Loading...
HomeMy WebLinkAboutContracts & Agreements_225A-2003_CCv0001.pdf AGREEMENT TO FURNISH CONSULTING SERVICES FOR THE DESIGN OF ALL REQUIRED OFF-SITE IMPROVEMENTS INCLUDING STREETS, TRAFFIC SIGNALS, STORM DRAINAGE, WATER LINES AND SEWER LINES IN CONNECTION WITH STREET IMPROVEMENTS ON NEW YORK STREET, TENNESSEE STREET AND LUGONIA AVENUE. This Agreement is made and entered into this 18th day of November 2003,by and between the City of Redlands, a municipal corporation (hereinafter "City") and Hicks and Hartwick, Inc. (hereinafter "Consultant"). ARTICLE I -.ENGAGEMENT OF CONSULTANT 1.1 City hereby engages Consultant and Consultant hereby accepts the engagement, to perform engineering design services which is more particularly described in Exhibit "A" attached hereto and incorporated herein by this reference (the "Services") for the engineering design for all required off-site improvements including streets, traffic signals, storm,drainage, water lines and sewer lines (the "Project") at the following general locations: a. New York Street between Colton Avenue and Lugonia Avenue, b. Tennessee Street between Lugonia Avenue and San Bernardino Avenue, and C. Lugonia Avenue between Tennessee Street and Karon Street. 1.2 The Services shall be performed by Consultant in a professional manner,and Consultant 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 consultants in the industry providing like and similar types of services. ARTICLE 2,- SERVICES OF CONSULTANT 2.1 The specific Services which Consultant shall perform are more particularly described in Exhibit "A" which is attached hereto and incorporated herein by this reference. 2.2 Consultant shall comply with all applicable Federal, State and local rules, laws and regulations in the performance of this Agreement including but not limited to all applicable Labor Code and prevailing wage laws. ARTICLE 3 - RESPONSIBILITIES OF CITY 3.1 City shall make available to Consultant information in its possession that is pertinent to the performance of Consultant's Services. 3.2 City will provide access to and make provisions for Consultant to enter upon City-owned property as required by Consultant to perform the Services. 3.3 City designates Ronald C. Mutter to act as its representative with respect to the Services to be performed under this Agreement. ARTICLE 4 - PERIOD OF SERVICE 4.1 Consultant shall perform the Services in a prompt and diligent manner and in accordance with the schedule set forth in Exhibit "B," entitled "Project Schedule." ARTICLE 5 - PAYMENTS TO THE CONSULTANT 5.1 The total compensation for Consultant's performance of the Services shall not exceed$57,400.00 in accordance with the schedule as set forth in Exhibit "B." 5.2 Consultant shall bill City within ten days following the close of each month by submitting an invoice indicating the portion of the Services performed, who performed the Services, indirect costs, and the detailed cost of all Services including backup documentation. Payments by City to Consultant shall be made within 30 days after receipt and approval of Consultant's invoice, by warrant payable to Consultant. 5.3 All contractual notices,bills and payments shall be made in writing and may be given by personal delivery or by mail. Notices, bills and payments sent by mail shall be addressed as follows: City Consultant Ronald C. Mutter James W. Hicks Public Works Department Hicks and Hartwick, Inc. PO Box 3005 37 E. Olive Avenue, Suite C Redlands, CA 92373 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 whom notices and payments are to be given by giving notice pursuant to this paragraph. ARTICLE 6 - INSURANCE AND INDEMNIFICATION 6.1 Consultant's Insurance to be Primary All insurance required by this Agreement is to be maintained by Consultant for the duration of this Project and shall be primary with respect to City and non-contributing to any insurance or self-insurance maintained by the City. Consultant shall not perform any Services pursuant to this Agreement unless and until all required insurance listed below is obtained by Consultant. Consultant shall provide City with Certificates of Insurance and endorsements evidencing such insurance prior to commencement of work. All insurance policies shall include a provision prohibiting cancellation of the policy except upon thirty (30) days prior written notice to City. 6.2 Workers'.Compensation and Employer's Liability A. Consultant shall secure and maintain Workers' Compensation and Employer's Liability insurance throughout the duration of this Agreement in amounts which meet statutory requirements with an insurance carrier acceptable to City. 2 B. Consultant expressly waives all rights to subrogation against City,its officers, employees and volunteers for losses arising from work performed by Consultant for City by expressly waiving Consultant's immunity for injuries to Consultant's employees and agrees that the obligation to indemnify, defend and hold harmless provided for in this Agreement extends to any claim brought by or on behalf of any employee of Consultant. This waiver is mutually negotiated by the parties. This shall not apply to any damage resulting from the sole negligence of City, its agents and employees. To the extent any of the damages referenced herein were caused by or resulted from the concurrent negligence of City, its agents or employees, the obligations provided herein to indemnify, defend and hold harmless is valid and enforceable only to the extent of the negligence of Consultant, its officers, agents and employees. 6.3 Com rehensive General Liability Insurance. Consultant shall secure and maintain in force throughout the duration 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. Consultant shall obtain an endorsement that City shall be named as an additional insured. 6.4 Professional Liability Insurance. Consultant, shall secure and maintain professional liability insurance throughout the duration of this Agreement in the amount of one million dollars ($1,000,000)per occurrence and two million dollars ($2,000,000) annual aggregate. 6.5 Business Auto Liability Insurance. Consultant shall have business auto liability coverage, with minimum limits of I million($1,000,000)per occurrence,combined single limit for bodily injury liability and property damage liability. This coverage shall include all consultant owned vehicles used on the project, hired and non-owned vehicles, and employee non-ownership vehicles. Consultant shall obtain an endorsement that City shall be named as an additional insured. 6.6 Assignment and Insurance Requirements. Consultant is expressly prohibited from subletting or assigning any of the services covered by this Agreement without the express written consent of City. In the event of mutual agreement between parties to sublet a portion of the Services, the Consultant will add the subcontractor as an additional insured and provide City with the insurance endorsements prior to any work being performed by the subcontractor. Assignment does not include printing or other customary reimbursable expenses that may be provided in. this Agreement. 6.7 Hold Harmless and Indemnification. Consultant shall defend, indemnify and hold harmless City, its elected officials, officers, employees and agents, from and against any and all actions, claims, demands, lawsuits, losses and liability for damages to persons or property, including costs and attorney fees, that may be asserted or claimed by any person, firm, entity, corporation, political subdivision or other organization arising out of or in connection with Consultant's negligent and/or intentionally wrongful acts or omissions under this Agreement,but excluding such actions,claims, demands,lawsuits and liability for damages to persons or property arising from the sole negligence or intentionally wrongful acts of City, its officers, employees or agents. 3 ARTICLE 7 - GENERAL CONSIDERATIONS 7.1 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. 7.2 Consultant shall not assign any of the Services required by this Agreement, except with the prior written approval of City and in strict compliance with the terms,provisions and conditions of this Agreement. 7.3 Consultant's key personnel for the Project are: James W. Hicks - Principal in Charge Consultant agrees that these key people shall be made available and assigned to the Project and that they shall not be replaced without concurrence from City. 7.4 All documents, records, drawings, designs, cost estimates, electronic data files, databases, and other documents developed by Consultant pursuant to this Agreement and any copyright interest in said above described documents, shall become the property of City and shall be delivered to City upon completion of the Services,or upon the request of City. Any reuse of such documents and any use of incomplete documents will be at City's sole risk. 7.5 Consultant is for all purposes an independent contractor. Consultant shall supply all tools and instrumentalities required to perform the consulting services in this Agreement. All personnel employed by Consultant are for its account only,and in no event shall Consultant 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. 7.6 Unless earlier terminated,as provided for below,this Agreement shall terminate upon completion and acceptance by City of the Services. 7.7 This Agreement may be terminated by the City, without cause, by providing five (5) days prior written notice to the Consultant(delivered by certified mail, return receipt requested)of intent to terminate. 7.8 If this Agreement is terminated by City,an adjustment to Consultant's compensation shall be made, but (1) no amount shall be allowed for anticipated profit or unperformed services, and (2) any payment due Consultant at the time of termination maybe adjusted to the extent of any additional costs to City occasioned by any default by Consultant. T9 Upon receipt of a termination notice, Consultant shall (1) promptly discontinue all services affected, and (2) 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 Consultant in performing the Services required by this Agreement. Consultant shall be compensated on a pro-rata basis for work completed up until notice of termination. 4 TIO Consultant shall maintain books and accounts of all Project related payroll costs and all expenses. Such books shall be available at all reasonable times for examination by the City at the office of Consultant. 7.11 This Agreement,including the attachments incorporated herein by reference,represents the entire agreement and understanding between the parties as to the matters contained herein,and any prior negotiations,proposals or oral arguments are superseded by this Agreement. Any amendment to this Agreement shall be in writing, approved by the City Council of City and signed by City and Consultant. 7.12 This Agreement shall be governed by and construed in accordance with the laws of the State of California. IN WITNESS WHEREOF,duly authorized representatives of the City and Consultant have signed in confirmation of this Agreement. City of Redlands HICKS AND HARTWICK, INC. By: By: KARL N. HAWS J W. C S Mayor Attest: Cit Clc�rkC 5 Exhibit A Scope of Services to provide engineering consulting services for the design of public improvements on New York Street,Lugonia Avenue and Tennessee Street adjacent to certain parcels of land. The following is a list of items requiring engineering consulting services: Phase 1: A. Design and prepare a legal description. and exhibit for the right-of-way acquisition purposes to provide 64-foot wide right-of-way for New York Street extension from Brockton Avenue to Lugonia Avenue. B. Design and prepare a legal description and exhibit for right-of-way acquisition purposes for a 19- foot right-of-way widening on Lugonia Avenue along the north side from Tennessee Street to Karon Street to provide an ultimate right-of-way width of 104 feet. Phase 11: A. Public Improvements New York Street: 1. Construct new curb & gutter 20 feet west and 20 feet east of street centerline from Brockton Avenue to Lugonia Avenue. 2. Construct standard street section to provide 40-foot roadway width between the new curbs. Use Traffic Index of 8.0 for pavement section design. 3. Construct standard sidewalk along the west side from the northerly right-of-way line of I-10 to Lugonia Avenue and pedestrian ramps at intersections. 4. Install 7-150 watt sodium vapor ornamental street lights along the west side from Brockton Avenue to Lugonia Avenue. 5. Install Traffic Signal System at the intersection of New York Street/Colton Avenue. 6. Install Traffic Signal System at the intersection of New York Street/Lugonia Avenue. 7. Install traffic striping on New York Street from Colton Avenue to Lugonia Avenue. 8. Install adequate drainage facilities satisfactory to the City Engineer. 9. Install 12-inch water main from Brockton Avenue to Lugonia Avenue. 10. Install 12-inch non-potable water main from the northerly right-of-way line of I-10 to Lugonia Avenue, 11. Install 8-inch sewer main from Brockton Avenue to Lugonia Avenue. Lugonia Avenue: 1. Construct new curb&gutter 40 feet north of street centerline from Tennessee Street to Karon Street. 2. Construct standard street section between the new curb and edge of existing pavement to provide 80-foot roadway width. Use Traffic Index of 9.0 for pavement section design. 3. Construct standard sidewalk on the north side from Tennessee Street to Karon Street and pedestrian ramps at intersections. 4. Install 6-150 watt sodium vapor ornamental street lights along the north side from Tennessee Street to Karon Street. 5. Modify existing traffic signal at the entrance to the Home Depot store. 6. Install traffic striping from Tennessee Street to Karon Street. 7. Remove existing inlet structure and CMP storm drain pipe at New York Street intersection and extend existing 57-inch storm drain easterly to the east of New York Street intersection. Install a new inlet structure at the east end of the pipe. Tennessee Street: 1. Construct new curb&gutter 64 feet east of existing concrete curb from Lugonia Avenue to the northerly property line. 2. Construct standard street section between new curb and edge of existing pavement to provide 64-foot roadway width. Use Traffic Index of 9.0 for pavement section design. 3. Construct standard sidewalk along the east side from Lugonia Avenue to the northerly property line and curb ramps at the intersections. 4. Install 6-150 watt sodium vapor ornamental street lights along the east side from Lugonia Avenue to the northerly property line. 5. Construct pavement transition along the east side from 64-foot width to 34-feet at the northerly property line. 6. Modify existing traffic signal at Tennessee Street/Lugonia Avenue intersection. 7. Install traffic striping on Tennessee Street from Lugonia Avenue to the northerly property line. S. Install storm drain system connecting to the existing storm drain along the west side of Tennessee Street to serve the property. 9. Install 12-inch water main from Lugonia Avenue to San Bernardino Avenue. 10. Install 6-inch non-potable water main from Lugonia Avenue to the northerly property line. 11. Install 8-inch sewer main from San Bernardino Avenue southerly to provide sewer service to the property satisfactory to the City Municipal Utilities Director. 12. Coordinate all plan approval with the County of San Bernardino, Permit Section. The proposal shall include a project schedule for the design,processing and approval phase based on the best possible "fast-track" procedure. This project is of an utmost importance to the City of Redlands. Enclosed is a copy of a map showing the properties proposed to be developed. The required environmental clearance and approval to comply with the CEQA and NPDES stormwater regulations for the project will be addressed by City staff. The coordination of the undergrounding of the existing overhead utilities along the north side of Lugonia Avenue will be the responsibility of the City. I Also, necessary reference plans and maps for the project will be provided by City staff. k ��g91Ct77'�� H �K HARTWICK, INC. NOV 2003 Received co Public Works Department oti November 5, 2003 Revised November 7, 2003 City of Redlands 9z te Ron Mutter P.O. Box 3005 Redlands, CA 92373 RE: Proposal to Provide Engineering Services—New York Street, Lugonia Street, and Tennessee Street Hicks & Hartwick, Inc. proposes the following scope of work for above. SCOPE OF WORK 1. Phase I per your letter of October 31, 2003 2. Phase II Civil Engineering per your letter of October 31, 2003 3. Phase II Traffic Signal Systems per your letter of October 31, 2003 EXCLUSIONS TO SCOPE OF WORK 1. Reimbursable costs per Appendix"A". 2. Title Company fees 3. Soils Engineering FEES AND TERMS Hicks & Hartwick, Inc. proposes to perform the above scope of work for Items 1 and 2 for an estimated fee of $37,400.00; Item 3 for an estimated fee of $20,000.00 (total estimated fee $57,400.00) in accordance with the terms and conditions in Appendix "A" attached hereto and incorporated and made part of this agreement. Time schedule attached. Sincerely, Hicks & artwick, Inc. es . icks CE 23362 CIVIL ENGINEERS 37 E.Olive Avenue Suite C LAND SURVEYORS Redlands California 92373 (909)783-2257 fax(909)792-3763 , November G. 28O8 Revised November 7. 20O3 City ofRedlands Supplemental to Proposal for Engineering Services—New York Street, Lugonia, and Tennessee Phase 1: $1.500.00 Phase ||: Street plans, street light plans, striping plans, storm drain plans-$27.40U.00 Phase ll: Sewer, water, and irrigation -$8,5OO.UO Phase 11: Traffic Signals-$2O.00O.00 APPENDIX"A" .Fine Print" Appended to and part of Agreement for Professional Services between mmm & Hartwrx' Inc. and City o, Redlands, datemwnv*mue,5.2uO3. FEES FOR PROFESSIONAL..SERVICES: Services outlined under Extra Services shall be provided on a time basis computed as follows: 1. pnnnipaL---------------. 2� Enginm*r---___________ ------------------------------------------ $145M 3. Doo — ............ $104.00 4. Drafters....................................................... �r0�Ouo0I0 5. Twnmanuu�eyo�w--_____ -------------------------------'$O8�O 6. Th�eman oumeyo�w—_____ .............. ��---' ---------------------------------------.$55.00 REIMBURSABLE COSTS7 The following costs shall bereimbursed a»cost(Plus 10%)and are not included inthe Fees for Professional Services: 1 Costs ufcopies urdrawings,specifications,reports,and cost estimates;xerography and photographic reproduction ofdmwi and mhe,uomvmon�numisoedn,mapaedinnonn�mnnwxhm �m the work »Qa z. Cost ofcommercial carrier and public transportation, lodging, car rental and parking uus|suenneannou�o�puoxe�oxpenoos Private automobile travel $�3uper mile. - � 3. Cost ofpostage and shipping expenses other than first class mail. 4. Long distance telephone and telegraph charges. 5. Fees for additional special consultants retained with the approval vfClient. EXTRA SERVICES: 1. Extra Services shall beprovided unotime basis computed anlisted above. o Extra Services are any item not listed inthe scope o,work the revisions and changes to the drawings their nv/,appnova|bymeuenignaoeomsponsib|eperson. 3. Any changes requested by the client will be verified with a change order form completed by Hicks and nartwicx revisions will bemade without authorization from the client. ' Inc.; no INVOICES AND PROGRESS PAYMENT: /� All work will be progress invoiced and billed onamonthly basis. 2� Reimbursable Costs shall bebilled with each invoice. AuTx: Accounts are payable net 3Udays from the date ofinvoice suHICKS&HxRTvV|CK. |NC,'soffice inRed|ande �Ak^semioecha�e of 1.5 percent invoice days of invoice date. RIGHT TO SUSPEND SERVICES: HICKS & HARTW/Cx. INC. shall. have the right to suspend services on this project if(a)the parties have not axecumdmmVe contno�for HICKS & HARTW|CK. |NC.'n services and unpaid invoices have been 'nndomdwith onagQm0auab | a odi » $1.UVU,OO;»'(b)unpaid pu8ecuinvoices over OOdays oNommoU$1.00O.00inthe aggregate. eenueo»oe ng AUTHORIZATION TO PROCEED: If HICKS & HARTm|CK' INC. is authorized N commence and/or continue providing its services on the project, eimorom/|ynrin writing, prior to execution oyowritten contract, such authorization shall be deemed an acceptance of this proposal,, ' and o|/ such services shall be provided and compensated for in accordance with the nno and conditions contained herein an mn » mi Pmpnea/were�xm fully executed vg this OWNERSHIP OF DOCUMENTS Original drawings and other documents,asinstruments of service fserviuo are the property o' HICKS&HARn*|Cx' INC. None m[them are mbeused noother projects except uywritten agreement orHICKS & HARTWICK, |wC. One reproducible set offinal 000ummnm=ixumfum/nheum0entwpunnaquem/o,00stp!us1U%. cnxL ENGINEERS 37 E.Olive LAND SURVEYORS � (909)793-2257 Redlands California S2873 fax(909)7S2'3r63 � � . ~ ` FORCE MAJEURE HICKS&HAnTWICK, INC. shall not be responsible for any delay in the performance �mew� |���a �� or damages a�m�oay, — ~ caused by any act or neglect of the Client or Client's representatives,or by any third person acting as the agent, servant or employee of Client, or by changes ordered in the work, or as a result of compliance with any order or request of any federal, state or municipal government authority or any person purporting to act therefor, or by acts of declared or undeclared war or by public disorder, riot or civil commotion, or by any other cause beyond the control and without the fault or negligence of HICKS&HARTWICK,INC. In the event of any delay,HICKS&HARTWICK,INC,shall proceed with due diligence to alleviate such delay and continue performance of all obligations under this Agreement. The time during which HICKS& HARTWICK, INC. is delayed in the performance of the work,shall be added to the time for completion of its services to the extent such time is specified in this Agreement. All additional costs or damages resulting from any delay in the performance or progress of the work caused by any act or neglect of Client, its agents or representatives,shall be borne entirely by the Client.Should work progress be halted through no fault of HICKS&HARTWICK,INC., HICKS&HARTWICK, INC.shall be paid for all services rendered to date. HAZARDOU WASTE: Client shall indemnify and hold harmless HICKS 8HxRTm|CK. INC.and its consultants,agents and employees from and aist allmyno'oamagen./n0000.anUoxpensos.UiemanuinUimct.nrmunmeqvonna|uamageo nu|udin0but""" '"=~mfenoa»ocnorgo»manonneysand court and arbitration costs, arising,out of or resulting from the performance of the work by HICKS & HARTWICK, INC., or claims against HICKS & nARTw|Cn. INC. arising from the work of others, naiovyu to hazardous waste. /he aboveindemnification provision extends mclaims against HICKS&xAnTW|CK' INC.which arise out of,are related to,»'are based upon the dispersal, mao»argo oacav*' release o, saturation of smoke, «aPors' soot, fumes, acids, alkalis, mxi*oxemiceb. liquids, gasses, orany other material, irritant,contaminant o,pollutant ino' into the atmosphere, /'on,onto, upon, i»u,into the surface n, subsurface soil,water nrwmer-cn"rsae.n .~~.u,any tangible o,intangible matter,whether sudden o,not, ARBITRATION: Any controversy o, claim arising out of or relating to the fnnnahnn, interpretation, application, enforceability, o, breach of this Agreement, including disputes as m which persons or entities may be liable hereunder, shall settled by arbitration at San B=xummv/.^�naoromonoewkh�om�sof�mAme�anmx�bAssociation, arbitrator may be entered in any court having jurisdiction thereof The prevailing party in any such arbitration shall he *oU000 to recover arbitration costs and reasonable attorney's fees,as determined by the arbitrator(s),in addition to any other relief available. LAW: This Agreement shall be interpreted and enforced according to the laws of the State of California. SUCCESSORS AND ASSIGNS: It is mutually d tud and agreed that this Agreement shall be binding upon Client and its cc and assigns and upon HICKS&HARTWICK, INC.,its successors and assigns. Neither party shall assign nor transfer its interest in this Agreement or any part thereof without the written consent mthe other party, LIABILITY INSURANCE HICKS& *AeTvICK. INC. maintains professional liability insurance for their protection, HICKS& HxRTvCK` INC. shall nottaxmonyacmonuamumrbvmisugmememmahoing0nmmec^umoo[minpnojoo — oxohaooauwekss = mCmSm nAn/w/Cr , INC.'s professional liability coverage for this project orany aspect of it. LIMITATION OF LIABILI /nRecognition of the relative risks and benefits of the'.`—'--�'''~~''~^~''"' «v "^"°="^n/ /C^. /mc.unumthe maximum extent permitted by law, $58UN}O�or�eH|C' �HAR�m| ammn/cnamH*RTm|CK' |NC.� |io�|i� *ormeO/iom� damaQe» to �esumof or|,gu! —noryp/e�or"aemod. un. /wc. *ae.wxichovorixQeaue,.Thim|imi�Uonsha||app|yegond|emsoftheouuaem[o�ion IERMIN8ZIONi: It is understood that these services may beterminated upon 1Odays written notice for good reason Uyeither party. {nthis event ..|~.`~". A°.,,.C^.INC,smmnoecpmppnoa�dfor eU*mmpedvnnmdpmormdate o/�nninmbonat�enauem�«onxabove. ` REVOCATION: This proposal shall beconsidered revoked ifacceptance ionot received within(30)days orthe date hereof. CIVIL ENGINEERS LAND SURVEYORS Redlands BrE0iv*»«eo«m (909)793-2257ca000miogo373 fax(Soy)rso-xrsn 10 Task Name Wed 11!5103 1 City Notice to Proceed Duration February Match Oda 2t1 218 2115 ZQ2 2129 3R 3114 2 Street Field Crossections 5 day 3 Prepare ease Maps 5 day 4 Prepare Property Exhibits and Legal Descriptions 5 day 5 'Prepare Street Improvement Plans 1 20 day. � i 6 i Prepare Storm Drain Plans And Associated Hydrology&Hydraulics 5 be Y 7 Prepare Street Light Improvement Plan 1 da,. 8 Prepare Stnptng Improvement Plan 3 day 9 Prepare Sewer Improvement Plans 5 day.- 10 ay:10 Prepare Water and Irrigation Improvement Plans 7 days 11 Prepare Trak Signal Improvement Plans 30 days 12 Submit Plans For City&County Review 0 days 13 City&County Review Of Plans 20 days 14 Plan Corrections 5 days� aa;r:c:;: 15 City&County 2nd Review 0%10 days 18 Final Corrections and Submit Mylars 0°i 2 days 17 Plan Completion and Signatures 0 days 0% 3115 Project:City Of Redlands Publictm —y Date:Wed 1115103 Pro Split �._.._ Milasi� Rev.A