Loading...
HomeMy WebLinkAboutNissho of California Inc; 2015-06-19; PKRC548Tracking #: CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT REFURBISHMENT OF COLLEGE BLVD MEDIANS; PKRC548 This agreement is made on the _ . day of O O'AC-- , 20 by the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Nissho of California, Inc. whose principal place of business is 1902 South Santa Fe Avenue, Vista, CA 92083 (hereinafter called "Contractor"). City and Contractor agree as follows: DESCRIPTION OF WORK. Contractor shall perform all work specified in the Contract documents for the project described by these Contract Documents (hereinafter called "Project"). PROVISIONS OF LABOR AND MATERIALS. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents unless excepted elsewhere in this Contract. CONTRACT DOCUMENTS. The Contract Documents consist of this Contract, exhibits to this Contract, Contractor's Proposal, the General Provisions, addendum(s) to ail proper amendments and changes made thereto in accordance with this Contract, all of which are incorporated herein by this reference. When in conflict, this Contract will supersede terms and conditions in the Contractor's proposal. LABOR. Contractor will employ only skilled workers and abide by all State laws and City of Carlsbad Ordinances governing labor. GUARANTEE. Contractor guarantees all labor and materials furnished and agrees to complete the Project in accordance with directions and subject to inspection approval and acceptance by: Kyle Lancaster (City Project Manager) WAGE RATES. The general prevailing rate of wages for each craft or type of worker needed to execute the contract shall be those as determined by the Director of Industrial Relations pursuant to Sections 1770, 1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the applicable wage rates is on file in the Office of the City Engineer. The contractor to whom the contract is awarded shali not pay less than the said specified prevailing rates of wages to all workers employed by him or her in execution of the contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. FALSE CLAIMS. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. Refurbishment of College Blvd Medians; PKRC548 Page 1 of 8 City Attorney Approved 4/1/15 Tracking #: Contractor acl<nowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the contractor may be prevented from further bidding on public contracts for a period of up to five years and thai debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor orsji^o);nractor from participating in contract bidding. Signature: Print Name: ^^'^^ CALIFORNIA REGIONAL WATER QUALITY CONTROL BOARD, SAN DIEGO REGION. Contractor shall not allow any discharges from the construction site, which may have an adverse effect on receiving waters ofthe United States. Contractor shall not allow any groundwater extraction water to be discharged from construction site except in full compliance with the General Waste Discharge Requirements for Ground Water Extraction and Similar Discharges from Construction and Remediation Projects (Order No. 96-41) adopted by the Regional Board. Prior to submitting Bid, Contractor shall obtain a copy of said Order No. 96-41 and review all compliance requirements therein, including monitoring, testing, and reporting. In the event of conflict between the Contract and Permit requirements, the most stringent shall prevail. All permit requirements shall be satisfied by Contractor and accepted by all issuing agencies, and the Owner before project will be accepted and a Notice of Completion filed. Contractor shall, at his own expense, procure any additional permits, certificates, and licenses required of him by law for the execution of the work. He shall comply with all Federal, State and local laws, ordinances or rules and regulations relating to the performance of said work. The Contractor shall incorporate and comply with all applicable Best Management Practices (BMPs) during the completion of this agreement. All work must be in compliance with the most current San Diego Regional Water Quality Control Board (RWQCB) permit, Carlsbad Municipal code and the City of Carlsbad Jurisdictional Urban Runoff Management Plan (JURMP) incorporated herein by reference. The Contractor shall indicate in his submittals methods of compliance, equipment utilized to insure compliance, training of staff and experience in compliance with environmental regulations. If in the opinion of the project manager, the Contractor is not in compliance with this provision CITY reserves the right to implement BMP's to the maximum extent practical, and deduct payment due or back charge the Contractor for implementation with a 15% markup for administration and overhead. REQUIRED INSURANCE. The successful contractor shall provide to the City of Cartsbad, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Wori<ers' Compensation Insurance indicating coverage in a form approved by the California Insurance Commission. The certificates shall indicate coverage during the period of the contract and must be furnished to the City prior to the start of work. The minimum limits of liability insurance are to be placed with insurers that have a current Best's Key Rating of not less than "A-:VH"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least ''A:X"; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. Commercial General Liability Insurance of Injuries including accidental death, to any one person in an amount not less than $1,000,000 Refurbishment of College Blvd Medians; PKRC548 Page 2 of 8 City Attorney Approved 4/1/15 Tracking #: Subject to the same limit for each person on account of one accident in an amount not less than $1,000,000 Property damage insurance in an amount of not less than $1,000,000 Automobile Liability Insurance in the amount of $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the perfonnance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non- scheduled. The automobile insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. The above policies shall have non-cancellation clauses providing that thirty (30) days written notice shall be given to the City prior to such cancellation. The policies shall name the City of Cartsbad as an additional insured. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. INDEMNITY. The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those related to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. JURISDICTION. The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. Start Work: Contractor agrees to start within 5 working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within 30 working days after receipt of Notice to Proceed. CONTRACTOR'S INFORMATION. Nissho Of California, Inc. 1902 South Santa Fe (name of Contractor) (street address) 598372 Vista, CA 92083 (Contractor's license number) (city/state/zip) C-27 07/31/2016 760-727-9719 (license class, and exp. date) (telephone no.) 760-727-8706 (fax no.) tbaird@nisshoca.com (e-mail address) Refurbishment of College Blvd Medians; PKRC548 Page 3 of 8 City Attorney Approved 4/1/15 Tracking #: AUTHORITY. The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR By: CITY OF CARLSBAD, a municipal corporation of the State of Califarnia (sign here) Tom Baird / Maintenance Vice President (print name/title) By: (sign here) Cecilia Dolleton / Controller Aooiotoilt City M^pfagcr, Deputy City Managor •ef Department Director 38 authorincd by tho City Manager Kathryn B. Dodson, Interim City Manager ATTEST: BARBARA ENGLESON City Clerk (print name/title) If required by City, proper notarial acknowledgment of execution by Contractor must be attached. If a corporation. Agreement must be signed by one corporate officer from each of the following two groups: Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS CELIA A'^E Refurbishment of College Blvd Medians; PKRC548 Page 4 of 8 City Attorney Approved 4/1/15 Tracking #: EXHIBIT A LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR Set forth below is the full name and location of the place of business of each sub-contractor whom the Contractor proposes to subcontract portions of the Project in excess of one-half of one percent of the total bid, and the portion of the Project which will be done by each sub-contractor for each subcontract. NOTE: The Contractor understands that if it fails to specify a sub-contractor for any portion of the Project to be performed under the contract in excess of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perform such portion, and that the Contractor shall not be permitted to sublet or subcontract that portion of the work, except in cases of public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provisions ofthe Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. ofthe California Public Contract Code). If no subcontractors are to be employed on the project, enter the word "NONE." SUBCONTRACTORS Portion of Project to be Subcontracted Business Name and Address License No., Classification & Expiration Date %of Total Contract NONE Total % Subcontracted: n Refurbishment of College Blvd Medians; PKRC548 Page 5 of 8 City Attorney Approved 4/1/15 EXHIBIT B JOB QUOTATION Tracking #: ITEM NO. UNIT QTY DESCRIPTION PRICE 1 $296.38 99 24" Box Cinnamomum Camphora, Equipment & Delivery Charges $29,341.62 2 $13.08 125 Five Gallon Carissa Macrocarpa $1,635.00 3 $2,294.00 1 Tree Stakes and Ties $2,294.00 4 $771.00 1 Fertilizer Tablets and Humic Compost $771.00 5 Labor for Demo and Installation $6,237.00 TOTAL* $44,999.81 *lncludes taxes, fee's, expenses and all other costs. Detailed Description of Work Installation of 99 Lophostemon confertus (Tristainia) trees in College Blvd medians between Palomar Point Way and Palomar Airport Road. Tree wells will be excavated into existing Carissa macrocarpa. Irrigation system will be modified for proper tree irrigation. Trees will be planted, fertilized and soil amendment will be mixed into back fill. All trees will be staked and tied. Additional Carissa macrocarpa will be planted into existing gaps in current planting plan and continue in southerly medians to Cobblestone Road. Refurbishment of College Blvd Medians; PKRC548 Page 6 of 8 City Attorney Approved 4/1/15 Tracking #: Bond No. CDGP102192 EXHIBIT C LABOR AND MATERIALS BOND WHEREAS, the City Council ofthe City of Carlsbad, State of California, has awarded to Nissho of California, Inc. (hereinafter designated as the "Principal"), a Contract for: REFURBISHMENT OF COLLEGE BLVD MEDIANS CONTRACT NO. PKRC548 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office ofthe City Clerk ofthe City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of its subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, Nissho Of California, Inc. as Principal, (hereinafter designated as the "Contractor"), and state National insurance Company, inc. Adminlstared by: Contractor Managing General Insurance Agency. Inc. aS Surety, are held fimily bOUnd UntO the City Of Caflsbad In the sum of forty-four thousand nine hundred ninety-nine dollars and eight-one cents ($44,999.81), said sum being an amount equal to: One hundred percent (100%) ofthe total amount payable under the terms ofthe Contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to payfor any materials, provisions, provender, supplies, or teams used in, upon, for, or about the perfonnance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 9100, or for amounts due under the Unemployment Insurance Code with respect to the work or labor perfonned under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees ofthe contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. i; n MAY 1 8 2015. i By Refurbishment of College Blvd Medians; PKRC548 Page 7 of 8 City Attorney Approved 4/1/15 Tracking #: In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this, of , 20,|S day Executed by SURETY this 15th of May day ^2015 . CONTRACTOR: Nissho Of Califomia Inc. (naBnyof Contractor) By:. SURETY: State National Insurance Company, Inc. administered by: Contractor Managing General Insurance Agency, Inc (name of Surety) 20335 Ventura Blvd., Suite 426 Woodland Hills, CA 91364 (sign here) (address of Surety) (print name here) Vice President/ Nissho Of California, Inc. (title and organization of signatory) (866)363-2642 By one number of Surety) (sign here) Cecilia Dolleton (print name here) Controller/ Nissho Of California, Inc. (signature of Attorney-in-Fact) Stephanie Hope Shear, Attorney-in-Fact (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (title and organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. B City Attorn' Refurbishment of College Blvd Medians; PKRC548 Page 8 of 8 City Attorney Approved 4/1/15 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE §1189 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 Countv of ^^^.^ ^ <s ) before me, ^^^^ Dafe Herelnsert Name and Title of the Officef^ personally appeared nere insen i\ame ana i me or ine unicer Narrie(s) of Signer(s) who proveri tn mf- nn thP hasj*; nf sati.sfactoi:y_evidence to be the person(sbwhose namqg^ \s/iSf^ subscribed to the within instrument and acknowledged to me that he/she/(QTe)^executed the same in his/her/i^^Sauthorized capacityfi^^nd thatby his/her/(@c^ignatur^^on the instrument the persoi^|p or the entiTy upon behalf of whicFHthe perso^^ted, executed the in^ument. BETTY WAUCER Commission #2049407 Notary PuMe-California San Oiago County ^ 7. •'if^rj-wg^yis^^sl 1 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. Signature re of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: s DocuipenrDate: Signer(s) Other Thaq^^N^i^^tiove:' Capacity(ies) Claimed by Signer(s) Signer's Name: • Corporate Officer - T\t\e(^ CiS^ • Partner — • Limited • Individual • AttorpejTin Fact • Trustee Q-Qaardian or Conservator • Other: ^-^"^ Signer ls.R6presenting: Signer's Name: • Corporate Officer — Title(s): • Partner — • Limited • General • Individual • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: ©2014 National Notary Association • www.NationalNotary.org • 1 -800-US NOTARY (1 -800-876-6827) Item #5907 B.ondNo.: CDGP102192 Premium:$1,125.00 Taxes & Fees: N/A State National Insurance Company, Inc. Administered by: CONTRACTOR MANAGING GENERAL INSURANCE AGENCY, INC. POWER OF ATTORNEY KNOW BY ALL THESE PRESENTS That STATE NATIONAL INSURANCE COMPANY, INC. a corporation organized and existing under the laws ofthe State of Texas, having its principal office in Bedford, Texas does hereby constitute and appoint - Stephanie Hope Shear its true and lawful attomey(s)-in-fact to execute, seal and deliver for and on its behalf as surety, the following bond described as: Refurbishment of College Blvd Medians Contract No. PKRC548 forj Three Million and 00/100 Dollars f$3.000.000'> and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise. The execution of such instrument(s) in pursuance of these present, shall be as binding upon STATE NATIONAL INSURANCE COMPANY, INC. as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. RESOLVED that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Power of Attomey or certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, STATE NATIONAL INSURANCE COMPANY, INC. has caused this instrument to be signed and hs corporate seal to be affixed by its authorized officer, this 24th day of March, 2014. STATE NATIONAL INSURANCE COMPANY, INC. STATE OF TEXAS County of Tarrant Terry L. Ledbetter, President Trace Ledbetter, Secretary On this24ai day of March, 2014 before me came the individuals who executed the preceding instmment, to me personally known, and being by me duly sworn, said that each of the herein described and authorized officer of STATE NATIONAL INSURANCE COMPANY, INC.; that the seal affixed to said instmment is the Corporate Seal of said Company; that the Corporate Seal and each signature were duly affixed by order ofthe Board of Directors of said Company. IN WITNESS WHEREOF, I have hereunto set my hand at Bedford, Texas the day and year above written. MtoTCJyl [Notary Stamp] Signature of Notary I, Trace Ledbetter, Secretary of STATE NATIONAL INSURANCE COMPANY, INC., do hereby certify that the above and foregoing is a tme and correct copy of a Power of Attomey executed.by STATE NATIONAL INSURANCE COMPANY, INC., which is still in foil force and effect. IN WITNESS WHEREOF, I have thereunto set my hand and attested the seal of said Company thislSthday of May . 20^5 Trace Ledbetter, Secretary CMGIA-SNIC-SUR-014-03/14 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE §1189 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 LOS ANGELES On 1 ^ ?Q^5 before me. Dafe personally appeared SHIRLEY GIGGLES, NOTARY PUBLIC Here Insert Name and Title of the Officer STEPHANIE HOPE SHEAR Name(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 person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. SMRLEY GtQGLES Commitsion # 1987675 Notary Public - California Los Angsles County . Munnnmi g«plratS»p7.2016l I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. > WITI Signatu Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ! Document Date: • Corporate Officer — Title(s): • Partner — • Limited • General • Individual • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: Signer's Name: • Corporate Officer — Title(s): • Partner - • Limited • General • Individual • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 NISSHO OF CALIFORNIA, INC. 1902 South Santa Fe Avenue, Vista, California 92083 Phone 760.727.9719 Fax 760.727.8706 License #598372 WORK ORDER C.O.C. Medians City of Carlsbad Project Name (760) 434-2922 Client Phone # ^le.lancaster® carlsbadca.qc Client Name Kyle Lancaster Authorized by (Print) email Authorized by (Sign) Date Nissho internal Only (Maintenance Department)! Tom Baird 4.1.2015 Project Manager (Print) Date Sales Rep Approval (Sign) IVIgmt Approval DETAILED DESCRIPTION OF WORK TO BE PERFORMED Proposal is for the installation of 99 Lophostemon confertus (Tristania) trees in the College Ave Medians to Palomar Point Rd to Palomar Airport Road. Tree wells will be excavated into existing Carissa macrocarpa, irrigation system will be modified for proper tree irrigation, tree will be planted, fertilized and soil amendment will be mixed into back fill. Finally, all trees will be staked and tied. Additional Carissa will be planted into existing gaps in current planting plan, and continue in southerly medians to Gobblestone ut. MATERIALS -QTY PRICE TOTAL 24" Box Cinnamomum Camphora, Equipment & Delivery Charges 99 $ 296.38 $ 29,341.62 5 Gal Carissa macrocarpa 125 $ 13.08 $ 1,635.00 Tree Stakes and Ties 1 $2,294.00 $ 2,294.00 Fertilizer Tablets and Humic Compost 1 $ 771.00 $ 771.00 $ $ $ Irrigation Modifications 1 $4,721.19 $ 4,721.19 0 $ LABOR HRS : RATE " - TOTAL Demo & Installation $ 6,237.00 $ $ $ 1 GRAND TOTAL $ 44,999.81 THESE SIGNATURES BELOW CERTIFY THAT THE AREAS HAVE BEEN THOROUGHLY INSPECTED BY THE UNDERSIGNED REPRESENTATIVE. IT HAS BEEN DETERMINED THAT THE INSTALLATION IS IN ACCORDANCE WITH THE PLANS OR THE AGREED UPON SPECIFICATIONS BY THE DEVELOPER/CLIENT AND NISSHO OF CALIFORNIA, INC. Nissho of California Representative Print Sign Date Client Representative Print Sign Date