Loading...
HomeMy WebLinkAbout04400 - THE KEITH COMPANIES AIR QUALITY REPORT The Keith Companies Air Quality Report AGREEMENT #4400 CITY OF PALM SPRINGS I CM Signed 1-15-02 CONTRACT SERVICES AGREEMENT FOR Preparation fo Summary Report of Air Quality Technical Studies Related to the Proposed Ocotillo Energy Project THIS CONTP4CT SERVICES AGREEMENT (herein "Agreement") is made and entered into this day of 20M by and between the CITY OF PALM SPRINGS, a municipal corporate (herein "gity") and The Keith Companies, Inc. (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. 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 "B" and incorporated herein by this reference, but not exceeding the maximum contract amount of three thousand five hundred Dollars ($3500.00) ("Contract Sum"). 2.2 Method of Payment. Provided that Contractor is not in default under the terms of this Agreement, Contractor shall be paid in a lump sum after completion of all tasks identified Exhibit "A" Scope of Work. 3.0 COORDINATION OF WORK 3.1 Representative of Contractor. George A. Lenfestey, P.E., 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. Doug Evans, Director, Department of Planning & Building, 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 Subcontracting 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 may be 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. FS2\296\099999-3000\2022693.2 m0B/22/95 0 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 Contractor shall 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 a least $1 000 000 bodily iniury and property damage including coverages for contractual liability personal injury independent contractors broadform property damage products and completed operations The 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 such amount as will fully comply with the laws of the State of California and which will include $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 bodil iniury and property damage, Said policy shall include coverage for owned, non-owned, leased and hired cars. (d) Additional Insurance. Policies of such other insurance, including professional liability insurance in a minimal amount of $1 000 000 if contract has professional liability exposure, as may be required in the Special Requirements. All of the above policies of insurance shall be primary insurance and shall name the City, its officers, employees and agents as additional insured. The insurer shall waive all rights of subrogation 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 or appropriate insurance binders evidencing the above insurance coverages and said Certificates of Insurance 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 or the activities of any person or person 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. 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, FS2\296\099999-3000\2022693.2 M08/22/95 -2- 0 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 ail costs and expenses, including legal costs and attorneys' fees incurred in connection therewith; (b) Contractor will promptly pay any judgment rendered against the 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 event the City, its officers, agents or employees is made a party to any action or proceeding fled 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. 5.0 TERM 5.1 Term. Unless earlier terminated in accordance with Section 5.2 below, this Agreement shall continue in full force until September 19, 2001. 5.2 Termination Prior to Expiration of Term. Either party may terminate this Agreement at any time, with or without 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 Against Discrimination. Contractor covenants that, by and for itself, its heirs, executors, assigns and all persons claiming under or through them, that there shall be 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 F52\295\099999-3000\2022693.2 moe/22/95 -3- ! ! 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. 6.8 Waiver. No delay or omission in the exercise of any right or remedy by a nondefaulting 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 Attorneys' 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(i)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. IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. FS2\296\099999-3000\2022693.2 m06/22/95 -4- ATTEST_ CITY: \'\By CITY OF PALM SPRINGS, city 11316rk as m�uni�'pa/l corporation City Manager CONTRA T R: ,,FPR0VEEJ AS TO FORM By: G�e-r— L>�-g t -, i c�t�orney� Name: Title: ,0V'J/o-3 t°By: Name: Title: Address: Corporations require two signatures: One from each of the following: A. Chairman of Board, President, any Vice President: AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial officer). (END OF SIGNATURES) FS2\296\099999-3000\2022693.2 m09/22/95 -5- EXHIBIT"A" SCOPE OF WORK The Contractor shall prepare a summary report of Contractor's evaluation of the air quality technical studies provided to Contractor by the City of Palm Springs related to the proposed Ocotillo Energy Project and shall attend a meeting of the City Council at which the project will be discussed to provide any necessary information related to the completed summary report. The studies to be provided to Contractor are: the South Coast Air Quality Management District's Engineering Evaluation; and Sections 3, 5.2, 5.14, 5.15, 5.16 and Appendices M and Q to the Ocotillo Energy Project's Application for Certification. The summary report is to include an overview of the proposed Ocotillo Energy facility, a discussion of all potential impacts relating to air quality and applicable mitigation measures. The City approves the Contractor's use of Hans Giroux & Associates as sub-contractor. The Contractor and any necessary sub-consultants shall attend the evening meeting of the Palm Springs City Council on September 5, 2001. F52\276\099999-3000\2022693.2 MOS/22/95 EXHIBIT "A" SCHEDULE B SCHEDULE OF COMPENSATION Compensation for the tasks to be performed shall be on a time-and-materials basis at rates contained in the attached fee schedule. Total compensation for each task shall not exceed the following amounts: Preparation of Summary Report $2300.00 City Council Meeting Attendance $1200.00 Total Compensation $3500.00 Contractor shall be paid in a lump sum amount after completion of all tasks. EXHIBIT`B" i f The Keith Core panics, AGREEMENT FOR *SULTANTSERVICES v Agreement entered into at: Moreno Valley, California on August 27, 2001 By and between: CONSULTANT CLIENT FIRM: THE KEITH COMPANIES,INC. FIRM: CITY OF PALM SPRINGS ADDRESS: 22690 Cactus Ave.,Suite 300 ADDRESS: 3200 Tahquitz Canyon Way CITY/STATE/ZIP: Moreno Valley, CA 92553 CITY/STATE/ZIP: Palm Springs, CA 92263 CONTACT: Frank Coyle CONTACT: Douglas R.Evans PHONE: (909) 653-0234 FAX: 653-5308 PRONE: (760) 323-8245 FAX: 322-8360 For project(mown as: Ocotillo Energy Facility Analvsis Preparation of Summary Report and September 5, 2001 City Council meeting. See additional description of services in Exhibit "A" Compensation: Client agrees to compensate Consultant as follows: Amount: $ 3,500.00 See Exhibit: Basis: Lump Sum: T&M: T&M,Not to Exceed: X Invoicing: Consultant shall submit invoices to client once per month. Invoices will be itemized in accordance with terms of compensation. Payments:Consultant shall bill its client monthly on account of Consultant's services. Client shall pay Consultant within thirty (30) days of the time of receipt of invoice from Consultant(see Tenns of Payment in"General Terms") on account. Approved and accepted in accordance with the General Terms of Agreement for Consultant Services on the reverse side of this sheet (or attached sheet). THE KEITH COMPANIES, INC. CITY OF PALM SPRINGS Consultant Client /3 Signatur Date Signature Date George A. Leafestey,P.E. Printed Name Printed Name Division President Title Title Project No: 4853.00.003 Project No: 0 W3.00W.62461999E.Con=t"d.]7 Page 1 of 2 The Keith Cof vpenies3� GENERAL TERMS JGREEMENT FOR CONSULTANT S RVICES 1. GENERAL RESPONSIBILITY: a. This agreement contains the entire agreement between Client and Consultant relating to the project and the provision of services to the project. Any prior agreements,promises,negotiations or representations not expressly set forth in this agreement are of no force or effect. Subsequent modifications to this agreement shall be in writing and signed by both Client and Consultant. b. This agreement shall be governed by and construed in accordance with the laws of the State in which the services are performed, c. The Client and/or Consultant may terminate this agreement without penalty upon written notice to the other party. Client acknowledges and agrees that Consultant shall be paid for all services performed and obligations incurred by the Consultant on the Client's behalf as of the effective date of termination. d. Consultant makes no representations concerning soil conditions unless specifically included in writing in this agreement,and he is not responsible for any liability that may arise out of the failure to make soil surveys,or subsurface soil tests,or general soil testing. 2. RESPONSIBILITY FOR DOCUMENTS AND LEGAL COMPLIANCE: a. Consultant makes no warranty,either expressed or implied,as to his findings,recommendations,plans,specifications,or professional advice except that the work was performed pursuant to generally accepted standards of practice in effect at the time of performance. b. If the Consultant,pursuant to this agreement,produces plans,specifications,or other documents and/or performs field work,and such plans,specifications, and other documents and/or field work are required by one or more governmental agency, and one or more such governmental agency changes its ordinances,policies, procedures or requirements after the date of this agreement,any additional office or field work thereby required shall be paid for by Client as extra work. c. Client agrees that the plans,drawings or other work product are for the exclusive use of Client and may be used by Client only for the project described in this agreement. Such plans,drawings,or other work product may not be changed nor used on a different project without the written authorization of Consultant. 3. ACTIONS OF OTHERS: a. Consultant shall not be liable for damages resulting from the actions or inactions or any governmental agencies including, but not limited to, permit processing. b Client acknowledges that Consultant is not responsible for the performance or work by third parties including,but not limited to,the construction contractor or its subcontractors. 4. TERMS OF PAYMENT: a. All fees and other charges will be billed monthly,unless otherwise staled In the compensation schedule,and shall be due at the time of billing. b. Client agrees that the periodic billing from Consultant to Client are correct,conclusive,and binding on Client unless Client,within fourteen(14)calendar days from the date of receipt of such billing,notifies Consultant in writing of alleged inaccuracies,discrepancies,or errors in billing. c. The Consultant shall be reimbursed,exclusive of fees,the direct reimbursable cost such as blueprinting and photo work done in support of the project plus 10%. d. In the event of any increase of costs due to the granting of wage increases and/or other employee benefits during the life of this agreement,such percentage increase shall be applied to all remaining compensations on the project. e. All meetings and/or site Visits required beyond the maximum number indicated in the scope of work shall be billed on a Time-and-Materials basis as extra work,based on the current fee schedule. f. Additional Services. Client agrees that if Client requests services not specified pursuant to the scope of services description within this agreement,Client will pay for all additional services as extra work. g. All fees and/or costs associated with any governmental or review agencies are the sole responsibility of the Client. h. If for any reason the Client places the project on hold,the Client shall be responsible for any costs incurred by the Consultant in re-starting the project. S. INDEMNIFICATION AND LIABILITY: a. The Consultant agrees to hold harmless and 'indemnify the Client from and against liability arising out of the Consultant's negligent acts, errors, or omissions. It is specifically understood and agreed that in no rase shall the Consultant be required to pay an amount disproportional to his or her culpability, or any share of any amount levied to recognize more than actual economic damages. 6. LIMITATION OF LIABILITY: If Consultant's fees are equal to or less than$250,000, Client hereby agrees to limit Consultant's total professional liability for the project to the sum of$50,000 or Consultant's fee,whichever is greater. If Consultant's fee is greater than$250,000,Client hereby agrees to limit Consultant's total professional liability for the project to the sum of$250,000. 7. INSURANCE: a. During the term of this Agreement,Consultant shall obtain and maintain in full force,at its own expense,the following insurance coverage in not less than the following amounts: 1. Worker's Compensation insurance relative to all Personnel engaged in performing services pursuant to this agreement,with coverage not less than that required by applicable law; 2. Comprehensive General Liability to protect Consultant against the liability to indemnify Client as assumed by Paragraph 5A of this agreement in the amount of$1,000,000. 3. Professional Errors and Omissions insurance in the amount of$2,000,000. b. Certificates of subject insurance will be made available to Client upon request. c. Each insurance policy(and cedificates thereof)obtained by Consultant pursuant to this agreement shall contain a clause that the insurer will provide Client With at least 30 days prior written notice of any cancellation of the policy. S. LEGAL FEES: In the event the Client institutes a suit against Consultant,either directly by complaint,or by way of cross-complaint,including a cross-complaint for indemnity,for alleged negligence, error, omission,or other failure to perform, and if Client falls to obtain a judgment in Client's favor, the lawsuit is dismissed,or if judgement is rendered for Consultant,Client agrees to pay Consultant all costs of defense,including attorney's fees,expert witness fees, court costs,and any and all other expenses of defense. Client agrees such payments shall be made immediately following dismissal of the case or upon entry of judgment. 9. This agreement shall not be assigned by either Client or Consultant without the prior written consent of the other. 0.t4953.00:do,t24e19999.connaot,wvdat Page 2 of 2 APE OF SERVICES CITY OF PALM SPRINGS EXHIBIT "A" SCOPE OF SERVICES A. PREPARATION OF SUMMARY REPORT $ 2,300.00 TKC will prepare a summary report of all the air quality technical studies received from the City of Palm Springs dated August 23, 2001. This summary report will include an overview of the Ocotillo Energy Facility, a discussion of all potential impacts relating to air quality and applicable mitigation measures. This report will be completed by August 31, 2001, so that it can be incorporated into the September 5, 2001 City Council staff report. B. MEETINGS $ 1,200.00 TKC along with the air quality subconsultant will attend the September 5, 2001 City Council meeting. 0:14653.001doc@4619999.Scope.wpd.11 1 of 1 August 27,2001 Whe Keith Companies, Inc. Moreno Valley California Division FEE SCHEDULE,— July 1, 2001 Compensation for work performed on time and materials basis will be computed as follows: CIVIL ENGINEERING and MAPPING SERVICES Hourly Rate President, Vice President..................................................................................................................$150.00 Director..........................:.............:......................................................................................................135.00 Sr. Project Manager............................................................................................................................130.00 Project Manager, Mapping Supervisor, Sr. Project Engineer, Sr. Project Surveyor..............................125.00 Project Engineer, Sr. Project Designer................................................................................................118.00 Project Designer, Project Surveyor.....................................................................................................115.00 Sr. Design Engineer, Sr. Designer, Sr. Survey Analyst........................................................................110.00 Processing Manager, Survey Analyst..................................................................................................105.00 Assistant Project Manager, Design Engineer, Designer.......................................................................100.00 Sr. CADD Technician, Design Technician..............................................................................................95.00 Assistant Engineer, CADD Technician...................................................................................................90.00 Research/Processing Coordinator.........................................................................................................85.00 Jr. Engineer...........................................................................................................................................80.00 Jr. CADD Technician.............................................................................................................................75.00 Jr. Survey Analyst.................................................................................................................................70.00 ProjectCoordinator................................................................................. 50.00 ........................................... .. Engineering/Survey Aide................................................................................................... ..55,00 .................. Office Work...........................................................................................................................................50.00 PLANNING SERVICES VicePresident of Planning.................................................................................................................$145.00 Directorof Planning............................................................................................................................:135.00 PrincipalPlanner.................................................................................................................................115.00 SeniorPlanner.....................................................................................................................................105.00 ProjectPlanner.....................................................................................................................................90.00 Planner..................................................................................................................................................85.00 Assistant Planner, Graphic Designer.....................................................................................................70.00 PlanningTechnician..............................................................................................................................55.00 FIELD SURVEY Directorof Survey.............................................................................................................................$135.00 Supervisor...........................................................................................................................................125.00 FieldCoordinator.................................. ......................................................... ................... ..105.00 ............... Survey Technician............................................................................................. 85.D0 ................... Three Person Crew.............................................................................................................................220.00 TwoPerson Crew................................................................................................................................189.00 OnePerson Crew................................................................................................................................137.n0 SPECIAL SERVICES ConsultationRe: Litigation.................................................................................................................$300.00 Directorof Computer Services..........................................................................................................$139.00 MISCELLANEOUS FEES The following services are billed at our cost plus l o%: Subcontracted services. Map check fees or filing fees advanced by us. Transportation, meals and lodging for overnight travel and incidental travel expenses. Commercial delivery services, including Federal Express, Express Mail, and Messenger Services. Excessive long distance telephone calls, telegrams, and other costs directly applicable to the project. Plotting and blueprint services and printing (the customer is encouraged to arrange for printing, other than prints or plots on our blueprint machine and plotters, to be contracted directly with an outside blueprint company acceptable to us). MILEAGE...............................................................................................................................................$D.345/mile NOTE: EEO obligations of Exec Order 11246 and 41 CER Parts 60-1.4, 60-250.5 and 60-7415 are incorporated in non-exempt US Government contracts/subcontracts. f J� \\KEITHDi01\0\910010Master\IDFILE\Fee Schedules\2001 rate Nfv.dm TKCCorporat fi"`.✓ Division President Page 1 of 1 � Issue Date: Tuly 1,II20 A � 4 ,j tt ' , V-Y'lf `� The Keith Com pa niesi Letter of Transmittal ` � Date: December 18, 2001 Job No.: 31737.00.999 To: Mr.Doug Evans Project: Proposed Ocotillo Energy City of Palm Springs—Engineering Division Project 3200 Tahquitz Canyon Palm Springs, CA 92263 (760)323-8299 CC: Re: Agreement for Services We are sending you attached via California Overnight as checked below: ❑ For approval Q For your use Q As requested ❑ For review& comment ❑ Other: Items transmitted: Copies Doc Date Pages Description ] 11 City of Palm Springs Agreement for Services for Preparation for Report of Air Quality Technical Studies Related to the proposed Ocotillo Project. Remarks: Please return a filly executed copy for our files. Thank you. 1 � Signed: Frank Coyle Principle Planner (909) 653-0234 (t), (909) 653-5308 (f) Email: frank.coyle@keithco.com RECEIVED 22690 Cactus Avenue Moreno Valley DEC 19 2001 California 92553 t:909,653.0234 PLANNING DIVISION www.keithco.con: C.IMy Documentslcity palm.spnngs.doc