Upload
others
View
0
Download
0
Embed Size (px)
Citation preview
REQUEST FOR QUALIFICATIONS
Americans with Disabilities Act Assessment and Transition Plan
for the Town of Elon
Date of Issue: February 14, 2020 Submittals Due: March 9, 2020
Time: 5:00 pm
Submit and direct all inquiries to: Pamela DeSoto,
Assistant Town Manager Town of Elon
104 S. Williamson Avenue P.O. Box 595
Elon, North Carolina 27244 [email protected]
(336) 584-2859
If you have received this Request for Qualifications from a source other than the Town of Elon Assistant Town Manager, it is the responsibility of the bidder to ensure that all addenda have been received. Bidders should email the Assistant Town Manager ([email protected]) to ensure that your company is added to the distribution list. However, it is still the responsibility of the bidder to ensure that all addenda are received prior to submittal.
Notice of Request for Qualifications
For ADA Assessment and Transition Plan
For Town of Elon
Elon, North Carolina
PROJECT: ADA Assessment and Transition Plan
FROM: Pamela DeSoto, Assistant Town Manager
NOTICE DATE: Friday, February 14, 2020
SUBMISSION DATE: Monday, March 9, 2020 by 5:00 PM, EST
Section 1: Request
I. Introduction
The Town of Elon (“the Town”) is soliciting qualifications for consulting services for the evaluation of all Town-
owned buildings, parks, parking lots, streets, intersections, sidewalks, etc., in an effort to identify any
needed changes to comply with the current Americans with Disabilities Act (ADA) regulations through the
development of an ADA Transition Plan. The Town is committed to identifying and amending all Town of
Elon facilities, programs, activities, and services to conform to ADA standards and regulations. Sealed
responses for the ADA Assessment and Transition Plan services (the “Project”) to be furnished to the Town
of Elon, N.C. will be received by Pamela DeSoto, Assistant Town Manager, Municipal Building, 104 South
Williamson Avenue, Elon, N.C., until Monday, March 9, 2020 by 5:00 PM, EST.
This Request for Qualifications (RFQ) seeks to secure the most qualified Consultant for the tasks of
conducting field investigations necessary for a complete assessment and generating a comprehensive ADA
Transition Plan.
II. Background
The ADA is a Civil Rights law with a broad scope affecting nearly every aspect of life for millions of
Americans. The ADA ensures equal opportunity in the areas of employment, state and local government
services, public accommodations, and telecommunications by preventing the discrimination against persons
with disabilities. The legislation contains the following five titles:
Title I: Employment. Prohibits employment discrimination against otherwise qualified
individuals with disabilities.
Title II: Public Services and Transportation. Prohibits discrimination in accessing services
(including employment to the extent not already covered by Title I) provided by the state and
local government entities.
Title III: Public Accommodations. Prohibits discrimination in places of public accommodation,
commercial facilities, and transportation.
Title IV: Telecommunications. Mandates that telecommunication devices be in place for persons
with hearing impairments.
Title V: Miscellaneous.
Titles II and III are applied to the scope of this RFQ. Title II of the ADA prohibits discrimination by public
entities on the basis of disability by making programs, services, and activities accessible to persons with
disabilities. In order to accomplish this, the Department of Justice developed regulations requiring cities to
conduct a self-evaluation of the accessibility of its programs and services to determine whether issues of
accessibility could be addressed through changes in the way such programs and services are provided. The
Town is obligated to remove physical barriers to accessibility when program changes cannot ensure access
to services, programs, and activities in existing facilities. Title III prohibits discrimination on the basis of
disability in the activities of places of public accommodations and requires newly constructed or altered
places of public accommodation as well as commercial facilities to comply with the ADA Standards.
In accordance with the ADA, state and local governments are obligated to conduct a self-assessment of
their facilities, programs, activities, and services. Agencies then must create a Transition Plan to address
any barriers identified in the self-assessments by providing suggested remedies, cost analyses, and a time
line in which to eliminate these barriers. In effect, an ADA Transition Plan is a document which
demonstrates how government entities transition toward compliance with the ADA in a specified
timeframe. Although the ADA requires that a facility’s services, activities, policies, and programs be
accessible in the most integrated manner possible, it does not require agencies to make structural changes
to existing facilities if compliance can be achieved by alternate means.
Title II of the ADA requires that a public entity must reasonably modify its policies, practices, and
procedures to avoid discrimination against people with disabilities. This RFQ requests a third party ADA
Compliance Consultant (the “Consultant”) to assist the Town’s multiple departments with identifying
current policy and physical barriers to accessibility as related to facilities, programs, activities, and services
provided by the Town. In addition, the Consultant will also assist in developing an ADA Transition Plan to
remove any barriers and move towards ADA compliance in accordance with all applicable North Carolina
Codes and all provisions of the Americans with Disabilities Act of 1990 (ADA) as amended by the
Americans with Disabilities Act Amendments Act of 2008.
This plan will set forth guideline standards for budgeting, implementing, and maintaining ADA compliance
throughout Town properties, programs, services, and activities.
III. Response Timeline
The RFQ process is expected to follow the schedule below. The Town reserves the right to extend the time
frame if necessary in an effort to negotiate an effective and fair contract.
• Advertise RFQ: February 14, 2020
• Submittal Deadline: March 9, 2020 at 5:00 PM EST
• Review and Ranking Period: March 10, 2020 to March 16, 2020
• Prospective Consultant Interviews (if necessary): March 23-24, 2020
• Notification to Top Prospective Consultants: March 27, 2020
• Town Board of Aldermen Approval of Contract: April 14, 2020
• Start of Contract: April 20, 2020
IV. RFQ Questions
Upon review of the RFQ documents, potential Consultants may have questions to clarify or interpret the
RFQ in order to submit the best proposal possible. To accommodate the RFQ Questions process,
Consultants shall submit, electronically, any such questions by February 28, 2020 at 4:00 PM.
Note: A summary of all questions and answers will be posted on the Town’s website at www.elonnc.com
as an addendum. It is the Consultant’s responsibility to assure that all addenda have been reviewed and, if
need be, signed and returned.
V. Submission Requirements and Contact Information
Submittal Deadline Date: March 9, 2020
Time: 5:00 PM EST
Location: Town of Elon
ADA Assessment RFQ
104 S. Williamson Avenue
PO Box 595
Elon, North Carolina 27244
Attention: Pamela DeSoto
Respondents must submit three (3) signed originals and one (1) electronic version of the ADA Assessment
and Transition Plan response documents in a sealed envelope and clearly marked as indicated above. The
electronic version must be submitted as a viewable and printable Adobe Portable Document File (PDF) on
a USB flash drive enclosed with the proposal. No fax or e-mail delivery of RFQs will be accepted.
Both hard copy and electronic versions must be received by the Town on or before 5:00 PM EST on the
RFQ due date of March 9, 2020. Submittals received after the RFP due deadline above will not be considered
and will be returned unopened to the return address on the submission envelope. The Town reserves the
right to reject any or all proposals for any reason and to waive any informality it deems in its best interest.
Any requirements in the RFQ that cannot be met must be indicated in the proposal. Consultants must
respond to the entire Request for Qualifications. Any proposals received by the Town that are incomplete
in their responses will be immediately disqualified.
The Town is not responsible for locating or securing any information that is not identified in the submittal.
To ensure that sufficient information is available, the proposing Consultant must furnish as a part of its
proposal all descriptive material necessary for the Town to (1) determine whether the product offered meets
the requirements of this RFQ and (2) establish exactly what the Consultant proposes to furnish in terms of
supplies, materials, and services.
VI. Submittal Format
Submittals shall be organized in an easy-to-follow format. Consultants should submit proposal by tab
number as instructed below. The Consultant agrees and will comply with all provisions and specifications
as stated in the RFQ unless otherwise stated in this RFQ. Failure to respond to these requirements may result
in the proposal being considered non-responsive and rejected from consideration.
1. Cover Letter / Letter of Intent
2. Corporate Background and Experience
3. Project Understanding, Approach, and Schedule
4. Team Organization, Experience, and Certifications
5. Current Workload
6. Rate Schedule
7. Pending Lawsuits
1. Cover Letter / Letter of Intent
Introduction Letter with intent as it may pertain to the Request for Qualifications.
2. Corporate Background and Experience
This section shall include background information on the organization and should give details of
experience with similar projects. Applicants should provide background information on at least three
projects for which the Consultant or a Consultant Team was primarily responsible for architectural or
streetscape planning, creation of design guidelines, or significant relevant work, most preferably, ADA
Assessments and Transition Plans for other local governments. Demonstrate the commitment that the
Consultant will bring in responding to Town staff and project demands in a timely manner. Examples
of past projects that show how the Consultant surpassed expectations in meeting the needs of the client
should be included if applicable. Each summary should include the following:
a. Description of the project including scope;
b. Description of services of the Consultant or Consultant Team;
c. List either prime consultant or sub consultant on each project;
d. Associated firms involved and their assigned responsibilities;
e. Key principal and associated staff involved, along with the staff assigned responsibilities;
f. Project schedule (initial schedule and actual/final schedule), including an explanation of delays,
if any;
g. Project references including names, addresses, and telephone numbers of a direct contact within
the organization.
3. Project Understanding, Approach, and Schedule
This section shall include, in narrative, outline, and/or graph form the Consultant’s approach to
accomplishing the tasks outlined in the Scope of Work section of this RFQ. A description of each task
and deliverable and the schedule for accomplishing each shall be included, indicating how the requested
scope of work will be completed by the proposed completion date. Describe methodology for training
Town staff to ensure proper implementation and monitoring of the ADA Transition Plan.
4. Team Organization, Experience, and Certifications
This section must include the proposed staffing, deployment, and organization of personnel to be
assigned to this project. The Consultant shall provide information as to the experience of all executive,
managerial, legal, and professional personnel to be assigned to this project, including resumes citing
experience with similar projects and the responsibilities to be assigned to each person. In addition to the
above, Consultants should include a team organizational chart showing all firms, contractual relationship
between firms, and names of specific staff proposed for the project with their titles (if applicable).
Identify any unique experiences, abilities, or services that can be provided by the Consultant to solve
challenges that may arise during the duration of the Project. Cite examples where these qualities were
used.
Specific responsibilities should be listed for all team members assigned to the project. The description
of responsibilities shall include the estimated percentage of the total project that is to be completed by
each individual team member.
All Consultant Team members allowed to perform field investigations shall be included in an approved
list and verified through picture identification. Only verified field evaluators will be allowed to enter
Town facilities or perform field investigations within Town owned areas.
Pursuant to North Carolina General Statutes 143-128 and 143-131 and Town Policy, the Town of Elon
encourages and provides equal opportunity for certified Minority and Women-Owned Business
Enterprise (MWBE) businesses to participate in all aspects of the Town’s contracting and procurement
programs, to include Professional Services, Goods and Other Services, and Construction. The
Consultant should identify participation of MWBE businesses in their proposal, and how that
participation will be achieved.
5. Current Workload
In this section please list current projects and schedules for completion. In listing of current projects of
your firm’s current workload, list whether you are the prime or sub-consultant, percentage of the project
completed and schedule for completion.
6. Rate Schedule
Hourly rate schedule for all personnel who will work on the Project and estimated percentage of the
project for which each individual will be responsible.
7. Pending Lawsuits
Please list any pending or settled lawsuits in which the Consultant or team firm was involved during the
past five years.
VII. Rights to Submitted Material
All submittals, responses, inquiries, or correspondence relating to or in reference to this RFQ, and all reports,
charts, and other documentation submitted by potential Consultants (other than materials submitted as and
qualifying as trade secrets under North Carolina law) shall become the property of the Town when received
and the entire proposal shall be subject to the public records laws of the State of North Carolina except
where a proper trade secrets exception has been made by the Consultant in accordance with the procedures
allowed by North Carolina law.
VIII. Consultant Selection Criteria
Each proposal shall be evaluated using the following criteria:
Criteria Points
1. Relevant Project Experience – Consultant’s project specific
experience in development of ADA Transition Plans and the degree of
participation in previous projects by key personnel.
25
2. Project Manager – Demonstrated experience in projects of similar
type and quality of resume.
25
3. Project Approach – Description and/or outline of how the required
tasks will be accomplished, and a listing of data or assistance that will
be needed from the Town in order to complete project.
15
4. Reference and information from other organizations for which the
Consultant has provided comparable service.
10
5. Demonstrated ability to meet project deadlines - the degree of
promptness and commitment with which the Consultant commences
and completes the work.
10
6. Experience in client training for similar projects. 10
7. Ability of Consultant to demonstrate the project in clear, non-
technical terms that articulate the issues at hand.
5
Total Points 100
IX. Consultant Selection Process and Contract Negotiations
The selection process will be as follows:
a. Town staff will review and evaluate each submitted proposal. The evaluation shall take into
consideration the evaluation criteria listed in Section VIII, above.
b. The evaluation team shall perform any additional investigation it considers necessary to obtain full
information on consultants being considered. If reference checks reveal untruthful statements of
qualifications, the proposal will be rejected.
c. The evaluation team shall rank the proposals and may create a shortlist of up to four (4) firms to be
interviewed. Selected firms will be provided with location, date, times, and instructions prior to the
interview.
d. After the interviews, the Town will attempt to negotiate a mutually satisfactory agreement with the
highest ranked Consultant. If a mutually satisfactory agreement cannot be negotiated with the highest
ranked firm, the Town will attempt to negotiate an agreement with the second highest ranked
proposal. This process will be repeated if necessary, until an agreement is reached between the Town
and a Consultant.
e. After a mutually satisfactory agreement has been negotiated, including the approval of all required
insurance and endorsements, the final selection of the Consultant will be submitted to the Elon Board
of Aldermen with a recommendation for award of the contract.
The Town of Elon reserves the right to:
a. Request clarification of additional information from any firm at any time.
b. Examine the experience and capability of the firm’s team members, and to object to specific
proposed team members.
c. Reject any and all proposals and terminate the RFQ.
Please also note:
a. Receipt of a proposal by the Town does not constitute a contract with the Town and the Town
accepts no responsibility or liability for any costs incurred in the preparation and/or submission of
such proposals.
b. Failure to respond to any portion of this proposal may result in possible rejection of the complete
proposal from further consideration.
c. At any point, if the Town of Elon determines that the project is not progressing in the appropriate
manner, the Town of Elon shall have the right to request a new project manager and/or terminate
the contract with the selected Consultant.
Section 2: Scope of Work – ADA Assessment and Transition Plan for Town Rights-of-Way and
Facilities
X. Public Participation and Outreach
The Consultant will develop an Outreach Program to advise the public of the ADA Assessment and
Transition Plan project and to provide an opportunity for interested persons, individuals with disabilities,
or organizations representing persons with disabilities, to participate in the development of the Plan.
a. The Consultant shall prepare program materials, compile responses to Public Outreach
questionnaires, and assist the Town in eliciting public input into the ADA Transition Plan
process, as necessary.
b. The Consultant shall assist the Town with organizing a Project Kick-Off Workshop to inform
the community of the project and receive initial input on the process. The Consultant shall
conduct the workshop, maintain a record of the proceedings and comments, and be prepared
to answer questions within their area of expertise.
c. The Consultant shall assist the Town with organizing a Plan Review Workshop to present the
draft plan to the community and receive initial input on the proposal. The Consultant shall
conduct the workshop, maintain a record of the proceedings and comments, and be prepared
to answer questions within their area of expertise.
d. Consultant shall attend no less than one (1) Town Board of Aldermen meeting to present the
draft and final ADA Assessment and Transition Plan for review and adoption.
XI. Comprehensive ADA Assessment
The Consultant shall develop the comprehensive ADA Assessment and Transition Plan for Buildings and
Public Rights-of-Way based upon guidance from Town staff and public input.
A. ADA Assessment
1. The Consultant shall provide the procedure and forms needed to conduct the Evaluation.
2. The Consultant shall conduct the Evaluation and compile the final Assessment Report.
B. Barrier Assessment
1. Town Buildings
i. The Consultant shall determine which Town buildings are subject to the requirements
of the ADA.
ii. The Consultant shall compile plans (if available) for all Town buildings requiring
assessment (see Exhibit A).
iii. The Consultant shall conduct the necessary investigations of the areas of each Town
building providing access to the public and/or employees.
iv. The Consultant shall originate Access Compliance Assessment Reports (ACAR)
identifying each physical element within the public areas of Town buildings that
constitutes a code violation or otherwise hinders or prevents access to persons with
disabilities. Each ACAR shall include, but not be limited to the following:
• Executive summary;
• As-built dimensions as it relates to ADA access;
• Barrier Severity Rating (relative level of impact to access);
• Reference to code defining the barrier to access;
• Proposed solution(s) to eliminate the barrier and a sketch of each barrier;
• Individual and universal detailed cost estimate for each solution;
• Digital photograph(s) of each barrier to access;
• Reference drawing/map showing the location of the barrier.
2. Public Rights-of-Way
i. The Consultant shall conduct field investigations of all Town streets, parks, cemetery,
and parking lots (see Exhibits A and B).
ii. The Consultant shall originate ACARs identifying each physical element within the
public rights-of-way that constitutes a code violation or otherwise hinders or prevents
access to persons with disabilities. Compliance shall be measured using the ADAAG
(ADA Accessibility Guidelines for Buildings and Facilities), the Public Rights-of-
Way Guidelines (PROWAG) from the Federal Access Board, and the Federal
Highway Administration’s North Carolina Edition of the Manual on Uniform Traffic
Control Devices (MUTCD). Each ACAR shall include the following items:
• Executive Summary;
• As-built dimensions as it relates to ADA access;
• Barrier Severity Rating (relative level of impact to access);
• Reference to code defining the barrier to access;
• Proposed solution(s) to eliminate the barrier and a sketch of each barrier;
• Individual and universal detailed cost estimate for each solution;
• Digital photograph(s) of each barrier to access;
• Reference drawing/map showing the location of the barrier.
XII. ADA Transition Plan
The same level of detail presented in the ACAR during the Assessment phase shall be provided in the ADA
Transition Plan reports, as a minimum requirement. The ADA Transition Plan shall include, but is not
limited to, the following components:
a. Methodology for evaluation of barriers;
b. Methodology for prioritization of barrier remediation;
c. A summary of remediation costs for identified barriers;
d. Implementation phasing schedule;
e. Procedures and forms for monitoring implementation;
f. Procedures and forms for performing evaluations of additional barriers;
g. Procedures and forms for filing Requests for Accommodation;
h. Standard drawings for remediation methods;
i. A section shall also be included that lists references and contact information for ADA and
accessibility related resources.
XIII. Project Database and Mapping
The Consultant shall be responsible for the development of a Project Database that includes, at a minimum,
the following:
a. Applicable government code, statutes, and regulations;
b. A listing of field investigations and inspections to be performed;
c. A project map (in GIS readable and amendable format) of all locations where field
investigations and inspections are to be performed;
d. All relevant Access Compliance Assessment Reports (ACARs);
e. Drafts of the ADA Assessment and Transition Plan, as available.
XIV. Deliverables
The following list constitutes the minimum deliverable components:
• Draft Evaluation Report in binder and electronic formats;
• Final Evaluation Report in binder and electronic formats;
• Evaluation Update recommendations included proposed procedures and forms;
• Draft ADA Compliance Assessment Reports for Town buildings submitted in binder and
electronic formats;
• Final ADA Compliance Assessment Reports for Town buildings submitted in binder and
electronic formats;
• Draft ADA Compliance Assessment Reports for Town rights-of-way submitted in binder
and electronic formats;
• Final ADA Compliance Assessment Reports for Town rights-of-way submitted in binder
and electronic formats;
• Draft Public Participation and Outreach Program submitted in electronic format;
• Final Public Participation and Outreach Program submitted in binder and electronic
formats;
• Public meeting agendas and minutes in electronic format;
• Draft ADA Assessment and Transition Plan submitted in binder and electronic formats;
• Final ADA Assessment and Transition Plan submitted in binder and electronic formats;
• Draft format for Database and Project Map – electronic file(s);
• Final Database and Project Map – electronic file(s);
XV. Key Terms and Conditions to be Included in Contract Documents
a. E-Verify Requirements. Consultant hereby acknowledges that “E-Verify” is the federal program
operated by the U.S. Department of Homeland Security and other federal agencies which is used
to verify the work authorization of newly hired employees pursuant to federal law and in
accordance with Article 2, Chapter 64 of the North Carolina General Statutes. Consultant further
acknowledges that all employers, as defined by Article 2, Chapter 64 of the North Carolina General
Statutes, must use E-Verify after hiring an employee to work in the United States, shall verify the
work authorization of the employee through E-Verify in accordance with NCGS §64-26(a).
Consultant hereby pledges, attests, and warrants that any subcontractors currently employed by or
subsequently hired by Consultant shall comply with any and all E-Verify requirements. Failure to
comply with the above requirements shall be considered a breach of the Agreement.
b. Iran Divestment Act Certification. As mandated by NCGS 143C-6A-5(a), Consultant hereby
certifies that it is not listed on the Final Divestment List created by the North Carolina State
Treasurer pursuant to NCGS 143C-6A-4. Consultant further certifies that in accordance with
NCGS 143C-6A-5(b) that it shall not utilize any subcontractor found on the State Treasurer’s Final
Divestment List. Consultant certifies that the signatory to this Request for Qualifications is
authorized by the Consultant to make the foregoing statement.
c. Proposals shall be firm for acceptance by the Town for a period of ninety (90) days after the date
and time set for receipt.
d. The Town reserves the right to award this contract in whole or in part, in the best interest of the
Town. The Town further reserves the right to accept or reject any or all proposals.
e. The Town reserves the right to request additional information it feels necessary to make a qualified
judgment as to a firm’s ability to perform the work.
f. The successful candidate shall not commence work under this Contract until he or she has obtained
all insurance required by the Town, and such insurance has been approved by the Town, nor shall
the Consultant allow any subcontractor to commence work on his subcontract until all similar
insurance has been so obtained and approved.
XV. Insurance Requirements
Insurance requirements for the contract shall include the following:
a. Commercial General Liability ISO #CG 00 01 10 93: The Consultant shall secure and maintain
during the life of this contract commercial general liability insurance with limits of $1,000,000 per
occurrence; $2,000,000 aggregate other than products/completed operations; $2,000,000
aggregate for products/completed. The Town of Elon shall be added as an additional insured entity.
b. Automobile Liability ISO #CA 00 01 12 93: The Consultant shall secure and maintain during the
life of this contract automobile liability insurance in an amount not less than $1,000,000 combined
single limit per accident for bodily injury and property damage from owned, non-owned, and hired
automobiles. The Town of Elon shall be added as an additional insured entity.
c. Workers’ Compensation and Employers’ Liability Insurance: The Consultant shall secure and
maintain during the life of this contract workers’ compensation insurance as required by the laws
of the State of North Carolina and Employers’ Liability with limits of $100,000 each accident,
$500,000 policy limit and $100,000 each employee for all employees employed on the project. In
case any employee(s) engaged in work under this contract is or are not protected under the
Workers’ Compensation Statute, the Consultant shall provide adequate coverage for the protection
of employees not otherwise protected.
d. Owner’s and Contractor’s Protective Liability ISO #CG 00 09 10 93: The Consultant shall secure
and maintain during the life of the contract, an Owner’s and Contractor’s Protective Liability
insurance policy for the Town, with minimum limits of $1,000,000 per occurrence/$2,000,000
aggregate.
List of Attachments:
Exhibit A – Town of Elon Properties for Assessment
Exhibit B – Town of Elon Street Map
PROPERTY NAME PROPERTY ADDRESS ALAMANCE COUNTY
PARCEL ID #
NOTES
Elon Public Works 214 S. Johnson Street 109714 5 structures including offices, storage, break room, with employee and
equipment parking areas. Not open to the public.
Elon Town Hall and Police Department 104 S. Williamson Avenue 114970 1 structure housing several government offices. Most areas are open to
the public. Includes dedicated parking area.
Beth Schmidt Park 2150 Elon Park Drive 108890 Municipal park with community building, playground, shelters, public
restrooms, 2 gazebos, and dedicated parking area.
Lawrence Slade Park 404 Ball Park Avenue 109434 Municipal park with playground, shelters, band shell, sports courts, and
dedicated parking areas.
Fire Station #8 219 S Williamson Avenue 114929, 114930 Municipal Fire Station with garage bays, offices, storage, kitchen, and
associated parking. Limited public areas.
Fire Station #18 2110 Power Line Road 115653 Municipal Fire Station with garage bays, offices, storage, kitchen,
training room, and associated parking. Limited public areas. Magnolia Cemetery 201 S Oak Street 115556, 115557 Municipal cemetery with gravel access lanes (no structures). Entirely open to
the public.
TOWN OF ELON STUDY PROPERTIES
Exhibit A
HUFF
MAN
LN
S CHURCH ST
EDGEWOOD AV
BROAD ST
SPRI
NGWO
OD A
V
WHITESELL ST
E JOYNER ST
LAUR
ELHIL
L DR
HERM
ITAGE
RD
TROENDLY ST
ROUTH RD
CARY
ST
HUFFINES
ST
PINE ST
EVA DR
ST M
ICHA
ELDR
STFRANCIS DR
LOWE RD
PIED
MONT
AV
ALAMANCE ST
CUMM
INGS
ST
FAUC
ETTE
AV
MEAD
OW ST
PEBBLE DR
QUARTZ
CT
SWIFT FISHDR
MELROSE DR
REGE
NCY DR
OBSIDIAN DR
PERRYS
MHP
DRIFTWOOD DR
BROOKWOOD AV
SLATECT
GILLIAM RD
FINNSBURY DR
SPENCE AV
MACLEAN DR
COVENTRY PL
MOONSTONE CT
MINNEOLA ST
ARMFIELD AV
GERRINGER MILL RD
ROSLYN DR
THISTLE DR
BURLINGTON AV
YORK RD
REDSTONE DR
ELON
CT
RIDGEDELL DR
BRISTOLCT
ASHLEYPL
INGL
E WO O
DD R
BARBER RD
ASHLEY WOODS DR
ROLLINGWOOD DR
ELK ST
BROOKFIELD DR
MACDOUGALL DR
LEIGHCT
FLEEMAN LN
CEDAR ST
BROWN
BARK CT
LITTLE JOHN CT
TEAL CT
SPRING VALLE
Y DR
BERRYHILLRD
LENOX
PL
ROBINHOOD DR
MOORGATECT
GLENLIVETWAY
BURKEST
EDGEWATER RD
BARRINGTON RD
GREENLEADR
ZEIGLERDR
ELM ST
WINDRIFT
CT
BRIGHTONCT
OAKH
URST
ST
CHERRYDR
TANNERCT
EMER
ALD
DR
ELON
OSS IP
EERD
LESTERDR
GERR
INGE
RST
WAR
REN
PLST ELIZABETH DR
WOODLAND AV
BARBEE ST
GREENWOOD DR
DRIFTWOOD
CT
BROM
PTON
CT
NEESE CT
S WYR
ICK
ST
BARTONCT
COLONIAL DR
DEVONSHIRE
CT
EAST
WO O
DCT
ROLLINGWO ODRD
WESTM
ILLLN
ROLLING MEA DOW
CT
NPA
RIS
ST
CHERRY CT
SUTTONPL
BREN
TWOO
DDR
VINING
SDR
CARRIAGEPL
SPRING HILL LN
OWEN
ST
WIMB
SLEY
DR
SPRINGFIELD DR
GABBROCT
ALLISONCT
COY ST
HAWTHORNE LN
NOTTO WAY
TER
DOWNING DR
SADIE LN
PRINCE EDWARD DR
RIDGEVIEWCT
HUTC
HINS
ONRD
DURHAM
MEADOWS CT
DRYC
REEK
LN
BEDFO
RDST
BALM
ORAL
C T
WESTFIELD
CT
FLORA AV
E LITTLE JOHN LN
ALAMAN
CE RD
KINGSTONCT
MELODY LN
DAVENPORT
CT
S PARISST
SHIRLEY DR
NMAU
RYAR
CH
ALYSSA DR
FIRST
ST
BELL ST
CAPP
OQUIN
WAY
ROSE
M ONT
ST
POLLARD AV
SHELBURNCT
CROFTWOOD DR
LOC K
ESLE
YLN
LIMES
TONE
CT
WESTFIELD LN
PEPPERIDGE
DR
PINEVIEW DR
SUNNYBROOK DR
LAKE
VIEW
DR
MAY
ST
AMHE
RST C
T
ST M
ARKS
CHUR
CH R
D
SOMERS AV
HARRIET DR
PARK RD EXT
REDS
TONE
CT
BENT
TREE CT
PRIDE AV
BROOKFIEL
DCT
WICKER ST
SHALLOWFORD CHURCH
RD
RAND
OML N
MCCU IS TONDR
HAZE
LWOO
D DR
WILT
SHIR
E DR
APPL
E ST
S
MAURY
ARCH
HERB
INHEIGHTS AV
SHADOWBROOKCT
MIDWAY CHURCH RD
KEOG
H ST
C HAR
L OTT
ELN
HIDDENWOODLN
DURHAM ST EXT
AMICK ST
GIBSONVILLEMHP
GLE NR AVEN
RD
HALL ST
LOWELL DR
PHIBBS RD
MOTLEY ST
WHAR
TON
ST
WALKER AV
N GURNEY STCADIZ ST
HE ATHE
RC T
MABLETON DR
DOGWOOD LN
OAK ST
MCPH
ERSO
N RD
COMMERCE
PL
MANS
FIE
LD RD
NEW BERN CT
BROOK
SIDE
DR
INTE
RNAT
IONA
LDR
DUNV
EGAN
LN
CARMICHAELCT
DURHAM ST
WR
LN
GERRINGER RD
PARK DR
SULL
IVAN
CT
EDGEWOOD
CT
MEAD
O WBR
OOKD
R
ST REGIS DR
SPRINGHILL DR
DURHAM MEADOWS DR
SUNSET HILLS DR
GOODSON AV
MONR
O ELN
SILVER MAPLE
DR
W MAIN ST
TRAVIS LN
RIDGE
CRES
TAV
COAC
HLIG
HTTR
SEDG
EFIEL
D ST
S FAIRWAY DR
SHAR
ON S
T
FARWOOD RD
GREE
NFER
NCT
AARON ST
MI CADR
SONNY LN
SMITH
ST
PARRISH ST
LAKE
VIEW
AV
CYPRESS CT
STUART CT
ROLLING
MEADOW LN
RADIANCE DR
KENSINGTON PL
JOHNSON FARM TR
BRADBURY DR
PENNSYLVANIA AV
WALKERMHP
CHAS
E ST
GORDON ST
TRIBEK CT
SHADY DR
TANBARK CTBERWICK DR
SAWY
ERDR
DELANEY DR
WOODHUE DR
CEDA
RWOO
D DR
HUFFMANMILL
RD
STEELE ST
RAILROAD AV
LEIGH DR
EUGENE ST
N PARK AV
PYTH
ON
DR
BRYC
EWOOD PL
HIDD
EN VA
LLEY
MOB
ILEHO
ME P
ARK
MHP
NFA
IRWA
YDR
MACA
RTHU
RLN
ENGLEMAN CT
ST NICHOLAS TR
AMICK RD
FERN
DALE
DR
ING L
ES T
ALLIE SYKES TR
WHITE POPLAR DR
LAKEWOODCTGURNEY CT
MAJESTY DR
ELIZABETH AV
MACG
REGO
RD R
TUCK DR
PINE
GROV
E ST
DOGWOOD DRMACALLAN DR
WOO
DST
EXT
PITTS RD
DEVO
NSHI
RE LN
PINEWAY DR
WLIT
TLE
J OHN
LN
HILLCREST DR
MARTINST
ABINGDON PL
TREMONT DR
DEE ST
CROSBY DR
DANDORA RD
SPRING RD
NOTTINGHAM LN
BARH
AMST
DREW
LN
TERR
Y SMI
THTR
PRESCOTT LN
LEE DR
VALL
EYDA
L ED R
EVEL
YNDR
SCOTT DR
S RIVERVIEW DR
HUNTER AV
PENLAND DR
CANTERBURY DR
N RIVERVIEW DR
FOREST DR
CLA Y
STON
EDR
GREENTREE RD
WINDRIFT DR
CHARLEIGH CT
CANDLEWOOD DR
S SCH
OOL S
T
OAKWOOD DR
READING CT
WYRICK TR
WELLINGTON RD
N ONEAL ST
HOWERTON RD
GUIL
FORD COUNTY FARM RD
SUMMERDALE RD
HUGHES TR
BEN SHARPE RD
BURKECL UBHOUSE
RD
CRAPE
MYRTLE CT
GIBS
ONVIL
LE O
SSIP
EE R
D
W DAVIS ST
TALISKER WAY
LEWI
S ST
SHAD
O WBR
OOKD
R
STILL WATER CIR
BROWN BARK LN
DONCASTER LN
FIELD
STON
E DR
DOLO
MITE
DR
GREENWOOD TER
GRAPHITE DR
OAKLAND DR
NEES
E DR
NEWHAVEN LN
TRIBEKDR
FOREST
DALE
DR
E MAIN ST
SLATE DR
TOPA
ZRID
GE CT
N W
YRIC
K ST
NEW
YORK
AVSH
ANNO
N DR
BURCH BRIDGE RD
EDITHST
ELLE
N DR
BRI AR
CLI F F
R D
SADDLE CLUB RD
KIMBERLY RD
RIVERVI EWDR
WES
TBRO
O KDR
RUNN
ING
CREE
K TR
MEADOWOOD DR
AMHERST AV
SHER
WOOD
DR
WEXF
ORD
PL
STON
EWYC
K DR
CIRCLE DR
WESTOVER TER
DORSETT ST
WOO
DST
ENGLEMANAV
HICK
O RYA
V
TOWER
DR
ROCKWOOD
AV
BROWNSTONE DR
GARD
EN C
IR
DOGW
OOD
HILL
RD
MACLEOD ST
E LAKE
DR
VILLAGECT
MAY DR
CRISS
MAN
AV
COLL
INW
OOD
D R
ROBB
ENS M
HP
NIGHTINGALE CT
LAKEVIEW TER
WOOD
S MHP
GRACE
WOODCT
W LAKE DR
SHIELD DR
FAITH
DR
S GUR
NEY S
T
LINDA
LN
FANN
TR
YORK PL
LASSITER DR
RIVER HILL LN
C HANDLER ST
KERNODLE CIR
TRIMBLE
DR
FAWN HAVEN DR
S FBC
TR
CAIRN CIR
VICTORIA LN
DUNCAN CIR
DUNN
TOWN
RD
SHAL
L OW
FORD
ACCE SSRD
STRATFORD RD
ALEX
FAYE
DR
FOX RUN RD
POWERLINE
ACCESS RD
KERNODLE LANDING DR
PINECROFT DR
YORK CT
LOOP RD
GREE
NGA
BLET
R
GEORGETOWNECT
WESTWOOD CT
SUNNINGDALE CT
WHITEFIELD
CT
CHUR
CHST
W SUMMERBELL AV
BLAKEY
HALL LN
SHO
LT AV
HIGH
SIDE
DR
N OA
K AV
COLONNADE DR
CHRIS
TMAS LN
WILLOW OAK ST
LAUREL OAK
DR
WALKER RD
UNIVERSITY DR
MANNING WAY
JAME
S TON
EYDR
W HERITAGE DR
NOK
ELLY
AV
OLD
TOW
NEDR
RALS
TON
DR
BIRKDALECT
ACORNSTATION
GREEN ST
ELON ACORN DR
ARBOR DR
LONGBROOK DR
ORCHID DR
BRANDON MILL CT
E HAGGARD AV
W HAGGARD AV
WESTOVER DR
HARVARD
CT
BROOKVIEW DR
S OAK AV
CAMEL OT DR
SETON
CT
ASPEN AV
BRICKWALK CT
GREENCT
CREEK
RIDGE DR
STONE GABLES DR
PASSAVANTCT
MUIR
FIELD
CT
TROONPL
WADE COBL
E DR
GAZEBO DR
TRIN
ITYC T
LOY CT
JON
HUS C
T
MACEDONIA DR
STONEHENG ECT
MATHER
CT
ELON CROSSING DR
VETERANS DR
PINEDALE DR
WESTGATE DR
CAME
LOT
LN
AQUI
N AS
CT
N WILLIAMSONAV
PROVIDENCE PL
L UTHE
R CT
VICTORIACT
ASHLEYCT
WISTERIA DR
PHOENIX DR
STONE GABLES DR
CALVIN CT CHELSEYCT
CABLE RD
OLD CHARLESTON DR
ORAN GE CT
MORG
ANST
PRIMROSECTMAGNOLIA CT
CHANNING
CT
WINWOOD DR
PV TDR
CENT
ERST
SHOR
T ST
SLADEST
W LEBANON AV
W COLLEGE AV
W WEBB AV
WINDSOR WAY
PIN OAK CT
NEAL ST
CAMD
EN CT
WESL
EY D
R
PROVIDENCE CT
ZWINGL
I
CT
FERNBROOK
CT
EDDY
CT
DALTON MCMICHAEL DR
SE AB URY C T
POPLAR AV
UNIVE
RSITY
DR
STATIONCIR
HICKORY DR
TIMBE
RLINE
STAT
IONDR
EDMUND
CT
ARCH WAY
CT
GLENE
AGLE
SCT
MANN
ING
AV
N NC 87 HWY
WEST
MINS
TER
DR
HUNTINGDON
ST
LYNN
ST
FORESTVIEW DR
ASHLEY TRC
THAM
ES C
T
W LEBANON AV
MARC
Y TR
ASBURY CT
ELON COMMONS DR
N OK
ELLY
AV
HAYD
EN D
R
SUDBURYCT
BRANCHWOOD DR
SUMM
ERS D
R
S ANT
IOCH
AV
A TK IN
SON
AV
HUNTINGDON
ST
N LE
E ST
POWER LINE RD
BRIGHTON DR
VILLA
SWA
Y
DANIELEY WAY
HUTCHINSON CT
SONOCODR
E TROLLINGER AVW TROLLINGER AV
E LEBANON AV
BILL LOY DR
KERR
AV
E COLLEGE AV
MUHLENBE RG
CT CARSON DR
VON BORACT
N NC 87 HWY
COURTLAND DR
BROOKVIEWCT
TURNBURY PL
CLEVELANDST
WOODLAND DR
CAMPUS TRACE
DR
BLAK
EYHALL
LN
LONG ST
WAG
ONER
RD EASTGATE DR
FRANZ CT
BANK
OFAM
ERIC
ADR
BILLLOYDR
ZAC WAL
KERPL
EARL DR
W FRONT ST
STJO
HNSTRE
GO D
R
JENNINGS BERRYDR
WHITE OAKST
WOODALE DR
WHITESELL DR
WESTBROOK AV
WOODLAND DR
WAT ERSTONEDR
CAMPUS DR
OLDWELL DR
HACKETT
PROPERTY TR
UNIVERSITY DR
PRIN
CETO
N DR
BLAC
KEL
K CT
HOLT CHAPE LLN
E COLLEGE AV
CHAN
CERY
ST
P ALLAD IUM
CT
TRINITY DR
PVTDR
E SUMMERBELL AV
FOSTER DR
ELM CREST LN
JOHN
SON
ST
VETE
RANS D
R
SUNSET DR
WESTVIEW DR
TIMBERLAKE DROAKVIEW DR
AVENUE OF TREES
UNIVE RS IT YD R
AQUINASCT
KNOX
CT
S OKE
LLY A
VS O
KELL
YA V
BAL L
PARK
AV
BALL PARK AV
N MANNING AV
HERITAGEDR
SULLI
VAN
PARK CIR
SULLIVAN PARK CIR
STAT
ION CIR
STAT
ION
CIR
S WILL
IAMSO
N AV
DANIELEY CENTER DR
WYCLIFF CT
TUDOR
CT
GEORGETOWNE DR
OLSEN DR
E HAGGARD AV
BOBBAXTER DR
MILL POINTE WAY
MILL
POIN
TEWA
Y
S HOL
T AV
HUNT
INGD
ON S
T
HU N TING
DON
ST
JAMESTOWNE DR
JAMESTOWNE DR
COOK
RD
COOK RD
CROS
SGAT
EDR
STON
EGABLES
DR
ORANGE DR
ORANGE DR
N HO
LT A
V
TRUI
TT D
R
RICH LN
WESTWOOD DR
N AN
TIOCH
AV
BELL
TOWER CT
WESLEYCT
WINDSORCT
ARCADIA DR
ELON OAKS TR
WI LLIA
M
PENN CT
WINDSOR CIR
LAW
RENC
E ST
CENTRAL D
R
MOONELONRD
RUNNING BROOKDR
CAMPUS WALK TR
UNIVE
RSITY
RAMP
SHER
IDAN
PL
SPAN
ISH
OAK
RD
ELON
PARK
DR
PV T
D R
PVT DR
LOYOLA
C T
LOYOLA
CT
AQUINASC T
KNOXC T
HOLM
ESW
A Y
D.O.T. MAINTAINED _______________STREETS NOT MAINTAINED BY TOWN OR D.O.T. _______________
STREET MILEAGE CLAIMED UNDER THE POWELL BILL, UNSURFACED ________ MILES SOIL, STONE, OR GRAVEL ________ MILES HARD SURFACED ________ MILES ------------------------------------------------------------------------------------ TOTAL TOWN MAINTAINED STREETS ________ MILES
I, __________________________, Registered Civil Engineer, do hereby certify that this map of the Town of Elon, NC is a true and accurate map of said town, and that the mileage shown hereon is correct to the best of my knowledge and belief as of July 1, 2019.
________________________ Registered Civil Engineer
0 800 1,600 2,400 3,200 4,000400Feet
E1 inch = 800 feet
TOWN OF ELON, NCPOWELL BILL MAP
JULY 1, 2019
This map was compiled from the GIS resources of the Burlington Regional GIS Partnershipfor public planning and agency support purposes. These resources include public informationsources of different scale, time, origin, definition and accuracy, which aspects produceinconsistencies among features represented together on this map.
D.O.T. MAINTAINED _______________STREETS NOT MAINTAINED BY TOWN OR D.O.T. _______________
STREET MILEAGE CLAIMED UNDER THE POWELL BILL, UNSURFACED ________ MILES SOIL, STONE, OR GRAVEL ________ MILES HARD SURFACED ________ MILES ------------------------------------------------------------------------------------ TOTAL TOWN MAINTAINED STREETS ________ MILES
I, __________________________, Registered Civil Engineer, do hereby certify that this map of the Town of Elon, NC is a true and accurate map of said town, and that the mileage shown hereon is correct to the best of my knowledge and belief as of July 1, 2019.
________________________ Registered Civil Engineer
LegendTown Paved RoadsState RoadsTown Maintained GravelPrivate RoadsCorporate LimitsExtraterritorial LimitsSatellite Annexation AreasUnincorporatedRailroadWaterRoads Outside City Limits
27.43
Exhibit B