Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
05144 - JR PLANNING & DESIGN FIRE STATION #5 EXPANSION OF APPARATUS ROOM
JR Planning & D�..oign Fire Station #5 Expansion of Apparatus Room AGREEMENT#5144 Dept. Head signed, 7-21-05 CITY OF PALM SPRINGS SHORT FORM CONTRACT SERVICES AGREEMENT FOR JR PLANNING AND DESIGN THIS CONTRACT SERVICES AGREEMENT (herein "Agreement") is made and entered into this]I�, day of �t)\ , by and between the CITY OF PALM SPRINGS, a municipal corporation (herein Ci4 andd JR Planninq and Design (herein "Contractor"). NOW, THEREFORE, the parties hereto agree as follows: 1.0 SERVICES OF CONTRACTOR 1.1 Scope of Services. In compliance with all of the terms and conditions of this Agreement, the Contractor shall perform the work or services set forth in the "Scope of Services" attached hereto as Exhibit"A"and incorporated herein by reference. Contractor warrants that all work and services set forth in the Scope of Services will be performed in a competent, professional and satisfactory manner. Schedule of Performance to comply with Exhibit "D". 1.2 Compliance With Law. All work and services rendered hereunder shall be provided in accordance with all ordinances, resolutions, statutes, rules, and regulations of the City and any Federal, State or local governmental agency of competent jurisdiction. 1.3 Licenses, Permits,Fees and Assessments. Contractor shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by this Agreement. 2.0 COMPENSATION 2.1 Contract Sum. For the services rendered pursuant to this Agreement, Contractor shall be compensated in accordance with the "Schedule of Compensation" attached hereto as Exhibit"C" and incorporated herein by this reference, but not exceeding the maximum contract amount of Four Thousand Five Hundred Dollars ($4,500) ("Contract Sum"). 2.2 Method of Payment. Provided that Contractor is not in default under the terms of this Agreement, Contractor shall be paid as outlined in Exhibit "C" "Schedule of Compensation". 3.0 COORDINATION OF WORK 3.1 Representative of Contractor. James C. Reinmuth is hereby designated as being the principal and representative of Contractor authorized to act in its behalf with respect to the work and services specified herein and make all decisions in connection therewith. 3.2 Contract Officer. Jan P. Anderson is hereby designated as being the representative the City authorized to act in its behalf with respect to the work and services specified herein and make all decisions in connection therewith ("Contract Officer"). The City Manager of City shall have the right to designate another Contract Officer by providing written notice to Contractor. 3.3 Prohibition Against Subcontractinq or Assignment. Contractor shall not contract with any entity to perform in whole or in part the work or services required hereunder without the express written approval of the City. Neither this Agreement nor any interest herein CADocuments and Settings\OwnerWy DocwnentsUan's Stuff JR Design.wpd •I- maybe assigned or transferred,voluntarily or by operation of law,without the prior written approval of City. Any such prohibited assignment or transfer shall be void. 3.4 Independent Contractor. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Contractor, its agents or employees, perform the services required herein, except as otherwise set forth. Contractor shall perform all services required herein as an independent contractor of City and shall remain under only such obligations as are consistent with that role. Contractor shall not at any time or in any manner represent that it, or any of its agents or employees, are agents or employees of City. 4.0 INSURANCE, INDEMNIFICATION AND BONDS 4.1 Insurance. The Contractorshall procure and maintain, at its sole cost and expense, in a form and content satisfactory to City, during the entire term of this Agreement including any extension thereof, the following policies of insurance: (a) Commercial General Liability Insurance. A policy of commercial general liability insurance written on a per occurrence basis with a combined single limit of at least $1,000,000 bodily injury and property damage including coverages for contractual liability, personal injury, independent contractors, broad form property damage, products and completed operations.The Commercial General Liability Policy shall name the City of Palm Springs as an additional insured in accordance with standard ISO additional insured endorsement form CG2010(1185) or equivalent language. (b) Worker's Compensation Insurance. A policy of worker's compensation insurance in an amount which fully complies with the statutory requirements of the State of California and which includes $1,000,000 employer's liability. (c) Business Automobile Insurance. A policy of business automobile liability insurance written on a per occurrence basis with a single limit liability in the amount of $1,000,000 bodily injury and property damage. Said policy shall include coverage for owned, non-owned, leased and hired cars. (d) Additional Insurance. Additional limits and coverages, which may include professional liability insurance, will be specified in Exhibit B. All of the above policies of insurance shall be primary insurance. (Reference Section 4.4 regarding sufficiency.) The insurer shall waive all rights of subornation and contribution it may have against the City, its officers, employees and agents, and their respective insurers. In the event any of said policies of insurance are canceled, the Contractor shall, prior to the cancellation date, submit new evidence of insurance in conformance with this Section 4.1 to the Contract Officer. No work or services under this Agreement shall commence until the Contractor has provided the City with Certificates of Insurance, endorsements or appropriate insurance binders evidencing the above insurance coverages and said Certificates of Insurance, endorsements, or binders are approved by the City. The contractor agrees that the provisions of this Section 4.1 shall not be construed as limiting in any way the extent to which the Contractor may be held responsible for the payment of damages to any persons or property resulting from the Contractor's activities orthe activities of any person or persons for which the Contractor is otherwise responsible. In the event the Contractor subcontracts any portion of the work in compliance with Section 3.3 of this Agreement the contract between the Contractor and such subcontractor shall require the subcontractor to maintain the same polices of insurance that the Contractor is required to maintain pursuant to this Section. CMomments and Settings\Owner\My DocumentsUan's StuffUR Design.wpd -2- 4.2 Indemnification. Contractor agrees to indemnify the City, its officers,agents and employees against, and will hold and save them and each of them harmless from, any and all actions,suits,claims,damages to persons or property,losses,costs, penalties,obligations,errors, omissions or liabilities,(herein"claims or liabilities")that may be asserted or claimed by any person, firm or entity arising out of or in connection with the negligent performance of the work, operations or activities of Contractor, its agents, employees, subcontractors, or invitees, provided for herein, or arising from the negligent acts or omissions of Contractor hereunder,or arising from Contractor's negligent performance of or failure to perform any term, provision, covenant or condition of this Agreement,whether or not there is concurrent passive or active negligence on the part of the City, its officers, agents or employees but excluding such claims or liabilities arising from the sole negligence or willful misconduct of the City, its officers, agents or employees, who are directly responsible to the City, and in connection therewith; (a) Contractor will defend any action or actions filed in connection with any of said claims or liabilities and will pay all costs and expenses, including legal costs and atttorneys' fees incurred in connection therewith; (b) Contractorwill promptly pay anyjudgment rendered againstthe City, its officers,agents or employees for any such claims or liabilities arising out of or in connection with the negligent performance of or failure to perform such work, operations or activities of Contractor hereunder; and Contractor agrees to save and hold the City, its officers, agents, and employees harmless therefrom; (c) In the eventthe City, its officers, agents oremployees is made a party to any action or proceeding filed or prosecuted against Contractor for such damages or other claims arising out of or in connection with the negligent performance of or failure to perform the work, operation or activities of Contractor hereunder, Contractor agrees to pay to the City, its officers, agents or employees, any and all costs and expenses incurred by the City, its officers, agents or employees in such action or proceeding, including but not limited to, legal costs and attorneys' fees. 4.3 Performance Bond. Concurrently with execution of this Agreement, Contractor shall deliver to City a performance bond in the sum of the amount of this Agreement, in the form provided by the City, which secures the faithful performance of this Agreement, unless such requirement is waived by the Contract Officer. The bond shall contain the original notarized signature of an authorized officer of the surety and affixed thereto shall be a certified and current copy of his power of attorney. The bond shall be unconditional and remain in force during the entire term of the Agreement and shall be null and void only if the Contractor promptly and faithfully performs all terms and conditions of this Agreement. 4A Sufficiency of Insurer or Surety. Insurance or bonds required by this Agreement shall be satisfactory only if issued by companies qualified to do business in California, rated"A"or better in the most recent edition of Best's Key Rating Guide or in the Federal Register, unless such requirements are waived by the City Manager or designee of the City Manager due to unique circumstances. In the event the City Manager determines that the work or services to be performed underthis Agreement creates an increased or decreased risk of loss to the City,the Contractor agrees that the minimum limits of the insurance policies and the performance bond required by this Section 4 may be changed accordingly upon receipt of written notice from the City Manager or designee; provided that the Contractor shall have the right to appeal a determination of increased coverage by the City Managerto the City Council of City within ten(10)days of receipt of notice from the City Manager. 5.0 TERM 5.1 Term. Unless earlier terminated in accordance with Section 5.2 below, this Agreement shall continue in full force until December 31, 2005. CADocuments and Settings\Owner\My DocumentsUan's StuffUR Design.wpd -3- 5.2 Termination Prior to Expiration of Term. Either party may terminate this Agreement at anytime,with orwithout cause, upon thirty(30)days written notice to the other party. Upon receipt of the notice of termination, the Contractor shall immediately cease all work or services hereunder except as may be specifically approved by the Contract Officer. In the event of termination by the City, Contractor shall be entitled to compensation for all services rendered prior to the effectiveness of the notice of termination and for such additional services specifically authorized by the Contract Officer and City shall be entitled to reimbursement for any compensation paid in excess of the services rendered. 6.0 MISCELLANEOUS 6.1 Covenant Aqainst Discrimination. Contractor covenants that, by and for itself, its heirs, executors, assigns and all persons claiming under or through them,that there shall tie no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, marital status, national origin, or ancestry in the performance of this Agreement. Contractor shall take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, marital status, national origin or ancestry. 6.2 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Contractor, or any successor in interest, in the event of any default or breach by the City or for any amount which may become due to the Contractor or to its successor, or for breach of any obligation of the terms of this Agreement. 6.3 Conflict of Interest. No officer or employee of the City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which effects his financial interest or the financial interest of any corporation, partnership or association in which he is, directly or indirectly interested, in violation of any State statute or regulation. The Contractor warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. 6.4 Notice. Any notice, demand, request, document, consent, approval, or communication either party desires or is required to give to the other party or any other person shall be in writing and either served personally or sent by prepaid,first-class mail, in the case of the City, to the City Manager and to the attention of the Contract Officer, CITY OF PALM SPRINGS, P.O. Box 2743, Palm Springs, California 92263, and in the case of the Contractor, to the person at the address designated on the execution page of this Agreement. 6.5 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 6.6 Integration;Amendment. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements and understandings, if any, between the parties, and none shall be used to interpret this Agreement. This Agreement may be amended at any time by the mutual consent of the parties by an instrument in writing. 6.7 Severability. In the event that part of this Agreement shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining portions of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless. C:\Documents and Settings\OwnerNy DocumentsUan's Stuf UR Design.wpd -4- 6.8 Waiver. No delay or omission in the exercise of any right or remedy by a non-defaulting party on any default shall impair such right or remedy or be construed as a waiver. A party's consent to or approval of any act by the other party requiring the party's consent or approval shall not be deemed to waive or render unnecessary the other party's consent to or approval of any subsequent act. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 6.9 Attornevs' Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement,the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable,shall be entitled to reasonable attorney's fees,whether or not the matter proceeds to judgment. 6.10 Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that(1)such party is duly organized and existing, (ii)they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. SIGNATURES ON NEXT PAGE C:\Documents and Settings\Owner\My Documents\7an's StuffUR Design.wpd -5- IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the data.first written above CITY OF PALM SPRINGS ATT a municipa 01r1no tion 4 By, City Clerk Director of Public Works/City Engineer F;; 'IlNfl Corporations require two notarized signatures: One signature must be from the Chairman of Board, President, or any Vice President The second signature must be from the Secretary,Assistant Secretary,Treasurer,Assistant Treasurer, or Chief Financial Officer. CONTRACTOR: Check one:ZFndividual_Partnership_Corporation JR Planning and Design 3001 Tahcluitz Canyon Way Palm S rings,CA 92262 y: BY is�0 Signature(notarized) B Signature(notarized) Name: ('. P�8IIjm ..ril-9 l Name: Title: r)V40L--`ti___I Przsf Lora f I C Title: (This Agreement must be signed in the above space by (This Agreement must be signed in the above space by one ofthefollowing:Chairman of the Board,President or one of the following: Secretary, Assistant Secretary, any Vice President.) Treasurer,Assistant Treasurer or Chief Financial Officer.) State of Cali-to'rv%'G. �l State of } � County of R-1 atr&rd'� lss County of Ls On June I-, 3-005 before me, On before me, ("ivr-ve RovK"( Nola, ( I(9gwo personally appeared Sn�a� C,t�.ern vnw.��1 personallyappeared Personally kuuwu lu ate (or proved to me on the basis of personally known to me (or proved to me on the basis of satisfactory evidence)to be the person(a)whose names}is/are- satisfactory evidence)to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me subscribed to the within instrument and acknowledged to me that he/shekhey executed the same in his/her/their authorized that he/she/they executed the same in his/her/their authorized capacity(Us}, and that by his/herRheir signature(&) on the capacity(ies), and that by his/her/their signature(s) on the instrument the person(&),or the entity upon behalf of which the instrument the person(s),or the entity upon behalf of which the personH acted,executed the instrument. person(s)acted,executed the instrument. WITNESS my hand and official seal. WITNESS my hand and official seal (Votary Signature: �ovV 2C/� Notary Signature: (Votary Seal: Notary Seal: + CARRIE ROVNEY a _ll Commission#1348467 Notary Public-California Riverside County My Comm•150res Mar 26.2006� C:\Documents and Settings\Owner\My Documents\Jan's Stuff\JR Design.wpd -6- �,': ,,;Lt ..:<�,,, -� . EXHIBIT "A" SCOPE OF WORK Provide architectural planning and design drawings forthe expansion of the apparatus room at Fire Station#5 The work in this contract is based on the following criteria. PRELIMINARY AND DESIGN PHASE Conduct field measurements and non-invasive field investigation for the improvements to Fire Station#5 located at 5800 Bolero Road, Palm Spring as required, to extend the north east corner of the existing apparatus room, by removing the sliding glass door and pushing the wall outward, flush with the existing wall, adding approximately 200 sq, ft. WORKING DRAWINGS Provide three complete sets of construction documents including structural calculation as applicable. Plans shall contain the following: (Plot plan showing the location of existing and proposed structure. Complete dimensioned floor plan detailing existing and proposed work along with fire resistive wall reparation. (Framing plans with referenced details including anchorage of walls and roof system. Truss layout and calculations if applicable. Complete foundation plan with referenced cross-sectional details including reference to attachment to existing concrete slab. Electrical, plumbing and mechanical drawings with isometrics as applicable. CADocuments and Settings\Owner\My DocumentsUan's StuBVR Design.wpd '7- EXHIBIT"B" SPECIAL REQUIREMENTS Business License Requirement: Contractor shall possess a valid City of Palm Springs Business License throughout the term of this agreement. Section 4.0: "Insurance, Indemnification and Bonds" 4.a Contractor must have Business Liability 4.b Worker's Compensation Insurance is waived. (Contractor is a sole proprietor) Section 4.3: "Performance Bond" is waived IAJR Design.wpd EXHIBIT "C" SCHEDULE OF COMPENSATION This work is based on an not to exceed price of $3,500.00. Additional plan sets and labor services at the rate of$85.00 per hour, shall not exceed $1,000.00; for a total contract amount of$4,500.00. IAJR Design.wpd -10- EXHIBIT "D" SCHEDULE OF PERFORMANCE Contract Time: Field and drawing work to be completed within fifteen (15)working days from date specified in Notice To Proceed. Work Hours: Access hours to the station for field measurements shall be between the hours of 7 A.M. to 3:30 P.M. Monday through Friday. No work to be performed on the weekends or holidays. CADOcuments and Settings\Owner\My DocumentsVan's StuBUR Design.wpd -t0- FROM : 7RME5 C REINMUTH PHONE NO. : 760 416 3940 Sul, 13 2085 02:22PM P2/2 JV1 12 05 04t15p Tom Cleeson St+sto Farm 760 322 3300 P, z CERTIFICATE OF INSURANCE T udSi( hBlA.ai �( STATE FARM FIRE AND CASUALTY COMPANY,Bloomington,Illinois 6 STATE FARM OENEFIAL IN$URANCE COMPANY,Bloomington,116noia _!.;. © STATE FARM FIRE AND CASUALTY COMPANY,$cafi erough,Ontario ' r„cor.r,cs I' D STATE FARM FLORIDAINSURANIOE COMPANY,Winter Hawn,Fionda C1 STATE FARM L.,OYDS,Dallas,Toxas insures the following po icyholder for the eoveragas Indlcated below: Name of policyholder RPITMUTa, %"AXES r7 Address of policyholder 3002 S TAtf IT11'Z"t:A (JN WAY ate 3..04 Location ofoperatfona sameAft% fiaxrncs rA 5zzcz.690a �� Desoriptlon of operations _ The policies rioted below have been issued to the policyholder lar the policy perlods shown. The insurance described In these policies is subject 1e all the tarma exclusions,and conditions of those policies.The limits of liability shown may have been reducad by any paid claims, POLICY NUMBER TYPE OF INSURANCE "LICY PERIOD LINTS OF LIABILITY _ E_ffective Dtlis j Expira"Data (at beginning of policy period) Comprehsnaivn j BODILY INJURY AND AF# 027-7161-12 Builnass Liability D7-05-?008 07-05-2006 PnClPERTY DAMAGE • ,a insurance includes; In Predudis-Completed Operations ❑Contrmluaf Liability ❑Underground Hazard Coverage Each Occurrence $1,000,000 Personal Injury [7Adverdsino Injury General Aggregato $2,000,000 ❑Exploalon Hazard Opverage _ 0 Callow HdSard Coverage Products—Completed $Nfe ❑ Oporstiens Aggregate ❑ Fxjcy PERIOD BODILY INJURY AND PADPERYY DAMAGE EXCESS LIABILITY Effective Date 1 Expiration We (Combined Single Limit) []Umbrella j Each Occurrence 5 ❑Other Aggregate. s P ATUitt 1 STTORY Part 2 BODILY INJURY Woticera'Compensation i and Employers Liability i Each Accident $ 1 Dieeass Each Employee $ ` L Disease•Polioy Limit $ POLICY PERIOD _ LIMITS OF LIABILITY POLICY NUMBER TYPE OF INSURANCE Effective Date; Expiration We (?t beginning of policy period) ' IRE CERTIFICATE OF INSURANCE 1S NOT ACONTRACT OF INSURANCE AND NEITHER AFFIRMATIVELY NOR NEO3ATIVELY ' AMENDS,EXTENDS OR ALTER$THE COVERAGE APPROVED BY ANY POUCY MORISCO HERE{N, c_-y of palm springs it any of the doscdbed poouies are canceled before 3200 E Tahq+A!.= C.nyon Way Its expiration date,State Palm will try to mail a written Palm SHs islge Ck 92262 notice to the pertificate holder so days before cannallation. If however, we fail to mail such notice, no pbligpition or liability will bs imposed on,elate F f"o saga or � entatdve Name and Address of Conlfleate Holder S. SIgnawro of Authorized Rapresentattil 07 J.<i45 AGENT Two DatE. Agents Code stamp FIFO Coda 7047 T GLEESON 55-7047 sssssa as a-+ass Pon s3 n u�x EAST VALLEY F422 I DnSinals o�/gafos z sin CONTRACT ABSTRACT Contract Company Name: JR Planning & Design Company Contact: James C Reinmuth Summary of Services: Expansion of Apparatus Room at Fire Station #5 Contract Price: $4,500 Funding Source: 520-5640-43240 Contract Term: December 31, 2005 Contract Administration Lead Department: Public Works & Engineering Contract Administrator: David Barakian/ Jan Anderson tract Approvals c j j��� Council/Commt city Redevelopment Agency Approval Date: N/A Minute Order/Resolution Number. N/A Agreement Number: To Be Assigned Al—jW Contract Compliance Exhibits: Signatures: ti Insurance: Bonds: Cn -0 7 J Contract prepared by: :_ n Submitted on: By: Kathie Hart From: Kathie Hart Sent: Tuesday, July 19, 2005 11:12 AM To: Jan Anderson Subject: JR Planning & Design Importance: High Jan One last thing — Please call Mr. Reinmuth and ask that he send us a letter stating he does not have any employees and that he would be willing to obtain workers' comp should he have employees in the future. (it may be faxed to me so that I can go ahead and finish processing it — I'm anxious to get this off my desk) Once I get that note from him I'll send it to Jay for signature. Thanks! -- (last thing — I promise) krAyuc IV Kathie Hart, CMC Chief Deputy City Clerk City of Palm Springs 3200 Tahquitz Canyon Way F'alm Springs, CA 92262 KathieH cf.palm-springs.ca.us Office (760) 323-8206 Fax (760) 322-8332 7/19/2005 CONTRACT ABSTRACT Contract Company Name: JR Planning & Design Company Contact: James C. Reimnuth Summary of Services: Expansion of Apparatus Room at Fire Station#5 Contract Price: $4,500 Funding Source: 520-5640-43240 Contract Term: December 31, 2005 Contract Administration Lead Department. Public Works & Engineering Contract Administrator, David Barakian/Jan Anderson Contract Approvals Council/Community Redevelopment \ �� Agency Approval Date. N/A Minute Order/Resolution Number: N/A Agreement Number: To Be Assigned: A# Contract Compliance Exhibits: Signatures: Insurance: Bonds: Contract prepared by: Submitted on: By: Page 1 of 1 Kathie Hart From: Kathie Hart Sent: Thursday, June 16, 2005 9:47 AM To: Jan Anderson Subject: JR Planning & Design Agreement Jan This is just a reminder that I'm still waiting for certificates of insurance for the referenced agreement. K' 'M Kathie Hart, CMC Chief Deputy City Clerk City of Palm Springs 3200 Tahquitz Canyon Way Palm Springs, CA 92262 KathieH ,ci.palm-sprin sg ca.us Office (760) 323-8206 Fax (760) 322-8332 6/16/2005 FROM.: JAMES C REINMUTH PHONE NO. 760 416 3940 Jul. 21 2005 10:16AM P2/2 *mob lop, ■ 6 JAMES C. REINMUTH PLANNING AND DESIGN 3001 E,TAHQUITZ CANYON WAY SUITE#104 PALM SPRINGS, CA.92262 PHONE: 760-416-3930 FAX: 760.416.3940 07/21/05 To: The City of Palm Springs 425 North Civic Drive P.O.Box 2743 Palm Springs,CA, 92263 Attn: Jan P.Anderson;Facilities maintenance supervisor Re: Workman's compensation insurance Dear Mr.Anderson, At this time my business has no employees. If this changes in the future I will obtain all necessary insurance at that time.Please feel free to call me if you should have any questions. Thank you, j Skmw James C.Reinmuth FROM .JAMES C REINMUTH PHONE NO. : 760 416 3940 Jul. 21 2005 10:16AN P1/mow TRANSMITTAL JAMES C. REINMUTW "!,1 .1UL:r oio f � P L A N N I NG AND DE SIGN ATTENTIM; 3001 EAST TAHQUITZ CANYON WAY, SUITE 104 .y1 p.t•4 Y"S�r.?' �i� ,,,, PALM SPRINGS, CA. 92262 PHONE: (760) 416-3930 FAX : (760) 416-3940 WE ARE SENDING TO YOU: ATTACHED ❑ UNDER SEPARATE COVER VIA: ran THE FOLLOWING ITEMS: ❑ PRINTS ❑ SHOP DRAWINGS ❑ CHANGE ORDER ❑ SUPPLEMENTAL INSTRUCTIONS ❑ ORIGINALS COPY OF LETTER ❑ SPECIFICATIONS ❑ QUANTITY SET/5MEEVEA OATt DESCRIPTION THESE ITEMS ARE TRANSMITTED AS CHECKED BELOW: [] FOR APPROVAL ❑ RETURNED FOR CORRECTION(S) [] AS REQUESTED ❑ APPROVED AS NOTED [] RE-SUBMIT COPIES FOR APPROVAL ❑ FOR REVIEW AND COMMENT Q SUBMIT—COPIES FOR DISTRIBUTION © REVIEWED REMARKS .,,►lP1� F"s1�R-[] 1 '"�"O COPY T0: P1 SIGNED: . Ova t-vw" '