Loading...
Project 2020-03 Public Safety Camera System Citywide (Dec 18, 2020 & Jan 06, 2021)PROOF OF PUBLICATION STATE OF CALIFORNIA SS. COUNTY OF RIVERSIDE CITY OF LA QUINTA 78495 CALLE TAMPICO LA QUINTA CA 92253 I am over the age of 18 years old, a citizen of the United States and not a party to, or have interest in this matter. I hereby certify that the attached advertisement appeared in said newspaper (set in type not smaller than non pariel) in each and entire issue of said newspaper and not in any supplement thereof on the following dates, to wit: 12/18/2020. 01/06/2021 I acknowledge that i am a principal clerk of the printer of The Desert Sun, printed and published weekly in the City of Palm Springs, County of Riverside, State of California. The Desert Sun was adjudicated a Newspaper of general circulation on March 24, 1988 by the Superior Court of the County of Riverside, State of California Case No. 191236. I certify under penalty of perjury, under the laws of the State of California, that the foregoing is true and correct.. Executed on this 6th of January 2021 in Green Bay, Wl, County of Brown. DECLARANT Ad#:0004511059 P O : 2020-03 This is not an invoice # of Affidavits: 1 mediagroup PART OFTHE USA TODAY NETWORK PO Box 23430 Green Bay, WI 54305-3430 Tel: 760-778-4578 / Fax 760-778-4731 Email: legals@thedesertsun.com SECTION 1100 1NVi7ATION TO BID PROJECT NO. 2020-03 CITYWIDE PUBLIC SAFETY CAMERA SYSTEM SEALED BIDS will be received by the City of La Quinta (City) at the Office of the City Clerk located at 71-495 Calle Tampico, La Quinta, California, 92253, utiliz- ing one of the following methods: I. Mall in sealed bid package;. The bid must be received by the Clty no later than the bid opening time, 10:00 A.M. an Wednesday, January 13, 2021. City will not be responsible far mail delays and will not accept bids after the bid opening time and date regardless of post -mark. Z. Drop sealed bid package off at City Hall prior to bid opening date: City Staff will accept bids on January 11, 2021 and January 12. 2021, from 8 a.m. to 5 p.m. Please note that City Hall is closed to the public due to the recent "Regional Stay At Home Order" from the California Department of Public Health. A sign wfll be posted at the main entrance lobby doors with instructloos on how to contact City Staff when you arrive; once contacted City Staff will meet you at the door and accept the bid. 3. Drop sealed bid package off at City Hall at the official public opening at 10A0 A M, on Wednesday, January 13, 2021. Bids will net be acceptedafter this time. The public openfn will take place outside at City Hall's courtyard- aidders are required to wear a face covering to attend and practice social dMancing at least six -feet apart - Proposed work is as follows: The proposed'impromments include furnishing and installing a citywide camera network complete In place that connects to the City of La Quinta's existing com- munication network. The work Includes, but not limited to, furnishing and in- stalling pull boxes, radios, fiber optic cable and conduit, atlhernet cables, cam- eras, lhangersr networking equipment (e.g. Ethernet switches, patch panel, serv- er, software, work station with monitor, etc.), system Integration, training, and a three (3) year maintenance perlod. All project work and incidental items to complete the project shall be performed in accordance with the plans, speciflca- tions, and other provisions of the contract. All the above improvements are to b, constructed in a workmanlike manner, leavingg the entire project in a neat and presentable condition. Refer to Sections 3000 and 4000 for more Informa- tion. Tlhls Pt ct shall be completed within EO working days from the date specified in the NNotice 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 }toms immediately following "Notice of Award". A pre-bld conference is scheduled for 10:00 A.M., Monday, December 21, 2020. The pre - bid conference will be held at City of La Quinta, City Hall located at 78- 405 Carle Tampico, La Quinta, California 92253. Prospective bidders will be re- quired to wear a mask and to practice sod al distandrig to attend. Bidders may also request a meeting with City Staff to enter. City facilities. Please contact M1rta Lerma to schedule an appointment at 760.777.7071. When visiting the interiar of Public Facilities for any purpose, everyone Is re- quired to comply with the following COVIDa19 safety protocol: Use south City Hall entrance • Face coverings are mandatory at all times while visiting Public Fact Iitlas • Temperature check (touch -free) is required upon yyoour arrival • Completion of the "COVID-19 Health Self Certifleat,on" form is required; ei- ther on your mobile device.ar City tablet. • Social distancing of at least 6-feet apart Please note, that if you those not to follow the C1ty's safety protocol, you will be asked to [cave. 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 acidendums. It Is the responsibility of the bidder to ensure that they are placed on the plan holders fist. Bidding procedures are prescribed in the Project Specifications. Bids shall be executed upon the forms bound and made a part of said Specifications. Bid security in an amount not less than ten percent 00%) of the tataI bid dollar amount and roriforming to the prescribed bidding procedures o required to be submitted with each bid, as a guaranty to be forfeited should the bidder, if awarded the contract, fall to enter into the same, or fails to furnish In a timely manner the bonds andlor proof of insurance. The City reserves the right to reject any or all bids, and to waive any irregulari- ties in the bids. Bid log sheets can he 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 suh- mitted in response to this Invitation to Bid shall contain, as a bid item, adequate sheetingg,� shoring, and bracing, or equivalent method, for the protection of life and Ilmh 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 Ifabdtty to the 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 the prevaliin rate of per dram wages as deter- mined by the Director of the Califo nia �epar#merTt of indu trlaV Relat€ais. These wage rates are available from the California Department of Industrial fie- f ations' I nternet webs Ite at httpV1www.d{ r.ca.gov. Pursuant to Section 1725.5 of the California Labor Code, no contractor or sub- contractor may be awarded a contract for public work on a pub]c works project unless registered with the Department of Industrial Relations at the time the contract is awarded. Contractors and subcontractors may find additional Infor- mation for registering at the Department of Industrial Relations website at http :pwww.d fir.ca.gov/Pub lic-WorkslPub IicWorks.htm I . Pursuant to Labor Cade section 1771.1, no contractor or subcontractor may be fisted an a bid proposal far a public. works project submitted on or after March D 1, 20115 unless registered with the Department -of Industrial Relations. Further- more, all bidders and contractors are hereby notffled that no contractor or sub- contractor may be awarded, on or after April 1, 2015, a contract for public work on a public works prnjert 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 Depart- ment of Industrial Relations. Pursuant to SB854, all contractors and subcontractors must furnish electronic certified payroll records directly to the Labor commissioner (aka Division of La- bor Stan erns Enforcement). All contractors and subcontractors must also pro- vide 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 Con- tractor and withheld by the City to ensure Lhe performance of the Contract, the Contractor may, at its optlan; choose to substitute securities meeting the re- (Julrements of said Public Contract Cade Section 22300, All bidders shall be i]censed under the provisions of Chapter 9, Division 3 of the Business and Professions Code of the State of California to do the ttyyppee of work contemplated In the project. In accordance with provisions of Califomia Public Contract Code Section 3300, the City has datermined that the General Cantrat- tar shall possess a valld Class A (General Contractor) and/or Class B (Generaf Building Contractor) and/or C-7 (Low voltage Systems Contractor) andlor C-10 (Electrical Contractor), at the time that the bid Is submitted. Subcontractors shall possess valid, suitable licenses for the svork they will perform, all electrical work shall be performed by a licensed C-10 (Electrical Contractor). Failure to possess the specified Iicrose(s) shall renderthe bid as non -responsive. The successful bidder will be requlred to furnish a Labor and Materials bond in the amount equal to one hundred percent (100%) of the Contract prlre, as well as a Faithful Performance Band, in the. amount equal to one hundred percent (IW%) of the Contract price. SECTION 1100 INVITATION TO BID PROJECT NO. 2020-03 CITYWIDE PUBLIC SAFETY CAMERA SYSTEM SEALED BIDS will be received by the City of La Quinta (City) at the Office of the City Clerk located at 79,495 Carle Tampico, La Quinta, California, 92253, utiliz- ing one of the following methadu f. Mail in seated hid package: The hid must be received by the City no later than the bid opening time, 10:00 A-M. on Wednesday, Januarryy 13. 7021. City will not be responsible far mail delays and will not accept bills after the bid op erring time dnd do lc regardless of past mark. 2. Drop sealed bid package off at City Hall prior to bid. opening date_ City Staff will accept hids on -ranuary 11, 2021 and 3anuary 12, 7021, from B a.m: to 5 p=mr Ploa5e note that City Hal! is closets to the public due to the recent "Regional Stay AT Home Order^ from the California Department of Public Health. A Sign will be posted at the main entra nce. lobby doors with Instructions on how to carrtart City staff when you arrive; once contacted City Staff will meet you at the door and accept the bid- 3- Crap 5aafed bid padiage all at Ckq Hall at the official pub4% opening at 10:00 A M. on Wednesday, January 13. 2021. Bids will not be accepted after th% time- The public opening will take place oulside at City Hall's courtyard- Bidders are required to wear a (ace covering to attend. and pract.-ce social distancing at (east six -feet apart: Proposed work is as follows: The proposed improvements include furnishing and Installlngg a Citywide camera network complete in place that connects to the City. of La QQlnta's c#sting com- munitation network. The work includes, but not limited tn, f enithin boxes,and in- stalling pull radios, fiber optic cable and conduit, ethernet cables, cam- eras, hangers, networking cluipment {e-g. Ethernet switches, Patch panel, serv- er, software, work station with monitor, etc.j, system integration, training, and a three (3) year malntenance period. All project work and. incidental items to complete late project shall be performed In accordance with the plans, specifica- tions, and other provisions of the contract. All the above improvements are to be constructed in a workmanlike manner, leaving the entire project In a near and presentable condition. Refer to Sections 3000 and 4000 far more informa- Van. This project shall be completed within 60 working days from the date specified in the Notice to Proceed. Time for the commencement and completion of 11he 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 item{ immediately folkswfng "Notice of Award". A pre -bid conference is scitedWiLd for 10:00 A.M-, Monday, December 21, 2020. The,=id cunfdronce will be held at City of La Quinta, City Hall located at 78- 495 Carle Tampico, La Quinta. California 92253. Prospective bidders will be re- qulred to wear a mask and to practice social distancing to attend. Bidders may also request a meeting with City Staff to enter City facilities. Please contact Mirta Lerma to tthedule an appointment at 760.777.7071, When visiting the interior of Public Ficllities for any purpose, everyone Is re- quired to comply with the following COVID-19 safety prntocoh • Use south City Hall entrante • Face coverings are maadalory at all times while visiting PuWfc FA:rilIS[es Temperature check (touch -free) is required upon your arrival • CampEetlon of the "COVl0.19 Health Self Certification" form is rrquired; ei- ther on your mobile device or City tablet. • Social distancing of at least 64net apart Please note, that It you chose not to follow the City's safety prococal, you will be asked to leave. Complete sets of the biddingg documents may be purchased online at: www.pl anitplan room.com IMPORTANT: if you are not on the plan holders list through Planit Planroom re you will not receive addendums. It is the responslbility of the bidder to ensure that they are placed on the plan holders list. Bidding procedures are prescribe-d in the Project Specifications. Bids shall be executed upon the forms bound and made apart of said Speritications. Hid securlty in an amount not less sftan 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, fall to enter into the same, or fails to furnlsh in a timely, manner She bonds andlor proof of insurance. The City reserves the right to reject any or all bids, and to waive any irregulari- ties in the bids - Bid log sheets can be found at http:/iw w.laquintaca.gov/business/design-and -develc pmentlbid�n-jabs. Pursuant to the provisions of California Labor Code Section 6707. each bid sub- mitted in response to this invitation to Bld 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 extavatlon, whrEh Shall conform to applicable sof fly orders- By lisifng this sum, Life bidder warrants that its action does flat convey tart IiabiEity to the City, irs.cgn5vItants, and their employees, agents, and sub-can5ultants- Pursuant to Section 1770. at. seq., of the California Labor Code, the suctessful bidder %hall pay not less than tdie prevailing rate of per diem wages as deter- mined by the Director of the Callfamia Department of tndustrral Relations. These wage rates are available from the California Department of Industrial Re- lations' Internet websire at hrtp:/Avww,dIr.ca.gov. Pursuant to Section 1725.5 of the California Labor Lode, no roniranof of sub- tontraclar 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 it awarded. Contractors and subcontractors may find additional infor- mation for registering at the Department of Industrial Relations welbilfc at http Yhvvnv.d ir. Ca.govlPu bf it -Lao rksrAubl is W orM_s. htm I . Pursuant to Labor Code.section 1771.1. no contractor or subcontractor may be listed.on a bid proposal for a public works project submitted an or after March 1, 2015 unless registered with the Department of Industrial Relations. Further- more, all bidders and contra tan are hereby notified that no contractor or tub - contractor may be awarded, on or after April 1. 201 S. a contract for public work on a public works project unless registered with the Department of Industrial Relations. Pursuant to Lahor Code section 1771.4, all bidders are hereby notified that this project issubject to compliance monitoring and enforcement by the Depart- ment of Industrial Relations. Pursuant to SBB34, all contractors and subcontractors must furnish electronic certified payroll records directly to the Labor Commissioner jaka Division at La- bor Standards Enfarcemern). All contractors and subcontractors must also pro- vide a copy and proof to the City of online submittai within 2 days of online submission, Pnrlhlant rn Puhllc Cnntract Carle Sertlon 2nllo. for monies earnod by the Con- tractor and withhe Id by the CIty to ensure the performance of the Contract, the Contractor may, at its option, choose to substitute securities meeting the re- quirements of said Public Contract Code Section 22300. All bidders shall bd Ilcensed Under the provisions of Chapter 9, Dlvlslon 3 of the B us Ines and Prolessio ns Code of the State of Ca li fom[a to do the type bF work contemplated In the project. In accordanc? with provisions of California public Contra[! Code. Smtion 3300, the City has determined that the General Contra[• ter shall possess a valid Class A (General Conlractor) andlor Class B (General Building Contractor) andlor C-7 (row Voltage Systems Contractor) andlor C-la (Electrical Contractor), at the time that the bid is submitted. Subcontractors shall possess valid, svi(able licenses fnr the wnrk they will perform, all electrical work shall be performed byy a licensed C-10 !Electrical Contractor). Failure to possess the specified license(si sha[I readorihe 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 Cor*acl 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 do" gg- nated time will not be accepted. Bidders and their authorized agents are invkt- ed 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 Djrectorl City Engineer Published By: Date: Monika Radeva City Clerk End of Section Published: 12/18/2020; 01/06/2021 Invitation to Bid 1100-1 SECTION 1100 INVITATION TO BID PROJECT NO. 2020-03 CITYWIDE PUBLIC SAFETY CAMERA SYSTEM 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, utilizing one of the following methods: 1. Mail in sealed bid package: The bid must be received by the City no later than the bid opening time, 10:00 A.M. on Wednesday, January 13, 2021. City will not be responsible for mail delays and will not accept bids after the bid opening time and date regardless of post-mark. 2. Drop sealed bid package off at City Hall prior to bid opening date: City Staff will accept bids on January 11, 2021 and January 12, 2021, from 8 a.m. to 5 p.m. Please note that City Hall is closed to the public due to the recent “Regional Stay At Home Order” from the California Department of Public Health. A sign will be posted at the main entrance lobby doors with instructions on how to contact City Staff when you arrive; once contacted City Staff will meet you at the door and accept the bid. 3. Drop sealed bid package off at City Hall at the official public opening at 10:00 A.M. on Wednesday, January 13, 2021. Bids will not be accepted after this time. The public opening will take place outside at City Hall’s courtyard. Bidders are required to wear a face covering to attend and practice social distancing at least six-feet apart. Proposed work is as follows: The proposed improvements include furnishing and installing a citywide camera network complete in place that connects to the City of La Quinta’s existing communication network. The work includes, but not limited to, furnishing and installing pull boxes, radios, fiber optic cable and conduit, ethernet cables, cameras, hangers, networking equipment (e.g. Ethernet switches, patch panel, server, software, work station with monitor, etc.), system integration, training, and a three (3) year maintenance period. 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 60 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”. Invitation to Bid 1100-2 A pre-bid conference is scheduled for 10:00 A.M., Monday, December 21, 2020. The pre-bid conference will be held at City of La Quinta, City Hall located at 78-495 Calle Tampico, La Quinta, California 92253. Prospective bidders will be required to wear a mask and to practice social distancing to attend. Bidders may also request a meeting with City Staff to enter City facilities. Please contact Mirta Lerma to schedule an appointment at 760.777.7071. When visiting the interior of Public Facilities for any purpose, everyone is required to comply with the following COVID-19 safety protocol:  Use south City Hall entrance  Face coverings are mandatory at all times while visiting Public Facilities  Temperature check (touch-free) is required upon your arrival  Completion of the “COVID-19 Health Self Certification” form is required; either on your mobile device or City tablet.  Social distancing of at least 6-feet apart Please note, that if you chose not to follow the City’s safety protocol, you will be asked to leave. 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. 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. Invitation to Bid 1100-3 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. 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. Invitation to Bid 1100-4 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 (General Contractor) and/or Class B (General Building Contractor) and/or C-7 (Low Voltage Systems Contractor) and/or C-10 (Electrical 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. 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 Order Confirmation for Ad #: 0004511059 Customer: Address: Acct. #: Phone: Ordered By: CITY OF LA QUINTA CITY OF LA QUINTA TDS-CIT051 Carley Escarrega 78495 CALLE TAMPICO LA QUINTA CA 92253 USA 7607777057 OrderStart Date: 12/18/2020 Special PricingTear Sheets Affidavits Net Amount Blind Box Tax Amount Promo Type Total Amount Materials Payment Method Payment Amount Amount Due 0 1 $1,757.80 $0.00 $1,757.80 $0.00Invoice $1,757.80 Order End Date: 01/03/2021 Size 2 X 199.00 Sales Rep: kthor Order Taker: kthor 12/14/2020Order Created Ad Order Notes: End DateStart Date# InsProduct 12/18/2020 01/03/2021 2TDS-DesertSun.com 12-18-20, 01-03-21, 12/18/2020 01/03/2021 2TDS-The Desert Sun 12-18-20, 01-03-21, * ALL TRANSACTIONS CONSIDERED PAID IN FULL UPON CLEARANCE OF FINANCIAL INSTITUTION Text of Ad: 12/14/2020