Loading...
Project 2021-08 PMP Slurry Seal Improvements FY 21-22 (05.11.23 & 05.18.23)DfSirt Sun mediagroup PPRTOFTHE USA TODAY NETWORK PO Box 23430 Green Bay, WI 54305-3430 Tel: 760-778-4578 / Fax 760-778-4731 Email: legalsl©thedesertsun.com 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 of the following issue dates, to wit: 05/11/2023, 05/18/2023 I acknowledge that I am a principal clerk of the printer of The Desert Sun, 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. 1 certify under penalty of perjury, under the laws of the State of California, that the foregoing is true and correct.. Executed on this 18th of May 2023 in Green Bay, WI, County of Brown. Ad#:0005698680 PO: This is not an invoice # of Affidavits: 1 SECTION 1100 INVITATION TO BID PROJECT NO. 2021-08 PMP Slurry Seal Improvements SEALED.BIDS will be received by the City of La Quints (City) at the.Office of the City Clerk located at 78-495 Calle Tampico, La Quinta, California, 92253, until 9:00 A.M. on Tuesday May 30, 2023 at which time they will be publicly opened and read for performing work as follows; The.project conslsts•of furnishing and applying slurry seal on select streets with- in the City of La Quinta, and all other Items and facilities necessary and inciden- tal to complete the improvements as required by the project specifications, and other provisions of the contract. These streets include, venida Villa, Avenida Navarro, Avenida Montezuma, Calle Estado, Desert Club Drive, Springtime Way, Dune Palms Road, the Desert Pride Neighborhood, Calle Tamazula, and the Sllvrs Rocklralus Yard Parking Lot. The proposed work includes, but is not limit- ed to, weed removal, header cuts, 'application of crack sealant, removal of exist- ing striping, application of Type liType 11 Latex Emulsion Aggregate Slurry Seal, and re -striping scurried streets. Add tional work includes reconstructing a por- tion of Alley. north of Calle Estado; including ribbon gutter, pavement, and curb ramps. All project work and incidental ttems'ta 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 En a workman- like manner, leaving the entire project in a neat and presentable condition. Re- fer to Sections 3000 and 4000 for more information. This project shall. be completed within 40 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 pre-bld conference is scheduled for 11:00 A.M., Thursday May 18, 2023 in the Public Works conference room at City of La Quanta, City Hall located at 78•495 Calle Tampico, La Quinta, California 92253. Complete sets of the bidding documents may be purchased online at: www.pi anitplantoorn.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, fall to enter into the same, or fails to furnish in a tirnely manner the bonds and/or proof of Insurance. The City reserves the right to re- ject or all bids, and to waive any Irregularities In the bids. Bid log sheets can be found athttpJ/m'wvv,iacmiritaca.goV/basinessidesign-and-developmeMJbld-ors- • jobs_ Pursuant to the provisions of California Labor code section 5707, each bid sub- mitted 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 deter- mined by the Director of the California Department of Industrial Itelatlons. These wage rates are available from the California Department of Industrial Re- lations' Internet website at http//www.dir.ce.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 public 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 httt './..iiiiw.dir.ca.gov/Public=WorksiPtiblicWorics_htm1 Pursuant to Labor Code section 1771.1, no contractor or subcontractor may he listed on a bld proposal for a public works project submitted on or after March 1, 2015 unless registered with the Department of Industrial Relations. Further- more, all bidders and contractors are hereby notifled that no contractor or sub- contractor may be awarded, on or after April 1, 2015, a contract for public work un a public works project unless registered with the Department of industrial Relations. SECTION 1100 INVITATION TO BID PROJECT NO. 2021-08 PMP Slurry Seal Improvements 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 9:00 A.M. on Tuesday May 30, 2023 at which time they will be publicly opened and read for performing work as follows: The project consists of furnishing and applying slurry seal on select streets within the City of La Quinta, and all other items and facilities necessary and incidental to complete the improvements as required by the project specifications, and other provisions of the contract. These streets include, Avenida Villa, Avenida Navarro, Avenida Montezuma, Calle Estado, Desert Club Drive, Springtime Way, Dune Palms Road, the Desert Pride Neighborhood, Calle Tamazula, and the SilverRock/Talus Yard Parking Lot. The proposed work includes, but is not limited to, weed removal, header cuts, application of crack sealant, removal of existing striping, application of Type I/Type II Latex Emulsion Aggregate Slurry Seal, and re-striping slurried streets. Additional work includes reconstructing a portion of Alley north of Calle Estado; including ribbon gutter, pavement, and curb ramps. 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 40 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 pre-bid conference is scheduled for 11:00 A.M., Thursday May 18, 2023 in the Public Works conference room at City of La Quinta, City Hall located at 78- 495 Calle Tampico, La Quinta, California 92253. 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 1100-1 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 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 1100-2 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 (General Contractor) and/or C32 (Parking and Highway Improvement Contractor), at the time that the bid is submitted. Subcontractors shall possess valid, suitable licenses for the work they will perform. 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 Invitation to Bid 1100-3 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 Standards 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 the performance of the Contract, the Contractor may, at its option, choose to substitute securities meeting the re- quirement 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 Contrac- tor shall possess a valid Claw A (General Contractor) andfor C32 (Parking and Highway Improvement Contractor), at the time that the bid is submitted. Sub- contractors shall possess valid, suitable licenses for the work they will perform. Failure to possess the specified license(s) shell 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 (100a/) 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 hid 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 desig- nated time will not be accepted. Bidders and their authorized agents are invit- 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: Bryan McKinney, P.E. Public Works Director/ City Engineer Published By: Monika Redeye City Clerk Published: 5,11, 5/18/23 SECTION 1100 INVITATION TO BID PROJECT NO. 2021-08 PMP Slurry Seal Impiovemsnte SEALED BIDS will be received by the City of La Oulnta,(City) at the Office of the City Clerk located at 78-495 Calle Tampico, La Quihta, California, 92253, until 9:00 A.M. on Tuesday May 30, 2023 at which time they will be publicly opened and read for performing work as follows: The project consists of furnishing and applying slurry seal on select streets with• in the City of La Quinta, and all olher Items and faculties necessary and indden- tal to complete the Improvements as required by the project specrflcatlons, and other provisions of the contract These streets Include, Avenida Villa, Avenida Navarro, Avenida Montezuma, Calle Estado, Desert Club Drive, Springtime Way, Dune Palms Road, the Desert Pride Neighborhood, Calle Tamazula, and the SilverRock/Talus Yard Parking Lot_ The proposed work includes, but is not limit- ed to. weed removal, header cuts. application of rrack sealant; removal of exist• ing striping, application of Type l!I'ype II Latex Emulsion Aggregate Slurry Seal, and re -striping slurried streets. Additional work includes reconstructing a por- tion of Alley north of Calle Estado; Including ribbon gutter, pavement, and curb ramps. All project work and Incidental items to complete the project shall be performed in accordance with the plans, specifications, and other provisions of [he contract. All the above improvements are to be constructed in a workman• like manner, leaving. the entire project In a neat and presentable condition. Re- fer to sections 3000 and 4000 for more information, This project shall be completed within 40 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 prebid conference Is scheduled for 11:00 A.M., Thursday May 18, 2023 in tire Public Works conference room at Crty of La Quinta, City Hall located at 78.495 Calle Tampico, to Quinta, California 92253, Complete sets of the bidding documents may be purchased online at: w 5wtp[anitplanroom,com_. IMPORTANT: If you are not on the plan holders list through Planet Planroom you wilt 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 hound 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 re- ject er all bids, and to waive any irregularities in the bids. Bfd log sheets can be found at httpJlwww.lequlntaca.goWbutlness/design-and-developmentlbld-on- jobs. Pursuant to the previsions of California Labor Code Section 6707, each bid sub- mitted 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 deter- mined by the Director of the California Department of Industrial Relations. These wage rates are available from the Ca€ifornie Department of Industrial Re- lations' Internet website at http://www.dir.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 public 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 ://wow e.dir.ca.g 9v/Public-W sr ks+PuhlicW arks. htinl . Pursuant to Labor Code section 1771.1, no Contractor or subcontractor may be lined on a bid proposal for a public works project submitted on or after March 1, 2015 unless registered with the Department of Industrial Relations. Further- more. all bidders and contractors are hereby notified that no contractor or sub- contractor 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 stttion 1771.4, all bidders are hereby notified that this prefect 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 Standards 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 the performance of the Contract, the Contractor may, at its option, ch-oose to substitute securities meeting the re- quirements of said Public Contrail Code Section 22300. All bidders shall be licensed under theprovisions 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 Cade Section 3300. the City has determined that the General Contrac- tor shall possess a valid Class A (General Contractor) and/or C32 (Parking and Highway Improvement Contractor), at the time that the bid is submitted. Sub- contractors shall possess valid- suitable licenses for the work they will perform. 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 bored in the amount equal to one hundred percent (100t) 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 desig- nated. time will not be accepted. Bidders and their authorized agents are invit- 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: Bryan McKinney, P.E Public Works Director/ City tngineer Published By: Monika Redeye City Clerk Published: 5,11, 5/18/23 Text of Ad: 05/09/2023 SECTION 1100 INVITATION TO BID PROJECT NO. 2021-08 PMP Slurry Seal Improvements SEALED BIDS will be received by the City ofLaQuinta (City) at the Office of the City Clerk located at 78-495 Calle Tampico, La Quinta, California, 92253, until 9:00 A.M. on Tuesday May 30, 2023 at which time they will be publicly opened and read for performing work as follows: The project consists of furnishing and applying slurry seal on select streets with- in the City of La Quinta, and all other items and facilities necessary and inciden- tal to complete the improvements as required by the project specifications, and other provisions of the contract. These streets include, Avenida Villa, Avenida Navarro, Avenida Montezuma, Calle Estado, Desert Club Drive, Springtime Way, Dune Palms Road, the Desert Pride Neighborhood, Calle Tamazula, and the SilverRock/Talus Yard Parking Lot. The proposed work includes, but is not limit- ed to, weed removal, header cuts, application of crack sealant, removal of exist- ing striping, application of Type I/Type II Latex Emulsion Aggregate Slurry Seal, and re -striping slurried streets. Additional work includes reconstructing a por- tion of Alley north of Calle Estado; including ribbon gutter, pavement, and curb ramps. 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 workman- like manner, leaving the entire project in a neat and presentable condition. Re- fer to Sections 3000 and 4000 for more information. This project shall be completed within 40 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 pre -bid conference is scheduled for 11:00 A.M., Thursday May 18, 2023 in the Public Works conference room at City of La Quinta, City Hall located at 78-495 Calle Tampico, La Quinta, California 92253. 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 re- ject 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- .lobs Pursuant to the provisions of California Labor Code Section 6707, each bid sub- mitted 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 deter- mined by the Director of the California Department of Industrial Relations. These wage rates are available from the California Department of Industrial Re- lations' Internet website at http://www.dir.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 public 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 ://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. Further- more, all bidders and contractors are hereby notified that no contractor or sub- contractor 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 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 Standards 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 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 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 Contrac- tor shall possess a valid Class A (General Contractor) and/or C32 (Parking and Highway Improvement Contractor), at the time that the bid is submitted. Sub- contractors shall possess valid, suitable licenses for the work they will perform. 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 desig- nated time will not be accepted. Bidders and their authorized agents are invit- ed to attend. No bidder may withdraw its bid for a oeriod of sixty (601 days after the date set for the opening of bids. Approved By: Bryan McKinney, P.E. Public Works Director/ City Engineer Published By: Monika Radeva City Clerk Published: 5,11, 5/18/23 media groupOMPANY A GANNETT C Order Confirmation for Ad #: 0005698680 Customer: Address: Acct. #: Phone: CITY OF LA QUINTA 78495 CALLE TAMPICO LA QUINTA CA 92253 USA TDS-CIT051 7607777057 CITY OF LA QUINTA Ordered By: Carley Escarrega OrderStart Date: 05/11/2023 Order End Date: 05/18/2023 Tear Sheets Affidavits Blind Box Promo Type Materials 0 1 Special Pricing Net Amount Tax Amount Total Amount Payment Method Payment Amount Amount Due $1,397.00 $0.00 $1,397.00 Invoice $0.00 $1,397.00 Ad Order Notes: Sales Rep: NLuckett Order Taker: NLuckett Size 2 X 158.00 Order Created 05/09/2023 Product # Ins Start Date End Date TDS-DesertSun.com 05-11-23, 05-18-23, TDS-The Desert Sun 05-11-23, 05-18-23, 2 05/11/2023 05/18/2023 2 05/11/2023 05/18/2023 * ALL TRANSACTIONS CONSIDERED PAID IN FULL UPON CLEARANCE OF FINANCIAL INSTITUTION From: Carley Escarrega Sent: Tuesday, May 9, 2023 2:41 PM To: Gannett Legals Public Notices 4 Cc: City Clerk Mail Subject: RE: 5698680-2021-08 Invitation to Bid Ad Attachments: OrderConf.pdf Looks good, thank you! Carley Escarrega I Management Assistant Public Works/Engineering Department City of La Quinta 78495 Calle Tampico' La Quinta, CA 92253 Ph. 760.777.7096 www.laquintaca.gov www.playinlaquinta.com From: Gannett Legals Public Notices 4 <ganlegpubnotices4@gannett.com> Sent: Tuesday, May 9, 2023 2:37 PM To: Carley Escarrega <cescarrega@laquintaca.gov> Subject: RE: 5698680-2021-08 Invitation to Bid Ad EXTERNAL: This message originated outside of the City of La Quinta. Please use proper judgement and caution when opening attachments, clicking links or responding to requests for information. Hello, Your notice is scheduled to publish May 11 and 18 in the Desert Sun. The total cost of your ad is $1,397.00, which includes a publisher affidavit that will be mailed to you after the last date of publication. Please review your proof carefully and advise of any corrections needed. Thank you, Nadia Luckett Public Notice Representative OMIT LOCALICI Office: 844-254-5287 From: Carley Escarrega <cescarrega@laquintaca.gov> Sent: Tuesday, May 9, 2023 4:23 PM 1 To: Email, TDS-Legals <legals@thedesertsun.com> Cc: City Clerk Mail <CityClerkMail@laquintaca.gov> Subject: 5698680-2021-08 Invitation to Bid Ad Good afternoon, The City of La Quinta would like to run the attached invitation to bid for project no. 2021-08, FY 2122 PMP Slurry Seal Improvements, on Thursday, May 11, 2023 and again on Thursday, May 18, 2023. I await your confirmation and quote. Thank you, - CALIFORNIA Carley Escarrega I Management Assistant Public Works/Engineering Department City of La Quinta 78495 Calle Tampico I La Quinta, CA 92253 Ph. 760.777.7096 www.laquintaca.gov www.playinlaquinta.com 2