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