HomeMy WebLinkAbout10/7/2015 - STAFF REPORTS - 2.BB.Citv Council Staff Report
DATE: October 7. 2015 CONSENT CALENDAR
SUBJECT: AWARD A CONSTRUCTION CONTRACT TO HIGH -LIGHT ELECTRIC
INC., A CALIFORNIA CORPORATION IN THE AMOUNT OF $450,000
FOR THE PALM SPRINGS ENTRY SIGNS, CITY PROJECT NO. 13-31
FROM: David H. Ready, City Manager
BY: Public Works & Engineering Department
SUMMARY
Award of this contract will allow the City to proceed with construction of the Palm
Springs Entry Signs, City Project No. 13-31.
RECOMMENDATION:
1. Award a construction contract (Agreement No. ) to High -Light Electric, Inc., a
California corporation in the amount of $450,000 for Bid Schedules A, B, C and D for
the Palm Springs Entry Signs, City Project No. 13-31; and
2. Authorize the City Manager to execute all necessary documents.
STAFF ANALYSIS:
As part of the Fiscal Year 2013/2014 budget, the City Council appropriated $150,000
from the Measure J Capital Improvement Fund (Fund 260) for the installation of two
new "Palm Springs" entry way signs.
On March 6, 2013, the City retained Jeffrey Jurasky & Associates, Inc., ("JJA") through
a Professional Service Agreement ("PSK) to develop designs for the two entry way
signs, identified as the Palm Springs Entry Signs, City Project No. 13-31, (the "Project").
The locations of these two entry way signs are on Ramon Road at San Luis Rey Drive
and East Palm Canyon Drive at Gene Autry Trail for visitors coming into Palm Springs
from Cathedral City. The scope of work is to install the signs in existing/proposed
median islands within the roadway. Each sign consists of two independent aluminum
bridges with the word PALM on one and SPRINGS on the other, three differently
colored acrylic panels, vault for structural mountings, concrete foundations, and LED
P cM NO.
City Council Staff Report
October 7, 2015 -- Page 2
Award of CP13-31, Palm Springs Entry Signs
strip lighting. The installation includes modifying/new irrigation and planting as well as
electrical services connections.
On September 17, 2014, the conceptual design for the two entry way signs was
presented to the City Council, and received approval. A representation of the
conceptual design for the entry way signs is shown in Figure 1:
3 �1EL.
Figure 1
-w'
0
At that time, the City Council directed staff to add another two entry signs for locations
entering Palm Springs from N. Indian Canyon Drive and Dinah Shore Drive.
Subsequently, on December 3, 2014, the City Council approved Amendment No. 1 to,
the PSA with JJA to prepare designs for the two additional entry way signs. A total of
four entry way signs are proposed within the City and their locations are identified on
the exhibits on the following pages. The detail for the sign is shown on the following
pages.
02
City Council Staff Report
October 7, 2015 -- Page 3
Award of CPI 3-31, Palm Springs Entry Signs
PLAN Y,
N N
V
03
City Council Staff Report
October 7, 2015 -- Page 4
Award of CP13-31, Palm Springs Entry Signs
O
%i R_sIN p4M6
N.LMINJ. Mpefs'"
rfFE D LID uairtb.
TYFV,& —1
CO" RZK � F,
Y � III I•
�illlll
El I
HE
I
N I -III -
III -I -
�_I r-= I -I 11==-
LETTERS MGiNTH7 AJ A
�...
Dom,.TYPIGA
LID f%IPL6011 NGU51N6
LF.NO PYFF A
MOIa+A Denim THE AN
Wak
1
r
r
ELEVATION
04
City Council Staff Report
October 7, 2015 -- Page 5
Award of CP13-31, Palm Springs Entry Signs
Entry Wav Sion #1
E. Palm Canvon Dr.
Location Map
Acrylic Panel Color Scheme
05
City Council Staff Report
October 7, 2015 -- Page 6
Award of CP13-31, Palm Springs Entry Signs
Entry Wav Sian #2
Dinah Shore Dr.
R� ^j rA • . f(e 1
1S1[lkT
Itt.U+
-------
A
Acrylic Panel Color Scheme
06
City Council Staff Report
October 7, 2015 -- Page 7
Award of CP13-31, Palm Springs Entry Signs
Entry Wav Siqn #3
Ramon Road
Acrylic Panel Color Scheme
07
City Council Staff Report
October 7, 2015 -- Page 8
Award of CP13-31, Palm Springs Entry Signs
Entry Wav Sian #4
N. Indian Canvon Dr.
Location Map
Acrylic Panel Color Scheme
08
City Council Staff Report
October 7, 2015 -- Page 9
Award of CP13-31, Palm Springs Entry Signs
The construction drawings for the Project were completed by JJA, and on July 1, 2015,
the City Council approved the plans, specifications and estimate and authorized staff to
advertise and solicit bids the Project. Subsequently, on September 3, 2015, the
Procurement and Contracting Division received two construction bids from the following
contractors:
Company
High -Light Electric, Inc.
ATOM Engineering Construction, Inc.
The individual costs for each sign are:
Bid Schedule A (E. Palm Canyon Drive):
Bid Schedule B (Dinah Shore Drive):
Bid Schedule C (Ramon Road):
Bid Schedule D (Indian Canyon Drive):
Total Bid:
Location Bid Amount
Riverside, CA $450,000
Hemet, CA $567,398
$145,000
$115,000
$130,000
$60,000
$450,000
A full bid summary is included as Attachment 1. The final construction estimate was
$270,000.
Public Works Contractor Registration Law (SB 854)
Under California Labor Code Section 1771.1, as amended by Senate Bill (SB) 854
(2014), unless registered with the State of California Department of Industrial Relations
(DIR), a contractor may not bid, nor be listed as a subcontractor, for any bid proposal
submitted for public works projects on or after March 1, 2015. Similarly, a public entity
cannot award a public works contract to a non -registered contractor, effective April 1,
2015. Staff has reviewed the DIR's contractor registration database, and has confirmed
that High -Light Electric, Inc., is registered with the DIR, and is appropriately licensed.
High -Light Electric, Inc., a California corporation, ("High -Light"), of Riverside, California
submitted the lowest responsive bid. Staff reviewed the High -Light's bid, references,
and contractor's license, and found High -Light to be properly licensed and qualified. A
construction contract with High -Light for the Project is included as Attachment 2.
Local Business Preference Compliance
Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference
Program," requires prime contractors to use good faith efforts to sub -contract the supply
of materials and equipment to local business enterprises and to sub -contract services to
businesses whose work force resides within the Coachella Valley. High -Light is not
considered a local business, however, High -Light demonstrated sufficient evidence of
good faith efforts to sub -contract the supply of materials and equipment to local
business enterprises.
09
City Council Staff Report
October 7, 2015 -- Page 10
Award of CP13-31, Palm Springs Entry Signs
ENVIRONMENTAL IMPACT:
Section 21084 of the California Public Resources Code requires Guidelines for
Implementation of the California Environmental Quality Act ("CEQA"). The Guidelines
are required to include a list of classes of projects which have been determined not to
have a significant effect on the environment and which are exempt from the provisions
of CEQA. In response to that mandate, the Secretary for Resources identified classes
of projects that do not have a significant effect on the environment, and are declared to
be categorically exempt from the requirement for the preparation of environmental
documents. In accordance with Section 15301 "Existing Facilities," Class 1 exemptions
consist of the minor alteration of existing public structures, facilities, mechanical
equipment, or topographical features, involving negligible or no expansion of use
beyond that existing at the time of the lead agency's determination; therefore, the
Project is considered categorically exempt from CEQA, and a Notice of Exemption has
been prepared and will be filed with the Riverside County Clerk. A copy of the Notice of
Exemption is included as Attachment 3.
FISCAL IMPACT:
A total of $150,000 was previously budgeted for the Project from the Measure J Capital
Improvement Project Fund (Fund 260) for two entry way sign installations. On
September 17, 2014, the City Council directed staff to add two more entry way sign
installations, for a total of four entry way signs. After deducting incurred expenditures for
administrative and design costs, a balance of $128,646 remained available for the
Project with an estimated construction cost of $270,000. As reported to the City Council
on July 1, 2015, an additional appropriation of approximately $173,000 was anticipated
to fully fund the Project.
On September 24, 2015, the Measure J Commission reviewed the status of several
pending capital projects funded through the Measure J Capital Improvement Fund. At
that time, staff reported a budget shortfall of $366,354 to include sufficient budget for
award of the contract and construction support/administration services. The Measure J
Commission did vote to recommend that the City Council appropriate an additional
budget of $366,354 from the contingency reserve fund held in the Measure J
Unscheduled Capital Projects, Account No. 260-4500-50000, for the Project. Currently,
the balance in this Account is $1,388,833.
Staff recommends that the City Council approve the additional budget of $366,354 from
the contingency reserve fund to be appropriated to the Project in Account No. 260-
4500-59439. On the basis of this additional appropriation, the Project budget and
estimated expenditures are identified in Table 1.
i0
City Council Staff Report
October 7, 2015 -- Page 11
Award of CP13-31, Palm Springs Entry Signs
Table of Project Costs
FY 13/14 Measure J Fund
FY 15/16 Budget Appropriation (Measure J)
Design Services
Project Administration (through 9/30/15)
Project Administration (Estimated)
Construction Inspection (Estimated)
Construction Contract
Construction Contingency
Remaining Balance
Table 1
Amount
$150,000
$366,354
($19,798)
($2,841)
($5,000)
($15,000)
($450,000)
($20,000)
$3,715
With the City Council's approval of the additional budget appropriation of $366,354 from
the Measure J Capital Improvement Fund contingency reserve, sufficient funding will be
available in Account No. 260-4500-59439 to award the contract.
SUBMITTED:
A"T44--,-
Marcus L. Fuller, MPA, P.E., P.L.S.
Assistant City Manager/City Engineer
Attachments:
1. Bid Summary
2. Construction Contract
3. CEQA Notice of Exemption
David H. Ready,
City Manager
11
ATTACHMENT 1
12
PALM SPRINGS ENTRY WAY SIGNS, CITY PROJECT NO. 13-31
BID SUMMARY Bid Opening: September 3, 2015
BID SCHEDULE "A"
ENTRY SIGN NO. t • E. PALM CANYON DR AT GENE AUTRY TR QUANT. UNIT HIGH LIGHT ATOM
DESCRIPTION ELECTRIC ENGINEERING
The Work includes the fabrication and installation of a new 'Palm Spnngs' monument
sign within a new median island, new irrigation, landscaping, lighting and electrical system
improvements identified for "Sign No. 1," located on E. Palm Canyon Drive
immediately west of Gene Autry Trail, as identified on Sheets L-2.0, L-3.0, E1.0,
E2.0, S-1, S1.1, and S-2 of the Drawings, and all other applicable General Notes,
details, and associated information shown on the Drawings. The Work shall include 1 LS $145,000.00 $125,000 00
construction of a new median island, requiring the sawcut and removal of existing asphalt
concrete pavement extending a minimum of 2 foot beyond the face of new median curb,
construction of Type A2 (8") curb, import and installation of planting soil within the new
median island to a depth of 2" below top of curb, with 12" landscape mound, and
installation of five (5) various sized landscape boulders as shown on the Drawings
BID SCHEDULE "B"
ENTRY SIGN NO, 2: DINAH SHORE DR AT CROSSLEY RD QUANT. UNIT HIGH LIGHT ATOM
DESCRIPTION ELECTRIC ENGINEERING
The Work includes the fabrication and installation of a new 'Palm Springs" monument
sign within an existing median island, modification of existing migation system, installation
of new landscaping, lighting and electncal system improvements identified for "Sign No.
2," located on Dinah Shore Drive east of Crossley Road, as identified on Sheets L-
2.1, L-3.1, E1.0, E2.0, 5-1, 51.1, and 5-2 of the Drawings, and all other applicable 1 LS $115,000.00 $126,000.00
General Notes, details, and associated Information shown on the Drawings. The
Work shall include import and installation of planting soil within the existing median island
to construct a 12" landscape mound, and installation of five (5) various sized landscape
boulders as shown on the Drawings.
BID SCHEDULE "C"
ENTRY SIGN NO. 3: RAMON RD AT SAN LUIS REY DR QUANT. UNIT HIGH LIGHT ATOM
DESCRIPTION ELECTRIC ENGINEERING
The Work includes the fabrication and installation of a new "Palm Springs" monument
sign within an existing median island, modification of existing imgabon system, installation
of new landscaping, lighting and electrical system improvements identified for "Sign No.
3," located on Ramon Road west of San Luis Rey Drive, as identified on Sheets L-
2.2, L-3.2, E11.0, E2.0, S-1, S1.1, and S4 of the Drawings, and all other applicable 1 LS $130,000.00 $204,39800
General Notes, details, and associated information shown on the Drawings. The
Work shall include import and installation of planting soil within the existing median island
to construct a 12" landscape mound, and installation of five (5) various sized landscape
boulders as shown on the Drawings.
BID SCHEDULE "D"
ENTRY SIGN NO.4: INDIAN CANYON OR AT TRAMVIEW RD QUANT. UNIT HIGH LIGHT ATOM
DESCRIPTION ELECTRIC ENGINEERING
The Work includes the fabrication and installation of a new "Palm Springs' monument
sign within an existing median island, new irrigation, landscaping, lighting and electrical
system improvements identified for "Sign No. 4," located on Indian Canyon Drive
north of Tramview Road, as Identified on Sheets L-2.3, L-3.3, E1.0, E2.0, 5-1, SIA,
and S-2 of the Drawings, and all other applicable General Notes, details, and
associated information shown on the Drawings. The Work shall include import and 1 LS $60,000.00 $112,000.00
installation of planting soil within the existing median island to construct a 12" landscape
mound, and installation of five (5) various sized landscape boulders as shown on the
Drawings. The Work shall also include the removal and salvage of the existing "Palm
Springs" monument sign located an Indian Canyon Drive south of Tramwew Road; the
existing sign backboard and lettering shall be carefully disassembled, wrapped, labeled,
packaged, and delivered on a protected palette to the City Yard at 425 N Civic Drive.
TOTAL = I $450,000.00 I $%7,398.00
13
ATTACHMENT 2
14
AGREEMENT
(CONSTRUCTION CONTRACT)
THIS AGREEMENT made this day of , 20_, by and between the City
of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by
virtue of the laws of the State of California, hereinafter designated as the City, and
hereinafter designated as the Contractor.
The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree
as follows:
ARTICLE 1 -- THE WORK
For and in consideration of the payments and agreements to be made and performed by City,
Contractor agrees to furnish all materials and perform all work required to complete the Work as
specified in the Contract Documents, and as generally indicated under the Bid Schedule(s) for
the Project entitled:
PALM SPRINGS ENTRY SIGNS
CITY PROJECT NO. 13-31
The Work includes fabrication and installation of four new 'Palm Springs" monument signs, with
associated landscaping, lighting and electrical system improvements; removal and salvage of an
existing "Palm Springs' monument sign; and all other appurtenant work.
ARTICLE 2 -- COMMENCEMENT AND COMPLETION
The Work to be performed under this Contract shall commence on the date specified in the
Notice to Proceed by the City, and the Work shall be fully completed within the time specified in
the Notice to Proceed.
The City and the Contractor recognize that time is of the essence of this Agreement, and that the
City will suffer financial loss if the Work is not completed within the time specified in Article 2,
herein, plus any extensions thereof allowed in accordance with applicable provisions of the
Standard Specifications, as modified herein. They also recognize the delays, expense, and
difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the
Work is not completed on time. Accordingly, instead of requiring any such proof, the City and
the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor
shall pay the City the sum specified in Section 6-9 of the Special Provisions for each calendar
day that expires after the time specified in Article 2, herein. In executing the Agreement, the
Contractor acknowledges it has reviewed the provisions of the Standard Specifications, as
modified herein, related to liquidated damages, and has made itself aware of the actual loss
incurred by the City due to the inability to complete the Work within the time specified in the
Notice to Proceed.
PALM SPRINGS ENTRY SIGNS
CITY PROJECT NO 13-31 AGREEMENT FORM
JULY 2015 AGREEMENT AND BONDS - PAGE 1
15
ARTICLE 3 -- CONTRACT PRICE
The City shall pay the Contractor for the completion of the Work, in accordance with the Contract
Documents, in current funds the Contract Price(s) named in the Contractor's Bid Proposal and
Bid Schedule(s), and any duly authorized Construction Contract Change Orders approved by the
City. The amount of the initial contract award in accordance with the Contractor's Bid Proposal
is Four Hundred Fiftv Thousand Dollars ($450.0001.
Contractor agrees to receive and accept the prices set forth herein, as full compensation for
furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said
compensation shall cover all expenses, losses, damages, and consequences arising out of the
nature of the Work during its progress or prior to its acceptance including those for well and
faithfully completing the Work and the whole thereof in the manner and time specified in the
Contract Documents; and, also including those arising from actions of the elements, unforeseen
difficulties or obstructions encountered in the prosecution of the Work, suspension of
discontinuance of the Work, and all other unknowns or risks of any description connected with
the Work.
ARTICLE 4 -- THE CONTRACT DOCUMENTS
The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the
prevailing rate of per diem wages as determined by the Director of the California Department of
Industrial Relations, the accepted Bid and Bid Schedule(s), List of Subcontractors, Local
Business Preference Program — Good Faith Efforts, Non -Discrimination Certification, Non -
Collusion Declaration, Bidder's General Information, Bid Security or Bid Bond, this Agreement,
Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard
Specifications, Special Provisions, the Drawings, Addenda numbers 01 to 02, inclusive, and all
Construction Contract Change Orders and Work Change Directives which may be delivered or
issued after the Effective Date of the Agreement and are not attached hereto.
ARTICLE 5 -- MUTUAL OBLIGATIONS
For and in consideration of the payments and agreements to be made and performed by the
City, the Contractor agrees to furnish all materials and perform all work required for the above
stated project, and to fulfill all other obligations as set forth in the aforesaid Contract Documents.
City hereby agrees to employ, and does hereby employ, Contractor to provide the materials,
complete the Work, and fulfill the obligations according to the terms and conditions herein
contained and referred to, for the Contract Price herein identified, and hereby contracts to pay
the same at the time, in the manner, and upon the conditions set forth in the Contract
Documents.
Contractor specifically acknowledges and agrees to be bound by the Wage Rates and Labor
Code requirements specified in the Contract Documents, including the requirement to furnish
electronic certified payroll records directly to the Labor Commissioner (via the Division of Labor
Standards Enforcement), and shall pay the general prevailing rate of per diem wages as
determined by the Director of the Department of Industrial Relations of the State of California.
PALM SPRINGS ENTRY SIGNS
CITY PROJECT NO. 13-31 AGREEMENT FORM
JULY 2015 AGREEMENT AND BONDS - PAGE 2
16
ARTICLE 6 -- PAYMENT PROCEDURES
The Contractor shall submit Applications for Payment in accordance with the Standard
Specifications as amended by the Special Provisions. Applications for Payment will be
processed by the City Engineer as provided in the Contract Documents.
ARTICLE 7 -- NOTICES
Whenever any provision of the Contract Documents requires the giving of a written Notice
between the parties, it shall be deemed to have been validly given if delivered in person to the
individual or to a member of the firm or to an officer of the corporation for whom it is intended, or
if delivered at or sent by registered or certified mail, postage prepaid, to the last business
address known to the giver of the Notice.
ARTICLE 8 -- INDEMNIFICATION
The Contractor agrees to indemnify and hold harmless the City, and all of its officers and agents
from any claims, demands, or causes of action, including related expenses, attorney's fees, and
costs, based on, arising out of, or in any way related to the Work undertaken by the Contractor
hereunder. This Article 8 incorporates the provisions of Section 7-15 "Indemnification," of the
Special Provisions, which are hereby referenced and made a part hereof.
ARTICLE 9 -- NON-DISCRIMINATION
The Contractor represents and agrees that it does not and will not discriminate against any
subcontractor, consultant, employee, or applicant for employment because of race, religion,
color, sex, or national origin in any matter including without limitation employment upgrading,
demotion, transfers, recruitment, recruitment advertising, layoff, termination, rates of pay, or
other forms of compensation and selection for training, including apprenticeship.
ARTICLE 10 -- MISCELLANEOUS
Terms used in this Agreement which are defined in the Standard Specifications and the Special
Provisions will have the meanings indicated in said Standard Specifications and the Special
Provisions. No assignment by a party hereto of any rights under or interests in the Contract
Documents will be binding on another party hereto without the written consent of the party
sought to be bound; and specifically, but without limitation, monies that may become due and
monies that are due may not be assigned without such consent (except to the extent that the
effect of this restriction may be limited by law), and unless specifically stated to the contrary in
any written consent to an assignment, no assignment will release or discharge the assignor from
any duty or responsibility under the Contract Documents.
The City and the Contractor each binds itself, its partners, successors, assigns, and legal
representatives, to the other party hereto, its partners, successors, assigns, and legal
representatives, in respect of all covenants, agreements, and obligations contained in the
Contract Documents.
SIGNATURES ON NEXT PAGE
PALM SPRINGS ENTRY SIGNS
CITY PROJECT NO 13-31 AGREEMENT FORM
JULY 2015 AGREEMENT AND BONDS - PAGE 3
17
IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be
executed the day and year first above written.
CITY OF PALM SPRINGS,
CALIFORNIA
0
ATTEST:
M
David H. Ready
City Manager
James Thompson
City Clerk
APPROVED AS TO FORM:
1
Douglas Holland
City Attorney
RECOMMENDED:
By
Marcus L. Fuller, PE, PLS
Assistant City Manager/City Engineer
PALM SPRINGS ENTRY SIGNS
CITY PROJECT NO. 13-31
JULY 2015
APPROVED BY THE CITY COUNCIL:
Date
Agreement No.
AGREEMENTFORM
AGREEMENT AND BONDS - PAGE 4
L1r
CONTRACTOR
By:
By:
Name:
Title.
Firm/Company Name
Signature (notarized)
Bv:
Name:
Title:
Signature (notarized)
A notary public or other officer completing this certificate verifies only the identity of the individual who
signed the document to which this certificate is attached, and not the truthfulness, accuracy or validity of
that document.
(This Agreement must be signed in the above
space by one having authority to bind the
Contractor to the terms of the Agreement.)
State of )
County of )ss
On
before me,
personally appeared
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 signatures(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.
WITNESS my hand and official seal.
Notary Signature:
Notary Seal:
PALM SPRINGS ENTRY SIGNS
CITY PROJECT NO 13-31
JULY 2015
(This Agreement must be signed in the above
space by one having authority to bind the
Contractor to the terms of the Agreement.)
State of )
County of )ss
On
before me,
personally appeared
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 signatures(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.
WITNESS my hand and official seal.
Notary Signature:
Notary Seal:
AGREEMENTFORM
AGREEMENT AND BONDS - PAGE 5
19
ATTACHMENT 3
20
NOTICE OF EXEMPTION
To: ❑ Office of Planning and Research From: City of Palm Springs
1400 Tenth Street, Room 121 3200 E. Tahquitz Canyon Way
Sacramento, CA 95814 Palm Springs, CA 92262
® Clerk of the Board
County of Riverside
P.O. Box 751
Riverside, CA 92502-0751
Project Title: Entry Wav Sian Improvements. Citv Proiect No. 13-31
Project Applicant: Citv of Palm Sorinas
Project Location (Specific): Entry way signs at four (4) locations; S. Gene Autry TOE. Palm Canyon Dr., Dinah Shore
Dr./Crossley Rd., E. Ramon Rd./San Luis Rey Dr., and N. Indian Canyon Dr./W. Tramview Rd.
Project Location (City): Citv of Palm Sorinas
Project Location (County): Riverside
Project Description: The scope of work is to install four (4) entry way signs on existing/proposed median islands within the
roadway. Each sign shall consist of two (2) independent aluminum bridges with the word PALM on one and SPRINGS on the
other, three (3) differently colored acrylic panels, vault for structural mountings, concrete foundations, and LED strip lighting. The
installation will comprise of modifying/new irrigation and planting as well as electrical services connections.
Name of Public Agency Approving Project: City of Palm Springs
Name of Person or Agency Carrying Our Project: City of Palm Springs, Public Works & Engineering Department
3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262
Exempt Status: (check one)
❑ Ministerial (Sec. 21080(b) (1); 15268);
❑ Declared Emergency (Sec. 21080(b) (3); 15269(a));
❑ Emergency Project (Sec. 21080(b) (4); 15269 (b)(c));
® Categorical Exemption. State type and section number: 15303 Existing Facilities (Class 1), Minor alteration of
existing public facilities; (c) — (Existing highways and streets)
❑ Statutory Exemptions. State code number:
Reasons why project is exempt: Class 1 consists of the minor alteration of existing public structures, facilities, mechanical
equipment, or topographical features, involving negligible or no expansion of use beyond that existing at the time of the lead
agency's determination. Therefore, the Entry Way Sign Improvements, City Project No. 13-31, is considered categorically
exempt from CEQA.
Lead Agency Contact Person: Savat Khamohou. P.E., Area Code/Telephone/Extension: (760) 323-8253. ext. 8744
If filed by applicant:
1. Attach certified document of exemption finding.
2. Has a Notice of
Exemption be/� died by the public agencyapprovingthe project? El Yes ❑ No
Signaturev/1/v i///(/(. / I.C/u�iDate:WNitle: Asst. Director of Public Works/Asst. Citv Enoineer
® Signed by Lead Agency ❑Signed by Applicant
Authority cited: Sections 21083 and 21110, Public Resources Code Date received for filing at CPR:
Reference: Sections 21108, 21152, and 21152.1, Public Resources Code.
21
STATE OF CALIFORNIA- THE RESOURCES AGENCY
DEPARTMENT OFFISH AND GAME
ENVIRONMENTAL FILING FEE CASH RECEIPT
Receipt #: 15-90010
State Clearinghouse # (if applicable):
Lead Agency: CITY OF PALM SPRINGS Date: 07/22/2015
CountyAgencyofFihng: RIVERSIDE DocarremNo E-201500650
Project Title: ENTRY WAY SIGN IMPROVEMENTS, CITY PROJECT NO. 13-31
Project Applicant Name CITY OF PALM SPRINGS Plum NnmEer (760) 323-8380
ProjectApphcant Address: 3200 E. TAHQUITZ CANYON WAY, PALM SPRINGS, CA 92262
Project Applicant: LOCAL PUBLIC AGENCY
CHECKAPPLICABLE FEES;
❑ Environmentallmpact Report
❑ Negatime Declaration
[]Application Fee WaterDiversion (State WaterRe c urces Control BoardOnly)
❑ Project Subject to Cerhf ed RegulatoryPrograms
® CounlyAdmmistrationFee $50.00
❑ Project that is exempt from fees (DFGNo Effect Determination (Form Attached))
® Project that isexenrptf omfees (Nonce ofExemption)
Total Received $50.00
Signature and hale ofperson recervmg payment
Notes:
ACR 513 (Est. 12/2013)
Deputy
NOTICE OF EXEMPTION
To: ❑ Office of Planning and Research From: City of Palm Springs
1400 Tenth Street, Room 121 3200 E. Tahquitz Canyon Way
Sacramento, CA 95814 Pal F SI rlP0 nas. CA 92262 5 T E D
® Clerk of the Board
County of Riverside
P.O. Box 751
Riverside, CA 92502-0751
Project Title: Entry Wav Sion Improvements. Citv Proiect No. 13-31
Project Applicant: City of Palm SDrinas
County of Riverside
Peter Aldana
Assessor -County Clerk -Recorder
E-201500650
07/22/2015 04:09 PM Fee: $ 5 .00
Page of 1
R-m" 3 12015 �By Deputy
Project Location (Specific): Entry way signs at four (4) locations; S. Gene Autry Tr./E. Palm Canyon Dr., Dinah Shore
Dr /Crossley Rd , E. Ramon Rd./San Luis Rey Dr., and N. Indian Canyon Dr./W. Tramview Rd.
Project Location (City): City of Palm SDrinas
Project Location (County): Riverside
Project Description: The scope of work is to install four (4) entry way signs on existing/proposed median islands within the
roadway. Each sign shall consist of two (2) independent aluminum bridges with the word PALM on one and SPRINGS on the
other, three (3) differently colored acrylic panels, vault for structural mountings, concrete foundations, and LED strip lighting. The
installation will comprise of modifying/new irrigation and planting as well as electrical services connections.
Name of Public Agency Approving Project: City of Palm Springs
Name of Person or Agency Carrying Our Project: City of Palm Springs, Public Works & Engineering Department
3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262
Exempt Status: (check one)
❑ Ministerial (Sec. 21080(b) (1); 15268);
❑ Declared Emergency (Sec. 21080(b) (3); 15269(a));
❑ Emergency Project (Sec. 21080(b) (4); 15269 (b)(c)),
® Categorical Exemption. State type and section number: 15301 Existing Facilities (Class 1), Minor alteration of
existing public facilities; (c) — (Existing highways and streets)
❑ Statutory Exemptions. State code number:
Reasons why project is exempt: Class 1 consists of the minor alteration of existing public structures, facilities, mechanical
equipment, or topographical features, involving negligible or no expansion of use beyond that existing at the time of the lead
agency's determination. Therefore, the Entry Way Sign Improvements, City Project No. 13-31, is considered categorically
exempt from CEQA.
Lead Agency Contact Person: Marcus Fuller Area Codefrelephone/Extension: (760) 323-8380
If filed by applicant:
1. Attach certified document of exemption finding.
2. Has a Notice of Exemptio been filed by the public agency approving the project? ElYes ❑ No
Signaturr�/ �L Dater Title: Asst. Citv Manager/City Enaineer
® Signed by Lead Agency ❑Signed by Applicant
Authority cited: Sections 21083 and 21110, Public Resources Code Date received for filing at CPR:
Reference: Sections 21108, 21152, and 21152.1, Public Resources Code.