Loading...
ACE Angineering Inci BIDDER: Ace Engineering, Inc. BID FOR ROSEMEAD PARK AQUATIC FACILITY PROJECT NO. P53129 BASE BID SCHEDULE TOTAL BASE BID PRICE: ORIGINAL $ 4.53 4 � zz -Two Dollar amount in written form. ALTERNATE BID ITEM NO. 1, 2, 3, & 4 VDMVS- avid Fovttf- (.111n� NO. ITEM DESCRIPTION UNIT OF EST. UNIT TOTAL ITEM MEASURE QTY. PRICE COST 1 Shade Structures SF 20 3�,44b,95 6 °B,g35 °o 20'x 20' Module 2 Solar System LS 1 4iDIqK00 3 Bleachers EA $ 19 442 5o 4 Entry Marquee LS 1 36 Sao -0O I111730.00j Sign /Supports TOTAL ALTERNATE BID ITEMS PRICE: $ 3 �.3 • t 0 Nilte, Null� 1- lIy- evt -MOO Sct Three ltuhdVed hft�.-T Vet 00llaVs CtK� Dollar amount in writteh form I Tevl Gevt3 Note: The City of Rosemead reserves the right to reduce or increase the quantities of any items in the schedule of values above, within the limits define in Section 3 -2.2.1 of the Standard Specifications, to stay within the budgeted amount of this project. INCORPORATION BY REFERENCE Notice Inviting Bids, Instructions to Bidders, General Conditions, Technical Specifications, Geotechnical Study Report (September 3, 2010) and addenda, Asbestos and Lead Paint Survey Report . (August 5, 2010) and addenda, Bidder's Proposal, Plans, Standard Specifications for Public Works Construction 2009 Edition ( "Greenbook "), Drawings, Project Manual, Required Bonds and Forms, Permits, Addenda, and all applicable codes and regulations are hereby incorporated in and made part of this Contract. The provisions of CBF -1 BIDDER: Ace Engineering, Inc. the Greenbook shall apply to this Project except as may be modified by other provisions of the Contract. The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date; or until a Contract for the Work is fully executed by the Owner and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. Attached hereto is a certified check, a cashier's check or a bid bond in the amount of Ten Percent of Bid Amount Dollars ($rofaiaamaU.1) said amount being not less than ten percent (10 %) of the Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if, upon award., we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. CBF -2 BIDDER: Ace Engineering, Inc. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be i prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award for the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to he Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide: (1) evidence satisfactory to the Owner of Bidder's California contractor's license(s) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. Bidder understands and agrees that liquidated damages shall apply to this Contract in the amounts and subject to the terms and conditions described in the Contract Form and the Contract Documents. Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. Addenda Nos. The Bidder understands and agrees that the Total Bid Price is inclusive of all labor, materials, and equipment or supplies necessary to complete the Work as described in the Bid Documents. If this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and accept the Total Bid Price as compensation in full for all Work under the contract. CBF -3 1� BIDDER:ACe Engineering, Inc. By: J Signa ure Simon Jeon Type or Print Name Vice President Title Bidder's /Contractor's State of Incorporation: 1880 Wright Avenue Business Street Address La Verne, CA 91750 City, State and Zip Code (909) 392 4600 Telephone Number lifornia Partners or Joint Venturers: Bidder's License Number(s): 613320 NOTES: 1) By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. 1 CBF -4 C, BIDDER: Ace Engineering,_ Inc. SECTION 2 BID DATA FORMS CBF -5 BIDDER: Ace Engineering, Inc. Bidder shall submit its Bid data in accordance with the format shown on each of the following Bid Data Forms. Bidders shall prepare and use as many sheets as are necessary to adequately provide the information required. Bidder shall ensure that every page of its Bid Data Forms are properly identified with the Bidder's name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT Ace Engineering, Inc. as Principal, and Western , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of Ten Percent of Bid Amount ----------------------------------------------- ---------------------------------- ----------------------------------------- -- -- ------------------- - - - - -- ------------------ - - - - -- DOLLARS ($ 10 °% of Bid Amount ), being not less than ten percent (10 %) of the Total Base Bid Price; for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the Rosemead Park Aquatic Facility as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated November 3,201Q NOW, THEREFORE, if said Principal is awarded a Contract for the Work by the OWNER and, within the time and in the manner required by the above - referenced Bid Documents, enters into the written form of Contract bound with said Bid Documents, furnishes the required bonds (one to guarantee faithful performance and the other to guarantee payment for labor and materials) furnishes the required insurance certificates and endorsements, and furnishes any other certifications as may be required by the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgment is recovered, said Surety shall pay all costs incurred by the OWNER in such suit, including reasonable attorneys' fees to be fixed by the court. SIGNED AND SEALED, this 25th day of October 2010 Ace Engineering, Inc. (SEAL) western Surety Company (SEAL) Principal Surety By: By: Si ature CBF -6 Signature _ A._. Edward N. Hackett, Attorney-in-,Fact ri Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and Stale of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Christine M Maestas, Edward N Hackett, Individually of Irvine, CA, its true and lawful Attorney(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 9th dayof September, 2010. WESTERN SURETY COMPANY wPFrYC »p+paogq �S �yioo rry=. s4,N ork °rP Paul IrBruflat, Senior Vice President State of South Dakota l County of Minnehaha 1 ss On this 9th day of September, 2010, before me personally came Paul T. Bruflat, to me known, who, being by me duly swom, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seat affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires D. . KRELL KRELL ' November 30, 2012 + NOTARY PUBLIC ' EAL SOUTH DAKOTA SEAL i ♦rrrrrrrrr +rrrrrrrrrrrrr —� D. Krell, Ncitry Public CERTIFICATE 1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on thIhe reverse It 9 s still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this — 0C day2f 5 �� " WESTERN SURETY COMPANY e W,`Sffb,• . r.Y baX f/i�Y) /i L. Nelson, Assistant Secretary Form F4280-09 -06 ACKNOWLEDGMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . I State of California County of Orange Iss. OCT 2 5 LUIIJ On before me, C. Maestas ,Notary Public, personally appeared Edward N. Hackett who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islefe subscribed to the within instrument and acknowledged to me that he%gelthey executed (he same in hls/Mefkheir authorized capacily(ies), and that by his/begtheif signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the Stale of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. �ft- C. MAESTAS COMM16710in • 17188" y Notary Public - Callfomla ` Orange County Canon. = All 11011 (seal) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . I Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language OPTIONAL INFORMATION OCT 2 5 2010 Thumbprint of Signer Type of Satisfactory [vidence: ^_ Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee X Power of Attorney _ CEO/CFO /Coo _ President / Vice - President / Secretary / Treasurer Other: Other Check here 11 no thumbprint or firx,Ierpdnt is available. BIDDER: Ace Engineering, Inc. 2.6 LIST OF PROPOSED SUBCONTRACTORS In compliance with the "Subletting and Subcontracting Fair Practices Act," Sections 4100 through 4114 of the California Public Contract Code, and any amendments thereto, each Bidder shall provide the information requested below for each subcontractor who will perform work, labor or render service to Bidder in or about the construction of the Work in an amount in excess of one -half of one percent (greater than 0.5 %) of the Bidder's Total Bid Price, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one -half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, and shall further set forth the portion of the Work which will be done by each subcontractor. Bidder shall list only one subcontractor for any one portion of the Work. Pursuant to Public Contract Code Section 4104, the Owner has determined that it will allow Bidders twenty -four (24) additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor, other than the name and location of each subcontractor and description of work to be subcontracted. If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and shall not be permitted to subcontract that portion of the Work except under the conditions hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent greater than 0.5 %) of the Total Bid Price or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one half of one percent of the Contractor's total bid or ten thousand ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. MA] OBIDDER: /1w ewcoli 1k 4N6, INC/ 2.13 LIST OF PROPOSED SUBCONTRACTORS (continued) [ "Duplicate Next 2 Pages if needed for listing additional subcontractors. "] Name and Location of Subcontractor NtA cot E, 'AUTO Name and Location of Subcontractor Name: AQUATtG Address: 32244 Name and Location of Subcontractor Name: 000tj00T -, I Address:3ocr> au of Subcontractor Description of Work to be Subcontracted POO 1_ C-C N TRa GTOK- 6 LFN C)O RA , CA, 91740 Is U1 I Description of Work to be Subcontracted COOL CON T'RaCIV jZ SAN Z V6N CAPIS T7AN0, CA • 92rn)'j Description of Work to be Subcontracted P00 L COPT-VACTVZZ vE., EL MONT"E I CA -91-�22, Description of Work to be Subcontracted WA7Vk_ S L I D E Name: WHITE WR-TM WEST IN13UXTP4< LT.b , Address: 519 S. FovRTH sT. COLUmay -t, OHlo g32o . Name and Location of Subcontractor dAR Address: 2.0 RI Description of Work to be Subcontracted rad L kP F-NA , (.'�X. 9u09 -4Zasr (Duplicate page as needed) BIDDER: A<,-e E"OGINEE2I00G, IPJG 2.B LIST OF PROPOSED SUBCONTRACTORS (continued) [* *Duplicate Next 2 Pages if needed for listing additional subcontractors. * *] Name and Location Description of Work of Subcontractor to be Subcontracted 00NGRe.T6 Name: clvt\- WOP-VS comP. Address:9348 oAk sT. meg -Fww" . CA 070(0 Name and Location Description of Work of Subcontractor to be Subcontracted Copmr-Te /- Mw VJALt,1"A4DNj Name: 81-'IyGI -I Address:5241 U NCAL�N k F,, A- 6 CYPRESS I C1t , 90630 Name and Location Description of Work of Subcontractor to be Subcontracted � s-r>r�t_ F�NoE Name: G 1=NGE Address: 112118 t- nE:LQ ^VrR. FE QPIZOJ492 % CA . 9067D Name and Location of Subcontractor Name: c Address: C'OUNT'IES , GZVAV -I F.oMMEw STA , Description of Work to be Subcontracted M/4SONfZy MASONR CA . C1 70 Name and Location Description of Work of Subcontractor to be Subcontracted t4ASONR�. Name: Lt M NR INC, Addre: SOS sg,o.nE on1E, 's Nvv FOUR pe, CA-RI32v 2.0 REFE ENCES OR BIDDER (Duplicate page as needed) UBIDDER: ACE W& 2.13 LIST OF PROPOSED SUBCONTRACTORS (continued) [ "Duplicate Next 2 Pages if needed for listing additional subcontractors. "] Name and Location of Subcontractor Description of Work to be Subcontracted ABATE /AEMouirio/J HINT Name: F. E. SeRV1cES, Iy%C.. Address: 8891 M1ss1ON SLVD, RIVE941PE, Cp,g2,M'f Name and Location of Subcontractor Name: F Address: Name and Location of Subcontractor AQ C- vo N Nu ,t3 vjeeCy -twC , ING LE1 AVE • SOVTN EL Name and Location of Subcontractor Name: AG�K V-00FIOG Address: 2.SZr w. Z1-W sT- Description of Work to be Subcontracted M AOI -ITto N . x1405 Description of Work to be Subcontracted DEM0 w Ttv Q Gk733 Description of Work to be Subcontracted T-GpPlvv,, k C/1 • 9 (7057 Name and Location Description of Work of Subcontractor to be Subcontracted FENGE/ N11SGEi,��- InE01/S M�I.S Name: CRAMPION F'BNC)� & I¢ON Address: 210G W. QL4XSEU, ORAP4PE, CA.12 - "f 2.0 REFERENCES FOR BIDDER (Duplicate page as needed) Cam? BIDDER: AGE ENGkV'%%L1fJG, 1AC 2.6 LIST OF PROPOSED SUBCONTRACTORS (continued) [* *Duplicate Next 2 Pages if needed for listing additional subcontractors. * *] Name and Location of Subcontractor r_3r11ILTM Description of Work to be Subcontracted S 11AnE STRvcTU TZI 1-1U4 Name and Location Description of Work of Subcontractor to be Subcontracted S�+apJF STi.VCTVRk Name: sEUECf STEIFU VREC7rtJI" ,Inc. Address: 23O w. AvE'NV1= L"t I.- aNcAQTViQ, C4-• 93 � Name and Location of Subcontractor Description of Work to be Subcontracted COL-ATZ. Name:So1.,M RV.ATI'06 S'FW-k .t -1S'T, IKI Address: 155D nopSoN why. RI ytW "3E CA, 91.11)7 Name and Location of Subcontractor Address: Name and Location of Subcontractor 2.0 , (No Description of Work to be Subcontracted IrANrOsCAPIVt& 11 Description of Work to be Subcontracted L-4rt aO CA- pIw6 /ITLR1CrhJ�p ?tEIzR� t�NOSCA'P� � sPR- I,NI�I,ETt ;s: 47- 5 • 1AYTtTLE e • sT E too , M001LO v to , REFERENCES FOR BIDDER (Duplicate page as needed) CA• g101f i BIDDER: Ace Engineering, Inc. The following are the names, addresses and telephone numbers for at least three public agencies for which BIDDER has performed similar work within the past four (4) years: t. 8400 Lakeknoll Dr.. City of Buena Park Buena Park, CA 90621 Name and Address of Owner Nabil Henein, (714) 562 -3685 Name and telephone number of public agency person familiar with project $10,936,395.26 Heavy Civil January 8, 2008 Contract amount Type of Work Date Completed 2. 900 South Fremont Ave. County of Los Angeles Alhambra CA 91803 Name and Address of Owner Jonathan Ko, (626) 383 -5224 Name and telephone number of public agency person familiar with project 4,000,000.00 Hospital Upcarade November 30, 2008 Contract amount Type of Work Date 3 GS =1 -1 30th- CES /CECS, Bldg. 11432 1172 Iceland Ave. US Air Force Vandenberg AFB. CA 93437 Name and Address of Owner Mark Barnick, (805) 605 -4759 Name and telephone number of public agency person familiar with project $33,000,000.00 General Construction October 15 2010 Contract amount Type of Work Date Completed CBF -9 11/01/2010 11:11 9093941630 CAL COMM POOLS AIDDF ,R:L.�..1�N \li�1�RG�ACL ?O'L S 2.D page as PAGE 06/06 All of the work in sections 13151 -13158 (of the Project Manual for City of Rosemead Project No, P53129 Garvey Aquatic Center) is to be the responsibility of one experienced swimming pool contractor with a C -53 license, which can be either the bidder or a subcontractor, primarily engaged in the construction of commercial public-use swimming here , Atha mmingswimming Pool contractor shall be considered primarily engaged as required pool contractor derived 50% of its annual revenue during the past five years from public -use swimming pool construction. The swimming pool contractor must have also, in the last five years, constructed at least three (3) commeroially designed municipal and public -use swimming pools, each of which shall have incorporated e minimum size of 5,000 square feet of water surface area with a concrete and ceramic tile perimeteroverflow gutter and self- modulating balance tank. The following are the names, addresses and telephone numbers for at least three completed projects as required: 1. UCL A° c -tnt,C AvF Name and Address of Owner rl �?� at G2q Name and number of public agency person 2. and Address of Name and telephone number of ag ublic _ v t p ency person familiar with 43 Name and one number of public TA~rT U ,v Project Name agency person CBF -9 G with project 6 I CA, d BIDDER: ACV, tiNG1�EERII� JOC,, 2.13 LIST OF PROPOSED SUBCONTRACTORS (continued) [ "Duplicate Next 2 Pages if needed for listing additional subcontractors."] Name and Location of Subcontractor Description of Work to be Subcontracted Name: C�NQ FLV M>3un,G I I N G Address: 7Z3] ORANCvt Tk10RFE /<VE• 1�,VV a YA(2.K C4 • 90&2 —/ Name and Location of Subcontractor Name: I Address: Name and Location of Subcontractor IM V Name and Location of Subcontractor Name and Location of Subcontractor w N Description of Work to be Subcontracted ?LUm -�)I , p C4. 91441 Description of Work to be Subcontracted EL-E-C R.tC^I_ FvLLE2Tvt• , CA .92.835 Description of Work to be Subcontracted Description of Work to be Subcontracted Address: 2.0 REFERENCES FOR BIDDER (Duplicate page as needed) BIDDER: Ace Engineering, Inc. SECTION 3 NON - COLLUSION AFFIDAVIT CBF -11 BIDDER: Ace Engineering, Inc. NON - COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly sworn, deposes and says that he or she holds the position listed below with the bidder, 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 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 effectual,) collusive or sham bid. �1 Signa ure Simon Jeon Typed or Printed Name Vice President Title Ace Engineering, Inc. Bidder Subscribed and sworn before m -e� 7 644-a- This day of Notary P c in and for the Sto of California My Commission Expires: 20 � e4Lsea_ �'t CALIFORNIA JURAT WITH AFFIANT STATEMENT '�'i- ,;_�ttct n:.cc.2 �' - �= �Y', ��'= e) c— r�, r.. cr.. c�c�-'<: � ..n,Fr.,n�,i= P.c-- rinh,�r.,c�f^. ±�.,r;�a!;�,C�, cry ..r�.,ru,-- ^:- r;:•pi- 2Fr..nci =rte ❑e Attached Document (Notary to cross out lines 1 -6 below) ❑ See Statement Below (Lines 1 -5 to be completed only by document signer(s], not Notary) 2 3 -- - -- - - - - - - - - - - - - - - - - - - - - - - - - - 4 _._ .. __ ---- - --- --- -. _., - --- - -- -- -- - - - - -- ------- -- 5 --- --- ✓-- -- --- ------- ---- ---- --- -- ------- - - - - -- Signature of Document Signer No. 1 State of California County of 1-05' m a� (Uf) .. RIIIA� TY n C012 � Place Notary Seal Above Signature of Document Signer No.2 (if any) Subscribed and sworn to (or affirmed) before me on this 4k-day of CC444er 20-11111 by Date Month year (1) SFmon GTeori._ Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me (.) (,) (and Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared b a me.) 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. Further Description of Any Attached Document Title or Type of Document Date: Signer(s) Other Than of Pages: Top of thumb here 02037 National Notary Associaton• 9350 De Soto Ay , PO. Bay 2402•Chatewodh, CA 91313- 2402•w ,NationalNotaryorg Item #5910 Reorder: Call Toll -Free 1 -800 -876 -682]