Active SLED Opportunity · CALIFORNIA · MAINTENANCE & OPERATIONS

    TBP TK Improvements Project

    Issued by Maintenance & Operations
    educationRFPMaintenance & OperationsSol. 253689
    Open · 12d remaining
    DAYS TO CLOSE
    12
    due May 5, 2026
    PUBLISHED
    Apr 8, 2026
    Posting date
    JURISDICTION
    Maintenance &
    education
    NAICS CODE
    236220
    AI-classified industry

    AI Summary

    Palm Springs Unified School District seeks bids for the TBP TK Improvements Project involving modular restroom installation, ADA upgrades, and other site improvements at Two Bunch Palms Elementary School. Paper bids due May 5, 2026. Mandatory pre-bid meeting on April 21, 2026.

    Opportunity details

    Solicitation No.
    253689
    Type / RFx
    RFP
    Status
    open
    Level
    education
    Published Date
    April 8, 2026
    Due Date
    May 5, 2026
    NAICS Code
    236220AI guide
    Agency
    Maintenance & Operations

    Description

    The Palm Springs Unified School District (PSUSD) is soliciting bids from qualified bidders for the provision construction services described in the following: Bid No. 03-26; TBP TK Improvements Project

    Background

    The Palm Springs Unified School District is located in the western part of the Coachella Valley. The District serves the City of Palm Springs as well as the communities of Cathedral City, Desert Hot Springs, Palm Desert, Rancho Mirage, and Thousand Palms.

    The Palm Springs Unified School District has an enrollment of approximately 23,000 students. Today the District has 16 elementary schools, 4 middle schools, 4 high schools, as well as several administrative offices.

    For additional information on the District visit the Palm Springs Unified School District website at www.psusd.us.

    Project Details

    • Reference ID: Bid No. 03-26;
    • Department: Facilities Planning & Development
    • Department Head: Julie Arthur (Executive Director)

    Important Dates

    • Pre-Proposal Meeting: 2026-04-21T15:00:00.000Z — Two Bunch Palms Elementary School, 14-250 West Drive, Desert Hot Springs, CA 92240

    Evaluation Criteria

    • Project Summary

      The project consists of the modular restroom building installation at the Kinder/TK area, ADA path of travel, door hardware upgrades and other
      improvements throughout the school site, and an addition to the classroom restroom at Two Bunch Palms Elementary School.

      (DSA approved plans will be provided in the addendum)

       

    • SUBMITTING BIDS

      PAPER BIDS MUST BE SUBMITTED IN PERSON. ELECTRONIC BIDS WILL NOT BE ACCEPTED.

      All interested bidders are invited to submit a Bid in accordance with the terms and conditions stated in the Bid documents. Bids can be submitted up, but not later than Tuesday, May 5, 2026 2:00 pm .

      A copy of the Bid documents can be downloaded by accessing the District’s website via the OpenGov portal found at: https://www.psusd.us/Page/2437

      The District's OpenGov portal is an online procurement system where vendors can download all the pertinent documents and sign up to receive addenda at no cost.

      All bidders must register with OpenGov in order to participate and receive addenda notifications.

      Bidders are advised that the District reserves the right to amend the Bid documents at any time. Addenda providing clarification or corrections will be done formally through posting on the District’s OpenGov portal. It is the sole responsibility of each bidder to periodically check the website for any addenda.

    • Project Documents

      For detailed Scope of Work and Project Details See attachments.

    • QUESTIONS

      All questions and/or requests for clarifications must be submitted in writing via email to the Architect no later than Friday, April 24, 2026 4:00 pm to be considered. Responses to questions will be posted on the District’s OpenGov Addenda & Notices Tab. Bid clarifications will be posted on the Vendor Registry portal as addenda. Ultimately, it is the sole responsibility of each bidder to periodically check the web site for any addenda postings. Acknowledgement of all addenda must be submitted with bid response. Failure to acknowledge in writing the receipt of any addendum may result in rejection of Bid.

      Contact with any other individual, other than a member of the District’s Purchasing Department may be grounds for rejection. Any bid may be withdrawn by the bidder by contacting the bid administrator prior to the scheduled closing time for receipt of bids. All oral clarifications or modifications of these specifications and or conditions are void and have no effect. District reserves the right to reject any bid that contains unauthorized conditions or exceptions.

    • SIGNATURE

      Bid Forms must be signed by one or more individuals with authority to bind the bidder to the bid proposal. All bid proposals without the appropriate signature(s) may be deemed non-responsive and may result in the rejection of the bid proposal. The bidder’s legal name shall be fully stated.

    • ERRORS

      If a bidder discovers any ambiguity or error such as a conflict, discrepancy, omission, or other errors in the Bid documents, bidder shall immediately notify the District in writing via the OpenGov Question and Answer section. Please note the deadline for submitting clarification questions.

    • MODIFICATIONS

      Changes in or additions to the bid form, recapitulations of the work bid upon alternative bids or any other modifications of the bid form which is not specifically called for in the contract documents will result in the District's rejection of the bid as not being responsive to the invitation to bid.

      No oral or telephonic modifications of any bid submitted will be considered and no modifications will be accepted via telegram.

    • ERASURES

      The bid submitted must not contain any erasures, interlineations or other correction unless each such correction is suitably authenticated by affixing in the margin immediately opposite the correction of the signature or signatures of the person or persons signing the bid.

    • EXAMINATION OF SITE AND CONTRACT DOCUMENTS

      Each bidder shall attend the pre-bid conference and, to become acquainted with the conditions relating to the construction and labor so that the facilities, difficulties, and restrictions attending the execution of the work under the contract may be fully understood. Bidders shall thoroughly examine and be familiar with the drawings and/or specifications. The failure or omission of any bidder to receive or examine any contract documents, form, instrument, addendum, or other document or to visit the pre-bid sites and become acquainted with the conditions there existing shall not relieve any bidder from obligations with respect to the bid or to the contract.

      The submission of a bid shall be taken as prima facie evidence of compliance with this section.

    • WITHDRAWAL OF BIDS

      Any bid may be withdrawn by the bidder either personally, by written request, or by telegraphic request confirmed in the manner specified above, at any time prior to the scheduled closing time for receipt of bids.

    • AGREEMENT AND BONDS
      • BID BOND
        Each bid must be accompanied by a Bid Guaranty in the form of a Certificate of Deposit, Certified or Cashier’s Check, or Bidder’s Bond, in an amount equal to at least ten percent (10%) of the Bidder’s Total Bid Price. The Bid Guaranty will be retained by the District and applied to any and all damages sustained by the District in the event that the successful Bidder fails or refuses to enter into the Contract awarded to it and to furnish all required bonds and Certificates of Insurance.
      • PAYMENT BOND
        The successful bidder shall be required to furnish a Payment Bond in the amount of one hundred percent (100%) of the Total Bid Price. Pursuant to Public Contract Code Section 22300, the successful Bidder may submit certain securities in lieu of the Owner withholding retention of payments during the Project.
      • PERFORMANCE BOND
        The successful bidder shall be required to furnish a Performance Bond in the amount of one hundred percent (100%) of the Total Bid Price. Pursuant to Public Contract Code Section 22300, the successful Bidder may submit certain securities in lieu of the Owner withholding retention of payments during the Project.

      The lowest responsible bidder shall have 15 calendar days from the date of the notification of the "Intent to Award," to assemble properly executed bonds and signed agreements and return them to the Purchasing Department. Failure to meet this requirement will result in the bidder being "non-responsive" and be cause for rejection of their bid. The bond holder must have a "Best" rating of "A" or higher.

    • INTERPRETATION OF PLANS AND DOCUMENTS

      If any person is in doubt as to the true meaning of any part of the contract documents, or finds discrepancies in or omissions from the drawings and specifications, a written request for an interpretation of correction thereof may be submitted to the District. The person submitting the request shall be responsible for its prompt delivery. Any interpretation or correction of the contract documents will be made only by written addendum duly issued and a copy of such addendum will be mailed or delivered to each person receiving a set of the contract documents. No oral interpretation of any provision in the contract documents will be made to any bidder.

    • BIDDERS INTERESTED IN MORE THAN ONE BID

      No person, firm, or corporation shall be allowed to make or file or be interested in more than one bid for the same work unless alternate bids are specifically called for in the Notice Inviting Bids issued by the District. A person, firm, or corporation that has submitted a sub-proposal to a bidder, or that has quoted prices of materials to a bidder, is not thereby disqualified from submitting a proposal or quoting prices to other bidders or making a prime proposal.

    • AWARD OF CONTRACT

      The District reserves the right to reject any or all bids or to waive any irregularities or informalities in any bids, or in the bidding. The award of the contract, if made by the District, will be to the lowest responsible bidder thereof. District reserves the right to award all or part of this contract to the lowest responsible bidder(s).

    • ALTERNATES

      If alternate bids are called for, the contract may be awarded, at the election of the governing board, to the lowest responsible bidder on the base bid or on the base bid and any alternate or combination of alternates.

    • EVIDENCE OF RESPONSIBILITY

      A bidder whose bid is under consideration for the award of the contract must have submitted to the District, at the time of bid, satisfactory evidence showing the bidder 's licenses, financial resources, construction experience, and organization available for the performance of the contract.

      As of July 27, 2016, all prequalification questionnaires must be submitted electronically through the Quality Bidders program powered by Colbi Technologies. All contractors interested in working with the District on Public Works Projects must register at www.Qualitybidders.com. Once registered, you must log in, complete and submit the electronic Prequalification Questionnaire.

    • CONTRACTOR'S QUALIFICATION STATEMENT

      In order for the District to determine the successful bidder, the bidder shall submit, at the time he submits his/her bid a completed application for prequalification through www.Qualitybidders.com. Failure to successfully submit this application will be cause for rejection of the bid.

      The procedure for submitting this required information is outlined in he section above titled: EVIDENCE OF RESPONSIBILITY.

    • LISTING SUBCONTRACTORS

      Each bidder shall submit a list of the proposed subcontractors on this project as required by the Subletting and Subcontracting Fair Practices Act (Government Code Section 4100 et seq.).

    • EQUAL OPPORTUNITY

      The bidder shall certify that he is an Equal Opportunity Employer and has made a good faith effort to improve minority employment and agrees to meet federal and state guidelines.

      No discrimination shall be made in the employment of persons upon public works in this project because of the sex, race, color, national origin or ancestry, religion, or handicap of such personnel.

      Complete the Equal Opportunity Certification requirement in the bid documents provided.

    • MANDATORY CONFERENCE AND PRE-BID INSPECTION
      1. A mandatory pre-bid conference and walk through for all bidders will be held on:
        Tuesday, April 21, 2026 8:00 am
        At the following location:
        Two Bunch Palms Elementary School, 14-250 West Drive, Desert Hot Springs, CA 92240
      2. It is mandatory that each bidder have an authorized representative attend this meeting so that a clear understanding of the scope and detail of the work may be understood. Failure to be represented at this pre-bid conference will result in the rejection of your bid. It is the bidder’s responsibility to arrive on time to ensure their firm's participation is noted.
      3. To help eliminate any confusion as to the exact scope of work, a pre-bid conference will be held to discuss the anticipated work. The District will also conduct site visits following the pre-bid conference. THIS WILL BE THE ONLY OPPORTUNITY TO INSPECT SITES PRIOR TO BID.

        *Note: Plan for up to one hour for this online mandatory meeting.
    • COMPLETION OF WORK AND LIQUIDATED DAMAGES

      Each portion of the project shall be commenced on or before the date required by the District and shall be complete by the Contractor in the time frame specified by the District. This date will be pre-determined by the District. By accepting any project, the contractor acknowledges that he is aware of the start and completion dates of the project and agrees to complete the project on time or be subject to liquidated damages in the amount of one thousand dollars ($1,500.00) per site per each calendar day that the work remains incomplete beyond the completion date.

    • UNIT PRICE PER SCHEDULE

      Bidders are required to submit a unit price bid for each category of work as a component of their bid package. The estimated percentage of each type of work to be performed, relative to the total contract, appears before each unit cost that the bidder must provide. These percentages will be multiplied by the bidder’s unit price to establish a total weighted average to evaluate the overall cost competitiveness of the bidder. The weighted average costs will be totaled to establish a composite bid total for purposes of establishing the lowest apparent bid. Some of the work to be performed under this contract may be done during times when school is not in session. This means all prices shall be inclusive for work done on weekend, holidays, and after normal school operating hours.

      Incidental costs - The foregoing bid must include California state sales tax, bonds, insurance and all costs incidental to the contract as applicable.

      All prices provided for each bid item shall be inclusive of all direct costs of the covered work (including all direct costs of subcontractors and suppliers), plus a proportionate share of the costs for general requirements, overhead, insurance, applicable taxes, and any other indirect costs and profit.

      Bidders are strongly discouraged from submitting unbalanced bids. As used herein, the term “unbalanced bid” is defined as any bid that does not include a reasonable proportionate allocation of indirect costs and profit to each bid item indicated in the Schedule of Bid Prices. The District reserves the right to reject any unbalanced bid if the District determines that there is a reasonable doubt that an acceptance of the bid will not result in the lowest ultimate cost to the District with regard to the work.

      The District reserves the right to delete any bid item in its entirety and/or significantly reduce the quantity of work under a bid item. The District makes no representation that any work under a bid item will be performed during the course of the Project or that the work will be performed at the quantities indicated in the Schedule of Bid Prices. Contractor shall not be entitled to payment of the indirect costs and profit included for said bid item. All bid items shall be considered distinct and severable from the remaining bid items and each Bidder acts at its peril if its bid is unbalanced.

    • FINGERPRINTING REQUIREMENTS

      Upon award of the Contract, the Contractor will be required to comply with the Palm Springs Unified School District's fingerprinting requirements.

    • DEBARMENT, SUSPENSION, & EXCLUSION

      The successful bidder shall certify, that neither it nor its principals is presently debarred, suspended, proposed for debarment; declared ineligible, or voluntarily excluded from participation in the transaction by any Federal department agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contract and subcontracts. Were the bidder or any lower tier participant is unable to certify to this statement; it shall attach an explanation to this proposal.

    • BID PROTESTS

      A bidder may protest a bid award if they believe that the award was inconsistent with Board policy or the bid’s specifications or was not in compliance with law. Protests based upon restrictive requirements or alleged improprieties in the bidding procedure shall be filed in writing with the Director of Purchasing at least five (5) calendar days prior to bid opening. The protest must clearly specify in writing the grounds and evidence on which the protest is based.

      Protests based upon the District staff’s recommendation for award of the Contract shall be submitted in writing to the Director of Purchasing within forty-eight (48) hours of receipt of notice of staff recommendation of award. The protest must clearly specify in writing the grounds and evidence on which the protest is based. Failure to comply with any of the requirements set forth herein may result in rejection of the protest. A protest must be filed in writing (e-mail is not acceptable) within 5 business days after opening of bids to:

      Purchasing Services
      ATTN: Director of Purchasing
      150 District Center Drive
      Palm Springs, CA 92264

      The bidder shall submit all documents supporting or justifying the protest. A bidder’s failure to timely file a protest shall constitute a waiver of his/her right to protest the award of the contract.

    • BID EVALUATION

      The evaluation criteria listed is not necessarily an all-inclusive list. While price will be the most heavily weighted criteria, the order of appearance is not intended to indicate relevance of importance. The following scoring criteria will be followed to identify responsible, responsive bidders:

      • Price of the Bid:The total cost of the bid.
      • Firm’s Qualifications:Firms competency to perform the required services detailed in the SCOPE OF WORK, as indicated by:
        • Firm possesses the required certifications and licenses.
        • Firm’s experience and expertise with projects similar to the current SCOPE OF WORK
      • Firm's Capacity to Perform:Firms capacity to perform the required services detailed in the SCOPE OF WORK, as indicated by:
        • Firm’s past performance / References
        • Firm’s financial capacity
        • Firm’s prequalification score
      • Bid Format, Organization, and Clarity:Adherence to the Bid requirements, including completion of all required forms, provisions of all requested information and adequacy of responses.
        • Bids will be graded by how legible, clear, and comprehensive they are.

    Submission Requirements

    • N/A
    • Pre Bid Meeting and Job Walk (required)

      Please choose the following the best suits the project

    • Contract Time (required)

      Please indicate the Contract Time in Days

      Example: 75

    Key dates

    1. April 8, 2026Published
    2. May 5, 2026Responses Due

    AI classification tags

    Frequently asked questions

    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

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.