?
User Login
Vendor Registration
Vendor Opportunities
Contractors/ Construction
Procurements
Registered Vendors
Vendor Bulletins
Vendor Bulletins Subscription
Return to previous page
Details
Documents
Q&A
Vendor Proposal Submittals
Committee Results
Details - RFP 226-25-015
Adv ID:
6
Procurement #:
226-25-015
Advertised Date:
08/28/2025
Submittal Due Date:
09/25/2025 11:00 AM
Compensation Type:
Cost Plus Fixed Fee
Funding Type:
Federal
Question Deadline:
09/04/2025 11:00 AM
DBE Goal:
N/A
Status:
Awarded
County(s):
Washoe County
Program Officer:
Mary Breeden
Notice of Intent:
10/30/2025
Award Date:
01/27/2026
Successful Proposer(s):
Innovative Contracting and Engineering, LLC
Project Title:
Independent Cost Estimator Services for the I-80 East Vista to USA Parkway Widening Project as part of the Progressive Design-Build Program
Background:
Continuous population and development growth in western Nevada has increased pressures on the Interstate 80 (I-80) corridor east of Sparks, NV and the section of I-80 between Vista Boulevard and USA Parkway (SR 439) has seen a significant increase in congestion and safety issues. This thirteen (13)-mile corridor is constrained in a canyon with steep slopes and is adjacent to the Truckee River and Union Pacific Railroad (UPRR) facilities. This project will improve traffic operations and enhance safety on I-80 between Vista Boulevard and USA Parkway by widening from four (4) to six (6) lanes, increasing shoulder widths, reconstructing interchanges, and incorporating Intelligent Transportation System (ITS) and other traffic safety improvements. The National Environmental Policy Act (NEPA) process has been initiated for the project. The NEPA phase consists of an Environmental Assessment (EA) level evaluation and preliminary thirty percent (30%) design. It is anticipated that a NEPA decision document will be approved in summer 2025. The DEPARTMENT was awarded an Infrastructure for Rebuilding America (INFRA) grant for pre-construction and construction activities for the I-80 East Vista to USA Parkway Widening Project (PROJECT). The grant agreement requires the first portion of construction funds to be obligated by September 30, 2027. SB 315 was approved through the 83rd Nevada Legislation session to authorize the DEPARTMENT to use Progressive Design-Build (PDB) for this PROJECT only. The purpose of this procurement is to select a Proposer to act as the DEPARTMENT’s Independent Cost Estimator (ICE) for the PROJECT. The project will be delivered via PDB delivery method.
Project Scope:
The Proposer will deliver Independent Cost Estimating (ICE) services to assist the DEPARTMENT in managing the PDB Project by providing a qualified team, resources, and expertise to execute various tasks. These tasks include participating in a Project partnering workshop, offering independent cost estimates for early work packages and the mainline package focusing on a Guaranteed Maximum Price (GMP), and reviewing initial cost estimates while providing negotiation support. The Proposer will also assist in risk management, conduct construction feasibility assessments and analyze cost impacts, as well as provide expertise on construction scheduling while attending regular meetings related to cost, constructability, risk, and pricing reconciliation. Additionally, they will help prepare presentations for the DEPARTMENT Transportation Board regarding the ICE process. The selected Proposer must demonstrate the capability to complete all tasks outlined in the RFP and perform at least 51% of the required work themselves. See RFP for full Scope of Services.
Project Schedule:
Approximately two years from the date that the agreement is executed.
Documents - RFP 226-25-015
Solicitation Document(s)
Addenda
Q&A - RFP 226-25-015
Export to PDF
Q & A
QuestionID
ParentID
Question #
Procurement #
Topic
Submit Date
Status
24
6
1
226-25-015
Minimum Qualification #2
09/04/2025 10:11 AM
Approved
Question: Please confirm that 'alternative delivery' experience must include direct involvement in Design-Build, CMGC, or Progressive Design-Build cost development processes (including GMP negotiations, open-book estimating, or progressive cost modeling), rather than traditional estimating services performed on alternative delivery projects.
Answer: All construction cost estimating services on alternative delivery projects will be accepted as meeting the minimum qualification.
25
6
2
226-25-015
Minimum Qualification #2
09/04/2025 10:11 AM
Approved
Question: Please confirm that qualifying 'alternative delivery' experience must be specifically on public agency transportation projects using Design-Build, CMGC, or Progressive Design-Build delivery methods, where the proposer had direct involvement in the collaborative cost development process (GMP negotiations, open-book estimating, progressive cost modeling) unique to public sector alternative delivery procurements.
Answer: All alternative delivery transportation projects will be accepted as meeting the minimum qualification.
26
6
3
226-25-015
Conflicts of Interest
09/04/2025 10:11 AM
Approved
Question: Please confirm that any firm or team member who performed work on the I-80 corridor studies, NEPA/EA process, preliminary design, or provided advisory services to NDOT regarding the PDB procurement approach for this project would be conflicted from serving as the ICE, regardless of whether they are currently under contract for such work.
Answer: Please see the forthcoming addendum.
Click on a row to view details
Vendor Proposal Submittals - RFP 226-25-015
Export to PDF
Vendor Proposal Submittals
Company Name
Status
Vendor ID:
24
Company Name:
Innovative Contracting and Engineering, LLC
Address:
5513 W 11000 N, #501
City/State/Zip:
Highland, UT, 84003
Phone:
((70) 2) -523-
Email:
chrisbender@iceteams.com
Successful
Vendor ID:
25
Company Name:
Stanton Constructability Services, LLC
Address:
City/State/Zip:
Phone:
Email:
mpala@stantoncs.com
Unsuccessful
Vendor ID:
26
Company Name:
Kelly McNutt Consulting, LLC
Address:
City/State/Zip:
Phone:
Email:
kelly@kmccostandrisk.com
Unsuccessful
Committee Results - RFP 226-25-015
Committee Type: