The following is the Ohio Department of Transportation posting for ENGINEERING & DESIGN SERVICES for the Village of Fredericktown South Main Street Streetscape Project.

ODOT POSTING

09-08-25 Posting Date

KNO-CR69-01.82

PID No. 124363

Village of Fredericktown

Response Due Date: 09-19-25

Communications Restrictions

Please note the following policy concerning communication between Consultants and the

Village of Fredericktown during the announcement and selection process:

During the time period between advertisement and the announcement of final consultant

selection, communication with consultants (or their agents) shall be limited as follows:

Communications which are strictly prohibited:

Any discussions or marketing activities related to this specific project.

Allowable communications include:

Technical or scope of services questions specific to the project or RFP requirements.

Project Description

The services include preparation of construction contract plans for streetscape and pedestrian

improvements along South Main Street (County Road 69) in the Village of Fredericktown, in Knox

County with a project length of approximately 0.17 mile.

Estimated Construction Cost: $1,000,000.00

Prequalification Requirements

Prequalification requirements for this agreement are listed below. For all prequalification

categories other than FINANCIAL MANAGEMENT SYSTEM EVALUATION the requirement may

be met by the prime consultant or a subconsultant.

Also, please note that only individuals (not firms) are prequalified for right of way acquisition

services. In instances where prequalification for these services is required, a prequalified

individual, either employed by the prime consultant or a subconsultant, must be named in order

to meet the requirement.

For agreements that require prequalification in FINANCIAL MANAGEMENT SYSTEM

EVALUATION, the prime consultant and all subconsultants that provide engineering and

design related services must be prequalified in this category. Engineering and Design Related

Services are defined as follows:

Program management, construction management, feasibility studies, preliminary

engineering, design engineering, surveying, mapping, or architectural related services with

respect to a highway construction project subject to 23 U.S.C. 112(a) as defined in 23 U.S.C

112(b)(2)(A); and

Professional services of an architectural or engineering nature, as defined by State law

(ORC 5526), which are required to or may logically or justifiably be performed or approved

by a person licensed, registered, or certified to provide the services with respect to a

highway construction project to 23 U.S.C. 112(a) and defined in 40 U.S.C. 1102(2).

DESIGN SERVICES:

Bicycle Facilities & Enhancement Design;

Non-Complex Roadway Design;

Subsurface Utility Location Services;

Limited Highway Lighting Design

FINANCIAL MANAGEMENT SYSTEM EVALUATION

Compliant with Federal Requirements (Prime consultant and subconsultants that

provide engineering and design related services must meet this prequalification

requirement)

Selection Subfactors

There are no selection subfactors for this project.

Contract Type and Payment Method

Refer to the ODOT’s Manual for Administration of Contracts for Professional Services, Volume 1:

Consultant Contract Administration, Sections 4.3.A and 4.3.B for guidance concerning the

appropriate contract type and payment method. Based on this guidance, contract type and

payment method will be determined during the scope of services and negotiation process.

Estimated Date of Authorization

It is anticipated that the selected Consultant will be authorized to proceed by October 2025.

Completion Schedule

The plans are to be completed and on file with the Village within eighteen (18) months from the

date of authorization. Please see Ellis for detailed baseline schedule.

Disadvantaged Business Enterprise (DBE) Participation Goal

NONE

Suspended or Debarred Firms

Firms included on the current Federal list of firms suspended or debarred are not eligible for

selection.

Terms and Conditions

The Department’s Specifications for Consulting Services 2016 Edition will be included in all

agreements selected under this request for letters of interest.

Compliance with Title VI of the Civil Rights Act of 1964

The Village of Fredericktown, in accordance with Title VI of the Civil Rights Act of 1964 (78 Stat.

252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will

affirmatively ensure that any contract entered into pursuant to this advertisement, all bidders

including disadvantaged business enterprises will be afforded full and fair opportunity to submit

bids in response to this invitation and will not be discriminated against on the grounds of race,

color, national origin, sex, age, disability, low-income status, or limited English proficiency in

consideration for an award.

Selection Procedures

The Village of Fredericktown will directly select a consultant based on the Letter of Interest (LoI).

The requirements for the LoI and the Programmatic Consultant Selection Rating Form that will be

used to select the consultant are shown below.

Firms interested in being considered for selection should respond by submitting three (3) copies

of the Letter of Interest to the following address by 4:00 PM on the response due date listed

above.

Village of Fredericktown

ATTN: Bruce Snell

Village Administrator

2 East Sandusky Street

Fredericktown, Ohio 43019

Responses received after 4:00 PM on the response due date will not be considered.

Scope of Services

The Scope of Services and all pertinent project information can be found at the following link:

https://ftp.dot.state.oh.us/…/D05/Projects/KNO/124363

Requirements for Letters of Interest, Programmatic Selection Process

A. Instructions for Preparing and Submitting a Letter of Interest

1. Provide the information requested in the Letter of Interest Content (Item B below),

in the same order listed, in a letter signed by an officer of the firm. Do not send

additional forms, resumes, brochures, or other material.

2. Letters of Interest shall be limited to ten (10) 8½” x 11″ single sided pages plus

two (2) pages for the Project Approach (Item B.5 below).

3. Please adhere to the following requirements in preparing and binding letters of

interest:

a. Please use a minimum font size of 12-point and maintain margins of 1″ on

all four sides.

b. Page numbers must be centered at the bottom of each page.

c. Use 8½” x 11″ paper only.

d. Bind letters of interest by stapling at the upper left hand corner only. Do

not utilize any other binding system.

e. Do not provide tabbed inserts or other features that may interfere with

machine copying.

B. Letter of Interest Content

1. List the types of services for which your firm is currently prequalified by the Ohio

Department of Transportation.

2. List significant subconsultants, their current prequalification categories and the

percentage of work to be performed by each subconsultant.

3. List the Project Manager and other key staff members, including key subconsultant

staff. Include project engineers for important disciplines and staff members that

will be responsible for the work, and the project responsibility of each.

Address the experience of the key staff members on similar projects, and the staff

qualifications relative to the selection subfactors noted.

4. Describe the capacity of your staff and their ability to perform the work in a timely

manner, relative to present workload, and the availability of the assigned staff.

5. Provide a description of your Project Approach, not to exceed two pages. Confirm

that the firm has visited the site and address your firm’s: 1) Technical approach;

2) Understanding of the project; 3) Qualifications for the project; 4) Knowledge

and experience concerning relevant ODOT and local standards, procedures and

guidance documents; 5) Innovative ideas; 6) Project specific plan for ensuring

increased quality, reduced project delivery time and reduced project costs.

Items 1 thru 4 must be included within the 10-page body of the LoI. Remaining space within the

ten (10) pages may be utilized to provide personnel resumes or additional information concerning

general qualifications.

Consultant Selection Rating Form Project:

for PID:

Programmatic Selections Project Type:___________

District:

Selection Committee Members:

Firm Name:

Category Total Value Scoring Criteria Score

Management & Team

Project Manager 10 See Note 1, Exhibit 1

Strength/Experience of Assigned

Staff including Subconsultants

25 See Note 2, Exhibit 1

Firm’s Current Workload/

Availability of Personnel

10 See Note 4, Exhibit 1

Consultant’s Past Performance 30 See Note 3, Exhibit 1

Project Approach 25

Total 100

Exhibit 1 – Consultant Selection Rating Form Notes

1. The proposed project manager for each consultant shall be ranked, with the highest

ranked project manager receiving the greatest number of points, and lower ranked project

managers receiving commensurately lower scores. The rankings and scores should be

based on each project manager’s experience on similar projects and past performance for

the LPA and other agencies. The selection committee may contact ODOT and outside

agencies if necessary. Any subfactors identified should be weighed heavily in the

differential scoring.

Differential scoring should consider the relative importance of the project manager’s role

in the success of a given project. The project manager’s role in a simple project may be

less important than for a complex project, and differential scoring should reflect this, with

higher differentials assigned to projects that require a larger role for the project manager.

2. The experience and strength of the assigned staff, including subconsultant staff, should

be ranked and scored as noted for Number 1 above, with higher differential scores

assigned on more difficult projects. Any subfactors identified in the project notification

should be weighed heavily in the differential scoring.

As above, other agencies may be contacted.

3. The consultants’ past performance on similar projects shall be ranked and scored on a

relative, differential scoring type basis, with the highest ranked consultant receiving a

commensurately greater number of points. The selection team should consider ODOT

CES performance ratings if available, and consult other agencies as appropriate. The use

of CES ratings shall place emphasis on the specific type of services requested.

The differential scoring should consider the complexity of the project and any subfactors

identified in the project notification.

4. The consultant’s workload and availability of qualified personnel, equipment and facilities

shall be ranked and scored on a relative, differential scoring type basis. The scoring shall

consider quantifiable concerns regarding the ability of a firm (or firms) rated higher in other

categories to complete the work with staff members named in the letter of interest.