Active SLED Opportunity · FLORIDA · CITY OF HIALEAH, FL

    Safe Streets and Roads for All (SS4A) - Comprehensive Safety Action Plan

    Issued by City of Hialeah, FL
    cityRFPCity of Hialeah, FLSol. 247677
    Open · 20d remaining
    DAYS TO CLOSE
    20
    due May 14, 2026
    PUBLISHED
    Apr 12, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    541690
    AI-classified industry

    AI Summary

    The City of Hialeah, FL seeks qualified firms to develop a Safe Streets and Roads for All (SS4A) Comprehensive Safety Action Plan. This RFP emphasizes experience with SS4A, Vision Zero, FDOT standards, and community engagement. Proposals are due by May 14, 2026, with a pre-proposal meeting on April 21, 2026, via Zoom.

    Opportunity details

    Solicitation No.
    247677
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    April 12, 2026
    Due Date
    May 14, 2026
    NAICS Code
    541690AI guide
    State
    Florida
    Agency
    City of Hialeah, FL

    Description

    The City of Hialeah, Florida (hereinafter referred to as the “City”), is hereby soliciting proposals from qualified firms for the Safe Streets and Roads for all (SS4A) Comprehensive Action Plan. These services must be efficient, adhere to industry standards and best practices, and utilize the latest non-proprietary technology. The Contract will be awarded to the highest-ranked Proposer, as described in the solicitation.

    Project Details

    • Reference ID: 2025-26-035
    • Department: Planning & Zoning Division
    • Department Head: Claudia Hasbun (Planning & Zoning Official)

    Important Dates

    • Questions Due: 2026-05-05T18:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-21T14:00:00.000Z — Join Zoom Meeting https://hialeahfl.zoom.us/j/84694398472 View meeting insights with Zoom AI Companion https://hialeahfl.zoom.us/launch/edl?muid=2baf0be4-76f9-4605-a2a9-a48e5d0bcbe5 Meeting ID: 846 9439 8472 --- One tap mobile +17866351003,,84694398472# US (Miami) +16513728299,,84694398472# US (Minnesota) Join instructions https://hialeahfl.zoom.us/meetings/84694398472/invitations?signature=m1eMdN2o319XEQ7surI5GAsSijsklzsxVO6tWFMktHM

    Evaluation Criteria

    • Firm's Experience (20 pts)
      1. SS4A & Vision Zero Track Record: Demonstrated experience developing Action Plans compliant with USDOT SS4A NOFO requirements, Vision Zero frameworks, and Complete Streets guidelines.

      2. Demonstration Projects: Proven ability to rapidly permit, implement, and evaluate physical or operational demonstration projects within a constrained timeframe.

      3. Familiarity with Standards: Experience navigating and integrating FDOT Roadway Standard Drawings, FDOT Subdivision Roads Minimum Construction Standards, PROWAG, and knowledge and understanding of the Hialeah2050 Master Plan, existing conditions, and recommendations.

      4. Contextual Experience: Experience working in diverse road environments (explicitly including rural contexts as requested, as well as urban/suburban cross-jurisdictional environments).
    • Project Understanding (15 pts)
      1. Local Context & Demographics: Acknowledges and tailors their understanding to the City's specific demographic needs, particularly the fact that over 20% of the population is over 65, requiring senior-centric safety measures.

      2. Baseline Integration: Demonstrates knowledge of existing local planning efforts, specifically how to integrate the existing Hialeah2050 Master Plan, Miami-Dade County’s Vision Zero plan, and Resolution 2024-140.

      3. Jurisdictional Awareness: Understands the complexities of road ownership within the City and the need for a 3-mile buffer analysis, including strategies for collaboration with the county, state, and neighboring municipalities.

      4. Timeline Feasibility: Clear acknowledgment of the aggressive 1-year period of performance (July/August 2026 – July/August 2027) and the pacing required to meet it.
    • Organization and Key Staff Qualifications (20 pts)
      1. Project Manager: Experience and capacity of the proposed Project Manager to oversee complex federal grants, maintain schedules, and facilitate inter-agency working groups (e.g., TPOs/MPOs, City staff).

      2. Technical Expertise: Qualifications of key staff in required disciplines:

        1. Geospatial/Safety Analysis: Ability to map High-Injury Networks (HIN) and train local staff on maintaining the data.
        2. Engineering/Design: Expertise in traffic calming, PROWAG, and FDOT standards.
        3. Public Outreach: Specialists capable of executing robust, inclusive community engagement.
        4. Bilingual: One key staff member is proficient in Spanish, with the ability to read, write, and speak fluently.
      3. Availability: Assurance that key personnel have the dedicated bandwidth to meet the tight deliverables over the 12-month contract.

    • Approach and Methodology (30 pts)
      1. Safety Analysis Strategy: Clear methodology for data collection, crash severity analysis (including the 3-mile buffer), and creating a sustainable High-Injury Network (HIN) that local municipal/county engineers can easily update post-contract.

      2. Engagement Framework: Quality of the proposed public and stakeholder engagement strategy. Does it include varied media, community representation, and a clear schedule of notices, meetings, and display materials?

      3. Strategy & Project Selection: * Application of the Safe System Approach.

        1. Inclusion of infrastructure, behavioral, and operational interventions.
        2. Specific focus on programmatic strategies (e.g., driver’s education, off-highway vehicles).
        3. Prioritization methodology (short, mid, and long-term) that explicitly factors in older adult safety and cross-jurisdictional implementation.

      4. Implementation & Reporting: A sound approach to establishing the Planning Structure/Committee, developing a method to measure progress, and fulfilling all USDOT data reporting requirements (costs, outcomes, U.S. DOT aggregated annual crash data, and lessons learned).
    • Cost Proposal (15 pts)

      This category evaluates the Proposer’s total cost for the required services as outlined in Table 2 and Table 3 of the Pricing Proposal Section.

    Submission Requirements

    • Solicitation Package
    • Letter of Intent (required)

      Each Respondent shall submit a letter of intent, which shall be signed by an authorized officer of the company or other Person authorized to bind the Respondent to the terms presented in its Response. The letter of intent must expressly state that the Respondent will provide the services requested in the Solicitation, in compliance with the terms in the Agreement, for the prices submitted with the Response.

    • Respondent's Statement of Organization (required)

      Please download the below documents, complete and have notarized. 

    • Subcontractor (required)

      Please download the below documents, complete and have notarized.

    • Subcontractor (required)

      Please download the below documents, complete, and upload.

    • Public Entity Crimes Affidavit (required)

      Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding.

    • Non-Collusion Affidavit (required)

      Please download the below documents, complete and have notarized. 

    • Insurance Requirements & Checklist (required)

      Please download the below documents, complete and have notarized. 

    • Drug-Free Workplace (required)

      Please download the below documents, complete and have notarized. 

    • Certification to Accuracy of Solicitation (required)

      Please download the below documents, complete and have notarized. 

    • City of Hialeah Disclosure Affidavit (required)

      Please download the below documents, complete and have notarized. 

    • Assignment of Antitrust Claims (required)

      Please download the below documents, complete and have notarized. 

    • E-Verify Sworn Statement (required)

      Please download the below documents, complete and have notarized. 

    • Is the entity's principle business location within Hialeah city limits? (required)

      If yes, please download the below documents, complete, and upload completed.

      If no, please download the form and upload blank.

    • Is the entity's principle business location within Hialeah city limits? (required)

      If yes, please download the below documents, complete, and upload completed.

      If no, please download the form and upload blank.

    • Common Carrier or Contracted Carrier Attestation (required)

      Please download the below documents, complete, and upload.

    • ”No sharing of personal identifying data with foreign countries of concern” (required)

      Please download the below documents, complete and have notarized. 

    • Bid Bond (required)

      The Bidder shall complete and submit the Bid Bond Form. AN ORIGINAL COPY OF THE BOND MUST BE RECEIVED PRIOR TO THE CLOSING DATE OF THE SOLICITATION IN ORDER FOR YOUR SUBMITTAL TO BE CONSIDERED RESPONSIVE. The bond must be delivered DIRECTLY to the Purchasing Division Office located at 501 Palm Avenue, 4th Floor, Hialeah, FL 33010. The office is open during normal business hours M-F 8:30 am-5 pm (excluding city-recognized Holidays).  

    • Affidavit Required by Section 787.06, Florida Statutes, “Human Trafficking” (required)

      Please download the below documents, complete and have notarized. 

    • Certificate of Receipt (required)

      Please download the below documents, complete, and upload.

    • Litigation and Debarments (required)

      To establish responsibility the Respondent cannot have one (1) or more of the following circumstances.

      A. Have a member, principal, officer, or stockholder who is in arrears or in default of any debt or contract involving the City, is not a debtor or in default to the City ; or is not a , guarantor, maker,  or surety upon any obligation to the City, and/or has failed to perform faithfully any contract with the City; or

      B. Have any record of any pending lawsuit(s) or unsatisfied civil judgments against the Respondent or conviction(s) of criminal acts including, without limitation, any crimes involving fraud or moral turpitude, fraud, deceit, or have ever been declared bankrupt or had a receiver appointed over their property or been the subject of an assignment for the be benefit of creditors in the past seven (7) years.

      C. Be on the convicted vendor list per “Public Entity Crimes”, Section 287.133, Fla. Stat and/or the Discriminatory Vendor List”, Section 287.134, Fla. Stat. or.

      D. Have been debarred within the past seven (7) years by any public agency in Florida 

      These findings of responsibility will apply jointly and severally to the Respondent as a business entity and to a member, principal, officer, or stockholder of the Respondent. 

      RESPONDENT MEETS ONE (1) OR MORE OF THE FOLLOWING CIRCUMSTANCES.

    • Litigation and Debarment Disclosure (required)

      If YES to the Litigation and Debarments question, please disclose within this text window. Failure to disclose any circumstances listed above shall result in a response being deemed NON-RESPONSIVE.

      If NO to the Litigation and Debarments question, please label this section as N/A".

    • CONFLICT OF INTEREST AND ETHICS (required)

      Each Respondent must confirm that the Respondent does not violate any of the following conflicts of interest provisions:

      (a) To the best of its knowledge, no officer, director, agent, or employee of the Respondent, or any relative of an officer, director, agent, or employee of the Respondent, is also an employee of the City.

      (b) To the best of its knowledge, no City employee owns, directly or indirectly, an interest of five percent (5%) or more in the Respondent’s firm or any of its subsidiaries or affiliates.

      (c) The Respondent does not directly or indirectly own or have a financial interest in more than ten percent (10%) of any other Respondent, regardless of whether such ownership is direct or through a parent, subsidiary, affiliate, other agreement or arrangement, or holding company of any other business entity.

      Each Respondent shall list and describe any professional or financial relationship that it has or had with the City, its elected or appointed officials, any employees or agents, or any of its agencies or component units, during the past five (5) years (i.e., since January 1, 2019), together with a statement explaining why each relationship do not constitute a conflict of interest relative to the services sought in this RFP. The
      Respondent shall have an ongoing obligation to give the Purchasing Division Director prompt written notice of any other professional or financial relationships that it enters into with the City, its elected or appointed officials, its employees or agents, or any of its agencies or component units before the Agreement is executed.

      Each Respondent must list all relationships that present potential, actual, or perceived conflicts of interest in connection with the Respondent’s potential work under this Solicitation. Concerning each such conflict, please provide a brief explanation of the facts and issues involved in the potential conflict. If the Respondent is not aware of any potential conflict, the Respondent should state there are no such conflicts expressly.

      Each Respondent must identify all persons that are involved with this Solicitation on behalf of the Respondent. In addition to the representatives previously addressed by the Respondent in their response to this Solicitation, please identify the names of any person serving as the Respondent’s lawyer, lobbyist, or public relations representative with regard to this Solicitation. The Respondent also must promptly notify the City Clerk in writing if any person is added to this list after the submittal of the Proposal.

      If the Respondent is participating in any discussions concerning a merger, acquisition, partnership, or assignment of the Agreement, please identify the other person(s) that may be participating in the work performed under the Agreement.

      RESPONDENT MEETS ONE (1) OR MORE OF THE FOLLOWING CIRCUMSTANCES.

    • Conflicts of Interest and Ethics

      If YES to the Conflicts of Interest and Ethics question, please disclose within this text window. Failure to disclose any circumstances listed above shall result in a response being deemed NON-RESPONSIVE.

      If NO to the Conflicts of Interest and Ethics question, please label this section as N/A".

    • Certification Regarding Debarment, Suspension, And Other Responsibility Matters (required)

      Please download the below documents, complete, and upload.

    • Assurance of Compliance (required)

      Please download the below documents, complete, and upload.

    • Respondent's Initial Section 3 Goals (required)

      Please download the below documents, complete, and upload.

    • Minority Business Utilization Commitment (required)

      Please download the below documents, complete, and upload.

    • Section 3 Packet (required)

      Please download the below documents, complete, and upload.

    • Section 3 Business Certification (required)

      Please download the below documents, complete, and upload.

    • Lap Certification of Current Capacity (required)

      The Contractor must certify that they have the financial capacity to complete the project. It is required that the Contractor download, complete, and submit attached form FDOT form # 525-101-46.

    • Lobbying Certification (required)

      Bidder must download FDOT form #375-030-33 and FDOT form #375-030-034d, complete, and upload.

    • Non-Collusion Declaration and Compliance with 49 CFR §29.110(a) (required)

      Please download the non-collusion declaration and compliance with 49 CFR §29.110(a) form, complete, and upload.

    • Vendor Eligibility Check Prior to Contract Award (required)

      Please download the vendor eligibility check prior to contract award form, complete, and upload.

    • Capacity to Perform

      To establish responsibility each Respondent must provide information demonstrating that the Respondent will be able to dedicate sufficient capable personnel, inventory, materials, equipment, and other resources to perform the work required under the Agreement. Each Respondent must identify and describe the resources it has available to serve the City.

    • Please upload a list of all capable personnel, inventory, materials, equipment, and other resources to perform the work required under the Agreement (required)
    • APPROACH TO CITY’S WORK

      Each Respondent must include a description of the systematic approach and actions to be taken to provide the services requested under the RFP. This systematic approach must describe, at a minimum, the established procedure and Respondent’s capability to follow all applicable rules and maintain a safe work environment from which the Respondent will perform the services pursuant to the requirements of the Agreement.

    • Firm's Experience (required)
      1. SS4A & Vision Zero Track Record: Demonstrated experience developing Action Plans compliant with USDOT SS4A NOFO requirements, Vision Zero frameworks, and Complete Streets guidelines.

      2. Demonstration Projects: Proven ability to rapidly permit, implement, and evaluate physical or operational demonstration projects within a constrained timeframe.

      3. Familiarity with Standards: Experience navigating and integrating FDOT Roadway Standard Drawings, FDOT Subdivision Roads Minimum Construction Standards, PROWAG, and knowledge and understanding of the Hialeah2050 Master Plan, existing conditions, and recommendations.

      4. Contextual Experience: Experience working in diverse road environments (explicitly including rural contexts as requested, as well as urban/suburban cross-jurisdictional environments).
    • Project Understanding (required)
      1. Local Context & Demographics: Acknowledges and tailors their understanding to the City's specific demographic needs, particularly the fact that over 20% of the population is over 65, requiring senior-centric safety measures.

      2. Baseline Integration: Demonstrates knowledge of existing local planning efforts, specifically how to integrate the existing Hialeah2050 Master Plan, Miami-Dade County’s Vision Zero plan, and Resolution 2024-140.

      3. Jurisdictional Awareness: Understands the complexities of road ownership within the City and the need for a 3-mile buffer analysis, including strategies for collaboration with the county, state, and neighboring municipalities.

      4. Timeline Feasibility: Clear acknowledgment of the aggressive 1-year period of performance (July/August 2026 – July/August 2027) and the pacing required to meet it.
    • Organization and Key Staff Qualifications (required)
      1. Project Manager: Experience and capacity of the proposed Project Manager to oversee complex federal grants, maintain schedules, and facilitate inter-agency working groups (e.g., TPOs/MPOs, City staff).

      2. Technical Expertise: Qualifications of key staff in required disciplines:

        1. Geospatial/Safety Analysis: Ability to map High-Injury Networks (HIN) and train local staff on maintaining the data.
        2. Engineering/Design: Expertise in traffic calming, PROWAG, and FDOT standards.
        3. Public Outreach: Specialists capable of executing robust, inclusive community engagement.
        4. Bilingual: One key staff member is proficient in Spanish, with the ability to read, write, and speak fluently.
      3. Availability: Assurance that key personnel have the dedicated bandwidth to meet the tight deliverables over the 12-month contract.
    • Approach and Methodology (required)
      1. Safety Analysis Strategy: Clear methodology for data collection, crash severity analysis (including the 3-mile buffer), and creating a sustainable High-Injury Network (HIN) that local municipal/county engineers can easily update post-contract.

      2. Engagement Framework: Quality of the proposed public and stakeholder engagement strategy. Does it include varied media, community representation, and a clear schedule of notices, meetings, and display materials?

      3. Strategy & Project Selection: * Application of the Safe System Approach.

        1. Inclusion of infrastructure, behavioral, and operational interventions.
        2. Specific focus on programmatic strategies (e.g., driver’s education, off-highway vehicles).
        3. Prioritization methodology (short, mid, and long-term) that explicitly factors in older adult safety and cross-jurisdictional implementation.

      4. Implementation & Reporting: A sound approach to establishing the Planning Structure/Committee, developing a method to measure progress, and fulfilling all USDOT data reporting requirements (costs, outcomes, U.S. DOT aggregated annual crash data, and lessons learned).
    • Experience

      To establish responsibility, each Respondent shall submit proof that a Respondent is a Person who is licensed or authorized to complete the scope of services required in this Solicitation and is licensed to do business in the State of Florida and in “Good” standing.

    • Upload the following: (required)

      A. Respondent must have five (5) years of experience providing a substantially similar scope of work.

      B. Respondent must be an active corporation or other incorporated business entity (e.g., LLC, etc.) in the State of Florida.

      C. Respondent must provide proof that they are an active corporation in the State of Florida.

      D. Respondent must submit a copy of a valid Business Tax Receipt (BTR). 

    • Completed Project #1

      To establish responsibility each Respondent must submit proof that it has completed a minimum of three (3) contracts within the last four (4) years, in which the Respondent provided Florida cities, counties or other Florida governmental agencies; or alternatively, each Respondent must submit proof that it has worked on a minimum of one (1) contract of substantially similar scope of services and value/cost, within the last four (4) years, in which the Respondent provided similar services to non-governmental entities; or a combination of both with at least two contracts being for work performed for a government entity.

      Do not include references from the City of Hialeah.

      For each such contract, the Respondent must provide the following information:

    • Contact Information (required)

      Name telephone number and email address for your client's contact person or representative for each contract.

    • Description of Services (required)

      A narrative description of the services performed. 

    • Contract Duration (required)
    • Dollar Amount of the Contract (required)
    • Completed Project #2

      To establish responsibility each Respondent must submit proof that it has completed a minimum of three (3) contracts within the last four (4) years, in which the Respondent provided Florida cities, counties or other Florida governmental agencies; or alternatively, each Respondent must submit proof that it has worked on a minimum of one (1) contract of substantially similar scope of services and value/cost, within the last four (4) years, in which the Respondent provided similar services to non-governmental entities; or a combination of both with at least two contracts being for work performed for a government entity.

      Do not include references from the City of Hialeah.

      For each such contract, the Respondent must provide the following information:

    • Contact Information (required)

      Name telephone number and email address for your client's contact person or representative for each contract.

    • Description of Services (required)

      A narrative description of the services performed. 

    • Contract Duration (required)
    • Dollar Amount of Contract (required)
    • Completed Project #3

      To establish responsibility each Respondent must submit proof that it has completed a minimum of three (3) contracts within the last four (4) years, in which the Respondent provided Florida cities, counties or other Florida governmental agencies; or alternatively, each Respondent must submit proof that it has worked on a minimum of one (1) contract of substantially similar scope of services and value/cost, within the last four (4) years, in which the Respondent provided similar services to non-governmental entities; or a combination of both with at least two contracts being for work performed for a government entity.

      Do not include references from the City of Hialeah.

      For each such contract, the Respondent must provide the following information:

    • Contact Information (required)

      Name telephone number and email address for your client's contact person or representative for each contract.

    • Description of Services

      A narrative description of the services performed.

    • Contract Duration (required)
    • Dollar Amount of Contract (required)
    • Reference #1

      Each Response must be accompanied by a list of three (3) references, which shall include the name of the company, dates of contract, description of the completed work or goods supplied, a contact person and the current telephone number. Each reference may be either public or private entities, but must be distinct and cannot be duplicated. Do not include references from the City of Hialeah, and please. NO RESPONSE WILL BE CONSIDERED WITHOUT THIS WRITTEN LIST OF REFERENCES. IT WILL BE DEEMED NON-RESPONSIVE. 

    • Entity Name (required)
    • Contract Term Dates (required)
    • Description of goods or services supplied (required)
    • Entity contact name (required)
    • Entity contact email (required)
    • Entity contact phone number  (required)
    • Reference #2

      Each Response must be accompanied by a list of three (3) references, which shall include the name of the company, dates of contract, description of the completed work or goods supplied, a contact person and the current telephone number. Each reference may be either public or private entities, but must be distinct and cannot be duplicated. Do not include references from the City of Hialeah, and please. NO RESPONSE WILL BE CONSIDERED WITHOUT THIS WRITTEN LIST OF REFERENCES. IT WILL BE DEEMED NON-RESPONSIVE 

    • Entity Name (required)
    • Contract Term Dates (required)
    • Description of goods or services supplied (required)
    • Entity contact name (required)
    • Entity contact email (required)
    • Entity contact phone number (required)
    • Reference #3

      Each Response must be accompanied by a list of three (3) references, which shall include the name of the company, dates of contract, description of the completed work or goods supplied, a contact person and the current telephone number. Each reference may be either public or private entities, but must be distinct and cannot be duplicated. Do not include references from the City of Hialeah, and please. NO RESPONSE WILL BE CONSIDERED WITHOUT THIS WRITTEN LIST OF REFERENCES. IT WILL BE DEEMED NON-RESPONSIVE 

    • Entity Name (required)
    • Contract Term Dates (required)
    • Description of goods or services supplied (required)
    • Entity contact name (required)
    • Entity contact email (required)
    • Entity contact phone number (required)
    • SOLICITATION CONFIRMATION

      By submitting their response and price proposal, the respondent certifies they have followed all solicitation rules and are making a legally binding offer to accept any resulting award. 

    • RESPONSE & PRICE PROPOSAL CONFIRMATION (required)

      The Respondent certifies that this response and price proposal is submitted in accordance with the solicitation specifications and conditions governing this Solicitation, and that the Respondent will accept any award(s) made to them as a result of this Solicitation.

      This confirmation constitutes the unequivocal offer of the Respondent to be bound by the terms of its response and price proposal.

    • This Solicitation will be for (required)
    • Provide evaluation criteria for the RFP (required)

      Criteria may include but are not limited to:

      • Years of Experience
      • Years of Experience with a governmental entity.
      • Understanding and responsiveness to the solicitation as a whole or specific section(s).
      • Pricing
      • Proposer's Financials
      • Capacity to Perform
    • What is the estimated value of the project? (required)
    • How will the project be funded? (required)
    • What account(s) will be utilized for the expenditure? (required)

      If no account has been designated, please see OMB before continuing.

    • Please describe the other funding source, and provide an account number. (required)

      If no account has been designated, please see OMB. Be as detailed as possible when describing the funding source.

    • What will be the term of the resulting contract? (required)
    • Will the contract require renewal terms? (required)

      Please choose the applicable option

    • Will the contract require renewal terms? (required)

      Please choose the applicable option

    • Will the contract require renewal terms? (required)

      Please choose the applicable option

    • Will the contract require renewal terms? (required)

      Please choose the applicable option

    • Is Local Vendor Preference applicable to this solicitation? (required)
    • Is a pre-bid/pre-proposal meeting necessary? (required)
    • What is the address of the pre-bid/pre-proposal meeting site? (required)
    • Will subcontractors be allowed? (required)

      Note: A self-performance requirement sets a minimum percentage of work that the contractor must complete in this project rather than utilize subcontractors.

    • What is the ____% of the self-performance requirement? (required)
    • Will this project include Grant funded Roadway Construction? (required)
    • Which solicitation template was chosen? (required)
    • Does the project have completion estimate? (required)

      A completion estimate is important for solicitation projects because it is crucial for both the companies bidding on the project and the organization soliciting the bids.

      For bidders, the estimate is the foundation of their proposal, allowing them to:

      • Submit competitive and profitable bids.
      • Effectively manage resources like labor and materials.
      • Identify and plan for potential risks.

      For project owners, the estimate helps them to:

      • Accurately evaluate and compare different proposals.
      • Secure necessary funding by establishing a budget.
      • Monitor the project's progress and costs to prevent overruns.
    • What is the completion estimate for this project in calendar days? (required)

    Questions & Answers

    Q (Teaming Structure and Participation): The RFP does not explicitly address whether firms may participate in multiple capacities across different teams. Please confirm whether a firm serving as a prime respondent on one proposal is permitted to also be listed as a subconsultant on another proposer’s team, assuming full disclosure and compliance with all applicable non-collusion and conflict-of-interest provisions.

    A: Yes. A firm may serve as a prime respondent on one proposal while simultaneously being listed as a subconsultant on another proposer’s team. However, all parties must strictly adhere to all non-collusion and conflict-of-interest provisions. Firms must ensure full disclosure and maintain strict internal firewalls to prevent the sharing of pricing, methodologies, or strategic information between competing teams.


    Q (BID BOND): Is the 5% bid bond only applicable to the budget associated with the Costs to Develop or Update an Action Plan? When is this bond returned to the successful bidder?

    A: This project will be over $200,000.00. The performance and payment bonds will apply to the total project cost. The bond will be returned once the awarded contractor has completed the project.


    Q (PERFORMANCE BOND): Per RFP, Performance and Payment Bonds will be required if the contract amount exceeds $200,000.00...A bond will be posted on a per project basis and shall be a sum equal to one hundred percent (100%) of each project(s) total, unless otherwise specified (page 14). Per Exhibit 6 - SS4A Planning and Demonstration Grant Application - Supplemental Estimated Budget, each project will be $120,000.00. Could you please confirm that there will be Performance and Payment Bonds WILL NOT BE REQUIRED?

    A: The performance and payment bonds will apply to the total cost of the project, which includes each project at $120,000.


    Q (INSURANCE): If we use the “Accord Form”( COI), do we still need to include the Insurance Check-List in the proposal, along with the COI? If so, does the checklist need to be signed by the Insurance Agent?

    A: Yes, the insurance checklist needs to be submitted and signed by an insurance agent.


    Q (BID BOND): A bond is required to be provided before the submittal of a proposal. If a consultant is not selected for the project, how is the bond returned and what is the expected time-frame to receive it back?

    A: If a consultant is not selected for the project, the bid bond will be returned upon completion of the award process. The exact timing may vary depending on the completion of the evaluation and award process, approximately two to three weeks.


    Q (Bonding Responsibility – Use of Sub‑Consultants): The RFP requires submission of a bid bond and, if applicable, performance and payment bonds. Please clarify whether these bonding requirements must be satisfied solely by the prime respondent, or whether bonding provided by a sub‑consultant or teaming partner may be accepted in lieu of, or in support of, bonding by the prime respondent.

    A: The bonding requirement must be satisfied by the prime respondent.


    Q (60% self-performance vs. SBE/MBE): The RFP requires that the prime respondent self‑perform at least sixty percent (60%) of the work. If the prime bidder is a certified Small Business Enterprise (SBE) and/or Minority Business Enterprise (MBE), please clarify whether the 60% self‑performance requirement may be satisfied through the use of sub‑consultants or independent consulting staff working under the prime bidder’s umbrella, rather than being performed by the prime’s own direct (W‑2) employees.

    A: No, the 60% self-performance requirement must be fulfilled by the prime bidder’s own employees and may not be met through sub-consultants or independent consulting staff working under the prime bidder’s umbrella.


    Q (60% self-performance ): Please confirm whether work performed by independent consultants or non‑employee staff affiliated with the prime is considered self‑performed work by the prime, or if such effort is treated as subcontracted work for purposes of calculating compliance with the 60% self‑performance requirement

    A: Any work performed by independent consultants or non-employee staff affiliated with the prime respondent shall not be considered self-performed work by the prime respondent.


    Q (Performance and Payment Bonds): The RFP indicates that performance and payment bonds will be required on a “per project basis.” Given that the scope includes five (5) demonstration projects, can the City confirm whether a single performance and payment bond covering the full contract value will be acceptable, or if separate bonds will be required for each individual demonstration project?

    A: Only a single Performance and Payment Bond covering the full contract value will be accepted. Separate bonds or multiple bonds for portions of the contract value will not be considered acceptable.


    Q (Performance and Payment Bonds): For clarity, can the City confirm that performance and payment bond requirements apply only to the demonstration/implementation components of the work, and not to planning, analysis, or engagement tasks under the contract?

    A: The Performance and Payment Bond requirement applies to the full contract value and is not limited to the demonstration or implementation components of the work. The required bond shall cover all services under the contract, including planning, analysis, engagement, demonstration, and implementation tasks.


    Q (Fee Proposal): Should proposers include the cost of performance and payment bonds within their fee proposal, and if so, should these costs be incorporated into overall pricing?

    A: Yes


    Q (Evaluation Criteria): The RFP includes requirements typically associated with bid-based construction procurements, including bid bond requirements and references to “Bidder” and “bid amount.” Can the City clarify whether this solicitation is intended to be evaluated as a qualifications-based professional services procurement or as a price-based bid, and how pricing will be considered in the evaluation?

    A: This solicitation is being evaluated as a qualifications-based professional services procurement, not as a price-based bid. References in the solicitation to “Bidder,” “bid bond,” or “bid amount” are standard contractual terms and do not alter the evaluation methodology. Proposals will be evaluated based on the criteria set forth in the RFP, with pricing considered as one component of the overall evaluation, but not as the sole determining factor for award.


    Key dates

    1. April 12, 2026Published
    2. May 14, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.