CDOT ROAD DIET SOQ

Hide Featured Image
true

 

 

 

 

 

 

 

 

REQUEST FOR QUALIFICATIONS FOR

PROFESSIONAL ENGINEERING SERVICES

US491 DOVE CREEK ROAD DIET STUDY PROJECT

 

 

Advertisement Date: 3/21/25

Question Deadline: 5/19/25 @ 4:30pm

Submittal Deadline: 5/29/25 @ 4:30pm 

 Design & Engineering Start Date: 7/7/25

 Design & Engineering Completion Date: 10/29/26

 


 

 

Town of Dove Creek

REQUEST FOR QUALIFICATIONS FOR DESIGN, ENGINEERING SERVICES FOR THE US491 DOVE CREEK ROAD DIET STUDY PROJECT

CDOT Project Number: SPFF 4912-014

Project Code: 26665

 

General Information

The Town of Dove Creek located in Dove Creek, Colorado, hereinafter referred to as the Local Agency, is requesting Statements of Qualifications (SOQs) from consultant engineering firms to provide engineering design, surveying, and environmental services for a Colorado Department of Transportation (CDOT) funded Local Agency project.

The scope of this project includes completing a corridor vision plan to convert US 491 from its current four-lane non-divided highway to a controlled and managed speed area that is a more pedestrian friendly corridor. The corridor vision plan will include speed study and work on the roadway plan and start preliminary design. The exact outcome of lane configuration and improvement will be a product of the study. The study will include public meetings and coordination, completion of a traffic study and engineering, and preliminary engineering design for the roadway conversion and construction. At the time of scoping, there was no funding for construction. The intent is to complete the study and create a vision plan with a preliminary design. The level of design will depend on the remaining funds after the study is complete. 

This project will be designed and constructed to meet Americans with Disabilities Act (ADA), AASHTO, MUTCD and PROWAG requirements, as well as any other applicable design standards, including CDOT design, construction standards, policies, and clearance requirements. 

This project will be partially funded with MMOF-ARPA/HB1466 State Funding, and the project will be overseen by CDOT. 

The planned design completion date of the project is as stated on the cover page. 


 

 

Scope of Services

GENERAL REQUIREMENTS OF CONSULTANT

Produce plans and specifications for construction that meet all requirements of the Local Agency, CDOT.  The consultant will perform the following tasks:

  1. Work and coordinate with Local Agency staff to attend public meetings (maximum three). Construction administration will be completed under a separate contract.
  2. Work and coordinate with Local Agency staff for all topographical surveying needs as required by CDOT. Ownership of the existing right-of-way (ROW) should be verified by a Professional Land Surveyor (PLS). Right of Way acquisition (if required) is outside of the scope of this contract but the consultant may be required to produce right-of-way plans for approval.
  3. Begin the environmental clearance process taking into consideration any resources during and planning for avoidance and/or mitigation. The level of environmental review will depend on the level of design completed. Tasks likely include but are not limited to the following:
    1. Hazardous Waste. A modified Environmental Site Assessment is required for this project based on the need for subsurface excavation ad the nearby presence of commercial facilities.
    2. Threatened, Endangered and Sensitive (TES) Species Report. The proposed project area should be assessed for federal and state listed Threatened, Endangered, Candidate, Proposed and Special Concern species, including plants and fish species.
    3. Wetland Determination. A Wetland Delineation Report is required that identifies the physical boundaries of Wetlands and Waters of the US. The US Army Corps of Engineers (Corps) Minimum Standards for Wetlands Delineations should be followed.
    4. Cultural Resources (Archaeology and History). The proposed project area should be evaluated for prehistoric (archaeological) and historic resources that could be impacted during construction. Cultural resources should be evaluated for their eligibility on the National Register of Historic Places (NRHP) and whether the project directly or indirectly impacts the historic significance of these features.
    5. Paleontology. The project will require a paleontological clearance based on the need for subsurface excavation and the presence of exposed bedrock adjacent to the project area.
    6. Stormwater Management Plan. The project will require a stormwater management plan to outline control measures used to maintain water quality within the stormwater system.
  4. Coordinate with utility providers to determine temporary and permanent mitigation measures if applicable. 
  5. Start to work towards obtaining CDOT clearances for design, ROW, environmental and utilities. The level of work will be dependent on how far design is progressed. 
  6. Assist the Local Agency in fulfilling the requirements outlined in the attached scoping and clearance letter from CDOT. This is not an all-inclusive list of requirements.
  7. Work with CDOT and complete all necessary requirements for the funding received for the project.
  8. Work with the Local Agency to ensure compliance with the Local Agency and CDOT standards and specifications.
  9. Assess any hydraulics requirements for the project by following the CDOT Hydraulics Manual and provide appropriate surface drainage and assessing the effects of the improvements on any flood plains or flood ways in the project and secure any permits required for the improvements.
  10. Evaluate and provide recommendations for reclamation of the areas disturbed during construction to be included in the bidding documents. Areas disturbed include but are not limited to utilities, vegetation and any improved landscaped areas.
  11. Follow the CDOT Project Development Manual for the development of plans and specifications. Prepare documents and conduct meetings for the Field Inspection Review (FIR) (30%) and Final Office Review FOR (90%) as appropriate for the level of design completed. 
  12. Prepare a final engineer’s cost estimate and construction schedule for the project to aid in the Local Agency to get construction funds. 
  13. Prepare preliminary design documents and technical specifications and provide them with the Local Agency. These plans and specifications will be developed and stamped by an engineer certified in the State of Colorado. To the fullest extent practical, the Local Agency and Engineer agree to transmit, and accept, project-related correspondence, documents, text, data, drawings, information, and graphics, in electronic media or digital format, either directly, or through access to a secure Project website.

Item

Electronic Documents 

Transmittal Means

Data Format

a.1

General communications, transmittal covers, meeting notices, and responses to general information requests for which there is no specific prescribed form. 

Email

Email

a.2

Meeting agendas; meeting minutes; RFIs and Responses to RFIs; and Construction Contract administrative forms. 

Email w/Attach

PDF

a.3

Correspondence; Interim and Final Versions of reports, layouts, Specifications, Drawings, maps, calculations and spreadsheets, Construction Contract, Bidding/Proposal Documents, and Front-End Construction Contract Documents. 

Email w/ Attach or LFE

PDF

a.4

Layouts, plans, maps, and Drawings to be submitted to Owner by Engineer for future use and modification  

Email w/ Attach or LFE

No Preference

a.5

Correspondence, reports, and specifications to be submitted by Engineer to Owner for future word processing use and modification

Email w/ Attach or LFE

DOC

a.6

Spreadsheets and data to be submitted to Owner by Engineer for future data processing use and modification 

Email w/ Attach or LFE

EXC

a.7

Database files and data to be submitted to Owner for future data processing use and modification 

Email w/ Attach or LFE

DB

Key

EMAIL

Standard Email formats (.htm, .rtf, or .txt). Do not use stationery formatting or other features that impair legibility of content on screen or in printed copies.

LFE

Agreed upon Large File Exchange method (FTP, CD, DVD, hard drive.)

PDF

Portable Document Format readable by Adobe® Acrobat Reader.

DWG

No Preference

DOC

Microsoft® Word. Docx

EXC

Microsoft® Excel .xlsx or .xml

DB

Microsoft® Access .mdb

 

  1. Please do not include rate sheets or cost estimates for consultant work currently. The evaluation will be determined by a qualifications-based process only.
     

Proposal Requirements

Proposals should be formatted to correspond exactly to the following information requirements. Clear and concise response are appreciated. The total page limit is 20 pages, single sided (8.5x11), and minimum font size 11. 

PROJECT TEAM EXPERIENCE:

  1. Identify the proposed design/engineering team including the Project Manager, Engineering staff and any Subcontractors.
  2. Present a brief description of the respondent’s qualifications and experience working with the proposed team and subcontractors on similar projects.

FIRM CAPABILITIES / PAST PERFORMANCE / EXPERIENCE:

  1. Provide a concise firm profile.
  2. Confirm the respondent’s Firm has, or is capable of quickly providing, an audited indirect cost rate approved by a cognizant agency. 
  3. List five (5) similar projects by respondent’s Firm, which have been completed within the past five (5) years with other municipalities on state or federally funded speed studies/vision plans, and design engineering and construction projects. This information should be included for all members of the team. This information should include project name, owner, size, completion date, estimated budget, actual project cost and summary of work performed on the project.
  4. Provide a narrative description to show the respondent’s familiarity with CDOT design specifications. 
  5. Provide documentation that the firm can perform drainage design including but not limited to certificate of completion or intent to complete the following online courses from NHI at the following website:
    1. Urban Drainage Design
    2. Highway Hydrology
    3. Culvert Design
  6. Provide a narrative description demonstrating the respondent’s familiarity and experience with FHWA or CDOT funded projects.
  7. Provide a statement concerning any pending litigation for the respondent’s team members concerning projects within the last 5 years.
  8. Detail current projected workload. Consider including graphs depicting Firm’s capacity to do the project prior to the 12/31/2026 deadline. 
  9. Depict volume of previously awarded projects.

https://www.nhi.fhwa.dot.gov/course-search?tab=0&cat=7&res=1&srt=10

PROJECT APPROACH AND SCHEDULE:

  1. Describe the respondent firm’s understanding of the project and its approach to comprehensively address all design and engineering requirements.
  2. Provide a schedule of general project activities including duration of each activity and of the total project. The schedule should provide realistic durations of each activity.

 

REFERENCES:

  1. Provide three (3) client references for whom the respondent’s Firm has performed similar work form the project list above. Include project name, total project cost, owner and contact information. If the original contact is not available, please provide an alternate contact that had direct involvement with the project.

 

General Conditions

CONTRACT TERMS

The Local Agency anticipates the design work will start as stated on cover page. The Local Agency’s expectations for vision plan and design and engineering components will be completed by as stated on the cover page.

The Local Agency will require that the selected Firm shall maintain general liability, automobile workers’ compensation and error and omissions insurance. Certificates of insurance will be required at the time of contract signing following selection to serve as the design and Engineering Consultants. Confirm that your Firm meets the following insurance requirements:

  1. Worker’s Compensation – Meet the minimum requirements of Colorado’s Labor & Employment criteria for worker’s compensation insurance.

  2. General Liability – Maintain general business liability insurance in the amount of $1,000,000 per occurrence; $2,000,000 aggregate.

  3. Protected Information – Liability insurance covering all loss of State Confidential Information, such as PU, PHI, PCI, Tax Information, and CJI, and claims based on alleged violations of privacy rights through improper use or disclosure of protected information with minimum limits as follows: a. $1,000,000 each occurrence; and b. $2,000,000 general aggregate. 

  4. Professional Liability – Maintain professional errors and omissions liability insurance in the amount of $1,000.0000 per occurrence; $2,000,000 aggregate. 

  5. Crime insurance including employee dishonesty coverage with a minimum limit as follows: a. $1.000.000 per occurrence; and b. $1,000,000 general aggregate. 

  6. Additional Insured – The State shall be named as additional insured on all commercial general liability policies (leases and construction contracts require additional insured coverage for completed operations) required of Local Agency and Subcontractors. In the event of cancellation of any commercial general liability policy, the carrier shall provide at least 10 days’ prior written notice to CDOT.

 

Selection Process and Criteria

Respondents will be evaluated not only on their experience for the type of work involved, but also on their ability to successfully complete the project. The Local Agency shall review all proposals for quality and thoroughness. The final consultant selection will be determined solely by the information provided in the respondent’s Statement of Qualifications.

Selection will be based on the following evaluation factors:

Evaluation factors for shortlist:

  • Qualifications

  • Approach to work

  • Ability to furnish professional services

  • Anticipated design concept

  • Alternative methods of approach for furnishing professional services

Evaluation factors for final selection are the consultant’s:

  • Ability of their personnel

  • Demonstrating that the Firm can meet the DBE goal 

  • Past performance

  • Willingness to meet time and budget requirements

  • Location

  • Current projected workload, and

  • Volume of previously awarded projects

All SOQs will be evaluated by a committee assigned by the Local Agency Project Manager or designee. The committee may select based on the Statements received or may elect to “shortlist” prospective firms for an interview. The Local Agency will select the most qualified firm, in its opinion, and conduct negotiations for the fee. Should the Local Agency and the first selected Firm not come to terms on the fee, the Local Agency will continue fee negotiations with the next most-qualified Firm. The Firm selected for the award will be chosen based on qualifications and experience and the apparent greatest benefit to the Local Agency and based on the lowest cost.

The Local Agency shall not be liable for any expenses incurred by any respondent, including, but not limited to, costs and expenses incurred responding to this solicitation.

The type of compensation on this contract will be the Cost-Plus Fixed Fee

 

Project Inquiries

For questions, please submit them to info@townofdovecreek.com.

Submission Deadline

To be considered, respondents must submit a statement of qualifications addressing all the requested information. The proposal shall be submitted via email to info@townofdovecreek.com by the deadline on the cover page.

Proposals received after the deadline will not be considered.