Privately Funded
Bidding Soon
Documents Available
Publicly Funded
Addenda Available
Post-Bid
Published July 15, 2025 at 8:00 PM
Updated July 16, 2025
Demolition, site work, renovation and addition to a transportation facility in Palm Springs, California. Completed plans call for the addition of a transportation facility; for the demolition of a transportation facility; for the renovation of a transportation facility; and for site work for a transportation facility.
PSP Baggage Handling in-line System Airport Project The engineer's estimate is $70m USD to $90m USD. N-2 DESCRIPTION OF THE WORK: The work comprises modifications to the existing Palm Springs International Airport Baggage Handling System to a new full In-Line Baggage Handling System. This work is inclusive of all necessary provisions for building expansion. Additionally, a new sortation system and associated environmental canopy protection is included as well as any required site work, demolition, installation, et al. Necessary for a turnkey BHS solution as outlined in the contract drawings. N-3 OBTAINING OR INSPECTING CONTRACT DOCUMENTS: b) Contract documents may also be downloaded electronically without charge, by registering as a bidder. The City has partnered with PlanetBids to announce and distribute all solicitations for engineering capital improvement projects. Only companies that are registered will be eligible to bid and/or propose on the project. A digital copy of said contract documents are available on-line at website. c) There are several public agencies that utilize website, each with their own portal. Registration with website must be made individually with each agency. Bidders must register with the City of Palm Springs' portal to ensure receipt of any Addenda issued by City on this Project. N-4 QUESTIONS: All questions about the meaning or intent of the Bid Documents are to be submitted in writing on the Questions tab within website. Questions submitted after 2:00 PM PT on MARCH 4TH, 2025, will not be accepted. Answers will be released in website for everyone to review. N-5 CONTRACTOR'S LICENSE CLASSIFICATION: The Contractor shall possess a valid Class A Contractor's License for the State of California, at the time of submitting bids. N-6 BID SECURITY: Each bid shall be accompanied by an electronic copy to demonstrate proof of a certified or cashier's check or a Bid Bond in the amount of 10 percent (10%) of the total bid price, payable to the City of Palm Springs. The original will be collected from the apparent lowest responsive bidder and shall match the electronic copy. N-7 BIDS TO REMAIN OPEN: The Bidder shall guarantee the total bid price for a period of 120 calendar days from the date of bid opening. N-8 CALIFORNIA WAGE RATE REQUIREMENTS: The Contractor shall pay the general prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations (DIR) of the State of California for the locality where the work is to be performed. All contractors and subcontractors must furnish electronic certified payroll records directly to the Labor Commissioner using the DIR's electronic certified payroll reporting system. A copy of said wage rates is available on-line at website. The Contractor and any subcontractors shall pay not less than said specified rates and shall post a copy of said wage rates and other notices prescribed by regulation at the project site. N-9 PUBLIC INTEGRITY DISCLOSURE FORM: The City's Public Integrity Ordinance advances transparency in municipal government and assists public officials in avoiding conflicts of interest. Section 2.60 of the Palm Springs Municipal Code, reflects the City's interest in ensuring companies (and other legal entities that are not natural people) doing business with the community are transparent and disclose to the City the identity of each owner or investor of any disclosed entity who owns a beneficial interest of five percent (5%) or more of the entity in question. a) You must file this form with your bid. b) 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.). You must make these disclosures in relation to the applicant entity, and also in relation to any related entity that owns a part of, or makes a profit based upon the business of the applicant entity. Disclosures may include parent, subsidiary or affiliated entities of the applicant entity; if any 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). c) The names of persons owning a beneficial interest of five percent (5%) or more in your entity, Owners/investors who have such an interest hold either investment power or voting power, i.e., they can (i) sell or transfer their interest, or (i) vote their interest in management decisions. N-10 PROJECT LABOR AGREEMENT: The Work is subject to the City's Community Workforce Agreement dated August 31, 2021 ("CWA" or "Project Labor Agreement" or "PLA"), a copy of which is on file with the City, available upon request, and incorporated herein by reference as if fully set forth herein. The Contractor will be required to agree to the following and those further provisions set forth in section 13 to the Agreement of the Contract Documents: Contractor and all subcontractors of Contract of any tier shall at all times, comply with the requirements of the PLA in the prosecution of the Work. Contractor has executed or agrees to execute and be bound by the terms of the PLA either directly or through the Letter of Assent (a form of which is attached to the PLA as "Attachment A" and referred to herein as the "LOA"), and Contractor shall furnish evidence of compliance with the same to City prior to the commencement of any Work. Contractor further agrees to require, or has already required, each of its subcontractors, of whatever tier, to agree in writing in the form of a LOA to be bound by each and every provision of the PLA prior to the commencement of Work, and Contractor shall furnish evidence of compliance with the same to City prior to the commencement of any Work or at the time of such subcontract, whichever occurs first. N-11 AWARD OF CONTRACT: The City reserves the right after opening bids to reject any or all bids, to waive any informality (non-responsiveness) in a bid, or to make award to the lowest responsive, responsible bidder, and reject all other bids, as it may best serve the interest of the City. If there are multiple and/or alternative bid schedules, bidders are required to complete and submit a bid on all bid schedules. As a condition of award, the successful bidder will be required to submit payment and performance bonds and insurance. As a condition of award, the contractor and any subcontractor listed on the bid must be registered with the Department of Industrial Relations pursuant to Section 1725.5 of the California Labor Code. Bidders are advised that, as required by federal law, the City of Palm Springs is implementing Disadvantaged Business Enterprise requirements for this project. Bidders shall refer to the Special Provisions for the DBE requirements related to this contract. The DBE Contract goal is 12.0%. N-12 RETAINAGE FROM PAYMENTS: A retention on progress payments is withheld per the Special Provisions of the Contract Documents. The Contractor may elect to receive one hundred percent (100%) of payments due, from time to time, without retention of any portion of the payment by the City, by depositing securities of equivalent value with the City in accordance with the provisions of Section 22300 of the Public Contract Code. N-13 MANDATORY PRE-BID MEETING: The City will only consider bids submitted by those bidders who attended the mandatory pre-bid meeting. All other bids will be considered as nonresponsive and subject to rejection. N-14 FEDERAL WAGE RATES: The Federal minimum wage rates for this project as predetermined by the United States Secretary of Labor are included in the Contract. If there is any difference between the State or Federal wage rates, the Contractor and subcontractors shall pay not less than the higher of the two rates. The City will not accept lower State wage rates not specifically included in the Federal minimum wage determinations. This includes "helper" (or other classifications based on hours of experience) or any other classification not appearing in the Federal wage determinations. Where Federal wage determinations do not contain the State wage rate determination otherwise available for use by the Contractor and subcontractors, the Contractor and subcontractors shall pay not less than the Federal minimum wage rate, which most closely approximates the duties of the employees in question. Liquidated Damages $5,400 Estimated Bid Value $75,000,000 Start/Delivery Date June 2025 Project Duration 720 working days N-15 FEDERAL NON-DISCRIMINATION PROVISION: Bidders shall comply with the President's Executive Order No. 11246. N-16 FEDERAL INTEREST EXCLUSION: Any contract or contracts awarded under this Notice Inviting Bids are expected to be funded in part by a grant from the United States Government. Neither the United States nor any of its departments, agencies, or employees is or will be a party to this Notice Inviting Bids or any resulting Agreement. This procurement will be subject to regulations contained in 40 CFR Part 33 and 35. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document. Q&A Deadline 05/16/2025 2:00 PM (PDT) QA - 5/26/25 *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.
Award
Transportation Terminals
$71,774,497.00
Public - City
Addition, Demolition, Renovation, Site Work
Trades Specified
Division 00 - Lorem Ipsum
One Low Price
- One license and one market
- Details and key contacts on all bidding projects
- Organize your pipeline with a digital bid board
- Automatically match opportunities to your profile
- Saved searches deliver daily project leads to your email inbox
Market Pricing Around
- All Starter Product functionality
- Access to all documents (plans, specifications, and addenda)
- Access to planning projects
- Access to contact information
- Ability to Export
Find More Local Projects
Within 75 Miles of This Project
You’ve Reached the Free View Limit
Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.
Come back in [[refresh_days]] to get [[project_count]] more free projects.
May 28, 2025
July 28, 2025
3400 E Tahquitz Canyon Way, Palm Springs, CA
Related To This Project
Palm Springs, CA
--
Palm Springs, CA
Bid Date: Mar 04 2025
Palm Springs, CA
Bid Date: Mar 19 2025
Palm Springs, CA
Bid Date: Mar 19 2025
Palm Springs, CA
Bid Date: Mar 28 2025
Palm Springs, CA
Bid Date: Mar 31 2025
Palm Springs, CA
Bid Date: Mar 28 2025
Palm Springs, CA
Bid Date: Mar 27 2025
Palm Springs, CA
Bid Date: Mar 04 2025
Palm Springs, CA
Bid Date: Mar 05 2025
Palm Springs, CA
Bid Date: Jan 30 2025
Palm Springs, CA
--
Palm Springs, CA
Bid Date: Feb 25 2025
Palm Springs, CA
--
Palm Springs, CA
Bid Date: Feb 04 2025
Preview Active Commercial Construction Projects Like This One
Get preview access now—no credit card required.
