed for improvements to NH101A (Amherst Street) in the City of Nashua to include widening, intersection modifications, and transit, bicycle and pedestrian facilities. The project begins at Celina Avenue and extends east 1.8 miles to the Somerset Parkway.

The scope of work may include:

  • Traffic safety and capacity analysis
  • Preliminary design to develop and evaluate alternatives
  • Environmental investigations to prepare and complete all appropriate environmental documentation to satisfy NEPA.
  • Public outreach and involvement support services, including a Public Hearing
  • Project Management
  • ROW layout and plan development, including any necessary survey work, for reestablishing and documenting the existing highway right-of-way in a manner suitable for recording at the Registry of Deeds.
  • Geotechnical subsurface exploration, recommendations, and reports.
  • Roadway design associated with the preferred alternative
  • Drainage design, including appropriate water quality evaluations
  • Construction traffic control design
  • Construction support services
  • For additional information see scope of work checklist

The Consultant will also be required to assist the Department in the public involvement process, including a formal Public Hearing for the preferred alternative.

This work will require Professional Engineer and Land Surveyor licensure in the State of New Hampshire.

This multi-phase project requires Preliminary Design (Part B) and Final Design (Part C) services. This solicitation is for Preliminary Design only. At the conclusion of Preliminary Design, the Department reserves the right to either negotiate a scope and fee for Final Design or terminate the contract.

Consultants submitting a Letter of Interest will be assessed on their capability to perform the above-mentioned services, other relevant project experience with references noted, and their current workload with the Department.

The compensation format for the Preliminary Design agreement will be cost-plus-fixed-fee.
For additional information contact Tobey Reynolds PE, Chief Project Manager at 271-7421 or Tobey.L.Reynolds@dot.nh.gov.

Closing Date: Interested firms must submit a Letter of Interest no more than 2 pages long, with 1 additional page identifying 3 current references, on or before May 24, 2022 to:
William J. Oldenburg, PE, Assistant Director of Project Development
Chairperson, Consultant Selection Committee
via e-mail (receipt will be confirmed): William.J.Oldenburg@dot.nh.gov
Services Required: STRC, RDWY, ENV, HYD, SURV, ROW, TRAF, PINV, GEOT
Transparency Disclosure: Any information submitted in response to a Request For Proposal (RFP) may be subject to public disclosure under RSA 91-A. In addition, in accordance with RSA 9-F:1, any contract entered into as a result of a RFP will be made accessible to the public online via the website Transparent NH (http://www.nh.gov/transparentnh/).

 

Project: Statewide On-Call Bridge Painting Inspection and Consulting Services
(2 Contracts) 43944 - 43945
QUALIFICATIONS-BASED SELECTION CONTRACTS
Posting Date: April 14, 2022
Scope of Work: Two (2) Statewide On-Call Agreements, at a maximum value of $750,000 each over a three-year term, are needed to provide bridge painting inspection and consulting services on demand for various projects involving painting bridges and structures located throughout the State.

Typical assignments may include, but are not limited to, the following tasks:

  • Construction inspection services for bridge painting projects, including paint waste management.
  • Coating evaluations and laboratory testing
  • Development of contract documents for bridge painting projects, including traffic control plan development.
  • Evaluation of existing structures for painting needs
  • Assist the Department in the public involvement process
  • Other additional tasks as needed to support assigned projects/tasks

This work will require Professional Engineer licensure in the State of New Hampshire.

Consultants submitting a Letter of Interest will be assessed on their capability to perform the above-mentioned services as well as their availability to respond rapidly to on-call assignments.

Task Orders assigned under these Agreements will be negotiated as either a cost-plus-fixed-fee or a lump-sum method of compensation.

For additional information contact: David Scott, Bridge Design, at 603.271.2731 or David.L.Scott@dot.nh.gov

Closing Date: Interested firms must submit a Letter of Interest, no more than 2 pages long, with 1 additional page identifying 3 current references, on or before May 17, 2022 to:
William J. Oldenburg, PE, Assistant Director of Project Development
Chairperson, Consultant Selection Committee
via e-mail (receipt will be confirmed): William.Oldenburg@dot.nh.gov

Services Required: INSP, BRDG, STRC
Transparency Disclosure: Any information submitted in response to a Request For Proposal (RFP) may be subject to public disclosure under RSA 91-A. In addition, in accordance with RSA 9-F:1, any contract entered into as a result of a RFP will be made accessible to the public online via the website Transparent NH (http://www.nh.gov/transparentnh/).

 

Project: Walpole, NH – Rockingham, VT 41720, A004(727)
Rehabilitation of Vilas Bridge (Br. No. 062/052) carrying
Bridge Street over the Connecticut River (Preliminary Design)
QUALIFICATIONS-BASED SELECTION CONTRACT
Posting Date: April 14, 2022
Scope of Work: This Federal Oversight project includes preliminary design, public involvement process, final design, PM assistance and associated survey, right-of-way, geotechnical, environmental & cultural services for rehabilitation of the existing bridge carrying Bridge Street over the Connecticut River between the Towns of Walpole, NH and Rockingham, VT.

Constructed in 1930, Vilas Bridge is a two-span open-spandrel concrete arch bridge with a total span of 232 feet and a total width of 32.5 feet. The intent is to rehabilitate the structure in conformance with existing Section 106 commitments to reopen the bridge to legal traffic loads. The bridge is on the Department’s State Red List of deficient structures and has a target advertising date in fiscal year 2028 in the draft 10-year plan.

Scope of work may include:

  • In-depth inspection of bridge including superstructure and substructure, and material testing, as needed,
  • Preliminary Bridge and Roadway design to develop and evaluate alternatives,
  • Environmental investigations to prepare and complete all appropriate environmental documentation to satisfy NEPA, and other Federal and State requirements,
  • Project Management,
  • Public outreach and involvement support services, including a Public Hearing,
  • ROW layout and plan development, including any necessary survey work, for reestablishing and documenting the existing highway right-of-way in a manner suitable for recording at the Registry of Deeds,
  • Utility and railroad coordination services,
  • Railroad intersection safety improvements,
  • Bridge design associated with the preferred alternative,
  • Roadway design associated with the preferred alternative,
  • Drainage design, including appropriate water quality evaluations,
  • Environmental permitting,
  • Geotechnical subsurface exploration, recommendations, and reports, if needed,
  • Bridge load rating, including NHDOT Bridge Rating Form 4,
  • Construction traffic control evaluation and design,
  • Contract Plans and Documents, and
  • Construction support services.
  • For additional information see scope of work checklist

This work will require Professional Engineer and Land Surveyor licensure in the State of New Hampshire.

This multi-phase project requires Preliminary Design and Final Design services. This solicitation is for Preliminary Design only. The Department reserves the right to either negotiate a scope and fee for Final Design or terminate the contract.

Consultants submitting a Letter of Interest will be assessed on their capability to perform the above-mentioned services, other related project experiences with project references noted, and their current workload with the Department.

The compensation format for of this agreement will be cost-plus-fixed-fee.

For additional information contact: Jennifer Reczek, PE, Project Manager at 271-3401 or Jennifer.E.Reczek@dot.nh.gov


Closing Date: Interested firms must submit a Letter of Interest, no more than 2 pages long, with 1 additional page identifying 3 current references, on or before May 12, 2022 to: William J. Oldenburg, PE, Assistant Director of Project Development
Chairperson, Consultant Selection Committee via e-mail (receipt will be confirmed): William.J.Oldenburg@dot.nh.gov .
Services Required: BRDG, STRC, RDWY, HAZ, ENV, HIST, ARCY, WET, HYD, INSP, TEST, SURV, ROW, TRAF, PINV, GEOT, R&T, UTIL
Transparency Disclosure: Any information submitted in response to a Request For Proposal (RFP) may be subject to public disclosure under RSA 91-A. In addition, in accordance with RSA 9-F:1, any contract entered into as a result of a RFP will be made accessible to the public online via the website Transparent NH (http://www.nh.gov/transparentnh/).

 

Project: Portsmouth 43760
Soundwall and Privacy Fence Design along I-95
(Final Design)
QUALIFICATIONS-BASED SELECTION CONTRACT
Posting Date: March 17, 2022
Scope of Work: Engineering services including final design, environmental services, and public involvement efforts needed for the design of soundwalls and a privacy fence along I-95 in the City of Portsmouth. The contract will involve soundwall design of the Area 3 (I-95 Pannaway Manor – 2,500 lf+/-) and Area 6 & 8 (I-95 Rockingham Avenue – 3,140 lf+/-) soundwalls. A concrete privacy fence will also need to be designed along I-95 adjacent to the New Franklin School – 1,000 lf+/-. See attached checklist information for mapping and additional project information.

The scope of work may include:

  • Completing the final design of the soundwall plans, to include the embankment, soundwall and foundation design,
  • Environmental permit requirements,
  • Public outreach and involvement support services,
  • Project Management,
  • ROW layout and plan development, including any necessary survey work, for reestablishing and documenting the existing highway right-of-way in a manner suitable for recording at the Registry of Deeds,
  • Incorporate Geotechnical subsurface exploration, recommendations, and reports, provided,
  • Construction traffic control design,
  • Construction support services.
  • For additional information see scope of work checklist

The consultant selection and design schedule will be accelerated on this contract. Design notice to proceed is anticipated in August 2022 and the current adverting date is June 2023. Firms responding to this solicitation shall be prepared to prioritize resources to meet this timeframe.

The Consultant will also be required to assist the Department in the public involvement process, as needed.

This work will require Professional Engineer and Land Surveyor licensure in the State of New Hampshire.

This project requires Final Design (Part C) and Construction Services (Part D) services.

Consultants submitting a Letter of Interest will be assessed on their capability to perform the above-mentioned services, other relevant project experience with references noted, and their current workload with the Department.

The compensation format for the Final Design agreement will be cost-plus-fixed-fee.

For additional information contact Sam Newsom PE, Bureau of Turnpikes at 231-6183 or Sam.B.Newsom@dot.nh.gov

Closing Date: Interested firms must submit a Letter of Interest no more than 2 pages long, with 1 additional page identifying 3 current references, on or before April 7, 2022 to:
William J. Oldenburg, PE, Assistant Director of Project Development
Chairperson, Consultant Selection Committee
via e-mail (receipt will be confirmed): William.J.Oldenburg@dot.nh.gov
Services Required: STRC, RDWY, ENV, SURV, ROW, PINV
Transparency Disclosure: Any information submitted in response to a Request For Proposal (RFP) may be subject to public disclosure under RSA 91-A. In addition, in accordance with RSA 9-F:1, any contract entered into as a result of a RFP will be made accessible to the public online via the website Transparent NH (http://www.nh.gov/transparentnh/).

 

Project: Statewide On-Call Unmanned Aerial Systems (UAS) Services 43924
QUALIFICATIONS-BASED SELECTION CONTRACTS
Posting Date: March 11, 2022
Scope of Work:

One (1) Statewide On-Call Agreement, anticipated to have a maximum value of $150,000 over a three-year term, is needed to provide professional engineering/technical services and support for Unmanned Aerial Systems (UAS) initiatives being undertaken by the Department for various transportation projects located throughout the State.
The work associated with this agreement could include, but is not necessarily limited to, the following:

  • General Requirements:
    • Be a certified UAS pilot meeting all FAA requirements under 14 CFR Part 107.
    • Capable of obtaining needed waivers or authorization for UAS operations from the FAA.
    • Provide real time “streaming video” accessible on multiple computers at once throughout the State.
  • Construction and Infrastructure Support Services:
    • Provide visual and infrared Bridge Inspection capabilities.
    • Provide Slope and Ledge Stability Monitoring
    • Provide NHDOT asset condition data collection.
    • Provide NHDOT asset capacity data collection.
    • Provide Photogrammetric survey and mapping in accordance with standards identified by the American Society of Photogrammetry and Remote Sensing (ASPRS) including licensed land surveyor stamps.
    • Process data and transmit base information in a format compatible with NHDOT CAD systems.
    • Asset Condition Surveys
  • Agency Media Relations:
    • Provide high resolution (1080p or higher) aerial photos and video.
    • Provide web-based storyboarding or other data display capabilities.
  • Emergency Support Services:
    • Respond immediately to a natural disaster or emergency response situation and provide aerial photos, infrared video, photogrammetric survey and real time “live streaming” video of the area.
    • NHDOT does not carry a Certificate of Authorization. Vender would be responsible for obtaining all required authorization or waiver for emergency operations as dictated by the situation.
  • Possess technical writing abilities to provide written documents, reports, inspection reports, etc.
  • Provide necessary data storage capabilities for the UAS data collected, however, ownership of the data will reside with NHDOT.
  • Other UAS services as requested by the Department

Past experience, knowledge and expertise with typical assignments noted above, ability to respond and complete assignments in a timely fashion and within budget are of the utmost importance. Firms submitting a Letter of Interest will be assessed on their capability to perform the above-mentioned services.

This work will require Professional Engineering and Licensed Land Surveyor licensure in the State of New Hampshire.

Task Orders assigned under these Agreements will be negotiated as either a lump-sum or a cost-plus-fixed-fee method of compensation.

For additional information contact Jason Leavitt, Bureau of Aeronautics UAS Planner, at 271-7396.

Closing Date: Interested firms must submit a Letter of Interest with 3 current references (limited to two (2) pages without references) on or before Thursday, April 7, 2022 to:
William J. Oldenburg, PE, Assistant Director of Project Development,
Chairperson, Consultant Selection Committee
Via e-mail (receipt will be confirmed): William.J.Oldenburg@dot.nh.gov

Services Required: AERO, AMS, BRDG, CIVL, ENV, PINV, RDWY, STRC, SURV, TRAF
Transparency Disclosure: Any information submitted in response to a Request For Proposal (RFP) may be subject to public disclosure under RSA 91-A. In addition, in accordance with RSA 9-F:1, any contract entered into as a result of a RFP will be made accessible to the public online via the website Transparent NH (http://www.nh.gov/transparentnh/).

 

Project: Statewide On-Call Intelligent Transportation System (ITS) Services
QUALIFICATIONS-BASED SELECTION CONTRACT
Posting Date: January 14, 2022
Scope of Work:

One (1) Statewide On-Call Agreement, anticipated to have a maximum value of $1,000,000 over a three-year term, is needed to provide professional engineering/technical services and support for Intelligent Transportation System initiatives being undertaken by the Department for various transportation projects located throughout the State.
The work associated with this agreement could include, but is not necessarily limited to, the following:

  • ITS RFP/RFI, Contract documents, and plan preparation
  • Development of Incident Management Plans
  • Development of ITS Test Plans
  • ITS Project Management Oversight
  • Design of ITS device technologies for deployment via various communication technologies along state highway corridors
  • ITS device design, specifications, details, shop drawings, and plan development
  • ITS communications systems recommendations and design
  • Programmatic Shared Resource Fiber Optic Technology contract plan development
  • Enterprise Video Management System Development
  • Transportation Management Center technical support, as well as roadway design and structural design
  • Providing technical field inspections
  • ITS Technical Training
  • Connected and Autonomous Vehicle (CAV) research and assistance
  • Big Data analysis
  • Data/video analytics
  • Other ITS services as requested by the Department
  • Network architecture review and update
  • Software integration within the Department as it relates to TSMO
  • Land Mobile Radio (LMR) technical support

Past experience, knowledge and expertise with typical assignments noted above, ability to respond and complete assignments in a timely fashion and within budget are of the utmost importance.

Consultants submitting a Letter of Interest will be assessed on their capability to perform the above-mentioned services and their current workload with the Department.

This work will require Professional Engineer licensure in the State of New Hampshire.

Task Orders assigned under these Agreements will be negotiated as either a lump-sum or a modified cost-plus-fixed-fee method of compensation.

For additional information contact Charles Blackman, PE, TSMO Assistant Administrator, at 227-0016.

Closing Date: Interested firms must submit a Letter of Interest no more than 2 pages long, with 1 additional page identifying 3 current references, on or before Thursday, February 10, 2022. to:
William J. Oldenburg, PE, Assistant Director of Project Development,
Chairperson, Consultant Selection Committee
Via e-mail (receipt will be confirmed): William.J.Oldenburg@dot.nh.gov
Services Required: ITS, RDWY, STRC
Transparency Disclosure: Any information submitted in response to a Request For Proposal (RFP) may be subject to public disclosure under RSA 91-A. In addition, in accordance with RSA 9-F:1, any contract entered into as a result of a RFP will be made accessible to the public online via the website Transparent NH (http://www.nh.gov/transparentnh/).

 

Do you have a question or comment regarding this information or the Consultant selection process?
Contact William J. Oldenburg, P.E., Assistant Director of Project Development, Chairperson, Consultant Selection Committee at (603) 271-1486.





New Hampshire Department of Transportation
PO Box 483 | 7 Hazen Drive | Concord, NH | 03302-0483
Tel: 603.271-3734 | Fax: 603.271.3914

copyright 2015. State of New Hampshire