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