Loading...
HomeMy WebLinkAbout04887 - BERRYMAN & HENIGAR LETTER AGREEMENT TEMPORARY ENGINEERING SERVICES Berryman & Heniigar Letter Agreement Eng Svc AGREEMENT #4887 of VAL41 s, 4-13-04 City of Palm Springs " Office of the City Manager 3200 Tahquitz Canyon Way • Palm Springs,California 92262 Cq�r P00.Cy�P TEL (760)323-8201 • FAX (760)323-8207 • TDD:(760)864-9527 April 19, 2004 Roy Stephenson, PE Director of Government Services Berryman & Henigar 2001 East First Street Santa Ana, CA 92705-4020 RE: Letter Agreement for Temporary Engineering Services Dear Mr. Stephenson: It is the intent of this correspondence to establish, by letter agreement (hereinafter "Letter Agreement"), a contractual relationship between your Firm (hereinafter "Contractor") and the City of Palm Springs (hereinafter "City") to provide temporary engineering services (hereinafter "Project"). Both the personnel and the services to be performed under this Agreement shall be provided in accordance with your proposal, dated April 13, 2004, and attached hereto as "Exhibit A". The City and Contractor both acknowledge that a formal Contract Services Agreement is now being prepared and that until such an agreement is finalized and executed by and between the parties the provisions of this Letter Agreement shall control. City agrees that during the first two weeks of this initial phase it will compensate Contractor for services rendered under this Letter Agreement at an hourly rate of One Hundred and Sixty Five Dollars ($165.00) for Roy Stephenson and One Hundred Fifteen Dollars ($115) plus $0.375/mile for actual mileage for Steve Dow. In no event should Contractor's billings during this initial phase exceed a total of Fifteen Thousand Dollars ($15,000) without prior written authorization by the City. In the unlikely event that a Contract Services Agreement is not executed, the City agrees to pay for all work actually performed. City shall make payment to Contractor within thirty (30) days after approval by City of an itemized invoice prepared and furnished by Contractor. The City and Contractor both acknowledge their respective duties and responsibilities. As a condition to this Letter Agreement, Contractor agrees to maintain at all times throughout the entire term of this Letter Agreement the following policies of insurance: a) Workers' Compensation Insurance. The Contractor shall furnish to the City a certificate of insurance as proof that he has taken out full workers' compensation insurance, in accordance with the laws of the State of California, for all persons whom Contractor may employ directly or through subcontractors in carrying out the work specified herein. Such insurance shall be maintained in full force and effect during the period covered by this contract. b) General Liability Insurance. For all operations of the Contractor or any sub-contractor in performing the work provided for herein, the Contractor shall obtain and maintain in full force and effect throughout the entire term of this Agreement, a broad form comprehensive general Letter Agreement for Temporary Engineering Services April 19, 2004 Page Two liability (occurrence) policy within a minimum limit of One Million Dollars ($1,000,000) aggregate and One Million Dollars ($1,000,000) per occurrence for bodily injury and property damage. The insurance shall protect the applicant and the City from any claim for damages for bodily injury, including accidental death, as well as from any claim for property damage which may arise from operation performed by the applicant, its agents, employees, and/or subgrantees. Copies of the policies or endorsements evidencing the required insurance coverage shall be filed with the City Clerk prior to beginning work. c) Business Automotive Insurance. A policy of comprehensive business automobile liability insurance written on a per occurrence basis with a single limit liability in the amount of $500,000 bodily injury and property damage. Said policy shall include coverage for owned, non-owned, leased and hired cars. In addition to the coverage described above, Contractor agrees to hold harmless, indemnify, and defend City, its officers, employees, agents, representatives, and successors-in-interest against any and all loss, damage, cost, or expenses which City, its officers, employees, agents, representatives, and successors- in-interest may incur or be required to pay by reason of any injury or property damage caused or incurred by Contractor, its employees, subcontractors, or agents in the performance of this Letter Agreement. The parties intend that Contractor shall perform the services required by this Letter Agreement as an independent Contractor engaged by City and not as an officer or employee of City nor as a partner of or joint venture with City. The term of this Agreement is for a period of thirty (30) days commencing April 28, 2004. The City reserves the right to terminate this Letter Agreement by providing a written "Notice of Termination" to Contractor at least five (5) days prior to the date of termination specified in said Notice. However, in no event shall this Letter Agreement remain valid past May 28, 2004 unless otherwise extended by written approval of the City. Should this Letter Agreement be acceptable to you, please sign this letter at the space provided and return the original to this office. A copy of this correspondence will be mailed back to you for your records. I look forward to working with you on this project. If you have any questions or need further clarification regarding this matter, please contact me at your earliest convenience. Sincerely, j Troy . ButzVr Assistant Ciager In Agreement: J ? � ----- Date �` r Attachment: "Exhibit A"Contractor's Proposal 04/19/2004 09: 25 7145424910 ADMINISTRATION PAGE 02 The Power to Change The Power to Wild April 13, 2004 Mr. Troy L. Butzlaff Assistant City Manager City of Palm Springs 3200 East Tahquitz Way Palm Springs, CA 92262 Subject: Contract Engineering Development Review Services Dear Mr. Butzlaff: Berryman & Henigar is appreciative of your request to provide civil engineering support services related to the review of Development Applications. In addition to meeting with you, I met with David 6arakian, Director of Public Works!City Engineer, Marcus L. Fuller, Senior Civil Engineer, and Ron R. Nicholas, Civil Engineering Associate, to discuss in greater detail the City's needs. The Department has a significant backlog of development applications in need of review and recommendations regarding conditions of approval. The backlog has not been quantified, although staff believed they could use full-time support in the near term. Berryman & Henigar proposes Ray Stephenson, PE, to work at City Hall, two days per week for a period of two weeks, to perform development review services, assess development review procedures and quantify current and future civil engineering support requirements. The fee for these services will be at an hourly rate of$165. Mr. Stephenson will be supported by Steve Dow during the initial phase of service and Mr. Dow will continue on-going development review services, as directed by the City. For Mr. Dow, we are proposing an hourly rate of$115 plus $0.375/m€le for actual mileage on the job. If this is satisfactory to you, please forward the City's contract documents and a summary of the required insurance certificates. Please direct these documents to my attention at the address below. I will call you in the next day or two regarding this matter, in the meantime, if I may be of further services to you, please call me at (714) 568-7300, ext. 7419 or on my cell phone at (714)402-4185. We look forward to hearing from you soon. Sincerely, WF � r Roy F. Stephenson, PE Director of Governmental Services Enclosures: Resumes cc: George Wentz, Senior Vice President 78•DOU Gaile Wado,Suite 11 •La aulata,CA 22253•(700)771.6009•Fax(750)5a4-0369 www.bblint.com An Equal OpportunlfyEmployer ROY F. STEPHENSON, PE Education & Registrations Undergraduate Studies in Civil Engineering, University of California, Los Angeles University of Southern California, 1971 Registered Civil Engineer.., California, 20354 Professional Affiliations American Society of Civil Engineers American Public Works Association EXPERIENCE _ Roy has over 43 years of increasing responsibilities in all levels of civil engineering design and management for public agencies from both a private and public perspective. In 1975, He co-founded BSI Consultants, Inc. as Executive Vice President of a major 300-person firm with annual sales of $30 million. He has served as Public Works Director/City Engineer for more than ten cities since 1972 as both a contract and public employee. Roy is a recognized leader in the development of organizations that blend the public and private sector into cost-efficient operations. He is also known as a strategic thinker and communicator, enabling him to find effective solutions to a wide variety of community issues. Roy is experienced in the formation of Assessment Districts, Redevelopment Agencies, Fee Programs, Capital Improvement Programs, Special Districts, and Joint Power Authorities. He has demonstrated the ability to develop strategies that successfully compete for funding programs, having assisted cities in receiving more than $500 million in competitive and noncompetitive environments. Roy has more than 16 years experience in the design of Streets, Storm Drains, Sewers, and other public infrastructure, serving as both a design engineer and program manager for the cities of Los Angeles and Orange. Roy has actively participated in the master planning and implementation of major community facilities including parks, gymnasiums, city halls, community centers, golf courses, and a U.S. Presidential Library. Roy has extensive experience in the creation and processing of land development projects, including residential, commercial and industrial, on both a large and small scale. He created standards that have contributed to high quality projects within many Southern California communities. His intimate knowledge of the Subdivision Map Act, General Plans, Grading Ordinances, and Zoning Codes provides a strong foundation for working with the development industry. Roy has played a key role in successfully creating and managing public works/engineering organizations for six newly incorporated cities. In response to a competitive service environment., he has developed performance standards to maximize the use of city staff together with the private sector in the most cost-effective, timely and high quality delivery of services. Roy has gained the respect of employees, citizens and the business sector by providing leadership, coupled with high integrity, in providing professional service to all concerned. Furthermore, Roy provides Expert Witness testimony relating to governmental regulations, procedures and design practices. Berryman & Henigfar ROY F. STEPHENSON, PE City Engineer/Public Works Director • Adelanto • Lake Elsinore • Villa Park (1972 — 1979) • Los Alamitos (1972— 1975) • Yorba Linda (1973—2000) • Indian Wells (1994— 1996) • La Quinta (Interim, Dec. 2001 —July 2002) • Pomona (Interim, May 2001 — Dec. 2001) • Mission Viejo (Newly incorporated) • Laguna Hills (1992, Newly incorporated) • Poway (Newly incorporated) • Agoura Hills (Newly incorporated) • Laguna Niguel (Newly incorporated) • Murietta (Newly incorporated) • Department of Water& Power—Assistant Draftsman (1956 — 1958) • City of Los Angeles— Draftsman to Engineer (1958 — 1970) • City of Orange —Associate Engineer (1970 — 1972) Finance • Redevelopment Agencies • City Budgets • Development Impact Fee Programs • Assessment Districts 0 1972 LS/LTG District 0 1911/1913 Act o Mello Roos District o Five Suppression District • Toll Roads (TCA, Joint Powers Authority) • Revenue Bonds (Financing) • Grants (OCTA, etc.) • Capital Improvement Programs (Development and Administration) Design • Streets • Alleys • Storm Drains • Sewers • Retaining Walls Berryman & Henigar ROY F. STEPHENSON, PE Organizational • Performance Standards • Public/Private Service Delivery • Subdivision Map Act • General Plans • Zoning Ordinances • Construction Standards • Prevailing Wage Compliance • Studies/Analysis Program Management • Blackgold Golf Club • Capital Improvement Programs Imperial Highway • Nixon Library • Strategic Thinker • Consensus Builder • Land Development Processing o Residential o Commercial o Industrial • Community Outreach • Master Plans o Drainage o Sewer o Water o Streets o Traffic Signals • TCA Formation • Regional Parks • Gypsum Canyon Bridge • Community Centers • City Halls Berryman & Henigar STEVE DOW Education & Registrations (Certifications) M.B.A., San Diego State University, 2003 B.S.C.E., Villanova University, 1995 Engineer-In-Training: Pennsylvania, California, 1995 Professional Affiliations American Society of Civil Engineers (ASCE) American Public Works Association (APWA) Toastmasters International EXPERIENCE Steve has 9 years of civil engineering / construction and program management experience related to drainage, water, wastewater, transportation, and structural improvement projects. He has designed and drafted grading plans, as well as drainage, water, and wastewater systems. He hats extensive experience coordinating with project stakeholders, including various City departments, community members, and utility companies and agencies. He has additional experience with Harbor Engineering and pump station design. Program Management, City of Poway, CA. Project Controls Engineer for 30+ Capital Improvements and Redevelopment projects. Created and managed budget spreadsheets and schedules for each project. Developed procedures for financial reporting and design review. Assisted the City with general management functions, including: management of design consultants, coordination between City departments, easement negotiations with property owners, and support for the Planning Department for community outreach, variance reports, conditional use permits, and environmental mitigations. Fire Protection Upgrades — Orchard Bend Area, City of Poway, CA. Project Manager and Designer for '/2 mile of water line replacement. Managed consultant responsible for modeling alternatives and made recommendations regarding phased design alternatives in order to work with available City funding. Led design of construction documents and coordination with stakeholders (i.e. Fire Department, Utility Companies). Martincoit Sewer Realignment, City of Poway, CA. Performed a fast-track design for sewer realignment after a sewer-main break. Managed field analysis, surveying and mapping, coordination with property owner, and designed the final construction documents. Plans were delivered within 1 /z weeks of being notified of the break. Sewer and Water Replacement Group Jobs 693, 695, 726-729, 735, 756, & 757, City of San Diego, CA. Design Engineer responsible for preparing planning studies associated with water and sewer system upgrades. Projects include preparing hydraulic modeling and analysis for a variety of proposed alignment options, the proposal of pipeline replacement techniques and pipeline realignment, field investigations and research of as-built conditions, coordination with multiple agencies and utilities, and report write-up and cost estimate documentation. Coordination with City Council policy regarding environmentally sensitive canyon region was necessary. Camino Del Valle Relief Sewer, City of Poway, CA. Authored an alignment study which analyzed and provided recommendations for mitigating existing surcharged-sewer flow conditions, performed field investigation, as-built research, and hydraulic modeling. Created 60%, 90%, 100% and final design submittals which included drawings, specifications, and cost estimates. Berryman & Henigar STEVE DOW B.F. Goodrich Fire-Flow Modeling Technical Memo, Port of San Diego, CA. Modeled and performed fast-track analysis of existing, interim, and ultimate design fire flow conditions for approximately 1Y2 miles of water network. Authored technical report analyzing alternatives and provided recommendations for design. Quest Resort and Malakal Morina Village, Morita Hotel Corporation, Republic of Palau. Project Engineer responsible for the preparation of design plans and specifications for these beach hotel resort facilities. Included in these designs are the following: above and underground water storage tanks, roadways and parking lots, sheet pile and concrete retaining walls, boat docks and ramps, water filter and UV disinfection equipment, water and wastewater piping networks, drainage collection and storm drain systems, and a variety of water and wastewater pumps. The remote location of Ngerur Island, site of the Quest Resort project, necessitated unique design considerations, resulting in inventive design solutions: a seawater intake system, reverse osmosis and micro filtration equipment, a package wastewater treatment unit, and a brine dilution piping network. Power cabling was run along the seabed. Particular attention was required during grading design to accommodate the client's request for environmental mitigation and minimal impact to existing trees. Sysco Food Services, Poway, CA. Project Engineer / Construction Manager for this design-build food distribution center project. Included in design and management tasks were fire path layout, testing of water systems, cost estimates, contract negotiation, critical path scheduling, and handling of subcontractors and permit issues. Grove Avenue Pump Station, City of San Diego, MWWD, San Diego, CA. Created Spill Prevention Containment and Countermeasure (SPCC) Plan, reviewed Operation and Maintenance manuals and Requests for Information (RFI's) in preparation of the construction of a $13 million pump station that will pump intercepted wastewater from the San Ysidro Interceptor Sewer to the South Bay Water Reclamation Plant. San Joaquin Reservoir, Irvine Ranch Water District, Tustin, CA. Responsible for drainage analysis and the design of a storm drain conveyance system into the dam inlet structure. Authored drainage section of Preliminary Design Report. "The Greens" Development, Carlsbad, CA. Plan check grading, improvement plans, and Storm Water Pollution Prevention Plans (SWPPP) for the City of Carlsbad. Check hydrology and drainage computations. Torrey Del Mar Community Development Project, D.R. Horton, San Diego, CA. Project Designer responsible for precise grading and drainage at home models. Lift Station D, Site Evaluation Report, City of Huntington Beach, CA. Reviewed proposed site locations for a new lift station. Created criteria for selection based on construction cost, properly acquisition, community impacts, utility impacts, operation and maintenance, and technical issues. Analyzed each alternative against the criteria to rank each alternative on a selection matrix. Galloway Sewer Force Main Project, County of San Diego, CA. Performed field investigation, as-built research, and utility coordination to provide alignment alternatives for a new force sewer main in the Alpine, CA area. Berryman & Henigar ACORN Cr*51F#, A-1 F 'F 1N i a6 rsnr a� fna PRODUCER THIS CERTIFICATE 15 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE Barney&Berney,LLC-CA License No,0003950 DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE Barney&Barrii Inc.-CA License No.OC24310 POUCIES BELOW. P.O. Box 85638 COMPANIES AFFORDING COVERAGE San Otago,CA 92186-5638 MST#5 COMPANY A TRAVELERS INDEMNITY CO.OF ILLINOIS LI INBURED COMPANY B NO COVERAGE ON THIS DOCUMENT LETTER Berryman&Henigar Enterprises COMPANY C NO COVERAGE ON THIS DOCUMENT Berryman&Henigar,at al LETTER 11590 West Bernardo Court COMPANY D NO COVERAGE ON THIS DOCUMENT' San Diego,CA 9 21 2 7-1 6 24 LETTER 6GDVERA4t� (:.-. .•;-... . ::,,.dna.,. . - .�., � . ..._::VE EN ISSUED TH lira ISO E(: INDICATED. ' THIS 1§TO CERTIFY THAT THE POLICIES E INSURANCE IONO F HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD TEIC:ATE E NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE Nl4Y BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. _ CC TYPE OF INSURANCE POUCYNOMBER POLICY POLICY Ex1+IRATION LIMNS LTR EFFECTIVE DATE DATE(MMMWY) (NWDDMYI GENERAL LIABILITY GENERAL AGGREGATE $`»•'»•`2,000,ODO ® COMMERCIAL GENERAL LIABILITY 63D 525135655 12/31103 12/31/04 PRODUCTS-COMPIOPAGG. §••••`•»•2,030,000 A I]CLAIMS MADE ®COLOR PERSONAL AADV.INJURY §••`••+•'•1,O0g000 ® OWNER'S a CONTRACTORS PROT. EACH OCCURRENCE §•••"-•.I,ona000 FIREDAMAGEIA1y Wi,Niel §"`+"`•"`100,BOO NED.EXPENSE(PnYone perms) §•••»••»»••^5,000 AUTOMOBILE LIABILITY COMBINED SINGLE ® ANYAUTO 810525D8655 12/31/03 12/31/04 LIMIT 5"""•"'1,0D0,000 ALLOWNED AUTOS BODILYINJURY A ❑ SCHEDULEDAUTOS (Per person) §"»«.....«,,.....0 HIREDAUTOS - BOOILYINJURY ❑ NON-OWNEDAUTOS ❑ GARAGELIABILITY PROPERTY DAMAGE §•'^••»^»••••^•«+0 E%CEESLIABILITY EACH OCCURRENCE §^»+'•+•S,OCO,OOD A ® UrIBRELIAFORM CUP 525D5655 12131103 i2P31/04 AGGREGATE III...5,000,000 OTHER THAN UMBRELLA FORM ❑STATUTORY - WORKERS'COMPENSATION EACH ACCIDENT §»`••"»•»'^�»0 AND DISEASE-POLICY LIMIT §•••+•^+++•+•^•••••O EMPLOYERS'LIABILITY rnsPASE-EACH EMPLOYEE §»»»••« «.»0 OTHER NO COVERAGE DESCRIPTION OF OPERATIONSILOCATIONSA1EHICLESISPECIAL ITEMS +10 days no(im of cancellallon applles to non-payment RE: TEMPORARY BUILDING INSPECTION SERVICES 7777 FX MIT CERTIMCATE'"OLDER - I'71?, "I I. I�Ir SHOULD ANY OF THE ABOVE DESCRIBED POLICIES SE CANCELLED BEFORE THE EXPIRATION DATE THEREOF.THE ISSUING COMPANY WILL ENDEAVOR TO THE CITY OF PALM SPRINGS MAIL Dg DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE ATTN: OFFICE OF THE CITY MANAGER LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR 3200 CANYON WAY :! LIABILITY OF ANY KIND UPON THE COMPANY,ITS AGENTS OR REFAESENTATIVES. PALM SPRINGS, CA 92262 AUTHORIZED PRESENTATIVE 'ACORD`254{7'190) ;AC,'UIO it .Iv:! .. THE CERTIFICATE HOLDER IS NAMED AS ADDITIONAL INSURED PER THE A ACNED ENDORSEMENT c 'pJro lnaen _ /:III:IIm DATE CERTIFICATE OF INSURANCE 7,75/27/04/ BER75159 109333� /27 No PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND Barney & Barney, LLC-CA LiC0003950 CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE Barney & Barney, Inc-CA LiCOC24310 DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P .O. Box 85638 j San Diego, CA 92186-5638 COMPANIES AFFORDING COVERAGE (858) 457-3414 HARTFORD ELITE COMP - HARTFORD INS . Mst# : 6164 ETTERNY A CO. OF THE MIDWEST COMPANY NO COVERAGE ON THIS DOCUMENT INSURED BERRYMAN & HENIGAR, INC. ; 'LETTER B GOVPARTNER. COM; ET AL, SEE NO COVERAGE ON THIS DOCUMENT (COMPANY `. ATTACHED LETTER ATTN: SHERRY HENNES NO COVERAGE ON THIS DOCUMENT 11590 WEST BERNARDO CT. , #100 IG.ETTER Y D SAN DIEGO CA 92127 NO COVERAGE ON THIS DOCUMENT -- ------ COMPANY E LETTER COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. _- ! - -----_-- -- -�--—- -POLICY EFFECTIVE - - - - - Y - CO! TYPE OF INSURANCE POLICY NUMBER 'POLICY EXPIRATION LIMITS LTRI DATE IMM/D 1'j�-',SATE(MM/DD/YY) GENERAL LIABILITYiGENERAL AGGREGATE S *********O COMMERCIAL GENERAL LIABILITY I ® PRODUCTS-COMP/OP ASS. S *********0 CLAIMS MADE�I ( OCCUR. NO COVERAGE t,1 -,� {PERSONAL&ADV INJURY S *********O OWNER'S&CONTRACTOR'S PROT ,U1d T, EACH OCCURRENCE $ *********O rr FIRE DAMAGE(Any one fire) �$ *********0 MED.EXPENSE(Any oneperson) I AUTOMOBILE LIABILITY COMBINED SINGLE ANY AUTO 'LIMIT O ALL OWNED AUTOS I BODILY INJURY SCHEDULED AUTOS (Per person) ;$ *********0 HIRED AUTOS NO COVERAGE I NON OWNED AUTOS t i (PeILY INJURY r accident) - tI$ * *******0 SO D j GARAGE LIABILITY I I, PROPERTY DAMAGE j EXCESS LIABILITY j EACH OCCURRENCE i UMBRELLA FORM NO COVERAGE AGGREGATE $ *********O OTHER THAN UMBRELLA FORM ' WORKER'S COMPENSATION X ISTATUTORY LIMITS _ Al AND 72WESH9069 (CA) 09/30/031 09/30/04.EACHACCIDENT S *l, 000 , 000 I EMPLOYERS'LIABILITY iDISEASE-POLICY LIMIT *1, 0 0 0, 00 0 DISEASE-EACH EMPLOYEE 'S *1. , 000, 0O0 OTHER I i I i I I I II Ii I li I DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS *10 DAYS NOTICE OF CANCELLATION APPLIES TO NON-PAYMENT. RE : AGREEMENT FOR BUILDING INSPECTION SERVICES CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO CITY OF PALM SPRINGS MAIL 3 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE ATTN: TROY L. BUTZIAFF, LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR ASSISTANT CITY MANAGER LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. 3200 TEHQUITZ CANYON WAY PALM SPRINGS CA 92262 AUTHORIZED REPRESENT E 1 ACORD 25-S(7/90) _ �l ©pepgp pe.l..-.)TON 199G M E M O R A N D U M TO: Trisha Sanders, City Clerk FROM: t� Kathie Hart, Interim Chief Deputy City Clerk DATE: June 1, 2004 SUBJECT: Agreements w/ Berryman & Henigar A4886 —Temporary Bulding Inspection Services Terms: March 29—April 30, 2004 not to exceed $10,000.00 A4887—Temporary Engineering Services Terms: April 28 to May 28, 2004 not to exceed $15,000.00 cc: File—A446 File—A447 Noted discrepancies during the review of the above letter agreements: 1. The above letter agreements were entered into by the Assistance City Manager. 2. We have only been supplied with copies of the above agreements. My understanding is, that this office retains the original copy of all agreements, contracts, MOU's, and other legally binding documents. /kdh