Safe Streets and Roads for All Program

Rapides Area Planning Commission

Alexandria, LA

PUBLIC NOTICE:

Notice is hereby given that the Rapides Area Planning Commission is requesting qualification statements for the following project:

VRU Improvement Program Federal Award No. 693JJ32540360

SECTION 1. INTRODUCTION

The Rapides Area Planning Commission (RAPC), serving as the administrative and fiscal agent for the Alexandria–Pineville Metropolitan Planning Organization (APMPO), is soliciting Statements of Qualifications (SOQs) from qualified consulting firms or teams of firms to provide professional services in support of the Safe Streets and Roads for All (SS4A) VRU Improvement Program.

This RFQ focuses exclusively on activities identified in the SS4A Work Plan requiring consultant expertise, including development of:

  • A regional Comprehensive Safety Action Plan (CSAP) for Rapides Parish.
  • Five community-specific CSAPs for Clayton, Colfax, Ferriday, Vidalia, and Winnfield.
  • An MPO-wide ADA Transition Plan.

The anticipated performance period is 24 months (August 2025 – July 2027).

SECTION 2. BACKGROUND

RAPC received $1.48M in federal SS4A funds (with a $370K local match) to deliver the VRU Improvement Program. The program advances regional roadway safety planning, prepares conceptual project designs (30% design), and ensures ADA compliance across public rights-of-way. Consultant support is required for technical analyses, stakeholder engagement, design development, and federally compliant plan production.

SECTION 3. SCOPE OF SERVICES

A. Regional Comprehensive Safety Action Plan (Rapides Parish)

The consultant will support RAPC in modernizing the existing 2021 Local Road Safety Plan into a federally compliant Comprehensive Safety Action Plan (CSAP) with an emphasis on vulnerable road users (VRUs). This work will involve collaborating with RAPC staff to analyze crash trends, assess safety needs, and apply equity and policy considerations to identify the region's highest-priority safety investments. A core responsibility will be assisting RAPC in the identification and prioritization of at least ten infrastructure projects that address critical VRU safety concerns.

The consultant will prepare conceptual (30 percent) design plans and cost estimates for each priority project, ensuring that they are positioned for rapid advancement into funding and implementation phases. The consultant will also co-develop the final Regional CSAP document, integrating technical analysis, project designs, cost data, and community input into a comprehensive planning product.

Deliverables will include:

  • Prioritized list of at least ten safety projects for Rapides Parish.
  • Conceptual (30%) designs and cost estimates for each project.
  • Final Regional CSAP document.

B. Community-Specific Safety Action Plans (Clayton, Colfax, Ferriday, Vidalia, and Winnfield) The consultant will lead the development of individual CSAPs for five rural municipalities with elevated crash risks. This work will begin with support for local task force establishment, coordination with municipal leaders, and facilitation of kickoff activities. The consultant will then conduct localized crash and safety assessments, including field observations and VRU hotspot analysis, to build a clear understanding of safety challenges in each community.

Public and stakeholder engagement will form a central element of this task. The consultant will assist with facilitation of town hall meetings, focus groups, and participatory mapping exercises to gather local knowledge, identify safety concerns, and ensure community priorities are reflected in the CSAPs. Using this input, the consultant will assist RAPC in identifying between three and five priority safety projects for each municipality.

The consultant will prepare conceptual (30 percent) design drawings and cost estimates for the identified projects and will draft and finalize the CSAP for each municipality. These deliverables will equip small communities with federally compliant safety action plans and preliminary project designs, allowing them to compete effectively for future funding opportunities.

Deliverables will include:

  • Five community-specific CSAPs (Clayton, Colfax, Ferriday, Vidalia, Winnfield).
  • Three to five priority safety projects per municipality.
  • Conceptual (30%) designs and cost estimates for each project.

C. MPO-Wide ADA Transition Plan

The consultant will assist RAPC in preparing an ADA Transition Plan for the Metropolitan Planning Area, addressing accessibility barriers across sidewalks, curb ramps, crosswalks, and transit stops. The consultant will begin by working with RAPC staff to establish ADA inventory standards and assessment criteria consistent with federal guidance. The consultant will then lead field surveys and data collection to identify accessibility barriers and document conditions throughout the MPO.

Collected data will be integrated into RAPC's GIS systems to produce a geospatial inventory of ADA deficiencies. The consultant will also assist with facilitation of engagement with disability advocacy groups, local governments, and the general public to validate findings and ensure the plan reflects both technical requirements and lived experience.

Using this information, the consultant will prepare a phased, prioritized ADA improvement plan that identifies projects and strategies based on urgency, feasibility, and equity. The consultant will be responsible for compiling the final ADA Transition Plan document, complete with maps, implementation matrices, and cost-informed phasing strategies, to guide compliance and investment across all MPO jurisdictions.

Deliverables will include:

  • Geospatial inventory of ADA facilities and deficiencies.
  • Phased, prioritized ADA improvement and implementation plan.
  • Final MPO-wide ADA Transition Plan.

SECTION 4. CONSULTANT REQUIRED QUALIFICATIONS (Narrative)

The consultant or consultant team must possess a combination of technical expertise, planning experience, and community engagement capacity necessary to deliver all components of the SS4A VRU Improvement Program. A strong background in transportation engineering and preliminary design is essential, particularly in the preparation of conceptual (30 percent) designs and cost estimates for roadway and multimodal safety improvements. The team should demonstrate experience with the application of proven safety countermeasures and the ability to develop cost estimates consistent with FHWA and LADOTD methodologies.

RAPC anticipates that the consultant team will need to draw upon multiple disciplines, including transportation engineering, crash analysis, community engagement, ADA compliance, GIS, accessibility planning, and technical writing. The team must have the depth and capacity to complete all required tasks within the 24-month performance period and to deliver products that are actionable, defensible, and implementation-ready.

Demonstrated capacity to deliver federally compliant products on schedule, within budget, and in partnership with local governments, MPOs, and state DOTs will strengthen a proposal and be considered an asset in the evaluation process.

SECTION 5. DELIVERABLES

The consultant will deliver:

  • One Rapides Parish CSAP with conceptual designs.
  • Five Community-Specific CSAPs with conceptual designs.
  • One MPO-wide ADA Transition Plan with GIS-based inventory.

SECTION 6. PROPOSAL REQUIREMENTS

SOQs must include:

  1. Cover Letter with lead firm and contact information.
  2. Project Understanding & Approach tailored to the SS4A Work Plan.
  3. Team Qualifications & Experience including résumés and references.
  4. Project Management & Staffing Plan showing roles and responsibilities.
  5. Past Performance with similar federally funded projects.

SECTION 7. EVALUATION CRITERIA

The MPO uses a qualifications-based selection process for all competitive selections. Cost shall not be a factor in the selection process for planning and related services.

Evaluation and selection of qualified firms will be based on the general criteria outlined in the table provided in the full packet.

A selection committee will review each proposal and rate them on a standardized form. Firms will be objectively evaluated based on their responses to the project scope as outlined in the RFQ. The written proposal should clearly demonstrate how the firm could best satisfy the requirements outlined in the RFQ with respect to the listed criteria.

Upon review, the selection committee will recommend the highest ranked, qualified firm. RAPC will notify all respondents of the recommendation and begin contract negotiations with the selected firm. If negotiations fail, RAPC will terminate such negotiations and begin negotiations with the next highest qualified firm. The Selection Committee may elect to shortlist the three highest ranked firms and conduct further written proposals or interviews as necessary to determine the best qualified firm. If applicable, short list selection will be transmitted to all RFQ respondents.

SECTION 8. PROCUREMENT SCHEDULE

  • RFQ Issued: December 15, 2025
  • Deadline for Questions: January 9, 2026
  • SOQ Submission Deadline: January 31, 2026
  • Consultant Selection & Notice to Proceed: February - March 2026

SECTION 9. ADMINISTRATIVE REQUIREMENTS This procurement will follow 2 CFR Part 200 and all applicable FHWA/USDOT guidelines. Title VI of the Civil Rights Act of 1964 – RAPC, in accordance with Title VI and 49 CFR Part 21, notifies all respondents that it will ensure nondiscrimination on the grounds of race, color, national origin, sex, age, or disability in consideration for contract award.

DBE Compliance–Disadvantaged Business Enterprises (DBEs) will be afforded full opportunity to submit proposals and will not be discriminated against in an award decision. The consultant will be required to make good faith efforts to meet DBE goal of 1.42% for this contract.

Federal Contract Provisions – The selected firm must comply with:]

  • Buy America requirements.
  • Debarment and suspension certifications (49 CFR Part 29).
  • Lobbying restrictions (31 USC 1352).
  • Equal Employment Opportunity and nondiscrimination clauses.
  • USDOT Standard Title VI Assurances.

SECTION 10. SUBMISSION INSTRUCTIONS Letters of interest and qualification statements are to be identified by Project Title and State Project Number and are to be submitted prior to the 12:00 noon deadline. SOQs must be submitted in PDF format (via email) or as three (3) bound copies to:

Rapides Area Planning Commission
Attn: Jonathan Bolen, Chief Transportation Officer
803 Johnston Street
Alexandria, LA 71301
Email: jbolen@rapc.info

Submissions must be received no later than January 31, 2025. Late or incomplete submissions will not be considered. All inquiries should be sent in writing to jbolen@rapc.info and questions and responses will be posted on the project FAQ page at www.rapc.info/transportation.

SECTION 11. RESERVATION OF RIGHTS

RAPC reserves the right to:

  • Reject any or all submissions.
  • Waive minor informalities.
  • Negotiate scope and budget with the most qualified proposer(s).
  • Make an award deemed in the best interest of RAPC and the MPO.

Request Type
RFQ
Deadline
Saturday, January 31, 2026

Contact Information

Website
Contact Email