Skip to main content
Rockville Logo
File #: 25-1918   
Type: Consent Status: Agenda Ready
File created: 9/30/2025 In control: Mayor and Council
On agenda: 2/23/2026 Final action:
Title: Authorize the City Manager to Award and Execute a Contract with Kittelson & Associates, Inc. for Planning and Engineering Services for the Safe Streets and Roads for All Vision Zero Intersection Safety Audit Project, Responsive to RFP #01-26, in an Amount Not to Exceed $398,945.15
Attachments: 1. Attachment 1 - Final Draft Contract 1-29-2026, 2. Attachment 2 - FY 26 Budget - TD21 Pedestrian and Bicycle Safely, 3. Attachment 3 - FY 26 Budget - TD26 Pedestrian and Bicycle Safety
Date Action ByActionResultAction DetailsAgenda e-PacketVideo
No records to display.

Subject

title

Authorize the City Manager to Award and Execute a Contract with Kittelson & Associates, Inc. for Planning and Engineering Services for the Safe Streets and Roads for All Vision Zero Intersection Safety Audit Project, Responsive to RFP #01-26, in an Amount Not to Exceed $398,945.15

end

Department

PW - Traffic & Transportation

Recommendation

Staff recommends that the Mayor and Council award and authorize the City Manager to execute a contract for transportation planning and engineering services for the Safe Streets and Roads for All Vision Zero Intersection Safety Audit Project, with Kittelson & Associates, Inc. in an amount not to exceed $398,945.15.

Discussion

The City issued a Request for Proposal (RFP) #01-26 for Transportation Planning and Engineering Services for the Safe Streets and Roads for All Vision Zero Intersection Safety Audit Project on August 5, 2025. Kittelson & Associates, Inc. has demonstrated experience completing similar projects and can deliver the project within the necessary timeline.

 

This project consists of evaluating 30 intersections to identify safety concerns and propose potential safety improvements. Ten city-owned intersections and twenty state-owned intersections will be evaluated. This project is consistent with the City’s Vision Zero Action Plan and directly attributes to the following two action items:

 

Action Item 4: Evaluate Crossings and Unsignalized Intersections

Action Item 6: Improve Traffic Signals

 

The consultant will use their expertise and experience to conduct the intersection safety audits, which include an evaluation of past crash history, traffic volumes and patterns, and vulnerable roadway user activity. The consultant will use the collected information to identify traffic safety concerns for all modes and opportunities to prevent future crashes.

 

The intersections will be evaluated in two phases. The consultant will conduct the intersection safety audits and propose improvements for the following intersections.

 

Table 1 - Intersections for Analysis

#

Phase

Intersection Ownership

Street

Cross-Street

Injury + Fatal Crashes (2017 - 2021)

1

1

City of Rockville

Wootton Pkwy

Pasture Brook Way

1

2

1

City of Rockville

Wootton Pkwy

W Edmonston Dr (north)

6

3

1

City of Rockville

King Farm Blvd

Grand Champion Dr

4

4

1

City of Rockville

Redland Blvd

Pleasant Dr

3

5

1

City of Rockville

Redland Blvd

Thompson Dairy Way

3

6

1

City of Rockville

Gaither Rd

Piccard Dr

4

7

1

City of Rockville

E Jefferson St

Congressional Ln

6

8

1

City of Rockville

Halpine Rd

Shopping Center Entrance

7

9

1

City of Rockville

Baltimore Rd

S Stonestreet Ave

4

10

1

City of Rockville

Woodland Dr

Park Rd

4

11

1

MDOT SHA

Rockville Pike (MD 355)

Edmonston Dr

18

12

1

MDOT SHA

Hungerford Dr (MD 355)

N Washington St

18

13

1

MDOT SHA

Frederick Rd (MD 355)

Watkins Pond Blvd

17

14

1

MDOT SHA

Hungerford Dr (MD 355)

Mannakee St

17

15

1

MDOT SHA

Viers Mill Rd (Md 586)

Broadwood Dr

16

16

1

MDOT SHA

Rockville Pike (MD 355)

First St/Wootton Pkwy

15

17

1

MDOT SHA

Rockville Pike (MD 355)

Templeton Pl

15

18

1

MDOT SHA

Norbeck Rd (MD 28)

Avery Rd

13

19

1

MDOT SHA

First St (MD 28)

Grandin Ave

2

20

1

MDOT SHA

Rockville Pike (MD 355)

Congressional Ln

13

21

2

MDOT SHA

Rockville Pike (MD 355)

Veirs Mill Rd (MD 28)

13

22

2

MDOT SHA

First St (MD 28)

Baltimore Rd

13

23

2

MDOT SHA

Rockville Pike (MD 355)

Richard Montgomery St

12

24

2

MDOT SHA

Frederick Rd (MD 355)

Ridgemont Ave

12

25

2

MDOT SHA

Hungerford Dr (MD 355)

Beall Ave

12

26

2

MDOT SHA

Rockville Pike (MD 355)

Talbott St

12

27

2

MDOT SHA

W Montgomery Ave (MD 28)

Hurley Ave

11

28

2

MDOT SHA

Hungerford Dr (MD 355)

Frederick Avenue

9

29

2

MDOT SHA

Viers Mill Rd (MD 586)

Woodburn Rd

7

30

2

MDOT SHA

Rockville Pike (MD 355)

Mt Vernon Pl

7

 

Lastly, the consultant will prepare an improvements matrix to help guide staff for the evaluation of intersections in the future. This matrix will include a wide variety of contemporary and best practice intersection improvement and identify the contexts in which the improvement(s) would be used to address different safety concerns.

Mayor and Council History

The Mayor and Council authorized the City Manager to execute an agreement with the U.S. Department of Transportation Federal Highways Administration for the FY 2023 Safe Streets and Roads for All Program grant on September 9, 2024. On December 8, 2025, the Mayor and Council authorized the City Manager to execute an agreement with the U.S. Department of Transportation Federal Highways Administration to extend the period of performance for the FY 2023 Safe Streets and Roads for All Program to September 15, 2027. The original agreement's period of performance date was set for December 13, 2025.

Boards and Commissions Review

The Transportation and Mobility Commission, the Rockville Bicycle Advisory Committee, and the Rockville Pedestrian Advocacy Committee provided letters of support for the grant application for this project.

Procurement

Staff prepared and publicly advertised RFP #01-26, Safe Streets and Roads for All Vision Zero Intersection Safety Audits, in accordance with the City of Rockville Procurement requirements and consistent with Federal requirements provided in Code of Federal Regulations, Title 2, Federal Financial Assistance, Subtitle A, Office of Management and Budget Guidance for Federal Financial Assistance, Chapter II, Office of Management and Budget Guidance, Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards. RFP #01-26 and the 2 related addenda are linked here: RFP #01-26 <https://rockvillemd.legistar.com/View.ashx?M=AO&ID=171118&GUID=ceb6b469-1d6f-4e01-9c58-a9397f93927b&N=UkZQIFNhZmUgU3RyZWV0cyBmb3IgQWxs>, Addendum #1 <https://rockvillemd.legistar.com/View.ashx?M=AO&ID=171152&GUID=eb7df0ec-988c-4109-ba9d-a3e5c558e429&N=UkZQIFNhZmUgU3RyZWV0cyBmb3IgQWxsIEFkZGVuZHVtICMx>, Addendum #2 <https://rockvillemd.legistar.com/View.ashx?M=AO&ID=171153&GUID=22a93964-9bfa-4e28-9eee-17c77d5be806&N=UkZQIFNhZmUgU3RyZWV0cyBmb3IgQWxsIEFkZGVuZHVtICMy>.

 

On August 5, 2025, RFP #01-26 was posted on the City’s website and and information was also publicized on the State of Maryland’s eMaryland Marketplace Advantage (eMMA). Notice was provided to suggested sources as well as 98 vendors in the State’s vendor registration including 16 MBE, 2 VSBE, 21 DBE, and 23 SBE registered vendors. On the proposal due date of September 5, 2025, the City received nine proposals from the following consulting firms.

 

1.                     A. Morton Thomas & Associates, Inc.

2.                     Brudis & Associates, Inc.

3.                     EXP

4.                     Kittelson & Associates, Inc.

5.                     Mead and Hunt, Inc.

6.                     Precision Systems, Inc.

7.                     Toole Design Group, LLC

8.                     Wallace Montgomery & Associates, LLP

9.                     T3 Designs

 

The evaluation committee reviewed and ranked all nine proposals based on the criteria found in Table 2. Since this project is for engineering services, a qualifications-based evaluation was used in which final pricing is negotiated with the most qualified firm. If final pricing cannot be negotiated, a price quote from the second highest scoring firm is requested. This evaluation approach is an industry standard that has been used by the City and is also utilized by federal agencies and many state/local government agencies.

 

Table 2 - Evaluation Criteria

Evaluation Criteria

Tab Assignment

Category

Maximum Points

A

Firm Information

N/A

B

Firm’s Qualifications and Experience

20

C

Similar Projects/References

15

D

Project Approach

25

E

Project Schedule

20

F

Technical Questions

20

G

Additional Information

N/A

MAXIMUM TOTAL POINTS

100

 

The selection committee considered the nine proposals and evaluated them as set forth in the Table 3 below:

 Table 3 - evaluation rankings

Respondent

MFD-V Status

Ranking Written Proposals

Kittleson

Non-MFD-V

1

Mead & Hunt                                                         

Non-MFD-V

2

Morton Thomas

Non-MFD-V

3 [tied with 4]

Toole Designs

Non-MFD-V

4 [tied with 3]

T3 Designs

MFD-V

5

EXP

Non-MFD-V

6

Wallace Montgomery

Non-MFD-V

7 [tied with 8]

Brudis

Non-MFD-V

8 [tied with 7]

Precision Systems

MFD-V

9

 

The selection committee chose Kittelson & Associates, Inc. as the top proposer. This consultant has demonstrated experience with similar intersection and Vision Zero projects, prepared a reasonable project completion schedule that would be completed within the required timeframe, and has worked on recent projects in the city including the Beall Avenue Intersection Analysis and Complete Streets Study and the Mannakee Street Complete Streets Study.  Kittelson & Associates, Inc. response is linked here: Kittelson Response <https://rockvillemd.legistar.com/View.ashx?M=AO&ID=172422&GUID=261f81d1-4a71-4364-9aa6-e2b9b516f280&N=UkZQICMwMS0yNiBLaXR0ZWxzb24gUmVzcG9uc2UgdG8gUkZQ>

 

After the selection, City of Rockville Procurement Department requested a quote for completing the project to confirm that the cost was within the budgeted amount and negotiated a best and final offer (BAFO). The BAFO is linked here: BAFO <https://rockvillemd.legistar.com/View.ashx?M=AO&ID=171154&GUID=bb6d7b7b-126b-448f-a203-19caedeb88e9&N=S2l0dGVsc29uIEJBRk8%3d>

 

In accordance with Rockville City Code, Section 17-39(a), Awarding Authority, all contracts involving more than two hundred and fifty thousand dollars ($250,000.00) shall be awarded by the Mayor and Council. The final draft of the contract for this project is attached (Attachment 1).

Fiscal Impact

This project is funded in part by the FY 2023 Safe Street and Roads for All grant program. The project total is $398,945.15. The federal share of this is $319,982, the local match is $78,963.15. Funding for this project has been included in the Pedestrian and Bicycle Safety: FY21 - FY25 (TD21) project (Attachment 2) and will carry forward into the new five-year Pedestrian and Bicycle Safety: FY26 - FY30 (TD26) project (Attachment 3).

Next Steps 

Upon Mayor and Council award, the Procurement Department will obtain contract signatures, appropriate insurance, and issue the final contract to Kittelson & Associates, Inc.