RFPs > DESERT COMMUNITY COLLEGE DISTRICT

Due Date: 

August 21, 2025

Institution Name: 

DESERT COMMUNITY COLLEGE DISTRICT

RFP Title: 

Bids & Proposals

Contact Information

Robert Fox
robertfox@example.com
(671) 555-0110

Description

NOTICE CALLING FOR BIDS DISTRICT DESERT COMMUNITY COLLEGE DISTRICT PROJECT NAME/BID NO. PALM SPRINGS DEVELOPMENT PROJECT – INC. 2BID NO. 43-98W-0500-PSDP-PVPANEL TIME/DATE FOR NON-MANDATORY PRE-BID CONFERENCE June 27th, 2025, 9:00AM, College of the Desert, Palm Desert Campus (43500 Monterey Ave., Palm Desert, CA – North Annex Conference Room (1A) TIME/DATE FOR NON-MANDATORY JOB WALK Not Applicable – No Job Walk LATEST TIME/DATE FOR SUBMISSION OF BID PROPOSALS 2:00 P.M. Thursday, August 21, 2025   LOCATION FOR SUBMISSION OF BID PROPOSALS DESERT COMMUNITY COLLEGE DISTRICT In-person at MAAS Bond Office on COD Palm Desert Campus, 43500 Monterey Ave., Palm Desert, CA Or electronically at https://www.ibrepro.com/jobs/624/details/cod-palm-springs-development-project-building LOCATION FOR OBTAINING BID AND CONTRACT DOCUMENTS IB Reprographics 3363 Durahart St. Riverside, CA 92507 951-682-1850 Attention: Shannon Smothermon https://www.ibrepro.com/jobs/624/details/cod-palm-springs-development-project-building NOTICE IS HEREBY GIVEN that the DESERT COMMUNITY COLLEGE DISTRICT (“District”), acting by and through its Board of Trustees, will receive up to, but not later than the above-stated date and time, sealed Bid Proposals for the Contract for the Work generally described as PALM SPRINGS DEVELOPMENT PROJECT – INCREMENT 2, 43-98W-0500-PSDP-PVPANEL 1. Submittal of Bid Proposals. All Bid Proposals must be submitted on forms furnished by the District prior to the last time for submission of Bid Proposals and the District’s public opening and reading of Bid Proposals. 2. Bid and Contract Documents. The Bid and Contract Documents are available at the location stated above for a non-refundable payment. Payment shall be made by check payable to IB Reprographics. While the Bid and Contract Documents may be available through other Plan rooms or sites, the District does not guarantee the authenticity or completeness of the Bid and Contract Documents obtained from such other Plan rooms or sites. All individuals and/or entities purchasing Contract Documents from IB Reprographics will be added to a Plan Holders list. 3. Project Plan Holder and Bidders List. Only those individuals and/or entities on the Plan Holders list will receive e-mails from IB Reprographics advising of any and all Project Addenda or, alternatively, may purchase the Project Addenda from IB Reprographics. 4. Documents Accompanying Bid Proposal. Each Bid Proposal shall be submitted with the following documents. All information or responses of a Bidder in its Bid Proposal and other documents accompanying the Bid Proposal shall be complete, accurate and true; incomplete, inaccurate or untrue responses or information provided therein by a Bidder shall be grounds for the District to reject such Bidder’s Bid Proposal for non-responsiveness. Bid Security DIR Registration Verification Statement of Bidder’s Qualifications Non-Collusion Declaration Subcontractors List Cover page & Table of Contents only of Bidder’s IIPP (Injury and Illness Prevention Program) 5. Prevailing Wage Rates. Pursuant to California Labor Code § 1773, the Director of the Department of Industrial Relations of the State of California has determined the generally prevailing rates of wages in the locality in which the Work is to be performed. Copies of these determinations, entitled “PREVAILING WAGE SCALE” are available for review on the internet at http://www.dir.ca.gov/dlsr/statistics_research.html. The Contractor awarded the Contract for the Work shall post a copy of all applicable prevailing wage rates for the Work at conspicuous locations at the Site of the Work. The Contractor and all Subcontractors performing any portion of the Work shall pay not less than the applicable prevailing wage rate for the classification of labor provide by their respective workers in prosecution and execution of the Work. During the Work and pursuant to Labor Code § 1771.4, the Department of Industrial Relations shall monitor compliance with prevailing wage rate requirements and enforce the Contractor’s prevailing wage rate obligations. 6. Contractor’s License Classification. In accordance with the provisions of California Public Contract Code § 3300, the District requires that Bidders possess, at the time of submission of a Bid Proposal, at the time of award of a Contract for a Bid Package and at all time during the Work, the classification(s) of California Contractors License for each Bid Package as set forth below. Any Bidder not so duly and properly licensed shall be subject to all penalties imposed by law. No payment shall be made for work, labor, materials or services provided under a Contract for the Work unless and until the Registrar of Contractors verifies to the District that each Bidder awarded a Contract is properly and duly licensed to perform the Work. Bid Package No. Bid Package Description Required Classification of California Contractor’s License BP 27 Photovoltaic (PV) Systems C-10   7. Contract Time. The date(s) for completion of portions of the Work of a Bid Package, if applicable, and for achieving Final Completion of the Work of a Bid Package shall be achieved as set forth in the Special Conditions. Failure to complete designated portions of the Work of a Bid Package within the time(s) established in the Special Conditions and/or failure to achieve Substantial and/or Final Completion of the Work of a Bid Package within the Contract Time established in the Special Conditions shall subject the Contractor for such Bid Package to assessment of Liquidated Damages as set forth in the Special Conditions. 8. Bidder and Subcontractors DIR Registered Contractor Status. Pursuant to and in accordance with Labor Code § 1771.1, each Bidder must be a DIR Registered Contractor when submitting a Bid Proposal. The Bid Proposal of a Bidder who is not a DIR Registered Contractor when the Bid Proposal is submitted will be rejected for non-responsiveness. All Subcontractors identified in a Bidder’s Subcontractors’ List must be DIR Registered contractors at the time the Bid Proposal is submitted. 9. Owner Controlled Insurance Program (“OCIP”). The District has elected to implement an Owner Controlled Insurance Program (“OCIP”) with Arthur J. Gallagher Risk Management Services, LLC (AJG) in connection with construction of the Project. AJG will be marketing and administering the OCIP on behalf of the District. Subject to meeting underwriter and other requirements of the OCIP, the JPA will provide General Liability, Contractors’ Pollution Liability, and Builders Risk insurance for the District, Contractor (along with Enrolled Subcontractors) and other designated parties for Work performed at the Site. The District will pay all premiums associated with the OCIP, unless otherwise in the Contract Documents. Insurance coverage provided under the OCIP is limited in scope and specific to Work performed after the inception date of enrollment into the OCIP. Labor and operations relating to the Work conducted away from the Site (“Offsite Operations”) are not covered by the OCIP; the Contractor and Subcontractors shall obtain insurance for Offsite Operations as required by the Contract Documents. In addition to any insurance provided by the District through the OCIP, the Contractor and Subcontractors are responsible for obtaining insurance coverages required by General Conditions, Article 6. The District encourages Bidders to carefully review provisions of the Contract Documents relating to the OCIP and other insurance required to be maintained by the successful Bidder and to discuss insurance requirements with their insurance agents, brokers or insurance consultants to assure that all required insurance policies and minimum coverage amounts are maintained during the Work. 10. [Not Used] 11. Bid Security. Each Bid Proposal shall be accompanied by Bid Security in an amount equal to TEN PERCENT (10%) of the maximum amount of the Bid Proposal, inclusive of any additive Alternate Bid Item(s). Failure of any Bid Proposal to be accompanied by Bid Security in the form and in the amount required shall render such Bid Proposal to be non-responsive and rejected by the District. 12. Payment Bond; Performance Bond. Prior to commencement of the Work, the Bidder awarded the Contract shall deliver to the District a Payment Bond and a Performance Bond issued by a California Admitted Surety in the form and content included in the Contract Documents each of which shall be in a penal sum equal to One Hundred Percent (100%) of the Contract Price. 13. Pre-Bid Inquiries. Bidders may submit pre-bid inquiries or clarification requests. Bidders are solely and exclusively responsible for submitting such inquiries or clarification requests no later than 5:00pm on August 8, 2025. The District will not respond to any bidder inquiries or clarification requests, unless such inquiries or clarification requests are submitted timely to: C.W. Driver Senior Project Manager, Jonathan Keene at jkeene@cwdriver.com. 14. No Withdrawal of Bid Proposals. Bid Proposals shall not be withdrawn by any Bidder for a period of ninety (90) days after the opening of Bid Proposals. During this time, all Bidders shall guarantee prices quoted in their respective Bid Proposals.   15. Job-Walk. Not Applicable. No Job-Walk will be held for the PV System Bid Package.   16. Waiver of Irregularities. The District reserves the right to reject any or all Bid Proposals or to waive any irregularities or informalities in any Bid Proposal or in the bidding. 17. Award of Contract. The Contract for the Work, if awarded, will be by action of the District’s Board of Trustees to the responsible Bidder submitting the lowest priced responsive Bid Proposal. If the Bid Proposal requires Bidders to propose prices for Alternate Bid Items, the District’s selection of Alternate Bid Items, if any, for determination of the lowest priced Bid Proposal and for inclusion in the scope of the Contract to be awarded shall be in accordance with the Instructions for Bidders.   Architect/Engineer Project Cost Estimate: Bid Package 27 – PV System is $4,700,000 /s/ DESERT COMMUNITY COLLEGE DISTRICT June 15,20,2025 11403539

This Request for Proposal (RFP) is issued by the University of Alabama to solicit proposals from qualified vendors, contractors, or service providers to provide [insert general scope of services or products, e.g., "campus-wide Wi-Fi infrastructure upgrade," "architectural design services for a new academic building," or "food service management for university dining facilities"].

The objective of this RFP is to identify a responsive and responsible proposer who demonstrates the technical capability, experience, financial stability, and cost-effectiveness necessary to fulfill the University's requirements in alignment with its institutional goals, policies, and timelines.
This Request for Proposal (RFP) is issued by the University of Alabama to solicit proposals from q

Fill in your details we'll send you your RFP

Thank you! Your submission has been received!
Oops! Something went wrong while submitting the form.