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: | Statewide On-Call Wetlands Services (3 Contracts) PRE-QUALIFIED LOW BID CONTRACTS |
---|---|
Posting Date: | September 10, 2021 |
Scope of Work: | Three (3) Statewide On-Call Agreements, anticipated at $100,000 each, over a 3-year term, are needed for wetlands-related services, to provide wetland/environmental evaluations of highway projects and activities on an on-call basis throughout the state. Task orders assigned under these Agreements may include:
This work will require Certified Wetland Scientist licensure in the State of New Hampshire. Work assignments will be made taking into account workload, location of assignment, and suitability of assignment. Consultants submitting a Letter of Interest will be assessed on their capability to perform the above-mentioned services, experience of the firm and staff, and availability to respond rapidly to on-call assignments. Task Orders assigned under these Agreements will be based on the bid item rates of selected firms. |
Services Required: | WET, ENV |
Short List: | DuBois & King, FB Environmental, Horizons Engineering, Normandeau Associates, TRC Environmental, Weston & Sampson |
Approved Fee: | $100,000 |
G&C Approval Date: | March 23, 2022 |
Project: | Statewide On-Call Professional Survey Services - 43771 QUALIFICATIONS-BASED SELECTION CONTRACT |
---|---|
Posting Date: | September 24, 2021 |
Scope of Work: | One (1) Statewide On-Call Agreement, anticipated to have a maximum value of $750,000 over a three-year term, is needed to provide on-call professional survey services for various transportation projects located throughout the State. Typical assignments may include:
All surveys are to be conducted under the supervision of a NH Licensed Land Surveyor. Three person survey crews will be necessary when conducting surveys in areas adjacent to moving vehicular traffic. 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, 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 Jason Pohopek, at (603) 271-8251 |
Services Required: | SURV, AMAP |
Short List: | Doucet Survey, Fuss & O'Neill, GM2 Associates |
Approved Fee: | $750,000 |
G&C Approval Date: |
Project: | Statewide On-Call Highway Design Services QUALIFICATIONS-BASED SELECTION CONTRACTS |
---|---|
Posting Date: | December 10, 2021 |
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, including alternative contract procurement methods, 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. For additional information contact Jim Marshall, Bureau of Highway Design, at (603) 271-2171. |
Services Required: | RDWY, TRAF, BRDG, STRC, ENV, HYD, GEOT, PLAN, PINV, SURV |
Short List: | CHA, Fuss & O'Neill, Greenman-Pedersen, Hoyle Tanner & Associates, Stantec |
Approved Fee: | $3,000,000 |
G&C Approval Date: |
Project: | Statewide On-Call Subsurface Utility Engineering Services 43822 QUALIFICATIONS-BASED SELECTION CONTRACTS |
---|---|
Posting Date: | December 10, 2021 |
Scope of Work: | One (1) Statewide On-Call Subsurface Utility Engineering (SUE) Agreement, anticipated to have a maximum value of $750,000 each over a five-year term, is needed to provide on-call engineering and technical services to establish existing underground utility locations within the proposed project limits of various projects in the planning, design, or construction phases, located throughout the State. Services may also include project coordination with utility companies for subsurface utilities as well as above-ground utilities.
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 Michael Mozer, PE, Chief of Design Services, at (603) 271-2297. |
Services Required: | UTIL, SURV |
Short List: | Horizons Engineering, Inframap, KCI, T2 Utility Engineers |
Approved Fee: | $750,000 |
G&C Approval Date: |
Project: | Statewide On-Call Asset Management & Planning QUALIFICATIONS-BASED SELECTION CONTRACT |
---|---|
Posting Date: | January 14, 2022 |
Scope of Work: | Two (2) Statewide On-Call Asset Management & Planning Services Agreement, anticipated to have a maximum value of $1,000,000 over a 3-year term, is needed to provide technical, economic, planning, engineering, system, data governance, and technical writing skills.
This work will require Professional Engineer licensure in the State of New Hampshire. Task Orders assigned under these Agreements may be negotiated as either a cost-plus-fixed-fee or lump-sum 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: Nick Alexander, AMPS, at 271-1620 or Nicholas.J.Alexander@dot.nh.gov |
Services Required: | AMS, PLAN (including work plan development, facilitation, program implementation and oversight, and technical writing), RDWY, STRC |
Short List: | Cambridge Systematics, CHA, HNTB, WSP USA |
Approved Fee: | $750,000 |
G&C Approval Date: |
Project: | Statewide On-Call Operations, Maintenance and Design Services QUALIFICATIONS-BASED SELECTION CONTRACT |
---|---|
Posting Date: | January 14, 2022 |
Scope of Work: | One (1) Statewide On-Call Operations, Maintenance and Design Services Agreement, anticipated to have a maximum value of $750,000 over a 3-year term, is needed to provide, engineering/technical services, operation and maintenance support, operations asset management support, planning, and technical writing skills.
This work will require Professional Engineer licensure in the State of New Hampshire. Task Orders assigned under these Agreements may be negotiated as either a cost-plus-fixed-fee or lump-sum 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: Nancy Spaulding, Asst. District Engineer at 271-1486 or Nancy.Spaulding@dot.nh.gov |
Services Required: | AMS, PLAN (including work plan development, program implementation and oversight, and technical writing), RDWY, STRC, HYD, CE&I, ENV, ITS, TRAF |
Short List: | Greenman-Pedersen, Stantec, WSP USA |
Approved Fee: | $750,000 |
G&C Approval Date: |
Project: | Whitefield 41582 Preliminary and Final Design – Reconstruction and rehabilitation of approximately 0.6 miles of US 3 from the intersection of NH 116 north to the intersection of Prospect Street. QUALIFICATIONS-BASED SELECTION CONTRACT |
---|---|
Posting Date: | February 11, 2022 |
Scope of Work: | Work: This Project includes preliminary design, survey, public involvement, final design, and associated environmental & cultural services for rehabilitation of US 3 in Whitefield. This contract is for Preliminary Design (Part B) only. The current 30’ wide roadway was built on a 20’ concrete slab in 1929. The intent is to widen the roadway to provide improved mobility for bikes and pedestrians and a structurally sufficient roadway base. The project will also include a detailed look at the US 3 and NH 116 intersection. The advertising date is planned in fiscal year 2027 in the current Ten-Year Plan. Scope of work may include:
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 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, 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. Contact Information: For additional information contact: Tobey Reynolds, PE, Chief Project Manager at 271-7421 or Tobey.L.Reynolds@dot.nh.gov |
Services Required: | RDWY, ENV, HYD, SURV, ROW, TRAF, PINV |
Short List: | AECOM, Fuss & O'Neill, Tighe & Bond |
Approved Fee: | |
G&C Approval Date: |
Project: | Keene 41590 Preliminary and Final Design – Reconstruction and rehabilitation of 2.0 miles of Route 101 from 0.4 miles east of Optical Ave east to the Marlborough town line; QUALIFICATIONS-BASED SELECTION CONTRACT |
---|---|
Posting Date: | September 24, 2021 |
Scope of Work: | This Project includes preliminary design, survey, public involvement, final design, and associated environmental & cultural services for rehabilitation of Route 101 in Keene. This contract is for Preliminary Design (Part B) only. The current 30’ wide roadway was built on a 20’ concrete slab in 1933. The intent is to widen the roadway to provide improved mobility for bikes and pedestrians and a structurally sufficient roadway base. The project will also include a detailed look at the Swanzey Factory Road intersection and may include reconstruction/replacement of the existing bridge over the Branch River. The advertising date is planned in fiscal year 2027 in the current 10 Year Plan.
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 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, 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: Tobey Reynolds, PE, Chief Project Manager at 271-7421 or Tobey.L.Reynolds@dot.nh.gov |
Services Required: | STRC, RDWY, ENV, HYD, SURV, ROW, TRAF, PINV, GEOT |
Short List: | CHA Consulting, Greenman-Pedersen, Hoyle Tanner & Associates |
Approved Fee: | |
G&C Approval Date: |
Project: | Statewide On-Call Intelligent Transportation System (ITS) Services QUALIFICATIONS-BASED SELECTION CONTRACT |
---|---|
Posting Date: | August 13, 2021 |
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. 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. |
Services Required: | ITS, RDWY, STRC |
Short List: | AECOM, Stantec, VHB |
Approved Fee: | |
G&C Approval Date: |
Project: | Plaistow, 40645, Non-Federal Corridor signalization, coordination, and optimization. (Preliminary and Final Design) QUALIFICATIONS-BASED SELECTION CONTRACT |
---|---|
Posting Date: | June 18, 2021 |
Scope of Work: | Signal coordination and control in Plaistow, NH along the NH Route 125 corridor from Mass S/L to Old County Road including remote control of signals, network surveillance and monitoring and emergency routing capabilities (see location map). Preliminary and Final design for the improved intersection and adjacent roadway. This effort will also require services to support project advertisements 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 intersection design and traffic signal and coordination projects, their ability to provide sufficient unified labor resources necessary to complete the design work on schedule and within budget, and their current workload with the Department. This effort will require Professional Engineering licensure in the State of NH. This project requires Preliminary Design (Part “B”) and Final Design (Part “C”) services. This solicitation is for both Preliminary and Final Design services. The contract is anticipated to be a cost-plus-fixed-fee. For additional information contact Matthew Lampron, Bureau of Highway Design, at (603) 271-2171. |
Services Required: | RDWY, ENV, TRAF, HIST, , ITS, and HYD |
Short List: | AECOM, BETA, Greenman-Pedersen |
Approved Fee: | |
G&C Approval Date: |
Project: | Charlestown 40667 |
---|---|
Posting Date: | May 14, 2021 |
Scope of Work: |
This work will require Professional Engineer and Land Surveyor licensure in the State of New Hampshire. This project requires Preliminary Design and Final Design services. This solicitation is for both Preliminary and Final Design. 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. Contact Information: For additional information contact Tobey Reynolds, PE, Chief Project Manager 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 June 11, 2021 to: |
Services Required: | STRC, RDWY, ENV, HYD, SURV, ROW, TRAF, PINV, GEOT |
Short List: | CHA Consulting Inc GM2 Inc SLR International Corp |
Approved Fee: | |
G&C Approval Date: |
Project: | Statewide On-Call Geotechnical Exploration Services (Two Contracts) PREQUALIFIED LOW-BID CONTRACTS |
---|---|
Posting Date: | April 12, 2021 |
Scope of Work: |
Contractors must be capable of providing a drill rig with ancillary equipment consisting of a track, truck or skid mounted drill rig, or tripod and cathead as needed for site conditions at any time, including winter, at locations anywhere in the State of New Hampshire, or bordering states for interstate bridge projects. Task order assignments will be made in approximate proportion to the contract amounts, taking into account availability, workload, and suitability of the assignment. For additional information contact Dennis Herrick, PE, Administrator, Bureau of Materials & Research at (603) 271-3151 or Dennis.E.Herrick@dot.nh.gov |
Services Required: | GEOT, HAZ |
Short List: | |
Approved Fee: | |
G&C Approval Date: |
Project: | Statewide On-Call Geotechnical Engineering Services (Two Contracts) QUALIFICATIONS-BASED SELECTION CONTRACT |
---|---|
Posting Date: | March 9, 2021 |
Scope of Work: | Two (2) Statewide On-Call Agreements, anticipated to have a maximum value of $400,000 each over a three-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 cost-plus-fixed-fee, or a lump-sum method of compensation. For additional information contact Dennis Herrick, PE, Administrator, Bureau of Materials & Research at (603) 271-3151 or Dennis.E.Herrick@dot.nh.gov |
Services Required: | GEOT, HAZ |
Short List: | GEI Consultants Golder Associates GZA Haley & Aldrich Stantec Weston & Sampson |
Approved Fee: | |
G&C Approval Date: |
Project: | Bedford 40664 – X-A004(462) Improvements to US 3 (Multi-Phase Contract - Part “A”) QUALIFICATIONS-BASED SELECTION CONTRACT |
---|---|
Posting Date: | December 21, 2020 |
Scope of Work: | Preliminary engineering, environmental services, public involvement services, and final design are needed for improvements to US 3 (South River Road) in the Town of Bedford to include widening, intersection modifications and bicycle and pedestrian facilities. The project begins at the intersection with the Manchester Airport Access Road SB/EB ramps and extends north 1.7 miles to the intersection Hawthorne Drive (northern intersection). 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 Part “A” (Preliminary Design) and Part “B” (Final Design) services. This solicitation is for Part “A” only. At the conclusion of Part “A”, the Department reserves the right to either negotiate a scope and fee for Part “B”, 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 Part “A” agreement will be cost-plus-fixed-fee. For additional information contact William Oldenburg, at William.Oldenburg@dot.nh.gov or at (603) 271-7419. |
Services Required: | STRC, RDWY, ENV, HYD, SURV, ROW, TRAF, PINV |
Short List: | HDR Engineering Jacobs Engineering Group WSP USA Inc |
Approved Fee: | |
G&C Approval Date: |
Project: | Statewide Aviation Planning Services (1 Contract) |
---|---|
Posting Date: | December 15, 2020 |
Scope of Work: | One Statewide On-Call Aviation Planning Service Agreement, anticipated to have a maximum value of $800,000 and up to a five-year term, is needed to provide aviation planning services for various aviation projects located throughout the State. Anticipated project list could consist of:
(1) a continuation of the existing pavement maintenance and evaluation program at the nine general-aviation airports in the NPIAS program,
(2) an implementation of the recommendations from, or update to, the New Hampshire State Aviation System Plan,
(3) aircraft rescue and firefighting facility or system planning studies,
(4) various environmental studies serving the needs of New Hampshire’s NPIAS airports,
(5) obstruction evaluations or airport airspace analyses serving the needs of New Hampshire’s NPIAS airports,
(6) airport research studies servicing the needs of New Hampshire’s airports, and/or
(7) any additional federally funded aviation projects that may arise as a result of changes to NHDOT/Bureau of Aeronautics’ planning project priorities and funding capabilities (8) technical writing assignments that may include preparation of reports, specifications, procedures, etc. (9) assist the Department in the public involvement process. This work may 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 aviation planning services as well as their availability to respond rapidly to on-call assignments. Task orders assigned under the Statewide On-Call Aviation Planning Service Master Agreement will be negotiated as either a modified cost-plus-fixed-fee or lump-sum method of compensation. For additional information contact Carol Niewola, Senior Aviation Planner, Bureau of Aeronautics, at 603-271-1675. |
Services Required: | AERO, CIVL, ELEC, ENV, GEOT, HIST, MECH, PINV, PLAN, SURV, TEST, WET |
Short List: | Hoyle Tanner & Associates Jacobs Engineering Group McFarland-Johnson |
Approved Fee: | |
G&C Approval Date: |
Project: | Statewide Aviation Engineering Services (1 Contract) QUALIFICATIONS-BASED SELECTION CONTRACT |
---|---|
Posting Date: | December 15, 2020 |
Scope of Work: | One Statewide On-Call Aviation Engineering Service Agreement, anticipated to have a maximum value of $500,000 and up to a five-year term, is needed to provide aviation engineering services for various aviation projects located throughout the State. Anticipated service needs could consist of:
(1) aircraft rescue and firefighting facility or system improvements,
(2) airport research engineering efforts serving the needs of New Hampshire’s airports, and/or
(3) any additional federally funded aviation projects that may arise as a result of changes to NHDOT/Bureau of Aeronautics’ project priorities and funding capabilities (4) technical writing assignments that may include preparation of reports, specifications, procedures, etc. (5) assist the Department in the public involvement process. 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 aviation engineering services as well as their availability to respond rapidly to on-call assignments. Task orders assigned under the Statewide On-Call Aviation Engineering Service Master Agreement will be negotiated as either a modified cost-plus-fixed-fee or lump-sum method of compensation. For additional information contact Carol Niewola, Senior Aviation Planner, Bureau of Aeronautics, at 603-271-1675. |
Services Required: | AERO, CIVL, CE&I, ELEC, ENV, GEOT, MECH, PINV, STRC, SURV, TEST, WET |
Short List: | AECOM Technical Services Hoyle Tanner & Associates Jacobs Engineering Group |
Approved Fee: | |
G&C Approval Date: |
Project: | Bedford 16100 Implementation of All Electronic Tolling at the Bedford Toll Plaza Preliminary and Final Design Services QUALIFICATIONS-BASED SELECTION CONTRACT |
---|---|
Posting Date: | December 2, 2020 |
Scope of Work: | Preliminary and final design, as well as construction support services contract for the conversion of the existing Bedford Tollbooth facility to an All Electronic Tolling (AET) facility.
Final design is expected to include development of all aspects of conversion contract plans, including but not limited to, plans and associated details for roadway construction, AET infrastructure and gantry design, drainage design, signing, construction sequencing with traffic management considerations. The Tolling Vendor will be responsible for all tolling equipment and commissioning. The successful consultant will be responsible for coordination efforts between Civil Contractor and Tolling Equipment installation. The contract plans will include complete toll plaza demolition plans for existing concrete barriers, tunnel decommissioning and administration building demolition. For additional information see scope of work checklist. The Department will develop the environmental study with the support of a statewide on-call environmental services consultant. Environmental services specific to the project to be completed by the selected consultant will include the development of a wetland permit application package including associated wetland plans and other resource delineation as necessary. There are no requirements for a Noise Analysis or Air Quality Analysis. The consultant is responsible for a Hazardous Waste Assessment for PFAS and LRS. Preparation of Soil and Groundwater management plans are anticipated. The consultant should be prepared to submit an Erosion Control plan and MS4 Compliance documentation. At this time the Department project must comply with Alteration of Terrain rules, while a permit is not necessary. The consultant will be responsible for oversight for this compliance. The Consultant will also be required to assist the Department in the public outreach and public involvement process. Geotechnical and Survey support will be the responsibility of the consultant. The consultant will have either in-house support or a sub-consultant under agreement for geotech and survey. This work will require Licensed Land Surveyor and 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, other related project experiences with project references noted, and their current workload with the Department. The compensation format for this agreement will be cost plus fixed fee and the contract duration is anticipated to be approximately 18 months. For additional information contact Nancy Spaulding, Project Manager-Bureau of Turnpikes at 603-485-3806 or Nancy.L.Spaulding@dot.nh.gov. |
Services Required: | RDWY, ENV, UTIL, STRC, PINV, GEO, SURV |
Short List: | AECOM Technical Services HNTB Corp Jacobs Engineering Group WSP USA |
Approved Fee: | |
G&C Approval Date: |
Project: | Statewide On-Call Environmental Services (2 Contracts) QUALIFICATIONS-BASED SELECTION CONTRACT |
---|---|
Posting Date: | August 31, 2020 |
Scope of Work: | Two (2) Statewide On-Call Agreements, anticipated to have a maximum value of $500,000 each over a three-year term, are needed to provide on-call environmental services that may include any and all aspects of environmental analysis necessary to advance permitting, and development of National Environmental Policy Act (NEPA) documentation for transportation projects, including wetland/shoreland impact plan development, and evaluation of:
Tasks may also include preliminary and construction engineering in support of environmental assignments, as well as assistance with public involvement. 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 their current workload with the Department. This work will require:
For additional information contact Ronald Crickard, Project Management Section Chief, Bureau of Environment, at (603) 271-7966, or Ronald.Crickard@dot.nh.gov. |
Services Required: | AIR, ARCY, ENV, HAZ, HIST, NOIS, PINV, WET, WQS |
Short List: | Comprehensive Env Inc Fitzgerald & Holiday GM2 Associates Hoyle Tanner & Associates McFarland-Johnson Vanesse Hangen Brustlin |
Approved Fee: | $500,000 |
G&C Approval Date: | May 5, 2021 |
Project: | Statewide Complex Bridge, 42950 Inspection, Engineering, and Emergency Response QUALIFICATIONS-BASED SELECTION CONTRACT |
---|---|
Posting Date: | July 20, 2020 |
Scope of Work: | One (1) Statewide On-Call Agreement, anticipated to have a maximum value of $750,000 over a 3-year term, is needed to provide bridge inspection, design, and emergency response & repair services of complex bridges and ancillary structures on demand at various locations throughout the state.
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, other related project experiences with references noted, and the capability to respond to emergencies as outlined above. Task orders assigned under this Agreement will be negotiated as either a lump-sum or a modified cost-plus-fixed-fee method of compensation. For additional information contact: David Scott, Bridge Design, at 603.271.2731 or David.Scott@dot.nh.gov . |
Services Required: | BRDG, STRC, INSP, RDWY, HYD, GEOT, TRAF, ENV |
Short List: | Collins Engineers HDR Engineering Hoyle Tanner Associates WSP USA |
Approved Fee: | $750,000 |
G&C Approval Date: | November 22, 2021 |
Project: | Statewide On-Call Community Assistance Construction Engineering and Inspection Services Qualifications-Based Selection Contracts for DOT Managed Locally Administered Projects |
---|---|
Posting Date: | June 12, 2020 |
Scope of Work: | Three (3) Statewide On-Call Agreements, anticipated to have a maximum value of $1,000,000 each over a 3-year term, are needed to provide on-call Construction Engineering and Inspection services for various locally administered transportation projects located throughout the State.
Professional Engineer licensure, as well as Licensed Land Surveyor licensure, in the State of New Hampshire is required. Local Public Agency (LPA) and Office of Federal Compliance (OFC) Certifications are required. 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 for construction inspection and construction field work services will be paid using Specific Rates of Pay for hours worked. Task Orders for engineering services assigned under these Agreements will be negotiated as either a cost-plus-fixed-fee or lump sum method of compensation. For information contact: William Watson, NHDOT Planning and Community Assistance Bureau, at (603) 271-3344. |
Services Required: | CE&I, TEST, ENV, SURV |
Short List: | CMA Engineers |
Approved Fee: | $1,000,000 |
G&C Approval Date: | TEC and WSP - November 22, 2021 |
Project: | Statewide On-Call Community Assistance Engineering Services Qualifications-Based Selection for DOT Managed Locally Administered Projects |
---|---|
Posting Date: | June 12, 2020 |
Scope of Work: | Three (3) Statewide On-Call Highway and Bridge Design Agreements, anticipated to have a maximum value of $1,000,000 each over a 3-year term, are needed to provide on-call engineering for highway and bridge design and related technical/professional consulting services for various locally administered projects (LPA), including alternative contract procurement methods, located throughout the State. The LPA assignments given under this agreement will be managed by the Department.
Bridge Design Efforts:
Additional Work Efforts Required:
This work will require Professional Engineer licensure, as well as a 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 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 information contact: William Watson, NHDOT Planning and Community Assistance Bureau, at (603) 271-3344. |
Services Required: | RDWY, TRAF, BRDG, STRC, ENV, HYD, GEO, PLAN, PINV, SURV |
Short List: | CMA Engineers Hoyle Tanner & Associates McFarland Johnson Stantec Consulting Services TEC Inc. Vanasse Hangen Brustlin, Inc. |
Approved Fee: | $1,000,000 |
G&C Approval Date: | 8/4/2021 - McFarland Johnson |
Project: | Statewide Intersection/Signal Timing Optimization Improvements 41756, X-A004(744) QUALIFICATIONS-BASED SELECTION CONTRACT |
---|---|
Posting Date: | May 28, 2020 (Revised June 9, 2020) |
Scope of Work: | This project involves evaluating current operational parameters and developing and implementing optimized timing and phasing to improve overall performance at between 45 and 61 signalized intersections throughout New Hampshire including within Newport, Conway, Center Harbor, Meredith, Moultonborough, Ossipee, Tilton, Wakefield, Hooksett, Manchester, and Seabrook. Phasing and timing improvements to each of the project’s signalized intersections, most of which are grouped in corridors, will improve traffic flow, resulting in a reduction to delay and congestion, lowering of the associated vehicles’ idle time, and subsequently improvement to air quality. The project is expected to include the following generalized tasks:
A list of intersections included in this scope of work is provided here: Intersections.pdf The scope of work checklist is provided here: Scope of Work Checklist.pdf This work will require Professional Engineer licensure in the State of New Hampshire. Also, personnel working in signal cabinets will require certification as a Traffic Signal Bench or Field Technician Level II, or higher, by the International Municipal Signal Association (IMSA). The compensation format for this agreement will be cost-plus-fixed-fee. For additional information contact Lee Baronas, Bureau of Traffic, at (603) 271-1680. |
Services Required: | TRAF, PINV |
Short List: | BETA, Sebago, VHB |
Approved Fee: | |
G&C Approval Date: |
Project: | Statewide On-Call Construction Engineering and Inspection Services (5 Contracts) Qualifications-Based Selection Contracts |
---|---|
Posting Date: | February 28, 2020 |
Scope of Work: | Up to Five (5) Statewide On-Call Agreements, anticipated to have a maximum value of $1,950,000 each over a three-year term, are needed to provide on-call Construction Engineering and Inspection services for various transportation projects located throughout the State.
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 as well as their availability to respond rapidly to on-call assignments. Task Orders for construction inspection and construction field work services will be paid using Specific Rates of Pay for hours worked. Task Orders for engineering services assigned under these Agreements will be negotiated as either a cost-plus-fixed-fee or lump sum method of compensation. For information contact:Dean Wilson, NHDOT Construction Bureau, at (603) 271-2571. |
Services Required: | CE&I |
Short List: | DuBois & King, Greenman-Pedersen, Hoyle Tanner & Associates, John Turner Consulting, Kleinfelder, McFarland-Johnson, WSP USA |
Approved Fee: | $1,950,000 |
G&C Approval Date: | 5/19/2021 - GPI |
Project: | Statewide – Corridor Study Program QUALIFICATIONS-BASED SELECTION CONTRACT |
---|---|
Posting Date: | February 28, 2020 |
Scope of Work: | One (1) Statewide On-Call Corridor Study Services Agreement, anticipated to have a maximum value of $1,500,000 over a 4-year term, is needed to develop and define a Corridor Study Implementation Program and provide planning level corridor studies.
Prepare planning level corridor studies. These studies should be an effective tool for assessing existing conditions, developing a preferred future condition, and consistent corridor approach. Other considerations may include:
Each Study shall include conceptual engineering plans for inclusion in the final report and shall be developed in sufficient detail to establish a geometric framework to guide future improvement projects as well as ranking those improvements within the Corridor and to create planning level cost estimates for such improvements. 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 Oldenburg, at 271-1486 William.Oldenburg@dot.nh.gov |
Services Required: | PLAN, TRAF, RDWY, PINV |
Short List: | Greenman-Pedersen, Inc, Howard Stein Hudson, McFarland-Johnson, Inc, Vanasse Hangen Brustlin, Inc. |
Approved Fee: | $1,500,000 |
G&C Approval Date: |
Project: | Project: MANCHESTER – HOOKSETT 42753, X-A004(960) Bridge Preservation of Manchester Br. Nos. 126/126, 123/118, 118/117, and Hooksett Br. No. 096/049 (Preliminary and Final Design) QUALIFICATIONS-BASED SELECTION CONTRACT |
---|---|
Posting Date: | January 10, 2020 |
Scope of Work: | This Project includes preliminary design, public involvement process, final design, and associated environmental & cultural services for the bridge preservation of the following existing bridges: 1) Manchester 126/126 carrying I-93 NB over NH101 WB, SBE RAMP, 2) Manchester 123/118 carrying I-93 NB over Stevens Pond, 3) Manchester 118/117 carrying I-93 NB over Wellington Road, and 4) Hooksett 096/049 carrying I-93 NB over US 3, NH 28. These bridges were constructed in 1976 and1977 and all were painted between 1998 & 2000. Hooksett 096/049 received a new deck in 1998. The other three bridges were deck patched between 1998 & 1999. Manchester 123/118 received new expansion joints in 2012. The bridges are in close proximity to I-93 Exit 7 (on-ramp from NH 101 WB), Exit 8 (Wellington Rd), and Exit 9 (US 3). These bridges are on the Department’s Bridge Preservation List and have a target advertising date in fiscal year 2023. The scope of work may include:
No change in lane capacity is anticipated with this effort. Environmental efforts are needed to prepare and complete all appropriate environmental documentation including cultural resource investigations and permitting, to satisfy NEPA and state requirements. The Consultant will also be required to assist the Department in the public outreach and public involvement process. This work will require Professional Engineer licensure in the State of NH. 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 this agreement will be cost-plus-fixed-fee. For additional information contact David Scott, Bridge Design, |
Services Required: | BRDG, STRC, RDWY, ENV, HIST, PINV, TRAF |
Short List: | Fuss & O'Neill, Greenman-Pedersen, Inc, HNTB Corporation |
Approved Fee: | |
G&C Approval Date: |
Project: | Dover 41824 Preliminary Design – Rehabilitation or Replacement of Br. No. 105/133 & 106/133 carrying NH 16 (Spaulding Turnpike) over Cocheco River (Part “A” – Preliminary Design); QUALIFICATIONS-BASED SELECTION CONTRACT |
---|---|
Posting Date: | November 15, 2019 |
Scope of Work: | This Project includes preliminary design, public involvement process, final design, and associated environmental & cultural services for rehabilitation or replacement of the existing bridges carrying NH 16 (Spaulding Turnpike) over the Cocheco River in the City of Dover. Constructed in 1957, and rebuilt in 1991, the bridges are four-span, 267-foot long, steel IBC bridges with each having a total width of 41.33 feet and a rail-to-rail width of 36.5 feet. These bridges are on the Department’s State Red List of deficient structures and have a target advertising date in fiscal year 2021 in the Draft 10 Year Plan. Scope of work may include:
Environmental efforts are needed to prepare and complete all appropriate environmental documentation including cultural resource investigations and permitting to satisfy Federal and State requirements. The Consultant will also be required to assist the Department in the public involvement process. This work will require Professional Engineer and Land Surveyor licensure in the State of New Hampshire. This project requires Part “A” (Preliminary Design) and Part “B” (Final Design) services. This solicitation is for Part “A” only. The Department reserves the right to either negotiate a scope and fee for Part “B”, 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: Nancy L. Spaulding, PE, Turnpikes Project Manager, at 485-3806 or Nancy.Spaulding@dot.nh.gov, and Joseph C. Adams, PE, Bridge Design at 271-2731 or Joseph.Adams@dot.nh.gov |
Services Required: | BRDG, STRC, RDWY, ENV, TRAF, PINV, SURV |
Short List: | DuBois & King, Inc, GM2 Associates, Inc, Hardesty & Hanover, LLC |
Approved Fee: | |
G&C Approval Date: |
Project: | Dover 42872 Rehabilitation or Replacement of Br. No. 132/101 & 132/102 carrying NH 16 (Spaulding Turnpike) over NH 108 (Central Avenue) (Part “A” - Preliminary Design); QUALIFICATIONS-BASED SELECTION CONTRACT |
---|---|
Posting Date: | November 15, 2019 |
Scope of Work: | This Project includes preliminary design, public involvement process, final design, and associated environmental & cultural services for rehabilitation or replacement of the existing bridges carrying NH 16 (Spaulding Turnpike) over NH 108 (Central Avenue) in the City of Dover. Constructed in 1957, and rebuilt in 1999, the NB bridge (Br. No. 132/102) is a four-span, 206-foot long IB-C bridge with a total width of 47.8 feet and a rail-to-rail width of 43.58 feet. The SB Bridge (Br. No. 132/101) is a six-span, 300-foot long IB-C bridge with a total width of 47.8 feet and a rail-to-rail width of 43.58 feet. These bridges are on the Department’s State Red List of deficient structures. Scope of work may include:
No change in lane capacity is anticipated with this effort. Environmental efforts are needed to prepare and complete all appropriate environmental documentation including cultural resource investigations and permitting to satisfy Federal and State requirements. The Consultant will also be required to assist the Department in the public involvement process that may require a public hearing. This work will require Professional Engineer and Land Surveyor licensure in the State of New Hampshire. Recordable Right of Way purchase plans are anticipated. This project requires Part “A” (Preliminary Design) and Part “B” (Final Design) services. This solicitation is for Part “A” only. The Department reserves the right to either negotiate a scope and fee for Part “B”, 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. |
Services Required: | BRDG, STRC, RDWY, ENV, ROW, TRAF, PINV, SURV |
Short List: | Fuss & O'Neill, McFarland-Johnson, Inc, Hoyle Tanner & Associates, Inc |
Approved Fee: | |
G&C Approval Date: |
Project: | Statewide On-Call Coastal Wetlands and Environmental Services (2 Contracts) QUALIFICATIONS-BASED SELECTION CONTRACT |
---|---|
Posting Date: | October 11, 2019 |
Scope of Work: | Two (2) Statewide On-Call Agreements, anticipated at $400,000 each over a three-year term, are needed to conduct environmental/wetlands-related services for Department projects and activities at various locations throughout the State, with a focus on coastal wetlands and resources. These services may include:
Consultants submitting a Letter of Interest will be assessed on their capability to perform the above-mentioned services, other relevant project experienced with references noted, and their current workload with the Department. This work will require Certified Wetland Scientist licensure, and Professional Engineering licensure in the State of New Hampshire, as well as a New Hampshire Licensed Land Surveyor. 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: Andrew O’Sullivan, Wetlands Program Manager, Bureau of Environment at Andrew.O'Sullivan@dot.nh.gov, or (603) 271-3226. |
Services Required: | ENV, HYD, RDWY, STRC, SURV, WET, WQS |
Short List: | GZA GeoEnvironmental, Inc, Tighe & Bond, Inc, McFarland-Johnson, Inc, Normandeau Associates, Inc |
Approved Fee: | $400,000 |
G&C Approval Date: | GZA 10/7/2021 Tighe & Bond 10/21/2021 |
Project: | Windham 40663, X-A004(461) Planning level corridor study of NH Route 111 in Windham from the intersection of Ledge Road / London Bridge Road easterly approximately 1.6 miles to the Wall Street / NH Route 111 intersection QUALIFICATIONS-BASED SELECTION CONTRACT |
---|---|
Posting Date: | October 11, 2019 |
Scope of Work: | Planning level corridor study of NH Route 111 in Windham, NH from the intersection of Ledge Road / London Bridge Road easterly approximately 1.6 miles to the Wall Street / NH Route 111 intersection. This work will also include extending the traffic analysis only from the intersection with NH Route 128 to the intersection of Wall Street.
The study shall include conceptual engineering plans for inclusion in the final report and shall be developed in sufficient detail to establish a geometric framework to guide future improvement projects in the Corridor and to create planning level cost estimates for such improvements. Environmental efforts are needed to evaluate the proposed alternatives. The Consultant will also be required to assist the Department in the public involvement process including working with a Public Advisory Committee. 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. This work will require Professional Engineer licensure in the State of New Hampshire. The compensation format for the agreement will be cost-plus-fixed-fee or lump sum. For additional information contact Wendy Johnson, Highway Design, at Wendy.Johnson@dot.nh.gov or (603) 271-2171. |
Services Required: | RDWY, PLAN, ENV, TRAF, PINV |
Short List: | McFarland-Johnson, Inc, James W. Sewall Company, T.Y. Lin International, Inc. |
Approved Fee: | |
G&C Approval Date: |
Project: | Hampton 42573 |
---|---|
Posting Date: | August 26, 2019 |
Scope of Work: | This Project includes preliminary design, public involvement process, final design, and associated environmental & cultural services for rehabilitation or replacement of the existing bridge carrying US Route 1 (Lafayette Road) over the Abandoned NHRR (recently acquired Hampton Branch) in the Town of Hampton. Constructed in 1936, single span, 120-foot long, thru-plate girder bridge with a total width of 40.0 feet and a curb-to-curb width of 34.0 feet. Approach roadway width is 36.0 feet. This 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:
Lane and shoulder widths will be determined by AASHTO with consideration of input from the Public Involvement process if a bridge replacement is selected. Environmental efforts are needed to prepare and complete all appropriate environmental documentation including cultural resource investigations and permitting to satisfy Federal and State requirements. The Consultant will also be required to assist the Department in the public involvement process that may also require a public hearing depending on the selected alternative. This work will require Professional Engineer and Land Surveyor licensure in the State of New Hampshire. This project requires Part “A” (Preliminary Design) and Part “B” (Final Design) services. This solicitation is for Part “A” only. The Department reserves the right to either negotiate a scope and fee for Part “B”, 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 Part A of this agreement will be cost-plus-fixed-fee. For additional information contact: Joseph Adams, Bridge Design, at 271-1618 or Joseph.Adams@dot.nh.gov. |
Services Required: | BRDG, STRC, RDWY, ENV, HIST, TEST, INSP, TRAF, PINV, SURV |
Short List: | AECOM Technical Services, Inc, Fuss & O'Neill, GM2 Associates, Inc. |
Approved Fee: | |
G&C Approval Date: |
Project: | Webster 41429 Preliminary Design – Rehabilitation or Replacement of Br. No. 099/123 carrying NH 127 over Blackwater River (Part “A” - Preliminary Design); QUALIFICATIONS-BASED SELECTION CONTRACT |
---|---|
Posting Date: | August 8, 2019 |
Scope of Work: | This Project includes preliminary design, public involvement process, final design, and associated environmental & cultural services for rehabilitation or replacement of the existing bridge carrying NH 127 over the Blackwater River in the Town of Webster. Constructed in 1941, it is a three-span, 166 foot long, concrete rigid frame bridge with a total width of 34.0 feet and a rail-to-rail width of 28.0 feet. This bridge is on the Department’s State Red List of deficient structures and has a target advertising date in fiscal year 2023 in the draft 10 year plan. Scope of work may include:
No change in lane capacity is anticipated with this effort. Environmental efforts are needed to prepare and complete all appropriate environmental documentation including cultural resource investigations and permitting to satisfy Federal and State requirements. The Consultant will also be required to assist the Department in the public involvement process that may also require a public hearing depending on the selected alternative. This work will require Professional Engineer and Land Surveyor licensure in the State of New Hampshire. This project requires Part “A” (Preliminary Design) and Part “B” (Final Design) services. This solicitation is for Part “A” only. The Department reserves the right to either negotiate a scope and fee for Part “B”, 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 format for Part A of this agreement will be cost-plus-fixed-fee. For additional information contact: Joseph Adams, Bridge Design, at 271-1618 or Joseph.Adams@dot.nh.gov |
Services Required: | BRDG, STRC, RDWY, ENV, HIST, TEST, INSP, TRAF, PINV, SURV |
Short List: | AECOM Technical Services, Inc, GM2 Associates, Inc, CME Associates, Inc. |
Approved Fee: | |
G&C Approval Date: |
Project: | Development of an Unmanned Aircraft Systems (UAS) Program 43272B QUALIFICATIONS-BASED SELECTION CONTRACT |
---|---|
Posting Date: | August 26, 2019 |
Scope of Work: | NHDOT needs to develop a UAS program plan in order to facilitate deployment of UAS in its day-to-day activities. This UAS program plan will outline the organizational structure and program requirements in order to streamline the process to implement this valuable technology. The Consultant will review UAS applications utilized by DOTs nationwide, the related operational missions of those DOTs, and proposed or emerging UAS applications. The Consultant will evaluate the ability of each UAS application in terms of effectiveness, efficiency, safety, cost and labor savings as it applies to NHDOT. The Consultant will identify NHDOT missions that might be better served by enhancing traditional methods with UAS, as opposed to UAS applications that replace traditional NHDOT methods. This review will identify needed support systems or infrastructure (e.g., data storage, data interface, avionics, sensors, software, UAS platforms, etc.) associated with these UAS applications. The Consultant will evaluate the possibility of NHDOT UAS ownership vs. hiring a UAS consultant. Additional constraints to be evaluated include cost, legal, regulatory, and other factors. Based on this evaluation the Consultant will make a recommendation of UAS management structure and UAS data organization within NHDOT, noting any limitations or other considerations used in making this recommendation. Based on the recommendation above, the Consultant will develop an implementation plan that includes drafts of a UAS policy for NHDOT, UAS outreach plan, UAS privacy policy, UAS safety plan, staff requirements to support this UAS program, and other program requirements. To support this implementation plan the Consultant will evaluate current UAS legislation nationwide and recommend UAS legislation specific to New Hampshire. Consultants submitting a Letter of Interest will be assessed on their capability to perform the above-mentioned services. This work will require Professional Engineer licensure in the State of New Hampshire. The compensation format for this agreement will be lump sum or cost-plus-fixed-fee. For additional information contact William Stanfield, Bureau of Aeronautics, at (603) 271-1677. |
Services Required: | AERO, ITS, PINV, PLAN, BRDG, RDWY |
Short List: | WSP USA Inc, HoveCon Projects Solutions, Inc, Greenman-Pedersen, Inc, Argen Tech Solutions, Inc |
Approved Fee: | |
G&C Approval Date: |
Project: | Shelburne 40551, X-A004(430) |
---|---|
Posting Date: | September 17, 2018 |
Scope of Work: | This Project includes preliminary design, public involvement process, final design, and associated environmental & cultural services for rehabilitation (anticipated to be a superstructure replacement) of the existing bridge carrying North Road over the Androscoggin River in the town of Shelburne. Constructed in 1900 and rehabilitated in 1959, this five-span, 182 foot long, four steel girder spans and one arch span bridge with a total width of 24 feet and a curb-to-curb width of 20 feet. This bridge is on the Department’s Red List of deficient structures and has a target advertising date in fiscal year 2026 in the current 10 year plan.
No change in lane capacity is anticipated with this effort. Environmental efforts are needed to prepare and complete all appropriate environmental documentation including cultural resource investigations and permitting to satisfy Federal and State requirements. The Consultant will also be required to assist the Department in the public involvement process. This work will require Professional Engineer licensure in the State of New Hampshire. This project requires Part “A” (Preliminary Design) and Part “B” (Final Design) services. This solicitation is for Part “A” only. The Department reserves the right to either negotiate a scope and fee for Part “B”, 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 format for this agreement will be cost-plus-fixed-fee. |
Services Required: | BRDG, STRC, RDWY, ENV, HIST, TEST, INSP, TRAF, PINV |
Short List: | Greenman-Pedersen, Inc, AECOM Technical Services, Inc, Weston & Sampson Engineers, Inc |
Approved Fee: | |
G&C Approval Date: |
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. |