Loading...
Project 2016-03E LQ Landscape Renovation Improv Rancho Ocotillo (06.19.2020 & 06.26.2020)-I _u D ? O CL o D (D CL N y w o v J w O 0 0 C.nf,ZC CWTn1 0Z ° ° N f1 C9WNC Q_9C C0C~ C Al l M� c Ow n n e�w„ a, -'a7teM _ ��oa7�u�� nM � =_.n�G in 'Ong wnc 0. ro u•� =CaonC mwty r2gmc ca •. m0 owon a`$ 5.p3��°.,'^.�i,3, , o �yy `A �• 7� "'� �. •D•'.�av° 3a =p,.CWO .pig° m �R 3_Q° y C7 tp° `� j m 23 _T M n n G m y'o � •d.. � rp a of ° p' a- aV. 'C �_ � -* Q � •w• �' 0 W 1�.1 Sly �`�• CQ. a °aN N C Q1 n 5 ? O R, -a 0 0. qs as -o ir a o� Awo won C_ azwp�-a7W a'csar n�°� a gop 6wn°S_a O� 3 (sort Mw vO�i mapnp c.t? a 0R��, mdm m. N m, :,E WCC p� aanam yw'n�7.4a no� ij ema. -3�P °xm CL 3' a `C p ° CD m N w x^oangpvo. am siraaro S �rro P :, rN a/�� naa F 55 C�1.' w�:Ln �.�n RNA Ood� SD G M =j O'=I ami a 0E'a yam CD . ca q. w as m 7y -W:gc� bar--rr roe !���c�• 5� cam• �- �nQWV-a Fuoa co aM 0 n 0$� rn C CDD F,+ GA QfYq'G WN O cL 3 3'w 3 wd a� .�Q�»w n� .3co n M_ -so O r`-j`SO CD --' c N.a CD (D O w3p7l Q � CN o-ni�.°�•.�raa3q� CD Al �--t W TMM � w � R gig 7y�C °ice °h� d �°V.�d�� � N�w ° m a• � � s CDD as 'n_w • `� rai Nom o °�° M '"'oa �.�+� CD W w �••�a N� O �01gvn=55a D `� w m (D rr o 1-11 l c �n o z o� Fh cn y N ro O 0 o O� m =I'D 00 CD PO ° nUq o y rn a _,J) oEn C 0a p w CCD o o _ �' cC`o ? O a. C O C_ O p1 N IJ CD PD ry < CD IQ O n. rD " n O — `e n v CD ew0 0C] ,� N (D i -i O G C �. 't3 C O. CD 0 CD COL (an N CD C.nf,ZC CWTn1 0Z ° }M Z•�.m JW �N JS a gmooaoca -•CC C9WNC Q_9C C0C~ C o^Ga� � enxW ^7 'v T° �6a ado M� c Ow n n e�w„ a, -'a7teM _ ��oa7�u�� nM � =_.n�G g,° P 35.tC 'Ong wnc 0. ro u•� =CaonC mwty r2gmc ca 3a owon a`$ 5.p3��°.,'^.�i,3, 32�a�� m� n? 73 a� 7� "'� A�M �'`Za pnp N�O.T •D•'.�av° 3a =p,.CWO .pig° m �R 3_Q° y C7 tp° `� j m s _T M n n G m y'o � •d.. � rp a of ° p' a- aV. 'C �_ � -* Q � •w• �' 0 W 1�.1 Sly �`�• aip a °aN CT ,°_, 01m y w�, ro'�sAy r'w.ti'- 5 ? 0 R, -a 0 0. qs as -o ir a o� Awo won C_ azwp�-a7W a'csar n�°� a gop 6wn°S_a O� 3 (sort Mw �f. mapnp c.t? a 0R��, mdm m. N m, :,E WCC p� aanam yw'n�7.4a no� ij ema. -3�P °xm CL 3' a . -+a an M o rov m o c gaa�S x^oangpvo. am siraaro S �rro P :, rN a/�� naa ay 55 C�1.' w�:Ln �.�n RNA Ood� SD G A =j O'=I mr a 0E'a yam a�.a ca q. D as m wns 3^2' -W:gc� bar--rr roe !���c�• 5� cam• �- �nQWV-a Fuoa o aM m 0$� �'��xn° °ha D,Y�N roN0e �R GA QfYq'G WN m m 3 3'w 3 wd a� .�Q�»w n� .3co c M_ -so r`-j`SO vrod � --' c N.a n=.=° D 3° a w3p7l o-ni�.°�•.�raa3q� X33nac3 tonJ'°-�3 TMM � C� '�} s(�n1'4 `� � R gig 7y�C °ice d �°V.�d�� N0 N�w ° m a• nONpµ 3 �yNT�0 Clm w a s �a as 'n_w a vs�90 m M'o rai Nom pa w aS.°'wo M '"'oa �.�+� 0�u�-,'� 0�oa�rt�.y c� �••�a N� �01gvn=55a oa,c mn n mN µy" z`�'•o cn nD O > C m -n C 'D On WO -n D C:C7 O X n m ; O O -n Z Z E5 D M Cl) cn n an �c ns$,maEc ngi�3mcmm xw ao3 3oD3n•°.�v� S aa3^?�, c' o T7 w j°" n", w�io a� 3u-0-5. »,nyQ �� K3y�w �Oa nn °:G, "..nom n `� q,Fi^n'.w'r S tl•to0. zas ao2� -p'n3�w «f oci �'y o Mom— ` mm �_a - n � 5: ME =b ^3o r�a33!°z v- vnn0 � 3�•c�aG; 02 v c 3�•d$.���3=mD•mwog3/�'mp dip t. ma -0 °7�p anm�{f1 pO ntiZ, N JF �m'x .ate y :ptD xn C1o.T y'c�n q, pY7 � ~` wg0 S°p pa '0n m 37°G-07, u. 0-,- q, �•a Cr1 A' �_ �•a 30'`{ �...»w2 3Q'a �.t°•r�n aG=� pm c mm -i. r+iv LLn_- d 3� F[»d. "M onca _wow mm aha as«D`e 30 o3ra °donam*'vo•acw� *-p» JanaNNg 5c `�-43 a °a owc °. 3� wo�=r�i n�„m °:a�'°•�w i43. K.* Pd fl$ as o v m$VR0= 3m a�a^ conn^^»ao='�L1nS°sq`qoom tlp�� aim 75 N~a-t1o�nc °cwO-.+T�•�cn0��$�v`Pbi xe°7»e, Cola 3. �a$nwn4° a� p3�� e�aaw°n5ap doa3=•a�wvg x� *ro�?w ,n o'_, aD c n vNQa w_, :r=,=,F0•»�ap9t�on^ �p a amDti.D._� �n �'y° 3 rv°. Wig! ma- u w w 3� mNn o Ydc-•'om"a- ana-m p•+ g�rrn 'C= � 7 N v 7c ni5am m- ASO 7.,r7�"Q_• -M MZ v3, _Go2ry as _0-w m3 ®w a?^� s $r w� -"- g° yc an3�n Z ;l ^as.0.� �.n. Dnp >j Man °�} cn3N-M mi?�$m� sow ;.��wa o wusswr Bnto.D°R v� ` o °o u'r:1�33G'S-0 S• c3-1 e `D, p�D°D_ a�ar .���pSW 3 02 as S'� Er 0 E3-4 a33 Ix -mac ° ��ia,M.�anp. `3.3ww n 0 wM" °mn� m9 �N 3m owl n 3a �•�mco-wryR-ZQa3m m=H m � ^ �Dv R3 x.wyom ��'•e�a ��,. o? c �� ap rom odo w.N};o��0e�'m ;-1 -0 0. 4'7-p�� 1Tn �p SCO ch =t C d CMC 3�3a �q TQ.RGaDG .D rod ai -�v 3Q $ c�»�» •a'��c �� np mT o r� nry� ??j nnp� a�4'a •no 3. ri c A ..tron �[i?sN�ms a> > oow =•opo a�'tlnp�.��ry�$ r4dn °,matyn�Qo-� �as�a �� Ha 'ori m one 3=a3 5;13 �`e�»�a c�a^m� 01- °: coroaS� Nn dd1On G.w TD an ?�nW .*O�.' a S n`p Aw �yh �aO.n r�MN3 � Ow Vie.m TT�xw a 3 vy n nm �N�-.s *'m�3';ov = No Q w--Ndww.Ngc nwz nC qoo �wW ry - - cm n. m co ver 06+ wG•p 3lK w �T.. a in C w S A. Cr- Q wo hfl N^ S ,Lt.m. Ti NoF�,re� m m'3 m Styp c A c D Ox— 92Z< =aE ZOO N �GJ1OO W _ z W D Zm V m h�7 o °a D z M -i O T. v fD co M :3 o rn o W x [O v 01C" W -1 w nP Cw N O T v Ln fD CD W CD o W Ln CD xN A 6) w C: 0 o =3o o v o 3 00 a v INVITATION TO BID PROJECT No. 2016-03E LA QUINTA LANDSCAPE RENOVATION IMPROVEMENT RANCHO OCOTILLO SEALED 9ID5 vrilI be received by the City of La Quinta J01y) at the Oliice of the City Clerk loteted at 76-495 Calle Tampico, La 4umta, Californla. 92253, untll 1B.,00 A-M. on Thursday, July 9, 2020 at which time they will be publicly r penod and read for performing work as follows: The proposed projett consists of removing designated curt and plant material and sidewalk rrcanatructlon along the parkway, median, and r-etentfon basins In North La Quints at the Ocotillo Developed located at the sautheast carrier of Fred Waring Drive and Adams Street, Turf will he replaced whit drought tolerant landscaping and irrigation. The plant palette shall include cresia rubble, multi -colored crushed rock, and 'Hickory Creek' boulders of varying sizes with minimal use of drought tolerant plants and reuse of designated exhting plant material. In addition, the existing perimeter wall and planter wall shall be leaned or painted as noted in the plans. Existing lighting and electrical shall be modified. All project work and incidental items to complete the project shall be performed in accordance with the plans, specifiCations, and other provisions of the contract. All the above improvements are to be constructed in a workmanlike manner, leaving the entire project in a neat and presentable condition. Refer to Sections 3000 and 4000 for mare informatlen. This project shall be completed within 120 working days from the date r2sped ed In the Notice to Proceed. Time for the commencement and completion work is important and is to be of the essence of the Contract. The successful bidder should plan to order any long lead time equipment items immediately following 'Notice of Award', A field meeting is scheduled for 10:W A.M., Tuesday, June 23. 2026 at the southeast corner of Fred Waring Drive and Adams Street. All pre -Lid questions must be submitted In writing to uayortalaqulntara.gov by July 2, 2020. Complete sets of the bldding documents maybe purchased online at: www.planitplanroom.com itplanroom.com IMPORTANT: If you are not on the plan holders list through Planit Planroom you will not receive addendums. its the responsibility of the bidder to ensure that they are placed on the plan holders list Bidding procedures are prescribed in the Project Specifications. Bids shall be executed upon the forms bound and made a part of said Spetlfications. Bid security in an amount not less than ten percent (10%) of the total bid dollar amount and conforming to the prestrIbed bldding rocedures is required to be submitted with each bid, as a guaranty to be forfeited should the bidder, if awarded the co ntrart, fail to enter Into the same, or fails to furnish In a timely manner the bonds andhx proof of insurance. The City reserves the right to reject any or all blds, and to walve any Irregularities in the bids. BTd tog sheets ran be found at hrtp;/u'wow.laquintaca_govliausinessldesiya-sod= developmantJbid-an-jobs. Pursuant to the provlslons of California labor Code Section 6707, each bid submitted Tn response to this Invitation to Bid shall contain, as a bid item, adequate sheeting, shoring, and bracing, or equivalent method, for the protection of rite and limb in trenches and open excavation, which shall conform to applicable safety orders- By. listingg this sum, the bidder warrants that its action does not convey tart liability to sting City. Its consultants, and their employees, agents, and sub -consultants. Pursuant to Section 1770, et seq., of the California Labor Cade, the successful bidder shall pay not less than 'She prevailing rate of per dimrl wages as de Lermfned by the Director of the Call farnia Department of Industrlal Relations. These w e rates are available from the California Department of Industrial Relatione rrternet website at httpJMiww,dir.ca.gov: Pursuant to Section 1725.5 of the California labor Code, no contractor or subcontractor may be awarded a contract for public work on a public works project .unless registered with the Department of Industrial Relations at the time the contract Is awarded. Contractors and subcontractors ma find additional information for registering at the Department el' Industrial filtions webshe at http:IMrww,dir.ca.gavlPublic-WorksfPulalftWorks,html . Pursuant to Labor Code 5ectlon 1771.1, no contractor or subcontractor may be listed on a bid proposal far a public works project submitted an or after March 1, 2015 unless reglstered with the Department of Industrlal kelatfons. furthermore, all bidder; and contractors are hereby notified that no contractor or, subcontractor may be awarded, on or after April 1, 2015, a contract for Pvblic vvork on a public works project. unless registered wlth the Department of ndustrial Relations. Pursuant to Labor Code section 1771.4, all bidders are hereby notified that this Qett is subject to compliance monitoring and enforcement by the artmentof Intlusttfal Relations. Pursuant to S8854, all contractors and subcontractors must furnish electronic certified payroll records directly to the Labor Commissioner (aka Division of Labor Standards Enforcement). All contractors and subcontractors must also provide a copy and proof to the City of online submittal within 2 days of online submission. Pursuant to Public Contract Code Section 22300, for monies earned by the Contractor and withheld by the City to adore the performance of the Contract, the Contractor may, at its option, choose to substitute securities meeting the requirements of said Public Contract Code Section 22308. All bidders shall be licensed under the provisions of Chapter 9, Division 3 of the Business and Professions Code of the State of California to do the Type of work contemplated In the project. In accordance with provisions of California Public Contract Code Section 3300, the City has determined that the General Contractor shall pdssess a valid Class A and/or Class 27 {Landscaping Contractor). at the time that the bid is submitted. Subcontractors shall possess valid, suitable licenses for the work they will perform; all electrical work shall be performed by a licensed C•10 (Electrical Contractor). Failure to possess the specified licenses) shall render the Bid as non -responsive. Failure to possess the specified license(s) shall render the bid as non -responsive. The successful bidder will be required to furnish a Labor and Materials bond in the amount equal to one hundred percent (1009%) of the Contract price, as well as a Faithful Performance Bond, in the amount equal to one hundred percent (100%) of the Contract price. Each bidder shall submit with its laid a statement setting forth its experience on the forms included in the Bid Proposal. Telephones will not be available to bidders. Bid forms received after the designated time will not be accepted. Bidders and their authorized agents are invited to attend. No bidder may withdraw its bid for a period of sixty (60) days after the date set for the opening of bids. Approved. By: Date: Bryan McKinney, P.E. Public Works Director? City Engineer ruoiisnea ny: Date: Monika Radeva City Clerk Pub: 6/19, 6/26/2020 Order Confirmation for Ad #: 0004238078 Customer: Address: Acct. #: Phone: Ordered By: CITY OF LA QUINTA CITY OF LA QUINTA TDS-CIT051 Dianne Hansen 78495 CALLE TAMPICO LA QUINTA CA 92253 USA 7607777057 OrderStart Date: 06/19/2020 Special PricingTear Sheets Affidavits Net Amount Blind Box Tax Amount Promo Type Total Amount Materials Payment Method Payment Amount Amount Due 0 1 $1,370.60 $0.00 $1,370.60 $0.00Invoice $1,370.60 Order End Date: 06/26/2020 Size 2 X 155.00 Sales Rep: dlindberg Order Taker: dlindberg 06/12/2020Order Created Ad Order Notes: End DateStart Date# InsProduct 06/19/2020 06/26/2020 2TDS-DesertSun.com 06-19-20, 06-26-20, 06/19/2020 06/26/2020 2TDS-The Desert Sun 06-19-20, 06-26-20, * ALL TRANSACTIONS CONSIDERED PAID IN FULL UPON CLEARANCE OF FINANCIAL INSTITUTION Invitation to Bid 1100-1 SECTION 1100 INVITATION TO BID PROJECT NO. 2016-03E LA QUINTA LANDSCAPE RENOVATION IMPROVEMENT RANCHO OCOTILLO SEALED BIDS will be received by the City of La Quinta (City) at the Office of the City Clerk located at 78-495 Calle Tampico, La Quinta, California, 92253, until 10:00 A.M. on Thursday, July 9, 2020 at which time they will be publicly opened and read for performing work as follows: The proposed project consists of removing designated turf and plant material and sidewalk reconstruction along the parkway, median, and retention basins in North La Quinta at the Ocotillo Developed located at the southeast corner of Fred Waring Drive and Adams Street. Turf will be replaced with drought tolerant landscaping and irrigation. The plant palette shall include cresta rubble, multi-colored crushed rock, and ‘Hickory Creek’ boulders of varying sizes with minimal use of drought tolerant plants and re-use of designated existing plant material. In addition, the existing perimeter wall and planter wall shall be cleaned or painted as noted in the plans. Existing lighting and electrical shall be modified. All project work and incidental items to complete the project shall be performed in accordance with the plans, specifications, and other provisions of the contract. All the above improvements are to be constructed in a workmanlike manner, leaving the entire project in a neat and presentable condition.Refer to Sections 3000 and 4000 for more information. This project shall be completed within 120 working days from the date specified in the Notice to Proceed. Time for the commencement and completion of the work is important and is to be of the essence of the Contract. The successful bidder should plan to order any long lead time equipment items immediately following “Notice of Award”. A field meeting is scheduled for 10:00 A.M., Tuesday, June 23, 2020 at the southeast corner of Fred Waring Drive and Adams Street. All pre-bid questions must be submitted in writing to uayon@laquintaca.gov by July 2, 2020. Complete sets of the bidding documents may be purchased online at: www.planitplanroom.com IMPORTANT:If you are not on the plan holders list through Planit Planroom you will not receive addendums. It is the responsibility of the bidder to ensure that they are placed on the plan holders list. Bidding procedures are prescribed in the Project Specifications. Bids shall be executed upon the forms bound and made a part of said Specifications. Invitation to Bid 1100-2 Bid security in an amount not less than ten percent (10%) of the total bid dollar amount and conforming to the prescribed bidding procedures is required to be submitted with each bid, as a guaranty to be forfeited should the bidder, if awarded the contract, fail to enter into the same, or fails to furnish in a timely manner the bonds and/or proof of insurance. The City reserves the right to reject any or all bids, and to waive any irregularities in the bids. Bid log sheets can be found at http://www.laquintaca.gov/business/design-and-development/bid-on-jobs. Pursuant to the provisions of California Labor Code Section 6707, each bid submitted in response to this Invitation to Bid shall contain, as a bid item, adequate sheeting, shoring, and bracing, or equivalent method, for the protection of life and limb in trenches and open excavation, which shall conform to applicable safety orders. By listing this sum, the bidder warrants that its action does not convey tort liability to the City, its consultants, and their employees, agents, and sub-consultants. Pursuant to Section 1770, et. seq., of the California Labor Code, the successful bidder shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations. These wage rates are available from the California Department of Industrial Relations’ Internet website at http://www.dir.ca.gov. Pursuant to Section 1725.5 of the California Labor Code, no contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations at the time the contract is awarded. Contractors and subcontractors may find additional information for registering at the Department of Industrial Relations website at http://www.dir.ca.gov/Public-Works/PublicWorks.html . Pursuant to Labor Code section 1771.1, no contractor or subcontractor may be listed on a bid proposal for a public works project submitted on or after March 1, 2015 unless registered with the Department of Industrial Relations. Furthermore, all bidders and contractors are hereby notified that no contractor or subcontractor may be awarded, on or after April 1, 2015, a contract for public work on a public works project unless registered with the Department of Industrial Relations. Pursuant to Labor Code section 1771.4, all bidders are hereby notified that this project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Pursuant to SB854, all contractors and subcontractors must furnish electronic certified payroll records directly to the Labor Commissioner (aka Division of Labor Standards Enforcement). All contractors and subcontractors must also provide a copy and proof to the City of online submittal within 2 days of online submission. Invitation to Bid 1100-3 Pursuant to Public Contract Code Section 22300, for monies earned by the Contractor and withheld by the City to ensure the performance of the Contract, the Contractor may, at its option, choose to substitute securities meeting the requirements of said Public Contract Code Section 22300. All bidders shall be licensed under the provisions of Chapter 9, Division 3 of the Business and Professions Code of the State of California to do the type of work contemplated in the project. In accordance with provisions of California Public Contract Code Section 3300, the City has determined that the General Contractor shall possess a valid Class A and/or Class 27 (Landscaping Contractor),at the time that the bid is submitted. Subcontractors shall possess valid, suitable licenses for the work they will perform; all electrical work shall be performed by a licensed C-10 (Electrical Contractor). Failure to possess the specified license(s) shall render the bid as non- responsive. Failure to possess the specified license(s) shall render the bid as non- responsive. The successful bidder will be required to furnish a Labor and Materials bond in the amount equal to one hundred percent (100%) of the Contract price, as well as a Faithful Performance Bond, in the amount equal to one hundred percent (100%) of the Contract price. Each bidder shall submit with its bid a statement setting forth its experience on the forms included in the Bid Proposal. Telephones will not be available to bidders. Bid forms received after the designated time will not be accepted. Bidders and their authorized agents are invited to attend. No bidder may withdraw its bid for a period of sixty (60) days after the date set for the opening of bids. Approved By: Date: Bryan McKinney, P.E. Public Works Director/ City Engineer Published By: Date: Monika Radeva City Clerk End of Section 6/11/20 Digitally signed by Bryan McKinney DN: cn=Bryan McKinney, o, ou, email=bmckinney@laquintaca.gov, c=US Date: 2020.06.11 15:14:44 -07'00' June 11, 2020