The Department of Transportation and Infrastructure, City and County of Denver, has issued a Request for Qualifications (the “RFQ”) for professional design engineering services for Sheridan and Morrison Intersection Improvements project. RFQ documents will be available www.bidnetdirect.com//cityandcountyofdenverdoti, reference solicitation no. 202477024; a link to the documents can also be found at DoBusinessWithDOTI.
General Statement of Work:
The City and County of Denver (City) is seeking an Engineering firm (Consultant) to provide design services for the Sheridan Boulevard (SH-95), Morrison Road, and Mississippi Avenue Intersection Improvements Project (Project). See Figure 1 in Section 3, Scope of Work for a map of the project area. Sheridan Blvd is a CDOT State Highway that is subject to a contract maintenance agreement with the City. Most of the proposed work is within CDOT ROW.
The Project implements operational and safety improvements identified by a Road Safety Audit performed as part of the City and County of Denver’s (CCD) Vision Zero Road Safety Audit Program. The project consists of the design and construction of the following elements:
- Reconstruct the existing Traffic Signal including replacement of poles, mast arms, signal heads, controllers, and related equipment.
- Modify Signal Timing and Phasing.
- Modify westbound to northbound right turn slip lane approach angle and turning radius.
- Modify eastbound to southbound right turn slip lane approach angle and turning radius.
- Relocate crosswalk across south leg of the intersection.
- Prohibit northbound right-turns on red.
- Provide enhanced pedestrian signals on all movements.
- Reconstruct curb ramps and other pedestrian amenities for compliance with current ADA standards.
- Mill and resurface all impacted areas.
These elements would calm traffic, improve access for people with disabilities, reduce vehicle crashes, increase pedestrian safety at the intersection, which is on the City’s High Injury Network, and would replace equipment that is outdated or beyond its service life.
Virtual Pre-Submittal Meeting on March 4, 2025, at 1:00 p.m. local time.
To access the meeting, please call (720) 388-6219 and enter conference ID: 982 770 917# or join the meeting virtually MS Teams meeting link.
Meeting Agenda(PDF, 232KB)
Questions Deadline: March 27, 2025, at 1:00 p.m. local time.
Responses are due no later than 1:00 p.m. local time, April 8, 2025, and will ONLY be received and accepted via the online electronic bid service through www.bidnetdirect.com//cityandcountyofdenverdoti.
DISADVANTAGED BUSINESS ENTERPRISE (DBE) PARTICIPATION:
Federally funded construction, reconstruction, remodeling, and professional design services contracts made and entered into by the City and County of Denver are subject to Federal Statutes and Regulations regarding Disadvantaged Business Enterprise participation and all Disadvantaged Business Enterprises Utilization. The Colorado Department of Transportation (CDOT) is authorized to establish project goals for expenditures on construction, reconstruction and remodeling and professional design services work funded by FHWA and let by the City and County of Denver. The participation requirement for this project is:
10% Disadvantaged Business Enterprise (DBE)
Contract Administrator: Tricia Ortega
doti.procurement@denvergov.org
Miscellaneous:
City contracts are subject to payment of City Minimum Wage established pursuant to Section 20-82 through 20-84 D.R.M.C.
As the City’s best interests may appear, the Manager of the Department of Transportation and Infrastructure reserves the right to waive informalities in, and to reject any or all, proposals.
Publication Dates: February 25, 26, 27, 2025
Published In: The Daily Journal