HomeMy WebLinkAboutContracts & Agreements_116-2001_CCv0001.pdf U 200
AGREEMENT
THIS AGREEMENT is made and entered into this 7th day of August 2001, by and between
the City of Redlands,a municipal corporation or,anized and existing under the laws of the State of
' ,
California,(hereinafter"City")and Kenko.Inc.,aGa4fomm corporation(hereinafter"Contractor").
1. SCOPE OF WORK: The Contractor shall furnish all materials and shall perform all work
associated with the construction of the City's 24-inch Recycled Water Main Project for Marigold
Avenue (the "Project").
2. THE CONTRACT SUM: The City shall pay the Contractor the sum of Twenty-seven
Thousand Six Hundred Twenty-five Dollars ($ 27,625.04) as full compensation for all work
associated with the Project.
3. TIME FOR COMPLETION: The Proj ect shal l be completed by the Contractor by September
1, 2001.
4. LIQUIDATED DAMAGES: Failure of the Contractor to complete the Project within the time
allowed shall result in damages being sustained by the City. Such damages are, and will continue
to be,impracticable and extremely difficult to determine. Contractor's execution of this Agreement
shall constitute the agreement by the City and Contractor that five hundred dollars ($500)per day
is the minimum and actual damage caused by the failure of the Contractor to complete the Project
within the allowed time. Such sum represents liquidated damages under this Agreement and shall
not be construed as a penalty,and may be deducted from payments due the Contractor if such delay
occurs. The Contractor shall pay to the Cite, or have withheld from monies due it,the sun of five
hundred dollars ($500) for each consecutive calendar day in excess of the specified time for
completion of the Project.
I:'dJmmAgreementsh07I Kenko_wpd 1
5. CONTRACT DOCUMENTS: This Agreement includes all of the Contract documents
described herein,to wit,this Agreement,the Performance and Labor and Material Bonds,Insurance
Certificates, and the Plans and Specifications for the Project.
6. ATTORNEYS'FEES: In the event any action is commenced to enforce or interpret the terms
or conditions of this Agreement,the prevailing party shall, in addition to any costs and other relief,
be entitled to recover its reasonable attorneys' fees.
7. RESPONSIBILITIES OF THE CONTRACTOR:
A. The Contractor shall comply with Sections 1777.5 and 1777.7 ofthe California Labor Code
relative to an approved Apprenticeship Training Programs. The Contractor shall submit certified
payrolls to the City on a weekly basis. Certified Payroll and Fringe Benefit Statements shall comply
with all provisions as required by State law. Failure by the Contractor to comply with the
aforementioned requirements shall result in withheld progress payments until such time certified
payroll documents have been received, reviewed, and accepted by the City. The City reserves the
right to seek assistance from the State Department of Industrial Relations in determining the
acceptability of certified payroll submittals before release of withheld progress payments.
B. The Contractor is hereby notified that pursuant to Section 1770 of the California Labor
Code, the City Council of the City has ascertained the general prevailing rate of hourly wages and
rates for legal holidays and overtime work in the locality where the Project is to be performed, for
each craft or type of workman or mechanic needed to construct the Project. The Contractor shall
comply with Sections 1770 to 1780, inclusive, of the Labor Code and Master Labor Agreement of
Southern California.
C. Pursuant to Labor Code Section 1775,the Contractor and any subcontractor under him shall,
as a penalty to the state or the City on whose behalf this Agreement is made, shall forfeit not more
than fifty dollars($50)for each calendar day,for each worker paid less than the prevailing wage rates
for the work or craft in-,which the worker is employed for any public work done under the contract
V,do5071Kenko.wpd 2
J m\A.reements\-
by it or,(b)by any subcontractor under him. The amount of this penalty shall be determined by the
Labor Commissioner.
D. The Contractor further agrees to fully comply with all applicable provisions of the California
Labor Code including, but not limited to, Sections 1771, 1775, 1776, 1777.5 1813 and 1815.
Failure to pay wag
prevailing wages and e and hours by the Contractor will be enforced.
t:) 41-
E. Pursuant to Labor Code Section 1813,the Contractor shall pay, as a penalty,to the state or
political subdivision on whose behalf the contract is made or awarded, twenty-five dollars($25)for
each worker employed in the construction of the Project by the contractor for each calendar day
during which the worker is required or permitted to work more than 8 hours in any one calendar day
and 40 hours in any one calendar week in violation of the provisions of this section. The City shall
take cognizance of all violations of this section committed in the course of the execution of the
contract, and shall report them to the Division of Labor Standards Enforcement.
F. The Contractor shall comply with Labor Code Section 1810 and acknowledges that eight
hours labor constitutes a legal days work.
8. LIABILITY INSURANCE AND INDEMNIFICATION. Prior to the commencement of any
work on the Project,the Contractor shall provide to the City certificates evidencing compliance with
all insurance requirements of this Agreement. The City shall be named as an additional insured on
all required insurance policies, and such insurance shall be primary and non-contributing to any
insurance or self-insurance maintained by the City. All companies providing coverage to the
Contractor shall have a minimum "Best" rating of A. The coverage shall provide the following
minimum limits:
A. Comprehensive General Liabili1y Insurance. The Contractor shall secure and maintain in
force throughout the duration of this Agreement comprehensive general liability insurance covering
I -
all work under this Agreement, including work done by subcontractors, with carriers acceptable to
1:'4im\,Aweements\507 I Kenko-wpd 3
the City. Minimum coverages of one million dollars($1,000,000)per occurrence and three million
dollars ($3,000,000)aggregate for public liability,property damage and personal injury is required.
The City shall be named as an additional insured and the insurance policy shall include a provision
prohibiting cancellation of the policy except upon forty-five (45) days prior written notice to the
City. Certificates of insurance shall be delivered to the City before starting construction.
B. Subcontractors. The Contractor shall include all subcontractors as insureds under its policies
or shall furnish separate Certificates and Endorsements for each subcontractor.
C. Assignment. The Contractor shall not assign this Agreement in whole or in part, without
the prior written consent of the City, nor shall the Contractor assign any monies due or to become
due to the Contractor hereunder without the prior written consent of the City.
D. Errors and Omissions. The Contractor shall be fully responsible to the City for the acts and
omissions of the subcontractor and persons either directly or indirectly employed by the Contractor.
Consent to subcontracting part of the work- shall, in no way, release the Contractor from
responsibility for performance ofthe work,and the Contractor shall be held accountable for the same
as if no consent had been given. The Contractor shall to give personal attention to any work which
is sublet. Nothing, contained in this Agreement shall create any contractual relation between any
subcontractor and the City.
E. Business Auto Liability, Insurance. The Contractor shall secure and maintain in force
throughout the duration of the contract 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 on the
contract,hired and non-owned vehicles, and employee non-ownership vehicles.
F. Indemnity and Hold Han-riless. The Contractor shall indemnity, defend and hold harmless
the City, its elected officials, officers, agents and employees, from and against any and all claims,
IAjm\Agrcements'%5071 IKenk-o.wpd 4
losses or liability, including attorney's fees, arising from injury or death to persons or damage to
property occasioned by any act, omission or failure of the Contractor, its subcontractors and any
officers,agents and employees in performing the work required by this Agreement. The Contractor's
obligation under this provision shall not be limited in any way by any terms of this Agreement, or
any insurance limits.
9. WORKER'S COMPENSATION INSURANCE.
The Contractor shall secure and maintain Worker's Compensation insurance throughout the
duration of this Agreement in an amount which meets the statutory requirement with an insurance
carrier acceptable to the City. The Contractor hereby waives all rights of subrogation against the
City, its officials, employees and volunteers for losses arising from work performed by the
Contractor for the City. The Contractor expressly waives immunity for injuries to its employees and
agrees that the obligation to indemnify, defend and hold harmless provided for in this Agreement
1=
extends to any claim brought by or on behalf of any employee of the Contractor. This waiver is
mutually negotiated by the parties. This shall not apply to any damage resulting from the sole
negligence of the City,its agents and employees. To the extent any of the damages referenced herein
were caused by or resulted from the concurrent negligence of the 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 the Contractor. its officers, agents and employees.
10. PERMITS.
The Contractor shall procure all necessaiy permits and licenses, including but not limited to, a
City Business license,City Truck Route Permit, City Street Betterment Permit, City Street Closure
Permit,NVV ater System Permit,Sewer System Permit,USA Verification Number,DOSH Excavation
Permit, City Encroachment Permit, City Lane Closure Permit, and any other pen-nits required by
agencies having jurisdiction over this Project,pay all charges and fees,and give all notices necessary
and incidentals to the due and prosecution of the work. The Contractor shall also pay all business
taxes or license fees that are required for the work.
r:`jm,1Agreeinen&xr,0?I Kenko.wpd 5
11. RESPONSIBILITY FOR DAMAGE. The Contractor shall indemnify and hold harmless the
City, its elected officials, officers, agents and employees from every claim or demand made, and
every liability, loss, damage, or expense of any nature whatsoever, including attorney's fees and
costs, which may be incurred by reason of:
A. Liability for damages for(1) any claim or challenge as to this Agreement or the Project as
a single source public works project; (2)death or bodily injury to persons; (3)injury to loss or theft
of property,(4)any other loss,damage or expense arising under either(1),(2)or(3)above,sustained
by the Contractor or any person, firm or corporation employed by the Contractor upon or in
connection with the work called for in this Agreement,except for the liability resulting from the sole
negligence or willful misconduct of the City,its elected officials,officers,employees and agents who
are directly employed by the City; and
B. Any injury to or death of persons or damage to property caused by any fault,neglect,default
or omission of the Contractor,or any person,firm or corporation employed by the Contractor,either
directly or by independent contract, including all damages due to loss or theft, sustained by any
person, firm or corporation, including the City, arising out of, or in any way connected with the
work covered by this Agreement, whether said injury or damage occurs either on or off City
property, if the liability arose from negligence or willful misconduct of any one employed by the
Contractor either directly or by independent contract.
C. The Contractor, at its own expense, cost, and risk shall defend any and all actions suits or
other proceedings that may be brought or instituted against the City, its elected officials, officers,
agents and employees, against any such claim, demand or liability, and shall pay or satisfy any
judgment that may be rendered against the City, its elected officials, offices, agents or employees,
in any such action, suit or other proceedings as a result thereof.
12. CONTRACTOR'S RESPONSIBILITY FOR WORK. Except as provided above,until the
formal acceptance of the work by the City,the Contractor shall have the charge and care thereof and
1:',qjm',1greements\-507 I Kenko.wpd 6
shall bear the risk of injury or damage to any part thereof by the action of the elements or from any
other cause, whether arising from the execution or from the non-execution of the Project. The
Contractor shall rebuild, repair,restore and make good all injuries or damages to any portion of the
Work occasioned by any of the above causes before final acceptance and shall bear the expense
thereof except such injuries or damages occasioned by act of the Federal Government or the public
enemy.
13. WARRANTY OF WORK. The Contractor shall guarantee all work performed under this
Agreement against defective materials or workmanship for a period of(1)year from the completion
date specified in the Notice of Completion, except where longer warranty periods are specifically
stated. As specified in the Performance Bond, said Bond shall remain in full force and effect during
the warranty period.
All work which has been rejected shall be remedied,or removed and replaced,by the Contractor
at his own expense,with work conforming to the Plans and Specifications. Any defective material
or workmanship which may be discovered before final acceptance or within(1) one year from the
completion date specified in the Notice of Completion shall be corrected immediately by the
Contractor at its own expense notwithstanding that it may have been overlooked in previous
inspections and estimates. Failure to inspect work at any stage shall not relieve the Contractor from
any obligation to perform sound and reliable work as herein described. It is the Contractor's
responsibility to deliver at the time of final acceptance a complete Project that complies in all details
with this Agreement.
Any omission or failure on the part of the City to discover or notify the Contractor of defective
work or materials at the time of construction shall not be deemed an acceptance,and the Contractor
will be required to correct defective work or material prior to final acceptance.
The City will endeavor to locate any errors or defective materials or workmanship and call them
to the attention of the Contractor prior to subsequent work being performed. However,the City is
L'qAnflAgreements'A-507 I Kenkompd 7
under no obligation to do so and shall not be held liable because errors or defective material or
workmanship by the Contractor are not discovered prior to subsequent work.
During the(1)one year warranty period,should the Contractor fail to remedy defective material
and/or workmanship,or to make replacements within five (5) days after written notice by the City,
it is agreed that the City may make such repairs and replacement and the actual cost of the required
labor and materials shall be chargeable to and payable by the Contractor or its Surety.
Nothing in this section shall be construed to limit the rights of the City to immediately correct
conditions which maybe unsafe or which may pose a public health nuisance. Should said conditions
later be found to be caused by defective material and/or workmanship,the Contractor and his Surety
shall reimburse the City for costs reasonably incurred while attending the situation.
In the event it is necessary for the City to file suit to enforce any liability of the Contractor,the
City shall be entitled to recover from the Contractor,in addition to all other amounts found due and
owing,costs of suit and reasonable expenses and fees,including reasonable attorneys'fees,incurred
by the City in successfully enforcing the Contractor's obligations, all to be taxed as costs and
included in any judgement rendered.
The warranty provided herein shall not be in lieu of, but shall be in addition to any warranties
or other obligations otherwise imposed by this Agreement or by law. The remedies provided herein
shall not be exclusive and the City shall be entitled to any and all remedies provided by law.
15. MEASUREMENT AND PAYMENT.
A. Partial and Final Payment. The closure date for the purpose of making monthly progress
payments shall be assigned by the City. Payment,less deductions,unearned work and retention,will
be made within 14 days of the closure date. No such payment shall be required to be made, when
in the judgement of the City,the total value of the work since the last estimate amounts to less than
$500. If, in the opinion of the City, work is not progressing according to the approved schedule,
1:\djjn\l recnients1507IKenko.wpd 8
payments may be withheld until the Contractor returns to the approved schedule.
Deductions will be made for: (1) amounts due the City for equipment or material furnished or
services rendered; (2)amounts due the City under the terms of the Agreement; (3) amounts of any
claims of lien filed with the City; (4) accrued amounts of liquidated damages; (5) amounts
required to be deducted by Federal, State or local governmental authorities. From the balance thus
determined will be deducted the amounts of all previous payments,and the remainder shall constitute
the monthly payment due the Contractor.
A retention of ten percent(10%)will be'Mthheld from each and every progress payment to the
Contractor. This percentage will remain constant throughout the duration of this Agreement.
The City shall,after satisfactory completion of the Project,make a final estimate of the amount
of work done. The City shall pay the entire sum so found to be due after deducting therefrom all
previous payments and all amounts to be retained under the provisions of this Agreement. All prior
partial estimates and payments shall be subject to correction in the final estimate and payment. The
final payment shall not be due and payable until the expiration of thirty-five(3 5)days from and after
the recordation of the Notice of Completion filed by the City.
As provided by Section 22300 of the California Public Contract Code, the Contractor may
substitute securities for any monies withheld by the City to ensure performance under this
Agreement. Substitute securities shall be deposited in a financial institution and in a form
acceptable to the City. The financial institution shall be located within City limits of the City.
B. Extras. Without invalidating this Agreement, the City may order extra work or make
changes by altering,adding or deducting from the work,the Contract sum being adjusted accordingly
and the consent of the Surety being first obtained where necessary or desirable. No claims for any
extra work or material shall be allowed unless the work is ordered in writing by the City, and the
price is stated in such order.
Iadjm\Agreements\567IKenko.wpd 9
1.6. ASSIGNMENT OF UNFAIR BUSINESS PRACTICES CLAIMS
A. By entering into this Agreement, or a subcontract to supply goods, services, or materials
pursuant to this Agreement,the Contractor and its subcontractors offer and agree to assign to the City
all right, title, and interest in and to all causes of action each may have under Section 4 of the
Clayton Act(15 U.S.C. Sec. 15)or under the Cartw ight Act(Chapter 2 commencing with Section
16700) of part 2 of Division 7 of the Business and Professions Code), arising from purchases of
goods, services or materials pursuant to this Agreement or any subcontract. This assignment shall
be made and become effective at the time the City tenders final payment to the Contractor,without
further acknowledgment by the parties.
17. TRENCHING AND EXCAVATION.
Ifthis Agreement involves digging trenches or other excavations that extends deeper than four
(4)feet below the surface,the following shall be done pursuant to California Public Contract Code
Section 7104:
A. That the Contractor shall promptly and before the following conditions are disturbed,notify
the City, in writing,of any:
(1) Material that the contractor believes may be material that is hazardous waste, as defined
in Section 25117 of the health and Safety Code,that is required to be removed to a Class I,Class Il,
or Class III disposal site in accordance with provisions of existing law.
(2) Subsurface or latent physical conditions at the site differing from those indicated.
(3) Unknown physical conditions at the site of any unusual nature, different materially from
those ordinarily encountered and generally recognized as inherent in work of the character provided
for in this Agreement.
B. That the City shall promptly investigate the conditions, and if it finds that the conditions
I:\djrn\Agreements\50'i Kenkco.wpd 10
do materially so differ, or do involve hazardous waste, and cause a decrease or increase in the
Contractor's cost of, or the time required for, performance of any part of the work shall issue a
change order under the procedures described in this Agreement.
C. That, in the event that a dispute arises between the City and the Contractor whether the
conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the
Contractor's cost of,or time required for,performance of any part of the Project,the Contractor shall
not be excused from any scheduled completion date provided for by the contract,but shall proceed
with all work to be performed under the contract. The Contractor shall retain any and all rights
provided either by contract or by law which pertains to the resolution of disputes and protests
between the parties.
18. REMOVAL,RELOCATION OR PROTECTION OF EXISTING UTILITIES.
A. Pursuant to Government Code Sections 4215 et. §N, the City shall assume the
responsibility between the parties to this Agreement,for the timely removal,relocation,or protection
of existing main or trunk line utility facilities located on the site of the Project for this Agreement,
if such utilities are not identified by the City in the plans and specifications made a part of the
invitation for bids.
B, The Contractor shall be compensated for the costs of locating,repairing damage not due
to the failure of the Contractor to exercise reasonable care,and removing or relocating such utility
facilities not identified in the plans and specifications with reasonable accuracy and for equipment
on the Project necessarily identified during such work,
C. The Contractor shall not be assessed liquidated damages for delay in completion of the
Project,when such delay was caused by the failure of the City,or the owner of the utility to provide
for removal or relocation of such utility facilities.
D. The City shall not be required to indicate the presence of existing service laterals or
IAdjm\Agreements\5071 Kenko.wpd 1 I
appurtenances whenever the presence of such utilities on the site of the Project can be inferred from
the presence of other visible facilities, such as buildings, meter and junction boxes, on or adjacent
to the site of the construction, provided, however, nothing herein shall relieve the City from
identifying main or trunk lines in the plans and specifications.
E. Nothing here-in shall preclude the City from pursuing appropriate remedy against the utility
Z:'
for delays which are the responsibility of the utility.
F. If the Contractor, while performing the contract, discovers utility facilities not identified
by the City in the contract plans or specifications, Contractor shall immediately notify the City and
the utility in writing.
G. Contractor shall comply with Government Code Section 4216 through 4216.9.
19. NOTICE AND SERVICE THEREOF.
Any notice required or given by one party to the other under this Agreement shall be in writing
and shall be dated and signed by the party giving such notice or by duly authorized representative
of such party. Any such notice shall not be effective for any purpose whatever unless served in the
following manner:
Notice shall be given to the Contractor by personal delivery thereof to said Contractor or to
his authorized representative at the Project site,or by depositing the same in the United States mail
enclosed in a sealed envelope addressed to said Contractor at the address established for the conduct
of work under this Agreement, certified and with postage prepaid.
Notice shall be given to the Surety,or any other person,by personal delivery to said Surety or
other person, or by depositing the same in the United States mail, enclosed in a sealed envelope
addressed to such Surety or persons at the address of said Surety or persons last communicated by
him to thearty giving the notice, certified and with postage prepaid.
p Z:�
1:1.djm`,Agreements\507 1 Kenko,wpd 12
Notice shall be given to the City by personal delivery thereof or by depositing the same in the
United States mail enclosed in a sealed envelope,certified and with postage prepaid. The address
of record for the City is:
City of Redlands
Municipal Utilities Department
35 Cajon Street, Suite 15A
PO Box 3005
Redlands, CA 92373
20. RESOLUTION OF CONSTRUCTION CLAIMS.
Claims made by the Contractor in the amount of $375,000.00 or less shall be made by
Contractor and processed by the City pursuant to the provisions of part 3, chapter 1, article 1.5 of
the Public Contracts Code (commencing with Section 20104). All claims shall be in writing and
include the documents necessary to substantiate the claim. Nothing in subdivision (a) of Public
Contracts Code Section 20104.2 shall extend the time limit or supersede the notice requirements
provided in this case from filing claims by the Contractor.
I-,Am\A—'regiments\56?I Kenkompd 13
IN WITNESS WHEREOF,the parties hereto have executed this Agreement the day and year first
written above.
City of Redlands
(SEAL) (Owner)
By:
Mayor, City of Redlands, County of
San Bernardino, California
ATTEST:
,-Qw- Clerk, CWG�edlands
(SEAL) KENKO, INC. DBA MCGRAND & ASSOCIATES
Name of ontr ctor
BY:Z
Signature of A horized Agent
Anthony Bianconi
Assistant Vice President
Title
Signature of Authorized Agent(if necessary)
Title
Contractor's License No.
1AJm\Agreements1,507!I Kenko.wpd 14
WORKERS' COMPENSATION INSURANCE CERTIFICATION
Description of Contract:
City of Redlands
Municipal Utilities Department
RECYCLED WATER MAIN PROJECT FOR MARIGOLD AVENUE
Project No. 25-7539
I
i
Labor Code section 3700 provides, in part:
"Every employer except the State and all political subdivisions or institutions thereof, shall
secure the payment of compensation in one or more of the following ways:
(a) By being insured against liability to pay compensation in one or more insurer duly
authorized to write compensation insurance in this State.
(b) By securing from the Director of Industrial Relations a certificate of consent to self-
insure.. which may be given upon furnishing proof satisfactory to the Director of
Industrial Relations of ability to self-insure and to pay any compensation that may
Become due to his employees"
I am aware of the provisions of Section 3700 of the Labor Code which requires every
employer to be insured against liability for worker's compensation or to undertake self-insurance in
accordance with the provisions of that code, and I will comply with such provisions before
commencing the performance of the work of this contract.
Dated this 7th day of August 2001.
denke bc, 4166 `yvtd �
(Contractor) SSC)C-< eJ e
(Signature)
(Seal) (Official Title)
(Labor Code Section 1861 provides that the above certificate must be signed and filed by the
Contractor with the Owner prior to performing any work.)
1\djm\Agreements\507{Kenko.wpd 15
Recorded in Official Records, County of
San Bernardino, Larry Walker, Recorder
RECORDING REQUESTED BY Doc No . 20010491961
AND WHEN RECORDED MAIL TO 09 * 55am 10/29/01
F Name Office of the City Clerk 205 40293628 01 16
City of Redlands
Street
Address P.0.Box 3005 _!f=
F _LJ7
PG FEE APF DIMS PH CPY CRT CPY ADD Nfil PEN PH PCOR
City& Redlands,California 92373
State
L J 1 1 15_1 6 1 r,
NUN ST I LN
SVY I CIT-CD I TRANS TAX DA CHRG 1EXAM
ZJ'Aut AbuVE I'T'ITUTTNt Full Htk;UHrJ1=k S Pla R1:C1#11n
.,—. Xwg#%
NOTICE OF COMPLETION KR G VrRNMENT CODE
k"TION 6103
Notice pursuant to Civil Code Section 3093,must be filed within 10 days after completion. (See reverse side for Complete requirements.)
Notice is hereby oiven that:
1. The undersigned is owner or corporate officer of the owner of the interest or estate stated below in the property hereinafter described:
2. The full name of the owner is City of Redlands - Municipal Utilities Department
3. The full address of the owner is P.O. Box 3005
Redlands CA 92373
4. The nature of the interest or estate of the owner is; In fee.
11 31-1M7 Mr.— in Tee and insert,Tor exampie, purcnaser under contract or purchase."or iessee')
5. The full names and full addresses of all persons,if any,who hold title with the undersigned as joint tenants or as tenants in common are:
NAMES ADDRESSES
6. A work of improvement on the property hereinafter described was completed on — August 20 2001 The work done was:
Mari_qold Avenue Recycled -Water Transmission Main
7. The name of the contractor,if any,for such work of improvement was: Kenko Co. Inc.
(tr no contractor Ter worK 01 improvement as a wroie,insert none",) Julv 17. 2001
(Dale M Contract)
& The property on which said work of improvement was completed is in the city of Redlands
County of San Bernardino, State of California,and is described as follows:Located on Marigold Avenue north of San
Bernardino Avenue
q, The Street address of said property is None
(ITno s nee a rocs as oen e y ass gne se 0
Dated: October
e4Or, alviouai Uyvner
ny oun'q,, ct neer
Si a Ure of o r or cc o icer of o antes in paragraph 2 or his agent
VERIFICATION
1, the undersigned, say: I am the Munici Utilities Director the declarant of the foregoing notice of completion; I have read
I 'TT UT. anagen A parteer ot-,"timer 367—erc-T—
said notice of completion and know the contents thereof:the same is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on October 0 20 01 ,at Redlands California,
. sin
'
t�'ry g )
�k;o
ary e TMnic2M;Pffl9t2_ Director
{Personal signature t 1, acing
that
are true.} individual is ,the contents of the notice of completion