Loading...
Desert Concepts Construction, Inc.SECTION 1200 BID DATE: 7/9/20 The undersigned, as bidder, declares it has received and examined the Contract Document entitled Project No. 2016-03E, La Quinta Landscape Renovation Improvements — Rancho Ocotillo, and will contract with the City, on the form of Contract provided herewith, to do everything required for the fulfillment of the contract for said work at the prices and on the terms and conditions herein contained. We have included the following items and agree that they shall form a part of this bid: SECTION TITLE 1200 Bid 1210 Bid Schedule 1220 Bid Guaranty Bond 1230 Certification of Bidder's Experience and Qualifications 1240 Proposed Subcontractors 1250 Non -Collusion Affidavit 1260 DIR Project Vendor Information We acknowledge that the following addenda have been received and have been examined as part of the Contract Documents. Bidders must be on the Plan Holders List with the City of La Quinta in order to receive addenda. Addendum # 1 2 Date Received 7/7/2020 7/7/2020 Iniitials Attached is a bid guaranty bond as required by Paragraph 1110-15.0, BID GUARANTY. Desert Concepts Construction, Inc. Name of Bidder 760-200-9007 Bidder's Telephone Number Bid 1200-1 If our bid is accepted, we agree to sign the contract without qualifications and to furnish the performance and payment bonds and the required evidence of insurance within 10 calendar days after receiving written notice of the award of the contract. We further agree, if our bid is accepted and a Contract for performance of the work is entered into with the City, to so plan work and to prosecute it with such diligence that the work shall be completed within the time stipulated. Desert Concepts Construction, Inc. Name of Bidder 79775 Ave 40, Indio, CA 92203 Bidder's Address 849837 Contractor's License No. Regina Castro Printed Name of Signatory Vice President Title of Signatory 760-200-9007 Bidder's Telephone Number mail@desertconcepts.net Bidder's Email Address 11/30/2020 Contractor's Expiration Date President Title of Witness Bid 1200-2 SECTION 1210 BID SCHEDULE PROJECT NO. 2016-03E LA QUINTA LANDSCAPE RENOVATION IMPROVEMENT RANCHO OCOTILLO City of La Quinta 78-495 Calle Tampico La Quinta, CA 92253 To Whom It May Concern: Pursuant to the Invitation to Bid, and in accordance with the provisions therein stated, the undersigned hereby proposes and agrees that on award by the City under this Bid, to execute a Contract, with necessary bonds, to furnish and install any and all labor, materials, transportation and services for 2016-03E, La Quinta Landscape Renovation Improvement - Rancho Ocotillo, in accordance with the plans and specifications therefore adopted and on file with the City within the time hereinafter set forth and at the prices named in this Bid. It is understood that the basis of award shall be the lowest total price of the Base Bid Area. Unit prices in each and every case represent the true unit price used in preparing the bid schedule totals (Bid Form). Unit prices listed herein include material, installation and appurtenant work as is necessary to have the item complete and in place meeting the full intent of the plans and specifications. We acknowledge that unbalanced unit prices shall be sufficient cause for the rejection of our bid. Bid Schedule 1210-1 BASE BID — LA QUINTA LANDSCAPE RENOVATION IMPROVEMENT RANCHO OCOTILLO Item Est. Unit Price Item Total No. Item Description Qty. Unit (in figures) (in figures) Dollars Dollars 1 Mobilization I LS $ 35,000.00 $ 35,000.00 2 Traffic Control and Plans 1 LS $ 45,000.00 $ 45,000.00 3 Dust Control 1 LS $ 20,000.00 $ 4 Clearing and Grubbing 1 LS $ 10.500.00 $ 10.500.00 5 Demolition and Disposal I LS $ 15 000.00 $ 15.000.00 6 Remove and Replace 6' Sidewalk 1,630 SF $ 15.00 $ 24,450.00 7 Modify, Relocate, and Repair 1 LS $ 30,000.00 $ 30,000.00 Existing Lighting Electrical System w/ New Fixtures 8 Wall Cleaning and Painting 1 LS $ 15,000.00 $ 15,000.00 9 Soil Prep and Fine Grading 1 LS $ 20 000.00 $ 20.000.00 10 Furnish and Install Boulders per 136 EA $ 270.00 $ 36,720.00 Plan — "Rustic Brown", 2' — 3' 11 Furnish and Install 3/8" Apache 3,360 SF $ 2.25 $ 7,560.00 Brown Crushed Rock 12 Furnish and Install 3/8" Desert 1,120 SF $ 2.25 $ 2,520.00 Gold Stabilized Decomposed Granite 13 Furnish and Install 3/8" California 20,880 SF $ 2.25 $ 46,980.00 Gold Decomposed Granite 14 Furnish and Install 3/4" Desert 59,725 SF $ 2.25 $ 134,381.25 Gold Crushed Rock 15 Furnish and Install 6" Minus Baja 13,400 SF $ 3.50 $ 46,900.00 Cresta Rubble 16 Furnish and Install 6" Minus 2,375 SF $ 3.50 $ 8,312.50 Cresta Rubble 17 Furnish and Install 12"-18" Sierra 225 SF $ 12.00 $ 2,700.00 Cobble 18 Furnish and Install PermaLoc 1,022 LF $ 18.00 $ 18,396.00 Header — Asphalt Edge 19 Furnish and Install Landscaping 1 LS $ 170,103.00 $ 170,103.00 per Plan 20 Furnish and Install Irrigation per 1 LS $ 183,000.00 $ 183,000.00 Plan 21 Keystone Concrete Retaining 1,548 LF $ 50.00 $ 77,400.00 Block Wall 22 90 — Day Maintenance Period I LS $ 4,500.00 $ 4,500.00 Total Amount of Bid Items 1 — 22 954,422.75 Bid Schedule 1210-2 GRAND TOTAL BASE BID (Figures): $ 954.422.75 GRAND TOTAL BASE BID (Words): Nine Hundred Fifty -Four Thousand Four Hundred Twenty -Two and 75/100 Bid Amount of each of the above Bid Items must be filled in and completed. It is understood that the quantities shown hereon are but estimates and the bidder is responsible to verify quantities prior to submitting a bid. Final payment will be based upon actual work performed, subject tgs cc�i�,djustment arf alterations as elsewhere provided herein. 7 g#ture of Bidder (Ink) Desert Concepts Construction, Inc. Name of Bidder (Printed or Typed) 760-200-9007 Bidder Telephone Number mail@desertconcepts.net Bidder Email Address Bid Schedule 1210-3 SECTION 1220 BID GUARANTY -BOND *PRINCIPAL, and MERCHANTSBONDING COMPANY (MUTUAL) , as SURETY, are held and firmly bound unto the City in the penal sum of TEN (10) PERCENT OF THE TOTAL AMOUNT OF THE BID of the Principal above named, submitted by said Principal to the City for the work described below, for the payment of which sum in lawful money of the United States, well and truly to be made to the City to which said bid was submitted, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, the Principal has submitted the above -mentioned bid to the City, for certain construction specifically described as follows, for which bids are to be opened at La Quinta, California. 0 PROJECT NO. 2016-13E LA QUINTA LANDSCAPE RENOVATION IMPROVEMENT RANCHO OCOTILLO NOW, THEREFORE, if the aforesaid Principal is awarded the contract and, within the time and manner required under the specifications, after the prescribed forms are presented to him/her for signature enters into a written contract in the prescribed form, in accordance with the bid, and files two bonds with the City, one to guarantee faithful performance, and the other to guarantee payment for labor and materials as required by law, and provide certificate of insurance coverage required by the Contract Documents, then this obligation shall be null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we have hereunto set our hands on this 9th day of July , 2020. DESERT CONCEPTS CONSTRUCTION, INC. c-e ��,d en.-� a 0-9 lip �P t.,0700 �r 79-775 Avenue 40 Indio, California 92203 MERCHANTS BONDING COMPANY (MUTUAL) Attorney -in -Fact Title of Signatory B Signat'e7of boty uglas J. Rothey 6700 Westown Parkway, P. O. Box 14498 Des Moines, Iowa 50306-3498 Address Address Note: Signatures of those executing for the surety must be properly acknowledged. Bid Guaranty Bond "DESERT CONCEPTS CONSTRUCTION, INC., as 1220-1 State of COLORADO ) ) ss. County of ARAPAHOE ) On July 9, 2020, before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Douglas J. Rothey known to me to be Attorney -in -Fact of MERCHANTS BONDING COMPANY (MUTUAL) the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument on behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above. My Commission Expires: December 8, 2022 Cy hia M. Burnett, Notary Public YH HI M. BURNETT NOTARY PUBLIC STATE OF COLORADO NOTARY ID 19944019211 MY COMMISSION EXPIRES DEC. 8, 2022 ME 1C HAN T S�� BONDING COMPANY,,, POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Cynthia M Burnett; Douglas J Rothey; Erik Ulibarri; Wesley J Butorac their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 16th day of October 2019 ,., •L 10 Nq (••. . • O�IiG Cps'• .•`y•aRP O�pq •� �Q?QRp p�j •'a9 • f MERCHANTS BONDING COMPANY (MUTUAL) ►.: V �'� :Z ' y: MERCHANT NATIONAL BONDING, INC. v y 2003 :�� :y` 1933 By / PresidentSTATE OF IOWA ,•• "°+..�.a+��,`' ••■� �.�+ • • •�•• COUNTY OF DALLAS ss. On this this 16th day of October 2019 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. o� ,< s1, ALICIA K. GRAM F Commission Number 767430 z My Commission Expires ' •t,wvt^ April 1, 2020 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 9th day of July 2020 2003 :;� " ; y' 1933 y ; Secretary POA 0018 (3/17) +"'"`�� • • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of Riverside On %— -2d before me, Linda Roche Date Insert Name of Notary exactly as it appears on the official seal personally appeared Name(s) of Signer(s) LINDARnCNA '= Notary PLhiiC - California r = Riversiae County > Commission = 2310332 my Cpmrn. Expires Nov 20, 2023 Place Notary Seal Above Notary Public, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. f Witness m hair afid offici I s I. Signat re sign ure NoSary Public n a Roche OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of the form to another document. Description of Attached Document Title or Type of Document: "Ot C C— "C ( Y Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer —Title(s):� ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Top of thumb here Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer —Title(s): ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: SECTION 1230 CERTIFICATION OF BIDDER'S EXPERIENCE AND QUALIFICATIONS The undersigned Bidder certifies that he is, at the time of bidding, and shall be, throughout the period of the contract, 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 Contract Documents. Bidder shall further certify that it is skilled and regularly engaged in the general class and type of work called for in the Contract Documents. The Bidder represents that it is competent, knowledgeable, and has special skills on the nature, extent, and inherent conditions of the work to be performed. Bidder further acknowledges that there are certain peculiar and inherent conditions existent in the construction of the particular facilities, which may create, during the construction program, unusual or peculiar unsafe conditions hazardous to persons and property. Bidder expressly acknowledges that it is aware of such peculiar risks and that it has the skill and experience to foresee and to adopt protective measures to adequately and safely perform the construction work with respect to such hazards. The Bidder shall list below four (4) projects completed in the last seven (7) years of similar size and complexity that indicate the Bidder's experience as a General Contractor. 1. Project Name: Owner: ***See Attachment A*** Construction Cost: $ Construction Time: Owner's Representative: Owner's Telephone No.: Date of Substantial Completion: 2. Project Name: Owner: Construction Cost: s, Construction Time: Owner's Representative: Owner's Telephone No.: Date of Substantial Completion: Calendar Days Calendar Days Bidders Experience & Qualifications 1230-1 z x40. Ci d 0 u G O 3 0 H � O � U b :Q O 3 O d w 0 u N F Z WIL 0 z~ p� H CieLUO Z V) u w z W Q W a a ti U U U U U U ° rr� '� 00 p ti ti ti N y N N oho b - V• on `O on `O bo ° p N N a Q N N O N CO A N 'C N �'T M t .G N '� N 'OG•, N 00 U L L � 31 00 M M M �jI �j �p �••-1 w w A ° •� `" ,� ❑ o 0 0 'C on 'C on 'C oo 'C bo 'C on .� odU�' '0 '0a� o a� rn> `�> v>> v>> cn>d o N o o cCa cOa cOa go a U A U A 04 U d U A U A U A a° a° a° a° w; U •°; 0 0 0 0000 O O O O O O O O o O O O O O O O O O O O O o 00 Cl o 0 0 o g 00 00 00 00 00 N 00 00 O � O � O "r N O N_ M O M O M00 O O� � � � 69 6M9 69 69 69 69 69 69 4�,S O, z 02 00 00 00 00 a0 D2 O O O O C ON O O O O O o 0000 V1 V 00 �a w o U ° v b U o 'y y 0 0 � a In N z U vi �i M>, �0 � o W y W ❑ v Cd N U V] o U b to C ti 0 .O+ y Ln80 °' o n C7 0o 0 �b OCA a °ova •o p A w N A •E A •N •o o o 'ou a a a a N i v� o o v 2 ro .� w w o a ,a y o a a a a a •u CZ �°o �00 a 3 a �O�. 0 o 0 W c O d w T T b x x x x x ° O :d cd cd Y ° o C.' N 0 N fn W Qd in QLd W in R'' F. C, Q �, ¢, py 0 p, o o o o% U U ' nA A, o Ao w w E co 0 a en b� o w '6 d o° o a b � § 0� G o �o Ln a d 0 Q$ c og o �o p A^ a �" �, en Ln . a . z 00 U COd N N cd N xi b0 W 'b X d z z z z M O 4, W q .� 0.+ U d •g b pp ❑"o w N C o d U A u > aNi o u rA 0 U Ua Q� 0 0 U 0 N 0 0 a W per., M N CC Cl) O .b ay g ro 141 P; a U U 1 W 40. C7 u Y Ca O u O 0 0 o u U � 'b L 0 3 0 a 0 u IL Z W0 z~ 0_ ■ V� w �z z LU O U W Q � o U U C Ar �U! e) r U % U! r A U! r 'O o ,-. O N G .-r O .-. C ,-. � O' 4 N N 00 00 U u U U U U 00 o �o �c > > p o o Ate° C o A`�° o ° c? o ° u to 3 o rn cC > :� cd ti > ,� ti 'C b�v W 'C 'C boo bj 'C boo 'C cd > •PI w •C .d 0 'b a�oi O P. u R� a> a u P4 PL dam' v,> v,> v,> �'> v,> cli O O O 0 o C iC i0 d A C U 0 0 0 0 0 0 0 0 0 0 0 0 O 0 O 0 O 0 O O 0 O O 0 O 0 o O O O 0 0 0 C o 0 o 00 O O o 0 Vl 0 Vl 0 Vl 0 00 0 kn cq v 00 O 00 00 [� M en[� 69 69 '�. 69 69 .�-i 69 6R 69 45D 69 69 69 69 � 64 �c h kn NO O N N O O N N O N N O N O N O N 00 00 kn 00 00 0 o a 'P4 o 0 w a ai 3 ban c 0 o bjQ U w r�yy"'ii 3 cd 'C N y0 a; o boo b o 3 Flo u ro GD P. U G' p '� y •, P, , 00 a a z 3 A a 0 o ) a pb C °' o to G1' 3 •o x d ° °' N 0 id Z z w. b GA C � F. 'b � Q cp •d � Z00 yT a w u P. 00 b 3 Q u F o o b Q 3 o U u 0 o d ,b 3 ai 0 o a bo o b o ; P a � , o b Go �' 0 b 0 o a om ' U P4 S v, v, cn cn Z Cn U A Ua •ti b 'o �z z A4 S 00 oo aoi a�oi a�oi oa co) cad N N z u a _N W W W M U U U U W xi y p p > No 3 v ° u w 0 w o r u iw A au' v0, `" a a cc U o U A Pa N x A a� �, °' o �Pa 3�d I - x aCw CCU �Ca a I >i 0 4. Project Name: Owner• Construction Cost: $ Construction Time: Owner's Representative: Owner's Telephone No.: Date of Substantial Completion: Project Name: Owner: Construction Cost: $ Construction Time: Owner's Representative: Owner's Telephone No.: Date of Substantial Completion: Signed this 9th day of July Desert Concepts Construction, Inc. Name of Bidder Sign re of Bid Regina Castro Printed Name of Bidder Calendar Days Calendar Days 849837 Contractor's License No. 11/30/2020 Expiration Date Vice President Title of Signatory 2020. 1000006619 DIR Reg No. DIR Exp. Date: 6/30/2022 Bidders Experience & Qualifications 1230-2 SECTION 1240 PROPOSED SUBCONTRACTORS Pursuant to California Public Contracting Code, Section 4100 et. seq., the following list gives the name, business address, and portion of work (description of work to be done) for each subcontractor that will be used in the work if the bidder is awarded the Contract. (Additional supporting data may be attached to this page. Each page shall be sequentially numbered and headed "Proposed Subcontractors" and shall be signed.) The Contractor shall perform, with its own organization, Contract work amounting to at least 50 percent of the Contract Price except that any designated "Specialty Items" may be performed by subcontract and the amount of any such "Specialty Items" so performed will be deducted from the Contract Price before computing the amount required to be performed by the Contractor with its own organization. "Specialty Items" will be identified by the Agency in the Bid or in the Special Provisions. Where an entire item is subcontracted, the value of work subcontracted will be based on the Contract Unit Price. Subcontractor/Business Address/Description of Work/% of Work/License No./DIR Reg No. Desert Concepts Construction, Inc. Name of Bidder Proposed Subcontractors 1240-1 SECTION 1250 NON -COLLUSION -AFFIDAVIT TO BE_EX E:CUTEIp LXMDDEI AND SUBMITTED WITH BID State of California ) ss. County of being first duly sworn., deposes and say that he or he is V iU �('!eM- of t)°_x-r+ C r•�nrM.'P-t5 C 011*(LUAi ry) , the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly sought by contract, agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organ)zettOTN bid depository, or to any member or agent thereof to effectuate a colt sive or Aam bidl'� !1 na Name of Bidder V 1-ce, ?ree"t'd e_n+ Title I - I - ZD Date Non -Collusion Affidavit 1250-1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA County of Riverside On — 9 —2D Date personally appeared before me, Linda Rocha W Insert Name of Notary exactly as it appears on the official seal , Notary Public, U Nama(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the Notary Public ROCallfornia person(s), or the entity upon behalf of which the person(s) s x acted, executed the instrument. Riversiae County s` Commission = 2310332 1 certify under PENALTY OF PERJURY under the laws of the State of Californ' that the foregoing paragraph is true and correct. Witness d o7,6Z al s al. Signa re t Place Notary Seal Above Sign ure NotaryPublic Linda Rocha OPTIONAL Though the information below is not required by law it may prove valuable to persons relying on the document and could prevent fraudulent removal anal reattachment of the form to another document. Description of Attached Document /� 1 / r �{— Title or Type of Document: �� o " on l asi 6Yt, A- f 6cl a k i I Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer—Title(s):� ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer —Title(s): ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: SECTION 1260 DIR Project Vendor Information Vendor Information: Name: Desert Concepts Construction, Inc. Address: 79775 Ave 40 City: Indio Zip: 92203 Project Manager: Rick Valdez ST: CA Email: mail desertconce ts.net Phone: 760-200-9007 . CSLB/Certification Number: 849837 Public Works Registration No.: Classification: 1000006619 Asbestos Boilermaker Bricklayers Carpenter Carpet/Linoleum Cement Masons Drywall Finisher Drywall/Lathers Electricians Elevator Mechanic Glaziers. Iron Workers Laborers X Millwrights Operating Eng Painters Pile Drivers Pipe Trades Plasterers Roofer SheetMetal Sound/Com Surveyor Teamster Tile Worker, Prevailing Wages and Payroll: The project is subject to prevailing wage rates and enforcement by the Department of Industrial Relations (DIR). Prevailing wage rates can be obtained at: http:ZZwww.dir.ca.gov/Public-WorkslPrevailinci-WJe.litml. Contractors and subcontractors on most public Works projects are required to submit certified payroll records to the Labor Commissioner using DIR's electronic certified payroll reporting system. For your convenience, the link for reporting certified payroll is: http://www.clir.ca. ov Public -Works Certified -Pa roll- Reporting.html. A copy of certified payroll, including the employees and/or subcontractors working on with invoices submitted to the City of La Quinta. names and addresses of the job must be included DIR Project Vendor Information 1260-1