HomeMy WebLinkAboutRFP CMI
CITY OF PALM SPRINGS, CA
ENGINEERING SERVICES DEPARTMENT
REQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS
PALM SPRINGS PUBLIC LIBRARY RENOVATION
CITY PROJECT NO. 16-08
CONSTRUCTION MANAGEMENT & SPECIAL INSPECTION SERVICES
ISSUED: APRIL 29, 2025
DEADLINE: JUNE 05, 2025
TABLE OF CONTENTS
SECTION 1 – NOTICE OF REQUEST FOR PROPOSALS PAGE NUMBER
1.1 Request for Request for Proposals 3
1.2 Schedule 3
1.3 RFP Documents Location 3
1.4 Evaluation of Proposals and Award of Contract 3
SECTION 2 – INSTRUCTIONS TO RESPONDERS
2.1 Obtaining RFP Documents and Addenda 4
2.2 Responder’s Minimum Requirements 4
2.3 Submission of RFP 4
2.4 Protest Procedures 4
SECTION 3 – CONDITIONS GOVERNING THE PROCUREMENT
3.1 Request for Clarifications/Questions 6
3.2 Responders Ethical Behavior 6
3.3 Request for Proposals to Remain Open 6
3.4 Right to Accept or Reject RFPs 6
3.5 Responsibility of Responder 6
3.6 Insurance 6
3.7 Public Record 6
3.8 Cost Related to Proposal Preparation: 7
3.9 Compliance with Law 7
3.10 Licenses, Permits, Fees and Assessments 7
3.11 Investigations 7
3.12 Non-Collusion 8
3.13 Signed Proposals and Exceptions 8
3.14 Award of Contract 8
3.15 Form of Agreement 8
SECTION 4 – SCOPE OF WORK
4.1 Background 10
4.2 Scope 10
4.3 Schedule 13
4.4 Compensation 13
SECTION 5 –PROPOSAL FORMAT AND ORGANIZATION
5.1 Proposal Requirements 14
5.2 Electronic Submittal Package Format 14
5.3 Submission of Proposals 16
SECTION 6 –PROPOSAL EVALUATION
6.1 Evaluation of Proposals 17
6.2 Selection Process and Award of Contract 17
SECTION 7– ATTACHMENTS TO INCLUDE WITH RFP SUBMITTAL PACKAGE 18
SECTION 8 – SAMPLE AGREEMENT 29
3
SECTION 1 – NOTICE OF REQUEST FOR PROPOSALS
1.1 Request for Request for Proposals
The City of Palm Springs is seeking proposals from qualified firms to provide Construction
Management and Special Inspection (CMI) Services for the Palm Springs Public Library Renovation
Project (Project). The Project will renovate and modernize the historically significant ~35,470-square-
foot Main Library building located at 300 S. Sunrise Way, as well as the ~3,057-square-foot J.C. Frey
Building located at 1911 E. Baristo Road. The work includes core infrastructure upgrades, exterior
and interior repairs, system replacements, new glazing for both buildings, a new fire sprinkler system,
and a seismic retrofit for the Main Library. This portion of the Project is funded by the State of
California’s Building Forward Library Infrastructure Grant Program, with matching funds provided
through the City’s Measure J Program. In addition, City Council has approved expanded scope items
including revised interior layouts, upgraded finishes, fixtures and equipment, expanded parking south
of the library, and comprehensive landscape and site improvements.
To support traffic operations for the new parking lot entrance, the Project also includes the extension
of the center median along S. Sunrise Way between Ramon Road and E. Baristo Road.
Improvements will include a new northbound left-turn pocket serving adjacent residential access,
landscaped medians with new irrigation tied to the existing system, and lighting for newly planted
street trees.
Construction is anticipated to begin in July or August 2025 and continue for approximately 18 months.
1.2 Schedule
The following is the schedule for this procurement.
Activity Due/Time
Request for Proposals issued April 29, 2025
Request for Clarifications from Responders due May 28, 2025, 12:00 pm PST
Request for Proposals due June 05, 2025, 12:00 pm PST
Interviews if desired by City June 18, 2025 - June 19, 2025
Contract awarded by City Council July 21, 2025
There will be a pre-bid construction meeting for all prospective contractors on May 15, 2025, at 10:00
am. Attendance is optional for prospective responders for Construction Management and Special
Inspection Services, but they are welcome to join.
The meeting will be held online via Microsoft Teams. Please use the following link to join:
https://tinyurl.com/ycyv2vau
If you experience any issues accessing the meeting link, please contact Francisco Jaime at
Francisco.jaime@palmspringsca.gov.
1.3 RFP Documents Location
https://pbsystem.planetbids.com/portal/47688/portal-home (See E-16-08-CMI.)
1.4 Evaluation of Proposals and Award of Contract
This solicitation has been developed in the Request for Proposals (RFP) format for the acquisition of
Professional Services on the basis of demonstrated competence and qualifications for the type of
services required consistent with the provisions of CA Government Code 4525/4526 and Municipal
Code 7.04.050. Accordingly, firms should take note that multiple factors as identified in the RFP will
be considered by the Evaluation Committee. Price is evaluated as part of the evaluation criteria. The
City reserves the right to negotiate the terms and conditions of any resulting contract. Final contract
award, if any, will be made by the Palm Springs City Council. The selected firm will be required to
comply with all insurance and license requirements of the City.
END SECTION
4
SECTION 2 – INSTRUCTIONS TO RESPONDERS
2.1 Obtaining RFP Documents and Addenda:
RFP documents can be found on PlanetBids at: https://pbsystem.planetbids.com/portal/47688/portal-home
Responders will need to log in and locate this RFP for all related documents. It is the Responder’s
responsibility to check the PlanetBids site regularly to stay current on the documents that are
available as this is the primary communication site for this RFP.
2.2 Responder’s Minimum Requirements – evaluated on a pass/fail basis:
A. Experience: The Responder must have a minimum of 15 years providing construction
management and special inspection services (inclusive of public and private work) as a
business. Key personnel who will be providing construction management oversight (field
and office reps) shall have at a minimum 10 years of experience with at least 5 of those
years in a lead role providing such services for a public agency. Personnel providing
special inspection services (including building and other types of inspection) must have
at least 10 years of experience in the relevant inspection role. Responders shall outline
this experience in Section A of the Request for Qualifications.
B. Related Projects: The Responder must list three (3) projects completed within the last
five (5) years’ showing construction management and special inspection related work for
a public agency. The firms’ contract price for these projects must be equal to or greater
than $250,000 each (management/special inspection costs, not total construction costs).
Responders shall outline this experience in Section A of the Request for Proposals.
C. Business License: The selected firm will be required to be licensed in accordance with
the City of Palm Springs Business License Ordinance, Municipal Code Chapter 3.40
through 3.96, entitled “Business Tax”. Responders may obtain the license after award but
must do so promptly as the license will be routed with the contract for final signature.
2.3 Submission of RFPs:
Proposals will be electronically received through the Planet Bids electronic platform as provided in
this RFP until the time specified in the schedule. The receiving time date stamp in the electronic
PlanetBids system will be the governing time for acceptability of Request for Proposals. Paper
Request for Proposals, or Request for Proposals sent by any other means will not be accepted.
Failure to register as a Responder to this RFP process per the instructions in the Request for
Proposals (under “Obtaining RFP Documents”) may result in not receiving Addenda or other
important information pertaining to this process. Failure to acknowledge Addenda may render a
Request for Proposals as being non-responsive or negatively impact the evaluation of a Request for
Proposals. Request for Proposals files shall be clearly labeled per the instructions provided and
submitted electronically.
2.4 Protest Procedures.
This section sets forth the protest remedies available with respect to the RFP process. Each
Responder by submitting its RFP, expressly recognizes the limitation on its rights to protest contained
herein and expressly waives all other rights and remedies. Each Responder agrees that the decisions
on any protest, as provided herein, will be final and binding on the protestant. All protests and related
statements described in this section shall be submitted for filing to the following email address:
Allen.Janisch@Palmspringsca.gov.
A. If any attempts to resolve respondent concerns during the request for
clarifications/question and answer period were unsuccessful, protests regarding the RFP
requirements shall be filed only after the Q&A period ends, but no later than five calendar
days after the final addendum is issued. Responders may protest the RFP requirements
on the grounds that:
1. A material provision in the RFP notice is ambiguous to a point that the responder
cannot respond to the solicitation, or
5
2. The RFP restricts fair and open competition,
3. Any aspect of the RFP requirements described herein violates applicable Local,
State or Federal law.
4. Protests regarding the RFP requirements shall completely and succinctly state
the grounds for protest and shall include all factual and legal documentation in
sufficient detail to establish the merits of the protest. Evidentiary statements, if
any, shall be submitted under penalty of perjury. The protestant shall have the
burden of proving its protest by preponderance of the evidence. The outcome of
the RFP requirements protest shall be decided on the basis of the written
submissions by the Engineering Services Department in conjunction with the
City’s Legal Department, whose decision shall be final and binding on the
protestant. The City will issue a written decision regarding any protests to the
respondent or to each participating respondent.
5. Notwithstanding the existence of a protest, the City may continue the
procurement process. The failure of a respondent to file a basis for a protest
regarding the RFP requirements within the applicable period shall preclude
consideration of that ground in any future protest related to RFP requirements.
6. This is the only time a prospective consultant can file a protest over RFP
requirements.
7. The City may issue addenda or extend the RFP due date to address the issues
raised in a requirement related protest.
B. Protests Regarding Selection of the Most Highly Qualified Team
1. The City will only consider protest by respondents that submitted RFPs.
2. Respondents may protest the selection of the Most Highly Qualified firm only on
the grounds that the City did not comply with RFP process and procedures.
3. Any protests regarding the City’s decision of Selection of the Most Highly
Qualified firm shall be filed within seven calendar days after the selection or
recommendation of intent to award of the Most Highly Qualified firm. The City will
not accept protests filed after this time period.
4. The City will not entertain protests of RFP requirements during this stage in the
process.
5. The protestant shall file a detailed written statement on the grounds, legal
authority, and facts, including all documents and evidentiary statements in
support of the protest. Evidentiary statements, if any, shall be submitted under
penalty of perjury. The protestant shall have the burden of proving its protests by
a preponderance of the evidence. Failure to file a protest within the applicable
period shall constitute a waiver of the right to protest the selection of the Most
Highly Qualified firm.
6. The City shall issue a written decision regarding the protest within 30 calendar
days after the filing of the detailed statement of protest. The decision shall be
final and binding on the protestant.
7. The City reserves the right to request information and/or documentation from the
selected Most Highly Qualified firm to respond to issues raised in a protest.
C. Under no circumstances shall the City be held liable for payment of the protestant’s costs
or attorneys’ fees. The City shall not be liable for any damages to the protestant filing the
protest or to any participant in the protest, on any basis, express or implied.
END SECTION
6
SECTION 3 – CONDITIONS GOVERNING THE PROCUREMENT
3.1 Request for Clarifications/Questions:
A. Questions are to be submitted through PlanetBids vendor portal at the following link:
https://pbsystem.planetbids.com/portal/47688/portal-home and then selecting the RFP.
B. Interpretations or clarifications considered necessary in response to such questions will
be resolved by the issuance of formal Addenda to the RFP. The deadline for all questions
is as outlined in the schedule. Questions received after this date and time may not be
answered. Only questions that have been resolved by formal written Addenda via the
Engineering Services Department will be binding. Oral and other interpretations or
clarifications will be without legal or contractual effect.
3.2 Responders Ethical Behavior:
Responders, their representatives, agents, or anyone else acting on their behalf are specifically
directed not to contact any city employee, commission member, committee member, council
member, or other agency employee or associate for any purpose related to this RFP other than as
directed below. Contact with anyone other than as directed below will be cause for rejection of a
request for proposal.
3.3 Request for Proposals to Remain Open:
The Responder shall guarantee that all contents of their RFP shall be valid for a period of 120
calendar days from the due date in this RFP.
3.4 Right to Accept or Reject RFPs:
The City of Palm Springs reserves the right to waive any informality or technical defect in an RFP
and to accept or reject, in whole or in part, any or all RFP and to cancel all or part of this RFP and
issue a new Request for RFP, as best serves the interests of the City. The City furthermore reserves
the right to contract separately with others certain tasks if deemed in the best interest of the City.
3.5 Responsibility of Responder:
All firms responding to this RFP shall be responsible. If it is found that a firm is irresponsible (e.g.,
has not paid taxes, is not a legal entity, submitted an RFP without an authorized signature, falsified
any information in the proposal package, etc.), the RFP shall be rejected.
3.6 Insurance:
Insurance provisions are contained in the Standard Contract Services sample agreement included
in the RFP. The successful Responder will be required to comply with these provisions. It is
recommended that Responders have their insurance provider review the insurance provisions
BEFORE they submit their RFP.
3.7 Public Record:
A. All documents submitted in response to this solicitation will become the property of the
City of Palm Springs and are subject to the California Code Section 7921 et seq.,
commonly known as the Public Records Act. Information contained in the documents, or
any other materials associated with the solicitation, pursuant to CA Government Code
7922 during the negotiation process, may be made public after the City’s negotiations are
completed, and Staff has agendized the recommendation to the City Council for the award
of a contract to a specific firm, but before final action is taken by the City Council to award
the contract.
7
B. Although the California Public Records Act (“CPRA”) recognizes that certain confidential
trade secret information may be protected from disclosure, the City may not be in a
position to establish that the information submitted in an RFP is a trade secret. If a request
is made for information marked “Confidential,” “Trade Secret,” Proprietary,” or any other
similar designation, the City will provide the party submitting such information with
reasonable notice to allow the party to seek protection from disclosure by a court of
competent jurisdiction.
C. If a submitting party contends that a portion of the RFP is confidential even under the
CPRA, the party: 1) must clearly label each document and/or page deemed a confidential
document, 2) the legal rationale supporting such contention including specific references
to applicable provisions of the Public Records laws of the State, 3) must actively defend
against any request for disclosure of information which the party has determined should
not be released, and 4) must indemnify and hold harmless the City from any loss, claim
or suit, including attorneys’ fees, brought by a person challenging the City’s refusal to
release the documents. The City will not, under any circumstances, incur any expenses,
or be responsible for any damages or losses incurred by a party submitting an RFP or
any other person or entity, because of the release of such information. The City will not
return the original or any copies of the RFP or other information or documents submitted
to the City as part of this RFP process. The City may not recognize RFPs where all the
information, via a blanket statement, is submitted as proprietary information or a trade
secret. Such RFPs may be found non-responsive.
3.8 Cost Related to RFP Preparation:
The City will NOT be responsible for any costs incurred by any firm responding to this RFP in the
preparation of their RFP or participation in any presentation if requested, or any other aspects of the
entire RFP process.
3.9 Compliance with Law:
Responder warrants that all services rendered shall be performed in accordance with all applicable
federal, state, and local laws, statutes, ordinances lawful orders, rules, and regulations.
3.10 Licenses, Permits, Fees and Assessments:
Responder represents and warrants to City that it will obtain all licenses, permits, qualifications, and
approvals of whatever nature that are legally required to practice its profession and perform the Work
and Services requested in this RFP. Responder represents and warrants to City that Responder
shall, at its sole cost and expense, keep in effect at all times during the term of the Agreement if so
awarded, any license, permit, qualification, or approval that is legally required for Responder to
perform the Work and Services under the Agreement if so awarded. Responder shall have the sole
obligation to pay for any fees, assessments, and taxes, plus applicable penalties, and interest, which
may be imposed by law and arise from or are necessary for the Responder’s performance of the
Work and Services required under the Agreement if so awarded. Responder shall indemnify, defend,
and hold harmless City against any such fees, assessments, taxes penalties, or interest levied,
assessed, or imposed against City to the fullest extent permitted by law.
3.11 Investigations:
The City reserves the right to make such investigations as it deems necessary to determine the ability
of the firms responding to this RFP to perform the Work and the firm shall furnish to the City all such
information and data for this purpose as the City may request. The City reserves the right to reject
any RFP if the evidence submitted by or investigation of such firm fails to satisfy the City that such
firm is properly qualified to carry out the obligations of the Contract and to complete the Work
contemplated therein.
8
3.12 Non-Collusion:
The undersigned, by submission of this procurement form, hereby declares that this RFP is prepared
without collusion with any other business preparing any other RFP, or which otherwise would prepare
an RFP. Responder must execute an Affidavit of Non-Collusion provided as Attachment “B” in the
RFP and include it with their proposal.
3.13 Signed RFPs and Exceptions:
Submission of a signed RFP will be interpreted to mean that the firm responding to this RFP has
hereby agreed to all the terms and conditions set forth in all of the sheets which make up this Request
for Proposals, and any attached sample agreement. Exceptions to any of the language in either the
RFP documents or attached sample agreement, including the insurance requirements, must be
requested under the request for clarifications/questions process by the deadline for questions. Any
requested changes to the contract will be considered at that time and if changes are allowed, they
will be sent out through an Addendum to all Responders. Exceptions to the City’s RFP document or
standard boilerplate language, insurance requirements, terms, conditions, etc. may only be
considered during the early stage of the solicitation process; and shall not be included in the
submitted RFP. The City makes no guarantee that any exceptions will be approved but will consider
any requests put forward in the RFP process.
3.14 Award of Contract:
It is the City’s intent to award a contract to the firm or firms that can provide all of the scope of work
tasks identified in the RFP document. However, the City reserves the right to award multiple
contracts, or to make no award, whichever is in the best interest of the City. It is anticipated that
award of the contract will occur at the next regularly scheduled City Council meeting after the
evaluation committee has made its final selection of the firm to be recommended for award and a
contract has been negotiated and agendized for consideration. The decision of the City Council will
be final.
3.15 Form of Agreement:
A. The selected firm will be required to enter into a contractual agreement, inclusive of
insurance requirements, with the City of Palm Springs in accordance with the standard
Professional Services Agreement (see Section 8). Please note that the exhibits are
intentionally not complete in the attached sample standard document. These exhibits will
be negotiated with the selected firm and will appear in the final Professional Services
Agreement executed between the parties.
B. Failure or refusal to enter into an Agreement as herein provided or to conform to any of
the stipulated requirements in connection therewith shall be just cause for an annulment
of the award. If the highest ranked Responder refuses or fails to execute the Agreement,
or negotiations are not successful, or the Agreement is terminated, the City may, at its
sole discretion, enter negotiations with and award the Contract to the second highest
ranked Responder, and so on.
C. We specifically draw your attention to the language in the sections of the sample
contractual agreement attached entitled “Conflict of Interest” and “Covenants Against
Discrimination” and recommend all firms carefully consider these contractual
requirements prior to submitting an RFP. Firms that submit an RFP shall certify the
following:
• Conflict of Interest. Responder acknowledges that no officer or employee of the City
has or shall have any direct or indirect financial interest in this Agreement, nor shall
Responder enter into any agreement of any kind with any such officer or employee
during the term of this Agreement and for one year thereafter. Responder warrants that
Responder has not paid or given, and will not pay or give, any third party any money
or other consideration in exchange for obtaining this Agreement.
9
• Covenant Against Discrimination. In connection with its performance under this
Agreement, Responder shall not discriminate against any employee or applicant for
employment because of actual or perceived race, religion, color, sex, age, marital
status, ancestry, national origin (i.e., place of origin, immigration status, cultural or
linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender
expression, physical or mental disability, or medical condition (each a “prohibited
basis”). Responder shall ensure that applicants are employed, and that employees are
treated during their employment, without regard to any prohibited basis. As a condition
precedent to City’s lawful capacity to enter this Agreement, and in executing this
Agreement, Responder certifies that its actions and omissions hereunder shall not
incorporate any discrimination arising from or related to any prohibited basis in any
Responder activity, including but not limited to the following: employment, upgrading,
demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates
of pay or other forms of compensation; and selection for training, including
apprenticeship; and further, that Responder is in full compliance with the provisions of
Palm Springs Municipal Code Section 7.09.040, including without limitation the
provision of benefits, relating to non-discrimination in city contracting.
END SECTION
10
SECTION 4 – SCOPE OF WORK
4.1 Background:
The Project will renovate and modernize the historically significant ~35,470-square-foot Main Library
building located at 300 S. Sunrise Way, as well as the ~3,057-square-foot J.C. Frey Building located
at 1911 E. Baristo Road. The work includes core infrastructure upgrades, exterior and interior repairs,
system replacements, new glazing for both buildings, a new fire sprinkler system, and a seismic
retrofit for the Main Library. This portion of the Project is funded by the State of California’s Building
Forward Library Infrastructure Grant Program, with matching funds provided through the City’s
Measure J program. In addition, City Council has approved expanded scope items including revised
interior layouts, upgraded finishes, fixtures and equipment, expanded parking south of the library,
and comprehensive landscape and site improvements.
To support traffic operations for the new parking lot entrance, the Project also includes the extension
of the center median along S. Sunrise Way between Ramon Road and E. Baristo Road.
Improvements will include a new northbound left-turn pocket serving adjacent residential access,
landscaped medians with new irrigation tied to the existing system, and lighting for newly planted
street trees.
Construction duration is estimated to take up to 350 working days. Construction is anticipated to
begin in July/August 2025 and end in February/March 2027. The engineer’s estimate for construction
costs is approximately $39,800,000.
4.2 Scope:
The City requests turnkey construction management services which shall include special inspection,
administration, and materials testing (sub-consultant). The proposal shall include all services needed
to manage the Project as an extension of City Staff. Please note, this Request for Proposals cannot
identify each specific, individual task required to successfully implement this Project.
The City relies on the professionalism and competence of the construction management and special
inspection firm to be knowledgeable of the general areas identified in the scope of work and include
in its proposal all required tasks and subtasks, personnel commitments, man-hours, direct and
indirect costs, etc.
Responsibilities may include, but are not limited to, the following:
A. Pre-Construction Phase Services:
1. Review in full and understand the Project plans and specifications before work starts.
2. Review the master Project schedule provided by the Contractor, assess, and bring to
light any issues with critical paths with material, milestones, and needed coordination
with any other agencies/stakeholders.
3. Coordinate and lead pre-construction meetings with the contractor, City staff, and
relevant stakeholders. Prepare meeting agendas and minutes.
4. Assist the City in review with the Contractor’s public outreach materials (in dual
language, English/Spanish) and a neighborhood affairs strategy to advise affected
property owners, businesses, and the general public, regarding the Project. Develop
and provide website and toll free phone number for public inquiries and complaints and
assign a neighborhood liaison to track complaints.
11
B. Construction Management Services:
1. Provide and maintain sufficient field personnel to administer and manage the contract.
2. Review construction schedule, including activity sequences and duration, schedule
of submittals and delivery schedule of long lead materials and equipment. Review
contractor’s update and revisions as may be required to reflect true progress of work.
3. Schedule and conduct weekly progress meetings to discuss contract issues,
procedures, progress, problems, change orders, submittals, request for information
(RFIs), deficiencies and schedules. Prepare minutes of progress meetings for
distribution to all attendees.
4. Process contractor’s submittals for Project architect’s/design consultant’s review and
approval.
5. Process and track RFIs, submittals, shop drawings, proposed change orders and
revisions.
6. Review and evaluate proposed change orders. Review estimates for reasonableness
and cost effectiveness and render recommendations to City.
7. Maintain cost accounting records on authorized work performed under contract unit
costs and additional work performed based on actual costs of time (labor) and
materials (T&M).
8. Develop a reasonable cost control system, including regular monitoring of actual
costs for activities in progress and estimates for uncompleted tasks and proposed
changes. Identify variances between actual and estimated costs and report such
variances to City at regular intervals.
9. Assist City in coordinating services of other consultants (geotechnical, NPDES,
materials testing, deputy inspection, special laboratory testing, etc.) that may be hired
or selected for the Project.
10. Coordinate with Project architect/design consultant contractor’s requests for
interpretation or clarification of meaning and intent of project plans and specifications.
11. Establish and implement job safety procedures in compliance with CAL-OSHA
requirements. Monitor contractor’s compliance with established safety program,
respond to deficiencies and hazards, and investigate and report on accidents.
12. Track quantities of work completed for progress payment. Develop and implement
procedures for review and processing of progress payment applications. Assist City
with review and certification for payment.
13. Establish procedures and monitor contractor compliance with state prevailing wage
regulations and requirements.
14. Perform quality assurance reviews on a regular basis and recommend
changes, as necessary.
15. Comply with state grant funding requirements.
16. Prepare state grant funding reimbursements as needed.
12
C. Inspection Services:
1. Perform daily field inspections of contractor’s work for compliance with plans,
specifications, and regulations.
2. Coordinate all required inspections. Review and verify inspection reports and testing
results for compliance. Coordinate resolution of discrepancies. Coordinate with the
City Building & Safety Department for inspections.
3. Review traffic control plans and ensure compliance with MUTCD and City standards.
4. Maintain daily inspection reports, including contractor activities, materials used, labor,
equipment, and weather conditions.
5. Conduct field employee interviews to ensure compliance with labor laws and
prevailing wages.
6. Provide accurate quantity tracking and progress measurements for payment
applications.
7. Identify and address deficiencies or non-compliant work with contractors.
8. Verify materials for compliance with approved submittals and specifications.
9. Monitor adherence to stormwater pollution prevention plans (SWPPP).
10. Ensure compliance with soil compaction and materials testing requirements, coordinating
with City’s Acceptance Testing (AT) and Independent Assurance Program (IAP).
11. Monitor contractor utility coordination to avoid conflicts and potential relocation delays.
12. Attend weekly progress meetings and prepare contractor workday reports.
13. Conduct final project walkthroughs, develop punch lists, and monitor completion of
corrective actions.
D. Post-Construction & Closeout Services:
1. Evaluate completion of work and recommend to City when work is ready for final
inspection.
2. Provide record drawings. Coordinate with the contractor and designer to incorporate all
redlines into a final plan set.
3. Conduct final inspection/walk through with City staff, maintenance/service personnel
and project architect/design consultant.
4. Issue preliminary and final punch list, including schedule for punch list completion.
Monitor and follow through with contractor until completion of all punch list items.
5. Secure and transmit required guarantees, certifications, affidavits, leases, easement
deeds, operating & maintenance manuals, warranties and other documents as
stipulated in contract documents.
6. Review and process contractor’s request for final payment and release of retention.
7. Deliver project files to City.
E. Additional Responsibilities:
1. Registration with DIR, compliance with and payment of wages per most current DIR
wage determinations, weekly electronic filing of certified payroll reports with DIR and
the City and signed copy of certified payroll to the City are expressed requirements
of this Proposal and the resulting Purchase Order/Contract with the successful
proposing firm.
2. Work with The Solis Group, who will be managing the CWA/PLA component of this
Project.
13
4.3 Schedule:
The proposer shall provide a rough schedule of work for each major phase or task. The construction
phase is anticipated to begin in July/August 2025 and continue for up to 350 working days, with
completion expected by February/March 2027.
4.4 Compensation:
Work will be compensated on either a lump sum or cost-plus fixed fee basis utilizing the hourly rates,
approved overhead and fee/profit included in the contract. Contract pricing shall include all labor,
expenses, and incidentals to complete the work outlined in the contract scope. The Contractor may
request monthly payments based on the percentage of work completed for the previous month as
long as a detailed progress report is provided to support the amount requested. No additional
compensation will be due by the City unless the contract is modified for additional work requested by
the City.
END SECTION
14
SECTION 5 – PROPOSAL FORMAT AND ORGANIZATION
5.1 Proposal Requirements:
The firm’s proposal should describe the methodology to be used to accomplish the Project objectives.
The proposal should also describe the work which shall be necessary in order to satisfactorily complete
the described requirements.
5.2 Electronic Submittal Package Format:
Firms are requested to format their proposals so that responses correspond directly to, and are identified
with, the specific evaluation criteria stated in Section 6 below. The proposals must be in an 8½ X 11
format, minimum 11pt font size, minimum ½” margins, and may be no more than a total of 10 electronic
pages. Each proposal shall include a Statement of Qualifications and Technical Proposal, and a Cost
Proposal with the proposer’s hours, rates and multipliers.
NOTE: Cover letter, appendices, front and back covers, dividers, attachments (including resumes), and
Addenda acknowledgment do NOT count toward the limit (everything else does).
The proposal should be organized as follows and contain the following minimum information:
Section A: Firm/subcontractors Qualifications and Experience including references.
A.1 Provide a description of the construction management and inspection services your
company has provided for other municipalities or public entities. Include years of
operation and any unique features of your services. Explain how your firm meets the
minimum requirements that will be scored on a pass-fail basis
A.2 Identify any subcontractor firms or consultants that will be part of your team.
Describe each subcontractor’s qualifications, background, and specific expertise
related to construction management and inspection services
A.3 The selected consultant must demonstrate familiarity with construction management
and special inspection of related public works projects. Demonstrate knowledge of
applicable codes, manuals, and regulations, such as the California Public Works
Construction Standards (Greenbook), California Building Code, Manual on Uniform
Traffic Control Devices (MUTCD), Secretary of the Interior Standards, etc.
A.4 Provide information and references requested in Section 2.2B – Related Projects.
A.5 In addition to the form, in this section of your proposal please provide any additional
information that would explain in more detail the work undertaken with the references
provided and any other material information you would like the City to know about
your work for that reference that is relevant to the work described in this RFP.
Section B: Staff/Teams qualifications and experience including References.
B.1 Describe the proposed team structure and how the Project will be staffed, including
identification of the full-time Owner’s Representative and part-time Construction
Manager.
B.2. List the name, years of experience, years with company, and summarize
qualifications/experience of each key staff/team member.
B.3. Provide an organization chart.
B.4. Provide information of related projects the key staff have worked on that would make
them well suited for this contract.
B.5. The respondent should list any organizations they plan to partner with to implement
the scope of work.
15
Section C: Demonstrated understanding of the overall Project and requested scope of work.
C.1 Describe your approach to implementing the Scope of Work. Address how your team
will support the City in delivering the Project efficiently and collaboratively.
C.2 Discuss your experience managing projects funded by state or federal sources, and
your familiarity with grant compliance, reporting, and labor standards.
C.3 Explain how your team will coordinate with City departments, regulatory agencies,
utilities, and stakeholders throughout the Project.
C.4 Describe your general approach to identifying and resolving Project issues. Provide
examples of past challenges and how your team resolved them.
C.5 Summarize your methods for tracking progress, managing documents, maintaining
schedule control, and ensuring quality assurance.
C.6 Anything else the City should consider as part of this process. Responders should
provide any insights or advice they feel may assist the City in implementing the
Scope of Work.
Section D: Financial Responsibility
D.1 Please provide a statement explaining the financial health of your company that
demonstrates the ability to contract for the work described in this RFP.
Section E: Forms (Attachments): - Include the following completed forms with your RFP
A. Completed Signature Authorization and Addenda Acknowledgment
B. If applicable, your specific request for Local Preference and a copy of a valid
business license from a jurisdiction in the Coachella Valley
C. Completed Affidavit of Non-Collusion
D. Completed No Conflict of Interest and Non-Discrimination Form
E. Completed Public Integrity Business Disclosure Form
F. Completed Reference Form
G. Completed Executive Order N-6-22 Certification
H. Cost Proposal
Section F: Cost Proposal
Responders shall submit a Cost Proposal in a task-based format, supported by a rate sheet. The
proposal shall include estimated hours by position and task, based on the Responder’s review of
the Project plans and specifications. Costs shall be clearly broken down by major task, as this
format will be used to support monthly progress payments.
For the purpose of preparing the cost proposal, the following minimum staffing assumptions shall
be used during the construction phase:
• Owner’s Representative (Full-Time, On-Site)
One full-time Owner’s Representative shall be assigned exclusively to this Project. This
individual shall be physically present on-site a minimum of 8 hours per working day, for
the duration of active construction. The Owner’s Representative shall serve as the primary
point of contact for day-to-day field activities and shall be responsible for construction
observation, quality assurance, coordination with the contractor and design team,
documentation of work performed, and resolution of field issues. This position must be
staffed by a qualified individual experienced in construction inspection and field
coordination for building renovation projects.
16
• Construction Manager (Part-Time)
One part-time Construction Manager shall be assigned to the Project for a minimum of 3
hours per working day. Duties may be performed on-site or remotely, as appropriate.
Responsibilities may include contract administration, review of submittals and RFIs,
coordination with City staff, design consultant, contractor, The Solis Group (PLA), and
inspectors, review of change orders and pay applications, and general Project oversight.
• Special Inspections (As-Needed)
The cost proposal shall include costs for all required special inspections required by the
Project Plans and Specifications.
Note: Any deviations from the minimum staffing assumptions shall be identified and justified within
the proposal.
5.3 Submission of RFP
One electronic file shall be uploaded to the PlanetBids vendor portal at the following link:
https://pbsystem.planetbids.com/portal/47688/portal-home and then selecting the RFP. All submissions
must be time and date stamped by the system as being received by the deadline. Late submissions will
be rejected. Proposals not meeting the above criteria may be found to be non-responsive.
END SECTION
17
SECTION 6 – PROPOSAL EVALUATION
6.1 Evaluation of Proposals:
This solicitation has been developed in the RFP most qualified firm format. Accordingly, firms should
take note that multiple factors as identified in the RFP will be considered by the Evaluation Committee
to determine which proposal best meets the requirements set forth in the RFP document.
An Evaluation Committee, using the following evaluation criteria for this RFP, will evaluate all
responsive proposals to this RFP. Firms are requested to submit their proposals so that they
correspond to and are identified with the following specific evaluation criteria (100 total points
possible):
Criteria Points
Minimum Requirements: Required Experience/Financial Responsibility Pass/Fail
Firm’s (including any subcontractors) Qualifications and experience in
providing similar services as defined in the RFP, including References
20
Staff / Team’s (including any subcontractors) Qualifications and
experience in providing similar services as defined in the RFP
20
Demonstrated Understanding Overall Project and Scope of Work: 35
Local Status (5 local / 0 not local) 5
Fees/Costs 20
Total* 100
Prior City work - If your firm has prior experience working with the City do not assume this prior
work is known to all members of the evaluation committee. All firms are evaluated on the information
contained in their proposal, information obtained from references (including the City and past
performance if applicable), and presentations if requested. All proposals should be prepared as if the
evaluation committee members have no knowledge of the firm, their qualifications, or past projects.
*Interviews – The City reserves the right to interview top ranking responders. If interviews are
required, the responders invited to interview will be notified in advance and provided a format and
time for the interviews. An additional 25 points will be used to score the interview based on the same
criteria listed in the RFP. The 25 points will be prorated in the same proportion as the RFP scoring
listed in the table above.
6.2 Selection Process and Award of Contract:
Selection will be made by totaling the points for the proposals and interviews if required. The
Responder(s) with the highest number of points will be recommended for award assuming the Cost
Proposal submitted represents fair and reasonable rates. If the Cost Proposal is not reasonable, the
process may continue with the next highest ranked Responder. The City reserves the right to
negotiate the terms and conditions of any resulting contract. Final contract award, if any, will be made
by the Palm Springs City Council or City Manager depending on value. The selected firm will be
required to comply with all insurance and license requirements of the City.
END SECTION
18
SECTION 7 – REQUIRED FORMS TO SUBMIT
The following forms are required to submit as part of this Request for
RFP electronic submittal package.
• ATTACHMENT “A” SIGNATURE AUTHORIZATION
• ATTACHMENT “B” LOCAL PREFERENCE
• ATTACHMENT “C” NON-COLLUSION AFFIDAVIT
• ATTACHMENT “D” - CONFLICT OF INTEREST AND NON-DISCRIMINATION CERTIFICATION
• ATTACHMENT “E” - PUBLIC INTEGRITY DISCLOSURE
• ATTACHMENT “F” - REFERENCES
• ATTACHMENT “G” - EXECUTIVE ORDER N-6-22 CERTIFICATION
ATTACHMENT “A”
SIGNATURE AUTHORIZATION
NAME OF COMPANY(RESPONDER):
BUSINESS ADDRESS:
TELEPHONE: CELL PHONE FAX
CONTACT PERSON EMAIL ADDRESS
A. I hereby certify that I have the authority to submit this RFP to the City of Palm Springs
for the above-listed individual or company. I certify that I have the authority to bind
myself/this company in a contract should I be successful in my RFP.
PRINTED NAME AND TITLE
SIGNATURE AND DATE
B. The following information relates to the legal contractor listed above, whether an
individual or a company. Place check marks as appropriate:
1. If successful, the contract language should refer to me/my company as:
An individual;
A partnership, Partners’ names:
A company;
A corporation If a corporation, organized in the state of:
2. My tax identification number is:
Please check below IF your firm qualifies as a Local Business as defined in the RFP:
A Local Business (licensed within the jurisdiction of the Coachella Valley).
Copy of current business license is required to be attached to this document.
ADDENDA ACKNOWLEDGMENT:
Acknowledgment of Receipt of any Addenda issued by the City for this RFP is required by
including the acknowledgment with your RFP. Failure to acknowledge the Addenda issued may
result in your RFP being deemed non- responsive.
In the space provided below, please acknowledge receipt of each Addenda:
Addendum(s) # is/are hereby acknowledged.
ATTACHMENT “B”
LOCAL PREFERENCE –
NOTE – Having a local office and/or valid business license from a jurisdiction in the
Coachella Valley is not a requirement to submit an RFP. If none, please state so on
this page.
ATTACHMENT “C”
NON-COLLUSION AFFIDAVIT
The undersigned, deposes and says that he or she is
of
, the party making the foregoing RFP. That the RFP is not made in the interests of, or on the
behalf of, any undisclosed person, partnership, company, association, organization, or
corporation; that the RFP is genuine and not collusive or sham; that the Responder has not
directly or indirectly induced or solicited any other Responder to put in a false or sham
Responder, and has not directly or indirectly colluded, conspired, connived, or agreed with any
Responder or anyone else to put in a sham RFP, or that anyone shall refrain from responding;
that the Responder has not in any manner, directly or indirectly, sought by agreement,
communication, or conference with anyone to fix the future Cost Proposal price of the
Responder or any other Responder, or to fix any overhead, profit, or cost element of the future
Cost Proposal price, or of that of any other Responder, or to secure any advantage against the
public body awarding the contract of anyone interested in the proposed contract; that all
statements contained in the RFP are true; and, further, that the Responder has not, directly or
indirectly, submitted his or her RFP or any breakdown thereof, or the contents thereof, or
divulged information or data relative thereof, or paid, and will not pay, any fee to any corporation,
partnership, company, association, organization, or any other member or agent thereof to
effectuate a collusive or sham RFP.
Signature:
Title:
Date:
ATTACHMENT “D”
CONFLICT OF INTEREST AND NON-DISCRIMINATION CERTIFICATION
Conflict of Interest. Responder acknowledges that no officer or employee of the City has or
shall have any direct or indirect financial interest in this Agreement, nor shall Responder enter
into any agreement of any kind with any such officer or employee during the term of this
Agreement and for one year thereafter. Responder warrants that Responder has not paid or
given, and will not pay or give, any third party any money or other consideration in exchange for
obtaining this Agreement.
Covenant Against Discrimination. In connection with its performance under the Agreement,
Responder shall not discriminate against any employee or applicant for employment because
of actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin (
i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual
orientation, gender identity, gender expression, physical or mental disability, or medical
condition (each a “prohibited basis”). Consultant shall ensure that applicants are employed, and
that employees are treated during their employment, without regard to any prohibited basis. As
a condition precedent to City’s lawful capacity to enter this Agreement, and in executing this
Agreement, Responder certifies that its actions and omissions hereunder shall not incorporate
any discrimination arising from or related to any prohibited basis in any Responder activity,
including but not limited to the following: employment, upgrading, demotion or transfer;
recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship; and further, that Consultant
is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040,
including without limitation the provision of benefits, relating to non-discrimination in city
contracting.
NAME OF RESPONDER:
NAME and TITLE of Authorized Representative:
(Print)
Signature and Date of Authorized Representative:
(Sign) (Date)
ATTACHMENT “E”
PUBLIC INTEGRITY DISCLOSURE
Who Must File?
Applicants that are NOT a natural person or group of natural people that will be identified on the
application and seek a City approval determined by a vote of City officials. Examples include
corporations, limited liability companies, trusts, etc. that seek a City Council approval, or an approval
by one of the City’s board or commissions.
Why Must I File?
The City of Palm Springs Public Integrity Ordinance advances transparency in municipal government
and assists public officials in avoiding conflicts of interest. The City’s Public Integrity Ordinance,
codified in Chapter 2.60 of the municipal code, reflects the City’s interest in ensuring that companies
(and other legal entities that are not natural people) doing business in the community are transparent
and make disclosure as to their ownership and management, and further that those companies
disclose the identity of any person, with an ownership interest worth two thousand dollars ($2,000) or
more, who has a material financial relationship with any elected or appointed voting City official, or
with the City Manager or City Attorney.
Note: A material financial relationship is a relationship between someone who is an owner/investor in
the applicant entity and a voting official (or the City Manager or City Attorney), which relationship
includes any of the following:
• the owner/investor and the official have done business together during the year prior to the
application;
• the official has earned income from the owner/investor during the year prior to the filing of the
application;
• the owner/investor has given the official gifts worth fifty dollars ($50) or more during the year
prior to the filing of the application; or
• the official might reasonably be anticipated to gain or lose money or a thing of value, based
upon the owner/investor’s interest in the applicant entity, in relation to the application’s
outcome.
When Must I File?
You must file this form with the Office of the City Clerk at the same time when you file your application
for a City approval determined by a vote of City officials, whether elected or appointed.
What Must I Disclose?
• The names of all natural persons who are officers, directors, members, managers, trustees,
and other fiduciaries serving trusts or other types of organizations (attorneys, accountants,
etc.).
• Note: (1) only trusts or other organizations that are not the fiduciaries, (2) if a second entity
that is not a natural person serves the applicant entity (e.g., as a member of an applicant LLC),
then all officers, directors, members, managers, trustees, etc., of the second entity must be
disclosed).
• The names of persons owning an interest with a value of two thousand dollars ($2,000) or
more who have a material financial relationship with an elected or appointed City official who
will vote on the applicant’s application, or with the City Manager or City Attorney.
Penalties: Falsification of information or failure to report information required to be reported
may subject you to administrative action by the City.
There are some additional supplementary instructions with an example following the form should you
need further clarification.
PUBLIC INTEGRITY DISCLOSURE
APPLICANT DISCLOSURE FORM
1. Name of Entity
2. Address of Entity (Principal Place of Business)
3. Local or California Address (if different than #2)
4. State where Entity is Registered with Secretary of State
If other than California, is the Entity also registered in California? Yes No
5. Type of Entity
Corporation Limited Liability Company Partnership Trust Other (please specify)
6. Officers, Directors, Members, Managers, Trustees, Other Fiduciaries (please specify)
Note: If any response is not a natural person, please identify all officers, directors,
members, managers and other fiduciaries for the member, manager, trust, or other
entity
Officer Director Member Manager
[name] General Partner Limited Partner
Other
Officer Director Member Manager
[name] General Partner Limited Partner
Other
Officer Director Member Manager
[name] General Partner Limited Partner
Other
7. Owners/Investors with a 5% beneficial interest in the Applicant Entity or a related entity
EXAMPLE
JANE DOE
[name of owner/investor]
50%, ABC COMPANY, Inc.
[percentage of beneficial interest in entity and
name of entity]
A.
[name of owner/investor]
[percentage of beneficial interest in entity and
name of entity]
B.
[name of owner/investor]
[percentage of beneficial interest in entity and
name of entity]
C.
[name of owner/investor]
[percentage of beneficial interest in entity and
name of entity]
D.
[name of owner/investor]
[percentage of beneficial interest in entity and
name of entity]
E.
[name of owner/investor]
[percentage of beneficial interest in entity
and name of entity]
I DECLARE UNDER PENALTY OF PERJURY UNDER THE LAWS OF THE STATE OF
CALIFORNIA THAT THE FOREGOING IS TRUE AND CORRECT.
Signature of Disclosing Party, Printed Name, Title Date
PUBLIC INTEGRITY DISCLOSURE
Business Disclosure Supplementary Instructions
In an effort to ensure we capture the required business entity information in accordance with the
attached instructions, we provide you these supplementary instructions to clearly identify the
required information, and the format the information should be provided.
If you, as the applicant, are a business entity (i.e. a corporation or limited liability company), and
it is also comprised of other business entities as its members or having a financial interest, all
other such business entities must also be disclosed, including those entities other business
entities, if any.
Ultimately, the City’s disclosure document (attached) requires a listing identifying all natural
persons having any financial interest over 5% of the business entities (and any other business
entities comprising your business entity).
As an example, Applicant is Acme Brothers, Inc., a California corporation, whose officers are
John Doe, Jill Doe, and Jay Doe, which is owned 50% by Acme Brothers, LLC, a California limited
liability company, and John Doe (25% interest) and Jill Doe (25% interest). Acme Brothers, LLC,
is managed by Acme Brothers 2, Inc., a California corporation, whose officers are: George Doe,
Bill Doe, and Jane Doe, which is owned 100% by Acme Brothers 2, LLC, a California limited
liability company, which is managed by George Doe, with George Doe and Jane Doe having 50%
interest each.
The full business entity disclosure in this example would resemble the following:
1. Acme Brothers, Inc., a California corporation
a. Officers: John Doe, Jill Doe, and Jay Doe
b. Ownership:
i. 50% Acme Brothers, LLC, a California limited liability company
ii. 25% John Doe
iii. 25% Jill Doe
2. Acme Brothers, LLC, a California limited liability company
a. Managers: Acme Brothers 2, Inc., a California corporation
b. Ownership: 100% Acme Brothers 2, Inc., a California corporation
3. Acme Brothers 2, Inc., a California corporation
a. Officers: George Doe, Bill Doe, and Jane Doe
b. Ownership: 100% Acme Brothers 2, LLC, a California limited liability company
4. Acme Brothers 2, LLC, a California limited liability company
a. Managers: George Doe
b. Ownership:
i. 50%
ATTACHMENT “F”
REFERENCES
Reference 1
Organization name: Contact and title:
Address: Phone number:
Email Address:
Effective date of contract: Value of Contract:
Description of products/services provided:
Reference 2
Organization name: Contact and title:
Address: Phone number:
Email Address:
Effective date of contract: Value of Contract:
Description of products/services provided:
Reference 3
Organization name: Contact and title:
Address: Phone number:
Email Address:
Effective date of contract: Value of Contract:
Description of products/services provided:
ATTACHMENT “G”
EXECUTIVE ORDER N-6-22 CERTIFICATION
Executive Order N-6-22 issued by Governor Gavin Newsom on March 4, 2022, directs all
agencies and departments that are subject to the Governor’s authority to (a) terminate any
contracts with any individuals or entities that are determined to be a target of economic
sanctions against Russia and Russian entities and individuals; and (b) refrain from entering
into any new contracts with such individuals or entities while the aforementioned sanctions
are in effect.
Executive Order N-6-22 also requires that any contractor that: (1) currently has a contract
with the City of Palm Springs funded through grant funds provided by the State of California;
and/or (2) submits a bid or RFP or otherwise proposes to or enter into or renew a contract
with the City of Palm Springs with State of California grant funds, certify that the person is
not the target of any economic sanctions against Russia and Russian entities and
individuals.
The contractor hereby certifies, SUBJECT TO PENALTY FOR PERJURY, that a) the
contractor is not a target of any economic sanctions against Russian and Russian entities
and individuals as discussed in Executive Order N-6-22 and b) the person signing below is
duly authorized to legally bind the Contractor. This certification is made under the laws of
the State of California.
Signature:
Printed Name:
Title:
Firm Name:
Date:
29
SECTION 8 – SAMPLE AGREEMENT
SAMPLE BOILERPLATE AGREEMENT – EXHIBITS INTENTIONALLY INCOMPLETE
Note: This Agreement must be reviewed by Responders for acceptance during the
RFP process, and any changes or questions must be addressed during the question-
and-answer period outlined in the RFP. The City will not accept any changes to the
agreement after the question period is closed. RFPs submitted with exceptions to
scope and agreement terms will not be moved forward in the evaluation process.