Community Branding and Wayfinding

Tulare County Association of Governments

Visalia, CA

I. Project Overview

The Tulare County Association of Governments (TCAG), as facilitator for the Sustainable Corridors Committee (SCC) of Tulare County region, is seeking proposals from qualified firms to develop a sign template for Tulare County's highway network standing advisory committees of TCAG.

This effort supports the SCC's ongoing mission to enhance corridor identity, aesthetics, and community pride through coordinated design elements that can be adopted by cities and unincorporated communities along Tulare County's major highway corridors.

A successful proposal must emphasize:

  • Agricultural Roots: Incorporate imagery reflecting Tulare County's farming heritage (e.g., orchards, row crops, dairies, farmland).
  • Natural Landmarks: Represent the Sierra Nevada, Sequoia National Park, and Mt. Whitney through silhouettes or landmark motifs.
  • Community Identity: Create unique yet cohesive designs for unincorporated communities (Earlimart, Pixley, Tipton, Goshen, Traver) and cities (Porterville, Farmersville, Exeter, Tulare, Visalia, Woodlake, Dinuba, Lindsay).
  • Countywide Consistency: Apply a unified color palette and typography framework to strengthen corridor identity and legibility.
  • Durability & Maintenance: Recommend materials and finishes suited for California's climate that are visually appealing and low-maintenance.

Important Clarification: This solicitation is for design services only. Fabrication and installation will be procured separately.

II. Scope of Services

  1. Kick-off & Coordination: Facilitate a project kick-off and regular check-ins with Sustainable Corridor Committees of TCAG and Caltrans District 6 to update project status, and deliverables.
  2. Project Schedule: Establish a mutually agreed schedule with milestones and decision points.
  3. Site Evaluations: Conduct field visits to assess potential sign locations; review comparable practices statewide; identify right-of-way (ROW) ownership and any encroachment constraints. Look at attachment F for more information.
  4. Design & Rendering: Develop at least five (5) design options and one initial round of revisions; after selection of a preferred concept, include at least three (3) additional revision rounds.
  5. Cost Estimates: Provide at least five (5) cost estimate options based on materials, size, and complexity; identify long-term maintenance implications.
  6. Community Engagement Support: Prepare visuals and concepts for engagement (Tulare County RMA will lead outreach); furnish boards, slide decks, and display files for open houses or committee briefings.
  7. Standards & Compliance: Ensure conformance with Caltrans, MUTCD, ADA, and local sign ordinances; identify encroachment permit pathways for any installations in State ROW.
  8. Final Deliverables: Provide final editable design files, vector artwork, specifications, and presentation materials.

Deliverables will emphasize a community-focused approach, scalability across contexts, and a cohesive visual identity for Tulare County. Consultants should provide:

  • Design Options & Mock-ups: At least five (5) options, scalable for monument signs, standalone signage, wayfinding, overpasses, and trail artwork.
  • Final Design System: Brand standards/style guide; editable files (vectors, PDFs, fonts, swatches); compliance with Caltrans, MUTCD, and ADA standards.
  • Final Presentation & Report: High-resolution visuals, material/installation specs, and a comprehensive final report documenting the process.

Ownership and Source Files: All final artwork and source files - including but not limited to vector (.AI, .EPS, .SVG), layered Photoshop (.PSD), InDesign (.INDD), and any other editable formats - shall be delivered to TCAG upon project completion. TCAG shall retain full ownership and unlimited rights to use, reproduce, adapt, and modify all design assets, templates, and materials produced under this contract. Consultants shall not claim ownership, copyright, or restrict TCAG or its partner agencies from future use, adaptation, or reproduction of these materials.

III. Budget, Invoicing, and Progress Reports

The total budget for this contract is $80,000. Proposals should include a detailed budget by task and staff, including:

  • Initial meetings and project scope
  • Concept development, renderings, and revisions 3D visualizations or equivalent presentation media
  • Fabrication cost estimating (order-of-magnitude ranges by material) Consultant time (hourly or fixed rate)
  • Workshop materials and travel (as applicable)
  • Final presentation materials and professionally edited deliverables

IV. Proposal Requirements

  1. Experience and Qualifications: Summarize firm qualifications and relevant projects of similar scope; include qualifications of key staff and their office locations.
  2. Understanding of the Project: Describe understanding of the project's objectives, unique characteristics, and required data/inputs.
  3. Personnel: Designate the Project Manager and primary professional staff; substitutions require TCAG Executive Director approval.
  4. Subcontracting: List of proposed subconsultants, scopes, and budgets; changes require TCAG Executive Director approval.
  5. References: Provide three client references for similar work; include one reference for the Project Manager and one for the primary key staff (or one if a single lead).
  6. Methodology: Describe the overall approach, techniques, and administrative/operational management practices.
  7. Conflict of Interest: Disclose any financial, business, or other relationships with TCAG, Tulare County jurisdictions, Valley MPOs, or state/federal agencies.
  8. Project Costs: Provide hourly labor rates, overhead, profit, and a task-level cost breakdown; identify any optional tasks separately.
  9. Signature: Proposal must be signed by an authorized official and be a firm offer for 90 days; provide contact info for authorized negotiator(s).
  10. Insurance: Selected consultant must maintain insurance per Attachment E; furnish certificates prior to NTP and throughout the contract.
  11. Hold Harmless: Consultant shall defend, indemnify, and hold harmless TCAG and the County of Tulare per contract terms.
  12. Ineligible Bidders: Certify not debarred per the U.S. Comptroller General's consolidated list (Attachment B).
  13. Title VI: Comply with Title VI of the Civil Rights Act of 1964 and 49 CFR Part 21.
  14. Equal Employment Opportunity: No discrimination in employment practices.
  15. Attachments: Attachments A–F are referenced; see list below. Include B–D at the end of the submitted proposal.

Attachments (to be included with the final release):

  • Attachment A: General Terms
  • Attachment B: Debarment and Suspension Certification
  • Attachment C: Certification Concerning Workers' Compensation Insurance
  • Attachment D: Professional Services Insurance Requirements
  • Attachment E: General Liability Additional Insured Endorsement
  • Attachment F: Provided potential sign location map 

V. Scoring Criteria, Submission, and Selection

Selection will be based on the following criteria:

  • Criteria Points Comprehension of Project — 10
  • Thoroughness of Proposal — 10
  • Meeting the RFP Objectives — 25
  • Project Delivery Time — 5
  • Qualifications and Experience — 25
  • References — 15
  • Reasonableness of Cost — 5
  • Subtotal — 95
  • Local Firm* (see note below) — 5
  • Total Possible — 100

*Local firm criteria: Local office in Tulare County AND at least 51% of the work conducted by employees in the local office. TCAG may request additional information during evaluation. The lowest cost is not the sole criterion for award. TCAG reserves the right to reject any or all proposals and to negotiate with another party if deemed in TCAG's best interest. TCAG may also host interviews during the selection process if deemed fitting.

Submission Requirements and Method

Please include the following in your proposal:

  • Relevant experience and a portfolio of related work
  • Project approach and methodology
  • Estimated costs and timeline (detailed breakdown)
  • Proposed team members, roles, and qualifications

Submission Method: Proposals shall be submitted electronically in PDF format via email to:

Proposed Consultant Selection Schedule

  • RFP Release — October 22, 2025
  • Deadline for Questions (5:00 p.m. Pacific) — January 8, 2026
  • Proposals Due (5:00 p.m. Pacific) — February 18, 2026
  • Selection Committee Review and potential interviews — Late February 2026
  • TCAG Board Consideration of Award — March 2026 Board meeting
  • Notice to Proceed (anticipated) — March 2026

VI. Proposal Submittal

Proposals must be received electronically no later than 5:00 p.m. PDT on Wednesday, February 18, 2026. It is recommended that a submittal email is sent without an attachment, as attachments may be too large, and access be granted for TCAG to download your document. This could be done via FTP, Dropbox, Hightail, or another service provided by the prospective consultants. A flash drive may also be delivered to the TCAG office before the deadline. These items will not be returned. Please submit to John Washam at jwasham@tularecag.ca.gov

Mailing address (for reference only):

Tulare County Association of Governments (TCAG)
Attn: John T. Washam
210 N. Church St., Suite B
Visalia, CA 93291

VII. Questions

Questions must be submitted via email to John T. Washam at jwasham@tularecag.ca.gov no later than 5:00 p.m. PDT on January 8, 2026.

All questions and responses will be posted in writing on the TCAG Website. Please check www.tularecog.org/tcag/rfps-contracts/rfps regularly for amendments or additional information on this RFP. Consultants applying are prohibited from contacting TCAG Board members regarding this solicitation. Failure to comply may result in disqualification.


Request Type
RFP
Deadline
Wednesday, February 18, 2026

Contact Information

Website
Contact Email