Loading...
Taylor Tennis Courts/Fritz Burns 09SECTION 1300 AGREEMENT THIS CONTRACT, by and between the CITY OF LA QUINTA, a municipal corporation, herein referred to as "City," and Taylor Tennis Courts, Inc., herein referred to as, "Contractor." WITNESSETH: In consideration of their mutual covenants, the parties hereto agree as follows: 1. Contractor shall furnish all necessary labor, material, equipment, transportation and services for Project No. 2008-10, Fritz Burns Park Tennis Court Resurfacing, in the City of La Quinta, California pursuant to the Invitation to Bid, dated February 25, 2009, the project Specifications, and Contractor's Bid, dated March 18, 2009, all of which documents shall be considered a part hereof as though fully set herein. Should any provisions of Contractor's Bid be in conflict with the Notice Inviting Bids, Specifications, or this Contract, then the provisions of said Contract, Specifications, and Invitation to Bid shall be controlling, in that order of precedence. The time frame for construction work shall be in accordance with that specified in the Invitation to Bid. 2. Contractor will comply with all Federal, State, County, and La Quinta Municipal Code, which are, as amended from time to time, incorporated herein by reference. 3. All work shall be done in a manner satisfactory to the City Engineer. 4. Contractor shall commence work after the issuance of a written Notice to Proceed and agrees to have all work completed within the specified 25 working days completion time period. 5. In consideration of said work, City agrees to pay Contractor such sums as shall be approved by the City Engineer at lump sums and/or unit prices stated in the Contractor's Bid, the base consideration of Twenty -Two Thousand Seven Hundred Forty -Nine Dollars ($22,749.00). All payments shall be subject to approval by the City Engineer and shall be in accordance with the terms, conditions, and procedures provided in the Specifications. 6. Concurrently with the execution of this Contract, Contractor shall furnish bonds of a surety satisfactory to City, as provided in said Specifications or Invitation to Bid, the cost of which shall be paid by Contractor. 7. Contractor shall defend, indemnify and hold harmless the City, its officers, employees, representatives and agents ("Indemnified Parties"), from and against those actions, suits, proceedings, claims, demands, losses, costs, and expenses, including legal costs and attorneys' fees, for injury to or death of person(s), for damage to property (including property owned by City) and for errors and omissions committed by Consultant, its officers, employees and agents, which arise out of Consultant's negligent performance under this Agreement, except to the extent of such loss as may be caused by City's own negligence or that of its officers or employees. In the event the Indemnified Parties are made a party to any action, lawsuit, or other adversarial proceeding in any way involving Agreement 1300-1 such claims, Consultant shall provide a defense to the Indemnified Parties, or at the City's option, reimburse the Indemnified Parties their costs of defense, including reasonable attorney's fees, incurred in defense of such claim. In addition, Consultant shall be obligated to promptly pay any final judgment or portion thereof rendered against the Indemnified Parties. 8. Except as otherwise required, Contractor shall concurrently with the execution of this contract, furnish the City satisfactory evidence of insurance of the kinds and in the amounts provided in said Specifications. This insurance shall be kept in full force and effect by Contractor during this entire contract and all premiums thereon shall be promptly paid by it. Each policy shall further state that it cannot be canceled without 30 days unconditional written notice to the City and shall name the City as an additional insured. Contractor shall furnish evidence of having in effect, and shall maintain Workers Compensation Insurance coverage of not less than the statutory amount or otherwise show a certificate of self-insurance, in accordance with the Workers Compensation laws of the State of California. Failure to maintain the required amounts and types of coverage throughout the duration of this Contract shall constitute a material breach of this Contract. 9. Contractor shall forfeit as a penalty to City $25.00 for each laborer, workman, or mechanic employed in the execution of this Contract by said Contractor, or any subcontractor under it, upon any of the work herein mentioned, for each calendar day during which such laborer, workman, or mechanic is required or permitted to work at other than a rate of pay provided by law for more than 8 hours in any one calendar day and 40 hours in any one calendar week, in violation of the provisions of Sections 1810-1815 of the Labor Code of the State of California. 10. In accepting this Contract, Contractor certifies that in the conduct of its business it does not deny the right of any individual to seek, obtain and hold employment without discrimination because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex or age as provided in the California Fair Employment Practice Act (Government Code Sections 12900, et seq.) Contractor agrees that a finding by the State Fair Employment Practices Commission that Contractor has engaged during the term of this Contract in any unlawful employment practice shall be deemed a breach of this Contract and Contractor shall pay to City $500.00 liquidated damages for each such breach committed under this contract. 11. Contractor also agrees that for contracts in excess of $30,000 and more than 20 calendar days duration, that apprentices will be employed without discrimination in an approved program in a ratio established in the apprenticeship standards of the craft involved (Sections 1777.5 and 1777.6, Labor Code of California). Contractors who willfully fail to comply will be denied the right to bid on public projects for a period of six months in addition to other penalties provided by law. 12. This Contract shall not be assignable by Contractor without the written consent of City. 13. Contractor shall notify the City Engineer (in writing) forthwith when the Contract is deemed completed. 14. In accepting this Contract, Contractor certifies that no member or officer of the firm or corporation is an officer or employee of the City except to the extent permitted by law. Agreement 1300-2 15. Contractor certifies that it is the holder of any necessary California State Contractor's License and authorized to undertake the above work. 16. The City, or its authorized auditors or representatives, shall have access to and the right to audit and reproduce any of the Contractor records to the extent the City deems necessary to insure it is receiving all money to which it is entitled under the contract and/or is paying only the amounts to which Contractor is properly entitled under the Contract or for other purposes relating to the Contract. 17. The Contractor shall maintain and preserve all such records for a period of at least three years after termination of the contract. 18. The Contractor shall maintain all such records in the City of La Quinta. If not, the Contractor shall, upon request, promptly deliver the records to the City or reimburse the City for all reasonable and extra costs incurred in conducting the audit at a location other than at City offices including, but not limited to, such additional (out of the City) expenses for personnel, salaries, private auditors, travel, lodging, meals and overhead. 19. The further terms, conditions, and covenants of the Contract are set forth in the Contract Documents, each of which is by this reference made a part hereof. IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates stated below. "CITY" CITY OF LA QUINTA, a California municipal corporation Dated: Thomas P. Genovese, City Manager Dated: oq/v; B A C? Veronica APPROVED AS TO FORM: �* //Z/, Dated: r'C�l alJU Kathe ne Jenso ity Attorney ' Agreement 1300-3 Dated: 7 —13 - O Dated: "CONTRACTOR" By: Title: ✓f� _ U Name: Title: "CONTRACTOR" (If corporation, affix seal) Agreement t 300-4 BOP" LS140112661 SECTION 1310 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: THAT the City of La Quints, a municipal corporation, hereinafter designated the City, has, on April 7, 2009, awarded to Taylor Tennis Courts, Inc., hereinafter designated as the Principal, a Contract for Project No, 2008-10, Fritz Burns Park Tennis Court Resurfacing and; WHEREAS, said Principal is required under the terms of said Contract to furnish a bond for the faithful performance of said Contract: NOW, THEREFORE, we, the Principal, and RU INSURANCE COMPANY as Surety, are held and firmly bound unto the City in the just and full amount of Twenty. Two Thousand Seven Hundred Forty -Nine Dollars ($22,749.00) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that If said Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and faithfully perform the covenants, conditions, and agreements in the said contract and any alterations made as therein provided, on his or their part to be kept and performed, at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless, the City, its officers and agents as therein stipulated, then this obligation shall become null and void; otherwise It shall be and remain in full force and virtue. It is acknowledged that the Contract provides for one-year guarantee period, during which time this bond remains in full force and effort. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall, in any way, affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration, or addition to the terms of the Contract or to the work or to the specifications. Said Surety hereby waives the provisions of Sections 2819 and 2845 of the Civil Code of the State of California. Faithful Perfornwrm Bond 1310-1 IN WITNESS WHEREOF, the Principal and Surety have executed this Instrument under their seals this 13TH day of APRIL 2009, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of Its governing body. 021• 5 Z I •• 1 Principal Title of Signatory Title of Signatory 0241RACTORS BEST INSURANCE SERVICES, INC. 20350 VENTURA BLVD., STE 2O5A WOODLAND HrUS, CA 91364 (818) 348-4900 9.14 foR IPDI MS.• • Jo- Address of Surety Phone A of Surety Contact Person For Surety FaitWW Performance Bond 1310-2 T_Iv 11111 111111M State of California County of Los Angeles On APR 13 Z009 before me, J_AN-MICHELLE S. REALEZA, NOTARY PUBLIC DATE NAME, TITLE OF OFFICER Personally appeared SHILO LEE CRANE NAME(S) OF SIGNER(S) Who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(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 State of California that the foregoing paragraph is true and correct. JAN-MICHELLE S. REALM WITN my hand and official seal. JJJ commission # 1755186 _: •'� Notary Public - California /J Los Angeles county comm. �=s Jul 3,2011 NOTARY SEAL RLI omy RLI® P.O. Box 3967CPeonaIL 61612-3967 POWER OF ATTORNEY Phone:(309)692-1000 Fax:(309)683-1610 RLI Insurance Company Bond No. LSM0112661 Know AU Men by These Presents: That the - RLI Insursne om_ any a corporation organized and existing under the laws of the State of Illinois and authorized and licensed to do business in all states and the District of Columbia does hereby make, constitute and appoint: ShHo fee Crane in the City of Woodland Hill , State of California - as Attorney In Fact , with fall power and authority hereby conferred upon him/her to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million d 00/l00 ( 10.000.000 00 t for any single obligation, and specifically for the following described bond. Principal: _Taylor -Tenuls_Courts, Inc. -- Obligee: CityofLaQ-gmta- Type Bond: _-Performance and Payment Bond_ Bond Amount: $ _22,749.09_. - - ---- - The RLI Insurance Company further certifies that the following is a true and exact copy of a Resolution adopted by the Board of Directors of RLI Insurance Company and now in force to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its Vice President with its corporate seal affixed this 14th day of _April 2009 ATTEST: `?: • •• :�yq.,, RLI Insurance Company SEAL Cynthia S. hm Assistant Secretary ••... o^•s,. Roy C. Di Vice President y<<nion"` On this 14th day of April 2009 before me, a Notary Public, persona eared Roy C. Die and C vnthia S. Dolan who being by me duly swom, acknowledged that they signed the above Power of Attorney as Vice President and Assistant Secretary , respectively, of the said RLI Insurance Company , and acknowledged said instrument to beutr,,yAluntary act and deed of said corporation. u.. .........0 • O�oO�i�%i �J a- i "OFFICIAL SEAL" 2�, ,Tgy_L a wwry ¢ E • 1 Z � : JACOUELINE M BOCKLER 2 , 4 Ja ueline M. Boc er Notary Public ",i aa' COm luION EXPIRES 03/01/I0F j SEAL A0011304 SEMON 1320 BCNDN LSM0112661 RNUw ALL MtN t7Y I Hh5h PRESENTS: THAT the City of La Quinta, a municipal corporation, hereinafter designated the City, has, on April 7, 2008 awarded to Taylor Tennis Courts, Inc., hereinafter designated as the Principal, a Contract for Project No. 2008-10, Fritz Burns Park Tennis Court Resurfacing, and WHEREAS, said Principal is required to furnish a bond in connection and with said Contract, providing that if said Principal, or any of it or its subcontractors shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work contracted to be done, or for any work or labor done thereon of any kind, the Surety of this bond will pay the some to the extent hereinafter set forth: NOW, THEREFORE, we, the Principal, and 12T.T INSURANCE CCr1PANY , as Surety, are held and firmly bound unto the City in the just and full amount of Twenty Two Thousand Seven Hundred Forty -Nine Dollars 4$22,749.00) lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if said Principal, it or its heirs, executors, administrators, successors, or assigns, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work contracted to be done, or for any work or labor thereon of any kind or for amount due under the Unemployment Insurance Act with respect to such work or labor, or for any amounts due, or to be withheld pursuant to Sections 18806 of the Revenue and Taxation Code of the State of California with respect to such work or labor, then said surety will pay the same in or to an amount not exceeding the amount hereinabove set forth, and also will pay in case suit is brought upon this bond, such reasonable attorney's fees to the City as shall be fixed by the court. This bond shall insure to the benefit of any and all persons, companies, and corporations named in Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition of the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall, in any way, affect its obligations of this bond, and It does hereby waive notice of any change, extension of time, alteration, or addition to the terms of the contract or to the work or to the specifications. Said Surety hereby waives the provisions of Sections 2819 and 2845 of the Civil Code of the State of California. Paymar» Bond 1320.1 1 la. I la' a•. 1 f 1 '� a/la• a/ 1 1 Y'� i la` under their seals this 13TH day of A'RIL 2009, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by Its undersigned representative, pursuant to authority of its governing body. • a i •r 1 Principal (Seal) .z. gnature for Principal Title of Signatory .ct'''•. `mil' • ••••••,�� a, RLI OCMPANY F wPOqy�' •—e �rP•: < Surety SEAL i (Seal) SHIWy„LINO' LEE CRA NE Signature for Surety ?isle of Signatory CCNPRACTCRS BEST INSURANCE SERVICES, INC. 20350 VENURA BLVD., STE 205A WOODLAND HILLS, CA 91364 (818) 348-4900 11 • a f' • I Address of Surety Phone # of Surety Contact Person For Surety Payment Bond 1320-2 State of California County of Los Angeles OnAPR 13 2009 before me, JAN-MICHELLE S. REALEZA, NOTARY PUBLIC DATE NAME, TITLE OF OFFICER Personally appeared SHILO LEE CRANE NAME(S) OF SIGNER(S) Who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(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 State of California that the foregoing paragraph is true and correct. JAN-MICHELLE S. REALEZA WITNESS my hand and official seal. _ commission a 1755186 • "m, Notary Public - California £ AA los Angeles County COMM. Expires Jul 3, 2011 NOTARY SEAL RLI arice ��'® P.O. Bo 3967Company OWER OF ATTORNEY P.O. Box 396J Peoria IL 61612-3967 Phone: (309)692-1000 Fax: (309)683-I610 RLI Insurance Company Bond No. LSM0112661 Know All Men by These Presents: That the RLI Insurance Company . a corporation organized and existing under the laws of the State of Illinois , and authorized and licensed to do business in all states and the District of Columbia does hereby make, constitute and appoint Shilo Lee Crane in the City of Woodland Hills , State of California , as Attomey In Fart , with full power and authority hereby conferred upon him/her to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million and 001100 ( S10.000.000.00 ) for any single obligation, and specifically for the following described bond. Principal: Taylor Tennis Courts Inc. Obligee: City of La Ouinta Type Bond: Performance and Payment Bond Bond Amount: S 22,749.00 The RLI Insurance Company further certifies that the following is a true and exact copy of a Resolution adopted by the Board of Directors of _. RLI Insurance Company . and now in force to -wit: "Ali bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Comilany has caused these presents to be executed by its Vice President with its corporate seal affixed this 14th day of April 2009 ATTEST: ,.,9`?': •••••• :"yo,, RLI Insurance Company SEAL. Cynthia S. hm Assistant Smretary �;N O`5„o"Roy C. Di Vice President On this 14th day of April , 2009 before me, a Notary Public, persona eared Roy C. Die and Cynthia S. Dohm , who being by me duly swom, acknowledged that they signed the above Power of Attorney as Vice President and Assistant Secretary , respectively, of the said RLI Insurance Company ,and acknowledged said instrument to 0aMN1V6ltnit4ry act and deed of said corporation. ��.•`� �N+c•F :'., r,.••....••• ` e 40ELPOfI4TA.• a tJ� "OFFICIAL SEAL" !�P'�-' ': FJACOUELINE M BOCKLER 2 _ o— • � Ja ueline M. Boc er Notary Public Rum COMMISSION EXPIRES 03/01/10 s SEAL: i�i't L o000 ••o 1,4•poop ` `d% t t N O.`*,x� A0011304 SECTION 1330 WORKERS' COMPENSATION INSURANCE CERTIFICATE In accordance with California Labor Code Section 1861, prior to commencement of work on the Contract, the Contractor shall sign and file with the City the following certification: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' 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." S' ure Title Date Workers Compensation 1330-1 SECTION 1340 LIABILITY AND INSURANCE REQUIREMENTS 1.0 INDEMNIFICATION The Contractor shall indemnify, hold harmless and assume the defense of the City, its elected officials, officers, agents, and employees from all damages, costs, or expenses in law or equity that may at any time arise to cause damages to property, or of personal injury received by reason of or in the course of performing work, which may be occasioned by any willful or negligent act or omission of the Contractor, any of the Contractor's employees, or any of its subcontractors arising out of work under this Contract. Approval of any insurance contracts by the City does not relieve the Contractor or subcontractors from liability under Section 1340-1.0, Indemnification. The City will not be liable for any accident, loss, or damage to the work prior to its completion and acceptance. 2.0 INSURANCE REQUIREMENTS 2.1 General After award of Contract, the Contractor shall promptly obtain, at its own expense, all the insurance required by Paragraph 1340-2.0, INSURANCE REQUIREMENTS, and shall submit coverage verification for review and approval by the City upon execution of the Contract. The Notice to Proceed with the Work under this Contract will not be issued, and the Contractor shall not commence work, until such insurance has been approved by the City. The Contractor shall not allow any subcontractors to commence work on its subcontract until all similar insurance required of the subcontractor has been obtained and verified by Contractor. Such insurance shall remain in full force and effect at all times during the prosecution of the Work and until the final completion and acceptance thereof. The Notice to Proceed does not relieve the Contractor of the duty to obtain such insurance as required by Paragraph 1340-2.0 INSURANCE REQUIREMENTS. 2.2 Commercial General Liability Policy The Contractor shall take out and maintain during the life of the Contract, a Commercial General Liability Policy, on an occurrence basis, with a minimum limit of not less than One Million Dollars ($1,000,000) combined single limit for bodily injury and property damage for any one occurrence and a Two Million Dollar ($2,000,000) annual project aggregate, for all of the following: a. Premises Operations, including Explosion, Collapse and Underground (X, C, and U) Coverage. b. Completed Operations/Products, including X, C, and U Coverage. c. Independent Contractors. d. Blanket Contractual. e. Deductible shall not exceed One Thousand Dollars ($1,000). Liability & Insurance Requirements 1340-1 2.3 Commercial Business Auto Policy The Contractor shall take out and maintain during the life of this Contract a Commercial Business Auto Policy, on an occurrence basis, with a minimum amount of not less than One Million Dollars ($1,000,000) combined single limit for bodily injury and property damage, providing at least all of the following coverage: a. Coverage shall be applicable to any and all leased, owned, hired, or non -owned vehicles used in pursuit of any of the activities associated with this Contract. b. Any and all mobile equipment, including cranes, which is not covered under said Commercial Business Auto Policy shall have said coverage provided for under the Commercial General Liability Policy. c. Deductible shall not exceed One Thousand Dollars ($1,000). 2.4 Workers' Compensation Insurance The Contractor shall take out and maintain during the life of the Contract, Worker's Compensation and Employers' Liability insurance providing coverage for any and all employees of Contractor: a. The required policy shall provide coverage for Workers' Compensation (Coverage A). b. This policy shall provide coverage for One Million Dollars ($1,000,000) Employers' Liability (Coverage B). 2.5 Endorsements All of the following endorsements are required to be made a part of the policies described in this Section hereof: a. "The City, City employees and officers, the City Engineer, its consultants, elected officials, agents, and sub -consultants are hereby added as additional insured insofar as Work done under this Contract is concerned." b. "This policy shall be considered primary insurance as respects any other valid and collectible insurance, including self -insured retention, the City may possess, and any other insurance the City does possess shall be considered excess insurance only." c. "This insurance shall act for each insured, and additional insured, as though a separate policy had been written for each. This, however, will not act to increase the limit of liability of the insuring company. d. "Thirty (30) days prior written notice of cancellation shall be given to the City. Such notice shall be sent to: Liability & Insurance Requirements 1340-2 Thomas P. Genovese, City Manager City of La Quinta P.O. Box 1504 La Quinta. CA 92247-1504 2.6 Change in Terms The Contractor shall provide immediate written notice to the City of any change in terms and conditions and/or reduction in the coverage of any nature to the insurance policies. The notice shall be sent to the location identified in Paragraph 1340-2.5.d, Endorsements. The Contractor shall be obligated to pay any extra premium for maintaining the insurance requirements specified herein. Liability & Insurance Requirements 1340-3 PLEASE COMPLETE THIS INFORMATION RECORDING REQUESTED BY: VERONICA J. MONTE:CINO, City Clerk AND WHEN RECORDED MAIL TO: CITY OF LA QIJINTA Attn: Veronica J. Montecino P O Box 1504 La Quinta, CA 92247 DOC # 2009-0296105 06/10/2009 08:00A Fee:NC Page 1 of 2 Recorded in Official Records County of Riverside Larry U. Ward Assessor, County Clerk & Recorder 1111111111111111111111111111111111111111111111111111111 S R U PAGE SIZE DA MISC LONG RFD COPY L/^r465 426 PCOR NCOR SMF CHG EX/A�M UNI 0 � ••M11 1, rA �y NLIH G �.V T: CTY NOTICE OF COMPLETION -Fritz Burns Park Tennis Court Resurfacing, Project No. 2008-10 Title.of Document THIS AREA FOR RE CORDER=S USE ONLY THIS PAGE ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION ($3.00 Additional Recording Fee Applies) PLEASE COMPLETE THIS INFORMATION A I RECORDING REQUESTED BY: VERONICA J. MONTECINO, CMC, City Clerk AND WHEN RECORDED MAIL TO: CITY OF LA QUINTA Attn: Veronica J. Montecino P. 0. Box 1504 La Quinta, CA 92247-1504 SPACE ABOVE FOR RECORDER'S USE ONLY NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN: 1. That the interest or estate stated in paragraph 3 herein in the real property herein described is owned by: The City of La Quinta, California, a Municipal Corporation, organized and incorporated pursuant to the laws of the State of California. 2. The City Clerk of the City of La Quinta is authorized and directed to execute, on behalf of said City, any and all Notices of Completion. 3._ __That the nature -of the_life_of-the-stated-owner,-or if more, than one -owner,-then-of the -stated owner and co -owners is: In Fee. 4. That on the 2" day of June, 2009, a work of improvement on the real property herein described was completed. 5. The public work improvement is described as follows: Fritz Burns Park Tennis Court Resurfacing, Project No. 2008-10. 6. The name of the contractor for said work of improvement was: Taylor Tennis Courts, Inc. 7. The property on which said public work of improvement was completed is in the City of La Quinta, County of Riverside, State of California, and is described as follows: Southeast corner of Avenue 52 and Avenida Bermudas DATED: June 3, 2009 CITY OF LA INTA, CALIFORNIA BY: TI E: t Clerk STATE OF CALIFORNIA, ► -COUNTY OF RIVERSIDE- ) I hereby certify that I am the City Clerk of the governing board of the City Council of the City of La Quinta, the political ;subdivision which executed the foregoing notice and on whose behalf I make this verification: that I have read said notice, know its contents, and that the same is true. I certify under penalty of perjury that the foregoing is true and correct. Executed at La Quinta, California. ERONICA J.. NTECINO, City Clerk City of La Quinta, California