Jim Campbell Blvd. Enhanced Crosswalk Project

04-13-26 Posting Date 
ERI-MR0726-00.02 
PID No. 125707 
City of Huron 
Response Due Date:     05-05-26 
Scope of Services

Communications Restrictions  

 Please note the following policy concerning communication between Consultants and the City of Huron 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 an enhanced crosswalk with solar powered RRFBs equipped with passive pedestrian detection. The asphalt at the intersection of the end of the pedestrian bridge and end of Lake Shore Electric Trail will be removed and replaced with a clearly defined walkway connecting the facilities at a curb ramp to cross Jim Campbell Blvd. Curb will be placed for vertical clearance from the roadway surface. The drive on the east side will be modified to allow for a curb ramp on the east side of Jim Campbell Blvd. Work on the east side of the road connects to existing walk. Advanced signage will be installed and the warning sign to the south of the crosswalk will include flashing beacons activated with the crosswalk RRFBs. The east walk will be 11’ wide to prepare for future multi-use path connections. Tree clearing will be done prior to the project. 

Estimated Construction Cost: $234,750.00 

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;  
Limited Right of Way Plan Development; 
Limited Highway Lighting Design; 

ENVIRONMENTAL SERVICES: 

Public Involvement – C1 and C2 Level CE; 

RIGHT OF WAY ACQUISITION SERVICES: 

Project Management for Right of Way Acquisition Services;  
Title Research;  
Value Analysis;  
Appraisal;  
Negotiation;  
Closing;  

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 June 2026. 

Completion Schedule 

The plans are to be completed and on file with City of Huron within 18 months from the date of authorization. 

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 City of Huron 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 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 City of Huron 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 one (1) electronic pdf copy of the Letter of Interest to the following listed individual via email by 2:00 PM on the response due date listed above. 

Responses received after 2:00 PM on the response due date will not be considered.