CITY OF PALM SPRINGS - NOTICE INVITING BIDS
N-1 NOTICE IS HEREBY GIVEN that bids for the subject project will be received electronically by the Engineering Division of the City of Palm Springs, California, until 12:00PM on December 18, 2025, at which time the will be opened and released to the public. The engineer’s estimate is $7,600,000.
N-2 DESCRIPTION OF THE WORK: The work comprises of grading and construction of large dog park with ADA parking spaces, a small dog park, conversion of an existing 2.2-acre dirt lot into a 165-stall paved parking lot with drainage improvements, repaving of the Community Center parking lot, repaving and drainage repairs at the Little League parking lots, installation of ADA drinking fountains, and sidewalk and pathway restoration. Work to be completed within 160 Working Days
N-3 OBTAINING OR INSPECTING CONTRACT DOCUMENTS:
a) Contract documents may also be downloaded electronically without charge, by registering as a bidder. The City has partnered with PlanetBids to announce and distribute all solicitations for engineering capital improvement projects. Only companies that are registered will be eligible to bid and/or propose on the project. A digital copy of said contract documents are available on-line at:
https://www.palmspringsca.gov/government/departments/engineering-services/capital-projects-on-line-bidding
b) There are several public agencies that utilize PlanetBids, each with their own portal. Registration with PlanetBids must be made individually with each agency. Bidders must register with the City of Palm Springs’ portal to ensure receipt of any Addenda issued by City on this Project.
N-4 QUESTIONS: All questions about the meaning or intent of the Bid Documents are to be submitted in writing on the Questions tab within PlanetBids. Questions submitted after 12:00 PM on December 8, 2025 will not be accepted. Answers will be released in PlanetBids for everyone to review.
N-5 CONTRACTOR’S LICENSE CLASSIFICATION: The Contractor shall possess a valid Class A Contractor’s License for the State of California, at the time of submitting bids.
N-6 BID SECURITY: Each bid shall be accompanied by an electronic copy to demonstrate proof of a certified or cashier’s check or a Bid Bond in the amount of 10 percent (10%) of the total bid price, payable to the City of Palm Springs. The original will be collected from the apparent lowest responsive bidder and shall match the electronic copy.
N-7 BIDS TO REMAIN OPEN: The Bidder shall guarantee the total bid price for a period of 120 calendar days from the date of bid opening.
N-8 CALIFORNIA WAGE RATE REQUIREMENTS: The Contractor shall pay the general prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations (DIR) of the State of California for the locality where the work is to be performed. All contractors and subcontractors must furnish electronic certified payroll records directly to the Labor Commissioner using the DIR’s electronic certified payroll reporting system.
N-9 PUBLIC INTEGRITY DISCLOSURE FORM: The City’s Public Integrity Ordinance advances transparency in municipal government and assists public officials in avoiding conflicts of interest. Section 2.60 of the Palm Springs Municipal Code, reflects the City’s interest in ensuring companies (and other legal entities that are not natural people) doing business with the community are transparent and disclose to the City the identity of each owner or investor of any disclosed entity who owns a beneficial interest of five percent or more of the entity in question.
N-10 LOCAL BUSINESS PREFERENCE PROGRAM: In accordance with the provisions of Section 7.03.08 of the Palm Springs Municipal Code, “Local Business Preference Program”, subsection (5) “Local preference in public works contracts (sub-contracting). The contractor shall use good faith efforts to sub-contract supplies to local businesses and to sub-contract services to local businesses whose work force resides within the Coachella Valley. The contractor shall submit evidence of such good faith efforts at the time of submission of bids. Good faith efforts may be evaluated by placing advertisements inviting proposals in local newspapers, sending requests for proposals to local sub-contractors, or by demonstrating that no local sub-contractors are qualified to perform the services or provide the supplies. Any notice inviting bids which may require the use of sub-contractors shall include notification of this subsection. The city council or Director may reject as non-responsive the bid of any contractor proposing to use sub-contractors that fail to comply with the requirements of this subsection.”
N-11 PROJECT LABOR AGREEMENT: The Work is subject to the City’s Community Workforce Agreement dated August 31, 2021 (“CWA” or “Project Labor Agreement” or “PLA”), a copy of which is on file with the City, available upon request, and incorporated herein by reference as if fully set forth herein. The Contractor will be required to agree to the following and those further provisions set forth in Section 12 to the Agreement of the Contract Documents. Contractor and all subcontractors of Contract of any tier shall at all times, comply with the requirements of the PLA in the prosecution of the Work. Contractor has executed or agrees to execute and be bound by the terms of the PLA either directly or through the Letter of Assent (a form of which is attached to the PLA as “Attachment A” and referred to herein as the “LOA”), and Contractor shall furnish evidence of compliance with the same to City prior to the commencement of any Work. Contractor further agrees to require, or has already required, each of its subcontractors, of whatever tier, to agree in writing in the form of a LOA to be bound by each and every provision of the PLA prior to the commencement of Work, and Contractor shall furnish evidence of compliance with the same to City prior to the commencement of any Work or at the time of such subcontract, whichever occurs first.
N-12 LAND AND WATER CONSERVATION FUND GRANT (LWCF): The portion of the work regarding the small and large dog parks, and community center parking lot (Bid Schedule A) is subject to the requirements of the LWCF which includes material subject to Buy America Act requirements.
N-13 TRIBAL MONITORING REQUIREMENTS: The grading pertaining to the parking lot improvements and dog parks will require Tribal Monitoring. The City will hold a separate contract with the Tribe, however it will be the responsibility of the Contractor to provide at least a 5-working days notice so that the City can coordinate to have a Monitor present for all excavations between the surface and 5-ft below ground surface.
N-14 AWARD OF CONTRACT: The City reserves the right after opening bids to reject any or all bids, to waive any informality (non-responsiveness) in a bid, or to make award to the lowest responsive, responsible bidder, and reject all other bids, as it may best serve the interest of the City. If there are multiple and/or alternative bid schedules, bidders are required to complete and submit a bid on all bid schedules.
N-15 RETAINAGE FROM PAYMENTS: A retention on progress payments is withheld per the Special Provisions of the Contract Documents. The Contractor may elect to receive 100 percent of payments due, from time to time, without retention of any portion of the payment by the City, by depositing securities of equivalent value with the City in accordance with the provisions of Section 22300 of the Public Contract Code.
BY:
Date:
Joel Montalvo, City Engineer
Civil Engineer, C62624
November 28, December 5,2025 11865839