ODOT POSTING
09-08-25 Posting Date
KNO-CR69-01.82
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:
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.