Association of Monterey Bay Area Governments. Request for Proposals Monterey Bay Area Bicycle Travel Demand Modeling Project. Not to Exceed $90,000

Similar documents
City of Malibu Request for Proposal

FISCAL & COMPLIANCE AUDITS

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS. Transportation Systems Plan (TSP)

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

Borough of Glassboro, New Jersey. Request for Proposals. Getting Around Glassboro Transportation and Transit Study

January 19, To Whom It May Concern:

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

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

MONTEREY BAY UNIFIED AIR POLLUTION CONTROL DISTRICT

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: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

REQUEST FOR GRANT APPLICATIONS FOR WALK, RIDE, AND ROLL TO SCHOOL MINI-GRANT PROGRAM

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

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

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

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

REQUEST FOR PROPOSAL TO PROVIDE AS-NEEDED ENGINEERING SERVICES FOR THE IMPLEMENTATION OF

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

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

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS

REQUEST FOR QUALIFICATIONS AND PROPOSALS (RFQ/P) RFQ # ARCHITECTURAL SERVICES Bond Measure G

Disadvantaged Business Enterprise Supportive Services Program

OREGON VOLUNTEER FIREFIGHTERS ASSOCIATION

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

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES

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

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

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

Attention Design Firms

Request for Grant Applications. Transportation Demand Management Mini-Grant Program

Lower Manhattan Development Corporation Avi Schick, Chairman David Emil, President. March 2, 2009

Grant Seeking Grant Writing And Lobbying Services

REQUEST FOR PROPOSALS For Design Services for New Fire Station

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

2016 Request for Proposal LGBT Community Needs Assessment

City of Lynwood MODIFIED REQUEST FOR PROPOSALS FOR

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS FOR PENSION ADMINISTRATION AND FINANCIAL SYSTEMS CONSULTING SERVICES

REQUEST FOR PROPOSALS

CITY OF FRESNO AIRPORTS DEPARTMENT REQUEST FOR QUALIFICATIONS (RFQ) FOR CONSULTING SERVICES FRESNO YOSEMITE INTERNATIONAL AIRPORT

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

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

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

Aberdeen School District No North G St. Aberdeen, WA REQUEST FOR PROPOSALS 21 ST CENTURY GRANT PROGRAM EVALUATOR

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

Consultant for Research and Design Services for Equipment and Systems for Unmanned Aerial Vehicle Drone (UAV) for OSU-Cascades

REQUEST FOR PROPOSALS: Strategic Plan. Schedule: Written questions will be due by 12:00 p.m. (CST), November 22, 2017

Health-Related Website and Social Media Platform Services

Redevelopment Authority of Allegheny County

Request for Proposal PROFESSIONAL AUDIT SERVICES

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

Thurston County Public Works Request for Proposals (RFP) Mullen Rd Project Relocation Services (CRP# 61487, FA# STPUS-5292(004)) SCOPE OF WORK

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

BUTTE COUNTY DEPARTMENT OF WATER AND RESOURCE CONSERVATION REQUEST FOR PROPOSALS TO

B Request for Proposal for. Qualified Firms. Financial Advisory Services. Grossmont-Cuyamaca Community College District

December, 2017 Request for Proposals for Airport Business and Financial Consultant At Savannah/Hilton Head International Airport

CITY OF MADISON, ALABAMA

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

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

Scope of Services The City is seeking consulting services for the following tasks:

Information Technology Business Impact Analysis Consulting Services

REQUEST FOR PROPOSAL GRANT WRITING, ADMINISTRATION, AND IMPLEMENTATION OF HOUSING PROGRAMS

INDEPENDENT AUDITING SERVICES

WEDC REQUEST FOR PROPOSALS:

Request for Qualifications Construction Manager at Risk Contract

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

Port of Long Beach Community Grants Program. Community Infrastructure

Request for Proposals

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

Request for Proposals for Baggage Handling System / Checked Baggage Inspection System (CBIS)

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

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

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

REQUEST FOR PROPOSAL STEVENS CREEK VOLUNTEER FIRE DEPARTMENT RECRUITMENT & RETENTION GRANT ADMINISTRATION

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

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

REQUEST FOR PROPOSALS (RFP #18-001) Vessel Construction Management Services

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL (RFP) FOR THE DESIGN, DEVELOPMENT, AND IMPLEMENTATION OF CITY ECONOMIC DEVELOPMENT WEBSITE

Attention Design Firms

SACRAMENTO COUNTY REQUEST FOR PROPOSAL OPERATIONAL REVIEW Voter Registration and Elections DEPARTMENT

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

CITY OF MOBILE REQUEST FOR PROPOSAL TRANSIT MANAGEMENT SERVICES

Regional Greenhouse Gas Initiative, Inc. Request for Proposals #18-01 RGGI Auction Services Contractor. June 18, 2018

TERREBONNE PARISH REQUEST FOR QUALIFICATIONS FOR ENGINEERING SERVICES. Generator Sizing and Installation

Energy Efficiency Programs Process and Impact Evaluation

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016

Regional Sustainable Infrastructure Planning Grant Program Cycle 1. FINAL Draft

CITY OF LOMPOC REQUEST FOR PROPOSALS DEVELOPMENT IMPACT FEE UPDATE STUDY

REQUEST FOR PROPOSAL

ALLEGHENY COUNTY RESIDENTIAL FINANCE AUTHORITY REQUEST FOR PROPOSALS. Analysis of Housing Markets in Allegheny County

2016 Park Assessment

Transcription:

AMBAG Request for Proposals: Bicycle Travel Demand Modeling Tool Submission deadline: August 9 2011 1 Request for Proposals Monterey Bay Area Bicycle Travel Demand Modeling Project Not to Exceed $90,000 Issued: July 12 2011 Questions Due: July 19 2011 Deadline (received by AMBAG): August 9 2011 Submit all questions and proposals to: Steph A. Nelson, Project Manager AMBAG 445 Reservation Rd. Suite G, Marina, CA 93933 snelson@ambag.org

Monterey Bay Area Bicycle Travel Demand Modeling Project RFP Submission deadline: August 9 2011 2 Contents Introduction 3 Project Summary 3 Geographic Area 3 State and Federal Resources 4 Scope of Work & Project Deliverables 5 RFP Timetable 12 Proposal Submittal 12 Submittal Questions and Addenda 12 Notice of Award 12 Project Manager 12 Evaluation Criteria 13 Proposal Content & Scoring 13 Selection Process 14 Contractual Information and Payment Schedule 14 Terms & Conditions 14

AMBAG Request for Proposals: Bicycle Travel Demand Modeling Tool Submission deadline: August 9 2011 3 Introduction The (AMBAG) seeks a qualified consultant or consultant team to complete a bicycle travel demand modeling project for the three county Monterey Bay Area to be completed no later than January 31, 2013. The two primary activities of this project consist of data collection and analysis and the development of a bicycle travel demand modeling tool. Funding for the Monterey Bay Area Bicycle Travel Demand Modeling Project is provided by the Monterey Bay Unified Air Pollution Control District (referred to as the Air District ) through the AB 2766 Emission Reduction Grant Program. In years past, bicycle facility projects have constituted a considerable amount of the Air Districts projects funded through this program as shown the table below. The bicycle travel demand modeling tool will be utilized by Air District and transportation planners around the region to conduct benefit-cost analyses of proposed and existing bicycle facility projects. As the granting agency for this contract, AMBAG seeks to utilize results from the modeling project to assist in meeting the requirements of California Senate Bill 375. As the Metropolitan Planning Organization for the Monterey Bay Area, AMBAG must conduct land use, transportation and emissions modeling to demonstrate how the Monterey Bay Area can reduce vehicle miles traveled and associated greenhouse gases by 2020 and 2035. The primary models that AMBAG utilizes to meet these requirements are the regional travel demand model (RTDM) and EMFAC2007. A series of RTDM improvements are planned in order to make the RTDM more sensitive to multi-modal and smart growth investments and thus more effective for meeting SB 375 requirements. This modeling project will play a central role in ensuring the RTDM is sufficiently sensitive to nonmotorized travel. MBUAPCD's AB2766 Grant Program: Bike Project Summary Time Period: 1992 through 2009* Project Type Awarded Amount # of Projects Class II bike lanes $2,536,287 38 Class I bike paths $2,259,755 39 Bike Lockers or Racks $544,430 28 Bike routes $378,000 3 Education for bike users $145,596 4 Purchase of electric bikes $79,232 8 Purchase of bikes $72,550 2 Signal loops for bike lanes $31,900 3 Showers for biker employees $18,000 1 TOTAL $6,065,750 126 *The Air District has placed a moratorium on awarding grants for bike projects until AMBAG's bicycle travel demand modeling tool is available Project Summary The two primary activities of this project consist of data collection and analysis and the development of a bicycle travel demand modeling tool. The selected consultant will develop the modeling tool within the context of AMBAG s overarching model improvement plan while also meeting the needs of the Air District as identified above. To the extent practicable within the budget and timeframe of this project, the consultant will also implement pertinent RTDM improvements to ensure sufficient sensitivity to bicycle travel. Geographic Area The Monterey Bay Area consists of three counties (Monterey, San Benito and Santa Cruz) and 18 cities (see attached map Monterey Bay Area: Statewide Context) and constitutes California s North Central Coast Air Basin. While the entire region spans a total of 6,000 square miles, the urbanized areas constitute less than 150 square miles. The climate is conducive to bicycling, with average temperatures ranging from a low of 43 in December to a high of 71 in September. Precipitation reaches up to 4 inches per month on average during January.

Monterey Bay Area Bicycle Travel Demand Modeling Project RFP Submission deadline: August 9 2011 4 The region s infrastructure includes 6,000 centerline miles of roadway in the Monterey Bay Area with a moderate amount of bicycle and pedestrian facilities built and planned for. Of the $8 billion in transportation expenditures planned for 2010-2035, 4% are programmed for bicycle and pedestrian investments in the Monterey Bay Area. This figure ranges from one county to the next with Santa Cruz County programming over 10% of expenditures in bicycle (5%) and pedestrian (5%) projects combined. Statewide, Federal and Other Resources AMBAG Staff has been in communication with statewide and federal agencies as well as other regional planning agencies to identify modeling resources that are available to assist with the completion of the Monterey Bay Area Bicycle Travel Demand Modeling Project. These are outlined below. Expenditures by Mode Monterey Bay Area 2010-2035 Source: AMBAG, 2010 Monterey Bay Area Metropolitan Transportation Plan Transit 30% ITS, TDM, Planning 3% Aviation and Rail 5% Bicycle & Ped 4% Roads & Bridges 58% 1. TMIP Report Through the Federal Highway Administration s Travel Model Improvement Program (TMIP), AMBAG Staff recently convened a peer review group of expert modelers from around the country including Cambridge Systematics, Sacramento Area Council of Governments, San Francisco County Transportation Authority, RSG, Denver Regional Council of Governments and Fehr & Peers. The peer reviewers examined AMBAG s regional travel demand model and issued a wide range of recommendations for improvements in a summary TMIP report. The TMIP report identifies a total of 30 short term, medium term and long term model improvements ranging from reporting production/attraction balance to implementing a hybrid activity/trip based model and dynamic traffic assignment modeling. These TMIP recommendations are fully detailed in the report available on AMBAG s website at http://www.ambag.org/programs/met_ transp_plann/mtp.html. 2. San Francisco County Transportation Authority CycleTracks route choice model source code GPS-based bicycle route choice model developed at the San Francisco County Transportation Authority (SFCTA) utilizing Cycle Tracks data as part of SF-CHAMP, the San Francisco Chained Activity Model Process. Model source code, presentations, and articles can be downloaded from the SFCTA website at http://www.sfcta.org/downloads/cycletracks/. AMBAG Staff have worked with SFCTA Staff to utilize the CycleTracks app in the Monterey Bay Area. 3. California Household Travel Survey The California Department of Transportation (Caltrans) will be conducting the decennial California Household Travel Survey (CHTS) from July 2011 through August 2012. AMBAG Staff has initiated a conversation with Caltrans regarding enhancing the region s CHTS sample set with an oversampling of Monterey Bay Area bicycle commuters. AMBAG Staff will be submitting a contact list of said commuters to Caltrans staff. More information about the CHTS can be found here http://www.dot.ca.gov/hq/tsip/tab/ travelsurvey.html.

AMBAG Request for Proposals: Bicycle Travel Demand Modeling Tool Submission deadline: August 9 2011 5 4. FHWA Non-Motorized Modeling Tool The Federal Highway Administration (FHWA) recently released an RFP to select a qualified consultant to build an extensible software framework to facilitate delivery of new standalone analysis tools for nonmotorized travel analysis. The framework will support GIS analysis as well as network-based and numeric analyses. It will provide tools for loading data, preparing and viewing analysis results, and retrieving result files (as tables or GIS layers). The tool is intended to make sophisticated analysis techniques available for non-motorized planning applications, and will also provide a platform for researchers and others who wish to implement new analysis techniques in an environment that permits easy deployment. Pilot projects that use the framework to deploy various analyses will be initiated in early 2012. AMBAG Staff and FHWA have discussed, with considerable interest, the possibility of the Monterey Bay Area Bicycle Travel Demand Modeling Tool acting as one of the pilot projects. Further information on the project and the toolbox are available from FHWA Office of Planning. 5. NCHRP 08-78 Estimating Bicycling and Walking for Planning and Project Development The National Cooperative Highway Research Program, Project 08-78, Estimating Bicycling and Walking for Planning and Project Development (NCHRP 08-78) is expected to be complete in early 2012. Scope of Work & Project Deliverables The consultant will be expected to perform all of the analyses necessary to complete all deliverables for this project over a 17 month period of time. The consultant will receive general direction from the AMBAG Project Manager. This project consists of a total of four activities: 1. Project Kick Off 2. Data Collection & Analysis 3. Development of the Modeling Tool & RTDM Adjustments 4. Presentations Each of these activities and associated deliverables are described below. AC TIVIT Y ONE: Projec t Kick Off The consultant will conduct a scoping process early in the project to solicit feedback from a peer review group, stakeholder committee and AMBAG staff. During this activity, the consultant will further refine proposed methodology for all project activities and present a framework for the appropriate use of the modeling tool in project evaluation with the goal of managing expectations of potential users. AC T I V I T Y O N E : D e l i ve r a b l e s The consultant will provide AMBAG with the following deliverables: 1. A revised scoping plan incorporating feedback from peer review group and stakeholder committee as appropriate Final due date: September 2011 2. Two presentations and associated materials - SEE ACTIVITY FOUR: PRESENTATIONS

Monterey Bay Area Bicycle Travel Demand Modeling Project RFP Submission deadline: August 9 2011 6 AC TIVIT Y T WO: Data Collection & Analysis The consultant is expected to manage the collection and analysis for three sets of data as well as analysis of a fourth as follows: 1. Bicycle commute trip data; 2. Bicycle facility network data; 3. Bicycle count data and 4. Analysis of California household travel survey data for bicycle commuters. Further, consultants are encouraged, where appropriate and available, to identify and utilize existing bicycle data for the Monterey Bay Area. The consultant is expected to conduct and document all necessary analysis of the four data sets described herein. Each of these data sets is discussed in more detail below. 1. Bicycle Commute Trip Data (CycleTracks) Bicycle commute data is currently being collected by bicycle commuters in the Monterey Bay Area through the CycleTracks smartphone app developed by the San Francisco County Transportation Authority (SFCTA). This effort began in April 2011 and will continue through October 2011 or until sufficient data has been collected, as determined by the consultant. AMBAG Staff will be working with bicycle planners and advocates in the region to recruit CycleTracks users throughout this period of time. The CycleTracks data has already been made available via a web based application; the consultant will be provided with a user id and password to access the data. To date, approximately 100 trips have been recorded. The consultant will be expected to manage the CycleTracks data and associated analysis. At project completion, the consultant will be expected to provide a CycleTracks data set in GIS shapefile format and results of associated analyses in excel file format. 2. Bicycle Facility Network Data Existing bicycle facility network data is incomplete for the Monterey Bay Area. The consultant will update the model transportation network file and create a corresponding GIS shapefile with bicycle network data including but not limited to Class I, II and III facilities. To assist with this activity, AMBAG Staff will provide GIS data, 2005 base year model transportation network files, the 2010 MTP bicycle and pedestrian project list and 2007 aerials at 3in resolution in addition to the CycleTracks data previously discussed. The consultant will work with AMBAG to provide local planning staff with an opportunity to carefully review the bicycle facility network data. Proposers will note that the updated model transportation network file will be treated as part of the 2010 base year network per AMBAG s Model Improvement Plan. 3. Bicycle Count Data The consultant will conduct collection and analysis of bicycle count data. This will include determining the location and number of count locations, schedule, equipment utilized and management of the effort. Prior to execution of the collection effort, the consultant will be expected to provide the Project Manager with a schedule and map of the bicycle count locations along with a description of the counter equipment to be utilized, which may undergo review by the stakeholder committee. The consultant will conduct all relevant analysis of bicycle count data for the modeling project. At project completion, the consultant will be expected to provide bicycle count data in GIS shapefile format, populate the transportation model network file, provide results of associated analyses in excel file format as well as technical documentation that adequately describes all the items discussed above. 4.CHTS Data The California Department of Transportation (Caltrans) will be conducting the decennial California Household Travel Survey (CHTS) from July 2011 through August 2012. AMBAG Staff has initiated a conversation with Caltrans regarding enhancing the region s CHTS sample set with an oversampling of Monterey Bay Area bicycle commuters. The consultant will conduct analysis of CHTS data pertaining to the bicycle commuter population in the Monterey Bay Area to the extent practicable within the timeframe of this project.

AMBAG Request for Proposals: Bicycle Travel Demand Modeling Tool Submission deadline: August 9 2011 7 The consultant will also be expected to compile a list of bicycle commuter contact information submitted through the CycleTracks app. AMBAG Staff has arranged to submit a contact list of said commuters, with their explicit permission, to Caltrans staff. The selected bicycle commuters will participate in the CHTS base (diary) survey in March of 2012 with the possibility of an early submission in September of 2011. The consultant will be responsible for compiling the contact list only for the March 2012 submission. If the CHTS sample of bicycle commuters is inadequate for the purposes of this project, the consultant may choose to work with AMBAG to coordinate with regional planners and bicycle advocates to conduct additional surveys utilizing the CHTS format and methodology. AC TIVIT Y T WO: Deliverables The consultant will provide AMBAG staff with the following deliverables: 1. Map and document showing proposed bicycle count locations, schedule and equipment Final due date: September 2011 2. A contact list of bicycle commuters in excel file format Final due date: February 2012 3. Bicycle facility network in GIS shapefile format 4. CycleTracks data set in GIS shapefile format and associated analysis results in excel file format 5. Bicycle count data in GIS shapefile format and associated analysis results in excel file format 6. CHTS bicycle commuter data analysis results in excel file format Final Due date: January 2013 7. 2010 base year transportation model network with bicycle network attributes populated Final Due date: January 2013 8. Additional survey responses from bicycle commuters in excel, csv or text file format along with original paperwork completed by survey recipients and associated analysis in excel file format 9. Technical documentation for all data sets, data analysis and methodology

Monterey Bay Area Bicycle Travel Demand Modeling Project RFP Submission deadline: August 9 2011 8 AC T I V I T Y T H R E E : D e v e lo p m e n t o f t h e B i c y c l e T r a v e l D e m a n d M o d e l i n g T o o l & R T D M i m p r o v e m e n t s The consultant will develop a modeling tool that can be used by air quality, transportation and land use planners with moderate to limited technical skill to conduct benefit-cost analyses of proposed and existing bicycle facility projects. While the bicycle modeling tool will be a stand-alone or post-processing tool to be utilized by planners with limited technical proficiency, RTDM improvements will respond to bicycle travel demand modeling needs. The consultant is expected to provide a list of such recommendations for adjustments to AMBAG s RTDM in regard to improving the model s sensitivity to bicycle movement. To the extent practicable within the budget and timeframe of this project, the consultant will implement some of these adjustments to AMBAG s RTDM. Currently, the RTDM s sensitivity to nonmotorized travel has not been tested. While it estimates nonmotorized trips (pedestrian and bicycle combined), simliar to many RTDMs, it does not assign them to the network. The level of detail in the road network of AMBAG s RTDM is detailed enough to support nonmotorized trip assignment. However, as previously mentioned, the transportation network model files do not currently contain full attributes for all existing bicycle facilities in the three county region. A recently developed 5D post-processor now allows AMBAG to model the impact of smart growth land use investments on vehicle miles traveled, but the need to sufficiently model the impact of investments in bicycle (and pedestrian) facilities persists. ACTIVITY THREE: Additional Background Information Examples of bicycle projects that this tool will help evaluate are identified in the table below: MBUAPCD s AB 2766 Grant Program: Ten Largest Awarded Bicycle Projects Year Grantee Description Award Total Cost 1 1996 CSUMB FT. ORD CSUMB BIKE ROUTES $178,000 $329,100 2 2003 City of Salinas N. Main St. Class II Bike Lanes $175,000 $890,000 3 2003 City of Santa Cruz Soquel Ave. Bike Lanes $175,000 $90,000 4 2004 City of Salinas Abbott St. Bike lanes-ii $158,835 $700,000 5 2003 City of Seaside Del Monte Blvd. Class I Bike/ Ped. Trail $149,000 $425,000 6 2003 CITY OF MARINA Fort Ord 5th St.-Hwy. 1 Class I Bikeway $138,592 $266,984 7 2006 City of Marina Downtown Bike / Ped Improvements -II $125,000 $130,000 8 2005 City of Marina Downtown Bike/ Ped Improvements-I $120,015 $204,000 9 1996 City of Sand SAND CITY-SEASIDE BIKE PATH $113,000 $1,077,000 10 2008 Cnl of San Benito Govts San Juan Highway Bike Lanes $110,000 $2,010,312 The projects listed above have already been awarded; it is anticipated that similar project proposals will be submitted and the Air District or other agencies will utilize this tool to evaluate the benefit-cost of such projects against a range of other projects. Air District evaluation criteria for such projects include, among others, estimated greenhouse gas reductions per dollar awarded. Full evaluation criteria can be found in the Air District s AB2766 grant application package. As noted previously, the primary transportation model that AMBAG utilizes is a traditional trip-based, four-step regional travel demand model run on the TransCAD platform and includes Monterey, San Benito, Santa Clara and Santa Cruz Counties. The model includes detailed transportation and transit networks, as well as a geographically based Traffic Analysis Zone (TAZ) layer containing socioeconomic data. This

AMBAG Request for Proposals: Bicycle Travel Demand Modeling Tool Submission deadline: August 9 2011 9 layer consists of close to 2000 TAZs for the four county region. The size of TAZs within incorporated areas ranges from 870 square feet to 2.8 square miles, with an average size of 0.104 square miles. The AMBAG RTDM uses a gravity-based distribution model, a nested-logit mode choice model, a transit assignment model, and an equilibrium-based highway assignment model. The AMBAG travel demand model also contains a congestion feedback loop between distribution, mode choice and highway assignment to account for congested travel times in trip distribution. The RTDM also includes an updated mode choice model and transit assignment process. The trip generation, trip distribution and mode choice models were calibrated using the 2000 California household travel survey (CHTS) results. The 2005 base year model Highway Assignments were calibrated and validated against 2005 screenline traffic count data and 2005 Highway Performance Monitoring System (HPMS) VMT data. This version of the model was used to develop AMBAG s 2010 MTP. The AMBAG travel demand model contains several additional features to assist in answering questions specific to the region: The modeling approach contains a 5D post processing method for measuring sensitivity to urban design ( 5D stands for Density, Diversity, Design, Destination and Distance from Transit). The model also includes visitor trip purpose, a key market of interest in the area Santa Clara County was folded into the model coverage area to better account for the strong connections for work and other trips between Monterey, Santa Cruz, and Santa Clara counties Use of additional data for capacity analysis including shoulder width, lane width, access points per mile, divided highways, and area type The recently completed TMIP report discusses several pertinent issues and recommendations for the trip generation, trip distribution, mode choice and trip assignment models that the consultant will consider when identifying opportunities to improve the model s sensitivity to bicycle movement. The full TMIP report is available on the AMBAG website as is further technical documentation of AMBAG s RTDM as listed below. AMBAG will provide the consultant with the travel demand model, all files and documentation as well as necessary land use, demographic and environmental GIS data. Other existing resources and tools include the following: AMBAG 5D Post-Processor Tool http://ambag.org/programs/met_transp_plann/documents/tmip/4_ambag%205d%20report.pdf AMBAG RTDM Model Documentation - http://www.ambag.org/programs/met_transp_plann/ documents/tmip/3_model_technical_report_draft_march2011.pdf San Francisco County Transportation Authority CycleTracks Data and bicycle model source code http:/www.sfcta.org/downloads/cycletracks/ FHWA Non-Motorized Modeling Tool, contact FHWA Office of Planning for more information Benefit Cost Analysis of Bicycle Facilities http://www.bicyclinginfo.org/bikecost/step1.cfm MBUAPCD grant application, including evaluation criteria, for AB2766 funds www.mbuapcd.org/mbuapcd/pdf/planning/ab2766/apppak2012final.doc AC TIVIT Y THREE: Deliverables The consultant will provide AMBAG staff with the following deliverables: 1. Hold peer review on modeling tool and RTDM adjustments Final due date: TBD by consultant, no later than January 2013 2. Beta Release version of Bicycle Travel Demand Modeling Tool Final due date: TBD by consultant, no later than January 2013

Monterey Bay Area Bicycle Travel Demand Modeling Project RFP Submission deadline: August 9 2011 10 3. Final Release version of Bicycle Travel Demand Modeling Tool and source code 4. Brief user s guide for the Bicycle Travel Demand Modeling Tool. This user s guide should explain the tool s reasonable applicability in project evaluation processes 5. List of recommended adjustments to the RTDM 6. Adjusted components of the RTDM pertinent to bicycle travel demand modeling and source code (to the extent practicable) 7. Technical documentation

AMBAG Request for Proposals: Bicycle Travel Demand Modeling Tool Submission deadline: August 9 2011 11 AC T I V I T Y F O U R : P resentat i o n s The selected firm will conduct a series of presentations over the life of the project. Audiences include AMBAG modeling and planning staff; a stakeholder committee comprised of planning professionals (potential users of the model), a peer review group comprised of modeling experts, the AMBAG Board of Directors and the MBUAPCD Board of Directors. 1. Kick Off Presentations - peer review group (1) and stakeholder committee (1). Early on in the process the consultant will be expected to engage the peer review group and AMBAG Staff in a kick off meeting to discuss methodology. Another kick-off presentation for the stakeholder committee will accompany this presentation and include discussion for the appropriate use of modeling tools in project evaluation with the goal of managing expectations of potential users. These two presentations may be webinar based. Due date: September 2011 2. Peer Review - Once significant development of the modeling tool and any RTDM adjustments are underway, the consultant will present to the peer review group. This presentation will be in person. Due Date: No later than January 2013 3. Beta Release Presentation stakeholder committee and peer review group. Once a beta version of the modeling tool has been developed, the consultant will present to the stakeholder committee and peer review group to invite them to test out the tool and provide feedback. This presentation may be webinar based. Due Date: No later than January 2013 4. Final Release Training stakeholder committee. Once the modeling tool is complete, the consultant will conduct an instructional workshop for the stakeholder committee as well as other planning professionals and potential users. This presentation will be in person. Due Date: No later than January 2013 5. Final Presentations - AMBAG Board of Directors (1) and Air District Board of Directors (1). The consultant will make a final presentation regarding the entire project to the AMBAG Board of Directors as well as the MBUAPCD Board of Directors. These presentations will be in person and can be coordinated with #4 above. Due Date: No later than January 2013 AC TIVIT Y FOUR: Deliverables 1. Completion of each of the presentations Final due date: as stated above 2. Materials for all presentations, including slides and notes taken Final due date: as stated above

Monterey Bay Area Bicycle Travel Demand Modeling Project RFP Submission deadline: August 9 2011 12 RFP Timetable July 12 2011 July 19 2011 July 25 2011 August 9 2011 August 16 2011 August 22-30 2011 August 31 2011 September 1-8 2011 September 12 2011 January 31 2013 AMBAG issues Request for Proposals Deadline to submit questions about the RFP to the Project Manager Responses to questions and additions to RFP will be posted on the AMBAG website Closing date for receipt of proposals Finalists contacted Interviews will be scheduled as needed Selected consultant notified Negotiate & execute contract Project commences Deadline for project completion Proposal Submittal Interested consultants must submit both hard copies and a digital copy of the proposal to the Project Manager as follows: Hard copy: One original, six copies Digital: Send as a single PDF or PDF portfolio All submissions must be received by AMBAG on or before August 9, 2011 at 5pm Pacific Standard Time. By submitting a proposal, the Proposer certifies that his or her name or the consultant firm's name, as well as the name of Proposer s subcontractors, does not appear on the Comptroller General's list of ineligible contractors for federally assisted projects. Until award of the contract, the proposals shall be held in confidence and shall not be available for public review. Upon award of a contract to the successful Proposer, all proposals shall be public records. No proposal shall be returned after the date and time set for opening thereof. Submittal Questions and Addenda All questions on the RFP should be received no later than July 19 2011 at 5 p.m. PST by e-mail to Steph Nelson, Project Manager, at snelson@ambag.org or by fax to 831.883.3755. Responses that require that an addendum be issued to the RFP will be posted on the AMBAG website on or before July 25 2011 at 5 p.m. PST. It is the responsibility of Proposers to check the AMBAG website to determine if addenda have been issued. Any addenda to the RFP will become part of the RFP. AMBAG reserves the right to revise the RFP prior to the date that proposals are due. Notice of Award The selected consultant shall be informed by phone on or before August 31 2011. Project Manager Steph A. Nelson, Project Manager 445 Reservation Rd. Suite G, Marina, CA 93933 Email snelson@ambag.org (preferred communication) Fax 831.882.3755

AMBAG Request for Proposals: Bicycle Travel Demand Modeling Tool Submission deadline: August 9 2011 13 Evaluation Criteria Each section of submitted proposals (described in the following section) will be evaluated based on up to five criteria and as listed below: 1. Clarity (Applied to Sections 1 to 7) How clearly is the section written? 2. Thoroughness (Applied to Sections 1 to 7) How thoroughly does the section respond to all pertinent items? 3. Demonstrated understanding of the project objectives (Applied to Sections 3 to 6) How well does the section meet this criterion? 4. Resourcefulness (Applied to Sections 4 to 7) How well does the proposal leverage existing regional, statewide, federal resources and/or other resources? 5. Demonstrated employment of best practices in the field of nonmotorized travel demand modeling (Applied to Sections 4 to 6) How well does the section meet this criterion? Additionally, conformance with AMBAG policies is required. Participation of qualified disadvantaged and minority-owned firms in this project is strongly encouraged. Proposal Content & Scoring Proposals should include the following sections and should not exceed 20 pages excluding resumes and attachments with any supplemental information. Incomplete proposals will not be considered. 1. Tr a n s m i t t a l L e t t e r ( b a s e r e q u i r e m e n t ) Include the name, title, address, phone number, email address and original signature of an individual with authority to negotiate on behalf of and to contractually bind the consultant or consulting firm, and who may be contacted during the period of proposal evaluation. Only one transmittal letter need be prepared to accompany all copies of the technical and cost proposals. Eva l u at i o n C r i teria: 1 and 2 2. Ta b l e o f C o n t e n t s ( b a s e r e q u i r e m e n t ) Provide a listing of the major sections in the proposal and the associated page numbers. Eva l u at i o n C r i teria: 1 and 2 3. Introduc tion (5 points) Provide an overview of and framework for the proposal as well as the consultant. This section should demonstrate a strong understanding of the background and purpose of the project. Eva l u at i o n C r i teria: 1, 2 and 3

Monterey Bay Area Bicycle Travel Demand Modeling Project RFP Submission deadline: August 9 2011 14 4. Te c h n i c a l M e t h o d o l o g y ( 3 0 p o i n t s ) Describe all relevant methodology for the scope of work with close attention paid to Activities Two and Three. Identify expectations of AMBAG staff, resources, and other agency staff and resources that are needed by the consultant. Eva l u at i o n C r i teria: ALL (1 through 5) 5. Projec t Schedule/Management (25 points) Prepare a project management chart and supporting narrative which thoroughly identifies activities, deliverables and deadlines as described in the scope of work along with all associated tasks. Include milestones and identify the critical path between activities, tasks, deliverables and milestones. Describe how the consultant will keep the Project Manager informed regarding progress of the project. Eva l u at i o n C r i teria: ALL (1 through 5) 6. Q u a l i f i c a t i o n s a n d E x p e r i e n c e ( 2 5 p o i n t s ) The proposal must describe the qualifications and experience of each professional who will participate in the project, including a resume for each member of the consultant team. If the firm is submitting a joint proposal summarize how the firms will work together. A project manager must be designated, and an organizational chart showing the manager and all project staff must be included. If a subcontractor will be used, the Proposer must include a letter from the subcontractor committing to perform at least the work shown for subcontractor professional in the above-described chart. Any staffing changes to the consultant team after the contract has been awarded must be approved, in writing, by the AMBAG Project Manager. Eva l u at i o n C r i teria: ALL (1 through 5) 7. Cost Proposal and Effec tiveness (15 points) Proposals are not to exceed $90,000 for the combined cost of completing all tasks and deliverables. Identify all consultant and subcontractor staff in hours and total expenditures allocated to each task identified in the project management chart, or provide a supporting chart with this information. Discuss the cost effectiveness of the proposal. Eva l u at i o n C r i teria: ALL (1 through 5) Selection Process A Selection Committee will review all submitted proposals. Proposers may be emailed and asked for further information, if necessary, and may be expected to appear for oral interviews. The panel will make recommendations to AMBAG s Executive Director on the basis of the proposal, oral interview, and reference check. AMBAG reserves the right to select a consultant based solely on written proposals and not convene oral interviews. AMBAG s Executive Director will review the Selection Committee's recommendation and make the final selection. If the selected consultant is not the consultant recommended by the Selection Committee, the Project Manager, in consultation with the AMBAG Executive Director, will prepare a memo explaining the selection.

AMBAG Request for Proposals: Bicycle Travel Demand Modeling Tool Submission deadline: August 9 2011 15 Contractual Information and Payment Schedule The contract for the modeling tool will be an agreement between AMBAG and the Consultant. The consultant will invoice AMBAG for services rendered, and AMBAG will compensate the consultant for these services as set forth in the agreement. Funding for the consultant services will be provided by AMBAG (up to $90,000). The project deliverables will be reviewed by the AMBAG Project Manager and AMBAG. The consultant will be paid based on work actually performed during the preceding month. The consultant should forward a copy of all invoices for payment for work performed and associated expenses by the 15th day of the month following each quarter. AMBAG will issue payment upon reimbursement by the granting agency, which in this case is the Monterey Bay Unified Air Pollution Control District. AMBAG will withhold ten percent (10%) of the payments until the successful completion of the project and the delivery and acceptance of all final products. Terms & Conditions A. L i m i t a t i o n s This request for proposal (RFP) does not commit AMBAG to award a contract, to pay any pre-contractual expenses, or to procure or contract for services or supplies. AMBAG expressly reserves the right to reject any and all proposals or to waive any irregularity or informality in any proposal or in the RFP procedure and to be the sole judge of the responsibility of any Proposer and of the suitability of the materials and/or services to be rendered. AMBAG reserves the right to withdraw this RFP at any time without prior notice. Further, AMBAG reserves the right to modify the RFP schedule described above. B. Awa r d AMBAG may ask RFP finalists to present oral briefings of their proposals. All finalists may be required to participate in negotiations and submit such price, technical, or other revisions of their proposals as may result from negotiations. AMBAG also reserves the right to award the contract without oral briefings or discussion, based upon the initial written proposals. Accordingly, each initial proposal should be submitted on the most favorable terms from a price and a technical viewpoint. C. Ve r b a l A g r e e m e n t o r C o n v e r s a t i o n No prior, current, or post award verbal conversations or agreement(s) with any officer, agent, or employee of AMBAG shall affect or modify any terms or obligations of the RFP, or any contract resulting from this RFP. D. P r e - c o n t r a c t u a l E x p e n s e s Pre-contractual expenses include any expenses incurred by Proposers and selected contractor in: Preparing proposals in response to this RFP Submitting proposals to AMBAG Negotiations with AMBAG on any matter related to proposals. Other expenses incurred by a contractor or Proposer prior to the date of award of any agreement. In any event, AMBAG shall not be liable for any pre-contractual expenses incurred by any Proposer or selected contractor. Proposers shall not include any such expenses as part of the price proposed in response to this RFP. AMBAG shall be held harmless and free from any and all liability, claims, or expenses whatsoever incurred by, or on behalf of, any person or organization responding to this RFP.

Monterey Bay Area Bicycle Travel Demand Modeling Project RFP Submission deadline: August 9 2011 16 E. S i g n a t u r e The proposal will also provide the following information: name, title, address, and telephone number of individual with authority to bind the consultant or consultant firm and also who may be contacted during the period of proposal evaluation. The proposal shall be signed by an official authorized to bind the consultant or consulting firm and shall contain a statement to the effect that the proposal is a firm offer for at least a sixty (90) day period. Execution of the contract is expected by no later than September 30 2011. F. Conflic t of Interest Statement Consultants and consultant firms submitting proposals in response to this RFP must disclose to AMBAG any actual, apparent, or potential conflicts of interest that may exist relative to the services to be provided under Agreement for consultant services to be awarded pursuant to this RFP. If the consultant or firm has no conflict of interest, a statement to that effect shall be included in the proposal. The selected consultant shall refrain from and disclose subsequent potential conflicts during this contract. G. C o n t r a c t A r r a n g e m e n t s The successful consultant is expected to utilize the AMBAG Standard Contractual Agreement. The Standard Agreement is found in Attachment A. G1. Disadvantaged Business Enterprise (DBE) Policy: It is the policy of the U.S. Department of Transportation(USDOT) that minority-and women-owned business enterprises (hereby referred to as DBEs) as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds. G2. DBE Obligation: The recipient or its subcontractor agrees to ensure that DBEs have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this agreement. In this regard, all recipients or subcontractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that DBEs have the maximum opportunity to compete for and perform contracts. Recipients and their subcontractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of USDOT assisted contracts. G3. Title VI of the Civil Rights Act of 1964: The contractor agrees to comply with all the requirements imposed by Title VI of the Civil Rights Act of 1964 (49 USC 2000d) and the regulations of the U.S. Department of Transportation issued there under in 49 CFR Part 21. G4. Equal Employment Opportunity: In connection with the performance of the contract, the contractor shall not discriminate against any employee or applicant for employment because of race, color, age, creed, sex or national original. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. Each proposal, to be considered responsive, must include the following: (1) A copy of the consultant's affirmative action policy (applicable for firms with 50 or more employees) (2) Discussion of the consultant's program for use of DBEs in the performance of this work, including the following: The names and addresses of DBE firms that will participate The description of the work each named firm will perform The dollar amount of participation by each DBE firm

AMBAG Request for Proposals: Bicycle Travel Demand Modeling Tool Submission deadline: August 9 2011 17 Americans with Disabilities Ac t ( ADA ) Provisions To comply with the nondiscrimination requirements of the Americans with Disabilities Act (ADA), it is the policy of AMBAG to make every effort to ensure that its programs, activities and services are available to all persons, including persons with disabilities. For persons with a disability needing a reasonable modification to participate in the procurement process, or for persons having questions regarding reasonable modifications of the procurement process, you may contact the AMBAG representative listed in this RFP. IMPORTANT: To ensure that we can meet your need for ADA accommodations, it is best that we receive your request for reasonable modification at least 10 working days before the scheduled event (i.e., meeting, conference, workshop, etc.) or deadlines due date for procurement documents. In order to ensure the proposal is in compliance with Federal ADA guidelines, Proposers should review the Federal ADA guidelines at http://www.ada.gov/. A l t e r n a t i v e P r o t e s t P r o c e s s This procurement is being conducted under the provisions of the Alternative Protest Process. By submitting a proposal to this solicitation conducted under the Alternative Protest Process, the Proposer agrees that all protests of the proposed award shall be resolved by binding arbitration. During the protest period, any participating Proposer may protest the proposed award on the following grounds: For major information technology acquisitions that there was a violation of the solicitation procedure(s) and that the protesting Proposer s proposal should have been selected; or For any other acquisition that the protesting Proposer s proposal should have been selected in accordance with the selection criteria in the solicitation document. A written notice of intent to protest the proposed award of this solicitation must be received (facsimile acceptable) by the project manager before the close of business 5 p.m. PST/PDT on the third (3rd) day after notifying the Proposer of intent to award, as specified in the solicitation timeline. Failure to submit a timely, written notice of intent to protest waives the Proposer s right to protest. The Proposer is to send the notice of intent to protest to the project manager at the following address: Steph A. Nelson Project Manager P.O. Box 809 Marina, CA 93933 Fax: 831-883-3755 Within seven (7) business days after the last day to submit a notice of intent to protest, the AMBAG project manager must receive from the protesting Proposer the complete protest filing including the signed, written, detailed statement of protest including exhibits, filing fee and deposit or small business certification, as applicable. Untimely submission of the complete protest filing waives the Proposer s right to protest. Protest bond amount for this Alternative Protest Process shall be ten percent (10%) of the contract amount as specified in the solicitation. R e q u i r e m e n t s P r o t e s t s Protests regarding any issue other than selection of the successful Proposer are requirements protests and will be heard and resolved by the Executive Committee of the Association of Monterey Bay Area Governments, whose decision will be final. Before a requirements protest is submitted, the Proposer

Monterey Bay Area Bicycle Travel Demand Modeling Project RFP Submission deadline: August 9 2011 18 must make full and timely use of the procedures described in Clarification of Specifications section. This procurement procedure is designed to give the Proposer and AMBAG adequate opportunity to submit questions and discuss the requirements, proposals and counter proposals before the Final Proposal is due. The protest procedure is made available in the event that a Proposer cannot reach a fair agreement with AMBAG after exhausting these procedures. All protests to the RFP requirements must be received by the Executive Committee as promptly as possible, but not later than the respective time and date in the Key Action Dates Section for such protests. Requirements protests must be mailed or delivered to: AMBAG Executive Committee P.O. Box 809 Marina, CA 93933