Loading...
Kirkpatrick Landscaping Services, Inc.SECTION 1200 BID DATE: July 08, 2020 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 # Date Received Initials 1 2 July 2, 2020 July 6, 2020 Attached is a bid guaranty bond as required by Paragraph 1110-15.0, BID GUARANTY. Kirkpatrick Landscaping Services, Inc. Name of Bidder 760-347-6926 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. Kirkpatrick Landscaping Services, Inc. Name of Bidder 43-752 Jackson Street Indio, CA 92201 Bidder's Address 503360 Contractor's License No. California State of Incorporation Signatur a idder Steven J. Kirkpatrick Printed Name of Signatory President Title of Signatory 760-347-6926 Bidder's Telephone Number kls@klsinc.net Bidder's Email Address 12/31 /2020 Contractor's Expiration Date 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 1 LS $32,629.00 $32,629.00 2 Traffic Control and Plans 1 LS $25,692.00 $ 25,692.00 3 Dust Control 1 LS $18,363.13 $18,363.13 4 Clearing and Grubbin 1 LS $ 69,128.00 $ 69,128.00 5 Demolition and Disposal 1 LS $ 78,323.00 $ 78,323.00 6 Remove and Replace 6' Sidewalk 1,630 SF $ 21.25 $ 34,637.50 7 Modify, Relocate, and Repair 1 LS $ 67,153.00 $ 67,153.00 Existing Lighting Electrical System w/ New Fixtures 8 Wall Cleaning and Paintin 1 LS $ 12,356.00 $ 12,356.00 9 Soil Prep and Fine Grading 1 LS $22,000.00 $ 22,000.00 10 Furnish and Install Boulders per 136 EA $ 138.00 $ 18,768.00 Plan — "Rustic Brown", 2' — 3' 11 Furnish and Install 3/8" Apache 3,360 SF $ 1.60 $ 5,376.00 Brown Crushed Rock 12 Furnish and Install 3/8" Desert 1,120 SF $ 1.45 $ 1,624.00 Gold Stabilized Decomposed Granite 13 Furnish and Install 3/8" California 20,880 SF $ 1.05 $21,924.00 Gold Decomposed Granite 14 Furnish and Install 3/4" Desert 59,725 SF $ 1.15 $ 68,683.75 Gold Crushed Rock 15 Furnish and Install 6" Minus Baja 13,400 SF $ 2.23 $ 29,882.00 Cresta Rubble 16 Furnish and Install 6" Minus 2,375 SF $ 212 $ 5,035.00 Cresta Rubble 17 Furnish and Install 12"-18" Sierra 225 SF $ 5•85 $1,316.25 Cobble 18 Furnish and Install PermaLoc 1,022 LF $ 13.00 $ 13,286.00 Header — Asphalt Edge 19 Furnish and Install Landscaping 1 LS $ 58,652.00 $ 58,652.00 per Plan 20 Furnish and Install Irrigation per 1 LS $ 127,132.00 $ 127,132.00 Plan 21 Keystone Concrete Retaining 1,548 LF $ 18.00 $ 27,864.00 Block Wall 22 90 — Day Maintenance Period 1 LS $ 3,800.00 $ 3,800.00 Total Amount of Bid Items 1 — 22 743,624.63 Bid Schedule 1210-2 GRAND TOTAL BASE BID (Figures): $ 743,624.63 GRAND TOTAL BASE BID (Words): Seven Hundred Forty-three Thousand Six Hundred Twenty-four Dollars and sixty-three cents 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 to such adjustments and alterations as elsewhere provided herein. _ Kirkpatrick Landscaping Services, Inc. 760-347-6926 kls@klsinc.net Si� ture of Mder (Ink) Name of Bidder (Printed or Typed) Bidder Telephone Number Bidder Email Address Bid Schedule 1210-3 SECTION 1220 BID GUARANTY BOND Western National Mutual PRINCIPAL, and Insurance Company 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. 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 6th day of JUN , 2020. Kirk atrick Landscaping Services, Inc Title of Signatory Signat 7Principal 43752 N. Jackson, Indio, CA 92202 Address Western National Mutual Insurance Company Christina Mountz, Attorney -in -Fact Title of Signatory nature of Surety 10851 N. Black Canyon Highway Suite 630, Phoenix, AZ 85029 Address Note: Signatures of those executing for the surety must be properly acknowledged. Bid Guaranty Bond 1220-1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT 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 SS. County of San Bernardino On July 6, 2020 before me, Amanda Castillo, Notary Public Name and Title of Officer (e.g , "Jane Doe, Notary Public") personally appeared Christina Mountz Name(s) of Signers} mat"'' AMANDA CASTILLO Commission No. 2234261 z _ INOTARY PUBLIC-CALIFORNIA SANBERNARDINO COUNTY c'd •o• My Comm, Expires MARCH 15,22022T who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person 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. WITNESS my hand and official seal. IN Signature of Notary Public 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 this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: O Individual 0 Corporate Officer Title O Partner -- O Limited O General 0 Attorney -in -Fact Cl Trustee Cl Guardian or Conservator Other. - Signer is Representing: Number of Pages: Top of thumb here No. 5976-6 STATE OF CALIFOR1vIA DEPARTMENT OF INSURANCE SAN FRANCISCO Certificate of Authority THIS IS TO CERTIFY that, pursuant to the Insurance Code of the State of California, Western National Mutual Insurance Company of Minnesota, organized under the laws of Minnesota, subject to its Articles of Incorporation or other fundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate, the following classes of insurance: Surety as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and not in violation of any, ofthe applicable laws and lawful requirements made under authority ofthe laws ofthe State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN WITNESS WHEREOF, effective as ofthe 21' day of May, 2015, I have hereunto set my hand and caused my official seal to be affixed this 21" day of May, 2015. Dave Jones Insurance Commissioner .1 By Susan J. Stapp for Nettie Hoge Chief Deputy NOTICE: Qualification with the Secretary of State must be accomplished as required by the California Corporations Code promptly after issuance ofthis Certificate ofAuthority. Failure to do so will be a violation of Insurance Code section 701 and will be grounds for revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. 9913715.1 4�r WEETERWHAT1ONAL i��un.xcc Tfie rolo�imshfp pompony POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Western National Mutual Insurance Company, a Minnesota mutual insurance company, does make, constitute and appoint: Jay P Freeman, Cynthia J Young, Christina Mountz, Laurie B Druck (ALLIANT INSURANCE SERVICES INC 010156) Its true and lawful Attorney(s)-in-Fact, with full power and authority for and on behalf of the Company as surety, to execute and deliver and affix the seal of the Company thereto (if a seal is required) bond, undertakings recognizances or other written obligations in the nature thereof, (other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, hazardous waste remediation bonds or black lung bonds), as follows: All written instruments in an amount not to exceed an aggregate of Seven Million Five Hundred Thousand and 00/100 ($7,500,000) single obligation, regardless of the number of instruments issued for the obligation. for any and to bind Western National Mutual Insurance Company thereby, and all of the acts of said Attorneys -in -Fact, pursuant to these presents, are ratified and confirmed. This appointment is made under and by authority of the board of directors at a meeting held on September 28, 2010. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of Western National Mutual Insurance Company on September 28, 2010: RESOLVED that the president, any vice president, or assistant vice president in conjunction with the secretary or any assistant secretary, may appoint attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the company to execute and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and suretyship obligations of all kinds, and said officers may remove any such attorney -in -fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company (i) when signed by the president, any vice president or assistant vice president, and attested and sealed (if a seal be required) by any secretary or assistant secretary; or (ii) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned and sealed (if a seal be required) by a duly authorized attorney -in -fact or agent; or (iii) when duly executed and sealed (if a seal be required) by one or more attorneys -in -fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the Company to such person or persons. RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile 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 affixed. IN WITNESS WHEREOF, Western National Mutual Insurance Company has caused these presents to be signed by its proper officer and its corporate seal to be affixed this 16th day of December , 2015. Jon R. Hebeisen, Secretary Larry A. Byers, Sr. Vice President STATE OF MINNESOTA, COUNTY OF DAKOTA On this 16th day of December, 2015, personally came before me, Jon R. Hebeisen and Larry A. Byers and to me known to be the individuals and officers of the Western National Mutual Insurance Company who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally dispose and say; that they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. JENMFER A YOM NOTARY PUBLIC • MINNESOTA � .. MY COMMINON EXPIFIEB 01 J3112021 Jennifer A. Young, Notary Public My commission expires January 31,2021 CERTIFICATE I, the undersigned, assistant secretary of the Western National Mutual Insurance Company, a Minnesota corporation, CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and. furthermore, that the Resolutions of the board of directors set forth in the Power of Attorney, are now in force. w SE AL:= Signed and sealed at the City of Edina, MN this 6th day of July 1 2020 Jennifer A. Young, Assistant Secretary CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT ANotm); 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, accuracv, or validity of that document. State of California County of R li cj-(-,/ On(WA before me, (Here insert name and title offrccr ) personally appeared Pz 1 Y 1 �/L Public who proved to nee on the basis ol'satisfactory evidence to be the person( whose name(F) is/at-9/subscribed to the within It strurnent and acknowledged to me that he/shefitheyexecuted the same in his/hey/th96 authorized capacity(iq. and that by his/h�/their signature(SI on [he instrument the person(s�ot• the entity upon behalf of which the person�s�lj acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. LAGUZ AN W ' Nl S Ill ld and ofti I •al. w EFMIDICE20"8UNTY M.t�28916 x y NOTAULIo AIFORNIA Cprlmusion E*ml JUKE 14, 2023 Sti Signature o Notary Public ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF Tl IE ATTACHED DOCUMENT ("1 itic or description of attached document) (Title or description ofattachcd documenteontiqued) Number of Pages _q_ Document Datelj�v (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other INSTRUCTIONS FOR COMPLETING THiS FORM Any acknowlecfgnrew completed in California inust conlain verbiage exacilp as appears above in dce nolm)• section or a sepal'ale acknoirledgucenl •form must be properly completed and allachetl to that document. The only exception is it a document is to be recorded oulside of California- In such instances, an'v ahernative acknoirledgnrent verbiage as ntap be lwinled on such a document so long as the verbiage does not require the notaay to do sauelhiog that is illegal for it notal y in California (i.e, eerlifying the authorised capacity of the signer). Please check the document carelidlr.forin•oper notarial u•mtlingand attach this form ifrequired. • Stale and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the dale that the signer(s) personally appeared which must also be the saute date the acknowledgment is completed, • The notary public must print his or her name as it appears within his or her commission followed by a connno and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (Le, Fie/she/tHe�— is lure ) or circling the correct forms, Failure to correctly indicate this information may lead to r0ection of document recording. • "fhe notary seal impression must be clear and photographically reproducible, impression must not cover text or lines, if seal impression smudges_ re -seal if' a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document, Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary) • Securely attach this document to the signed document 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. 2. Project Name: YMCA Turf Reduction Owner: City of La Quinta Construction Cost: $ 89,500.00 Construction Time: 45 Owner's Representative: Owner's Telephone No.: Leonard St. Sauver 760-777-7048 Date of Substantial Completion: March 2017 Project Name: Landscape Renovation MisSinn I akp. Owner: Construction Cost: 384,000.00 Construction Time: 90 Owner's Representative: Owner's Telephone No.: Chris Bremseth 760-773-0123 Date of Substantial Completion: January 2016 Calendar Days Calendar Days Bidders Experience & Qualifications 1230-1 3. Project Name• Landscape Renovation Project Owner' Thunderbird Terrace Construction Cost: $ 137,000.00 Construction Time: 15 Calendar Days Owner's Representative: Carol Calhoun Owner's Telephone No.: 760-346-1161 Date of Substantial Completion: December 2019 4. Project Name• Renovation Project Owner• City of Palm Desert Housing Authority Construction Cost: $ 93,900.00 Construction Time: 45 Calendar Days Owner's Representative. Jessica Gonzalez Owner's Telephone No.: 760-346-0611 Date of Substantial Completion: May 2018 Signed this 08th day of July 2020. Kirkpatrick Landscaping Services, Inc. Name of Bidder Signatu f Bidder Steven J. Kirkpatrick Printed Name of Bidder 503360 Contractor's License No.. 12/31 /2020 / 06/30/2021 Expiration Date President Title of Signatory 1000008332 DIR Reg No. 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. Mascorro Concrete Construction Inc. / 72-790 Quarry Trail #1 Thousand Palms CA 92276 / 5% / 779774 / 1000005554 Cove Electric, Inc. / 77-971 Wildcat Drive Ste F Palm Desert, CA 92211 / 8% / 397002 / 1000004317 Signatur o idder Kirkpatrick Landscaping Services, Inc. Name of Bidder Proposed Subcontractors 1240-1 SECTION 1250 NON -COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ss. County of Riverside ) Steven J. Kirkpatrick he or she is President being first duly sworn, deposes and say that of Kirkpatrick Landscaping Services, Inc. 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, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. ee� Signature to n J. Kirkpatrick Kirkpatrick Landscaping Services, Inc. Name of Bidder President Title 7v Date Non -Collusion Affidavit 1250-1 Jurat A Notary Public or other officer completing this certificate verifies only the identity oj'the individual who signed the document to which this certificate is attached, and not the trutlijidness, accuracy, or validity of that document. State of California N County of — K��L� (Ac— - Subscribed and sworn to (or affirmed) before me on this -IR 0 20 ;40 by '64-e vex"' - j � V—L -day of proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Signature IL COMM. 02298294 >4 Cow"m Dom JULY 22.2023 NOTARY PUBLIC e CALIFORNIAZ (Notary seal) RIVERSIDE COUNTY OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT Gn - �_' CA-) 0� � M — GO (Title or description of attached document) (Title or description ol'allachcd document continued) Number of Pages 1— Document Dat�\%'t (Additional information) INSTRUCTIONS FOR COMPLETING THIS FORM Anv Jroral completed in California must contain verbiage that indicates the norat), public either personate knew the dootmem signer (q1fiant) or drat the identity was satisfactorily proven to the ratan with acceptable identification in accordance with Calilb"tia notary law. Aokyjurat completed in California which does not have such verbfitge must have add the wording either with a jural stamp or with a fiorat ,Dorm which does inchide proper wording. There are no e.wentions to this law for any fifrat joerfbrined in California. h) addition, the noiar ' y' must require an oath or qftirmafionftont the docioneill signer regarding the trialifidness of the contents of the document. The document must be signed AFTER the oath or at ' .1irmatdocument. Ifthe document was previonsir signed, it must be re -signed infi-ontofthe notary public during the jidratprocess • State and County information must be the Stale and County where the document signer(s) personally appeared before the notary public. • Date of notarization must be the dale that the sigrtcr(s) personally appeared which must also be the same dale the,jura( process is completed. • Print the names) of document signer(s) who personally appear at The time of notarization. • Signature of The notary public must match the signature on file with the office of the county clerk. • 'I'he notary seal impression must be cleat and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area pennits, olherwisc complete a different jurai form. Additional information is not required but could help to ensure this jural is not misused or attached to a different document. Indicate tide or type of attached document, number of pages and dale- • Securely attach this document to the signed document SECTION 1260 DIR Project Vendor Information Vendor Information: Name: Kirkpatrick Landscaping Services, Inc. Address:- 43-752 Jackson Street Zip: 92201 Project Manager: Larry Layton City: Indio Email: kls@klsinc.net ST: CA 760-347-6926 503360 / C-27 and D-49 Phone: _ CSLB/Certification Number: Public Works Registration No.: 1000008332 Classification: Asbestos Boilermaker Bricklayers Carpenter Carpet/Linoleum Cement Masons X(SC)Drywall Finisher Drywall/Lathers Electricians X(SC) 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.//www.dir.ca.gov/Public-Works/Prevailing-Wage.html. 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:1Zwww.dir.ca.gov/Public-Works/Certified-Payroll- Reporting.html. A copy of certified payroll, including the names and addresses of employees and/or subcontractors working on the job must be included with invoices submitted to the City of La Quinta. DIR Project Vendor Information 1260-1