Privately Funded
Bidding Soon
Documents Available
Publicly Funded
Addenda Available
Post-Bid
Published June 10, 2025 at 8:00 PM
Updated June 11, 2025
Site work and paving for a road / highway in Oroville, California. Design plans call for site work for a road / highway; and for paving for a road / highway.
As of June 10, 2025, a firm has been selected for this solicitation. A firm timeline for construction has not been established. *The closed solicitation has been included below for reference: The City of Oroville (City) is requesting proposals from qualified firms to provide preliminary engineering services and environmental compliance services for the Washington Avenue and Table Mountain Boulevard Complete Streets project (Project). The Project will be funded with Federal dollars requiring the Consultant to follow all pertinent local, State, and Federal laws and regulations. The Disadvantaged Business Enterprise (DBE) goal for this project is 21%. Total amount payable to the Consultant shall not exceed $2,500,000 and with a performance period of the contract from the date approved by City Council to May 31, 2026 whichever is the lesser. The proposals submitted in response to this RFP will be used as a basis for selecting the Consultant for this Project. The Consultant's proposal will be evaluated and ranked according to the criteria provided in Appendix B, "Proposal Evaluation." It shall be the Consultant's responsibility to check the Public Purchase website to obtain any addenda that may be issued. The Consultant's attention is directed to Appendix A, "Proposal Requirements." Please submit one (1) copy in PDF format through the Public Purchase website. Do not include your Cost Proposal with the original Proposal. The Cost will be discussed as part of the interview process, should your company be selected for an interview. Any proposals received prior to the time and date specified above may be withdrawn or modified by written request of the Consultant. To be considered, however, the modified Proposal must be received prior to 3:00 P.M. on March 14, 2025. Unsigned proposals or proposals signed by an individual not authorized to bind the prospective Consultant will be considered non-responsive and rejected. This RFP does not commit the City to award a contract, to paying any costs incurred in the preparation of any proposal, or to procuring or contracting for services. The City reserves the right to accept or reject any or all proposals received as a result of this request, to negotiate with any qualified Consultant, or to modify or cancel in part or in its entirety the RFP if it is in the best interests of the City to do so. Furthermore, a contract award may not be made based solely on price. The prospective Consultant is advised that should this RFP result in recommendation for award of a contract, the contract will not be in force until it is approved and fully executed by the City. All products used or developed in the execution of any contract resulting from this RFP will remain in the public domain at the completion of the contract. After ranking, cost negotiations will begin with the most qualified consultant and only their cost proposal will be reviewed. Should negotiations fail or result in a price that the City does not consider fair and reasonable, negotiations will be formally terminated, and the City will then undertake negotiations with the second most qualified consultant. If the negotiations with the second most qualified firm are not successful, negotiations will be formally terminated and the City will then undertake negotiations with the third most qualified consultant, and so on, until the price is determined to be fair and reasonable by the City. The anticipated Consultant selection schedule is as follows: Inquiry Deadline March 7, 2025 Proposal Review and Evaluation March 17, 2025 - March 21, 2025 Cost Negotiation with first ranked consultant March 24, 2025 - March 28, 2025 Tentative Contract Approval by City Council April 1, 2025 Contract Award and Notice to Proceed April 18, 2025 Bid Contact Alyssa Stutz (530) 538-2424 astutz@cityoforoville.org 1735 Montgomery Street Oroville, CA 95965 Any questions related this RFP shall be submitted in writing via the Public Purchase website by March 7, 2025. Scope of Work The City is looking for a firm to provide preliminary engineering services and environmental compliance services for the Project. In addition, the City will be looking to this firm to assist the City in improving its grant application in the next Cycle of Active Transportation Program grant funding for construction. The work shall comply with the requirements of all the following without limitation, and shall apply to this RFP and any subsequent contract as though incorporated herein by reference: 1) Federal laws 2) State laws 3) Local laws 4) Rules and regulations of governing utility districts 5) Rules and Regulations of other authorities with jurisdiction over the procurement of products. The Consultant shall comply with all insurance requirements of the City, included in the sample contract in Attachment 2. Services to be Provided: The ideal Consultant will have extensive experience in professional civil engineering and environmental compliance with an emphasis in capital improvement projects and grant applications, knowledge of local conditions, and experience in similar federally funded transportation projects. The Consultant will provide a Project Manager that will be individually responsible for all Consultant services. Any modifications proposed to this solicitation are welcome provided they are innovative, advanced, and well thought out methodologies and shall be identified as optional and priced out separately in the fee proposal. Preliminary Engineering tasks include but are not limited to items such as: o Project Management and Compliance - The City Engineer will serve as the contract manager and direct liaison between the Consultant and Caltrans District 3 Division of Local Assistance. The consultant shall be responsible for project management activities throughout the life of the contract and the scope of activities includes but is not limited to: coordinating and being responsible for scheduling planning meetings, facilitating meetings (including the preparation and distribution of agendas and minutes), developing and managing the project schedule (identifying critical milestones and deliverables), field reviews and inspections, tracking action items, conducting/attending public meetings/hearings (formal or informal) and stakeholder consultations as necessary; preparing materials for public information sessions, advertising, and city council meetings, addressing concerns and feedback from stakeholders; identifying potential risks and mitigation strategies, preparing all submissions for the City to submit to Caltrans Local Assistance, and assisting the City in preparation of any ATP grant funding applications. Ensuring compliance with Federal Highway Administration standards and regulations in accordance with the Caltrans Local Assistance Procedures Manual (including Field Review process and associated forms, reports, other various documentation); Coordinating with stakeholders and obtaining necessary permits; Coordinating with regulatory agencies and authorities. Coordinate with adjacent properties to establish driveway locations and other modifications required in front of their property such as fence relocations, mailbox relocations, or tree removal. o Tasks will be split into 1.1 Project Management, 1.2 Meetings, 1.3 Quality Control, 1.4 - Stakeholder Database and Outreach Management, 1.5 - Public Workshops, 1.6 - Property Owner Coordination Meetings, 1.7 - City Council Presentations o Surveys and Mapping - The Consultant shall be responsible for data collection, mapping and surveying necessary for preliminary engineering, design, cost estimates, right-of-way impacts, and the level of environmental clearance. The scope of comprehensive base mapping and surveying includes but is not limited to Control Surveys, Aerial Photogrammetry, Limited Design Level Topographic Surveys, Right-of-Way Retracement, a Record of Survey, and GIS Mapping o Tasks will be split into 2.1 Control Surveys, 2.2 Record Level Right-of-Way Mapping, 2.3 Topographic Surveys and ROW Exhibits, 2.4 Orthoimagery, and 2.5 Utility Mapping o Environmental Studies and Documentation - Complete the environmental review; including submitting the Caltrans Preliminary Environmental Study and preparing any required technical studies to complete the NEPA and CEQA documentation. This includes: conducting environmental surveys (e.g., wetlands, endangered species, environmental or culturally sensitive areas, etc.); assessing potential impacts on air quality, water quality, and noise levels; preparing and obtaining environmental compliance documentation and permits, including all permits, forms, approvals, reports, and agreements in accordance with the Caltrans Local Assistance Procedures Manual and Caltrans Standard Environmental Reference (SER); developing an Environmental Management Plan outlining environmental protection measures; establishing procedures for managing hazardous materials and waste; providing information to stakeholders on environmental impacts and mitigation measures; attending planning meetings (including public hearings); preparing maps (Area of Potential Effect, etc.) and presentation materials as necessary. o Tasks will be split into 3.1 Preliminary Environmental Study (PES), 3.2 CEQA/NEPA Technical Studies, 3.2.1 - Visual Impact Assessment Technical Memo, 3.2.2 - Temporary Occupancy Memo, 3.2.3 - Construction Noise Technical Memo, 3.2.4 - Construction Air Quality Memo, 3.2.5 - Water Quality Memo, 3.2.6 - Community Impact Assessment Memo, 3.2.7 - CHRIS Data Request and Coordination, 3.2.8 - Initial Site Assessment, 3.2.9 - Location Hydraulic Study Form and Summary Floodplain Encroachment Report, 3.3 Environmental Assessment or Categorical Exemption, and 3.4 - Develop Environmental Review Record (ERR). o Utility Coordination - Submit improvement plans to utility companies in accordance with their requirements. Coordinate utility relocations, including relocation of the utility poles, as needed. Identifying existing utility locations and potential conflicts; developing utility relocation plans if necessary. o Tasks will be split into 4.1 - Prepare Conflict Mapping, 4.2 - Utility Coordination Meetings, 4.3 - Misc. Utility Documentation o Right of Way Phase & Determination - Consultant shall prepare a Request for Authorization to advance project to Right of Way Phase using procedures outlined in the Caltrans Local Assistance Procedures Manual. When authorized, the Consultant shall review right-of-way records and establish additional right-of-way along the entire alignment, if necessary. Identifying any preliminary right-of-way needs (title searches, deed review, etc.) o Tasks will be split into 5.1 - Determine New ROW Requirements, 5.2 - ROW Retracement, and 5.3 - ROW Engineering o Preliminary Engineering Studies - Develop general project locations and design concepts and related activities needed to establish the parameters for final design such as Geometrics, Hydraulics, Geotechnical, Bridge, Landscape Architecture, Traffic Operations, Electrical, ITS Elements, etc.; gathering traffic volume and analysis data; preparing traffic flow diagrams/models; evaluating existing and future traffic patterns, signals and signage; evaluating drainage patterns and stormwater management. o Tasks will be split into 6.1 - Traffic Analysis, 6.2 - Geotechnical Report, 6.3 - Preliminary Design, 6.4 - Storm Water Data Report, 6.5 - Roadway Drainage Memo o Design and Construction Preparation - Design the improvements and prepare the plans, specifications, and estimates in accordance with Caltrans Standards and AASHTO Geometric Design guidelines to achieve project objectives. Consultant shall examine and present project alternatives, as necessary, which complete project goals. Plans, Specifications, and Estimates shall be submitted to the City at 30%, 60%, 90%, and final contract documents. o Tasks will be split into 7.1 - 30% PS&E, 7.2 - 65% PS&E, 7.3 - 95% PS&E, 7.4 - 100% PS&E, 7.5 - Permits to Enter and Construct, 7.6 - Encroachment Permit, 7.7 - CPUC and/or UPRR Coordination, 7.8 - CVFPB Encroachment Permit (if required) o ROW and/or Construction Phase Authorization - Consultant shall assist the City in preparing required documents in obtaining/transferring funds for ROW should a need arise. Consultant shall prepare the Request for Authorization to advance the project to Construction using procedures outlined in the Caltrans Local Assistance Procedures Manual. o Task will be 8.1 - ROW Documentation and Construction Phase Authorization o Bid Process - Provide an electronic copy of the final approved plans and specifications, a mylar copy of the final approved plans, and a hard copy of the final approved specifications. The electronic copy of the plans shall be provided as both AutoCAD files and PDF files, and the electronic copy of the specifications shall be provided in both Microsoft Word format and PDF format. The City will be responsible for making copies of contract documents and will distribute them to plan rooms and contractors. The Consultant shall respond to questions that arise during the bid phase and prepare addendums which will be distributed by the City as necessary. o Tasks will be split into 9.1 - Responding to Bid Inquiries, 9.2 - Attending Pre-Bid Meetings, 9.3 - Preparing Addenda to PS&E documents o Contract Term - Contract amendments are required to modify the terms of the original contract for changes such as extra time, added work, or increased costs and must be done prior to expiration of the original contract. Only work within the original advertised scope of services shall be added by amendment to the contract. o Method of Payment - Lump Sum by Task as described in Chapter 10 of the Caltrans Local Assistance Procedures Manual. Consultant shall identify in the proposal if there are any other items that they anticipate will need to be addressed in order to obtain an encroachment permit from Caltrans. Minimum Qualifications of Personnel - The Consultant shall meet the appropriate minimum qualifications as required by this contract. Equipment Requirements - The Consultant shall have and provide adequate office equipment and supplies to complete the work required by this Contract. Consultant shall have and provide adequate field tools, instruments, equipment, materials, supplies, and safety equipment to complete the required field work and that meet or exceed Caltrans Specifications per the Caltrans Manuals. General/Design/Environmental/Surveying/Other Standards - City Improvement Standards, OSHA, AASHTO, MUTCD, ADA. Quality Control/Assurance Measures - Implementing and maintaining quality control procedures to manage conflicts, insure product accuracy, and identify critical reviews and milestones. Also, provide knowledge, experience, and familiarity Quality Control and Quality Assurance (QC/QA) for California Test Methods and laboratory Materials to be provided by the City - Unless otherwise specified in this Contract, the Consultant shall provide all materials to complete the required work in accordance with the delivery schedule and cost estimate outlined in each Task Order. Materials (if deemed applicable, necessary, and when available from the [agency]) that may be furnished or made available by the [agency] and where listed in the individual Task Orders and this Contract, are for the Consultant's use only, shall be returned at the end of the Contract. Work to be performed by the City - City staff will provide any existing or ongoing traffic studies and reports, any relevant maps, historical data, coordinate access to any facilities needed for consultant work, assist with community outreach, public meetings, stakeholder workshops, assist in identifying required permits/approvals, serve as primary point of contact for consultant, facilitate communication with other departments, agencies, provide admin support as needed, reviewing consultant deliverables in a timely manner, providing feedback, budgeting, etc. Conflict of Interest Requirements - Throughout the term of the awarded contract, any person, firm or subsidiary thereof who may provide, has provided or is currently providing Design Engineering Services and/or Construction Engineering Services under a contractual relationship with a construction contractor(s) on any local project listed in this Scope of Work must disclose the contractual relationship, the dates and the nature of the services. The prime consultant and its subconsultants shall also disclose any financial or business relationship with the construction contractor(s) who are working on the projects that are assigned for material Quality Assurance services through task orders on the contract. Similar to the disclosures regarding contractors, all firms are also required to disclose throughout the term of the awarded contract, any Design Engineering services including claim services, Lead Project Management services and Construction Engineering Services provided to all other clients on any local project listed in this Scope of Work. In addition to the disclosures, the Consultant shall also provide possible mitigation efforts, if any, to eliminate or avoid any actual or perceived conflicts of interest. The Consultant shall ensure that there is no conflict before providing services to any construction contractor on any of the agency's projects' listed in this Scope of Work. The submitted documentation will be used for determining potential conflicts of interest. If a Consultant discovers a conflict during the execution of an assigned task order, the Consultant must immediately notify the Contract Manager regarding the conflicts of interest. The Contract Manager may terminate the Task Order involving the conflict of interest and may obtain the conflicted services in any way allowed by law. Failure by the Consultant to notify the Contract Manager may be grounds for termination of the contract.
Design
Roads / Highways
$2,500,000.00
Public - City
Paving, Site Work
Trades Specified
Division 00 - Lorem Ipsum
One Low Price
- One license and one market
- Details and key contacts on all bidding projects
- Organize your pipeline with a digital bid board
- Automatically match opportunities to your profile
- Saved searches deliver daily project leads to your email inbox
Market Pricing Around
- All Starter Product functionality
- Access to all documents (plans, specifications, and addenda)
- Access to planning projects
- Access to contact information
- Ability to Export
Find More Local Projects
Within 75 Miles of This Project
You’ve Reached the Free View Limit
Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.
Come back in [[refresh_days]] to get [[project_count]] more free projects.
June 1, 2026
Multiple Locations, Oroville, CA
Related To This Project
Oroville, CA
Bid Date: Mar 12 2025
Oroville, CA
Bid Date: Mar 03 2025
Oroville, CA
Bid Date: Mar 18 2025
Oroville, CA
Bid Date: Apr 22 2025
Oroville, CA
Bid Date: Apr 25 2025
Oroville, CA
Bid Date: Apr 06 2021
Oroville, CA
Bid Date: May 01 2025
Oroville, CA
Bid Date: Feb 13 2025
Oroville, CA
Bid Date: Feb 19 2025
Oroville, CA
Bid Date: Feb 06 2025
Oroville, CA
Bid Date: Jun 25 2019
Oroville, CA
Bid Date: Jan 21 2025
Oroville, CA
Bid Date: Feb 11 2025
See the Projects and Companies Shaping 2026 Before Anyone Else
Start the New Year with a clearer view of the construction market. Unlock early access to commercial project data that keeps your pipeline full and your competitors behind. Sign up today for the project and contact data that others won't discover until its too late.
