Loading...
Project 2016-03I Landscape Renovations - Cactus Flower (11.22.23 & 11.29.23)mediagroup PART OF THE USA TODAY NETWORK PO Box 23430 Green Bay, WI 54305-3430 Tel: 760-778-4578 / Fax 760-778-4731 Email: legals@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 Jnited States and not a party to, or have interest i this matter. I hereby certify that the attached advertisement appeared in said newspaper (set in ape not smaller than non pariel) in each and entir ;sue of said newspaper and not in any supplemer thereof of the following issue dates, to wit: 11/22/2023, 11/29/2023 I acknowledge that I am a principal clerk of the ,inter of The Desert Sun, published weekly in tli Dity 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 the State of California, that the foregoing is true correct.. Executed on this 29th of November 2023 in Green Bay, WI, County of Brown. Ad#:0005857996 P O : 2016-031 This is not an invoice # of Affidavits 1 SECTION 1100 INVITATION TO BID PROJECT NO. 2016-031 LA QUINTA LANDSCAPE RENOVATION IMPROVEMENT —CACTUS FLOWER SEALED•RIDS will be received by the City Of La Quinta (City) at the Office of the City Clerk located at 7B-495 Cale Tampico. La Quinta, California, 92253, until 11:00 AM on Monday, December 4, 2023 at which time they will be publicly opened and read for performing work as follows: The project consists of removing designated turf and plant material and side- walk reconstruction along the parkway and street entrances at the Cactus Flower Development along the southside of Fred Waring Drive generally from Dune Palms Road to Montfceilo Avenue and on the east side of Dune Pains from Star Flower Trail to Fred Waring Drive. Work will also take place at the three retention basins within the Development. Additionally, an the east side of Jefferson Street south of. Avenue 50 to 665 feet south of Avenue 50. Turf will be replaced with drought -tolerant landscaping and irrigation. The plant palette shall include Cresta rubble, multicolored crushed rock, and 'Baja Cresta' bould- ers of varying sizes with minimal use of drought -tolerant plants and re -use. of designated existing plant material. In addition, the existing perimeter wail shall be eteaned, and construction of keystone block wall at various locations. Exist- ing lighting and electrical shall be mod[fled and new lighting shall be furnished and •instal€ed. An additive alternate Includes the construction of pirkleball courts with site amenities- All project work and incidental items to complete the project shall be performed in accordance with the plaits, specifications,. arid oth- er 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 far 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 tinre equipment items immediately following 'Notice of Award". A pre -bid conference is scheduled For 2:00 PM, Tuesday, November 28, 2023 In the Public Works conference•room at City of La Quinta, City Hail located at 78- 49S CalleTampico, La Quanta, California 92253, Complete sets of the bidding documents may be purchased online at: www. pl a n itp la nroom.mm IMPORTANT: If you are not an the plan holders list through Plant Planroom you will not receive eddendums. it is the responsibility of the bidder to ensure that they are placed an the plan holders Ilst. Bidding procedures are prescribedin the Project Specifications. Bids•shall be executed upon the forms bound and made a part of said Specifications Bid security in an amount riot less than ten percent {10%) of the total bid dollar amount and conforming to the prescribed bidding picireclures is required to be submitted With each bid, as a guaranty to be forfeited should 'the bidder, if awarded the contract, fait to enter into the same, or fails to furnish in a timely manner the bonds and/er proof of insurance. The City reserves the right to re- bet any or ailbids. and to waive any irregularities In the bids. Bid log sheets can found at http:Ilwww,laquintara,gowbusinessldesign-andtsevelopmerit/bid- on-jobs. Pursuant iv the provisions. of California Labor Cade Section 6707, each bid sub- mitted in response to this Invitation to Bid shall contain, as a hid 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 Cty, its.consultants, and their employees, agents, and slb•consuitants- Pursuant to Section 1770, et. seq., of the California Labor Code, the surcessful bidder shall pay not revs than the prevailing rate of per diem wages as deter- mined by the Director of the• California. Department of Industrial Relations. These wage sates are available from the California Department of Industrial Re- lations' Internet website at http1lvrww.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 resistered with the Department of fhdustrial Relations at the time the contract rs awarded. Contractors and subcontractors may find addltione].infor- mation for registering at the Department of Industrial Relations website at http W nvw.dfr.ca.gov;Public-Works/PublIcWorks.htmI. 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. 201S unless registered with the Department of industrial Relations. Further- more. ail bidders and contractors are hereby notified that no contractor or sub- contractor rrray be awarded, on or after April' 1, 2015, a•contract for public work o n 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 56854, 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 5ectiisn 22300. All bidders. shall be licensed under the provisions of Chapter 0, Division 3 of the Business and Professions Code of the State of California to do the -type of York carrtemplated 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 evaild Class A (General Contractor) and/or C12 (Earthwork and Paving 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 specifled license(s) shall render the bid as non -responsive. The successful bidder will be required to 'furnish a Lahor 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 000%) of the Contract price. Each bidder shall submit with its bid a statement setting forth its. experience on the forms included in the Eid.Proposal. Telephones will not be available to bidders. Bid forms received after the desigg- n dateLOd atimettend. will not be accepted. Bidders and their authorlred agents are invit- e No bidder may withdraw Its bid for a period of sixty (60) day; after the date set for the opening of bids. .Approved By: Published.By: Bryan McKinney. P.E. - Muite Redone Public Works Director/ City Engineer Cft nClerk Pub: 1117.2,11129/2023 SECTION 1100 INVITATION TO BID PROJECT NO. 2016-031 LA QUINTA LANDSCAPE RENOVATION IMPROVEMENT— CACTUS FLOWER SEALED BIDS will be received by the City of La Quinta (City) at the Officeof the City Clerk located at 78-495 Calle Tampico, La Quinta. California, 92253, until 11:00 AM on Monday, December 4 2023 at which time they will be publicly opened and read for performing work as follows: The project consists of removing designated turf and plant material and side- walk reconstruction along the parkway and street entrances at the Cactus Flower Development along the southside of Fred Waring Drive generally from Dune Palms Road to Monticello Avenue and on the east side of Dune Palms from Star Flower Trail to Fred Waring Drive. Work will also take place at the three retention basins within the Development. Additionally, on the east side of Jefferson Street South of Avenue SO to 665 feet south of Avenue 50. Turf will be replaced with drought -tolerant landscaping and irrigation: The plant palette shall include Cresta rubble, multi -colored crushed rock. and 'Baja Cresta' bould- ers of varying sizes with minimal use of drought -tolerant plants and reuse of designated existing plant material_ in addition, the existing perimeter wall shall be leaned, and construction of keystone block wall at various locations. Exist- ing lighting and electrical shall be modified and new lighting shall be furnished and Installed- An additive alternate includes the construction of pickleball Courts with site amenities. All project work and incidental items to complete the project shall be performed In accordance with the plans. specifications; and oth- er provisions of the contract. All the above improvements ateto 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 A pre -bid conference is scheduled for 2:00 PM, Tuesday, November 28, 2023 in the Public Works conference room at CLty of 50 Quinta, City Hall located at 78- 495 Calle Tampico, La Quinta, California 977 el. Complete sets of the bidding documents may be purchased online at: www-pI a nitpl a nroom.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%1 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 any or ail bids.. and to waive any irregularities in the bids. Bid log sheets can be found at http;//www.laqulntaca.gev/businessldeslgnand-develapmenflbid- on-jobs. Pursuant to the provisions of California Labor Code Section 6707, each bid sub- mitted in response. to this invitation to Bid shalt contain, as a bid item, adequate sheeting, shoring, and bracing, or equivalent method, for the protection of Ille and Ilmb in trenches and open escavatton, 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 tabor 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. Those wage rates are available from the Callfernie Department of Industrial Re- lations' Internet webs ite at http7/www-dir-ca-gov- Pursuant to Section 1725-5 el 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 wehsite at http //www.dir.ca-goo/Public-Works/PublicWarkslttm! . Pursuant to Labor Code section 1771.t, no contractor or subcontractor may be listed an a bid proposal fora 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 en 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. Pursuantto 58854, 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 ie• quirements of said Public Contract Code Section 22300. All bidders :hall be licensed under the provisions of Chapter e. 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 Centrac- lar shall possess a valid Class A (General Contractor) and/or C12 (Earthwork and Paving 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(t) shall render the bid as non -responsive. The successful bidder will be required to furnish a Labor and Materials hoed 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 (SOU%) of the Contract Price. Each bidder shall submit with its bid a statement setting forth its experience on the forms included In the Bld Proposal. Telephoneswill 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: published Byy; Bryan McKinney, P.E. Monika Radeva Public Works Director/ City Engineer City Clerk Pub: 11/22, 11/29/2023 SECTION 1100 INVITATION TO BID PROJECT NO. 2016-031 LA QUINTA LANDSCAPE RENOVATION IMPROVEMENT — CACTUS FLOWER 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 11:00 AM on Monday, December 4, 2023 at which time they will be publicly opened and read for performing work as follows: The project consists of removing designated turf and plant material and sidewalk reconstruction along the parkway and street entrances at the Cactus Flower Development along the southside of Fred Waring Drive generally from Dune Palms Road to Monticello Avenue and on the east side of Dune Palms from Star Flower Trail to Fred Waring Drive. Work will also take place at the three retention basins within the Development. Additionally, on the east side of Jefferson Street south of Avenue 50 to 665 feet south of Avenue 50. Turf will be replaced with drought -tolerant landscaping and irrigation. The plant palette shall include Cresta rubble, multi -colored crushed rock, and Baja Cresta' 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 shall be cleaned, and construction of keystone block wall at various locations. Existing lighting and electrical shall be modified and new lighting shall be furnished and installed. An additive alternate includes the construction of pickleball courts with site amenities. 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". A pre-bid conference is scheduled for 2:00 PM, Tuesday, November 28, 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 Invitation to Bid 1100-1 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.laguintaca.gov/business/design-and- development/bid-on-nobs. 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.httip://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 WNIIl V, 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 C12 (Earthwork and Paving 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: Published By: Bryan McKinney, P.E. Public Works Director/ City Engineer Monika Radeva City Clerk **END OF SECTION** Date: Date: Invitation to Bid 1100-3 Text of Ad: 11/13/2023 SECTION 1100 INVITATION TO BID PROJECT NO. 2016-031 LA QUINTA LANDSCAPE RENOVATION IMPROVEMENT—CACTUS FLOWER 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 11:00 AM on Monday, December 4, 2023 at which time they will be publicly opened and read for performing work as follows: The project consists of removing designated turf and plant material and side- walk reconstruction along the parkway and street entrances at the Cactus Flower Development along the southside of Fred Waring Drive generally from Dune Palms Road to Monticello Avenue and on the east side of Dune Palms from Star Flower Trail to Fred Waring Drive. Work will also take place at the three retention basins within the Development. Additionally, on the east side of Jefferson Street south of Avenue 50 to 665 feet south of Avenue 50. Turf will be replaced with drought -tolerant landscaping and irrigation. The plant palette shall include Cresta rubble, multi -colored crushed rock, and 'Baja Cresta' bould- ers of varying sizes with minimal use of drought -tolerant plants and re -use of des' ted existing plant material. In addition, the existing perimeter wall shall be cleaned, and construction of keystone block wall at various locations. Exist- ing lighting and electrical shall be modified and new lighting shall be furnished and installed. An additive alternate includes the construction of pickleball courts with site amenities. All project work and incidental items to complete the project shall be performed in accordance with the plans, specifications, and oth- er 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". A pre-bid conference is scheduled for 2:00 PM, Tuesday, November 28, 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 youwill 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 any or all bids, and to waive any irregularities in the bids. Bid log sheets can e 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 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.htmi. 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 C12 (Earthwork and Paving 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 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: Published By: Bryan McKinney, P.E. Monika Radeva Public Works Director/ City Engineer City Clerk Pub: 11/22,11/29/2023 From: Carley Escarrega Sent: Monday, November 13, 2023 10:56 AM To: 'Gannett Legals Public Notices 4' Cc: Julie Mignogna; City Clerk Mail; Mirta Lerma Subject: RE: 5857996 2016-031 City of La Quinta Invitation to Bid That works, thank you! Carley Escarrega I Administrative Technician 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 From: Gannett Legals Public Notices 4 <ganlegpubnotices4@gannett.com> Sent: Monday, November 13, 2023 10:39 AM To: Carley Escarrega <cescarrega@laquintaca.gov> Cc: Julie Mignogna <jmignogna@laquintaca.gov>; City Clerk Mail <CityClerkMail@laquintaca.gov>; Mirta Lerma <mlerma@laquintaca.gov> Subject: RE: 5857996 2016-031 City of La Quinta Invitation to Bid 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. Good Afternoon, The Desert Sun doesn't publish legal ads on Tuesdays, so I have the notice scheduled on November 22 & 29. The total cost is $1,159.40 and a proof is attached. An affidavit will be sent after publication. Thank you! Brittany Grady Public Notice Representative SIE LocaliQ I •N TWORKY Office:844-254-5287 From: Carley Escarrega <cescarrega@laguintaca.gov> Sent: Monday, November 13, 2023 12:15 PM To: Email, TDS-Legals <legals@thedesertsun.com> Cc: Julie Mignogna <imignogna@laguintaca.gov>; City Clerk Mail <CityClerkMail@laquintaca.gov>; Mirta Lerma <mlerma@laguintaca.Pov> Subject: 5857996 2016-031 City of La Quinta Invitation to Bid Good morning, The City of La Quinta would like to run the attached invitation to bid on Tuesday, November 21, 2023, and again on Tuesday, November 28, 2023. I await your confirmation and quote. Please confirm a physical copy of the affidavit/proof of publication will be mailed after printing (NOT a "tear sheet") . Thank you, te 2wk r(u Carley Escarrega I Administrative Technician Public Works/Engineering Department City of La Quinta 78495 Calle Tampico I La Quinta, CA 92253 Ph. 760.777.7096 www.laquintaca.gov www.playinla(iuinta.com media group A GANNETT COMPANY Order Confirmation for Ad #: 0005857996 Customer: CITY OF LA QUINTA Address: 78495 CALLE TAMPICO LA QUINTA CA 92253 USA Acct. #: TDS-CIT051 Phone: 7607777057 CITY OF LA QUINTA Ordered By: Carley Escarrega OrderStart Date: 11/22/2023 Order End Date: 11/29/2023 Tear Sheets Affidavits Blind Box Promo Type Materials Special Pricing Size 0 1 2 X 131.00 Order Amount Tax Amount Order Total Amoun Payment Method Order Payment Amount Order Amount Due $1,159.40 $0.00 $1,159.40 Invoice $0.00 $1,159.40 Ad Order Notes: Sales Rep: bgrady Order Taker: bgrady Order Created 11/13/2023 Product # Ins Start Date End Date TDS-DesertSun.com 11-22-23, 11-29-23, TDS-The Desert Sun 11-22-23, 11-29-23, 2 11/22/2023 11/29/2023 2 11/22/2023 11/29/2023 ALL TRANSACTIONS CONSIDERED PAID IN FULL UPON CLEARANCE OF FINANCIAL INSTITUTION