NOTICE CALLING FOR BIDS
DISTRICT: DESERT COMMUNITY COLLEGE DISTRICT
PROJECT NAME/BID NO.: PALM DESERT EAST PARKING BID
NO. 41-98p-0400-PDEP
TIME/DATE FOR MANDATORY VIRTUAL PRE-BIDCONFERENCE:N/A
TIME/DATE FOR MANDATORY JOB WALK(S):May 19, 2026 at
9:00am
LATEST TIME/DATE FOR SUBMISSION OF BID PROPOSALS:June 2, 2026 at 2:00pm
LOCATION FOR SUBMISSION OF BID PROPOSALS:DESERT COMMUNITY COLLEGE DISTRICT
In-person at the MAAS Bond Office,
Attention: Angelina Bennett, Project Manager
College of the Desert Palm Desert Campus
43500 Monterey Ave.,
Palm Desert, CA 92260
Or
Electronically at https://www.ibrepro.com/projects/public
LOCATION FOR OBTAINING BID AND CONTRACT DOCUMENTS:
IB Reprographics
3363 Durahart St.
Riverside, CA 92507
(951)682-1850
Attention: Shannon Smothermon info@ibrepro.com
https://www.ibrepro.com/projects/public
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 DESERT
EAST PARKING, Bid No. 41-98P-0400-PDEP.
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 of One Hundred and Fifty Dollars($150.00). Payment shall be made 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. The District's
Project Bidders List will be compiled exclusively from the
sign-in sheet at the Mandatory Job Walk on May 19, 2026at 9:00am. Any Bidder failing to sign-in at the Manda-tory
Job Walk will be excluded from Project Bidders List
and their Bid Proposal will be rejected by the District as
being non-responsive. 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. Bid Propos-als
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
Composite Unit Price Proposal
Statement of Bidder's Qualifications
Alternate Bid Items Proposal
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 determina-tions, 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 Subcon-tractors 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 prevail-ing 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 and at all times during the Work, the
following Contractor's State License Board classification(s):
Class B General Contractor. The Bid Proposal of a Bidder
who does not possess a valid and in good standing
Contractors' License in the classification(s) set forth above
will be rejected for non-responsiveness. 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 veri-fies
to the District that the Bidder awarded a Contract is
properly and duly licensed to perform the Work.
7. Contract Time. Substantial Completion of the Work
shall be achieved within the time set forth in Contract
Documents after the date for commencement of the Work
established in the Notice to Proceed issued by the District.
Failure to achieve Substantial Completion within the
Contract Time will result in the assessment of Liquidated
Damages as set forth in the Contract.
8. Bidder and Subcontractors DIR Registered ContractorStatus. Pursuant to and in accordance with Labor Code § 1771.1, the Bidder must be a DIR Registered Contrac-tor 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. Not Used
10. Not Used
11. Bid Security. Bid Proposals 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 commence-ment 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 clarifica-tionrequests not later than 2:00pm on May 26,2026.The District will not respond to any bidder inquiries or clarification requests, unless such inquiries or clarifica-tion requests are submitted timely to: Angelina Bennett,Project Manager at angelinabennett@maasco.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. The District will conduct a Mandatory JobWalk on Tuesday, May 19, 2026, beginning at 9:00 AMBidders are to meet at MAAS Bond Office Trailer for the Job Walk. If the Job Walk is mandatory, the Bid Proposal
submitted by a Bidder whose representative(s) did not attend the entirety of the Mandatory Job Walk will be rejected by the District as being non-responsive. All Job Walk Attendees are required to adhere to the District's COVID-19 policy.
16. Waiver of Irregularities. The District reserves the right to reject any or all Bid Proposals or to waive any irregulari-ties 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: $1,800,000.
/s/ DESERT COMMUNITY COLLEGE DISTRICT
Advertisement publication dates: May 7, 2026 and May 14,
2026.
[END OF SECTION]
Publication Dates
LYRK0514224