Select Page

Request for Letters of Interest (LOI): LOR-CR 231 05.89 (Oberlin Rd.) – Construction Engineering Services

  1. Home
  2.  » 
  3. Bids and Requests
  4.  » Request for Letters of Interest (LOI): LOR-CR 231 05.89 (Oberlin Rd.) – Construction Engineering Services

LOR-CR 231 05.89 (Oberlin Rd.) – Construction Engineering Services

04-13-26 Posting Date
LOR-CR0231-05.89
PID No. 121413
City of Elyria
Response Due Date:      05-01-26

Download PDF Additional LOI Specifications

Communications Restrictions

Please note the following policy concerning communication between Consultants and the City of Elyria 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 Construction Inspection and Construction Administration services for the traffic calming and resurfacing of Oberlin Road in the City of Elyria, Lorain County with a project length of approximately 0.63 miles. Limits include Oberlin Road from Middle Avenue south to the city corporation limits. Construction shall include: removal and replacement asphalt pavement surface course, reconstruction of the West Avenue intersection, new ADA compliant curb ramps, new concrete sidewalks, new traffic pavement markings and signage, removal of an existing traffic control signal and other incidental items.

Estimated Construction Cost:     $ 805,324.68

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 construction inspection activities. In instances where prequalification for these services is required, a prequalified individual, either employed by the prime consultant or a subconsultant, must be named 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).

CONSTRUCTION INSPECTION AND ADMINISTRATION:

Project Inspector 2;

Soils and Aggregate Inspector;

Construction Engineer Level 2;

Construction Management Firm

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:     None

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 May 2026. Project Schedule Milestone Date Sale May 15, 2026 Award June 15, 2026 Begin Construction July 1, 2026 End Construction November 1, 2026

Project Schedule

Milestone Date
Sale May 15, 2026
Award June 15, 2026
Begin Construction July 1, 2026
End Construction November 1, 2026

 

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 Elyria, 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, lowincome status, or limited English proficiency in consideration for an award.

Selection Procedures

The City of Elyria 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 one (1) copy and one (1) electronic PDF copy of the Letter of Interest to the following address by 4:30 PM on the response due date listed above.

John Schneider, P.E.
City of Elyria
131 Court St, Suite 303
Elyria Ohio, 44035
Jschneider@cityofelyria.org

Responses received after 4:30 PM on the response due date will not be considered.

POSTED IN: Current LOIs