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

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

REQUEST FOR PROPOSALS

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

REQUEST FOR PROPOSALS

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

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

REQUEST FOR PROPOSALS

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

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

REQUEST FOR PROPOSALS

CITY OF GREENVILLE, SC REQUEST FOR PROPOSALS RFP NO

CITY OF MADISON, ALABAMA

REQUEST FOR PROPOSALS For Design Services for New Fire Station

Planning Sustainable Places Program

REQUEST FOR PROPOSALS FOR A CONSULTANT

REQUEST FOR PROPOSALS

WILLIAMSON COUNTY PURCHASING DEPARTMENT SOLICITATION Utility Coordination and Utility Engineering Services

Request for Proposals. On-Call General Engineering Services. Public Works Department City of San Mateo 330 West 20th Avenue San Mateo, CA 94403

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

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

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

Request for Proposal #15-07 Professional Engineering Services for Milwaukee Avenue Streetscape Improvements - Monroe Street to Greenwood Avenue

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

Request for Proposals (RFP) City of Indianapolis/Marion County Pedestrian Plan

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS

APPENDIX D CHECKLIST FOR PROPOSALS

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

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

CITY OF ROCK HILL, SOUTH CAROLINA SOLICITATION OF QUALIFICATIONS FOR TRANSIT CONSULTANT SERVICES

REQUEST FOR PROPOSALS FOR THE FEASIBILITIY STUDY

City of Puyallup City-Owned Fiber Infrastructure Evaluation Project

REQUEST FOR QUALIFICATIONS/PROPOSALS SCCOG REGIONAL BICYCLE AND PEDESTRIAN PLAN

2016 Park Assessment

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

City of Mount Rainier

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

REQUEST FOR STATEMENTS OF QUALIFICATIONS ARCHITECTURAL SERVICES. University of California, Merced

Pierce County Community Connections

STATE OF MAINE Department of Economic and Community Development Office of Community Development

CITY OF JOPLIN, MISSOURI

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF A NEW PUBLIC SAFETY BUILDING/SUBSTATION

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE BRIDGE REHABILITATION PROJECT. Issued by:

Request for Proposal (RFP) For. Architectural Services. Lauderdale County, MS. Board of Supervisors

Glenview School District Greenwood Rd Glenview IL Request for Qualifications For Architect Services

Introduction. Proposal Submission

SMALL CITY PROGRAM. ocuments/forms/allitems.

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS

Midway City Council 11 July 2018 Regular Meeting. Financial Advisory Services / Award Contract

Request for Proposals No Project-Management Services. for. Wahluke School District No East Saddle Mountain Drive Mattawa, WA 99349

City of Somersworth, New Hampshire OFFICE OF THE FINANCE DIRECTOR

Request for Statement of Qualifications for Professional Architectural, Engineering, Staff Augmentation, And Landscape Architecture Services

2018 Regional Solicitation for Transportation Projects

Regional Sustainable Infrastructure Planning Grant Program Cycle 1. FINAL Draft

City of Imperial On-Call Plan Check and Inspection Services. Released: September 13, Important Dates

REQUEST FOR PROPOSAL NEW MARKET TAX CREDIT CONSULTANT SERVICES

REQUEST FOR PROPOSAL (RFP) # CONSULTANT SERVICES FOR DEVELOPMENT OF A DISTRICT SUSTAINABILITY PLAN

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

PRE-PROPOSAL CONFERENCE Tuesday, October 19, 2010 SOUTH CENTRAL CORRIDOR HIGH CAPACITY TRANSIT FEASIBILITY STUDY

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

DALLAS HORSESHOE PROJECT RFQ Q & A MATRIX #6. (February 14, 2012)

Cities of Rockland, South Portland and Biddeford, and Town of Falmouth, Maine

(1) Vendor Acknowledgement (2) Instructions *(3) Scope/Required Information and Documents Outline Including Notarized Certification

City of Edina, Minnesota GrandView Phase I Redevelopment, 5146 Eden Avenue Request for Interest for Development Partner

REQUEST FOR PROPOSAL

Facilities Condition Assessment

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

REQUEST FOR PROPOSALS FOR INFORMATION TECHNOLOGY STRATEGIC PLAN SERVICES

City of Wausau, Wisconsin Request for Proposals Wayfinding System Development and Design

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

REQUEST FOR PROPOSALS FOR REALTOR SERVICES RELATED TO MARKETING & SALE OF SUCCESSOR AGENCY-OWNED REAL PROPERTIES RFP # SA

CITY OF ROCHESTER, NEW HAMPSHIRE INVITATION TO BID

REQUEST FOR PROPOSALS (RFP) Northern Washington County - Corridor-Based, Small Area Transportation Plan

Date: April 6, 2018 SUBJECT: REQUEST FOR QUALIFICATIONS. RFQ # Business Analyst Services

REQUEST FOR PROPOSAL Digital Archiving Project

ADMINISTRATIVE CODE BOARD OF COUNTY COMMISSIONERS

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

REQUEST FOR PROPOSAL (RFP) PLANNING CONSULTING SERVICES FOR THE TOWN OF TOPSHAM S COMPREHENSIVE PLAN UPDATE

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

NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS METROPOLITAN PLANNING ORGANIZATION REQUEST FOR PROPOSALS

INVITATION TO BID (Request for Proposal)

1 INTERNAL AUDIT SERVICES RFP

REQUEST FOR PROPOSALS (RFP)

Request for Proposal No. RFP Consultant Services. for. Building Condition Assessment. Submittal Deadline: Date: March 1, Time: 10:00 a.m.

CITY OF ROCK HILL, SOUTH CAROLINA SOLICITATION OF QUALIFICATIONS FOR TRANSIT MARKETING AND BRANDING PLAN

Biosolids Forest Fertilization Program

Purpose. Funding. Eligible Projects

Request for Proposal. to provide. A Comprehensive Campus Renewable Energy Feasibility Study. for. The University of Vermont s Clean Energy Fund

Request for Proposals

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Request for Proposals Issued by Northeast Florida Regional Council To Re-Write the City of Atlantic Beach Land Development Regulations

REQUEST FOR QUALIFICATIONS G ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT

January 19, To Whom It May Concern:

REQUEST FOR PROPOSALS. Transportation Systems Plan (TSP)

REQUEST FOR PROPOSALS FOR PENSION ADMINISTRATION AND FINANCIAL SYSTEMS CONSULTING SERVICES

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

REQUEST FOR PROPOSALS Development of a Master Plan for Shoelace Park on the Bronx River Greenway

CITY OF PLACERVILLE Development Services Department ENGINEERING DIVISION

Request for Proposals (RFP) to Provide Auditing Services

Transcription:

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

REQUEST FOR PROPOSALS (RFP) INSTRUCTIONS 1.1 Project Introduction The City of Greenwood (City) desires to update its 2003 City Center Master Plan. The existing plan facilitated over $23.6 million in public and private dollars being invested in the city center. Many of the established goals have been completed and to continue the momentum, we want an updated City Center Master Plan to provide a road map for the next 10+ years. To facilitate this process, we first need to analyze the traffic within the Uptown Main Street Corridor. The City is requesting sealed proposals for the Uptown Main Street Traffic Calming Analysis, which will be used to identify changes to current traffic patterns that could be made to reduce truck thrutraffic and increase pedestrian and cyclist safety. Currently, Main Street (US 25) does not have dedicated bike accommodations, however, it is used regularly by the cycling community. Uptown Greenwood was developed on a human scale and this study will be utilized to enhance their experience. The study limits are a segment from Marion Avenue to Merriman Avenue. The 2017 Annual Average Daily Traffic (AADT) volume from Marion Avenue to SC 72 Business (Cambridge Avenue) is 21,500. The street network within the study area is comprised of both South Carolina Department of Transportation (SCDOT) and City owned roads. The existing land-use pattern within the corridor is primarily mixed use, with few undeveloped properties but several vacant buildings. Copies of existing land-use and future land-use maps are available via City/County Planning staff for detailed examination of the land-use conditions of the study area. The street network within the study area is comprised of a US Federal Highway, SC Department of Transportation roads, and city owned roads. Two major intersections are located along Main Street at Seaboard Avenue and Court Avenue. These intersections have significant impacts on all travel modes along the corridor. This study will be a vital component of our updated City Center Master Plan. 1.2 Project Scope The selected firm will provide a recommendation for the appropriate future changes to the Uptown Main Street Corridor (See Appendix A). These recommendations will be provided based on data collection and inventorying all transportation, demographics, environmental, and cultural elements along the corridor. A review of parking and connectivity to areas outside of the Uptown should also be reviewed. The data from the inventory will be analyzed to provide the most accurate depiction of existing conditions. This includes traffic counts, development trends, socioeconomic data, infrastructure and other elements necessary to provide a clear understanding of the corridor. Public participation through a city defined focus group will play a key role in identifying the strengths, weaknesses, opportunities and threats to the corridor. The study will also include street typology development consistent with current City Plans, including the adopted Comprehensive Plan. SC Department of Transportation will provide signal timings and coordination plans for the Uptown system. 1.3 Scope of Work/Deliverables The consultant shall provide a summary of findings that effectively communicates the information reviewed, along with charts, tables, maps and GIS information associated with each task as necessary. The Corridor Study is broken down into the following tasks: Task 1 Identify & Evaluate Transportation Systems and Facilities 2

Assess the existing conditions, character of the corridor, with associated GIS data, including but not limited to: Vehicular and pedestrian safety, including crash data. Traffic volumes and flow/congestion, including traffic counts. Turning movements and related traffic impact studies in the area. Right-of-way alignment, width and existing cross sections. Access management. Observations/counts of current bicycle traffic Multimodal facilities, infrastructure, trails, bike lanes, sidewalks and other elements. Task 2 Development Trends and Future Demand The consultant will differentiate projected traffic by local, through and/or vehicular. They will also inventory existing and projected development trends along the corridor consisting of demographics, multimodal traffic and any other factor that impacts the transportation system, along with associated GIS data. Task 3 Public Participation Public participation will be in the form of a City selected focus group. The selected firm will work directly with the focus group to better understand the opportunities and challenges of the corridor. Task 4 Congestion Management / Safety Effective traffic demand and operational management strategies that can improve the corridor should be recommended. The Consultant must identify and evaluate all reasonable alternatives to alleviate potential congestion and enhance mobility. The following items, at a minimum, should be addressed: Improve safety. Address traffic management issues. Identify additional pedestrian crossing opportunities Identify safely integrated bicycle and pedestrian enhancements Improved traffic patterns that slow traffic and discourage truck traffic Task 5 Establish Arterial Scenarios Various scenarios should also be addressed by the corridor study including but not limited to: Rationalize any proposed road modifications and provide general cost estimates. Determine the viability for major or minor thoroughfare, pavement modifications, signage, medians, and other improvements with general cost estimates. Provide ways to alleviate the future demand of multimodal traffic. Consider incorporating a context sensitive design approach and prioritize all recommendations. Cross-sections at various sections, intersection design, safety improvements, bridge and other infrastructure recommendations as necessary. Provide all associated GIS and CAD data associated with this task. The consultant will be responsible for the creation of maps and graphics. Task 6 Multimodal Element (Bicycle, Pedestrian, etc.) Potential bicycle and existing pedestrian facilities along the corridor will also need to be thoroughly analyzed with the necessary recommendations to enhance and include opportunities for interconnectivity within the study area. A Complete Streets design approach may be used, including a cost/benefit analysis for each recommended multimodal element. Task 7 Recommendations / Implementation / End of Study 3

The study must include actionable recommendations. The consultant shall provide an overview of strengths, weaknesses, opportunities, and threats associated with the transportation system to assure successful implementation. The consultant must identify all transportation system solutions that meet the challenges in conjunction with the land use vision along the corridor. 1.4 Meetings/Briefings/Final Report The consultant is required to attend up to three (3) City of Greenwood meetings. These meetings are in addition to the focus group as stated in Task 3 Scope of Work/Deliverables and they include: A joint Planning Commission and City Council work session Formal presentation before the: o Planning Commission for plan recommendation o City Council for adoption Drafts of the final report will be provided to Julie Wilkie, Assistant City Manager for review and anyone else whom he may deem essential. The final report shall address in detail the requirements found in the Scope of Work/Deliverables and will include graphics, maps and supporting data. A total of five (5) hard copies and one (1) usb flash drive of the final report - in Microsoft Word and Adobe PDF format - will be provided to City of Greenwood. All associated GIS File Geodatabase, Shapefiles with the layers, graphics and any other supporting data shall also be transferred to City of Greenwood. The documents should be constructed so hard copies can be created by the City and changes can be made as necessary. 1.5 RFP Schedule and Proposal Submission Provided below is the anticipated schedule of events. The Town reserves the right to adjust the schedule and to add or remove specific events to meet the unique needs of this Project. June 5, 2018 July 16, 2018 July 18, 2018 August 6, 2018 August 13, 2018 October 15, 2018 RFP Release Proposal Deadline Selection Committee Review Consultant Announced Estimated Start Study Completion Proposals shall be enclosed in a sealed envelope or package and addressed to the City. The name and address of the prospective company, the RFP number, and RFP title, shall be placed on the outside of the package. All items required for a responsive proposal shall be included. It is the sole responsibility of the company to ensure that the proposal is received no later than the established due date and time at the proper location. Proposals received after the due date and time will not be considered. Proposals submitted by facsimile or other electronic means will not be accepted. To be considered, five (5) hard copies and one (1) electronic copy must be received by the Assistant City Manager for the City of Greenwood on or by July 16, 2018 by 2:00 p.m. Proposals may be hand-delivered, mailed or sent via overnight delivery service. Submittals by email or fax will not be accepted. Proposals and questions should be directed to: Julie Wilkie, Assistant City Manager City of Greenwood 520 Monument St, Room 130 PO Box 40 Greenwood, SC 29648 4

Please provide the following information: 1. Letter of Interest 2. Name and Location of Firm Including E-Mail and Web Address 3. Firm Contact Person and Email Address 4. Names and Resumes of Key Team Members and Project Lead 5. Examples of Past Projects of a Similar Nature and Scope Include project name, client name, and date of completion 6. Three (3) References 7. Description of Proposed Project Methodology 8. Project Schedule with flow chart 9. Sample plan document from list of comparable projects 10. Cost Plus Fixed Fee for Services not to exceed $15,000. Contract extension and additional fees subject to City of Greenwood approval 1.6 Evaluation Criteria & Process The Selection Committee will consider the response to this RFP, information gained while evaluating responses, and other relevant information to make its determination. In seeking the best and highest quality of services, the following criteria will be considered when evaluating proposals. Understanding the Purpose and Method of Approach: 30% The comprehensive understanding and technical rational of the stated approach to the project as presented in the RFP. Evaluation will be based on the Consultant's proposed methodology time they allocate for each specific task. Consultants is free to suggest other requirements, issues and factors that may have been overlooked. Capability and Qualifications: 35% Qualified professional personnel assigned to the project will be measured by their skills relevant to their responsibility including education, experience, and communication. Experience on similar projects is preferred. The Consultant s staff working on the project must be the same as identified in the proposal. The presentation, graphic, writing, and technical skills are important considerations both in the initial selection and final interview/presentation. Originality and Innovativeness: 10% While this RFP generally outlines the tasks, products, and outcomes expected of the consultant, innovation is a key factor to the study going beyond the suggested Scope of Work/Deliverables either in data gathering or analysis, public participation, etc. Cooperative Work Experience: 10% The Consultant s experience working as a cooperative team with other Consultants and public agencies. Professional qualifications of those assigned to the project will be measured within a cooperative team environment. Specific examples of previous accomplishments with contact references shall be provided. Schedule: 15% Based on ability to successfully complete the project within a reasonably, proposed time frame. SELECTION CRITERIA SUMMARY: Understanding and Approach 30% Capability and Qualifications 35% Originality and Innovativeness 10% Cooperative Work Experience 10% Schedule 15% Total 100% 5

Proposals will be evaluated based on the firm s responses to the requirements of this RFP. Evaluations will focus on relative strengths, weaknesses, deficiencies and risks associated with Proposal. Award will be made to the Proposer who, in City s sole judgment, is most responsive in meeting City s requirements associated with providing the Services. The City reserves the right to obtain clarification or additional information with any firm regarding its proposal. Firms who submit proposals will be notified of the selection results. Final recommendation of any selected firm is subject to review by and approval of City Council. The City s consultant selection is a two-step, quality-based selection process. First, based on an assessment of the technical qualifications of responding firms, we will select a firm best suited to carry out the scope of work as outlined in our RFP. A review committee will evaluate each proposal and may recommend firms to present additional information and appear for interviews; or, the proposal may be the sole basis for the selection. Second, City will negotiate a price with the selected firm. Negotiations and award of the contract will be to the firms that provide the most advantageous proposals. If we cannot negotiate an acceptable contract with the selected firm, negotiations will be terminated, and the City will initiate discussions with the second ranked firm. 1.7 Proposal Format Proposals are limited to a maximum of six (6) single-sided numbered pages. The cover letter, required forms, resumes, and dividers do not count toward the page limit. Proposals shall be printed on eight and a half by eleven-inch (8-1/2 x 11 ) paper, although pages containing organizational charts, matrices, or large diagrams may be printed on larger paper to preserve legibility. Type size shall be no smaller than eleven (11) points for narrative sections, but may be reduced for captions, footnotes, etc., as required, while maintaining legibility. A digital version must be provided on a cd, flash drive, or a link to the document file. Submissions that do not conform to the requirements listed herein may be removed from consideration at the sole discretion of the City. 1.8 Proposal Content Proposals shall be arranged as follows: Cover Letter: General Information A. Describe your interest in this Project and the unique advantage the Firm/Team brings to the Project. B. State any conflicts of interest the Firm or any team member may have with this Project. C. Describe any unresolved claims and settled claims, disputes, and/or current litigation with the City of Greenwood within the past five years. Tab 1: Qualifications and Experience of the Firm(s) and/or Key Team Members in Providing Similar Services for Similar Projects (Suggested 2 3 pages) A. Identify the legal entity that would enter into a contract with the City and include the location of company headquarters, local office location, and the name and title of the person authorized to enter into an agreement. B. List a minimum of two (2) relevant, similar projects, either currently in progress or having been completed within the past five (5) years, and include the following (any owner may be 6

contacted for a reference): Brief project description; Owner s representative having knowledge of the firm s work; include the contact name, phone, email, address; Discuss the methods, approach and controls used on the project to complete it in an effective, timely, economical and professional manner. C. Provide an organization chart of all key team members who will be directly involved in providing services, including any subcontractors, to be assigned specifically to this project. Identify the Project Manager who will be empowered to make decisions for and act on behalf of the firm. Tab 2: Project Understanding, Methodology, and Approach (Suggested 3 4 pages) A. Discuss the company s understanding of the Project objectives. Please outline the work plan (staff interviews, etc.) and schedule. This description should be detailed and completely demonstrate the proposer s intended methods. Tab 3: Required Forms All forms provided with this RFP shall be completed and submitted with the Proposal. Required Forms, Cover Letter and Resumes will not be counted towards the page limit. THIS SPACE LEFT BLANK INTENTIONALLY 7

1.9 Forms FORM A PROPOSAL PACKAGE COVER SHEET I. Qualification Package Submitted By: Company Full Legal Name: Contact Person for RFP Process: Street Address: City/State/Zip: Telephone Number: Fax Number: Email Address: Submission of a response to this RFP constitutes certification that the Company and all proposed team members are not currently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this Project by any State or Federal department or agency. Submission is also agreement that the City will be notified of any change in this status. The information contained in this qualification package, including its forms and other documents, delivered or to be delivered to the City, is true, accurate, and complete. This qualification package includes all information necessary to ensure that the statements therein do not in whole or in part mislead the City as to any material facts. Represented and Warranted By (Signature): Printed Name and Title: Date Signed: 8

FORM B KEY TEAM MEMBER MATRIX (attach additional sheets as necessary) KEY TEAM MEMBERS Key Team Member 1 Key Team Member 2 Key Team Member 3 Key Team Member 4 Key Team Member 5 Personal Information Name Professional Certifications/Registrations/Affiliations Relevant Academic Degree(s) (list) Proposed Role/Function for Project Office Location Number of Years with Current Firm Role Role Role Role Role Involvement Involvement Involvement Involvement Involvement

APPENDIX A