Upper Darby Township 100 Garrett Rd. Upper Darby, PA 19082 REQUEST FOR PROPOSAL BACKGROUND The Aronimink Station area is a mixed use neighborhood commercial area located at the intersection of Ferne Blvd. and Burmont Rd in the Drexel Hill section of Upper Darby Township, Delaware County. The area is anchored by the route 101 trolley station that connects Media Borough to the 69 th Street Terminal. In addition to approximately 70 businesses including Rite Aid and Citizens Bank, the area is in close proximity to the Drexelbrook apartments and convention center and has an overall density of about 10,184 persons per square mile and 6.7 units per acre according to the 2000 census. Aronimink Station is included in the Delaware County Renaissance Action Plan as an area in need of revitalization to improve the economic vitality of the neighborhood. SEPTA has joined efforts with the refurbishment of the Route 101 trolley stop in July of 2007. The purpose of this planning study is to provide Upper Darby Township (the Township, Aronimink Business Association (the Association ), SEPTA, including local and state officials with the means of identifying what changes are need to revitalize and transform the targeted area into a vibrant, thriving and sustainable community that will attract more businesses, residents and shoppers to the area. PROJECT DESCRIPTION STREETSCAPE: A decline in commercial activity has generated a 15 percent vacancy rate in the targeted area. According to Upper Darby Township s 2004 Comprehensive Plan, the area is not conducive to pedestrian activity due to heavy vehicular traffic and lack of lighting, e. g. Ferne Boulevard s width from corner to corner at Burmont Road. is too wide. The Association has also expressed a desire for tree lined streets, mezzanines, benches, brick inlay sidewalks and crosswalks, lighting and a bulb out on the corner of Ferne Boulevard and Burmont Roads. PARKING: Parking is a key component to the success and revitalization of the Aronimink Station area of the Township. Currently, residents, commuters and shoppers are left with few options but for metered and non-metered parking on streets. The trolley stop has no existing parking lot for commuters other than street parking. Identifying potential parking solutions is believed to be crucial to the economic vitality of the Aronimink Station businesses.
TRAFFIC FLOW: Traffic flow on Burmont Road, between State Road and Ferne Boulevard is highly congested during peak hours or rush hour. The need to identify potential solutions to reduce traffic volume on Burmont Road and feeder streets in the targeted area. Identify any public infrastructure upgrades needed to support transit. SCOPE OF WORK Consultant will provide the following and submit: STREETSCAPE STUDY: Create a map identifying boundaries of target area Analyze current conditions of sidewalks, curb cuts, lighting, crosswalks etc. within boundaries Create a narrative of existing conditions Provide recommendations and vision consistent with the Association and the Township including street trees, planters, brick inlay sidewalks and crosswalks, lighting, benches, trash receptacles, bollards, seating areas consistent with pedestrian safety while retaining any historic features and architecture. Estimate the total cost of construction and annual maintenance Summarize findings and assist in formulating next steps Identify possible funding sources TRAFFIC CALMING: Analyze and measure current conditions such as volume, speeds, signals etc. within the targeted area Identify potential strategies and solutions to reduce traffic volume and speed to improve overall pedestrian conditions Identify potential upgrades needed to support transit Identify ways to increase route 101 rider ship Establish guidelines for implementing Traffic Calming projects Identify potential funding sources Identify current and future levels of transit including Septa s route 101 trolley PARKING: Identify existing parking within targeted area Define parking problems and solutions Identify parcels for possible acquisition to expand parking Estimate potential construction costs if any Determine current revenue and estimate potential revenue to be generated Projected operational and maintenance costs
FINANCIALS: Identify and estimate, including both public and private costs of construction, engineering and environmental assessments needed for all related improvements Estimate total maintenance requirements and costs for streetscape, parking and traffic calming improvements INVENTORY: The consultant shall provide an inventory of existing conditions in the targeted area such as pedestrian amenities, vacant and underutilized properties, access constraints, transit utilization and historic structures, in order to understand the challenges and opportunities and form the basis for recommendations. SURVEYS and ANALYSIS: Consultant will have direct outreach and conduct surveys with key stakeholders, business owners including members of the Association to gain a better understanding of the perceptions and conditions in the targeted area. Consultant will provide an analysis of such surveys and propose a collective vision for the future of the targeted area. DESIGN: Design guidelines and standards are needed for the targeted area as a whole to create consistent and cohesive character and to ensure that recommended changes are compatible with the collective vision of targeted area. Improving the design based on all the information and analysis collected and conducted, the consultant shall propose and work with those surveyed to form a collective vision for the future of targeted area. This task may include forming an overarching vision statement for the corridor as a whole, with more specific goals and targets for defined segments, based on different opportunities and conditions. GRAPHICS: Create a map and narrative of existing conditions of streetscape, traffic flow and parking in the targeted area, including drawings and graphics of present and future changes. FINANCIALS: Identify and estimate the cost of recommended changes including environmental, design and construction costs for the second phase. Estimate annual maintenance requirements
ADMINISTRATIVE INFORMATION AND REQUIREMENTS 1. Project Management: This project is to be managed by Upper Darby Township. Contract administration will be provided exclusively through the Delaware Valley Regional Planning Commission. The contract will be cost reimbursable with a fixed fee, not to exceed type. The Project Managers: Thomas J. Judge, Jr. Chief Administrative Officer 100 Garrett Rd Upper Darby, PA 19082 Telephone: 610-734-7622 Fax: 610-734-7743 Joseph P. Mylotte, Jr. Administrative Planning Specialist 100 Garrett Rd. Upper Darby, PA 19082 Telephone: 610-734-7642 Fax: 610-734-7609 Mr. John Griffies, Contract Manager Delaware Valley Regional Planning Commission 190 N. Independence Mall West, 8 th Floor Philadelphia, PA 19106-1520 Telephone: 215-238-2925 Fax: 215-592-9125 Kelly Rossiter Regional Planner Delaware Valley Regional Planning Commission 190 N. Independence Mall West Philadelphia, PA 19106-1520 Telephone: 215-238-2890 Fax: 215-592-9125 2. Submission Date: Proposals must be submitted by no later than 5:00 p.m. on Monday, June 9, 2008. Proposals submitted after this date and time will not be considered. The CONTRACTOR shall commence work upon the agreement date of the contract. The CONTRACTOR shall complete work on the PROJECT no later than May 31, 2009.
EVALUATION PROCESS: Proposals will be evaluated and ranked based on the following criteria and weights: 1. The overall extent to which methodology, deliverables, and resources committed pursuant to the Proposal will achieve the purpose of the Project. (40 points ) 2. The experience of the team and the extent to which the Project Team is qualified to successfully complete the tasks specified in the proposal within the time and budget constraints of the project. (25 points ) 3. The designated Project Manager s experience with similar projects and working with study advisory committees. (15 points ) 4. The extent to which the Schedule of Deliverables demonstrates acceptable rates of progress and provides opportunities for adequate input and review by the agencies involved. (10 points ) 5. Innovations in methodology and/or analytical or technical approach proposed. (10 points) MINORITY BUSINESS ENTERPRISE: DVRPC complies with Title 49 CFR Part 26, Participation of Minority Business Enterprises in Department of Transportation Programs and encourages minority businesses and women owned businesses to submit proposals and further encourages non-minority business firms to contract with minority businesses where subcontracting opportunities exist. Disadvantaged and minority-owned business will be required to submit certification of eligibility ownership prior to execution of any agreements. COST PROPOSAL: The Proposal shall include a Cost Proposal that is separate from the technical proposal and in a sealed envelope. A maximum of $62,500 is available to support this project. Funding support comes from the Delaware Valley Regional Planning Commission s (DVRPC) Transportation and Community Development Initiative (TCDI) at $50,000; and Upper Darby Township $12,500. The cost proposal shall include the following information for the prime consultant and each subconsultant: Estimates of hours to be worked and hourly rates for each staff or classification of staff to be assigned to the project Overhead Rate Estimates of direct costs (mileage, printing etc.) Total all-inclusive maximum fee for the project, not to exceed $62,500 Use of Contract Pricing Proposal Form 60, available at www.dvrpc.org/about/rfp.htm is recommended, but other formats will be accepted Title 41 Code of Federal Regulation s limit the amount of profit or fee to 10 percent of the direct labor cost, fringe benefits and direct costs, and from 1 to 5 percent of other direct costs excluding sub-consultant costs.
This RFP does not represent a commitment or offer by the Township, to enter into any with proposer or to pay any costs incurred in the preparation of a proposal responsive to this request. The proposals and any information made a part of the proposals will become part of the Townships s files without any obligation on the part to return them to the individual proposers. The RFP and the selected firm proposal may, by reference become part of any formal agreement between the proposer and the Township resulting from this solicitation. The proposer shall not offer any gratuities, favors or anything of monetary value to any official or employee of any of the Township for the purpose of influencing consideration of a proposal. The Consultant includes proprietors or proprietorships, all partners of partnerships, and all officers, directors and holders of 10 percent or more of the outstanding shares of corporations. A statement disclosing the names and business addresses of each of those persons will be required to be submitted with all proposals. The proposer shall not collude in any manner or engage in any practices with any other proposer (s), which may restrict or eliminate competition or otherwise restrain trade. Violation of this instruction will cause the proposer s proposal to be rejected. The prohibition is not intended to preclude joint ventures or subcontracts. All proposals submitted must be the original work product of the proposer. The copying, paraphrasing or otherwise using of substantial portions of the work product of another proposer is not permitted. Failure to adhere to this instruction will cause the proposal to be rejected. The Township has sole discretion and reserves the right to reject any and all proposals received in response to this RFP and to cancel the RFP at any time prior to entering into formal development agreement. The Township reserves the right to waive any irregularities in any or all proposals or any part thereof. Failure to furnish all information requested may disqualify a proposer. The Township reserves the right to request clarification of proposal data without changing the terms of the proposal. The proposer must furnish a Certificate of Authority, signed by the chief executive officer of managing partner of the company, with its proposal. The certificate should list the specific officers who are authorized to execute agreements on behalf of the company. The proposal shall be signed by a person or persons authorized to legally bind the proposer shall contain statement that the proposal shall remain firm for a period of 180 days from the date of receipt of the proposal by the Township. If selected, the proposer must furnish evidence that the team is in good standing and authorized to transact business in the Commonwealth prior to awarding of the contract.