HomeMy WebLinkAboutVision Zero Strategy - RFPREQUEST FOR PROPOSAL
INVITATION FOR BIDS
2023-RFP-212
VISION ZERO STRATEGY (ROADWAY SAFETY PLANNING & PUBLIC
ENGAGEMENT)
City of Palm Desert
73-510 Fred Waring Drive
Palm Desert, CA 92260
RELEASE DATE: September 28, 2023
DEADLINE FOR QUESTIONS: October 16, 2023
RESPONSE DEADLINE: November 2, 2023, 12:00 pm
RESPONSES MUST BE SUBMITTED ELECTRONICALLY TO:
https://procurement.opengov.com/portal/cityofpalmdesert
City of Palm Desert
REQUEST FOR PROPOSAL
Vision Zero Strategy (Roadway Safety Planning & Public Engagement)
I. Background and Introduction ...............................................................
II. Notice Inviting Proposals ......................................................................
III. Scope of Services ..................................................................................
IV. Requests for Clarification ......................................................................
V. Content and Format of Proposal ...........................................................
VI. Selection Process ..................................................................................
VII. Evaluation Criteria ................................................................................
VIII. Submittal Requirements .......................................................................
IX. General Conditions ...............................................................................
X. Protests.................................................................................................
Attachments:
A - Sample- Vision Zero Strategy Agreement
B - Previous Planning Document - Palm Desert General Plan (2016)
C - Previous Planning Document - Local Roadway Safety Plan (2016)
D - Previous Planning Document - CVAG Active Transportation Plan (2016)
E - Previous Planning Document - SCAG Socal Connect (2020)
F - Previous Planning Document - Walk & Roll Bicycle & Pedestrian Gap Analysis
(2022)
G - Previous Planning Document - City Council Study Session - Active
Transportation Program (2022)
Request For Proposal #2023-RFP-212
Title: Vision Zero Strategy (Roadway Safety Planning & Public Engagement)
3
1. Background and Introduction
1.1. Summary
The City of Palm Desert (“City”) is requesting proposals from qualified firms (“Proposers”) for Vision Zero
Strategy (Roadway Safety Planning & Public Engagement) (“Services”) to establish a Professional Services
Agreement ("Agreement").
To serve and promote the welfare of its residents, the City intends to procure the Services, as described
below.
Professional engineering and design services to conduct a Palm Desert Vision Zero Strategy, inlcuding a
Safe Routes to School Plan, Safe Routes for Seniors Plan, Investment Strategy, Dashboard and Monitoring
Tools, and a Public Engagement Campaign.
1.2. Background
The City is a charter city in the State of California. The City is a thriving community of approximately 50,000
full-time and 32,000 seasonal residents. It is located in the Coachella Valley in eastern Riverside County,
part of the low desert region of Southern California. The City features big-city resources in a friendly,
small-town setting, offering first class educational opportunities, safe and clean streets, as well as plentiful
shopping and community events. Palm Desert is considered the geographical, educational and retail
center of the Coachella Valley.
Incorporated in 1973, the City operates under a council-manager form of government with a five-member
City Council elected at large. Each council member serves a four-year term. The City Council meets on the
second and fourth Thursdays of the month at Palm Desert City Hall, 73-510 Fred Waring Drive.
1.3. Contact Information
Chris Gerry
Project Manager
Email: cgerry@cityofpalmdesert.org
Phone: (760) 776-6335
Department:
PW - Capital Improvement Projects
1.4. Timeline
The above scheduled dates are tentative and City retains the sole discretion to adjust the above schedule.
Nothing set forth herein shall be deemed to bind City to award a contract for the Services and City retains
the sole discretion to cancel or modify any part of or all of this RFP at any time.
Release of Request for Proposal September 28, 2023
Request For Proposal #2023-RFP-212
Title: Vision Zero Strategy (Roadway Safety Planning & Public Engagement)
4
Pre-Proposal Meeting (Non-Mandatory) October 12, 2023, 1:00pm
Palm Desert City Hall
Administrative Conference Room
73-510 Fred Waring Drive
Palm Desert, CA 92260
Last Day to Submit Questions for
Clarification
October 16, 2023, 12:00pm
Clarifications Issued by City on or before October 18, 2023, 5:00pm
Deadline for Receipt of Proposals
submitted on or before
November 2, 2023, 12:00pm
2. Notice Inviting Proposals
2.1. NOTICE
RFP No.: 2023-RFP-212
Project Title: Vision Zero Strategy (Roadway Safety Planning & Public Engagement)
Project No. (if applicable): N/A
PUBLIC NOTICE IS HEREBY GIVEN that proposals will be received by the City of Palm Desert (“City”)
electronically through the City of Palm Desert’s ("City") online bid management provider (“OpenGov
Procurement”), until 12:00 pm, Thursday, November 2, 2023. Proposals may not be submitted by fax,
email, telephone, mail, hand delivery, or other means; any proposals received through any means other
than OpenGov Procurement will be returned to the proposer unopened.
The City is requesting proposals to provide: Professional engineering and design services to conduct a
Palm Desert Vision Zero Strategy, inlcuding a Safe Routes to School Plan, Safe Routes for Seniors Plan,
Investment Strategy, Dashboard and Monitoring Tools, and a Public Engagement Campaign.
The award of this contract is subject to available budget adequate to carry out the provisions of the
proposed Agreement including the identified scope of work. The City reserves the right to reject any or all
proposals determined not to be in the best interest of the City.
The City of Palm Desert is committed to inclusion and diversity and welcomes proposals and bids from
contractors, consultants, and vendors of all faiths, creeds, ancestries, and ethnicities without regard to
disability, gender identity, sexual orientation, or immigration status. The City condemns and will not
tolerate prejudice, racism, bigotry, hatred, bullying, or violence towards any group within or outside of
our community.
Request For Proposal #2023-RFP-212
Title: Vision Zero Strategy (Roadway Safety Planning & Public Engagement)
5
2.2. SCOPE OF SERVICES
The Services sought under this Request for Proposals (“RFP”) are set forth in more detail in the Scope of
Services Section, incorporated herein by this reference. Notwithstanding the inclusion of such Services in
the Scope of Services Section, the final scope of Services negotiated between City and the successful
Proposer shall be set forth in the Professional Services Agreement (“Agreement”) executed by and
between City and the successful Proposer. A copy of the Agreement is attached and incorporated herein
by this reference.
2.3. PREVAILING WAGE - ADDITIONAL REQUIREMENTS FOR FEDERAL FUNDING
A. If the Services are funded in whole or in part by federal funds or otherwise requires compliance
with the Davis-Bacon Fair Labor Standards Act, the successful Proposer and all its subcontractors
shall pay the higher of the state or federal prevailing wage rates. The Prevailing Wage
Determination can be found in the #Attachments.
2.4. REGISTRATION
Interested proposers may register as vendors and download the Request for Proposals (“RFP”). To
register, visit the City's electronic bidding website, OpenGov Procurement, and proceed to "Subscribe" as
a vendor with the City to receive new project notifications. Interested proposers may "Follow" the RFP to
view and/or download the RFP details, receive addenda alerts and notices, and draft and submit a
response.
2.5. PRE-PROPOSAL MEETING
A “non-mandatory” pre-proposal meeting is to be held at 1:00 pm on Thursday, October 12, 2023, at Palm
Desert City Hall Administrative Conference Room 73-510 Fred Waring Drive Palm Desert, CA 92260.
Failure to attend this meeting will not preclude a Proposer from submitting a proposal. Attendance at the
pre-proposal meeting will ensure the Proposer understands the full scope of the Services requested.
3. Scope of Services
3.1. Project Summary
Through the U.S. Department of Transportation, Federal Highway Administration, the City of Palm Desert
(City) received a Safe Streets and Roads for All (SS4A) grant totaling $970,000 (including $20,000 in City
administrative costs) to undertake planning and public engagement efforts to reduce local roadway
fatalities and injuries. These collective activities consist of the City's Vision Zero Strategy (Strategy)
including:
• Safe Routes to School Plan: $320,000
• Safe Routes for Seniors Plan: $80,000
• Public Engagement Activation: $400,000
• Investment Strategy: $100,000
Request For Proposal #2023-RFP-212
Title: Vision Zero Strategy (Roadway Safety Planning & Public Engagement)
6
• Dashboard and Monitoring Tool: $50,000
Activities will be consolidated in a Final Strategy and include priority recommendations to pursue in a
future Notice of Funding Opportunity (SS4A Implementation Grant). The City anticipates all activities to
be completed in 18 to 24 months, with prioritizing planning efforts (Safe Routes to School, Safe Routes
for Seniors, and Investment Strategy).
All tasks below also take into consideration the recommendations and information from existing planning
documents. The Consultant, through collaboration with the City, shall collect and review existing policies,
programs and data. Existing planning documents for reference to all tasks below include, but are not
limited to:
• City of Palm Desert
o General Plan, including PD Link (2016)
o Local Roadway Safety Plan (2021)
o Walk and Roll (2022)
o Active Transportation Program Study Session (2022)
• Coachella Valley Association of Governments
o Active Transportation Plan (2016)
o CV Link (2022)
• Southern California Association of Governments
o SoCal Connect (2020)
The scope of work has been thoroughly outlined; however, the Consultant is encouraged to submit
imaginative and inventive concepts beyond the defined scope, which will be taken into thoughtful
consideration in the review process. Finally, please identify if any funding categories above should be
recommended for reallocation among other categories (within the scope of work).
3.2. Safe Routes to School Plan
Palm Desert is home to a collective of eight (8) public schools committed to providing education for our
children and adolescents. Unless specified otherwise below, these schools are located within Palm Desert
and consist of:
Elementary Schools:
• Abraham Lincoln Elementary School
• George Washington Charter Elementary School
• James Earl Carter Elementary School
• Ronald Reagan Elementary School
Request For Proposal #2023-RFP-212
Title: Vision Zero Strategy (Roadway Safety Planning & Public Engagement)
7
• Gerald Ford Elementary School (located in Indian Wells)
Middle Schools:
• Palm Desert Charter Middle School
• Colonel Mitchell Paige Middle School (located in La Quinta)
High Schools:
• Palm Desert High School
The City's Local Road Safety Plan previously identified the need to improve safe access to schools for
walking and biking to help reduce safety risks posed by traffic volumes associated with student pick-up
and drop-off. Building upon this recommendation, the Consultant shall develop a Safe Routes to School
Plan (School Plan) that provides clear and implementable recommendations to create safer, more
comfortable walking and bicycling options for Palm Desert school children, their families and residents.
Through stakeholder engagement, the School Plan will identify safety, infrastructure, and programmatic
barriers to walking and bicycling to and from each school. The School Plan development process itself will
provide opportunities to educate and encourage students at public elementary, middle and high school.
Note: In addition to educational opportunities that will be addressed in the School Plan, the Consultant
shall include recommended capital improvements to improve roadways and incorporate such
recommendations into the Investment Strategy.
Task 1: Existing Conditions
The Consultant shall review existing conditions, including:
• Gather background data for each school.
• Identify opportunities and constraints, and standards by which recommended updates will be
set to guide the preparation of the School Plan, and include existing land uses, current and
projected housing and land use development, population characteristics, and travel projections.
• Conduct traffic counts at up to three (3) locations near each project school, including pedestrian
and bicyclist counts, in order to assess demand that can inform areas for improvement and
prioritize potential projects.
• Prepare a base map for each school to show the school location, physical conditions and travel
information such as enrollment boundaries, yellow school bus routes and ridership, transit lines,
school site improvement plans, and crossing guard locations.
Deliverables:
• Existing Conditions Memorandum
• School traffic counts
• Base maps for schools
Request For Proposal #2023-RFP-212
Title: Vision Zero Strategy (Roadway Safety Planning & Public Engagement)
8
Task 2: Collisions and Gaps Analysis
The Consultant shall conduct a collisions and gaps analysis, including:
• Conduct a bicycle and pedestrian collision analysis using the most recent data available, with
data supplemented by the City for each school.
• Identify challenges, needs and gaps in the bicycle and pedestrian networks (using the base
maps).
Deliverables:
• Collisions and Gaps Analysis Memorandum
Task 3: Outreach and Engagement
Note: Events will be publicly noticed to ensure maximum attendance. Public notices will be in English and
Spanish. Spanish and sign language interpreters will be present, as requested.
The Consultant shall conduct outreach and engagement, including:
• With input from the City, the Consultant shall prepare a detailed Outreach and Engagement Plan
that includes school and community engagement tools and events to be used throughout the
development of the School Plan. The Outreach and Engagement Plan will consist of a strategy to
fully engage disadvantaged communities, including outreach in Spanish and means to reach
groups that may not participate in traditional planning events.
• Develop content for a School Plan webpage on the City’s website and social media platforms.
The purpose of this content is to promote outreach and education materials, document
workshops, promote parent surveys, workshops, walk audits, the Draft School Plan, and
eventually view the Final School Plan. The website shall also allow stakeholders to submit
feedback without attending meetings. The Consultant shall provide a online mapping tool to
identify barriers and recommendations for suggested improvements around a school.
• Use the standardized Student Travel Tally and Parent Survey questionnaires from the National
Center for Safe Routes to School to collect data on student travel modes and parent attitudes
about walking and bicycling to school. Data collection will be conducted twice, once at the
beginning of the School Plan project and once at the end.
• Conduct up to four (4) School Workshops for school staff, parents, law enforcement, fire
department, and other SRTS stakeholders. The workshops will be based on the National SRTS
Course from the National Center for Safe Routes to School. The purpose of the workshops will
be to introduce the School Plan, educate on the 6 E’s of SRTS (Engagement, Equity,
Encouragement, Education, Engineering, and Evaluation). At least two (2) workshops will be held
at a school or location near a disadvantaged school.
Request For Proposal #2023-RFP-212
Title: Vision Zero Strategy (Roadway Safety Planning & Public Engagement)
9
• The Consultant will lead school staff, City staff, parents/caregivers, residents, and other
interested stakeholders on a walking audit of each of the School Plan project school sites during
the morning arrival or afternoon dismissal period. The purpose of these walk audits is to
observe conditions and behaviors and identify challenges or impediments that currently limit
walking and biking. The Consultant will verify existing conditions of facilities. The Consultant will
provide participants who are unable to participate in the walk audit with another way to give
input such as through a web-based mapping tool where participants can “pin” locations and
write the issues or concerns for the marked location.
• The Consultant will conduct “pop-up workshops” at up to three (4) public events, such as
farmer’s markets or community fairs, in order to inform and solicit feedback from the
community on the School Plan.
Deliverables:
• Outreach and Engagement Plan
• Project website
• Survey
• Virtual Engagement Memorandum
• PowerPoint presentation and photos
• Student Travel Tallies and Parent Surveys Analysis Memorandum
• Four (4) School Workshops
• Walk Audit Reports
• Photos
• Outreach materials
• Three (3) “Pop-up workshops” at public events
Task 4: Advisory Committee
In collaboration with the City, the Consultant shall participate in various types of Advisory Committee
meetings. The Consultant shall prepare Advisory meeting agendas, presentations and meeting notes. The
Advisory Committee may convene 4 to 6 times. The Advisory Committee shall advise the Consultant on
potential project and programmatic recommendations that align with their goals. The Advisory
Committee shall also provide input prior to major engagement activities and will review key project
deliverables prior to posting to the public or decision-makers.
Deliverables:
• Advisory Committee Meetings - Room preparation and reservation (if offsite)
Request For Proposal #2023-RFP-212
Title: Vision Zero Strategy (Roadway Safety Planning & Public Engagement)
10
• Advisory Committee Meetings - Presentations, agendas and notes
Task 5: Crossing Guard Analysis
School Crossing Guards (Crossing Guards) are an important part of the community and serve a vital role
in the lives of students who walk or bicycle to school. Crossing Guards help students safely cross the street
at key locations and remind drivers of the presence of pedestrians. Working closely with the City and
school districts, the Consultant shall:
• Develop a methodology to prioritize crossing guard locations informed by the California Manual
on Uniform Traffic Control Devices (CAMUTCD), as well as engineering judgement.
• Using methodology, conduct an in-depth analysis of current locations of Crossing Guards and
make recommendations for maintaining, changing, or adding Crossing Guard locations. The
Consultant shall use the California School Crossing Guard Training Guidelines (Guidelines)
developed by the California Department of Public Health and Caltrans to identify and assess
Crossing Guard training needs.
Deliverables:
• Crossing Guard Prioritization Memorandum
Task 6: Recommendation and Prioritization
The Consultant shall use the information collected activity, including information from the Advisory
Committee and stakeholder outreach, in order to:
• Develop infrastructure improvement recommendations within a half-mile radius of each project
school for the purposes of improving the non-motorized transportation network for students
and parents to walk and bike to school safely and conveniently. Recommendations shall include
preliminary cost estimates so that the recommendations can be incorporated into future grant
applications for implementation.
• Create equity-framed and data-driven Project Prioritization Methodology that meets the needs
of the City and school districts.
• Develop Suggested Routes Maps for each project school with suggested routes for families to
walk or bicycle to and from school. Maps shall also include safety tips for drivers and active
transportation users. The Suggested Routes Maps shall be made available to schools both
digitally and in paper copies. The Suggested Routes Maps shall be available in English and
Spanish.
• Prepare engagement, equity, encouragement, education, and evaluation program
recommendations to complement the infrastructure recommendations to promote a culture
that embraces active transportation.
Deliverables:
Request For Proposal #2023-RFP-212
Title: Vision Zero Strategy (Roadway Safety Planning & Public Engagement)
11
• Infrastructure Improvement Recommendations Memorandum (including maps and cost
estimates)
• Project Prioritization Methodology Memorandum
• Suggested Routes Maps
• Programmatic Recommendations Memorandum
Task 7: Draft and Final Strategy
The Consultant shall prepare a Draft School Plan for City staff review. The Draft School Plan will be aligned
with existing local and states policies and procedures and shall include a summary of actionable next steps
for implementing the project recommendations. Based on City staff comments on the Draft School Plan,
the Consultant shall revise the Draft Public-School Plan into a formatted final format to be presented to
stakeholders and the public.
The Consultant shall prepare the Final School Plan in formatted, electronic form that addresses comments
received from stakeholders and the public. The Final School Plan will include a summary of next steps
towards implementation (specifically, an SS4A Implementation grant).
Deliverables:
• Draft School
• Draft Public-School Plan
• Final School Plan
Task 8: City Council Review and Approval
In collaboration with the City, the Consultant shall present the Final School Plan for the City Council's
review and consideration. The Consultant shall respond and resolve any critical issues, so that the City
Council can adopt the Final School Plan.
Deliverables:
• City Council Staff Report
• Presentation
3.3. Safe Routes for Seniors Plan
Palm Desert has a large population of seniors and retirees. Situated in the Coachella Valley, this region
attracts retirees and seasonal residents due to its warm climate, desert landscapes, golf courses, and
various amenities tailored to older adults. In addition, the City's Local Road Safety Plan identified seniors
and aging drivers as an important safety focus. This component of the study shall evaluate transportation
infrastructure and mobility programs that will make it easier and safer for seniors.
The Consultant shall develop a Safe Routes for Seniors Plan (Senior Plan) that provides clear and
implementable recommendations to create safer, more comfortable walking and bicycling options for
Request For Proposal #2023-RFP-212
Title: Vision Zero Strategy (Roadway Safety Planning & Public Engagement)
12
Palm Desert seniors. Through stakeholder engagement, the Senior Plan shall identify safety,
infrastructure, and programmatic barriers to walking and bicycling to and from up to five (5) location (to
be determined). The Senior Plan development process itself will provide opportunities to educate and
encourage seniors as well.
Task 1: Existing Conditions
The Consultant shall review existing conditions, including:
• Gather background data on seniors (e.g., housing, community centers, and demographics) that
describe locations and movement of seniors.
• Identify opportunities and constraints, and standards by which recommended updates will be
set to guide the preparation of the Senior Plan, and include existing land uses, current and
projected housing and land use development, population characteristics, and travel projections.
• Conduct traffic counts at up to three (3) locations based upon the background data and City
staff discussions, including pedestrian and bicyclist counts, in order to assess demand that can
inform areas for improvement and prioritize potential projects.
• Prepare a base map for each location, physical conditions and travel information.
Deliverables:
• Existing Conditions Memorandum
• Location traffic counts
• Base maps for locations
Task 2: Collisions and Gaps Analysis
The Consultant shall conduct a collisions and gaps analysis, including:
• Conduct a bicycle and pedestrian collision analysis using the most recent data available, with
data supplemented by the City for each location.
• Identify challenges, needs and gaps in the bicycle and pedestrian networks (using the base
maps).
Deliverables:
• Collisions and Gaps Analysis Memorandum
Task 3: Outreach and Engagement
Note: Events will be publicly noticed to ensure maximum attendance. Public notices will be in English and
Spanish. Spanish and sign language interpreters will be present, as requested.
The Consultant shall conduct outreach and engagement, including:
Request For Proposal #2023-RFP-212
Title: Vision Zero Strategy (Roadway Safety Planning & Public Engagement)
13
• With input from the City, the Consultant prepares a detailed Outreach and Engagement Plan
that includes senior and community engagement tools and events to be used in the
development of the Senior Plan. The Outreach and Engagement Plan shall consist of a strategy
to engage disadvantaged communities, including outreach in Spanish and means to reach
groups that may not participate in traditional planning events.
• Develop content for a Senior Plan webpage on the City’s website and social media platforms.
The purpose of this content is to promote outreach and education materials, document
workshops, promote parent surveys, workshops, walk audits, the Draft Senior Plan, and
eventually view the Final Senior Plan. The website shall also allow stakeholders to submit
feedback without attending meetings. The Consultant shall provide an online mapping tool to
identify barriers and recommendations for suggested improvements around locations.
• Conduct up to four (4) workshops for the Senior Plan stakeholders. The purpose of the
workshops are to introduce the Senior Plan. At least two (2) workshops will be held at a location
near a disadvantaged area.
• The Consultant shall lead seniors and interested stakeholders on a walking audit of each of the
identified locations. The purpose of these walk audits is to observe conditions and behaviors
and identify challenges or impediments that currently limit walking and biking. The Consultant
shall verify existing conditions of facilities and provide participants who are unable to participate
in the walk audit with another way to give input such as through a web-based mapping tool
where participants can “pin” locations and write the issues or concerns for the marked location.
• The Consultant will conduct “pop-up workshops” at up to three (3) public events, such as
farmer’s markets or community fairs, in order to inform and solicit feedback from the
community on the Senior Plan.
Deliverables:
• Outreach and Engagement Plan
• Project website
• Survey
• Virtual Engagement Memorandum
• PowerPoint presentation and photos
• Four (4) Senior Workshops
• Walk Audit Reports
• Photos
• Outreach materials
Request For Proposal #2023-RFP-212
Title: Vision Zero Strategy (Roadway Safety Planning & Public Engagement)
14
• “Pop-up workshops” at up to three (3) public events
Task 4: Advisory Committee
In collaboration with the City, the Consultant shall participate in various types of Advisory Committee
meetings. The Consultant shall prepare Advisory meeting agendas, presentations and meeting notes. The
Advisory Committee may convene 4 to 6 times. The Advisory Committee shall advise the Consultant on
potential project and programmatic recommendations that align with their goals. The Advisory
Committee shall also provide input prior to major engagement activities and will review key project
deliverables prior to posting to the public or decision-makers.
Deliverables:
• Advisory Committee Meetings - Room preparation and reservation (if offsite)
• Advisory Committee Meetings - Presentations, agendas and notes
Task 5: Recommendation and Prioritization
The Consultant shall use the information collected throughout the project, including information from the
Advisory Committee and stakeholder outreach and engagement, in order to:
• Develop infrastructure improvement recommendations within a half-mile radius of each project
location for the purposes of improving the non-motorized transportation network for seniors to
walk and bike safely and conveniently. Recommendations shall include preliminary cost
estimates so that the recommendations can be incorporated into future grant applications for
implementation.
• Create equity-framed and data-driven Project Prioritization Methodology that meets the needs
of seniors, as well as yields projects that are positioned well for future SS4A Grant
Implementation funds.
• Develop Suggested Routes Maps for each location with suggested routes for seniors. Maps shall
also include safety tips for drivers and active transportation users. The Suggested Routes Maps
shall be made available both digitally and in paper copies. The Suggested Routes Maps shall be
available in English and Spanish.
• Prepare engagement, equity, encouragement, education, and evaluation program
recommendations to complement the infrastructure recommendations to promote a culture
that embraces active transportation.
Deliverables:
• Infrastructure Improvement Recommendations Memorandum (including maps and cost
estimates)
• Project Prioritization Methodology Memorandum
• Suggested Routes Maps
Request For Proposal #2023-RFP-212
Title: Vision Zero Strategy (Roadway Safety Planning & Public Engagement)
15
• Programmatic Recommendations Memorandum
Task 6: Draft and Final Strategy
The Consultant shall prepare a Draft Senior Plan for City staff review. The Draft Senior Plan will be aligned
with existing local and states policies and procedures and shall include a summary of actionable next steps
for implementing the project recommendations. Based on City staff comments on the Draft Senior Plan,
the Consultant will revise the Draft Senior Plan into a formatted Public Draft Senior Plan to be presented
to the Senior stakeholders and the public. The Consultant shall prepare the Final Senior Plan in formatted,
electronic form that addresses comments received from seniors and other stakeholders.
Deliverables:
• Draft Senior Plan
• Public Draft Senior Plan
• Final Senior Plan
Task 7: City Council Review and Approval
In collaboration with the City, the Consultant shall present the Final Senior Plan to City Council. The
Consultant shall respond and resolve any critical issues, so that the City Council can adopt the Final Senior
Plan. The Final Senior Plan will include a summary of next steps towards implementation.
Deliverables:
• City Council Meeting - Presentation
3.4. Public Engagement and Activation
The City and regional agencies have invested heavily in the active transportation network throughout
Palm Desert. While continuing to make infrastructure improvements, the City equally desires to inform
the community regarding how to safely and comfortably use the network. The City intends to develop a
locally branded, well-advertised and participatory Vision Zero Campaign (Campaign).
A substantial amount of funds are allocated toward Campaign activities due to the ability to make an
immediate and memorable impact. Therefore, although not required, the Consultant is encouraged to
pursue a professional marketing services in order to develop strategies and materials. The Campaign shall
become part of the City’s overall communication strategy and may include visible components such as
street banners and murals, active information sharing and activities at City events, and use of an Advisory
Committee aimed at changing the culture of driving, walking and biking for better safety.
Ultimately, the goal of this activity is to develop and execute a comprehensive public marketing Campaign
aimed at promoting safe and comfortable biking practices within Palm Desert. The Campaign will focus
on raising awareness, educating residents and visitors, and encouraging the use of biking infrastructure.
Task 1: Campaign Goals and Objectives
The Consultant shall:
Request For Proposal #2023-RFP-212
Title: Vision Zero Strategy (Roadway Safety Planning & Public Engagement)
16
• Meet with City staff to identify to Campaign objectives, including key insights, objectives,
strategies, and guidelines (Discovery Meeting).
• Develop a Creative Brief resulting from the discussions of the Discovery Meeting.
• Allow City staff make revisions to Creative Brief until acceptable to all parties.
Deliverable:
• Creative Brief Memorandum
Task 2: Ideation and Concept Development
The process of ideation and concept development is a crucial stage in the creation of a Campaign. It
involves generating creative ideas, themes, and visual concepts that effectively convey the Campaign's
messages and resonate with the target audience. This process transforms the insights and objectives
outlined in the Creative Brief into tangible and compelling creative concepts that drives the campaign's
design and content. Therefore, the Consultant shall:
• Develop detailed descriptions and visual representations of the chosen creative concepts that
were generated during the ideation process. These concepts outline the overarching theme,
messaging, visuals, and tone of the campaign.
• Develop visual presentations or documents that effectively communicate each selected concept
to City staff. These presentations include:
o Mockups
o Sketches
o Storyboards
o Other visual aids that help convey the essence of the ideas.
• Present to City staff the creative concepts and incorporate feedback accordingly.
Deliverable:
• Finalized Creative Concepts Memorandum
Task 3: Content Creation
Once having approved the Finalized Creative Concepts, the Consultant shall begin producing the actual
Campaign materials. Content creation could include designing visuals, creating copy, producing videos,
and developing any other creative assets needed for the Campaign. The City encourages the Consultant
to use creative techniques to effectively communicate the Campaign's messages and objectives.
• Develop content based on the Finalized Creative Concepts. The content shall be created for
various platforms and events, including:
Request For Proposal #2023-RFP-212
Title: Vision Zero Strategy (Roadway Safety Planning & Public Engagement)
17
o Multi-platform approach that coordinates with local media outlets to feature Campaign-
related stories and interviews.
o Workshops and webinars for residents of all ages and specific targeted groups to be
determined (e.g., youth, seniors).
• Present to City staff the creative concepts and incorporate feedback accordingly.
Deliverables:
• Campaign Content Memorandum (including campaign content)
Task 4: Campaign Workflow
Using the approved Campaign content, the Consultant shall develop a Campaign workflow (sequence of
marketing activities), including:
• Dates and Durations: Dates for the start and end of the Campaign, and the duration of Campaign
phases and activities.
• Key Milestones: Events or deadlines in the Campaign, such as the launch date, major
promotions, events, or the end of the Campaign.
• Task Breakdown: Individual tasks and activities that need to be completed including, content,
design, approvals, and launch preparations.
• Assigned Responsibilities: Designation of who is responsible for each task or activity.
• Dependencies: Indications of tasks that are dependent on the completion of other tasks.
• Channels and Platforms: Specification of which marketing channels and platforms will be used
for each activity (e.g. social media, events).
• Content Creation and Approval: Time allocated for creating and reviewing content, including
design, copywriting, and multimedia elements.
• Launch and Distribution: Dates for launching specific campaign components, such as
advertisements, social media posts, and email sends.
• Monitoring and Evaluation: Periods for monitoring campaign performance, analyzing metrics,
and making adjustments based on data.
• Reporting: Time allocated for generating reports on the campaign's performance and impact,
which can be shared with stakeholders.
Deliverables:
• Campaign Workflow Memorandum
Task 5: Campaign Implementation
Request For Proposal #2023-RFP-212
Title: Vision Zero Strategy (Roadway Safety Planning & Public Engagement)
18
The Consultant shall implement the Campaign workflow by launching and disseminating marketing
activities and materials that have been prepared during previous tasks. The Consultant shall monitor the
performance of the Campaign, track metrics, and make real-time adjustments as needed to optimize
results and ensure the Campaign is meeting its objectives. The Consultant shall be heavily involved
throughout the implementation of the Campaign, including:
• Campaign Oversight: Oversee the execution of the Campaign to ensure that it aligns with the
established strategy, goals and messaging.
• Content Coordination: Coordinate the creation and deployment of Campaign content, including
social media posts, blogs, and other materials.
• Quality Control: Ensure the consistency and quality of all Campaign materials and
communications across different channels.
• Channel Management: Manage distribution of Campaign content on various platforms, such as
social media, emails, and advertising networks.
• Real-time Engagement: Monitor and respond to audience interactions, comments, and
messages on social media, email, and other channels.
• Performance Monitoring: Track key performance indicators to assess campaign performance
and make data-driven decisions for optimization.
• Adjustments and Optimization: Based on performance data, make adjustments to campaign
strategy, messaging, targeting or tactics.
• Coordination with Partners: Coordinate with external parties to ensure a unified approach.
• Reporting: Generate regular or periodic reports that summarize Campaign performance,
insights, and outcomes for the client.
• Feedback and Communication: Provide updates to the client on the Campaign's progress,
discuss results, and address questions or concerns.
• Problem-solving: Identify and address any issues or challenges that arise during the execution
phase and finding solutions.
• Continual Strategy Alignment: Ensure the Campaign's execution remains aligned with the
overarching marketing strategy and goals.
• Client Collaboration: Collaborate with the City to gather feedback, insights, and any changes
they might want to implement.
• Adaptation to Trends: Stay updated on industry trends and adjusting Campaign tactics to
leverage emerging opportunities.
Request For Proposal #2023-RFP-212
Title: Vision Zero Strategy (Roadway Safety Planning & Public Engagement)
19
• Ad Campaign Management (if applicable): If paid advertising, manage the setup, targeting, and
optimization of the Campaign.
Task 6: Performance Evaluation
At the conclusion of the Campaign, the Consultant shall assess the overall performance, impact, and
outcomes after its execution. The insights gained from this analysis are essential for future Campaign
improvements and strategic planning. The appropriate metrics are to be determined and agreed upon by
parties, but tasks may include:
• Data Collection: Gather relevant data and metrics from various sources, including website
analytics, social media insights, email performance, conversion rates, and any other key
performance indicators that were tracked during the Campaign.
• Audience Engagement: Analyze how the target audience engaged with the Campaign content.
• Conversion Analysis: Assess the effectiveness of the Campaign in terms of conversions and
determine if the desired actions were achieved.
• Channel Effectiveness: Evaluate the performance of different marketing channels used in the
Campaign.
• Content Assessment: Review quality and impact of the Campaign content, visuals, and
messaging (i.e., what resonated with the audience).
• Feedback Review: Consider feedback received from the audience, clients, stakeholders, and
team members.
• Lessons Learned: Identify the challenges, successes, and learnings from the Campaign.
• Documentation: Document the findings, insights, and recommendations from the analysis.
Findings are critical for future Campaigns.
• Reporting: Prepare a report of the Campaign's performance, including key metrics, insights and
recommendations for optimization.
• Client Presentation: Present the post-Campaign analysis to the City, discussing the outcomes,
insights, and lessons learned.
Deliverables:
• Campaign Performance Evaluation - Memorandum
• Campaign Performance Evaluation - Presentation
3.5. Investment Strategy
The purpose of the Investment Strategy is to consolidate newly formed and outstanding
recommendations across planning documents to prioritize and pursue capital improvement projects in
Request For Proposal #2023-RFP-212
Title: Vision Zero Strategy (Roadway Safety Planning & Public Engagement)
20
the future. Specifically, the City is strongly interested in developing a detailed scope of priorities to pursue
in a SS4A Implementation grant.
Task 1: Review and Consolidate Planning Documents
The City has various planning documents that have identified infrastructure needs to improve the active
transportation network. While the City has constructed numerous capital improvements in its active
transportation network, there remains other recommendations that have yet to be implemented.
Furthermore, the Consultant is being requested to develop two additional new planning documents (Safe
Routes to School and Safe Routes for Seniors) that include recommended infrastructure improvements.
Proposed activities for this task include:
• Review existing local and regional planning documents to identify recommended projects that
remain outstanding.
• Review newly formed capital project recommendations (i.e., School Plan and Senior Plan) in
context of existing planning documents.
• Work with City staff to identify which projects have been completed and which projects still
remain (may require Consultant fieldwork).
• Consolidate outstanding recommendations from existing and newly formed planning documents
on spreadsheet. Include key information about the proposed capital projects including, but not
limited to, improvement type, roadway segment, and referenced planning document.
Deliverables:
• Capital Project Spreadsheet (without Prioritization)
Task 2: Prioritize Capital Projects
Following the consolidation of outstanding capital projects, the Consultant shall proceed with the crucial
task of prioritizing these projects. With the overarching goal of eliminating fatalities and injuries in the
Strategy, the Consultant shall:
•
• Evaluate capital projects based on potential to enhance safety, feasibility of implementation,
and contribution to Strategy objectives.
• Evaluate capital projects based on compatibility with previous SS4A Implementation grant
criteria to identify competitive application in future.
• Use industry standard methodology for prioritizing capital projects.
• Establish a well-defined hierarchy that guides resource allocation and efforts for maximum
impact.
• Memorandum identifying the methodology for
Request For Proposal #2023-RFP-212
Title: Vision Zero Strategy (Roadway Safety Planning & Public Engagement)
21
• Update previous spreadsheet with draft prioritization of capital projects.
Deliverables:
• Meet with City staff to discuss prioritization methodology.
• Prioritization Methodology Memorandum
• Updated Capital Project Spreadsheet (with Prioritization)
Task 3: Draft and Final Investment Strategy
The Consultant shall prepare a Draft Investment Strategy for City staff review. The Draft Investment
Strategy shall include, but is not limited to:
• Introduction: Outline the history and purpose of the Investment Strategy. The introduction shall
acknowledge the U.S. Department of Transportation and describe the City's intention of using
this Investment Strategy to pursue federal funds (SS4A Implementation) in the future.
• Document Review: Describe the existing and newly formed planning documents taken into
consideration of the Investment Strategy.
• Methodology: Describe the methodology used to prioritize the capital projects identified in the
Investment Strategy.
• Comprehensive Recommendations: Using the agreed-upon methodology, the Consultant shall
develop and include recommendations, including cost estimates.
• Grant Recommendations: Following the development of prioritized recommendations, the
Consultant shall develop and include detailed descriptions, costs and preliminary concept maps
identifying at least $10 million in priority capital projects that align with previous SS4A
Implementation grant guidelines.
Deliverables:
• Draft Investment Strategy
• Meet with City staff to discuss Draft Investment Strategy
• Draft Public Investment Strategy
• Final Investment Strategy
Task 8: City Council Review and Approval
In collaboration with the City, the Consultant shall present the Final Investment Strategy for the City
Council's review and consideration. The Consultant shall respond and resolve any critical issues, so that
the City Council can adopt the Final Investment Strategy.
Deliverables:
Request For Proposal #2023-RFP-212
Title: Vision Zero Strategy (Roadway Safety Planning & Public Engagement)
22
• City Council Meeting - Presentation
3.6. Dashboard and Monitoring Tool
The City intends to invest in the development of a publicly accessible and highly visible Vision Zero
Dashboard (Dashboard) that will be maintained beyond the scope of this grant to track progress in
reducing traffic injuries and deaths. This tool will provide both accountability for progress and a means to
quantify the impacts of program activities, allowing pivots and re-enforced efforts where results suggest
they should be made. The data framework shall include injury and crash data from various sources, and
incorporate demographic, transportation, and other relevant information.
Task 1: Identify and Develop Content
The Consultant shall build a strong foundation of relevant, accurate and timely injury, crash, and other
supporting information in Palm Desert. The Consultant shall identify gaps in data and define a plan to
resolve. Proposed tasks for identifying and developing content include:
• Meet with City staff to finalize scope, solidify a schedule, and gather feedback on data and
analysis needs.
• Gather available City data including injury, crash, transportation, infrastructure gaps, and
demographics. Review with City staff to identify gaps.
• Work with City staff to determine how to incorporate existing planning documents to represent
community needs and concerns.
• Work with City staff to identify data that may require data sharing agreements (e.g., aggregate
data on injuries from local hospitals).
• Work with agency staff and data providers to identify sensitive data and develop methods to
share this data securely or apply data scrubbing techniques to produce data products that could
be shared with wider audiences.
• Identify and recommend data sources to address data gaps and planning support needs. Review
with City staff and incorporate feedback into final data plan. Planning support needs include the
ability to:
o Conduct safety analysis
o Identify High Injury Network (HIN)
o Identify actions that can reduce crashes.
o Develop crash reduction tool using actions identified in last task along with relevant
research and data on effectiveness.
Task 2: Design Data Dashboard
The Consultant shall design a Dashboard that allows for sharing of crash and injury data in forms that are
understandable to different audiences (e.g., summary data for community members; ability to drill down
Request For Proposal #2023-RFP-212
Title: Vision Zero Strategy (Roadway Safety Planning & Public Engagement)
23
to details for staff and policy makers). The Consultant shall automate data interfaces to minimize need for
manual data loads. Include capability to display information on Vision Zero strategies and progress.
Proposed tasks for designing data dashboard include:
• Work with City staff to define requirements for data dashboard.
o Technical
o User interface
o Reporting
• Develop proposed technical architecture for data dashboard.
• Review with City staff and incorporate feedback into final design.
o Back-end database
o Data interfaces / APIs
o Web interface
• Recommend software solution options to implement technical architecture in alignment with
budget. Review options with City staff and incorporate feedback into final software solution
recommendation.
Task 3: Develop and Implement Data Dashboard
Develop, test, and implement data dashboard. Proposed tasks for developing and implementing data
dashboard:
• Work with City staff to procure and configure selected software solution.
• Develop technical documentation for data dashboard solution.
• Review with City staff and revise with feedback.
4. Requests for Clarification
All questions, requests for interpretations or clarifications, either administrative or technical must be
requested in writing VIA THE "Q&A" tab through the City’s online bid management provider (“OpenGov-
Procurement”).
All written questions, if answered, will be answered in writing, conveyed to all interested firms, and posted
through OpenGov-Procurement. Oral statements regarding this RFP by any persons should be considered
unverified information unless confirmed in writing. To ensure a response, questions must be received in
writing by 12:00 pm (local time) on Monday, October 16, 2023.
5. Content and Format of Proposal
Request For Proposal #2023-RFP-212
Title: Vision Zero Strategy (Roadway Safety Planning & Public Engagement)
24
5.1. Proposal (WITHOUT COST)*
Proposals shall be concise, well organized and demonstrate qualifications and applicable experience.
Proposals shall be organized and include page numbers for all pages in the proposal. The proposal shall
be uploaded here, in the following order and shall include:
A. Cover Letter
1. This letter should briefly introduce the firm, summarize the firm’s general qualifications,
include an executive summary of the specific approach which will be used to deliver the
work scope; and identify the individual(s) name, address and phone number authorized to
negotiate Agreement terms and compensation.
B. Experience and Technical Competence
1. Background: Provide history of the firm’s consulting experience which specifically addresses
the individual or firm’s experience with similar Service as described in this RFP.
2. References: The proposal shall include a list of recently completed projects that are similar
in scope and function to this RFP. Provide a description of the project, client name, and the
name, title, and telephone number of the primary contact person.
C. Firm Staffing and Key Personnel
1. Staffing: Provide the number of staff to be assigned to perform the Services and the
names/discipline/job title of each as well as your firm’s capacity to provide additional
personnel as needed.
2. Key Personnel: Identify key persons that will be principally responsible for working with the
City. Indicate the role and responsibility of each individual.
3. Team Organization: Describe proposed team organization, including identification and
responsibilities of key personnel.
4. Subcontractors: The Proposer shall identify functions that are likely to be subcontracted and
identify the subcontractor that is anticipated to perform each function.
D. Proposed Method to Accomplish the Work
1. Describe the technical and management approach to providing the Services to the City.
Proposer should take into account the scope of the Services, and general functions required.
Include a draft first year schedule of tasks, milestones, and deliverables that will provide for
timely provision of the Services. In reviewing the scope of Services and goals described
herein, the Proposer may identify additional necessary tasks and is invited to bring these to
the City’s attention within the discussion of its proposed method to accomplish the work.
*Response required
Request For Proposal #2023-RFP-212
Title: Vision Zero Strategy (Roadway Safety Planning & Public Engagement)
25
5.2. Fee Proposal*
Please provide a lump-sum, not-to-exceed fee proposal for the scope of Services. The fee proposal shall
include hourly rates for all personnel for “Additional Work” (as such term is defined in the proposed
Agreement attached herein).
*Response required
5.3. Non-Collusion Declaration*
The undersigned declares:
I am an authorized representative of my company, the party making the foregoing Bid, to certify the
following.
The Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company,
association, organization, or corporation. The Bid is genuine and not collusive or sham. The Bidder has not
directly or indirectly induced or solicited any other Bidder to put in a false or sham bid. The Bidder has not
directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a
sham bid, or to refrain from bidding. The Bidder has not in any manner, directly or indirectly, sought by
agreement, communication, or conference with anyone to fix the Bid Price of the Bidder or any other
Bidder, or to fix any overhead, profit, or cost element of the Bid Price, or of that of any other Bidder. All
statements contained in the Bid are true. The Bidder has not, directly or indirectly, submitted his or her
Bid Price or any breakdown thereof, or the contents thereof, or divulged information or data relative
thereto, to any corporation, partnership, company, association, organization, bid depository, or to any
member or agent thereof to effectuate a collusive or sham bid, and has not paid, and will not pay, any
person or entity for such purpose.
Any person executing this declaration on behalf of a Bidder that is a corporation, partnership, joint
venture, limited liability company, limited liability partnership, or any other entity, hereby represents that
he or she has full power to execute, and does execute, this declaration on behalf of the Bidder.
I declare under penalty of perjury under the laws of the State of California that the foregoing is true and
correct.
☐ Please confirm
*Response required
5.4. SAM.gov*
Please enter your legal entity name for SAM.gov verification.
*Response required
5.5. Type of Business*
☐ C Corporation (if corporation, two signatures are required)
☐ S Corporation (if corporation, two signatures are required)
☐ Limited Liability C Corporation (if corporation, two signatures are required)
☐ Partnership
☐ Limited Liability Partnership
Request For Proposal #2023-RFP-212
Title: Vision Zero Strategy (Roadway Safety Planning & Public Engagement)
26
☐ Sole Proprietor/Individual
☐ Other
*Response required
5.6. Litigation*
Provide litigation history for any claims filed by your firm or against your firm related to the provision of
Services in the last five (5) years (or type "N/A").
*Response required
5.7. Changes to Agreement*
The City standard professional services agreement contract is included as an attachment herein. The
Proposer shall identify any objections to and/or request changes to the standard contract language in this
section of the proposal (or type "N/A"). If you are identifying changes here ALSO upload a copy of the
redlined Language/Agreement with your Proposal. Changes requested may effect the City's decision to
enter into an Agreement.
*Response required
5.8. No Deviations from the RFP*
In submitting a proposal in response to this RFP, Proposer is certifying that it takes no exceptions to this
RFP including, but not limited to, the Agreement. If any exceptions are taken, such exceptions must be
clearly noted here, and may be reason for rejection of the proposal. As such, Proposer is directed to
carefully review the proposed Agreement and, in particular, the insurance and indemnification provisions
therein (or type "N/A").
Maximum response length: 5000 characters
*Response required
5.9. Project Team Resumes*
Submit resumes of all key personnel/support staff that will produce work product for the Services.
Describe their qualifications, education, and professional licensing.
*Response required
5.10. List the Signatory(s) Authorized to Sign and Bind an Agreement.*
(If two (2) signatures are required, include the following information for both signatories)
A. Full Name
B. Title
C. Physical Business Address
D. Email Address
E. Phone Number
*Response required
Request For Proposal #2023-RFP-212
Title: Vision Zero Strategy (Roadway Safety Planning & Public Engagement)
27
5.11. Certification of Proposal: *
The undersigned hereby submits its proposal and, by doing so, agrees to furnish services in accordance
with the Request for Proposal (RFP), and to be bound by the terms and conditions of the RFP.
☐ Please confirm
*Response required
6. Selection Process
A. During the evaluation process, the City reserves the right, where it may serve the City's best
interest, to request additional information or clarifications from Proposers, or to allow
corrections of errors or omissions.
B. It is the City’s intent to select a Proposer best evidencing demonstrated competence and
professional qualification to perform the Services. The City reserves the right to reject all
proposals, select by proposal review only or interview as needed. Certain Proposers may be
selected to make a brief presentation and oral interview after which a final selection will be
made. The successful Proposer will be selected on the basis of information provided in the RFP,
in-person presentations, and the results of the City’s research and investigation. Upon selection
of a Proposer, the City will endeavor to negotiate a mutually agreeable Professional Services
Agreement with the selected Proposer. In the event that the City is unable to reach Agreement,
the City will proceed, at its sole discretion, to negotiate with the next Proposer selected by the
City. The City reserves the right to contract for services in the manner that most benefits the
City including awarding more than one contract if desired.
C. After negotiating a proposed Agreement that is fair and reasonable, City staff will make the final
recommendation to the City Council concerning the proposed Agreement. The City Council has
the final authority to approve or reject the Agreement.
7. Evaluation Criteria
The City will evaluate proposals based on the following criteria:
No. Evaluation Criteria Scoring Method Weight (Points)
1. Content of the proposal, including the work
plan
0-5 Points 35
(35% of Total)
2. Proposer’s experience and performance 0-5 Points 35
(35% of Total)
3. Team members’ experience and performance 0-5 Points 10
(10% of Total)
Request For Proposal #2023-RFP-212
Title: Vision Zero Strategy (Roadway Safety Planning & Public Engagement)
28
4. Comments by references 0-5 Points 5
(5% of Total)
5. Fee proposal 0-5 Points 15
(15% of Total)
8. Submittal Requirements
8.1. General
It is strongly recommended that the Proposer submit proposals in the format identified in this RFP to allow
the City to fully evaluate and compare the proposal. All requirements and questions in the RFP should be
addressed and all requested data shall be supplied. The City reserves the right to request additional
information which, in the City’s opinion, is necessary to assure that the Proposer’s competence, number
of qualified employees, business organization, and financial resources are adequate to perform according
to the Agreement.
8.2. Preparation
Proposals should be prepared in such a way as to provide a straightforward, concise delineation of
capabilities to satisfy the requirements of this RFP. Responses should emphasize the Proposer’s
demonstrated capability to perform the Services. Expensive bindings and promotional materials, etc., are
not necessary or desired. However, technical literature that supports the approach to providing the
Services and work plan should be forwarded as part of the proposal. Emphasis should be concentrated on
completeness, approach to the work and clarity of proposal.
8.3. Site Examination
Proposers may visit the City and its physical facilities to determine the local conditions which may in any
way affect the performance of the work; familiarize themselves with all federal, state and local laws,
ordinances, rules, regulations, and codes affecting the performance of the work; make such investigations,
as it may deem necessary for performance of the Services at its proposal price within the terms of the
Agreement; and correlate its observations, investigations, and determinations with the requirements of
the Agreement.
8.4. Authorization
The proposal shall be signed by an individual, partner, officer or officers authorized to execute legal
documents on behalf of the Proposer.
8.5. Confidentiality of Proposal
Proposals submitted in response to this RFP shall be held confidential by City and shall not be subject to
disclosure under the California Public Records Act (Cal. Government Code section 6250 et seq.) until after
either City and the successful Proposer have completed negotiations and entered into an Agreement or
City has rejected all proposals. All correspondence with the City including responses to this RFP will
become the exclusive property of the City and will become public records under the California Public
Records Act. The City will have no liability to the Proposer or other party as a result of any public disclosure
of any proposal or the Agreement.
Request For Proposal #2023-RFP-212
Title: Vision Zero Strategy (Roadway Safety Planning & Public Engagement)
29
If a Proposer desires to exclude a portion of its proposal from disclosure under the California Public
Records Act, the Proposer must mark it as such and state the specific provision in the California Public
Records Act which provides the exemption as well as the factual basis for claiming the exemption. For
example, if a Proposer submits trade secret information, the Proposer must plainly mark the information
as “Trade Secret” and refer to the appropriate section of the California Public Records Act which provides
the exemption as well as the factual basis for claiming the exemption. If a request is made for information
marked “Confidential”, “Trade Secret” or “Proprietary” (“Proprietary Information”), the City will provide
Proposers who submitted the information with reasonable notice to seek protection from disclosure by a
court of competent jurisdiction. Proposer shall have five (5) working days after receipt of such notice to
give City written notice of Proposer's objection to the City's release of Proprietary Information. Proposer
shall indemnify, defend and hold harmless the City, and its officers, directors, employees, and agents from
and against all liability, loss, cost or expense (including attorney's fees) arising out of a legal action brought
to compel the release of Proprietary Information.
Proposals which indiscriminately identify all or most of the proposal as exempt from disclosure without
justification may be deemed unresponsive and disqualified from further participation in this RFP.
8.6. Submittal Instructions
The proposal must be received no later than 12:00 pm, on or before Thursday, November 2, 2023 through
the City’s electronic bidding system, OpenGov Procurement. It is solely the responsibility of Proposer to
see that its proposal is properly submitted in #Content and Format of Proposal in proper form and prior
to the stated closing time. The City’s electronic bidding system will not accept late proposals. The City will
only consider proposals that have transmitted successfully and have been sent an email with a time stamp
from the City’s electronic bidding system indicating that the proposal was submitted successfully.
Proposers shall be solely responsible for informing themselves with respect to the proper utilization of
the City’s electronic bidding system, ensuring the capability of their computer system to upload the
required documents, and the stability of their internet service. Failure of the Proposer to successfully
submit an electronic proposal shall be at the Proposer’s sole risk, and no relief will be given for late and/or
improperly submitted proposals.
Proposers experiencing any technical difficulties with the proposal submission process may contact
OpenGov Procurement Support using the instant help chat function (located at the bottom right of the
screen while on the website) during business hours, or by emailing support@procurenow.com. Neither
the City nor OpenGov Procurement make any guarantee as to the timely availability of assistance or
assurance that any given problem will be resolved by the proposal submission date and/or time.
9. General Conditions
9.1. Federal Requirements
If the Services are funded through a federal funding source, the successful Proposer and its
subconsultants/subcontractors shall be required to take cognizance of and comply with all requirements
set forth in the Federal Requirements, attached and incorporated herein by this reference.
Request For Proposal #2023-RFP-212
Title: Vision Zero Strategy (Roadway Safety Planning & Public Engagement)
30
9.2. Amendments to RFP
The City reserves the right to amend the RFP or issue to all Proposers addenda to answer questions for
clarification.
9.3. Amendments to Proposals
Unless specifically requested by the City, no amendment, addendum or modification will be accepted
after a proposal has been submitted to City. If a change to a proposal that has been submitted is desired,
the submitted proposal must be withdrawn and the replacement proposal submitted prior to the deadline
stated herein for receiving proposals.
9.4. Non-Responsive Proposals
A proposal may be considered non-responsive if conditional, incomplete, or if it contains alterations of
form, additions not called for, or other irregularities that may constitute a material change to the proposal.
9.5. Costs for Preparing
The City will not compensate any Proposer for the cost of preparing any proposal, and all materials
submitted with a proposal shall become the property of the City. The City will retain all proposals
submitted and may use any idea in a proposal regardless of whether that proposal is selected.
9.6. Cancellation of RFP
City reserves the right to cancel this RFP at any time prior to contract award without obligation in any
manner for proposal preparation, interview, fee negotiation or other marketing costs associated with this
RFP.
9.7. Price Validity
Prices provided by Proposers in response to this RFP are valid for 90 days from the proposal due date. The
City intends to award the contract within this time but may request an extension from the Proposers to
hold pricing, until negotiations are complete, and the contract is awarded.
9.8. No Commitment to Award
Issuance of this RFP and receipt of proposals does not commit the City to award a contract. City expressly
reserves the right to postpone the proposal for its own convenience, to accept or reject any or all
proposals received in response to this RFP, to negotiate with more than one Proposer concurrently, or to
cancel all or part of this RFP.
9.9. Right to Negotiate and/or Reject Proposals
City reserves the right to negotiate any price or provision, task order or service, accept any part or all of
any proposals, waive any irregularities, and to reject any and all, or parts of any and all proposals,
whenever, in the sole opinion of City, such action shall serve its best interests and those of the tax-paying
public. The Agreement, if any is awarded, will go to the Proposer whose proposal best meets City’s
requirements.
Request For Proposal #2023-RFP-212
Title: Vision Zero Strategy (Roadway Safety Planning & Public Engagement)
31
9.10. Non-Discrimination
The City does not discriminate on the basis of race, color, national origin, religion, age, ancestry, medical
condition, disability or gender in consideration for an award of contract.
The City's commitment to diversity and inclusion can be found here.
10. Protests
The procedures set forth in this section are mandatory and are the sole and exclusive remedy of a bidder,
proposer or other vendor to dispute the award of a contract that the city solicits through a competitive
process. A protest that does not comply with these procedures with these procedures may be summarily
rejected and the person submitting the protest shall be deemed to have waived all rights to relief.
10.1. Protests of Solicitation Method
By submitting a bid, proposal or other application for a contract award, the bidder, proposer or other
vendor shall be deemed to have waived all rights to challenge the city's method for procuring the contract
or any discrepancy in the solicitation process or documents. Bidders, proposers, or vendors may submit
bids, proposals or other applications under protest. Protests under this section shall be submitted in
writing to the official designated to receive the bid, proposal or other application and shall contain a
full summary of the factual and legal basis for the protest.
10.2. Waiver
Any person that: (1 ) did not directly submit a bid or proposal, (2) is not responsible or qualified to receive
the contract, (3) failed to submit a responsive bid or proposal, (4) is not in line to receive the contract or
is otherwise ineligible to receive the contract, (5) is otherwise not beneficially interested in the award, or
(6) fails to submit a timely protest shall be deemed to have waived the right to protest the award of the
contract. Any protest deemed waived will be subject to summary rejection without further consideration
and the person will have no right to any relief.
10.3. Protests of Award
A bidder, proposer or other vendor applying for a city contract through a competitive process may submit
a written protest of the award of the contract. The protest shall identify and explain the factual and legal
grounds for the protest. Any grounds not raised in the written protest are deemed waived by the
protesting bidder.
10.4. Timing of Protest of Award
Protests shall be submitted in writing to the official designated to receive the bid, proposal or other
application within the following times:
A. If of another bidder, within five (5) calendar days after the bid opening date.
B. If the City makes a recommendation to the City Council/Housing Authority to award a proposal
or other application, then within five (5) calendar days following the issuance of the
recommendation and prior to the date of the award.
Request For Proposal #2023-RFP-212
Title: Vision Zero Strategy (Roadway Safety Planning & Public Engagement)
32
C. If in response to a notice of intent to reject a bid, proposal or other application, then within five
(5) calendar days following the issuance of the notice of intent.
10.5. Protest Review and Response
If the protest is timely and complies with the above requirements, the City shall review the protest, any
response from the challenged bidder, proposer or other vendor, and all other relevant information. The
City will provide a written decision to the protester in a reasonable amount of time. If the protest is in
response to a recommendation of award to the City then the protest will be considered concurrently with
the award of the contract, and the approval authority's action is final.
10.6. Conflicts
The protest procedures contained in this section shall not apply if a particular solicitation contains a
different protest procedure. This section does not limit or eliminate a claimant's obligations under the
Government Claims Act, Government Code Section 900 et seq.