Loading...
HomeMy WebLinkAboutContracts & Agreements_132-2008_CCv0001.pdf AGREEMENT TO PERFORM LANDSCAPE MAINTENANCE SERVICES AT THE CITY OF REDLANDS' COMMUNITY FACILITIES DISTRICT 2004-1 This agreement for landscape maintenance services("Agreement")is made and entered into this 15 1h day of August,2008("Effective Date"),by and between the City of Redlands,a municipal corporation ("City") and DLS Landscape Irrigation Management ("Contractor"). City and Contractor are sometimes individually referred to herein as a"Party"and,together,as the"Parties." In consideration of the mutual promises contained herein, City and Contractor agree as follows: ARTICLE 1 -ENGAGEMENT OF CONTRACTOR 1.1 City hereby engages Contractor to perform perimeter landscape and citrus tree maintenance at the location of Fifth, Wabash, and Sixth Avenues and portions of LaSalle Street incorporated within City's Community Facilities District 2004-1 ("Services"). 1.2 The Services shall be performed by Contractor in a professional manner, and Contractor represents that it has the skill and the professional expertise necessary to provide the Services to City at a level of competency presently maintained by other practicing professional contractors in the industry providing like and similar types of Services. 1.3 As a condition of Contractor performing the Services,Contractor shall obtain a City business license. ARTICLE 2-TERM 2.1 The term of this Agreement shall commence on August 15,2008 and shall end on August 15, 2410, unless earlier terminated as provided herein. The term may be extended by mutual written agreement of the Parties for additional one-year periods,not to exceed a total of four (4) additional years. ARTICLE 3 - SERVICES OF CONTRACTOR 3.1 Contractor shall perform the Services in connection with the provisions and requirements of the following documents: Notice Inviting Bids and City's Quality of Life Department Project Specifications for Perimeter Landscape and Citrus Tree Maintenance at the Location of Fifth, Wabash, and Sixth Avenues and portions of Lasalle Street within the City of Redlands,Performance and Payment Bonds,this Agreement and all other documents,maps, texts and items referred to in the foregoing documents (the "Contract Documents"). The Contract Documents are incorporated herein by this reference and are intended to be correlative and constitute Contractor's performance obligations. The specific terms and conditions of this Agreement shall control and have precedence over any contradictory or 1AcaWjm\Agreements\DLS RE Maintenance Services.doc 1 8/14/08 7:55 un. i inconsistent terms and conditions included in the other Contract Documents and shall be controlling in questions of interpretation. 3.2 Contractor shall comply with all applicable Federal, State and local laws and regulations in the performance of this Agreement including, but not limited to, the Americans with Disabilities Act, the Fair Employment and Housing Act and prevailing wage laws. 3.3 Contractor shall perform the Services in a prompt and diligent manner and in accordance with the time schedules mutually agreed upon by City and Contractor. 3.4 Prior to City's execution of this Agreement,Contractor shall furnish City with two completed surety bonds (on bond forms provided by City), one as security for the faithful performance of this Agreement and one as security for the payment of all persons performing labor and furnishing materials in connection with this Agreement. Both bonds shall be in the amount of 100% of the Contract Price. Should any bond or surety become insufficient,Contractor shall furnish City with new bonds within 10 days after receiving notice from City. No payments will be due or paid under this Agreement until any and all bond deficiencies have been remedied. ARTICLE 4-RESPONSIBILITIES OF CITY 4.1 City shall make available to Contractor information in its possession that .may assist Contractor in performing the Services. 4.2 City will make reasonable provision for Contractor to enter upon City-owned property, as required by Contractor, to perform the Services. 4.3 City designates Gary Van Dorst as City's representative with respect to performance of the Services, and such person shall have the authority to transmit instructions, receive information,interpret and define City's policies and decisions with respect to performance of the Services. ARTICLE 5 -PAYMENTS TO CONTRACTOR 5.1 The total compensation for Contractor's performance of the Services shall not exceed the amount of Nineteen Thousand Eighty Dollars($19,080.00).City shall pay Contractor on a time and materials basis up to the not to exceed amount,based upon the hourly rates shown in Exhibit"A,"entitled"Rate Schedule." Contractor shall not be compensated for any extra materials used or time expended over and above the contract price unless prior written approval of the same has been given by City. If the term of this Agreement is extended, Contractor's compensation for the extended term shall be mutually agreed upon,in writing, by the Parties. 5.2 Contractor shall submit monthly invoices to City describing the work performed during the preceding month. Contractor's invoices shall include a brief description of the Services performed._the dates the Services were performed,the number of hours spent and by whom, 1:\ca'4nf,Agreens ntstDLS RE Maintenance Services.doc ? 3/14:08 7:55 a.m. and a description of reimbursable expenses, if any. City shall pay Contractor no later than thirty(30)days after receipt and approval by City of Contractor's invoice,provided(1)the Services reflected in the invoice were performed to the reasonable satisfaction of City in accordance with the terms of this Agreement, (2) that the number of hours of Services set forth in the invoice reflects the amount of time ordinarily expended for such Services by members of the profession currently practicing in the same locality under similar conditions, and(3)that all expenses, rates and other information set forth in the invoice are consistent with the terms and conditions of the Agreement. 5.3 All notices shall be given in writing by personal delivery or by mail. Notices sent by mail should be addressed as follows: City- Contractor Gary Van Dorst DLS Landscape Irrigation Management Quality of Life Department P.O. Box 67 City of Redlands Redlands,CA 92373 35 Cajon Street, Suite 15A 0 Box 3005 (mailing) Redlands, CA 92373 When so addressed, such notices shall be deemed given upon deposit in the United States Mail. Changes may be made in the names and addresses of the person to who notices and payments are to be given by giving notice pursuant to this section 6.3. ARTICLE 6 - INSURANCE AND INDEMNIFICATION 6.1 All insurance required by this Agreement shall be maintained by Contractor for the duration of its performance of the Services. Contractor shall not perform any Services unless and until all required insurance listed below is obtained by Contractor. Contractor shall provide City with certificates of insurance and endorsements evidencing such insurance prior to commencement of the Services. All insurance policies shall include a provision prohibiting cancellation or modification of the policy except upon thirty(30)days prior written notice to City. 6.2 Workers' Compensation and Employer's Liability. Contractor shall secure and maintain Worker's Compensation and Employer's Liability insurance throughout the duration of its performance of the Services in accordance with the laws of the State of California,with an insurance carrier acceptable to City. 6.3 Hold Harmless and Indemnification.Contractor shall defend,indemnify and hold harmless City and its elected officials, employees and agents from and against any and all claims, losses or liability, including attorneys' fees, arising from injury or death to persons or 1:�cii\djtnlAgreeniQ.,nts,DLS RE Makitenance Services.doc 3 8/14/08 7:55 a.m. damage to property occasioned by Contractor's and its officers',employees'and agents'sole negligent acts or omissions in performing the Services. 6.4 Bonds. Prior to the commencement of any Services,Contractor shall furnish City with two completed surety bonds (on bond forms provided by City), one a security for faithful performance of this Agreement and one as security for the payment of all persons performing labor and furnishing materials in connection with this Act. Both bonds shall each be in 100%of the amount of the compensation paid to contractor under this Agreement. 6.5 Comprehensive General Liability Insurance. Contractor shall secure and maintain in force throughout the term of this Agreement comprehensive general liability insurance with carriers acceptable to City. Minimum coverage of One Million Dollars ($1,000,000) per occurrence and Two Million Dollars ($2,000,000) aggregate for public liability, property damage and personal injury is required. City shall be named as an additional insured. Such insurance shall be primary and non-contributing to any insurance or self-insurance maintained by City. 6.6 Professional Liability Insurance. Contractor shall secure and maintain professional liability insurance throughout the term of this Agreement in the amount of One Million Dollars ($1,000,000)per claim made. 6.7 Business Auto Liability Insurance. Contractor shall have business auto liability coverage, with minimum limits of One Million Dollars($1,000,000)per occurrence,combined single limit for bodily injury liability and property damage liability.This coverage shall include all Contractor owned vehicles used in connection with Contractor's provision of the Services, hired and non-owned vehicles,and employee non-ownership vehicles. City shall be named as an additional insured. Such insurance shall be primary and non-contributing to any insurance or self insurance maintained by City. ARTICLE 7-GENERAL CONSIDERATIONS 7.1 Attorneys' Fees. In the event any action is commenced to enforce or interpret any of the terms or conditions of this Agreement the prevailing Party shall,in addition to any costs and other relief,be entitled to the recovery of its reasonable attorneys'fees,including fees for the use of in-house counsel by a Party. 7.2 Prohibition Against Assignment. Contractor shall not assign any of the Services,except with the prior written approval of City and in strict compliance with the terms,and conditions of this Agreement. 7.3 Documents and Records. All documents, records, drawings, designs, cost estimates, electronic data files,databases and other documents developed by Contractor in connection with its performance of the Services, and any copyright interest in such documents, shall become the property of City and shall be delivered to City upon completion of the Services, iAca%djnfAgrcenients\DLS RE Maintenance Services.doc 4 8/14/08 7:55 a.m. or upon the request of City. Any reuse of such documents, and any use of incomplete documents, shall be at City's sole risk. 7.4 Independent Contractor Status. Contractor is for all purposes under this Agreement an independent contractor and shal I perform the Services as an independent contractor. Neither City nor any of its agents shall have control over the conduct of Contractor or any of Contractor's employees, except as herein set forth. Contractor shall supply all tools and instrumentalities required to perform the Services. All personnel employed by Contractor are for its account only, and in no event shall Contractor or any personnel retained by it be deemed to have been employed by City or engaged by City for the account of, or on behalf of City. Contractor shall have no authority, express or implied, to act on behalf of City in any capacity whatsoever as an agent, nor shall Contractor have any authority, express or implied, to bind City to any obligation. 7.5 Termination. A. Unless earlier terminated as provided for below,this Agreement shall terminate upon completion and acceptance of the Services by City. B. This Agreement may be terminated by City,in its sole discretion,by providing thirty tn (30) days' prior written notice to Contractor (delivered by certified mail, return receipt requested)of City's intent to terminate. C. If this Agreement is terminated by City,an adjustment to Contractor's compensation shall be made, but (1) no amount shall be allowed for anticipated profit or unperformed Services,and(2)any payment due Contractor at the time of termination may be adjusted to the extent of any additional costs to City occasioned by any default by Contractor. D. Upon receipt of a termination notice, Contractor shall immediately discontinue its provision of the Services and, within five (5) days of the date of the termination notice, deliver or otherwise make available to City,copies (in both hard copy and electronic form, where applicable) of any data, design calculations, drawings, specifications, reports, estimates, summaries and such other information and materials as may have been accumulated by Contractor in performing the Services. Contractor shall be compensated on a pro-rata basis for Services completed up to the date of termination. 7,6 Entire Agreement/Amendment. This Agreement,including the Exhibits incorporated herein by reference,represents the entire agreement and understanding between the Parties as to the matters contained herein,and any prior negotiations,written proposals or verbal agreements relating to such matters are superseded by this Agreement. Except as otherwise provided for herein.,any amendment to this Agreement shall be in writing,approved by City and signed by City and Contractor. 1:\ca\djtn',Ag.reetnews',DLS RE Maintenance Services.doc 5 8/14/08 7:55 a.m. 7.7 Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of California. 7.8 Severability. If one or more of the sentences, clauses,paragraphs or sections contained in this Agreement is declared invalid, void or unenforceable by a court of competent jurisdiction,the same shall be deemed severable from the remainder of this Agreement and shall not affect,impair or invalidate any of the remaining sentences,clauses,paragraphs or sections contained herein,unless to do so would deprive a Party of a material benefit of its bargain under this Agreement, IN WITNESS WHEREOF,duty authorized representatives of the City and Contractor have signed in confirmation of this Agreement. CITY OF REDLANDS DLS LANDSCAPE IRRIGATION MANAGEMENT By: By: N. Enrio� Ain"ez,City M a Ift M L 'ie Poyze Y Clerk 1Aca',djnf,.Agreements\17LS RE Maintenance Services.doc 6 8/14/08 7:55 a.m. EXHIBIT A RATESCHEDULE lAca`Ajm'AgreenientslDLS RE Maintenance Services.doc 7 8/14108 7:55 a.m. BID PROPOSAL COMMUNITY FACILITIES DISTRICT NO. 2004-1 LANDSCAPE AND CITRUS TREE MAINTENANCE Pursuant to the Notice Inviting Bids, published by Webb Associates,the undersigned Bidder submits this Proposal to furnish all labor, materials, supplies and equipment, for the proper completion of the work in connection with the above-referenced project,and in accordance with the Contract Documents. The price(s) bid include all State, Federal, and other taxes applicable to the project,and shall remain firm and not be withdrawn for a period of 60 days after the date of bid opening. Bidder hereby declares that Bidder has examined the Project Specifications and agrees to provide all labor, materials, N supplies and equipment at the bid price(s) set forth herein, and that Bidder has also checked all figures shown and understands that neither the City of Redlands nor any officer or agent thereof will be responsible for any errors or omissions on Bidder's part in submitting this Proposal. Included with this Proposal is Bidder's bid security in amount not less than 10%of the total amount of this bid. Bidder agrees that, in case of its default in executing the required Contract, and furnishing the required bonds and insurance, within the required time period, the money payable under the bid security accompanying Bidder's proposal shall be forfeited to City and applied by the City towards payment of the damage to the City on account of such default, as provided in these Project Specifications. Bidder understands that the City Council reserves the right to reject any and all proposals, waive any irregularities in bidding or to award the Contract to other than the lowest bidder. Receipt of all Addenda is acknowledged on the'Pre-Bid Site Inspection&Project Specifications Certification"form. All amounts and totals given in the Bid Schedule will be subject to verification by City. In case of variation between the unit cost and amount shown by Bidder, the unit cost will be considered to be its Bid. Any questions on the work to be performed under these Project Specifications shall be directed to Dave Romero, Construction Manager,at(951)686-1070. BIDDING SCHEDULE Bidder Nam: Z46 The undersigned,having examined the proposed Contract Documents and having visited the site and examined the conditions affecting the work,hereby proposes and agrees to furnish all labor,materials,supplies and equipment,and to perform operations necessary to complete the work as required by proposed Contract Documents. ITEM DESCRIPTION MONTHLY UNIT CONTRACT TERM NO. PRICE PRICE (8-1-08 - 8-1-10) Work summarized in ARTICLE 2-Scope of Work $ q?5,00 $ �-5-10. 06 Work to be done by Contractor ADDITONAUSUBTRACTING ITEMS: Per square foot cost for additional areas $ Hourly cost for additional labor $ Hourly cost for Irrigation Specialist $ 170, CO Hourly cost for an additional Supervisor --Signature on Next Page— The undersigned,under penalty of perjury,acknowledges that they are authorized by the bidding Contractor to submit a bid for said Contractor. Firm: `,' 1-5; Z- SIC. Date: 20118 By: Upa � Contractors License Number/Type e U` (C•27 LICENSE REQUIRED) (Pant Name&Tjtle) &I A 96 7_�����-f�^ Expiration Oate:� Address: Riverside Business Tax Certificate Number(if available) Zip.�.ris��._._._ Phone: Bidder is:(check one) FAX: An Individual Owner 'A Corporation A Partnership A Joint Venture Names of individual members of the firm,or names and titles of officers of the corporation. CORPORATE SEAL(if applicable) - Corporation organized under the laws of the State of: j p r i DESIGNATION OF SUBCONTRACTORS BIDDER NAME: D/—,S Zit12-. Each Bidder shall set forth glow: { 1. The name and location of the place of business of each subcontractor who will perform work or labor or render service to the Bidder/Contractor in connection with the services to be provided pursuant to these Project Specifications. Note: Contractor shall be required to perform,with its own forces,contract work amounting to at least 70%of the total Contract Price. 2. The portion and estimated dollar amount of the work that will be done by each subcontractor. 3. If the Bidder/Contractor fails to specify a subcontractor, or if more than one subcontractor is listed for the same portion for work to be performed under the Contract,Bidder agrees that it is fully qualified to perform that portion of work, and shall perform said work. If after award of Contract, the Contractor subcontracts any such portion of the work,the Contractor shall be subject to the statutory penalties. 4. The Contractor shall not substitute any subcontractor in place of the subcontractor listed in below without prior written approval from the City. 5. Any violation of the above provisions may be considered to be a breach of the Contract and the t ity may exercise the option,in its own discretion,of(1) terminating the Contract, or(2)assessing the Contractor a penalty in an amount not more than ten percent of the amount of the subcontract involved. Please type or legibly print(attach additional sheets as necessary). Name of Subcontractor City ServicelLicense# Estimated$Amount BIDDER'S QUALIFICATIONS STATEMENT BIDDER NAME: ,03 /.- 50 > ' A C-27 Contractor's License is required.License No. 1. ORGANIZATION 1.1 How many years has your organization been in business as a Contractor? 3 Z 1.2 How many years has your organization been in business under its present name?-- --- 1.2.1 Under what other names has your organization operated? 1.3 If your organization is a corporation,answer the following: 1.3.1 Date of incorporation: . 1.3.2 State of incorporation: Z-1r6)'oQ.r11 Yq___— 1.3.3 Corporate ID number._2 1.3.4 President's name: ,. 1.3.5 Agent for Service of Process Z kc.j<-L.C7- C > A-. ex, 1.4 If your organization is a partnership,answer the following: 1.4.1 Date of organization: 1.4.2 Type of partnership(if applicable): 1.4.3 Name(s)of general partners): 1.5 If your organization is individually owned,answer the following: 1.5.1 Date of organization: 1.5.2 Nara of owner: 1.6 If the form organization is other than those listed above,describe it and name the principals: 2. LICENSING 2.1 List jurisdictions and trade categories in which your organization is legally qualified to do business and indicate registration or license numbers,I applicable. 2.2 List any other certifications held by your organization,and the name under which they are held. L &I A* 3. EXPERIENCE 3.1 List the categories of work that your organization normally performs with its own forces. 3.2 List all landscape service contracts your organization has completed in the past five years, giving the name of project.owner,owner's phone number, project manager,Contract amount,date of completion and percentage of the cost of the work performed with your own forces. 1564 r7l af4AIA) 3.3 State average annual amount of landscape services performed during the past five years: Year Year Year Year Year 3.4 List the landscape service contracts and/or projects your organization has in progress,giving the name of the project,owner/contact,contract amount and scheduled completion. i0i/7W 6-it' UWA-1 1-1�19 0�149-40.E 9/z22eZ If 3.5 List the landscape service contacts in which your organization or your subcontractor's organization Pias had experience with 'he care and maintenance of Citrus Trees in an ornamental landscape setting. P - 6 3.6 Has your organization,under its current name or any previous names,ever failed to complete any woNcontract awarded to it? (If yes,please explain) 4. CLAIMS AND LAWSUITS 4.1 Are there any judgments,claims,arbitration proceedings or suits pending or outstanding against your organization or any its officers?(If yes,please describe Z16 4.2 Has your organization filed any law suits or requested arbitration with regard to any of its contracts within the last five(5)years?(If yes,please explain) -4/0 4.3 During the past five years, have any claims been made against any performance or payment bond maintained in connection with a landscape services contract?(If yes, please describe) /f/d Please note that all Bidders must have a minimum of three(3)years commercial and/or municipal landscape service experience under its current business name,of similar scope and size. $(f8 t [I NON-COLLUSION,AFFIDAVIT f State of California) ss. County of San Bernardino } being first duly sworn,deposes and says:That he/she is Name ¢moi,, of41 C. the party making the foregoing bid; Title Company Name that the bid is not made in the interest of, or on the 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 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 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 fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. BIDDER: t - t rV C . By. ' 3 Title State of C 01-1 Fta R-ns A County of P��Rto c7 On before me, ^uA-E NAME.-TITLE OF OF-FILER•E.G.,'JANE DOE,NOTARY PURIC' personally appeared NAW(S)SIGNER{S} personally known to me -OR- 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 0 , attach the same in his/her/their authorized capacity(-ies), and that by hisiherttheir signature(s) on the instrument the person(s), or 0 'IeTtl lCat#e entity upon behalf of which the person(s) acted, executed A1�'�j�/ the instrument. WITNESS my hand and official seal. SIGNATURE OF NOTARY CITY OF REDLANDS CONTRACTOR CUSTOMER SERVICE STANDARDS ACKNOWLEDGMENT The following customer service standards shall be enforced by Contractors: 1. Fumish sufficient supervisory and working personnel capable of promptly accomplishing on schedule, to the satisfaction of the director/designee, all work required under the contract. 2. Have competent working supervisors on the job at all times work is being performed who are capable of communicating and discussing effectively,both in written and oral English, matters pertaining to the contract. 3. Remove from the work site any employees deemed careless, incompetent, or who generate multiple customer service complaints. 4. Have supervisors carry identification which clearly indicates to the public the name of the Contractor responsible for the project. 5. Have Contractor's vehicles assigned to the project clearly identified. 6. Endeavor to maintain good public relations at all times. Conduct work in a proper and efficient manner to create the least possible inconvenience to the general public. Bidder recommended for award shall return signed copy of this form to the Public Works Operation Manager prior to bid award recommendation. Company Name: �- !. /��SC-w`t��� L Authorized 17entative,(Pleasr-�'rint): r�661 Signature: Date: in are PRE 810 SITE INSPECTION &PROJECT SPECIFICATIONS CERTIFICATION The Bidder hereby certifies that it and/or its subcontractors have inspected the site(s)and related Project Specfttions of work and fully acquainted themselves with all conditions and matters which might in any way affect the work, time of completion or the cost thereof. The Bidder also certifies it has observed the designated work areas and access routes, if disclosed or shown, as part of work in this Contract. BIDDER: Company N Address Signature Date: ict to `' G CXI99' Phone# Fax# Email Address: fig— a n --,rr a 12 a, ye rz 1-40 PJ Persons who inspected site of the proposed work for your firm: Name Date of Inspection Title Name Date of Inspection Title Bidder acknowledges receipt of the following Addenda: (Identify here any Addenda received) "Y FACII.JTIaS DITRICJ NO. 2004-1 ,-kDD1Z!'VU"A No. DOCUMENTS FOR TO THE CON TRACT I PERIMETER LANDSCMIE,CITRUS TRISEMAINTENANCE A,r T'-IL LOCATION CAF FfFTF— WABASH, AND SIXTH AVENUES & PORTIONS OF LASSALLLE STRT.C' The Contract Decul-MMLS for mc abovii refcreaczd prcitc- ite 1-1trcbv .unended in the Jci1cvi;ig mar.nec and Qhc follow ing inannetr only A, GENT.RAL I. A;l fm-ovistons of'hiix AddeiiUum N-.). I are hcri.by i;vvorporaked into 611 Contact clocurnents, and hidders ;!Tall account fot all Provisions pursuant In thisAddcndL,.,r No. 1 in subruliting thea bid propo%1k, F.kch tiddcr Mal! incl-we adRWWvd signed ccpy of This p.,Jdeildova No I -Ai his healed b,d proposai. 8, SPECTICAMONNS 18 � - I. Biddex i��, advisea that. he Bi,! Opening ?ate of .lune 2f,, 2(11, i,, -1.00 p.m. r.3, been ri�vt�;e(4 to IL11" i0, 2UJI? at 2,00 pmt, DATED: lune 20. 2CY,18 Sy IF S, Date R,ceo�eJ by Bidder, L A V-S Ti A BiddcrS Com,.iany ltatltlr,- -s-L;I I I t k I rt-, Typed or frinced Prepared by jERT A WEBB , SOCATES 37t,R ;VcCray Stiv.et RiverrucleXA 921SOfy Phone: (95")696-10,70 pid ;J�Xft. pog-hOl FaA Note 74571 To 'Q—tej Q 40 xray L-- t1L�t"jll+ - ow ow CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT 3t( �t ]I State of California County of I+-, y fl �� On (C, �1� U before me, V (Here insert name and title o e ef5cer) personally appeared &b 1'111 M -- f ' who proved to me on the basis of satisfactoryevidence to be the person whose name islaA subscribed to } r the within instrument and acknowledged to me that he/the*wy executed the same in hisA7eritheir authorized _ capacity(�9), and that by his/4oE4heir signature f s)on the instrument the person{-9}, or the entity upon behalf of which the person(st acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph j is true and correct. #= MMYNEW t �t WITNES ha d ffici seal. ' eor ia Sort 8errtcart7irtcs County '= W Comm.E9*4911 AP(25,2010 i� Signature of 14mary Pub is V (Notary Seal) j ;] ADDITIONAL OPTIONAL INFORMATION { INSTRUCTIONS FOR COMPLETING THIS FORM (i Any acknowledgment completed in California must contain verbiage exactly as } DESCRIPTION OF THE ATTACHED DOCUMENT appears above in the notary section or a separate acknowledgment farm must be properly completed and attached to that document. The only exception is zf a document is to be recorded outside of California.In such instances, any alternative tt acknowledgment verbiage as may be printed on such a document so tong as the R ( (Title or description of attached document) verbiage does not require the nota to do something that is ille al or a nota in € $ 9 notary $ $ f r1' di California (i.e. certifying the authorized capacity of the signer). Please check the document carefullyfor proper notarial wording and attach this form if required. ] (Title or description of attached document continued) + State and County information must be the State and County where the document Number of Pages Document Date signer(s)personally appeared before the notary public for acknowledgment. + Date of notarization must be the date that the signer(s)personally appeared which must also be the same date the acknowledgment is completed. (Additional information) + The notary public must print his or her name as it appears within his or her commission followed by a comma and then your tide(notary public). + Print the natne(s) of document signer(s) who personally appear at the time of notarization. CAPACITY CLAIMED BY THE SIGNER + Indicate the correct singular or plural forms by crossing off incorrect forts (i,e, f I ❑ Individual{S} he/sheldtey;is fie)or circling the correct forms.Failure to correctly indicate this i information may lead to rejection of document recording. Corporate Officer The notary seal impression must be clear and photographically reproducible Impression must not cover text or lines. If seal impression smudges, re-seal if a (Title) sufficient area permits,otherwise complete a different acknowledgment form, + Signature of the no public must match the signature I' [ Partner(s) tart'p gnature on file with the office of :� Partner S the county clerk. t. �33 Attorney-in-Fact additional information is not required but could help to ensure this 13(' Trustee(s) l acknowledgment is not misused or attached to a different document. l ❑ Other 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 _ l corporate officer,indicate the title(i.e.CEJ,CFO,Secretary), j s= + Securely attach this document to the signed document 'E 2008 Version CAPA vl2.I0.07 800-873-9865 www.NotaryC]asses.com