MULTI-MODAL TRANSPORTATION PLAN CITY OF CHAMBLEE REQUEST FOR PROPOSALS RFP-18-02

Similar documents
REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS

CITY OF ROCHESTER, NEW HAMPSHIRE INVITATION TO BID

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

PUBLIC WORKS DEPARTMENT 22 E. Weber Avenue, Room 301 Stockton, CA (209) REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE

REQUEST FOR PROPOSALS. Uptown Main Street/US 25 Traffic Calming Analysis. Date Issued: June 5, 2018

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR

REQUEST FOR PROPOSALS RFP PROVISION OF CREATIVE SERVICES

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR INSTALLATION & UPGRADE OF BICYCLE FACILITIES (CLASS II & CLASS III) Issued by:

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES GRANT WRITING ASSISTANCE FOR THE ACTIVE TRANSPORTATION PROGRAM

On-Call Traffic Engineering Services

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

City of Mount Rainier

Request for Proposal (RFP)

APPENDIX D CHECKLIST FOR PROPOSALS

REQUEST FOR PROPOSALS For Design Services for New Fire Station

Request for Proposals. Housing Study Consulting Services. Proposals DUE: January 6, City of Grandview. Economic Development Department

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

REQUEST FOR PROPOSALS

TOWN OF GROVELAND REQUEST FOR PROPOSALS ENGINEER DESIGN SUPPORT FOR THE GROVELAND COMMUNITY TRAIL, A PROPOSED 3.25 MILES SHARED-USE PATH PROPOSAL DUE:

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

Upper Darby Township 100 Garrett Rd. Upper Darby, PA 19082

REQUEST FOR PROPOSAL (RFP) Posey County Long Range Transportation Plan

Georgia Lottery Corporation ("GLC") PROPOSAL. PROPOSAL SIGNATURE AND CERTIFICATION (Authorized representative must sign and return with proposal)

2016 Park Assessment

REQUEST FOR PROPOSALS

MISSISSIPPI STATE UNIVERSITY Request for Proposals (RFP) Bike Share for Mississippi State University

CITY OF GREENVILLE, SC REQUEST FOR PROPOSALS RFP NO

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

Request for Proposals City of Oberlin, Ohio Branding and Cultural Wayfinding Signage Plan

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

REQUEST FOR PROPOSALS

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

REQUEST FOR PROPOSALS

January 19, To Whom It May Concern:

All proposals must be received by August 30, 2016 at 2:00 PM EST

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSALS

CUYAHOGA COUNTY DEPARTMENT OF PUBLIC WORKS POLICY ON CONSULTANT SELECTION. October 2011

Introduction. Proposal Submission

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

REQUEST FOR PROPOSALS. Transportation Systems Plan (TSP)

PPEA Guidelines and Supporting Documents

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE MARCH LANE/EAST BAY MUD BICYCLE AND PEDESTRIAN PATH CONNECTIVITY IMPROVEMENTS.

All proposals must be submitted in a sealed package plainly marked:

County of Alpena Website Design and Development RFP

Request for Proposal for Strategic Plan for Transportation Services

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

RFP No. FY2017-ACES-02: Advancing Commonwealth Energy Storage Program Consultant

WAYFINDING SYSTEM DESIGN & BRANDING INITIATIVE

TOWN OF BRECKENRIDGE BLUE 52 TOWNHOMES HOA MANAGEMENT SERVICES REQUEST FOR PROPOSALS. Issued August 1, 2017

APPENDIX A SCOPE OF WORK

CITY OF LOMITA REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES TO PROVIDE BID PROPOSAL FOR

REQUEST FOR PROPOSALS FOR PENSION ADMINISTRATION AND FINANCIAL SYSTEMS CONSULTING SERVICES

REQUEST FOR PROPOSALS (RFP) TRIENNIAL PERFORMANCE AUDIT FOR THE MADERA COUNTY TRANSPORTATION COMMISSION

Cal Poly Pomona Request for Clarification for Lanterman Development Center Land Development Consultant RFC

REQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church. 361 Sam Ridley Parkway East. Smyrna, Tennessee 37167

Request for Qualifications Wayfinding, Signage and Streetscape Design Initiative City of Mobile, AL

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

REQUEST FOR PROPOSALS (RFP) MARKETING AGENCY FOR LANE COUNTY FAIR

REQUEST FOR PROPOSALS

CITY OF LOMPOC REQUEST FOR PROPOSALS DEVELOPMENT IMPACT FEE UPDATE STUDY

Request for Proposal Number #512-11

TOWN AUDITING SERVICES

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for STREET CONSTRUCTION SERVICES. RFP STREET WIDENING and TRAFFIC SIGNAL INSTALLATION

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR RAISED MEDIAN AT EL DORADO STREET. Issued by:

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

REQUEST FOR PROPOSALS ZONING CODE UPDATE

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR

Town of Frisco, Colorado Request for Proposals 2018 Community Plan Update

MOBILE ASSET DATA COLLECTION. Pavement Condition Index Ground Penetrating Radar Deflection Testing. Contact Information:

Exhibit B. Plumas County Non-Motorized Transportation Plan SCOPE OF WORK

Request for Proposals (RFP)

Ontario College of Trades

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR

Massachusetts Bay Transportation Authority. POLICIES & PROCEDURES Design Build Procurement Procedures April 2016

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL

Transit-Oriented Development and Land Use Subarea Plan for Central Lake Forest Park

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR QUALIFICATIONS FOR ON-CALL TRAFFIC ENGINEERING SERVICES FOR THE CITY OF HENDERSONVILLE TABLE OF CONTENTS

REQUEST FOR STATEMENTS OF QUALIFICATIONS CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR CSJ: PASS-THROUGH FINANCE PROJECT

Planning Sustainable Places Program

REQUEST FOR PROPOSALS FOR A CONSULTANT

REQUEST FOR PROPOSAL FOR Web Hosting. Anniston City Schools. FRP Number FY2012 Web Hosting

CITY OF MOBILE REQUEST FOR PROPOSAL TRANSIT MANAGEMENT SERVICES

REQUEST FOR PROPOSAL. Virginia s Region 2000 Local Government Council Region 2000 Services Authority

Request for Proposals (RFP) for Electric Bicycle Manufacturers and Shops for the Intermountain Drives Electric Program and Live Electric Program

Request for Proposal (RFP)

REQUEST FOR PROPOSAL FOR EXTERNAL AUDIT SERVICES ANNUAL SPLOST AUDIT & REVIEW

REQUEST FOR CONSULTANT SERVICES. Economic Development Consultant. Town of Cortlandt 1 Heady Road, Cortlandt Manor NY, 10567

Russell County Commission. Russell County, Alabama. Request for Proposal Comprehensive Plan Pages Notice of Intent to Respond

Architectural Services

1 INTERNAL AUDIT SERVICES RFP

Transcription:

MULTI-MODAL TRANSPORTATION PLAN CITY OF CHAMBLEE REQUEST FOR PROPOSALS RFP-18-02

RFP 18-02 Page 2 of 18 MULTI-MODAL TRANSPORTATION PLAN GENERAL CONDITIONS Sealed Proposals for Purchasing RFP 18-02 Multi-Modal Transportation Plan will be received by the City of Chamblee, hereinafter called City. Service providers whose proposals meet the criteria established in the Request for Proposals, at the sole discretion of the City, may be considered for Contract award. The City may, by direct negotiation, finalize terms with the service provider who is selected for award based on proposals. The City reserves the right to reject any or all responses for any reason. Clarification of information may be requested by the City. The City, at its sole discretion, may short-list firms that are deemed to best meet the City s requirements, taking into consideration all criteria listed in the RFP. Negotiations will be conducted and may take place in person or via telephone with the most qualified firm as identified by the City or, if short-listing occurs, with all of the short-listed proposers. Proposers that participate in the negotiations may be given an opportunity to submit their best and final offers. The City of Chamblee requires pricing to remain firm for the duration of the contract. Failure to hold firm pricing for the duration of the contract will be sufficient cause for the City to declare a proposal non-responsive. One (1) printed and signed bound original and one (1) electronic PDF of the technical proposal must be submitted in a sealed envelope which shall be clearly marked RFP 18-02. One copy of the cost proposal should be submitted in a separate, sealed envelope from the technical proposal. Failure to submit the cost proposal in a separate, sealed envelope may result in your proposal being deemed nonresponsive. All proposals received will be publicly opened and read. Any proposal received after the time and date specified for the opening of the proposals will not be considered and will be returned unopened. Proposal must be addressed as follows: City of Chamblee Development Department c/o Rebecca Keefer 3506 Broad Street, Chamblee, GA 30341 Schedule: Pre-submittal Meeting: April 26, 2018 at 2:00 p.m. in the City Hall Conference Room Questions due: May 3, 2018 by 2:00 p.m. Direct questions to rkeefer@chambleega.gov. Proposals due: May 31, 2018 by 2:00 p.m. Interviews: June 14, 2018. Times TBD. Contract Awarded: July 2018 Anticipated Project Kick-off: August 1, 2018 Interested parties shall review regulatory guidance on the ARC Transportation Improvement Program (TIP) and other Federal requirements to ensure they are able to abide by the rules and regulations. Appropriate terms and conditions of the ARC Agreement with the City of Chamblee apply to this agreement. Project funding is pending Concerned Funding Agency approvals (ARC, the Georgia Department of Transportation, and the U. S. Department of Transportation). Proposals are legal and binding when submitted. No Proposal may be withdrawn for a period of 120 days after the time and date scheduled (or subsequently rescheduled) for proposal opening, or 60 days

RFP 18-02 Page 3 of 18 from executed contract between City of Chamblee and Atlanta Regional Commission (ARC), whichever is sooner. Compliance with the Georgia Security and Immigration Compliance Act as prescribed in O.C.G.A. 13-10-91 is required. ARC and the Concerned Funding Agencies must have unrestricted rights to use and to authorize others to use any work products. The City s staff will review all proposals submitted. After reviewing the proposals, staff may, at its discretion, request formal presentations from one or more of the proposers (at proposer s expense at the City s site) whose proposals appear to best meet the City s requirements. The proposer awarded the Contract must provide proof of liability insurance in the amount of one million dollars ($1,000,000.00), along with any other required insurance coverage and evidence of business or occupational license. The City reserves the right to waive any informalities or irregularities of proposals, to request clarification or information submitted in any proposal, to request additional information from any proposer, or to reject any or all proposals, and to re-advertise for proposals. The City also reserves the right to extend the date or time scheduled for the opening of proposals. Award, if made, will be to the responsible and responsive proposer submitting the proposal which is deemed by the City, in the sole discretion, to be the most advantageous to the City, price and other factors being considered. To ensure the proper and fair evaluation of proposals, the City highly discourages any communication initiated by a proposer or its agent to an employee of the City evaluating or considering the proposal during the period of time following the issuance of the RFP, the opening of proposals and prior to the time a decision has been made with respect to the Contract award. An appropriate employee of the City may initiate communication with a proposer in order to obtain information or clarification needed to develop a proper and accurate evaluation of the proposal. Unauthorized communication by the proposer may disqualify the proposer from consideration.

RFP 18-02 Page 4 of 18 TABLE OF CONTENTS PART ONE - BACKGROUND AND STUDY OBJECTIVE... 5 PART TWO - SCOPE OF WORK... 5 PART THREE PROPOSAL FORMAT... 11 PART FOUR - EVALUATION OF PROPOSALS... 13 PROPOSAL FORM... 15 APPENDIX A No Bid Response... 18

1. PART RFP 18-02 Page 5 of 18 PART 1 BACKGROUND AND STUDY OBJECTIVE The City of Chamblee is a city in northern DeKalb County, Georgia, northeast of Atlanta. The population was 9,892 at the 2010 census. Multiple annexations since that time have increased the population of the City to approximately 33,000 people and just under eight (8) square miles. The City has many competing transportation infrastructure priorities, however the City does not have a comprehensive tool to define and prioritize the current and future needs. The City does prioritize transportation projects through its Capital Improvement Program (CIP). The projects are identified through various plans and studies, including the City of Chamblee Comprehensive Plan, Chamblee Town Center Livable Centers Initiative, The Buford Highway Masterplan and City of Chamblee Rail- Trail Extension Conceptual Design Study. The City has determined it is important to develop a Multi-Modal Transportation Plan to define and prioritize projects in order to maximize infrastructure investments for the community, thereby guiding actions that will contribute to some larger objectives such as higher levels of mobility, safety and mode choice, less congestion, higher quality of life, attractive business climate, or an efficient freight system. The City desires the assistance of a Consultant to develop a Multi-Modal Transportation Plan. Key activities are anticipated to include a stakeholder involvement plan, inventory and analysis of existing conditions, plans and studies, and recommendation for current and future needs and will include core Context Sensitive Solutions including vision, context, consensus, flexibility and creativity. Plan outputs are anticipated to include Complete Streets Solutions and an emphasis on multi-modal planning and design. Additionally, the plan will address two of the City s highest priorities, (1) completion of the rail trail in the Rail Trail Study and (2) planning for future expansion of the trail within and beyond Chamblee s borders. The Plan horizon will be 10-20 years. 2 SCOPE OF WORK The following tasks are anticipated: 2.1. Project Management: The purpose of Task 2.1 is to ensure that the development of the Plan effort begins with a clear understanding of the project s processes, schedule, and desired outcomes. Task 2.11 establishes an effective working relationship among the Consultant, the City s Project Management Team. 2.2. Kickoff Meeting and Plan Preliminary Goals: The Consultant will attend a project kickoff meeting with the Project Management Team (PMT) and Stakeholders to review major transportation issues facing the City and other general background information, clarify roles, define priorities, and identify relationships to other local and regional planning efforts. The kickoff session will set the Plan preliminary goals, which includes initial review of current Study and Plan goals to confirm their appropriateness within the present context. Deliverable: Plan Vision, Goals, Objectives and Investment Strategies

RFP 18-02 Page 6 of 18 2.3. Project Management Plan (PMP): The Consultant will develop a PMP which will include a timeline and milestones. The PMP will refine the contract scope of work and drive the work schedule for the duration of the project. At a minimum, the PMP will: Specify roles and responsibilities of Consultant and other study participants Provide a detailed schedule of work, including major milestones Define work tasks, subtasks, review/comment points, timing and content of deliverables Describe how the Consultant proposes to interface with teams developing any other ongoing plans and studies identified during the Plan Kickoff Meeting (Section 2.3) Establish Quality Assurance /Quality Control (QA/QC) Plan that will provide for the control and on-going review of the Consultant's activities, independent reviews prior to major submittals, and the process for documenting adherence to the QA/QC Plan. Establish a Comprehensive Communications Strategy to ensure integration of a central message among the PMT, stakeholders and the public. At a minimum, this includes branding the Plan and documenting a communications strategy linking the Plan to ongoing and recently completed planning studies and initiatives and capital improvement programs. Deliverable: Project Management Plan 2.4. Inventory of Existing Conditions and Trends: The Consultant will complete an inventory and analysis of existing conditions and trends. Much of the necessary data is readily available from the City of Chamblee, DeKalb County DOT, and Georgia DOT. The Consultant will obtain, review and summarize this data, including: Review of all relevant studies and plans, including the planning documents outlined in Part 1. Roadway physical conditions (location, route number, local road name, number of lanes, posted speed limit, pavement conditions) from GDOT databases. Traffic volumes, congested locations and crash history from GDOT, DeKalb County DOT databases and from ARC s Congestion Management System. Adopted networks (functional classification, RSTS, CMS) from all regional databases. Transit routes, service and ridership from transit databases. Bicycle facilities and plans. Past, current and future growth including population, employment, and land uses from the City of Chamblee Comprehensive Plans, DeKalb County s Comprehensive Plan, and from ARC data. Planned and programmed transportation improvements from ARC, DeKalb County, City of Chamblee, and Capital Improvement Programs. Implementation of previous plans from City of Chamblee and DeKalb County (prior to annexation). Past and present funding for capital, as well as for maintenance and operations from City of Chamblee and DeKalb County DOT.

RFP 18-02 Page 7 of 18 In addition to empirical data, the Consultant will be responsible for obtaining field data to complete the comprehensive data base. This includes, but is not limited to, traffic counts at critical intersections, speed, vehicle classification and count on all major roadways, and roadway condition inventory. All of this data will be supplemented with inventory and analysis of citizen and stakeholder opinions and views as part of the analysis of existing conditions through two primary tasks stakeholder interviews. The Consultant will obtain, review and summarize this information in an Existing Conditions Technical Memorandum. Data (ECID) will be summarized in tables, graphs and maps to the greatest extent practicable rather than including lengthy data tables in the memorandum. All data obtained will be organized electronically and provided to the ECID upon request at any time during the project. Rather than simply repeating data to the reader, the Consultant will prepare this memorandum to summarize existing conditions and trends, and to display spatial data on maps. Deliverables: Existing Conditions Data, Existing Conditions Technical Memorandum, draft and final, Public Outreach Summary 2.5. Stakeholder and Public Involvement Plan and Activities: Transportation planning must take into account a broad, diverse group of users as well as different modes including transit, automobile, pedestrian, bicycling, accessibility, and autonomous vehicles. To accommodate demanding schedules, the outreach needs to come to the residents. The Plan process will include a stakeholder involvement plan that welcomes and seeks input from the broad spectrum of users and interests. The Consultant will demonstrate an approach to hosting public meetings sufficient to meeting the needs of the study. The Consultant shall be responsible for: Preparing information and displays for meetings; Staffing meetings with knowledgeable staff; and Providing written responses to comments received. The Consultant shall also provide a briefing at a minimum of two City Council meetings, including the adoption process. The Consultant will develop and maintain content for a project website that will serve as a means of public interface for the Plan development process. Deliverables: Stakeholder Involvement Plan and Outreach Strategy, Initial Public Opinion Poll, Public Open House Meetings, Two city Council Briefings and Project Website 2.6. Development of Vision, Goals, Objectives, and Performance Measures: The Plan is being developed to guide actions that will contribute to some larger objectives such as higher levels of mobility, safety and mode choice, less congestion, higher quality of life, attractive business climate, or an efficient freight system. These desired future outcomes are the Plan Vision. The Evaluation Framework is the process that will be used to identify and evaluate potential solutions, and then to identify final recommendations. This Task involves the input and analysis that will define that vision and then define the specific evaluation framework that will be applied.

RFP 18-02 Page 8 of 18 The Plan vision will be built on the foundation of the City of Chamblee s existing planning documents: Comprehensive Plan: http://www.chambleega.com/index.aspx?nid=159 Town Center LCI: http://www.chambleega.com/index.aspx?nid=385 Rail Trail Extension Study: http://www.chambleega.com/index.aspx?nid=461 Buford Highway LCI: http://www.buhimasterplan.com/ Peachtree Road Streetscape and Rail Train Extension Study https://www.chambleega.com/503/2017-peachtree-road-streetscaperail-trai Chamblee Self-Driving Shuttle Feasibility Study and Concept Plan https://www.chambleega.com/520/chamblee-self-driving-shuttle-feasibilit The Consultant will review these previous efforts and summarize the key goals and objectives and develop a unified shared vision based upon these previously defined visions. The stakeholder input and initial public opinion poll described in Task 2.5 will also be used to help craft the Plan vision. In addition, the Consultant will use the results of the existing conditions and trends identified in Task 2.4. Using these various inputs, the Consultant will create an overall Plan vision statement. The overall Vision Statement will then be further clarified by specific goals and objectives. A project brand and logo may be developed in coordination with the City based on the transportation plan project vision. Building on the visioning and goals effort, the Consultant will then develop a project evaluation framework for analysis in Task 2.7. The Evaluation Framework will be designed and tightly integrated with the overall Plan planning process to support decision-making, project selection and periodic re-evaluation and reviews. The framework will be based on data that is both qualitative and quantitative. Emphasis will be placed on ensuring that the framework is flexible, captures detailed datasets, and allows for adjustments. The evaluation framework will be developed with the intended use of determining which strategies and projects (identified in Task 2.8) are of the highest priority. The evaluation framework will also reflect a performance-based planning approach which establishes appropriate performance targets and show progress toward achieving the targets. The Consultant will then develop a set of performance measures for evaluation and ranking projects. Because of the difference in the order of magnitude of potential measures, a scoring system will be developed that converts the measures to a common scale so that projects can be equally evaluated against each other. The scoring system allows for a more accurate evaluation and ranking on a common level and provides the level of transparency and depth of information required to achieve the strategic goals and objectives. Deliverables: Vision Statement Listing Goals and Objectives, Evaluation Framework including Vision and Performance Measures, Project Brand and Logo 2.7. Assessment of Current and Future Needs: The Atlanta Regional Commission travel demand model and population and employment forecast will be the primary tools for this analysis. The identification of needs and coordination across governmental boundaries will be addressed. Citywide accident data will be collected and evaluated for needs that will improve the safety of the transportation system. Transportation improvements will be

RFP 18-02 Page 9 of 18 modeled based upon the City s Comprehensive Plan and land use work and will be developed in consultation with the City s Public Works and Development Department staff. The Consultant will assess future needs, develop a listing of potential strategies to address those needs, and conduct analyses of candidate improvement strategies and projects. The Consultant will approach the assessment of future needs in two elements, which correspond, to two complementary analysis methods. First, short term immediate needs and potential improvements will be examined. This analysis will rely on an extrapolation of existing travel conditions and demands without modeling redistribution of travel patterns or behaviors and include traffic operations analysis, cost estimates, and environmental screening. This method will allow for identifying needs and testing short-term improvement concepts. The Consultant will prepare and submit a Short Term Needs Assessment Technical Memorandum. The Consultant will assess long-term needs using travel demand modeling and analyses of year 2040 travel conditions. Year 2040 analyses will use ARC s current travel demand model. The Consultant will first conduct an analysis of year 2040 existing and committed (E+C) network conditions using transportation improvements, which are already planned and programmed. The Consultant will compare the results of this E+C scenario back to the goals and objectives using the evaluation tools discussed in Task 2.6. The results will be used to identify specific needs and meaningful insights, which will help inform the development of more focused future improvement alternatives. The subsequent evaluation of those year 2040 scenarios will include travel demand modeling, traffic operational analyses, planning-level cost estimates, spatial (i.e. GIS) analyses, environmental screening and qualitative analysis across all surface travel modes. These evaluation results will then feed into the evaluation tool described in Task 2.8 in order to screen out strategies and focus on the most promising improvement strategies. We anticipate that economic development and traffic congestion relief will be among the issues important to many citizens. The Consultant will develop an Economic Impact Assessment of the two future scenarios. This information will then feed directly into the Evaluation Tool and the evaluation of alternate solutions. The Consultant will evaluate and summarize the testing of future scenarios in terms of lessons learned from each scenario, including lessons that are system-wide and lessons that are location specific. In addition, the Consultant will conduct a ½-day workshop to review and discuss the evaluation results and lessons learned with the PMT and Stakeholders. The Consultant will create the official Long Range Road Classification Map. The recommendations will be based on the preceding visioning exercise and adopted goals and objectives. The objective of this task is to provide to the City a single reference map that is suitable to be adopted by the as the official Long Range Road Classification Map. This Task will conclude with an extensive effort to share the findings of the assessment of future needs and solicit feedback on potential improvement strategies.

RFP 18-02 Page 10 of 18 Deliverables: Short-term needs assessment and Technical Memorandum (including maps, text and tables, draft and final, up) Long-term needs assessment and Technical Memorandum (including maps, text and tables, working draft document, draft and final) Evaluation of 2040 E+C Scenario Congestion and Travel Time Assessment and Technical Memorandum (draft and final) at the corridor level and/or by area Economic Impact Assessment and Technical Memorandum (draft and final) Long Range Road Classification Map with list of recommended changes 2.8. Recommendations: This task will result in the development of multimodal recommendations and a program of projects supporting the City s vision, stakeholder and public supported input, need and purpose, and cost considerations. Developing actual concept designs and cost estimates for improvements will allow the City to represent the recommendations in the capital improvement plan and develop priorities over the next decade. The final recommended set of projects in the plan will include identified implementation strategies including funding and a constructability review of key projects to position the program for achievement, including but not limited to the following: a. Pedestrian and Bicycle Recommendations and Projects i. Develop a sidewalk improvement plan for a $500,000 per year budget that prioritizes Safe Routes to School, closing gaps in existing networks, and adding routes to primary, secondary, and boulevard streets. Indicate whether the current proposed budget is sufficient. ii. Develop priority levels for new sidewalks, multi-use paths, and bike lanes based on the suitability of the existing roadway and closing gaps in the existing network with a focus on accessibility. iii. Develop bicycle network recommendations to provide a connected network of on iv. and off-street facilities that incorporate the City s existing bike lanes and paths. Provide recommendations for Safe Routes to School and mechanisms for calming traffic adjacent to the schools. b. Rail Trail Segments from Rail Trail Extension Study i. Analyze the current network of Rail Trail constructed and in concept and make recommendations for the most effective extensions to connect to other multi-use trail networks, points of interest, and areas served by transit. i. Update the multi-use path and rail trail network map and meet with surrounding jurisdictions to coordinate regional connections. c. Incorporate projects from the following plans: i. Comprehensive Plan: http://www.chambleega.com/index.aspx?nid=159 ii. Town Center LCI: http://www.chambleega.com/index.aspx?nid=385 iii. Rail Trail Extension Study: http://www.chambleega.com/index.aspx?nid=461 iv. Buford Highway LCI: http://www.buhimasterplan.com/ v. Peachtree Road Streetscape and Rail Train Extension Study https://www.chambleega.com/503/2017-peachtree-road-streetscaperail-trai vi. Chamblee Self-Driving Shuttle Feasibility Study and Concept Plan https://www.chambleega.com/520/chamblee-self-driving-shuttle-feasibilit d. Provide a discussion of pedestrian safety at intersections and recommend additional treatments that could be considered to enhance pedestrian safety. e. Provide a discussion of pedestrian safety at roundabouts and recommend additional treatments that could be considered to enhance pedestrian safety.

RFP 18-02 Page 11 of 18 f. Provide analysis of autonomous vehicles as a mode of transportation. Develop recommendations to accommodate. g. Provide analysis required to implement a Safe Routes to School (SRTS) program, and make recommendations to improve infrastructure and programming to support it. h. Present the data in an easily interpretable graphical format. i. Funding context (including a funding forecast of local, state and federal sources). j. The Investment Strategies will be included in the five (5) Year Work Plan that includes the Plan recommendations for the General Fund and CIP Budgets. 2.9. Deliverables: The Consultant shall summarize the findings and recommendations in a brief written report that includes a prioritized project list with estimated costs and maps and graphics. A summary of the public involvement shall be included as an appendix to the report. a. Narrative document to include summaries, findings, and recommendations for each of the tasks required in Part 2 Scope of Work. b. Implementation Plan i. Short-term needs assessment and Technical Memorandum (including maps, text, and tables. ii. A five-year prioritized implementation program of recommended projects. iii. Long-term needs assessment and Technical Memorandum (including maps, text and tables). iv. Funding plan v. Identify opportunities for accelerated project (or program) delivery. c. Digital (GIS) updated Streetscape and Gateways Map with list of recommended changes. d. Digital (GIS) layers for all existing conditions and recommended alignments required in Part 2 Scope of Work. e. Staff and committee meeting minutes. f. Native files for all deliverables. 2.10. The city will provide the following resources: a. Available GIS mapping including aerial, street centerline, parcel boundaries, and sidewalk network. b. Electronic copies of concepts and data for projects currently in progress. c. Historical traffic count and accident data. The Consultant will be responsible for obtaining new traffic counts for existing and proposed projects intersections to be analyzed in this study. d. Advertising for public meetings. PART 3 PROPOSAL FORMAT 3.1. The cost proposal should be submitted in a SEPARATE, sealed envelope from the technical proposal. Do not include the Cost Proposal Form in the technical proposal. [Including cost information in your technical proposal may result in your proposal being deemed non-responsive.] Cost should be indicated as a lump sum not to exceed amount. 3.2. The technical proposal should be submitted in a sealed envelope. To aid in thorough and consistent review, the technical proposal shall be submitted on no more than 15 sheets, 8½ x 11 in size, in no smaller than 10-point font and shall be organized and numbered to correspond to Section I through Section V, outlined below. Double-sided printing is

RFP 18-02 Page 12 of 18 permitted on each of the 15 sheets. Tabs and required forms will not be counted towards the 15-page limit. SECTION I Each proposal shall include a Title Page and a Table of Contents. The Title Page should identify the project; the name of the firm, name of the firm s primary contact, address, telephone number, fax number and email address. The Table of Contents shall contain the sections and corresponding page number for the items listed below. All pages of the proposal must be clearly identified and consecutively numbered and correspond to the Table of Contents. The title page will not count toward the 15-page limit. SECTION II Each proposer shall provide with its proposal a summary Project Plan that describes the proposer s approach to the successful implementation of the proposed services. Each proposer shall submit, in the order below: a. An outline of proposed methodology to complete the project including a high level timeline and brief descriptions of the key tasks, key milestones, and key deliverables. b. State the proposer s belief of the scope of the intended strategy within the City. If there are any gaps between what the proposer believes should be the proper scope of the services given all information known at the time of this RFP, the proposer should clearly state these gaps in this section and clearly mark these concerns as such. c. Discussion of the assumptions relating to the responsibilities and/or commitments the proposer is expecting of the City throughout the life of this project. SECTION III Each proposer shall provide three case histories of recent similar projects completed by the firm. SECTION IV Each proposer shall document its staff, experience, and qualifications by providing in its proposal a Staffing Plan describing the manner in which it plans to manage and staff the awarded contract, including the resumes of key and critical personnel, to successfully complete the project objectives on a timely basis and within the agreed upon budget. The Staffing Plan should include, as a minimum, the proposed project manager and key functional and technical team members and their related roles and shall provide, at a minimum, the following for each team member: a. Qualifications, including experience in the proposed project methodology and public sector and/or municipal experience; b. Summary of experience, including the number of years of relevant experience, years with the firm and representative project experience with project name, client and date performed; c. Other supporting documentation which demonstrates the ability to successfully perform the work; d. Proposers shall acknowledge that Chamblee has a sustainability program and supports its suppliers to have key sustainability metrics, including greenhouse gases (GHGs), water and energy consumption, solid waste, volatile organic compound (VOC) and hazardous air pollutant (HAP) production, or other measures of sustainability, and whether the bidder/proposer has developed sourcing methods, goals, and can report on these metrics. The required acknowledgement and any additional details shall be included in the

RFP 18-02 Page 13 of 18 procurement documents. e. The intent, if any, to subcontract implementation personnel. Specifically, describe the functions to be subcontracted and the expertise and credentials required from the subcontractor and include the subcontractor s company name. f. The proposer s assurance, to the extent possible, that the proposed team members will be available and remain on the project until its completion. Include the availability of replacement team members in the event the proposed team members become unavailable prior to the commencement of or during the project. SECTION V Each proposer may, but is not required to, include references, qualifications, resumes and any other materials deemed necessary but not provided otherwise (such as promotional literature, white papers, etc.) They should be clearly marked Additional Materials and will not be included with the 15-page maximum guideline for the proposal length. Note that these materials may or may not be reviewed by all evaluators and will not be part of the official evaluation except to the extent they support qualifications and experience. Any out-of-scope services not covered in other sections should be included here with a description of the personnel likely to be involved, and the resources brought to bear (including costs and/or hourly rates) should be provided. PART 4 - EVALUATION OF PROPOSALS The City s staff will review all proposals submitted. After reviewing the proposals, staff may, at its discretion, invite to interview and demonstrate performance (at proposer s expense at the City s site) one or more of the proposers whose proposals appear to best meet the City s requirements. The purpose of such an interview would be for all proposers to elaborate upon their proposal before a recommendation for ranking of the proposals is made. Interview responses, and performance, along with the written proposal and samples (if any), will become part of proposer s submission to be evaluated pursuant to the evaluation criteria. The City reserves the right to short-list proposers for further consideration. 4.1. The City, in its discretion, may award the Contract to the responsible and responsive proposer submitting the proposal which is deemed to be the most advantageous to the City, price and other factors being considered. The following are the evaluation criteria the City will consider in determining which proposal is most advantageous to the City: a. Project Understanding and Approach: Demonstrate understanding of the proposed project as described in the Request for Proposals. Demonstrate an understanding of the magnitude of the task, the constraints and the desired outcomes for the project. b. Scope of Work: Include sufficient detail to determine how each task shall be accomplished. The work plan will describe how the Consultant proposes to complete the project. The work plan must be sufficiently detailed for staff to determine the effectiveness of the proposal and should spell out how this work can be performed in a cost effective manner. c. Schedule: Include a schedule for timely completion of the scope of work. Include

RFP 18-02 Page 14 of 18 information on the amount of time for each task. d. Project Personnel: Provide information on personnel to be assigned to this project. Personnel should have experience from similar projects and in fields necessary to complete this proposed work. e. Similar Experience: List and describe your firm's projects worked on in the past five years that best match the scope and design of this project. Identify unique constraints or challenges associated with those projects and how you addressed those in order to deliver a successful project. The City may request samples of comparable work during the proposal review process. f. Pricing: After consideration of the above criteria, the value of each proposal will be compared against the other qualified proposals. The City is more interested in obtaining proposals that provide good value, demonstrate an understanding of the city s needs and provide a scope that meets or exceeds the requirements of this RFP than proposals that have scopes tailored to fit within the stated budget g. Sustainability: The City of Chamblee is committed to sustainability. The City believes we have a unique opportunity to further expand our leadership in the area of sustainably preferable purchasing, and through our actions, elicit changes in the marketplace. By further incorporating environmental considerations into public purchasing, the City of Chamblee will positively impact human health and the environment, remove unnecessary hazards from its operations, reduce costs and liabilities, and improve the environmental quality of the region. As such, the City encourages the incorporation of sustainability into proposals. 4.2. The evaluation criteria do not have a predetermined relative weight. The consideration of individual criterion is merely a tool to assist the City in determining which Proposal is most advantageous, as a whole, to the City, price and other factors being considered. The relative advantages of a proposer s responses with respect to one criterion may outweigh shortcomings of that proposer s responses in one or more other criterion, depending on the relative disparities in the qualities of the responses in each criterion and the relative importance of certain criteria to each other, as determined in the exclusive discretion of the City. * * * * * * * END OF SPECIFICATIONS * * * * * * *

RFP 18-02 Page 15 of 18 PROPOSAL FORM RFP 18-02 MULTI-MODAL TRANSPORTATION PLAN The undersigned, as Proposer, hereby declares that this Proposal is in all respects fair and submitted in good faith without collusion or fraud. Proposer represents and warrants to the City that: (i) except as may be disclosed in writing to the City with its Proposal, no officer, employee or agent of the City has any interest, either directly or indirectly, in the business of the Proposer, and that no such person shall have any such interest at any time during the term of the Contract should it be awarded the Contract; and (ii) no gift, gratuity, promise, favor or anything else of value has been given or will be given to any employee or official of the City in connection with the submission of this Proposal or the City s evaluation or consideration thereof. The Proposer further represents that it has examined or investigated the site conditions if necessary, and informed itself fully in regard to all conditions pertaining to the place where the work is to be done; that it has examined the Contract Documents and has read all Addendum(s) furnished by the City prior to the opening of the Proposals, as acknowledged below, and that it has otherwise fully informed itself regarding the nature, extent, scope and details of the services to be furnished under the Contract. The Proposer agrees, if this Proposal is accepted, to enter into the written Contract with the City in the form of Contract attached (properly completed in accordance with said Proposal Documents), and the Contract Documents for RFP 18-02 Multi-Modal Transportation Plan, and to furnish the prescribed evidence of a valid business license, insurance, and all other documents required by these Contract Documents. The Proposer further agrees to commence work and to perform the work specified herein within the time limits set forth in the Contract Documents, which time limits Proposer acknowledges are reasonable. The undersigned further agrees that, in the case of failure or refusal on its part to execute the said contract, provide evidence of specified insurance, a copy of a valid business or occupational license and all other documents required by these Contract Documents within ten (10) business days after being provided with Notice of Intent to Award the contract (or such earlier time as may be stated elsewhere in these Proposal Documents), the Proposal award may be offered by the City to the next ranked Proposer, or the City may re-advertise for Proposals, and in either case the City shall have the right to recover from the Proposer the City s costs and damages including, without limitation, attorney s fees, to the same extent that the City could recover its costs and expenses from the Proposer under section 10 of the Instructions to Proposers if the Proposer withdrew or attempted to withdraw its Proposal. The Proposer further agrees, if it fails to complete the work according to the Specification within the scheduled time or any authorized extension thereof, that damages may be deducted from the Contract price otherwise payable to the Proposer.

RFP 18-02 Page 16 of 18 Acknowledgement is hereby made of the following Addendum(s) received since issuance of the Contract Documents (identified by number) Addendum No. Date Addendum No. Date Addendum No. Date Company Name: It shall be the responsibility of each Proposer to visit the City Purchasing Department s website to determine if addendum(s) were issued and, if so, to obtain such addendum(s). Failure to acknowledge an addendum above shall not relieve the Proposer from its obligation to comply with the provisions of the addendum(s) not acknowledged above. Work is to commence on or about October 1, 2017. The City of Chamblee requires pricing to remain firm for the duration of the initial term of the contract. Failure to hold firm pricing for the initial term of the contract will be sufficient cause for the City to declare bid non-responsive. Termination for Cause: The City may terminate this agreement for cause upon ten days prior written notice to the Consultant of the Consultant s default in the performance of any term of this agreement. Such termination shall be without prejudice to any of the City s rights or remedies by law. Termination for Convenience: The City may terminate this agreement for its convenience at any time upon 30 days written notice to the Consultant. In the event of the City s termination of this agreement for convenience, the Consultant will be paid for those services actually performed. Partially completed performance of the agreement will be compensated based upon a signed statement of completion to be submitted by the Consultant, which shall itemize each element of performance. Termination for fund appropriation: The City may unilaterally terminate this Agreement due to a lack of funding at any time by written notice to the Consultant. In the event of the City's termination of this Agreement for fund appropriation, the Consultant will be paid for those services actually performed. Partially completed performance of the Agreement will be compensated based upon a signed statement of completion to be submitted by the Service Provider which shall itemize each element of performance.

RFP 18-02 Page 17 of 18 The contractor agrees to provide all work to complete the project described in this document for the amount listed below. Total Cost for Plan Cost for additional public meetings beyond the one required /each Legal Business Name Federal Tax ID Address Does your company currently have a location within the City of Chamblee? Yes No Representative Signature Printed Name Telephone Number Fax Number Email Address

RFP 18-02 Page 18 of 18 APPENDIX A NO RESPONSE TO REQUEST FOR PROPOSALS If your company is unable to submit a Proposal at this time, please provide the information requested in the space provided below and return to: Development Department City of Chamblee 3506 Broad Street Chamblee, GA 30341 Our company s reason for not submitting a Proposal is: By: Company Name Its: Name & Title, Typed or Printed