Loading...
2000 US Bureau of Reclamation - Jefferson Bridge (99-LL-34-1161)DUPLICATE ORIGINAL Contract No. 99LL341161 UNITED STATES DEPARTMENT OF THE INTERIOR BUREAU OF RECLAMATION YUMA AREA OFFICE YUMA, ARIZONA BOULDER CANYON PROJECT, ALL-AMERICAN CANAL SYSTEM, COACHELLA DIVISION, CALIFORNIA LICENSE RELATING TO THE CONSTRUCTION, RECONSTRUCTION, INSTALLATION, OPERATION, MAINTENANCE AND WIDENING OF THE JEFFERSON STREET BRIDGE THIS LICENSE, made as of the day ofd�� in pursuance of the Act of Congress of June 17, 19 2 (32 Stat. 388), and Act of Congress approved August 4, 1939 (53 Stat. 1187), as amended August 18, 1950 (64 Stat. 463), between THE UNITED STATES OF AMERICA, acting by and through the Bureau of Reclamation, Department of the Interior, hereinafter referred to as the "United States," represented by the officer executing this License, hereinafter referred to as the "Contracting Officer," and COACHELLA VALLEY WATER DISTRICT , organized and existing under and by virtue of the laws of the State of California, hereinafter referred to as "District", and CITY OF LA QUINTA, hereinafter referred to as the "Contractor"; WITNESSETH: WHEREAS, the Contractor desires the consent of the United States and the right to construct, reconstruct, install, operate, maintain and widen the Jefferson Street Bridge, with all necessary appurtenances within, on, over and across certain lands which the United States owns in fee or has reserved Rights -of -Way; and WHEREAS, the granting of such consent and right by the United States and the exercise of such rights by the Contractor under the terms and conditions herein provided will be compatible with the purposes for which the lands or interests in the lands are being administered on behalf of the United States; NOW, THEREFORE, in consideration of the mutual covenants and conditions hereinafter set forth, the parties hereto agree as follows: 1. DESCRIPTION OF PROPERTY. Subject to the conditions hereinafter set forth, the United States does hereby consent to the construction, reconstruction, installation, operation, maintenance and widening by the City of La Quinta, as described on Exhibit A, which is attached hereto and by this reference made a part hereof, located within the following described land: Location: San Bernardino Meridian, Riverside County, California Township 6 South, Range 7 East secs. 8 and 9, portions thereof. 2. MISCELLANEOUS CONDITIONS. In the use of the above -described premises, the Contractor shall faithfully observe each of the following conditions: (a) The Contractor, at its sole expense, shall construct, reconstruct, install, operate, maintain, and widen said Jefferson Street Bridge in conformity with the applicable regulations of Federal, State, and local regulatory agencies, including but not limited to, those relating to pollution and environmental control. (b) All construction and installation work pursuant to this License will be in conformity with the specifications approved in advance by the Area Manager, Yuma Area Office, United States Department of the Interior, Bureau of Reclamation, Lower Colorado Region, Yuma, Arizona, hereinafter referred to as the "Area Manager," and shall be conducted by the Contractor at all times in a manner satisfactory to the Area Manager. (c) The Contractor shall at all times, and at its sole expense, operate and maintain and make necessary repairs and replacements on said facilities in a good and workmanlike manner, and so as not to interfere with the proper use and operation of or cause injury or damage to any property, irrigation and drainage facilities, or works of the United States. All equipment installed, operated, and maintained pursuant to this License will be maintained in a safe condition satisfactory to the Area Manager. The Contractor will reimburse the United States for all injury or damage to property, irrigation 99LL341161 2 and drainage facilities, or works of the United States arising out of the utilization of the rights granted pursuant to this License which is caused by the Contractor, its officers, agents, or employees, and the Contractor will promptly pay any bills rendered therefor by the United States. (d) The Contractor shall at all times keep the construction area, including storage areas used by the Contractor, free from accumulations of waste materials or rubbish. (e) Prior to completion of the work, the Contractor shall remove from the vicinity of the work all rubbish, unused materials, concrete forms, and other like material, belonging to the Contractor or used under the Contractor's direction during construction, and all work areas shall be left in a neat condition. (f) During the performance of the work, the Contractor will carry out proper and efficient measures wherever and as often as necessary to reduce the dust nuisance, and to prevent dust which has originated from its operations from damaging crops, orchards, cultivated fields, and dwellings, or causing a nuisance to persons. (g) The Contractor shall reimburse the United States for any and all costs and expenses incurred in the defense of any action which challenges the Contractor's use of the above -described lands. (h) The Contractor shall not use the premises described in Article 1 above or permit the use thereof for any purpose except as set forth in said Article 1. (i) This License is personal, revocable, and nontransferable, and shall not be construed as granting to the Contractor any right, title, or interest in said lands. (j) The rights granted by this License are subject to the rights of the United States to use said lands, and to existing rights in favor of the public or third parties. The Contractor recognizes that it is its sole responsibility to make whatever arrangements as are necessary to obtain such rights as may be required by the Contractor from any other party or parties holding any other interest in said lands. (k) The Contractor shall take the necessary precautions to prevent debris and materials from falling into the Coachella Main Canal during demolition, construction, reconstruction, and widening of said bridge. 99LL341161 3 (1) All concrete used in the construction, reconstruction, and widening of said bridge shall meet a minimum of 4,000 p.s.i. (compressive), and reinforcing steel shall meet the requirements of ASTM A615 grade 60 for all cast -in -place reinforced concrete work. 3. PRESERVATION OF HISTORICAL AND ARCHAEOLOGICAL DATA. Should the Contractor, or any of the Contractor's employees, or parties operating or associated with the Contractor, in the performance of this contract discover evidence of a burial, human skeletal remains, or possible scientific, prehistorical, historical, or archeological data on Federal lands, the Contractor shall immediately cease work at that location and notify by telephone the Contracting Officer, and Reclamation's Environmental Division, giving the location and nature of the findings. The Contractor shall forward written confirmation to the Contracting Officer within 2 days. The Contractor shall exercise care so as not to disturb or damage burials, human skeletal remains, artifacts or fossils uncovered during excavation operations, and shall provide such cooperation and assistance as may be necessary to preserve the findings for removal or other disposition by the Government. Construction will not resume until all mitigative measures developed in consultation with the State Historic Preservation Officer (SHPO) have been completed. The Contractor shall provide Reclamation with a copy of any cultural resources survey reports concerning sites located on Reclamation lands and shall develop a mitigation plan acceptable to the SHPO for sites subject to adverse impacts. All objects of antiquity recovered from public lands are the property of the United States and shall be turned over to Reclamation. Any persons who, without permission, injures, destroys, excavates, appropriates, or removes any burial or human skeletal remains, historical or prehistorical artifact, object of antiquity, or archaeological resource on the public lands of the United States is subject to arrest and penalty of law. The above requirement is prescribed under the Native American Graves Protection and Repatriation Act (Public Law 101-601; 104 Stat. 3042) of November 1990. The Contractor shall insert the above paragraphs in all subcontracts which involve the performance of work on Reclamation lands. 99LL341161 4 4. EXCEPTIONS AND RESERVATIONS. (a) The United States reserves the right of its officers, agents, and employees at all times to have unrestricted access and ingress to, passage over, and egress from all of said lands, for the purpose of exercising, enforcing, and protecting the rights reserved hereunder. (b) The United States reserves the right to make investigations of all kinds, dig test pits and drill test holes, to survey for, and construct reclamation and irrigation works and other structures incident to Federal Reclamation Projects. The United States will make every reasonable effort to keep damages to the Contractor's facilities to a minimum. (c) The rights granted hereunder shall not be exclusive in character and the United States reserves to itself, its successors and assigns, the right against the Contractor to use the lands crossed by or upon which irrigation and drainage facilities and works of the United States have been constructed, and to construct, reconstruct, operate, and maintain therein and thereon dams, dikes, canals, wasteways, laterals, ditches, telephone and telegraph lines, electric transmission lines, roadways, and appurtenant irrigation and drainage structures which may be needed or useful in connection with or as a part of canals, laterals, and other irrigation and drainage facilities without any payment by the United States, its successors, or assigns for the exercise of such right, and the Contractor agrees that if the construction, reconstruction, installation, operation, or maintenance of any or all of such works of the United States, on or across the land at the above -described location should be made more expensive by reason of any structures, improvements, or works of the Contractor, such additional expense may be estimated by the Secretary of the Interior whose estimate shall be final and binding upon the parties hereto, and within thirty (30) days after demand is made upon the Contractor for payment of any such sums, the Contractor will make payment thereof to the United States or its successors or assigns constructing such works across, over, under, or upon said rights -of -way; Provided, That nothing herein shall be construed as prohibiting the Contractor from removing or relocating its facilities to other locations to be approved in writing by the Contracting Officer so as not to interfere with such works of the United States, all at the Contractor's sole cost and expense; and Provided, further, That any such removal or relocation shall be completed within sixty (60) days from the date of notice from the United States or its successors or assigns of its intention to construct such works. 99LL341161 5 (d) The Contracting Officer reserves the right to inspect all facilities of the Contractor or its assigns under the terms of this License both during the progress of the work and upon completion thereof. (e) Jurisdiction and supervision of the United States over the above -described premises are not surrendered or subordinated by the issuance of this License and the United States reserves the right to issue additional licenses, rights -of -way, permits, or other agreements for compatible uses of the lands described in this License. 5. TERM OF LICENSE. This License shall terminate fifty, (50) years from the date hereof, unless terminated sooner as provided by Article 6 hereof. 6. TERMINATION. This License shall terminate and all rights of the Contractor hereunder shall cease upon the following: (a) At the expiration of the term as provided by Article 5; or (b) At its option, by the United States for nonuse of the above -described premises by the Contractor for a period of two (2) continuous years. (c) At any time by the Contractor upon six (6) months' written notice to the United States; or (d) At any time by,the United States upon six (6) months' written notice to the Contractor; or (e) After failure of the Contractor to observe any of the conditions of this License, and on the tenth day following service of written notice on the Contractor of termination because of failure to observe such conditions. The notices provided by this Article shall be served by certified mail addressed to the respective addresses given in Article 8 herein, and the mailing of any such notice properly enclosed, addressed, stamped, and certified, shall be considered service. The United States will determine if the Contractor's facilities will be removed upon termination. If the United States determines that the facilities shall be removed, removal shall be made within thirty,(30) days after termination, 99LL341161 6 and the above -described premises will be restored as nearly as practicable to its original condition, wear and damage by the elements excepted. Removal of the facilities and restoration of the premises will be at the sole cost and expense of the Contractor. 7. CONSIDERATION. Consideration for this License shall be the payment to the United States by the Contractor of the following: (a) The sum of Two Hundred Dollars ($200), as the initial deposit required under 43 CFR Part 429.6(b), for administrative costs incurred by the United States in processing this License, the receipt of which is hereby acknowledged; and (b) The sum of Nine Hundred Seventy -One Dollars($971), as required under 43 CFR Part 429.6(e), for administrative costs in excess of the initial $200 deposit incurred by the United States in processing this License, which is due and payable prior to the execution of this License by the United States; and 8. NOTICES. (a) Any notice, demand, or request required or authorized by this License to be given or made to or upon the United States shall be deemed properly given or made if delivered or mailed postage -prepaid, to the Area Manager, Yuma Area Office, Bureau of Reclamation, P.O. Box D, Yuma, Arizona 85366. (b) Any notice, demand, or request required or authorized by this License to be given or made to or upon the Contractor shall be deemed properly given or made if delivered or mailed postage -prepaid, to City of La Quinta, 78-495 Calle Tampico, La Quinta, California 92253. (c) The designation of the person to or upon whom any notice, demand, or request is to be given or made, or the address of such personmay be changed at any time by notice given in the same manner as provided in this Article for other notices. GENERAL PROVISIONS 9. ENVIRONMENTAL COMPLIANCE. Compliance with all Federal, State, Tribal or Reclamation environmental regulations or requirements is required throughout the duration of this license. Correction of any violation, including clean ups, studies, reporting, or other requirements of any federal, State, Tribal or Reclamation environmental regulation or requirement is the sole responsibility of the Contractor. Any penalties, fines, 99LL341161 7 mitigation or other requirement requested by a regulatory agency due to a violation of any Federal, State, or Tribal environmental regulation or requirement is the sole responsibility of the Contractor. The Contractor shall comply with all applicable Federal, State, Tribal or Reclamation environmental regulations or requirements regarding the receipt, handling, and disposal of materials. All materials that are subject to the MSDS regulations and requirements shall be stored so that any potential spill will be contained within a secondary containment device. All spills regardless of size shall be immediately reported to Reclamation officials. All materials shall be properly labeled, reported, classified, and segregated prior to and during use and storage. No material shall be disposed of on Reclamation lands with out prior approval from the United States. No hazardous material may be generated on Reclamation land. The Contractor shall insert the above paragraphs in all subcontracts which involve the performance of work on Reclamation lands or facilities. 10. NONDISCRIMINATION. During the performance of this License, the Contractor agrees as follows: (a) To comply with Title VI (Section 601) of the Civil Rights Act of July 2, 1964 (78 Stat. 241), which provides that ". . . no person in the United States shall, on the ground of race, color, sex, or national origin be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity for which the Contractor receives financial assistance from the United States . . . and to be bound by the regulations of the Department of the Interior for the effectuation thereof, as set forth in 43 CFR Part 17. (b) To obligate its subcontracts, subgrantees, transferees, successors in interest, or any other participants receiving Federal financial assistance hereunder, to comply with the requirements of this provision. (c) In the event that a final decision of a hearing examiner or of the Director, Office of Hearings and Appeals, pursuant to 43 CFR Part 17, provides for termination of or refusal to grant the right provided by this License, the Secretary of the Interior may terminate this License and revoke the grant. This provision shall be a covenant running with the land during the period in which the property is used for a purpose for which the Federal financial assistance is extended or for any other purpose involving the provisions of.similar services or benefits. 99LL341161 8 11. EQUAL EMPLOYMENT OPPORTUNITY. During the performance of this License, the Contractor agrees as follows: (a) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants and employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action will include, but not be limited to, the following: Employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the Contracting Officer setting forth the provisions of this nondiscrimination clause. (b) The Contractor will, in all solicitations or advertisements for employees, placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to their race, color, religion, sex, or national origin. (c) The Contractor will send to each labor union or representative of workers with whom the Contractor has a collective bargaining agreement or other agreement or understanding, a notice, to be provided by the Contracting Officer, advising said labor union or workers' representative of the Contractor's commitments under Section 202 of Executive Order 11246 of September 24, 1965, as amended, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (d) The Contractor will comply with all provisions of Executive Order 11246 of. September 24, 1965, as amended, and of the rules, regulations, and relevant orders of the Secretary of Labor. (e) The Contractor will furnish all information and reports required by said amended Executive Order and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to its books, records, and accounts by the Contracting Officer and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (f) In the event of the Contractor's noncompliance with the nondiscrimination clause of this License or with any of the said rules, regulations, or orders, this License may be canceled, terminated, or suspended, in whole or in part, and the Contractor may be declared ineligible for further Government contracts or agreements in accordance with procedures authorized 99LL341161 9 in said amended Executive Order, and such other sanctions may be imposed and remedies invoked as provided in said amended Executive Order, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (g) The Contractor will include the provisions of paragraphs (a) through (f) of this Article in every subagreement, or third party agreement or contract, or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of said amended Executive Order, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subagreement, or third party agreement, or purchase order as the Secretary of Labor may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event the Contractor becomes involved in or is threatened with litigation with a subcontractor or vendor as a result of such direction, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 12. NO WARRANTY. The United States makes no warranty, expressed or implied, as to the extent or validity of the grant contained herein. 13. HOLD HARMLESS. The Contractor hereby agrees to hold harmless and indemnify the United States, its employees, agents, successors, or assigns from and against any claims, demands, costs, losses, causes of action, damages, or liability of whatsoever kind or nature arising out of or resulting from acts or negligence of the Contractor, its officers, agents, or employees in the utilization by the Contractor of the rights granted to it pursuant to this License. Additionally; except for acts of negligence, the Contractor releases the United States, its officers, employees, successors, and assigns from any and all liability for damage arising from injury to persons or damage to structures, equipment, improvements, or works of the Contractor resulting from the construction, operation, or maintenance of any of the works of the United States. Provided, however, that nothing contained in this clause shall be deemed to modify or limit any liability which may be imposed by the Federal Tort Claims Act, 28 USC, Section 2617 et sea. (1970). 14. COVENANT AGAINST CONTINGENT FEES. The Contractor warrants that no person or agency has been employed or retained to solicit or secure this License upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established agencies maintained by the Contractor for the purpose of securing business. For breach or violation of this warranty, 99LL341161 10 the United States shall have the right to annul this License without liability or in its discretion to require the Contractor to pay, in addition to the License price or consideration, the full amount of such commission, percentage, brokerage, or contingent fee. 15. OFFICIALS NOT TO BENEFIT. No Member of or Delegate to Congress or Resident Commissioner, and no officer, agent, or employee of the Department of the Interior, shall be admitted to any share or part of this License or to any benefit that may arise herefrom, but this restriction shall not be construed to extend to this License if made with a corporation or Contractor for its general benefit. IN WITNESS WHEREOF, the parties hereto have signed their names to this License the day and year first above written. THE UNITED STATES OF AMERICA KrAi 'Manager Yuma Area Office Lower Colorado Region Bureau of Reclamation CITY OF LA QUINTA By: Title: a7�114�100Wfeelz COACHELLA VALLEY WATEP, DISTRICT B y : «� Tom Levy Title: General Manager-Chie ngineer 99LL341161 11 ACKNOWLEDGMENT State of Arizona) ) ss. County of Yuma ) On this { day of l�$ s� before me, tq,vo-1a Notary Public in and for said County and State personally appeared✓ (r Area Manager, Yuma Area Office, Bureau of Reclamation, Lower Colorado Region, United States Department of the Interior, known to me to be the person described in the foregoing instrument, and acknowledged to me that executed the same on behalf of the United States of America in the capacity therein stated and for the purpose therein contained. ANIM IMPab Jta��� s Notary Public in and for the Wlon Expires 'x County of Yuma, State of Arizona AMIIL �6, 2003 My Commission Expires: O&Aj (Seal) 12 ANNA SANDER Notary Public - Arizona YUMA COUNTY My Commission Expire APRIL 25, 2003 99LL341161 ACKNOWLEDGMENT State of a ) ss. County of ) On this day of t'9o;:W0a , before me, a Notary Public �in and for said County and State personally appeared /f Name of the Contractor, known to me to Titl be the person described in the foregoing instrument, and acknowledged to me that Ze— executed the same on behalf of the Contractor in the capacity therein stated and for the purposes therein contained. My Commission Expires: (Seal) f Not y Public in and for e County and State Thereo �►.iiri.l VIA�L�E�Y, z ; Notwf PWAc- Ca farad Y; a WVarskJa County MyCw n.Ep7mAuk7,2T, 99LL341161 13 State of California ) ) ss County of Riverside ) On June 7, 2000, before me, Cynthia R. Parks, Notary Public, personally appeared Tom Levy, personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person or the entity upon behalf of which the person acted, executed the instrument. (seal) CYNiHIA R. PARKS —i Commission # 1126437 Notary Public — Cc#omlo Riverside County OtMy Comm, Expires Feb 26, 2001 — — V — q - - i Boulder Canyon Project, All -American Canal System Coachella Division, California License Relating to the Construction, Reconstruction Installation, Operation, Maintenance and Widening Of the Jefferson Street Bridge United States Department of the Interior Bureau of Reclamation Yuma Area Office Yuma, Arizona City of La Quinta Witness my hand and official seal. �ai tary Public in and for said County and State M REPLY REFER TO: YAO-2300 PRJ-15.00 United States Department of the Interior BUREAU OF RECLAMATION Lower Colorado Region Yuma Area Office 7301 Calle Agua Salada Yuma, AZ 85364 JUL 19 202 CERTIFIED — RETURN RECEIPT REQUESTED (701 12970000076730749) Mr. Timothy R. Jonasson, P.E. Public Works Director/City Engineer City of La Quinta 78-495 Calle Tampico La Quinta, CA 92253 Subject: Confirmation of Ownership and Operation and Maintenance (O&M) Responsibility for Bridges That Cross Bureau of Reclamation Facilities or are Located on Reclamation Land — City of La Quinta (City) — Boulder Canyon Project, All -American Canal System, Coachella Division, California Dear Mr. Jonasson: Reclamation is in the process of preparing a comprehensive inventory of bridges that cross Reclamation facilities or are located on Reclamation land. When completed, the bridge inventory will confirm ownership, identify inspection requirements, and ultimately prolong the useful life of each bridge through the application of effective O&M policies and procedures. The purpose of this letter is to confirm that the City is the owner of the bridges listed in Enclosure I that cross Reclamation facilities or are located on Reclamation land and is therefore responsible for the inspection and O&M of said bridges. Reclamation will no longer conduct inspections of the bridges listed in Enclosure 1, except for deficiencies observed during Reclamation's Review of Operation & Maintenance (RO&M) Program facilities examinations, from which any identified deficiencies may be transmitted to the City for corrective action. Reclamation RO&M inspections focus on the facility and typically do not include a certified bridge inspection. As explained in Enclosure 1, Type 3 bridge inspection procedures must be conducted in accordance with the National Bridge Inspection Standards (NBIS) and must meet all the requirements set forth in 23 CFR Part 650, Subpart C, NBIS. In general, Type 3 bridge inspection requirements include load rating certification, inspection by a qualified bridge inspector, inspection report, and submittal of inspection data to the Federal Highway Administration for inclusion in the National Bridge Inventory. As the owner of Type 3 bridges on Reclamation facilities or located on Reclamation land, the City is responsible for complying with NBIS procedures, implementing any access restrictions, and resolving any safety issues in order to safeguard employees and the general public. Please note that any access restrictions, major structural repairs, removals, and/or replacements must be approved by Reclamation in advance. Enclosure 2 is a Standard Form 299, Application for Transportation and Utility vstems and Facilities on Federal Lands, and should be used to initiate Reclamation's review and prior approval for those activities, except in the event of an emergency, in which case closures and/or repairs should be reported to Reclamation within 10 business days. We wish to obtain your concurrence with the information included in Enclosure 1, and that the bridges are owned, operated, and maintained by the City. If you concur, please sign and date both this original letter and the duplicate original in the presence of a notary using the acknowledgement provided and return the notarized original letter with Enclosure 1 to this office, to the attention of Mr. Doug Hipp. The duplicate original is for your records. If you do not concur, please respond with an explanation. Reclamation will then determine the.proper disposition of the bridge(s). Your prompt consideration and response is greatly appreciated. If you have any questions please contact Mr. Doug Hipp, Construction Services Group Manager, at 928-343-8243 or e-mail at whipp@usbr.gov. Sincerely, IW"�. avid4 James L. Condit, P.E. Chief, Technical Support Office In Duplicate Enclosures - 2 1 have reviewed and concur with this letter and Enclosure 1. IfTithy RJon son, P� 'c Works Director/City Engineer La Quinta State of California County of RINtakstoe ) '' A A On AUGU ST Zi -1013 before me, M �J (/� (t n / YSC LS (Here insert name and title of the officer) personally appeared ( I M 'f 0 N A 5 N who proved to me on the basis of satisfactory evidence to be the person(t9) whose name(N) is/me subscribed to the within instrument and acknowledged to me that he/o&/tbtp� executed the same in his/IK/th*r authorized capacity(X), and that by his1Wr/th4r signature(}t) on the instrument the person, or the entity upon behalf of which the person(10 acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Sigtfqjure of Notary Public Notary Public Seal SUSAN CoCommissionsion # 20172017258 = a N - Rotary Public - Ce1110MIa _ Riverside County My Comm. Et Ices A r 13.20179 L r" e, 4 (p t t6 �t O d >ti J ' � J O 7 O x t va hi J d tE Q cu V w V CR cl k, In CO C O � > d d O N N..3,fM7 Z i Z N O Ld. rti W d � a Y co r SYY� M1 � 3 (- t6co l6 N Y a�.ak. Li n U y.V a . 1" s 12 m C O H U r U' Y C U p N C T C N ca mZCO > > y m N "O N y 0 a O N N C Q T N j y 0 ` c m 3 aS O— C C O p y y y N C O a a) m (D N N LL coz d -C C E C r wL-' d a y d o N a y= V Ol N O o a s n c n d o w c d C LL w d d 6 O C 2 m p oZ p N ca d E-oa N h U lC N c U d C (t5 U L d n C T'C c 0~ O L n iU) N 0 L Z o > <6 m d TY y O O d C N O (6 L fnA t0 'D co O p p n O d U O n d C O C U O O co t3 O y C a O } O (7 N n Fn td U y V N O E y N y T N n t4 tC a a N ,~Ld-. Co.Ltd.. E N C cC "O U '0 -o o-o a 6 ai� a� ¢ o co `° a� aci C _C C C N F p C Z� o a� m ai o '� o `o m a� N C= y C N U U c -d wmm >. �Y Vim` d > CL E may v°'m:o ` E d nrnc T coO_ m 0_ d d N t3 U O ¢ N d ¢ p '� da. mm Z C T N N> `�-''a C d a T tJ N d m �s F-a F''a ms Enclosure 2 Standard Form (SF) 299 — Application for Transportation and Utility Systems and Facilities on Federal Lands SF299 is available electronically at http://www.gsa.gov/portal/forms/download/117318 A hard copy of the form follows.