SLED Opportunity · CALIFORNIA · PALM DESERT OPERATIONS & MAINTENANCE

    Landscape Architectural Services

    Issued by Palm Desert Operations & Maintenance
    cityRFPPalm Desert Operations & MaintenanceSol. 241524
    Closed
    STATUS
    Closed
    due Apr 16, 2026
    PUBLISHED
    Mar 16, 2026
    Posting date
    JURISDICTION
    Palm Desert
    city
    NAICS CODE
    541320
    AI-classified industry

    AI Summary

    The City of Palm Desert seeks proposals for landscape architectural services to design and implement improvements at the Civic Center campus. The contract is for three years with options to extend. Services include landscape design, grading plans, construction documents, and electrical lighting design.

    Opportunity details

    Solicitation No.
    241524
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    March 16, 2026
    Due Date
    April 16, 2026
    NAICS Code
    541320AI guide
    Agency
    Palm Desert Operations & Maintenance

    Description

    The City of Palm Desert (“City”) is requesting proposals from qualified firms (“Proposers”) for Landscape Architectural Services (“Services”) to establish a Professional Services Agreement ("Agreement") for an initial term of three (3) years, with the option for the City to extend the agreement for two (2) additional one-year periods, subject to satisfactory performance.

    To serve and promote the welfare of its residents, the City intends to procure the Services, as described below:

    The City is seeking to partner with a qualified professional landscape architecture and engineering firm (“Consultant”) to design and implement landscape improvements at the Palm Desert Civic Center campus. Specific areas include the City Hall parking lot, Sheriff’s Substation parking lot, State Building parking lot, and the turf area adjacent to the Skate Park.

    The selected Consultant shall provide professional landscape architecture, civil engineering, and related design services, including:

    • Landscape design
    • Grading plans
    • Preparation of complete construction documents suitable for bidding and construction
    • Electrical, lighting design. 

    The Scope of Work shall be completed through the following tasks:

    Task I – Preliminary Planning and Conceptual Landscape Design (including grading concepts)

    Task II – Construction Documents

    Task III – Bidding and Construction Support.

    The City anticipates that Tasks I through III may be completed within 2–4 months, depending on project complexity, agency review timelines, and public meeting schedules.

    Project Deliverables are anticipated to include, but are not limited to:

    • Conceptual Design Plan, including preliminary construction cost estimate
    • Construction documents and technical specifications reviewed and approved by the City
    • Final Engineer’s Construction Cost Estimate

    Proposers may suggest modifications or enhancements to this Scope of Work, provided such modifications represent innovative, advanced, and well-reasoned methodologies. Any proposed modifications shall be clearly identified as optional and priced separately in the sealed fee proposal. 

     

    Background

    The City is a charter city located in the Coachella Valley in Eastern Riverside County, within the low desert region of Southern California. The City is home to approximately 50,000 full-time and an additional 32,000 seasonal residents. Palm Desert offers big-city resources within a welcoming, small-town environment, with high-quality educational opportunities, safe and clean streets, extensive retail and entertainment options, and a robust community programming. Widely considered the geographical, educational, and retail hub of the Coachella Valley, Palm Desert was incorporated in 1973 and operates under a council-manager form of government with a five-member City Council elected by district, each serving 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.

    Project Details

    • Reference ID: 2026-RFP-012
    • Department: PW - Operations & Maintenance
    • Department Head: Randy Chavez (Director of Public Works)

    Important Dates

    • Questions Due: 2026-04-04T00:00:00.000Z
    • Answers Posted By: 2026-04-10T00:00:00.000Z
    • Pre-Proposal Meeting: 2026-03-26T16:00:00.000Z — Palm Desert City Hall Administrative Conference Room 73-510 Fred Waring Drive Palm Desert, CA 92260

    Addenda

    • Addendum #1 (released 2026-04-01T19:56:32.574Z) —

      Attached is the Sign-In Sheet for the Mandatory Pre-Proposal Meeting, held on March 26, 2026. 

    • Addendum #2 (released 2026-04-07T23:24:25.702Z) —

      Civic Center Solar Plans 

    • Addendum #3 (released 2026-04-07T23:24:28.209Z) —

      Artwork Site Plans 

    • Addendum #4 (released 2026-04-07T23:24:30.117Z) —

      Artwork Renderings 

    Evaluation Criteria

    • Firm Qualifications and Multidisciplinary Experience (20 pts)

      Experience of the firm providing professional landscape architecture and engineering services for projects similar in scope and complexity. Evaluation will consider demonstrated experience in civil engineering, geotechnical engineering, landscape architecture, electrical/lighting design, grading, and site development.

    • Project Team and Technical Expertise (20 pts)

      Qualifications, licenses, and experience of the proposed project team and subconsultants. Evaluation will consider the team’s ability to provide the required disciplines including civil engineering, geotechnical engineering, landscape architecture, electrical engineering, and related technical services, and their experience working collaboratively on similar projects.

    • Relevant Project Experience and Quality of Work (20 pts)

      Demonstrated success on similar projects involving conceptual design, preparation of Plans, Specifications, and Estimates (PS&E), and support during bidding and construction. Evaluation may consider quality of submitted renderings, plans, drawings, and completed project examples.

    • Project Understanding and Technical Approach (20 pts)

      Demonstrated understanding of the project goals and site conditions, and the proposer’s methodology for completing Task I (Conceptual Design), Task II (Construction Documents), and Task III (Bidding and Construction Support).

    • Project Schedule and Responsiveness (10 pts)

      Ability to meet the City's anticipated timeline and maintain responsiveness throughout the project.

    • Cost Proposal (10 pts)

      Reasonableness and competitiveness of the proposed fee structure and overall cost for completing the Scope of Services.

    Submission Requirements

    • Proposal (WITHOUT COST) (required)

      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:

      1. Cover Letter
        1. Provide a brief introduction to the firm and the proposed project team.  Include:

          • Firm name and address
          • Brief introduction of your firm
          • Summarize firm's general qualifications
          • Primary contact person
          • An executive summary of the specific approach which will be used to deliver the work scope.
          • Identify the individual(s) authorized to negotiate terms and compensation. Include name, address, phone, and email.
          • Signature of an authorized representative

           

      2. Firm Qualifications, Experience and Technical Competence
          • Provide a history and overview of the firm, years in business and areas of specialization.
          • Experience providing landscape architecture, civil engineering, and site design services.
          • Experience with public agency projects, preferably municipal projects.
          • Experience preparing Plans, Specifications, and Estimates (PS&E) for public bidding.
          • Experience with projects involving grading, ADA-compliant design, drainage, lighting, irrigation, and landscape planning.
          • Description of available technical resources and capabilities (engineering, surveying, GIS capability, etc.).

      3. Project Team, Key Personnel, and Resumes

        1. Identify the project team and describe the roles and responsibilities of each member. Include:
          • Project organizational chart
          • Identification of the Project Manager and key personnel
          • Roles and responsibilities of each team member
          • Resumes for key team members
          • Professional licenses and certifications
          • Identification of subconsultants and their functions, if any
          • Discuss the firm’s capacity to provide additional personnel as needed.
        • B. The Proposal should clearly demonstrate the team's capability, either in house or qualified subconsultants, to provide the disciplines required for this project, which may include:
          • Landscape Architecture
          • Civil Engineering
          • Geotechnical Engineering
          • Electrical Engineering
          • Structural Engineering
          • Surveying and related technical services

      3. Relevant Project Experience and References

        1. Provide at least three (3) examples of projects completed within the past five (5) years that demonstrate experience with similar work.  For each project include:
          • Project name, location, and client
          • Description of services provided
          • Project budget and construction cost
          • Timeline and outcome
          • Description of the firm's role and responsilties
          • Photographs, renderings, plans, or drawings, demonstrating quality of work.
          • Reference contact information (name, title, phone, email)

      Projects demonstrating conceptual design, construction documents, and construction support are preferred.

      4. Project Understanding and Technical Approach

      Describe the proposer's understanding of the project and approach to completing the Scope of Services. Include:

        1. Task I - Preliminary Planning and Conceptual Design
      1.  
          • Approach to conceptual site design
          • Methods for developing renderings and graphic exhibits
          • Approach to incorporating functionality, accessibility, and aesthetics
          • Approach to preparing preliminary cost estimates

      B. Task II - Construction Documents

          • Approach to developing complete PS&E documents.
          • Coordination between landscape architecture, engineering, and technical disciplines
          • Approach to ADA compliance, drainage, lighting, irrigation, and site design
          • Quality control procedures for plan preparation.

      C. Task III - Bidding and Construction Support

          • Approach to responding to bidder questions and preparing addenda.
          • Methods for supporting the City during bidding and construction.
          • Approach to RFIs, submittal reviews, and design clarifications.

      5. Project Schedule and Staffing Plan

      Provide a proposed schedule for completing the work. Include:

      • Timeline for completion of Tasks I - III
      • Key milestones and deliverables
      • Staffing allocation by task
      • Ability to meet the City's anticipated 2 - 4 month timeline
    • Cost Proposal (required)

      Provide a lump-sum, not-to-exceed, cost proposal.

      Also provide a detailed fee proposal to include:

          • Fee breakdown by task (Task I, II, III)
          • Estimated hours by staff classification
          • Hourly billing rates
          • Cost assumptions
          • Cost for optional or additional services (if applicable) 
    • Non-Collusion Declaration (required)

      The undersigned declares:

      I am an authorized representative of my company, the party making the foregoing Proposal, to certify the following.

      The Proposal is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The Proposal is genuine and not collusive or sham. The Proposer has not directly or indirectly induced or solicited any other Proposer to put in a false or sham bid. The Proposer has not directly or indirectly colluded, conspired, connived, or agreed with any Proposer or anyone else to put in a sham bid, or to refrain from bidding. The Proposer has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Proposal Price of the Proposer or any other Proposer, or to fix any overhead, profit, or cost element of the Proposal Price, or of that of any other Proposer. All statements contained in the Proposa are true. The Proposer has not, directly or indirectly, submitted his or her Proposa 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 Proposer 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 Proposer.

      I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct.

    • Iran Contracting Act Certification (required)

      (Public Contract Code section 2200 et seq.)

      As required by California Public Contract Code Section 2204, the Contractor certifies subject to penalty for perjury that the option selected below relating to the Contractor’s status in regard to the Iran Contracting Act of 2010 (Public Contract Code Section 2200 et seq.) is true and correct.

      Note: In accordance with Public Contract Code Section 2205, false certification of this form shall be reported to the California Attorney General and may result in civil penalties equal to the greater of $250,000 or twice the Contract amount, termination of the Contract and/or ineligibility to bid on contracts for three years.

    • SAM.gov (required)

      Please enter your legal entity name for SAM.gov verification.

    • Type of Business (required)
    • Litigation (required)

      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").

    • Changes to Agreement (required)

      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 affect theCity's decision to enter into an Agreement.

    • No Deviations from the RFP (required)

      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").

    • List the Signatory(s) Authorized to Sign and Bind an Agreement. (required)

      (If two (2) signatures are required, include the following information for both signatories)

      1. Full Name
      2. Title
      3. Physical Business Address
      4. Email Address
      5. Phone Number

      Corporation (C-Corp): Requires two signatures from authorized officers— one from President or Vice President, and the other from the Secretary or Treasurer.  

      An alternate signatory may be used if authorized by a Notarized Corporate Resolution or Article of Authority.

      LLC: Usually requires one signature from an authorized member or manager. For significant contracts (e.g., over $50,000 for construction or over $25,000 for service agreements), additional approvals or signatures may be required.

      Sole Proprietorship, Non-Profit, Single LLC: Only the one signature is necessary.

    • Conflict of Interest Disclosure (required)

      The proposer understands that any and all relationships with construction firms that may submit bids for projects developed under this agreement will require full disclosure of any direct or indirect conflicts of interest, financial interests, relationships, and the nature of any relationships with any related project bid submitters; and that any violation of this provision may result in the immediate termination of the Agreement  

    • Certification of Proposal (required)

      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.

    • What is the Project Number? (required)

      If not required, type "N/A"

    • Agency (required)

      What agency is this for?

    • Agency Awarding Body (required)
    • Select the appropriate Agency abbreviation/acronym. (required)
    • Insert brief Project Description (required)
    • Are there any special licenses or certifications required? (required)
    • If a CA Contractor's State License IS required, enter the license classification requirement here.

      ex.) Class A, General Engineering

    • Insert background information regarding need for services requested (required)
    • Select option below for pre-proposal meeting. (required)
    • Use electronic pricing tabulation? (required)

      If "NO" Proposers will be prompted to upload their own fee proposal.

    • Prices valid for how many days ? (required)

      Prices provided by Proposers in response to this RFP are valid for ____ days from the proposal due date.

    • Will this project exceed $1,000,000.00? (required)

      (this will determine the Iran Disclosure requirement for proposers)

    • Agreement Name (required)

      What is the agreement name?

    • Does this project require a City issued permit? (required)

      (ie, encroachment/building permits)

    • Select the appropriate Agency abbreviation/acronym (required)
    • What is your contract term? (required)

    Questions & Answers

    Q (C-27 License Requirement for Design-Only Scope (Section 2.3)): Section 2.3 (License Requirements) states that proposers must hold both a license from the Landscape Architects Technical Committee (LATC) and a C-27 Landscape Contractor license. The scope of services described in this RFP appears to be limited to professional design services with no construction or installation work performed by the Consultant. Could the City please clarify whether the C-27 Landscape Contractor license is in fact required for this engagement, or whether this requirement was included in error? If the C-27 is required, please clarify what aspect of the scope necessitates it.

    A: The City has intentionally included the C-27 Landscape Contractor license requirement and it is not in error. While the primary scope of services under this RFP is focused on professional design, the selected Consultant will also be expected to provide construction support services during project implementation. As part of these services, the Consultant may be required to perform site observations, review installation for conformance with design intent, and coordinate closely with the construction team. Due to the nature of this construction-phase involvement, the City desires that the awardee possess a C-27 Landscape Contractor license to ensure appropriate expertise and qualifications when addressing field conditions, plant establishment, irrigation systems, and other landscape-related construction elements. This requirement helps ensure that the Consultant is fully equipped to support the project through both design and construction phases. Accordingly, proposers must hold both a valid license from the Landscape Architects Technical Committee (LATC) and a C-27 Landscape Contractor license to meet the full scope of the City’s expectations for this engagement.


    Q (C-27 Landscape Contractor license requirement): Can the C-27 license requirement be satisfied by a subconsultant rather than the prime consultant?

    A: Yes, the C-27 license requirement can be satisfied by a subconsultant, as long as the project team identified in the proposal includes the licensed firm/individual.


    Q (Pre-Proposal Meeting): I am writing to request clarification regarding proposer eligibility for RFP 2026-RFP-012 – Landscape Architectural Services (PW - Operations & Maintenance). We understand that this opportunity is currently open and want to confirm whether there are any mandatory pre-proposal meeting or participation requirements that would impact eligibility to submit a proposal. Specifically, could you please confirm: whether attendance at any pre-proposal meeting (if applicable) is required for eligibility; whether any addenda or written clarifications have modified participation requirements; and if there are any prerequisites that would preclude a firm from submitting a proposal. We want to ensure full compliance with the City’s procurement process and requirements prior to preparing and submitting a response. Thank you in advance for your guidance. Best regards,

    A: Attendance at the pre-proposal meeting is mandatory for eligibility to submit a proposal. Firms must attend the meeting on the specified date and time, remain present for the entire duration, and sign the official sign-in sheet as proof of attendance. Any firm that is late, leaves early, fails to sign in, or is otherwise unable to attend the full meeting will be deemed ineligible to submit a proposal. Any addenda or written clarifications issued by the City shall be considered part of the solicitation documents and may modify participation requirements. Proposers are responsible for reviewing and complying with all such addenda. In addition to the mandatory pre-proposal meeting requirement, firms must meet all other stated prerequisites outlined in the solicitation documents. Failure to comply with any of these requirements, including full attendance at the pre-proposal meeting and signing the sign-in sheet, will preclude a firm from submitting a proposal.


    Q (Budget ): Budget Range: Can the City provide an anticipated construction budget range for the project?

    A: The City is not providing an anticipated construction budget range for the project.


    Q (Scope): Stakeholder / Public Outreach: Will the Consultant be expected to support public outreach or presentations to City Council or stakeholders?

    A: Public outreach and presentations are not included in this project.


    Q (Submittal): Fee Proposal Submission Format: Can the City confirm whether the cost proposal is to be submitted as a separate document from the technical proposal within the OpenGov system?

    A: A detailed cost proposal, itemized by each area of work, must be included with the submission, along with an hourly rate sheet for services.


    Q (Incumbent): Incumbent or Prior Work: Has the City previously engaged a consultant for related work at the Civic Center site, and if so, will any prior plans or documents be made available?

    A: No, the City has not previously engaged a consultant and does not have prior plans or documents to share.


    Q (No subject): Is the City able to share images / information about the selected artwork prior to submittal of our proposal?

    A: Yes, the City will provide an addendum with this information.


    Q (Lighting): Can you reconfirm that lighting is only a part of the artwork project near the skatepark and ‘is not’ a part of any work in the parking lots?

    A: That is correct - Lighting is only requested as part of the artwork project.


    Q (No subject): Does the City have As Built plans for San Pablo Ave. with storm drain information shown?

    A: Yes, however, San Pablo Avenue will be outside of the project footprint.


    Q (No subject): Please reconfirm that the submittal will be 3 separate projects/plan sets that may bid at different times… each will be priced separately.

    A: The City intends to award one contract for design of the three separate areas through this request for proposals. The consultant's proposal should include separate pricing for each project area, plus an hourly rate sheet for additional work.


    Q (No subject): Are you able to share the Library landscape plans prior to submittal of the proposal?

    A: Library landscape plans will not be available prior to submittal of the proposal.


    Q (No subject): Will the conceptual plans need to be presented to City Council for approval to move forward with final plans?

    A: This is a maintenance infill project and is currently not anticipated to require a presentation to City Council.


    Q (Arborist): Does the City have an arborist on staff?

    A: Yes, the City has an arborist on staff.


    Q (Insurance ): Additional Insured Clarification: Can the City confirm that additional insured requirements apply only to general liability and not to professional liability coverage?

    A: Additional insured requirements do not apply to Professional Liability.


    Q (Contract): Proportionate Liability Confirmation: Can the City confirm that for design professional services, indemnification obligations will be limited to the Consultant’s proportionate share of fault in accordance with California Civil Code 2782.8?

    A: Indemnification language consistent with California Civil Code § 2782.8 is included in Section 3.6.6.2 of the draft Professional Services Agreement attached to this solicitation. If the proposed language does not meet your needs, you may submit alternative language with your proposal under Section 5, "Changes to Agreement."


    Q (Scope ): Geotechnical Services: Are geotechnical investigations anticipated as part of this contract, or will those services be provided separately by the City?

    A: Geotechnical services and investigations will be a responsibility of the awardee as part of this contract.


    Key dates

    1. March 16, 2026Published
    2. April 16, 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.