Loading...
HomeMy WebLinkAboutNissho of California; 2014-04-03; PKR530Tracking #: CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT CANNON LAKE PARK FRONTAGE IMPROVEMENTS; CONT. NO. PKRC530 This agreement is made on the 3> day of rXpVfX^ , 2oJ^, 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 Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, 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. CALIFORNIA REGIONAL WATER QUALITY CONTROL BOARD, SAN DIEGO REGION. A. Contractor shall not allow any discharges from the construction site, which may have an adverse effect on receiving waters of the United States. B. 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. C. 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. D. 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. E. 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. F. The Contractor shall indicate in his submittals methods of compliance, equipment utilized to insure compliance, training of staff and expenence in compliance with environmental regulations. If in the opinion of the project manager, the Contractor is not in compliance with this provision, CANNON LAKE PARK FRONTAGE IMPROVEMENTS, CONT. NO. PKRC530 Page 1 of 6 City Attorney Approved 2/7/13 Tracking #: 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. GUARANTEE. Contractor guarantees all labor and matenals furnished and agrees to complete the Project in accordance with directions and subject to inspection approval and acceptance by Kyle Lancaster (City Project Manager) PREVAILING WAGES NOT REQUIRED. The City of Carlsbad is a Charter City Carlsbad Municipal Code Section 3 28.130 supersedes the provisions of the California Labor Code when the public work is not a statewide concern Payment of prevailing wages is at Contractor's discretion 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. Contractor acknowledges 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 ofthe truth or falsity ofthe 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 that debarment by another junsdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in contract bidding. Signature Print Name UClh'^ ^- bo)leH?n REQUIRED INSURANCE. The successful contractor shall provide to the City of Carlsbad, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Workers' Compensation Insurance indicating coverage in a form approved by the Califomia Insurance Commission. The certificates shall indicate coverage dunng 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. (1) a rating in the most recent Best's Key Rating Guide of at least A- V and (2) are admitted and authonzed to transact the business of insurance in the State of California by the Insurance Commissioner Commercial General Liability Insurance of Injuries mcluding accidental death, to any one person in an amount not less than ..$500,000 Subject to the same limit for each person on account of one accident in an amount not less than . . $500,000 Property damage insurance in an amount of not less than . ..$100,000 Automobile Liability Insurance in the amount of $100,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or CANNON LAKE PARK FRONTAGE IMPROVEMENTS, CONT NO PKRC530 Page 2 of 6 City Attorney Approved 2/7/13 Tracking #: 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 pnor to such cancellation. The policies shall name the City of Carlsbad as an additional insured 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 descnption, 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 mcluding 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 junsdiction 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 10 working days after receipt of Notice to Proceed. Completion Contractor agrees to complete work within 25 working days after receipt of Notice to Proceed. CONTRACTOR'S INFORMATION. Nissho of California, Inc 1902 South Santa Fe Avenue (name of Contractor) #598372 (Contractor's license number) (license class, and exp date) W W W W W W (street address) Vista / CA / 92083 (city/state/zip) (760) 727-9719 (telephone no) (760) 727-8706 (fax no) tom@nisshoca.com (e-mail address) CANNON LAKE PARK FRONTAGE IMPROVEMENTS; CONT NO PKRC530 2/7/13 Page 3 of 6 City Attorney Approved 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, nght and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR CITY OF CARLSBAD, a municipal corporation of the State of California (sign here) /i i v? ' Depanment Director Cp.cili^ & t)0\\pM - cmft'G IkrjSpS'flWiA, as authorized by the City Manager (pnnt name/title) J chris Hazeltine ^""^'S^lo''. By: n ATTEST: ^ iS-Z^^'i^Z^-^^. (sign here) mRBARA ENGLE^ tt « 0^ City Clerk \ C'X'"-? o-^^"^ \ (pnnt name/title) If required by City, proper notanal 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 Group B Chairman, Secretary, President, or Assistant Secretary, Vice-President CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowenng the officer(s) signing to bind the corporation. FORM :R, City Attorney_ CANNON LAKE PARK FRONTAGE IMPROVEMENTS, CONT NO. PKRC530 Page 4 of 6 City Attorney Approved 2/7/13 Trackings: 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 of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq of the 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 Total % Subcontracted: 3X? CANNON LAKE PARK FRONTAGE IMPROVEMENTS, CONT NO PKRC530 2/7/13 Page 5 of 6 City Attorney Approved EXHIBIT B JOB QUOTATION Tracking #: IP illTEM 'if myi UNIT QTY DESCRIPTION PRICE 1 LS ' 1 Demolition, Grading and Labor $2,926 00 2 LS 1 Fence Installation $5,053 30 3 LS 1 New Irngation System $8,297 04 4 LS 1 Planting & Mulching $8,593.00 TOTAL* $24,869.34 *lncludes taxes, fees, expenses and all other costs. CANNON LAKE PARK FRONTAGE IMPROVEMENTS, CONT NO PKRC530 2/7/13 Page 6 of 6 City Attorney Approved NISSHO OF CALIFORNIA INC 1902 South Santa Fe Avenue Vista California 92083 Phone 760 727 9719 Fax 760 727 8706 License #598372 ^^^^^^^ NISSHO JOI # CLIENT P.O. # WORK ORDER Proposal Summary LC 1 COC Roadside Project Name (760) 434 2922 Client Phone # paui harnson@carisbadca gov email City of Carlsbad Client Name Authonzed by (Sign) Date ^ ^ ^ Nissho Internal Only ^ (Maintenance Department) Paul Harnson Gregg Fonseca 1 314 Authorized by (Pnnt) Project Manager (Print) /\ C / AJ ate Sales Rep Approval (Sign) Mgmt Approval DETAILED DESCRIPTION OF WORK TO BE PERFORMED Cannon Lake Park Frontage Improvements to include CONTACTING DIG ALERT to mark all existing underground utility lines the demolition of exisitng FENCES, removal of waste concrete plant matenal and debris from side edge to new Fence line (15 feet from Sidevi/alk Edge) Laboratory Soil Testing Fence & Gate Installation Installation of an Irngation System and City Inspection of the Irrigation System Approval of 24 Box Trees by City Lists of Fertilizer and Supplying Nurseries planting of new trees and perennials MULCHING of site and installation of YELLOW DIAMOND Reflector Sign on new fence MATERIALS ^ ^ ""^ QTY PRICE / TOTAL Demolition Grading and Labor 1 $2 926 00 $ 2 926 00 $ Fence Installation 1 $5 053 30 $ 5 053 30 $ New Irngation System 1 $ 8 297 04 $ 8 297 04 $ Planting & Mulching 1 $ 8 593 00 $ 8 593 00 LABOR < HRS RATE TOTAL Included Above $ $ $ $ GRAND TOTAL $ 24 869 34 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 PnnI Sign Date Client Representative Print Sign Date NISSHO OF CALIFORNIA INC 1902 South Santa Fe Avenue Vista California 92083 Phone 780 727 9719 Fax 760 727 8706 License #598372 WORK ORDER NISSHO JOB # CLIENT P.O. # Proposal LC 5 Demolition/Grading ity of Carlsbad Cannon Parkwa Project Name (760) 434 2922 _ City of Carlsbad Client Name Kyle Lancaster Client Phone # Kvie LancasteriioS.cartsbadca gov _ Authorized by (Print) E Mail ^uthonzed by (Sign Date Nissho Internal Only (Maintenance Department) Gregg Fonseca Project Manager (Pnnt) Sales Rep Approval (Sign) Mgmt Approval DETAILED DESCRIPTION OF WORK TO BE PERFORMED Cannon Rd South side due West of Rail Road Tracks Dig Alert Demolition of Existing Fences Trash and old plant removal Site Grading Instal new Irrigation system Instal New Fence Instal New plant material MULCH site MATERIALS * ^QTY PRICE TOTAL ^ Dig Alert $ Soil Testing with Willis Labs per City Spec 4 $ 183 00 $ 732 00 Bobcat 1 $ 250 00 $ 250 00 Drop Off/Pick Up 2 $ 75 00 $ 150 00 Dump Fees (per ton) 10 $ 80 00 $ 800 00 Dumpster (dropoff/pickup) 2 $ 189 00 $ 378 00 $ $ $ $ SOIL TEST RESULTS REQUIRED INSPECTION BEFORE START OF $ PROJECT $ $ $ LABOR „ ^ HRS RATE TOTAL Laborer (demo) 8 $ 23 00 $ 184 00 Operator (demo) 16 $ 27 00 $ 432 00 $ 1 GRAND TOTAL $ 2 926 00 THESE SIGNATURES BELOW CERTIFY THAT THE AREAS HAVE BEEN THOROUGHLY INSPECTED BYTHE 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 Client Representative Pnnt Sign Date Print Sign Date NISSHO OF CALIFORNIA INC 1902 South Santa Fe Avenue Vista California 92083 Phone 760 727 9719 Fax 760 727 8706 License #598372 NISSHO JOB * CLIENT P.O. # WORK ORDER Proposal LC 5 Fence ity of Carlsbad Cannon Parkwa Project Name (760) 434 2922 _ Client Phone # Kvle Lancasterigicarlsbadca gov City of Carlsbad Client Name Kyle Lancaster Authorized by (Pnnt) E Mail Authorized by (Sign Date Nissho Internal Only (Maintenance Department) Gregg Fonseca Project Manager (Pnnt) Sales Rep Approval (Sign) Mgmtf\pproval DETAILED DESCRIPTION OF WORK TO BE PERFORMED Cannon Rd South side due West of Rail Road Tracks Dig Alert Demolition of Existing Fences Trash and old plant removal Site Grading Instal new Irrigation system Instal New Fence Instal New plant material MULCH site MATERIALS ^ ^ QTY PRICE -+TOTAL $ 240 Linear feet of 2 rail Peeler Pole fencmg+Gate $ $ poles (Rails) 3 diameter pressure treated 8 long $ Posts 4 diamter Douglas Fir beveled tops (45 degree) 4 from grade to top $ Total Expense 1 $ 4 876 30 $ 4 876 30 Yellow Diamond Reflector Sign 1 $ 177 00 $ 177 00 $ $ $ $ $ $ $ LABOR ^_^v, ^'^'^S* J*. HRS RATE TOTAL Laborer $ Foreman $ $ GRAND TOTAL $ 5 053 30 THESE SIGNATURES BELOW CERTIFY THAT THE AREAS HAVE BEEN THOROUGHLY INSPECTED BY THE UNDERSIGNED REPRESENTATIVE IT HAS BEEN DETERMINED THAT THE INSTALU\TION IS IN ACCORDANCE WITH THE PLANS OR THE AGREED UPON SPECIFICATIONS BY THE DEVELOPER/CLIENT AND NISSHO OF CALIFORNIA INC Nissho of California Representative Client Representative Print Sign Date Print Sign Date NISSHO OF CAUFORNIA INC 1902 South Santa Fe Avenue Vista California 92083 Phone 760 727 9719 Fax 760 727 8706 License #598372 WORK ORDER NISSHO JOB # CLIENT P.O. # Proposal IWO COC Roadside City of Carlsbad Project Name Client Name (760) 434 2922 Paul Harrison Client Phone # Authorized by (Pnnt) paul harnson@carl5badca gov email Authorized by (Sign) Date Nissho Internal Only - 1^ (Maintenance, Department) <, Gregg Fonseca Project Manager (Pnnt)^* Sales Rep Approval (Sign) MgmtApprovaL DETAILED DESCRIPTION OF WORK TO BE PERFORMED , „ ^ ^ This proposal is for the installation of a irrigation system along Cannon Road just west of the railroad crossing and the interstate 5 freeway The proposal includes installation of a DIG LEIT solar powered 4 station irrigation controller (1) dark green powder coated gaurdshack backflow enclosure (1) weathermatic 8200cr master valve (3) weathermatic 8200cr irrigation control valves (1)1 Nelson quick coupler valves and (30) 12 rainbird spnnklers and (10) 5gpm rainbird bubblers AH associated valve boxes concrete work (for the controller and backflow) and pipes and fittings are also included in this proposal The area of installation will be checked via a dig alert to ensure no interruption of utilities and the area will be checked post installation to ensure proper function All materials and labor are included to complete the installation . MATERIALS QTY PRICE TOTAL Irngation Matenals 1 $6 437 04 $ 6,437 04 $ $ LABORS ^* ^ HRS RATE TOT^L Foreman (trenching and pipe layout) 20 $ 33 OO $ 660 00 Laborer (trenching and pipe layout) 20 $ 33 00 $ 660 00 Irrigation Technician (controller concrete valves spnnklers testing) 12 $ 45 00 $ 540 00 $ 1 GRANDTOTAL $ 8 297 04 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 Client Representative Sean Lyon Pnnt Sign Date Pnnt Sign Date NISSHO OF CALIFORNIA INC 1902 South Santa Fe Avenue Vista California 92083 Phone 760 727 9719 Fax 760 727 8706 License #598372 NISSHO JOI # CLIENT P.O. # WORK ORDER Proposal LC 5 Planting ity of Carlsbad Cannon Parkwa Project Name (760) 434 2922 Client Phone # Kyle Lancaster(5)carlsbadca gov City of Carlsbad Client Name Kyle Lancaster Authorized by (Pnnt) E Mail Authorized by (Sign Date Nissho Internal Only (Maintenance Department) Gregg Fonseca Project Manager (Pnnt) 12 29 13 Date Sales Rep Approval (Sign) Mgmt Approval DETAILED DESCRIPTION OF*WORK TO BE PERFORMED Cannon Rd South side due West of Rail Road Tracks Dig Alert Demolition of Existing Fences Trash and old plant removal Site Grading Instal new Irrigation system Instal New Fence Instal New plant material MULCH site NOTE If soil testing confirms the need for additional amendment a separate Nissho Proposal will be submitted to City ^-MATERIALS % QTY PRICE TOTAL 4 WEEKS PRIOR TO PLANTING PICTURES OF 24 BOX TREES NEED TO $ BE APPROVED BY ARCHITECT A LIST OF PLANT NAMES AND NURSERY $ ORIGIN LIST OF AMMENDMENTS FERTILIZERS AND SUPPLIERS NEED $ TO BE SUBMITTED TO CITY OF CARLSBAD and MULCH SAMPLE $ 15 gal Phormium tenax Rubrum 13 $ 11500 $ 1 495 00 24 Box Launs nobilis Standard (Staked and Cinch Tied) 9 $ 265 00 $ 2 385 00 5 gal Hesperaloe parvifolia 14 $ 15 50 $ 217 00 5 gal Lantana montevidensis Radiation 30 $ 14 00 $ 420 00 5 gal Salvia leucantha 18 $ 15 00 $ 270 00 5 gal Lantana montevidensis New Gold 14 $ 21 00 $ 294 00 5 gal Muhlenberbia rigens 34 $ 17 50 $ 595 00 Carlsbad Stump Mulch (Cubic Yards) 20 $ 58 25 $ 1 165 00 tree stakes & cinch ties for trees 18 $ 11 50 $ 207 00 soil ammendment Fertilizer tabs Gypsum 1 $ 377 00 $ 377 00 LABOR, ~» f« " ~ HRS RATE TOTAL Laborer 32 $ 23 00 $ 736 00 Foreman 16 $ 27 00 $ 432 00 $ 1 GRAND TOTAL $ 8 593 00 THESE SIGNATURES BELOW CERTIFY THATTHE 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 Client Representative Print Sign Date Pnnt Sign Date CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of Califomia County of ^7W~^-^ O On ^A^^ 17. 7.01^ before me, JO^-AJ Q.AoiM.f,joci . iQcVhUA PcMecl '^(HoeiniBnnuiw'&ul title of lhe.Qfl]^) personally appeared d^C-ilt'A f-rf^tjo ^oLjeAo^ who proved to me on the basis of satisfactory evidence to be the personj^^) whose name^O subscribed to the within instrument and acknowledged to me that j^she/tl)^y executed dte same in {ui/her/t(t8ir authorized capacity(i^), and that by I^er/tl^r signatur^on the instniment the person(|i;). or the entity upon behalf of which the person^ acted, executed the instrument I certify under PENALTY OF PERJURY under the laws ofthe State of Califomia that the foregotag paragraph is true and correct. WITNESS my hand andofficial seal SlsnaUiieofluiaiy Pubiie JOHN RAYMOND Commission # 1969344 Notary Public - Califomia San Oiego County ^ My Comm. Biplfw Mar 10.20161 (NouuySetd) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Wl (Titte or description orattBched documenl) (mc «r docHpiton oTuuched documtm comfatue)!) Number ofPages Document Date^^zA^. (Additional infiinitttion) CAPACITY CLAIMED BY THE SIGNER • Individual (s) • Corporate Officer • Partners) • Attomey-in-Fsct • Trustee(s) • Other INSTRUCTIONS FOR COMPLETING THIS FORM Any aehmvlt«^meiit eoa^tatd In Catlfenita mitsi coitfa/n vtrblas« *x«etfy ta a/ftttn ahem in Ike naaiy teaton or a tepenot aebimritigneni fom mm bt pr^ttfy <empltted anJ MaeheJ to tha doement. Tlu only omptfoi Is ^o doemtia Isiebe reecnted mtubte ofCtdUbmla. In such Instanets, aiy atttmaihe ocbtaaledgmeiu verbiage as may be printed on tueh a doctmtm to tong ai the verbU^e dots net require iht nouay u do semeikbtg ihai Is llltgatjbr a notaiy In Cdlfiimla (Le. estt^ng lhe autkorisid eapaelty </ifte slgw). Pleat* check die ihcment ear^aiyfir proper itoiaHal xwrdbtg and attach this firm Ifrequired » Sate and County infoimation mutt be tite Stale and Ceim^ wiMte the documou ilgnei(s) peiwnally appeared belbre d» notaiy pubiie lbr acicnawiedgfflenL • Dale ornotarizaiionmuitta the date that the $ignef(s) peisonally appeared which maa also be the same date the acknowMgmetn is completed. • The noiaiy puUle must prim bis or htr name as it appears within Ms or her commitsiwi foiiowed by a comma and then your title (notaiy public). • Print the nanie(s) of document sigiiei(s) who peisonally oppear at the lime of notaiizalion. • Indiate the conect singular or (riurai ronns by crossing oIT incorrect fomu (i.e. he/she/Uwyr is /tare ) er ciicling the correa forms. Failure to oonectly indicate this infomadon may lead to r^eclion of document recording. • The notaiy seal impreision must be elear and phoiognphically reprndudble. Impression must not cover text or lines. If seal impteuion unudges, rMcal if a suflicient area pemiils, otherwise oamptele a diOerent adtnoMtedgmem foim, • Signature of the notary pubiie must match the signature on llie >with die oiHce of the cotmty clerk. * Addition^ infonnation is not required bul could help to ensure this Bclcnowledgmem is not misused or attached to a difTacnl document. ^ Indicale titte or grpeefattaehed document, munberofpases and date. ^ Indicale the capseily claimed by the signer. If the claiimd capaciiy is a corporate oflioer, Indicate dte tide (le. CEO, CFO, Secretaiy). • Securely attach this document to the signed document 2008 Version CAPA vlZia.07 800-g73486S wwwJ4otaiyChsses.cam