Active SLED Opportunity · CALIFORNIA · PALM DESERT OPERATIONS & MAINTENANCE
AI Summary
The City of Palm Desert seeks bids for traffic signal modifications and hardware upgrades at 17 intersections, including installation of City-furnished cabinets, conductor replacement, and advanced AI video detection systems. Contractors must be licensed, registered, and comply with environmental and safety regulations. Mandatory pre-bid meeting on April 30, 2026; bids due May 21, 2026.
The City of Palm Desert, ("City") invites and will receive sealed Bids for the furnishing of all labor, equipment, materials, tools, services, transportation, permits, utilities, and all other items necessary for Traffic Signal Modifications & Hardware Upgrades (Phase III), Project No.MTS00005 (the “Project”).
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.
NOTICE IS HEREBY GIVEN that the City of Palm Desert, a Charter City and municipal corporation, organized under the laws of the State of California, with its principal place of business at 73-510 Fred Waring Drive, Palm Desert, California 92260 ("City") invites and will receive sealed Bids up to but not later than 2:00 pm on Thursday, May 21, 2026 through the City’s online bid management system, (“OpenGov Procurement”), for the furnishing to City of all labor, equipment, materials, tools, services, transportation, permits, utilities, and all other items necessary for Traffic Signal Modifications & Hardware Upgrades (Phase III), MTS00005(the “Project”). After said time, Bids will be publicly posted on OpenGov Procurement. Bids received after said time will not be accepted. Bids shall be valid for a period of 90 calendar days after the Bid opening date.
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.
SPECIAL CONDITIONS
MODIFICATIONS TO THE GENERAL CONDITIONS
1.1 Order of Work.
A. Contractor’s first order of work shall include, but may not necessarily be limited to: preparation and submittal of a Critical Path Schedule (Progress Schedule); and prepare submittals.
B. Upon approval of all required pre-construction documentation, Contractor shall begin and complete all work listed in in Table 1 and as depicted in Figure 1.
C. The Contractor shall notify City Public Works Inspector assigned to the project, local authorities and utility companies of his intent to begin work at least two (2) days before work is begun. The Contractor shall cooperate with local authorities in handling traffic through the area.
1.2 Section titled " Contractor Responsibilities; Regulatory Requirements; (Traffic Control)"
• Delete item 13 from the Section titled "Contractor Responsibilities; Regulatory Requirements; (Traffic Control)" of the General Conditions is deleted in its entirety and replaced by the following:
13. The compensation for furnishing, placing, maintaining and removing traffic cones, telescoping tree flags, advance warning signs, flagmen, barricades, temporary striping and other safety devices, as required for public safety or as directed the Engineer, shall be considered as included in the contract prices paid for various items of Work; and no additional compensation will be allowed therefor.
1.3 Section titled "Contractor Responsibilities; Regulatory Requirements; (Water Quality Management and Compliance.)"
• Section titled "Contractor Responsibilities; Regulatory Requirements; (Water Quality Management and Compliance)" of the General Conditions is supplemented by the following:
A. The Contractor shall identify site specific Best Management Practices (BMPs) to be implemented during construction to minimize the potential pollution of storm water runoff and receiving waters. The identified BMPs shall be practices designed to minimize or eliminate the discharge of pollutants from the construction Site and the Contractor’s construction activities, including, but not limited to:
1. Good housekeeping practices for solid and sanitary/septic waste management, vehicle and equipment cleaning/maintenance, and material handling and storage.
2. Construction procedures such as stabilized construction access points, scheduling/phasing to minimize areas of soil disturbance, soil stabilization and erosion/sediment control.
3. Measures to control debris disposal, releases of sediment laden liquids, spills, leakage and dumping and to prevent illicit connections during construction must be addressed through structural as well as non-structural BMPs.
4. Staff must be trained in storm water management.
B. The Contractor shall be responsible throughout the duration of the Project for placing, installing, constructing, inspecting and maintaining the BMPs, and for removing and disposing of temporary BMPs. Unless otherwise directed by the Engineer or specified in these detailed specifications, the Contractor’s responsibility for implementation shall continue throughout any temporary suspension of Work.
C. Storm water and Non-Storm Water Pollution Control Work shall conform to the requirements in the latest version of the CA storm Water Quality Association (CASQA) Handbook, entitled “California Storm Water BMP Handbook Construction”. A copy of the “California Storm Water BMP Handbook Construction” hereinafter referred to as the “CASQA Handbook”, may be obtained from CASQA, Post Office Box 2105, Menlo Park, California 94026- 2105. Telephone: 650-366-1042. Copies of the handbook can also be downloaded from the CASQA Internet site at https://www.casqa.org/resources/bmp-handbooks.
D. In the event the City of Palm Desert incurs any Administrative Civil Liability or Mandatory Minimum Penalty (fine) imposed by the CRWQCB – Colorado River Basin Region, as a result of the Contractor’s failure to fully implement the provisions of this Section and permit requirements, “Storm Water and Non-Storm Water Pollution Control”, the Engineer may, in the exercise of the his sole judgment and discretion, withhold from payments otherwise due Contractor a sufficient amount to cover the Civil Liability. Liability for “Negligent Violations” may be in an amount up to $50,000 per day deemed occurrence while “Knowing Violations” can result in fines as high as $250,000 and imprisonment.
E. The cost for implementing project-specific BMPs and associated work shall be included in the contract prices paid for various items of Work and shall include preparing, obtaining approval of, and installing, constructing, maintaining, removing and disposing of BMPs according to detailed specifications in the latest version of the CA storm Water Quality Association (CASQA) Handbook, entitled “California Storm Water BMP Handbook-Construction”, and as directed by the Engineer, and no additional compensation will be allowed therefor.
2. SPECIFICATIONS
ARTICLE 1 - DESCRIPTION OF BID ITEMS
Bid items shall include full compensation for labor, materials and equipment to construct intersection modifications, per the Contract Documents, as directed by the Engineer, and any other related work shall be considered as included in each lump sum bid item. No additional compensation will be made.
ARTICLE 2 - TRAFFIC SIGNAL EQUIPMENT
The work described in this section shall be done in accordance with Section 86 and 87 of the 2024 edition of the State Standard Specifications, 2024 edition of the State Standard Plans, the City Standard Plans and specifications, Construction Plans, and the subsequent revisions to said specifications and plans, and these Special Provisions unless otherwise specified.
2.1 Controller Cabinet Assemblies
Controller Assemblies shall conform to Section 86-1.02Q, “Cabinets” of Caltrans Standard Specifications and the Contract Documents.
City shall furnish to the Contractor the controller assembly for installation.
Contractor shall be responsible for all work involving removing existing cabinet and installing TS 2-Type 2 P44 Controller Cabinet on Existing Foundation.
Work for cabinet shall include protecting existing equipment in place and relocating existing equipment as noted on Constructions Plans to new cabinet.
Contractor shall coordinate all existing equipment installation, protection in place, and relocation with City Engineer prior to commencing work. Before project start, Contractor shall meet with City Engineer to come up with a list of equipment to be removed, protected in place, or relocated for each traffic signal cabinet that is to be replaced.
All equipment installed per CV-Sync project shall be relocated per Construction Plans. Contractor shall coordinate with both City Engineer and CVAG representative to relocate existing cabinet and equipment.
Payment for Installation of City-Furnished Traffic Signal Cabinet shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals per the Contract Documents, as directed by the Engineer, and as noted in these specifications and shall be considered as included in various bid items, and no additional compensation will be made therefor.
2.2 Removal of Material
All materials salvaged shall be delivered to the City of Palm Desert Corporation Yard at 74705 42nd Avenue, Palm Desert, CA, 92260.
Contractor shall be responsible for all work involving removing and salvaging existing service cabinets, traffic signal cabinets, and any other equipment coordinated with City Engineer.
Payment for Removing and Salvaging Materials shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals per the Contract Documents, as directed by the Engineer, and shall be considered as included in various bid items, and no additional compensation will be made therefor.
2.3 Traffic Signal Conductor Removal and Installation
Traffic signal conductor removal and install shall conform to Section 86-1.02F, “Conductors and Cables” and 87-1.02F, “Conductors and Cables Installations” of Caltrans Standard Specifications and the Contract Documents.
All conductors and cables installed per CV-Sync project shall be relocated per Construction Plans. Contractor shall coordinate with City Engineer to determine these cables and locations. All work for this equipment shall be coordinated with CVAG.
All existing conduits where cables are being replaced shall be thoroughly cleaned per Caltrans Standard Specifications before installation of new cables.
Payment for Traffic Signal Conductor Removal and Installation shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals per the Contract Documents, as directed by the Engineer, and shall be considered as included in various bid items, and no additional compensation will be made therefor.
2.4 Traffic Signal Cabinet Base Extension
Traffic Signal Cabinet Base Extensions shall be compatible with the City-Furnished Controller Cabinets. Contractor shall provide submittal for cabinet base extension prior to procurement.
Payment for Traffic Signal Conductor Removal and Installation shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals per the Contract Documents, as directed by the Engineer, and shall be considered as included in various bid items, and no additional compensation will be made therefor.
2.5 Service Cabinet
Service Cabinet Installation shall conform to Section 86-1.02P(2), “Service Equipment Enclosures” and “Section 87-1.03E(3), “Concrete Pads, Foundations, and Pedestals”
Contractor shall coordinate with City Engineer and Southern California Edison (SCE) and Imperial Irrigation District (IID) for all power service points or service pedestal changes.
Payment for Service Cabinet Installation shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals per the Contract Documents, as directed by the Engineer, and shall be considered as included in various bid items, and no additional compensation will be made therefor.
2.6 Conduit Installation
Traffic conduits shall conform to Section 86-1.02B, “Conduits and Accessories”, 87- 1.03B “Conduit Installation”, and 87-1.03E(2) “Trenching” of Caltrans Standard Specifications and the Contract Documents.
Payment for Service Cabinet Installation shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals per the Contract Documents, as directed by the Engineer, and shall be considered as included in various bid items, and no additional compensation will be made therefor.
2.7 Video Detection System
Description
The AI Mobility Platform (“Platform”) provides a variety of ITS applications for signalized intersections including industry leading stop bar and advance detection, turning movement counts, signal timing optimization, signal performance measures, safety analytics, priority/preemption, cabinet monitoring, remote controller access, and alerting/notifications. It fully supports the blended roadway environment, bridging connected and non-connected road users via fused video and radar sensors for AI object detection and an integral road-side unit (RSU) for V2X communications. It includes a secure cloud portal, cellular data for remote connectivity, and 24/7/365 live support and monitoring.
Hardware
General
All equipment and materials shall be new. All fasteners exposed to the elements shall be Type 304 or Type 316 passivated stainless steel. Sensor Units and Nexus Units shall have permanent labels that bear the name of the Platform manufacturer (“Manufacturer”), description, part number, date of manufacture, and serial number.
All equipment shall be tested by an independent third party laboratory for conformance with NEMA TS 2 environmental requirements per the following procedures:
• NEMA TS 2 Section 2.2.7: Transients, Temperature, Voltage, and Humidity (excepting Test A)
• NEMA TS 2 Section 2.2.8: Vibration
• NEMA TS 2 Section 2.2.9: Shock/Impact
Sensor Unit
Sensor Units detect road users using fused video and radar and provide V2X communications. The Platform shall be supplied with one Sensor Unit per approach, one of which shall be a Sensor Type 2 unit and the remainder Sensor Type 1 units, or as specified in the contract documents. The Platform shall support 10 sensors per intersection in any combination of Sensor Type 1 and Sensor Type 2 quantities.
Sensor Unit enclosures shall conform to IP-67 and MIL-STD-810G. Sensor Units shall operate over a nominal input voltage range of 90 to 264 VAC at 50 or 60 Hz. This allows the Sensor Unit to be powered using off-the-shelf three conductor IMSA signal cable.
Sensor Type 1
Sensor Type 1 shall incorporate a 1080p HD video camera and 60 GHz radar, a Graphics Processing Unit (GPU), an Ethernet communications receptacle (8P8C), and a Wi-Fi radio.
Sensor Type 2
Sensor Type 2 shall incorporate all the functions and features of Sensor Type 1, plus a V2X communications chipset with support for DSRC and C-V2X and two omnidirectional V2X antennas. Sensor Type 2 shall comply with all applicable FCC regulations for roadside units (RSUs).
Nexus Unit
The Platform shall be supplied with a Nexus Unit. The Nexus Unit resides in the transportation field cabinet and connects to the Sensor Units, the traffic signal controller, and communications networks. The Nexus Unit shall incorporate a Graphics Processing Unit (GPU), two Ethernet communications receptacles (8P8C), a Wi-Fi radio, a synchronous serial port with a DA-15 connector conforming to NEMA TS 2 Section 3.3.1 (Port 1), and a front panel menu driven user interface with a backlit display and navigation buttons.
The Nexus Unit shall support the NEMA TS 2 and ITS/ATC cabinet synchronous serial protocols (SDLC). It shall be capable of logging all communications on the SDLC bus, including frames transmitted by all other secondary stations. It shall automatically detect the SDLC protocol in use and automatically configure its SDLC port based on the detected protocol; manual user configuration of the SDLC protocol shall not be required. It shall also automatically detect which input interface units (BIUs or SIUs) are currently in use on the SDLC bus and, for each input interface unit, display its status (in use or not in use) to the user. This functionality prevents duplicate SDLC bus address assignments.
Main Power & Communications Assembly
Platform shall be supplied with a Main Power & Communications Assembly. The Main Power & Communications Assembly shall comprise a DIN rail to which the following components are attached:
• Terminal blocks for utility power
• Power supply for Nexus Unit
• Cellular modems
• Firewall router
Cellular Modem
The Platform shall be supplied with dual redundant cellular modems. The primary cellular modem shall be capable of electronically switching between mobile network operators on the fly using a single SIM card.
Sensor Power Assembly
The Platform shall be supplied with a Sensor Power Assembly where specified in the contract documents. The Sensor Power Assembly conditions and protects power at the transportation field cabinet for one or more Sensor Units. The Sensor Power Assembly shall comprise a DIN rail to which the following components are attached:
• Terminal blocks
• Surge suppressor
• Circuit breakers
• Web relay
Photocell Power Tap
The Platform shall be supplied with the quantity of Photocell Power Taps specified in the contract documents. Photocell Power Taps source power for Sensor Units from photocontrol receptacles on street lighting luminaires. The Photocell Power Tap shall install in a NEMA three or seven prong twist lock photocontrol receptacle conforming to ANSI C136.10 and provide a passthrough receptacle for the photocontrol, allowing unhindered dusk-to-dawn operation of the street lighting luminaire. The Photocell Power Tap shall have an integral 10 ft power cord. 2.7 Antenna
The Platform shall be supplied with a nine-in-one Antenna and associated material required to securely mount the Antenna to the transportation field cabinet. The Antenna facilitates all wireless communications for the Platform at the transportation field cabinet, including Wi-Fi, cellular, and GPS.
Software
Sensor Unit Software
The Sensor Unit shall include embedded software in non-volatile storage (“Sensor Unit Software”). The Sensor Unit Software shall be remotely upgradable via over-the-air (OTA) updates.
Nexus Unit Software
The Nexus Unit shall include embedded software in non-volatile storage (“Nexus Unit Software”). The Nexus Unit Software shall be remotely upgradable via over-the-air (OTA) updates.
The Nexus Unit Software shall have a browser user interface that supports viewing and editing all real-time and configuration data supported by the Platform. The browser user interface shall be compatible with the current versions of browsers based on the WebKit (Safari), Blink (Chrome, Edge), and Gecko (Firefox) rendering engines.
The Platform shall restrict access to the Nexus Unit Software to users designated by the Infrastructure Owner/Operator (IOO). Users shall authenticate with the Nexus Unit Software via account credentials consisting of a username and password.
Mobility Operating System
The Platform shall include a cloud portal (Mobility Operating System) that is hosted by the Manufacturer on a secure cloud platform. The Mobility Operating System shall be hosted in a discrete cloud instance that is unique to the IOO and accessible via an internet domain name that is unique to the IOO. The IOO’s cloud instance shall not contain data for any other IOO, and none of the IOO’s data shall reside on any other IOO’s cloud instance.
The Mobility Operating System shall have a browser user interface that allows viewing and editing real-time, historical, and configuration data. The browser user interface shall be compatible with the current versions of browsers based on the WebKit (Safari), Blink (Chrome, Edge), and Gecko (Firefox) rendering engines.
Access to the Mobility Operating System shall be restricted to designed users. Users shall authenticate with the Mobility Operating System via account credentials consisting of a username and password. The Mobility Operating System shall support single sign on (SSO), allowing users to sign on with their existing IOO credentials.
The Platform shall include access to and hosting of the Mobility Operating System for five years or the term specified in the contract documents.
Communications
All data transmitted between components of the Platform, including Sensor–Nexus communications and Nexus–Mobility Operating System (cloud) communications, shall occur over a virtual private network (VPN) using AES-256 encryption. All Wi-Fi communications links employed by the Platform shall use WPA2-AES encryption.
Functionality
AI Object Detection
The Platform shall report the presence of traffic in stop bar and advance detection zones up to 720 ft from the Sensor Unit via detector inputs of transportation field cabinets that conform to Caltrans TEES (“Model 33x”), NEMA TS 1, NEMA TS 2, ITS Cabinet, and ATC Cabinet (ATC 5301) that register demand for traffic signal controllers that conform to NTCIP 1202 and ATC 5201. Support shall be provided for the full quantity of detector inputs supported by the transportation field cabinet.
Each detection zone shall be capable of being associated with a detector input in the transportation field cabinet. When a detection zone is occupied by a road user, the associated detector input shall be ON; otherwise, the detector input shall be OFF.
All computations and processing required to detect, classify, and track road users shall oc-cur in the Sensor Unit. This functionality allows the Platform to be free of any inherent limits on the number of Sensor Units that can be used at a single intersection (since the Sensor Unit only transmits post-processed road user metadata to the Nexus Unit) and minimizes communications activity between the Sensor Units and the Nexus Unit.
Detection shall be at least 98% accurate under typical environmental conditions. The Manufacturer shall provide at least six test reports that document and substantiate detection accuracy. The tests shall have been conducted with at least six different IOOs at traffic control signals located on roadways open to the public. Tests performed on roadways at test beds, academic institutions, laboratories, signal maintenance shops, and similar environments and facilities not open to public travel do not meet this requirement. Each report shall be accompanied by a statement from a licensed Professional Engineer employed by the Manufacturer that attests to the test’s accuracy, the report’s claims, and the methodologies used to conduct the test and derive the results.
Sensor Fusion
The Platform shall automatically choose which data to use from the video sensor and which data to use from the radar sensor to achieve the most accurate detection for the given environmental conditions and detection zones. Detection zone configuration shall be performed via a single, unified interface that is agnostic to sensor technology and shall not require separate setup or configuration for video and radar.
Upon a malfunction of either sensor, detection shall be accomplished by the remaining functional sensor.
Classification
The Platform shall classify each detected road user as an automobile, truck, bus, motorcycle, bicycle, or pedestrian.
Tracking
The Platform shall track the position (lane, phase, and distance to stop bar) and trajectory (direction and speed) of each detected road user.
Intelligent False Call Rejection
The Platform shall, for the purposes of actuating detection zones, disregard road users that are blocking or otherwise not moving with the predominant flow of the surrounding traffic stream, including but not limited to road work vehicles, disabled vehicles, and illegally stopped or parked vehicles. This functionality prevents these vehicles from placing unwarranted calls for demand.
Failsafe Operation
Upon any anomaly that affects its ability to provide accurate detection, including but not limited to hardware or communications failures, the Platform shall default to a safe condition via constant calls or other appropriate mechanism supported by the transportation field cabinet.
V2X
The Platform shall support connected vehicle applications and connected intersection operation in accordance with relevant industry standards and guidelines including CTI 4001, CTI 4501, J2735, J2745, and NTCIP 1218. It shall generate SPAT data for all makes and models of traffic signal controllers and transportation field cabinets, including those without built-in SPAT or TSCBM generation capabilities, and shall generate safety messages (BSMs and PSMs) on behalf of non-connected road users.
Automatic MAP Creation
The Platform shall automatically create MAP messages using trajectory data from its AI object detection.
Turning Movement Counts
The Platform shall count and store the number of road users who turn right, proceed straight through, turn left, make a U-turn, and cross in the crosswalk (“Turning Movement Counts”). A graphical user interface (GUI) for retrieval and analysis of Turning Movement Count data shall be provided in the Mobility Operating System. The GUI shall support filtering Turning Movement Count data by date/time for either a single period or two periods (for side-by-side comparisons), by maneuver (left, through, right, etc.), by road user class (car, truck, bus, etc.), and by approach. The GUI shall support downloads of Turning Movement Count data in CSV and PDF formats.
Signal Performance Measures
The Platform shall provide industry standard automated traffic signal performance measures (ATSPMs). ATSPMs shall be automatically calculated upon activation of the Platform and shall not require additional setup or configuration. ATSPMs shall use AI object tracking and shall not require any detection zones. ATSPMs shall be supported for all makes and models of traffic signal controllers and transportation field cabinets, including those that do not natively support high-resolution data logging.
A GUI for retrieval and analysis of ATSPM data shall be provided in the Mobility Operating System. The GUI shall support filtering ATSPM data by date/time for either a single period or two periods (for side-by-side comparisons) and by road user class (car, truck, bus, etc.). The GUI shall support downloads of ATSPM data in CSV and PDF formats.
Maximum Delay
The ATSPMs shall include maximum delay. Maximum delay shall be calculated as the time difference between the vehicle’s arrival during the red interval and the time that the phase turned green.
Average Delay
The ATSPMs shall include average delay. Average delay shall be calculated as the sum of the time between the arrival of all vehicles during red and the time the phase turns green, divided by the number of vehicles.
Pedestrian Delay
The ATSPMs shall include pedestrian delay. Pedestrian delay shall be calculated as the time difference between the time that the pedestrian call was received (pedestrian button pushed) and the time that the pedestrian phase was served (beginning of the Walk interval).
Coordination Analysis
The ATSPMs shall include arrivals on green and arrivals on red. Arrivals on green and arrivals on red shall be calculated by tracking approaching vehicles and associating their arrival at the intersection with the signal state. Arrivals on green and arrivals on red shall be re-ported in percentages for each on a per-cycle basis.
Split Analysis
The ATSPMs shall include split monitor analytics. Split monitor analytics shall comprise the duration that each phase was On during the cycle and the reason that the phase terminated (gap out, max out, or force off).
Volume Analysis
The ATSPMs shall include approach volume analysis. Approach volume analysis shall comprise the number of vehicles crossing the intersection during a user-specified period and the directional distribution factor (D-factor) for each approach (the ratio of one direction to the total of two opposing directions of traffic traveling during a selected hour), expressed as a percentage.
Abnormality Detection
The Platform shall provide alerts for abnormalities that disrupt the normal flow of traffic, including, but not limited to, crashes, road work, and disabled vehicles and shall be capable of being remotely updated to add support for new types of abnormalities.
4.6 Timing Optimization
The Platform shall be capable of continuously optimizing traffic signal timing in real time (“Timing Optimization”). Timing Optimization shall be supported for all makes and models of traffic signal controllers and transportation field cabinets. Timing Optimization shall incorporate local (micro) algorithms to optimize for user-selected intersection-level strategies and global (macro) algorithms to optimize for user-selected arterial-level strategies. Timing Optimization shall support a variety of strategies including balanced delay reduction, crossing arterial coordination, queue management during oversaturation, transit prioritization, pedestrian prioritization, maximal throughput, queue management on freeway off ramps, optimization of non-through movements, preemption recovery, and tightly spaced intersection management. Multiple strategies shall be capable of being in effect simultaneously.
Red Light Running Analysis
The Platform shall obtain and store data about each vehicle that enters the intersection (crosses the stop line) during the yellow change, red clearance, and full red (Phase Off) signal intervals.
A GUI for retrieval and analysis of this data shall be provided in the Mobility Operating System. The GUI shall support filtering the data by date/time for either a single period or two periods (for side-by-side comparisons), road user class (car, truck, bus, etc.), movement, approach, and interval (yellow change, red clearance, or full red). The GUI shall provide textual and graphical views of the data and a video clip of each red light running event.
Remote Controller Access
The Platform shall provide remote access to the traffic signal controller’s browser user interface and shall support all functionality thereof which may include but is not limited to status monitoring, timing editing, configuration save/restore (upload/download), and front panel emulation.
Video Streaming
The Platform shall provide high-definition RTSP video streams in H.264 and H.265 encodings. There shall be one stream for each Sensor Unit and one stream that combines the video from four Sensor Units (quad view).
Detection zones shall be displayed in the video streams using two colors to show the zone’s detection state (ON or OFF).
The traffic signal state shall be displayed in the video streams using icons located on the downstream (intersection) side of the stop line at each approach lane. The color of the sig-nal state icons shall reflect the state of the associated signal face, and the icons shall be labeled with the phase number.
Cellular Connectivity
The Platform shall include cellular data for five years or the term specified in the contract documents.
Service & Support
Live Monitoring
The Manufacturer shall provide live, continuously staffed 24/7/365 monitoring of the Platform for detection accuracy, reliability, faults, incidents, alarms, and other abnormalities and anomalies. The use of monitoring personnel who are on call during personal time and other forms of non-live, passive staffing are not compliant with this requirement. Monitoring personnel shall be knowledgeable in principles, practices, concepts, and theories of traffic engineering, traffic signalization, and traffic signal equipment.
The Platform shall include live monitoring for five years or the term specified in the contract documents.
Installation Support
The Manufacturer shall provide remote turn-on assistance by phone during normal business hours, Monday through Friday. The Manufacturer or the Manufacturer’s third party representative shall provide on-site turn-on assistance, Monday through Friday, within five business days of being requested.
Technical Support
The Manufacturer shall provide 24/7/365 technical support for the Platform via email and telephone.
The Platform shall include technical support for five years or the term specified in the contract documents.
Documentation
The Platform shall include manuals that provide installation, operations, troubleshooting, and maintenance information. Manuals shall be provided electronically as PDFs or web pages.
Training
The Manufacturer shall provide a maximum of two remote training sessions of a maximum of three hours each for up to 50 employees of the IOO and employees of the IOO’s designated representatives. Topics shall include installation, configuration, operation, troubleshooting, and maintenance. Instructors shall be certified by the Manufacturer.
Software Updates
The Platform shall include software updates for the Sensor Unit Software, Nexus Unit Software, and Mobility Operating System for five years or the term specified in the contract documents.
Warranty
The Manufacturer shall warrant that all Manufacturer supplied equipment and material is free from material and workmanship defects for five years or the term specified in the contract documents (“Hardware Warranty Period”). The Hardware Warranty Period shall start when the equipment is received by the IOO. During the Hardware Warranty Period, the Manufacturer shall ship, at no cost to the IOO, replacements for defective equipment and material to the IOO’s primary business location.
During the Hardware Warranty Period, warranty service shall be available from the Manufacturer or their designated third-party representative via telephone within four business hours of initial contact.
The Manufacturer or their designated third-party representative shall maintain an adequate inventory of equipment and parts to support maintenance and repair of the Platform.
Manufacturer Certifications
The Manufacturer shall maintain SOC 2 Type II and ISO 27001 (Information Security Management) certifications and provide said certifications on request.
ARTICLE 3 - INSPECTION
The Contractor is responsible for all coordination with the inspector. Any work performed without the proper inspection, or without proper authorization by the inspector shall be done at the Contractor’s own risk, and no additional compensation shall be allowed therefor.
Bids must be submitted through OpenGov Procurement to the City on the Bid Forms which are a part of the Contract Documents for the Project. Contract Documents may be obtained as specified in the Notice Inviting Bids.
City may also make the Contract Documents available for review at one or more plan rooms, as indicated in the Notice Inviting Bids. Please Note: Prospective Bidders who choose to review the Contract Documents at a plan room must also register with the City through OpenGov Procurement to obtain the required Contract Documents if they decide to submit a Bid for the Project.
NOTICE IS HEREBY GIVEN that the Palm Desert Housing Authority ("Authority"), a public agency, organized under the laws of the State of California, with its principal place of business at 73-510 Fred Waring Drive, Palm Desert, California 92260 invites and will receive sealed Bids up to but not later than 2:00 pm on Thursday, May 21, 2026 through the City of Palm Desert’s (“City”) online bid management system (“OpenGov Procurement”), for furnishing to the Authority of all labor, equipment, materials, tools, services, transportation, permits, utilities, and all other items necessary for Traffic Signal Modifications & Hardware Upgrades (Phase III) (the “Project”). After said time, Bids will be publicly posted on OpenGov Procurement. Bids received after said time will not be accepted. Bids shall be valid for a period of 90 calendar days after the Bid opening date.
Reserved.
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.
At its own expense and prior to submitting its Bid, each Bidder shall visit the site of the proposed work and fully acquaint itself with the conditions relating to the construction and labor required so that the Bidder may fully understand the work, including but not limited to difficulties and restrictions attending the execution of the work under the Contract. Each Bidder shall carefully examine the Drawings, and shall read the Specifications, Contract, and all other documents referenced herein and made part of the Contract Documents. Each Bidder shall also determine the local conditions which may in any way affect the performance of the work, including local tax structure, contractors’ licensing requirements, availability of required insurance, the prevailing wages and other relevant cost factors, shall familiarize itself with all federal, state and local laws, ordinances, rules, regulations and codes affecting the performance of the work, including the cost of permits and licenses required for the work, and shall make such surveys and investigations, including investigations of subsurface or latent physical conditions at the site or where work is to be performed as may be required. Bidders are responsible for consulting the standards referenced in the Contract Documents. The failure or omission of any Bidder to receive or examine the Contract Documents, forms, instruments, addenda, or other documents, or to visit the site and acquaint itself with conditions there existing shall in no way relieve any Bidder from any obligation with respect to its Bid or to the Contract and no relief for error or omission will be given except as required under state law. The submission of a Bid shall be taken as conclusive evidence of compliance with this Section.
The project consists of traffic signal modifications and hardware upgrades at 17 intersections throughout the City, including improvements to signal cabinets, wiring, and associated infrastructure to enhance system operations, safety, and reliability.
Engineer's Estimate: N/A
Prospective Bidders unclear as to the true meaning of any part of the Drawings, Specifications or other Contract Documents may submit a written request for interpretation through OpenGov Procurement via the Q&A tab until the deadline of Thursday, May 7, 2026 before 2:00 pm. The prospective Bidder submitting the request is responsible for prompt delivery. Interpretation of the Drawings, Specifications or other Contract Documents will be made only by a written Addendum posted on OpenGov Procurement. The City will not be responsible for any other explanation or interpretations of the Contract Documents. If a prospective Bidders becomes aware of any errors or omissions in any part of the Contract Documents, it is the obligation of the prospective Bidder to promptly bring it to the attention of the City.
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.
Protests shall be submitted in writing to the official designated to receive the bid, proposal or other application within the following times:
Contractor shall provide indemnification and defense as set forth in the Contract.
Time is of the essence in the performance of the Work. The Work shall commence on the date stated in the City’s Notice to Proceed. The Contractor shall complete all Work required by the Contract Documents within 90 Calendar Days of the Notice to Proceed commencement date.
The Contractor shall perform all Work within the time stipulated in the Contract and shall provide all labor, materials, equipment, tools, utility services, transportation, and incidentals necessary to complete the Project in accordance with the Contract Documents.
The Project consists of traffic signal modifications at seventeen (17) intersections within the Cities of Palm Desert and Rancho Mirage, including, but not limited to:
The Work also includes all appurtenant work necessary to deliver complete and operational traffic signal systems.
All Work shall be performed in strict accordance with the Plans, Specifications, Special Provisions, and all other Contract Documents. The Contractor shall deliver complete and fully operational traffic signal systems at all project locations to the satisfaction of the City.
A Mandatory Pre-Bid Conference is scheduled for Thursday, April 30, 2026 at 11:00 am to review the Project's existing conditions at Palm Desert City Hall, Administrative Conference Room (73510 Fred Waring Dr, Palm Desert, CA 92260). Representatives of City and consulting engineers, if any, will be present. Oral statements regarding this Bid at the Pre-Bid Conferences should be considered unverified information unless confirmed in writing. Bids will not be accepted from any bidder who did not attend the mandatory Pre-Bid Conference.
Bids must be submitted on City’s Bid Forms. Bidders may obtain a copy of the Contract Documents on OpenGov Procurement. Registration and Bid submittal can be completed by visiting https://secure.procurenow.com/portal/cityofpalmdesert. To the extent required by section 20103.7 of the Public Contract Code, upon request from a contractor plan room service, City shall provide an electronic copy of the Contract Documents at no charge to the contractor plan room.
It is the responsibility of each prospective Bidder to download and print all Contract Documents for review and to verify the completeness of Contract Documents before submitting a bid. Any Addenda will be posted on OpenGov Procurement. It is the responsibility of each prospective Bidder to check OpenGov Procurement on a daily basis through the close of Bids for any applicable Addenda or updates. City does not assume any liability or responsibility based on any defective or incomplete copying, excerpting, scanning, faxing, downloading or printing of the Contract Documents. Information on OpenGov Procurement may change without notice to prospective Bidders. The Contract Documents shall supersede any information posted or transmitted by OpenGov Procurement.
Each Bid shall be accompanied by cash, a certified or cashier’s check, or Bid Bond secured from a surety company satisfactory to the City, the amount of which shall not be less than ten percent (10%) of the submitted Total Bid Price, made payable to City of Palm Desert to guarantee the Bidder will enter into a Contract with the City.
If the protest is timely and complies with the above requirements, the City of Palm Desert shall review the protest, any response from the challenged bidder, proposer or other vendor, and all other relevant information. The City of Palm Desert 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 of Palm Desert then the protest will be considered concurrently with the award of the contract, and the approval authority's action is final.
A Non-Mandatory Pre-Bid Conference is scheduled for Thursday, April 30, 2026 at 11:00 am to review the Project's existing conditions at Palm Desert City Hall, Administrative Conference Room (73510 Fred Waring Dr, Palm Desert, CA 92260). Representatives of City and consulting engineers, if any, will be present. Oral statements regarding this Bid at the Pre-Bid Conferences should be considered unverified information unless confirmed in writing.
Each Bidder is requested to attend a "mandatory" pre-bid meeting to be held on Thursday, April 30, 2026 at 11:00 am at Palm Desert City Hall, Administrative Conference Room (73510 Fred Waring Dr, Palm Desert, CA 92260). Representatives of City and consulting engineers, if any, will be present. Bids will not be accepted from any bidder who did not attend the mandatory Pre-Bid Conference.
Prospective bidders who fail to attend, or arrive after the scheduled start time, will be deemed ineligible and will be disqualified from submitting a bid in response to this solicitation. No exceptions will be made. Attendance at the pre-bid meeting will ensure the bidder understands the full scope of the Services requested.
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.
There will be no Pre-Bid Conference for this project.
There will be no Pre-Bid Conference for this project.
The City reserves the right to revise the Contract Documents prior to the Bid opening date. Revisions, if any, shall be made by written Addenda. All Addenda issued by the City shall be included in the Bid and made part of the Contract Documents. Pursuant to Public Contract Code Section 4104.5, if the City issues an Addendum which includes material changes to the Project less than 72 hours prior to the deadline for submission of Bids, the City will extend the deadline for submission of Bids. The City may determine, in its sole discretion, whether an Addendum warrants postponement of the Bid submission date. Each prospective Bidder shall register with the City through OpenGov Procurement. Addenda will be published on OpenGov Procurement. Please Note: Bidders are responsible for ensuring that they have received any and all Addenda. To this end, each Bidder should visit OpenGov Procurement to verify that it has received all Addenda issued, if any, prior to the Bid opening. The Bidder shall acknowledge any/all addenda published for this project electronically on OpenGov Procurement. Failure to acknowledge all Addenda may be sufficient cause for rejecting the Bid.
A Non-Mandatory Pre-Bid Conference is scheduled for Thursday, April 30, 2026 at 11:00 am to review the Project's existing conditions at Palm Desert City Hall, Administrative Conference Room (73510 Fred Waring Dr, Palm Desert, CA 92260). Representatives of City and consulting engineers, if any, will be present.
If alternate bid items are called for in the Contract Documents, the time required for completion of the alternate bid items has already been factored into the Contract duration and no additional Contract time will be awarded for any of the alternate bid items. The City may elect to include one or more of the alternate bid items, or to otherwise remove certain work from the Project scope of work. Accordingly, each Bidder must ensure that each Bid item contains a proportionate share of profit, overhead, and other costs or expenses which will be incurred by the Bidder.
The successful Bidder will be required to furnish a Faithful Performance Bond and a Labor and Material Payment Bond each in an amount equal to one hundred percent (100%) of the Contract Price. Each bond shall be in the forms set forth herein, shall be secured from a surety company that meets all State of California bonding requirements, as defined in California Code of Civil Procedure Section 995.120, and that is a California admitted surety insurer.
Pursuant to Section 22300 of the Public Contract Code of the State of California, the successful Bidder may substitute certain securities for funds withheld by City to ensure its performance under the Contract.
Pursuant to Labor Code Section 1773, City has obtained the prevailing rate of per diem wages and the prevailing wage rate for holiday and overtime work applicable in Riverside County from the Director of the Department of Industrial Relations for each craft, classification, or type of worker needed to execute this contract. A copy of these prevailing wage rates may be obtained via the internet at: www.dir.ca.gov/dlsr/
In addition, a copy of the prevailing rate of per diem wages is available at the City and shall be made available to interested parties upon request. The successful Bidder shall post a copy of the prevailing wage rates at each job site. It shall be mandatory upon the Bidder to whom the Contract is awarded, and upon any subcontractors, to comply with all Labor Code provisions, which include but are not limited to the payment of not less than the said specified prevailing wage rates to all workers employed by them in the execution of the Contract, employment of apprentices, hours of labor and debarment of contractors and subcontractors.
Pursuant to Labor Code sections 1725.5 and 1771.1, all contractors and subcontractors that wish to bid on, be listed in a bid proposal, or enter into a contract to perform public work must be registered with the Department of Industrial Relations. No Bid will be accepted, nor any Contract entered into without proof of the contractor’s and subcontractors’ current registration with the Department of Industrial Relations to perform public work.
This Project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. In bidding on this Project, it shall be the Bidder’s sole responsibility to evaluate and include the cost of complying with all labor compliance requirements under this contract and applicable law in its Bid.
Unless otherwise provided in the Instructions for Bidders, each Bidder shall be a licensed contractor pursuant to sections 7000 et seq. of the Business and Professions Code in the following classification(s) throughout the time it submits its Bid and for the duration of the Contract: Class A General Engineering, C-10 Electrical.
Substitution requests shall be made within 35 calendar days after the award of the Contract. Pursuant to Public Contract Code Section 3400(b), City may make findings designating that certain additional materials, methods or services by specific brand or trade name other than those listed in the Contract Documents be used for the Project. Such findings, if any, as well as the materials, methods or services and their specific brand or trade names that must be used for the Project may be found in the Special Conditions.
The California Air Resources Board (“CARB”) implemented amendments to the In-Use Off-Road Diesel-Fueled Fleets Regulations (“Regulation”) which are effective on January 1, 2024 and apply broadly to all self-propelled off road diesel vehicles 25 horsepower or greater and other forms of equipment used in California. A copy of the Regulation is available at https://ww2.arb.ca.gov/sites/default/files/barcu/regact/2022/off-roaddiesel/appa-1.pdf . Bidders are required to comply with all CARB and Regulation requirements, including, without limitation, all applicable sections of the Regulation, as codified in Title 13 of the California Code of Regulations section 2449 et seq. throughout the duration of the Project. Bidders must provide, with their Bid, copies of Bidder’s and all listed subcontractors’ most recent, valid Certificate of Reported Compliance (“CRC”) issued by CARB. Failure to provide valid CRCs as required herein may render the Bid non-responsive.
Bids shall only be prepared using the Bid Forms which are included in the Contract Documents. The use of substitute Bid Forms other than clear and correct photocopies of those provided by the City will not be permitted. Bids shall be executed by an authorized signatory as described in these Instructions to Bidders. In addition, Bidders shall fill in all blank spaces (including inserting “N/A” where applicable), and initial all interlineations, alterations, or erasures to the Bid Forms. Bidders shall neither delete, modify, nor supplement the printed matter on the Bid Forms nor make substitutions thereon. Use of black or blue ink, indelible pencil, or a typewriter is required. Deviations in the Bid Forms may result in the Bid being deemed non-responsive. Failure to submit any of the Bid Forms may render the Bid non-responsive.
The Bid Schedule is available on OpenGov Procurement. Bidders must electronically insert and submit their Bid prices directly through OpenGov Procurement which will tabulate the total(s) automatically. The Bid Schedule will be incorporated into the Contract Documents. Failure to submit the Bid Schedule will render a bid nonresponsive. Bidders must provide pricing for every bid item. The costs of any Work shown or required in the Contract Documents, but not specifically identified as a Pay Item are to be included in related Pay Items and no additional compensation shall be due Contractor by virtue of Contractor’s compliance with the Contract Documents. The estimated quantities for unit price items are for purposes of comparing bids only and City makes no representation that the actual quantities of Work performed will not vary from the estimates.
All #Bid Forms shall be completed by the Bidder and submitted in OpenGov Procurement:
Pursuant to Public Contract Code section 3400(b), if City has made any findings designating certain materials, products, things, or services by specific brand or trade name, such findings and the materials, products, things, or services and their specific brand or trade names will be set forth in the Special Conditions.
Each Bidder shall submit its Bid in strict conformity with the requirements of the Contract Documents. Unauthorized additions, modifications, revisions, conditions, limitations, exclusions or provisions attached to a Bid may render it non-responsive and may cause its rejection. Bidders shall not delete, modify, or supplement the printed matter on the Bid Forms, or make substitutions thereon.
Bidder shall set forth the name, address of the place of business, contractor license number, and public works contractor registration number of each subcontractor who will perform work, labor, furnish materials or render services to the bidder on said contract and each subcontractor licensed by the State of California who, under subcontract to bidder, specially fabricates and installs a portion of the Work described in the Contract Documents in an amount in excess of one half of one percent (0.5%) of the total bid price, and shall indicate the portion of the work to be done by such subcontractor in accordance with Public Contract Code Section 4104. Notwithstanding the foregoing, if the work involves the construction of streets and highways, then the Bidder shall list each subcontractor who will perform work or labor or render service to the Bidder in or about the work in an amount in excess of one-half of one percent (0.5%) of the Bidder’s Total Bid Price or $10,000, whichever is greater. If a Bidder fails to specify a subcontractor or if a Bidder specifies more than one subcontractor for the same portion of work, then the Bidder shall be deemed to have agreed that it is fully qualified to perform that portion of work and that it shall perform that portion itself. Substitution of listed subcontractors shall only be permitted in accordance with Public Contract Code Section 4107.
Pursuant to Public Contract Code section 7201, City has made a determination that the project described herein is substantially complex, and therefore a retention of NO VALUE % will be withheld from payment until after the work is complete.
Pursuant to Business and Professions Code Section 7028.15 and Public Contract Code Section 3300, all Bidders must possess proper licenses for performance of this Contract. Subcontractors must possess the appropriate licenses for each specialty subcontracted. Pursuant to Business and Professions Code Section 7028.5, the City shall consider any Bid submitted by a Bidder not currently licensed in accordance with state law and pursuant to the requirements found in the Contract Documents to be nonresponsive, and the City shall reject the Bid. The City shall have the right to request, and Bidders shall provide within ten (10) calendar days, evidence satisfactory to the City of all valid license(s) currently held by that Bidder and each of the Bidder’s subcontractors, before awarding the Contract.
Notwithstanding anything contained herein, if the Work involves federal funds, the Contractor shall be properly licensed by the time the Contract is awarded, pursuant to the provisions of Public Contract Code section 20103.5.
Unless otherwise provided in the Instructions for Bidders, each Bidder shall be a licensed contractor pursuant to sections 7000 et seq. of the Business and Professions Code in the following classification(s) throughout the time it submits its Bid and for the duration of the Contract: Class A General Engineering, C-10 Electrical
City shall award the contract for the Project to the lowest responsive, responsible Bidder as determined by City from the Base Bid alone. City reserves the right to reject any or all Bids or to waive any irregularities or informalities in any Bids or in the bidding process.
The City is committed to inclusion and diversity and welcomes Bids from contractors 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.
Each Bid shall be accompanied by either: (a) cash; (b) cashier’s check made payable to City of Palm Desert; or (c) a Bid Bond secured from a surety company satisfactory to the City, the amount of which shall not be less than ten percent (10%) of the Total Bid Price, made payable to City of Palm Desert to guarantee the Bidder will enter into a Contract with the City. The City accepts two types of Bid Bonds, either an original paper bid bond or an electronic bid bond through Surety2000 via OpenGov Procurement. If a Bidder is submitting cash, cashier’s check, or an original paper bid bond, Bidder shall deliver the Bid Guarantee in a sealed and labeled envelope including the Project Number, Project Title, and Project Due Date visible on the outside of the envelope to the City Clerk's Office located at 73-510 Fred Waring Drive, Palm Desert, CA 92260 before the bid submittal deadline of 2:00 pm on Thursday, May 21, 2026. The surety insurer shall be California admitted surety insurer, as defined in Code of Civil Procedure Section 995.120. The bid security shall be provided as a guarantee that within ten (10) Days after the City provides the successful Bidder the Notice of Award, the successful Bidder will enter into a Contract and provide the necessary bonds and certificates of insurance. The Bid Guarantee will be declared forfeited if the successful Bidder fails to comply within said time, and the City may enter into a Contract with the next lowest responsive responsible bidder or may call for new Bids. No interest shall be paid on funds deposited with the City.
In accordance with Public Contract Code Section 2200 et seq., the City requires that any person that submits a Bid with the City of one million dollars ($1,000,000) or more, certify at the time the Bid is submitted that the person is not identified on a list created pursuant to subdivision (b) of Public Contract Code Section 2203 as a person engaging in investment activities in Iran described in subdivision (a) of Public Contract Code Section 2202.5, or as a person described in subdivision (b) of Public Contract Code Section 2202.5, as applicable.
The form of such Iran Contracting Certificate is included with the Bid Forms and must be signed and dated under penalty of perjury.
Bidders on all public works contracts are required to submit a declaration of non-collusion with their Bid. This form is included with the Bid Forms and must be signed and dated under penalty of perjury.
Pursuant to Labor Code sections 1725.5 and 1771.1, all contractors and subcontractors that wish to bid on, be listed in a bid proposal, or enter into a contract to perform public work must be registered with the Department of Industrial Relations. No Bid will be accepted, nor any Contract entered into without proof of the contractor’s and subcontractors’ current registration with the Department of Industrial Relations to perform public work. If awarded a contract, the Bidder and its subcontractors, of any tier, shall maintain active registration with the Department of Industrial Relations for the duration of the Project. To this end, Bidder shall sign and submit with its Bid the Public Works Contractor DIR Registration Certification on the form provided, attesting to the facts contained therein. Failure to submit this form may render the bid non-responsive. In addition, each Bidder shall provide the registration number for each listed subcontractor in the space provided in the Designation of Subcontractors form.
Each Bidder shall complete the questionnaire provided herein and shall submit the questionnaire along with its Bid. Failure to provide all information requested within the questionnaire along with the Bid may cause the bid to be rejected as non-responsive. The City reserves the right to reject any Bid if an investigation of the information submitted does not satisfy the City that the Bidder is qualified to properly carry out the terms of the Contract.
In accordance with the provisions of Labor Code Section 3700, Contractor shall secure the payment of compensation to its employees. Contractor shall sign and file with the City a Workers' Compensation Certificate prior to performing the work under this Contract. The form of such Workers' Compensation Certificate is included as part of the Bid Forms.
All Bids submitted shall be executed by the Bidder or its authorized representative. Bidders may be asked to provide evidence in the form of an authenticated resolution of its Board of Directors or a Power of Attorney evidencing the capacity of the person submitting the Bid to bind the Bidder to each Bid and to any Contract arising therefrom.
If a Bidder is a joint venture or partnership, it may be asked to submit an authenticated Power of Attorney executed by each joint ventures or partner appointing and designating one of the joint venturers or partners as a management sponsor to execute the Bid on behalf of Bidder. Only that joint ventures or partner shall execute the Bid. The Power of Attorney shall also: (1) authorize that particular joint ventures or partner to act for and bind Bidder in all matters relating to the Bid; and (2) provide that each venturer or partner shall be jointly and severally liable for any and all of the duties and obligations of Bidder assumed under the Bid and under any Contract arising therefrom. The Bid shall be executed by the designated joint ventures or partner on behalf of the joint venture or partnership in its legal name.
Bids shall be submitted electronically through the OpenGov Procurement. Unless otherwise specified herein, the Bid Forms shall be submitted through OpenGov Procurement. No other method of submitting Bids will be accepted. Bidders may not submit Bids by fax, email, telephone, mail, or other means; any Bids received through any means other than OpenGov Procurement will be returned unopened.
It is the responsibility solely of Bidder to see that its Bid is properly submitted to OpenGov Procurement in proper form and prior to the stated closing time. THE ELECTRONIC BID MANAGEMENT SYSTEM WILL NOT ACCEPT LATE BIDS. City will only consider Bids that have transmitted successfully before the deadline. Bidders will receive an automated email indicating that the Bid was submitted successfully. Bidders shall be solely responsible for informing themselves with respect to the proper utilization of the online bid management system, for ensuring the capability of their computer system to upload the required documents, and for the stability of their internet service. Failure of the Bidder to successfully submit an electronic Bid shall be at the Bidder’s sole risk, and no relief will be given for late and/or improperly submitted Bids.
Proposers experiencing any technical difficulties with the proposal submission process may refer to this vendor guide or contact OpenGov Procurement Support using the real time chat function in the platform or at support@procurenow.com. If you continue to have difficulty, please contact Celina Cabrera at (760) 776-6449. 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.
At the time set for the opening, or any time thereafter, each and every Bid received prior to the time and day set for the receipt of Bids will be opened and posted on OpenGov Procurement. It is the Bidder’s sole responsibility to ensure that its Bid is received as specified. Bids may be submitted earlier than the date(s) and time(s) indicated.
The public posting of each Bid will include the following information:
The City may, in its sole discretion, elect to postpone the opening of the submitted Bids. The City reserves the right to reject any or all Bids and to waive any informality or irregularity in any Bid.
Any Bid may be withdrawn through OpenGov Procurement, incurring no penalty, at any time prior to the scheduled closing time for receipt of Bids. Withdrawn Bids may be resubmitted until the time and day set for the receipt of Bids, provided that resubmitted Bids are in conformance with the instructions herein.
Bids may be withdrawn after Bid opening only by providing written notice to the City Clerk’s office within five (5) working days of the Bid opening and in compliance with Public Contract Code Section 5100 et seq., or as otherwise may be allowed with the consent of the City.
No Bidder shall be allowed to make, file or be interested in more than one Bid for the same work unless alternate Bids are specifically called for. A person, firm or corporation that has submitted a sub-proposal to a Bidder, or that has quoted prices of materials to a Bidder, is not thereby disqualified from submitting a sub-proposal or quoting prices to other Bidders or from simultaneously submitting its own Bid as a prime contractor.
The successful Bidder will be required to perform, with its own organization, at least 50 percent of the Work making up the Contract Price, except that any items designated as “Specialty Items” may be performed by subcontract. The amount of said “Specialty Items” will be deducted from the Contract Price before computing the amount required to be performed by the successful Bidder’s own forces. Where only a portion of a Specialty Item is conducted by subcontract, only the portion that is subcontracted, based on the unit price, will be subtracted from the Contract Price.
The Contract Documents call for monthly progress payments for the Work completed. The City will retain a percentage of each progress payment as provided by the Contract Documents. At the request and expense of the successful Bidder, the City will substitute securities for the amount so retained in accordance with Public Contract Code Section 22300.
The City has obtained from the Director of the Department of Industrial Relations the general prevailing rate of per diem wages in the locality in which this work is to be performed for each craft or type of worker needed to execute the Contract. These rates are available at the City or may be obtained online at http://www.dir.ca.gov. Bidders are advised that a copy of these rates must be posted by the successful Bidder at the job site(s).
In accordance with the provisions of the Labor Code, contractors or subcontractors may not perform work on a public works project with a subcontractor who is ineligible to perform work on a public project pursuant to Labor Code Sections 1777.1 or 1777.7. Any contract on a public works project entered into between a contractor and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract. Any public money that is paid to a debarred subcontractor by the Contractor for the Project shall be returned to the City. The Contractor shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the Project.
Prior to commencing work, the successful bidder shall purchase and maintain insurance as set forth in the Contract.
The successful Bidder will be required to furnish a Labor and Material Payment Bond and a Faithful Performance Bond each in an amount equal to one hundred percent (100%) of the contract price. Each bond shall be secured from a surety company that meets all State of California bonding requirements, as defined in California Code of Civil Procedure Section 995.120 and is admitted by the State of California. Each bond shall be accompanied, upon the request of the City, with all documents required by California Code of Civil Procedure Section 995.660 to the extent required by law. All bonding and insurance requirements shall be completed and submitted to the City within ten (10) Days from the date the City provides the successful bidder with the Notice of Award.
Contractor and its subcontractors performing work under this Contract will be required to pay California sales tax and other applicable taxes, and to pay for permits, licenses and fees required by the agencies with authority in the jurisdiction in which the Work will be located, unless otherwise expressly provided by the Contract Documents.
The City is a Public Works Awarding Body, as defined under Title 13 California Code of Regulations section 2449(c)(46). Accordingly, Bidders must submit, with their Bids, valid Certificates of Reported Compliance (“CRC”) for the Bidder’s fleet and for the fleet(s) of its listed subcontractors (including any applicable leased equipment or vehicles). Bidder must additionally complete and submit the Fleet Compliance Certification, included in the Bid Documents. Failure to provide a CRC for the Bidder, and for all listed subcontractors, or failure to complete the Fleet Compliance Certification, may render the Bid non-responsive.
The City shall award the Contract to the lowest responsible Bidder submitting a responsive Bid. The lowest Bid will be determined on the basis of the Total Bid Price.
The City may reject any Bid which, in its opinion when compared to other Bids received or to the City’s internal estimates, does not accurately reflect the cost to perform the Work. The City may reject as non-responsive any Bid which unevenly weights or allocates costs, including but not limited to overhead and profit to one or more particular bid items.
Once all Bids are opened and reviewed to determine the lowest responsive and responsible Bidder, the City Council may award the Contract. The apparent successful Bidder should begin to prepare the following documents: (1) the Performance Bond; (2) the Payment Bond; and (3) the required insurance certificates and endorsements. Once the City notifies the Bidder of the award, the Bidder will have ten (10) days from the date of this notification to execute the Contract and supply the City with all of the required documents and certifications. Once the City receives all of the properly drafted and executed documents and certifications from the Bidder, the City will issue a Notice to Proceed to that Bidder. Should the apparent successful bidder fail to provide the required documentation within the 10-day period, the vendor may be deemed unresponsive, and the City, at its discretion, may select the next best bidder
As required herein the Bidder to whom an award is made shall execute the Contract in the amount determined by the Contract Documents. The City may require appropriate evidence that the persons executing the Contract are duly empowered to do so. The Contract and bond forms to be executed by the successful Bidder are included within these Contract Documents and shall not be detached.
Pursuant to section 22300 of the Public Contract Code of the State of California, Contractor may request the
City to make retention payments directly to an escrow agent or may substitute securities for any money withheld by the City to ensure performance under the contract. At the request and expense of Contractor, securities equivalent to the amount withheld shall be deposited with the City or with a state or federally chartered bank as the escrow agent who shall return such securities to Contractor upon satisfactory completion of the contract. Deposit of securities with an escrow agent shall be subject to a written agreement substantially in the form provided in section 22300 of the Public Contract Code.TheCity May Correct Defective Work
To the City of Palm Desert, a municipal corporation, organized under the laws of the State of California, with its principal place of business at 73-510 Fred Waring Drive, Palm Desert, California 92260.
I hereby certify under penalty of perjury under the laws of the State of California that all of the information submitted in connection with this Bid and all of the representations made herein are true and correct.
IMPORTANT:
THE ELECTRONIC #BID SCHEDULE MUST BE COMPLETED BY EACH BIDDER AND PROPERLY SUBMITTED ON OPENGOV PROCUREMENT.
FAILURE TO COMPLETE THE BID SCHEDULE WILL RESULT IN AN INCOMPLETE AND NON-RESPONSIVE BID.
THE ELECTRONIC BID SCHEDULE WILL BE INCORPORATED INTO THE CONTRACT DOCUMENTS.
The costs for any Work shown or required in the Contract Documents, but not specifically identified as a line item are to be included in the related line items and no additional compensation shall be due to Contractor for the performance of the Work. All blank spaces appearing in the Electronic Bid Schedule must be filled in. Failure to fill in any blank spaces may render the bid non-responsive.
The estimated quantities for Unit Price items are for purposes of comparing Bids only and the City makes no representation that the actual quantities of work performed will not vary from the estimates. Final payment shall be determined by the Engineer from measured quantities of work performed based upon the Unit Price.
If the Contract Documents specify Alternate Bid items, the City can choose to include any, all, or none of the Alternate Bid items in the Work. If the City selects any of the Alternate Bid items, the corresponding Alternate Bid prices shall be added to or deducted from Base Bid Price for the Work. The City can award/select Alternate Bid items at any time(s).
I certify that I have read, understood the above statement.
IF SUBMITTING AN ORIGINAL BID BOND: Please download the Bid Bond Form under #ATTACHMENTS, and Mail or hand deliver in a sealed and labeled envelope including the Project Number, Project Title, and Project Due Date visible on the outside of the envelope to the City Clerk's Office located at 73-510 Fred Waring Drive, Palm Desert, CA 92260 before the bid submittal deadline.
IF SUBMITTING CASH OR CASHIER'S CHECK: Mail or hand deliver in a sealed and labeled envelope including the Project Number, Project Title, and Project Due Date visible on the outside of the envelope to the City Clerk's Office located at 73-510 Fred Waring Drive, Palm Desert, CA 92260 before the bid submittal deadline.
IF SUBMITTING AN E-BID BOND: follow E-Bid Bond instructions.
Please enter your Bid Bond information from Surety2000 below ONLY IF YOU ARE NOT SUBMITTING A HARD COPY BID BOND, CASH, OR CASHIER'S CHECK.
This information will be verified against the California Department of Insurance Website.
The City's 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 the City's decision to enter into an Agreement.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
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.
(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.
Pursuant to Labor Code sections 1725.5 and 1771.1, all contractors and subcontractors that wish to bid on, be listed in a bid proposal, or enter into a contract to perform public work must be registered with the Department of Industrial Relations. See http://www.dir.ca.gov/Public-Works/PublicWorks.html for additional information.
No bid will be accepted, nor any contract entered into without proof of the contractor’s and subcontractors’ current registration with the Department of Industrial Relations to perform public work.
Bidder hereby certifies that it is aware of the registration requirements set forth in Labor Code sections 1725.5 and 1771.1 and is currently registered as a contractor with the Department of Industrial Relations.
Unless Bidder is exempt pursuant to the small project exemption, Bidder further acknowledges:
Please enter your Public Works Contractor DIR Number. This will be verified against the state database.
Please enter your License Number here. This will be verified against the state database.
I am aware of the provisions of section 3700 of the Labor Code which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this Contract.
I hereby acknowledge that I have reviewed the California Air Resources Board’s policies, rules and regulations and are familiar with the requirements of Title 13, California Code of Regulations, Division 3, Chapter 9, effective on January 1, 2024 (the “Regulation”). I hereby certify, subject to penalty for perjury, that the option checked below relating to the Bidder’s fleet, and/or that of their subcontractor(s) (“Fleet”) is true and correct:
Please attach supporting documentation for the selection made in the above item.
Please enter your legal entity name for SAM.gov verification.
State your Company's Name Here. This will be verified against the California Secretary of State's Website.
(If two (2) signatures are required, include the following information for both signatories)
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.
The City of Palm Desert is committed to promoting equal opportunity in its contracting activities. We ensure that all individuals seeking to do business with the city treat contractors, subcontractors, and employees fairly, without discrimination based on race, color, religion, ancestry, national origin, disability, medical condition, marital status, domestic partner status, sex, gender, gender identity, gender expression, sexual orientation, or membership in any other protected class.
For any purchase exceeding $10,000, vendors must certify compliance with the City’s nondiscrimination policy (G.C. 3.30.200) before contract award. No contract will be awarded until the contractor submits this certification.
By clicking the confirmation box below, the vendor certifies that they have read the code and agree to comply with its requirements. Failure to comply may result in termination of any agreement entered into with the vendor.
If not required, type "N/A."
What agency is this for?
Select the appropriate Agency abbreviation/acronym.
If Substantial Complexities have been made, enter retention______%. (enter the # value only)
Ex.) Class B, General Building and a Class C-12, Electrical
THIS FORM IS OPTIONAL AND CAN BE MODIFIED TO FIT THE COMPLEXITY AND SCOPE OF THE PROJECT; IF NOT USING THIS FORM, THE INSTRUCTION TO BIDDERS AND BID ACKNOWLEDGEMENT REFERNECES WILL BE REMOVED ACCORDINGLY.
If yes, the Iran Contracting Act Certification will be added to the Bid Forms.
Consider the Small Project Exemption
Ex.) $1,000,000.00
Enter number of days
(ie, encroachment/building permits)
Does this require Cartegraph
Will this need to be logged into asset management?
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
AI-powered intelligence for the right opportunities, the right leads, and the right time.