Active SLED Opportunity · CALIFORNIA · PALM DESERT OPERATIONS & MAINTENANCE
AI Summary
The City of Palm Desert seeks proposals for design-build services to improve wayfinding and entry monuments, implementing its Wayfinding and Monument Master Plan. The project includes signage fabrication, monument construction, and coordination with public works. Proposals are due by May 20, 2026, with a pre-proposal meeting on April 27, 2026.
The City of Palm Desert (“City”) is requesting proposals from qualified firms (“Proposers”) for Wayfinding and Entry Monument Improvements (“Services”) to establish a Design Build Agreement ("Agreement").
To serve and promote the welfare of its residents, the City intends to procure the Services, as described below.
The project is needed to implement the City’s adopted Wayfinding and Monument Master Plan by delivering coordinated, clearly visible entry monuments and wayfinding signage that improve navigation, reinforce City identity, and support safe and intuitive movement throughout the community.
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
The extent to which the Proposer demonstrates experience delivering projects of similar scope, complexity, and delivery method, particularly for public agencies. Evaluation will consider:
The qualifications, experience, availability, and organization of the proposed project team. Evaluation will consider:
The quality, clarity, and completeness of the Proposer’s proposed approach to delivering the project using a design-build delivery method. Evaluation will consider:
The reasonableness, transparency, and alignment of the proposed fee with the Proposer’s technical approach and scope of work. Evaluation will consider:
Identification of key cost drivers, assumptions, allowances, and potential cost risks.
At the City’s discretion, one or more Proposers may be invited to participate in interviews. Interviews may be used to further evaluate team chemistry, understanding of project objectives, collaboration approach, cost assumptions, sequencing strategy, and responsiveness to questions posed by the selection committee.
Interviews may include discussion of the team’s approach to cost control, design-to-budget delivery, and real-time problem solving using project-specific scenarios. Interviews are anticipated to occur during the week of May 19, 2026. Proposers are encouraged to make key team members available during this time.
General Submittal Requirements
Proposals shall be concise, well organized, and demonstrate the Proposer’s 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:
Failure to submit a complete proposal or to follow the required format may result in the proposal being deemed non-responsive.
Section 1: Cover Letter
Section 2: Project Understanding and Approach
Describe the Proposer's understanding of the Project and approach to delivering the Scope of Services, including:
Section 3: Project Team and Qualifications
Provide information on the Design-Build Team, including:
Include resumes for all key personnel proposed for this Project. Resumes shall:
Section 4: Relevant Project Experience
Provide examples of projects demonstrating experience with:
For each project, include:
Section 5: Design Development and Technical Approach
Describe the technical approach to design and implementation, including:
Section 6: Project Schedule and Sequencing
Provide a preliminary project schedule that includes:
Section 7: Cost Control and Budget Approach
Describe the approach to delivering the Project within the established budget, including:
Section 8: Construction Approach and Site Management
Describe the construction approach, including:
Provide three (3) references of recently completed projects similar in scope and function to this RFP. Include:
The fee proposal shall include a breakdown of the total lump-sum amount identifying, at a minimum:
• Design and engineering services
• Fabrication costs
• Construction and installation costs
• Project management and general conditions
• Permitting and regulatory costs
• Contractor fee or markup
• Assumptions, allowances, and contingencies
• Unit costs for major project elements, where applicable;
• Cost breakdowns by major project elements or activities, including, where applicable, individual sign types, monument construction, relocation work, site improvements, and utility connections.
The level of detail provided shall be sufficient to allow the City to understand the distribution of project costs and evaluate cost reasonableness.
The breakdown is requested for informational and evaluation purposes only and shall not alter the lump-sum nature of the contract.
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.
Please enter your legal entity name for SAM.gov verification.
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").
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.
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").
(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 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
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.
If not required, type "N/A"
What agency is this for?
ex.) Class A, General Engineering
If "NO" Proposers will be prompted to upload their own fee proposal.
Prices provided by Proposers in response to this RFP are valid for ____ days from the proposal due date.
(this will determine the Iran Disclosure requirement for proposers)
What is the agreement name?
(ie, encroachment/building permits)
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.