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:
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. |
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:
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. |
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:
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. |
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:
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. |
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:
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:
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:
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.
|
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:
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:
Knowledge in the use of the following computer modeling programs is required:
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:
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:
Professional Engineer licensure in the State of New Hampshire is required. 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:
Teaming and the use of Sub-Consultants:
|
Letter of Interest Formatting Requirements: | The following sections shall be included within the Letter of Interest: 1. Introduction Letter – 1-page maximum.
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
Project Manager/ Construction Engineer of Record – Professional Engineer (PE)
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
Technician Inspector - Level II
Engineer Inspector – Level I
Engineer Inspector – Level II
Environmental Inspector
|
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: |
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:
Bridge Design Efforts:
Additional Work Efforts 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:
Teaming and the use of Sub-Consultants:
|
Letter Of Interest Formatting Requirements: | The following sections shall be included within the Letter of Interest: 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)
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.
For information contact: |
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:
2.) Update to the 2019 NH State Freight Plan and accompanying Freight Investment Plan to be BIL compliant to include (but not limited to):
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.
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. |
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: |
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:
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. |
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:
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:
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, |
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:
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. |
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:
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:
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:
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. |
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.
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. 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.
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. |
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? |