HomeMy WebLinkAbout10/7/2015 - STAFF REPORTS - 2.X.Citv Council Staff Report
DATE: October 7, 2015 CONSENT CALENDAR
SUBJECT: AWARD A CONSTRUCTION CONTRACT TO CCS CONTRACTORS
INC., A CALIFORNIA CORPORATION, IN THE AMOUNT OF $157,500
FOR THE FIRE STATION NO. 2 CHILLER REPLACEMENT, CITY
PROJECT NO 14-17
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 Fire Station
No. 2 Chiller Replacement, City Project No. 14-17.
RECOMMENDATION:
1. Award a construction contract (Agreement No. ) to CCS Contractors, Inc., a
California corporation, in the amount of $157,500 for the Fire Station No. 2 Chiller
Replacement, City Project No. 14-17; and
2. Authorize the City Manager to execute all necessary documents.
STAFF ANALYSIS:
Utilizing the City's on -call architectural services agreement, staff entered into an
agreement with Urruita Architects to provide architectural and engineering services for
the replacement of an HVAC chiller at Fire Station No. 2. The construction will consist
of the demolition and construction of chiller footing/pad, replacement of existing chiller
and related components, roof mounted exhaust fan, ductwork, hydronic piping with
insulation and components, refrigerant leak detection system, replacement of existing
conduit and conductors, and miscellaneous plywood/stucco patch work related to the
chiller replacement for the roof and ceiling of the building. An aerial map of the site is
identified below and a vicinity map is included in Attachment 1.
I1-EM NO. A
City Council Staff Report
October 7, 2015 -- Page 2
Award of CP14-17, Fire Station No. 2 Chiller Replacement
Location Map
The construction drawings for the Fire Station No. 2 Chiller Replacement, City Project
No. 14-17, (the "Project"), were prepared by Urruita Architects and have been reviewed
and approved by the City's Building Department. On July 15, 2015, the City Council
approved the plans, specifications and estimate and authorized staff to advertise and
solicit bids the Project. Subsequently, on August 27, 2015, the Procurement and
Contracting Division received four construction bids from the following contractors:
Company Location Bid Amount
CCS Contractors, Inc. Riverside, CA $157,500
Dalke & Sons Construction, Inc. Riverside, CA $183,480
Inland Mechanical Construction, Inc. Lake Elsinore, CA $190,000
Los Angeles Air Conditioning, Inc. La Verne, CA $212,000
A full bid summary is included as Attachment 2. The final construction estimate was
$161, 350.
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 Hot Line Construction, Inc., is registered with the DIR, and is appropriately licensed.
02
City Council Staff Report
October 7, 2015 -- Page 3
Award of CP14-17, Fire Station No. 2 Chiller Replacement
CCS Contractors, Inc., a California corporation, ("CCS"), of Riverside, California
submitted the lowest responsive bid. Staff reviewed the CCS's bid, references, and
contractor's license, and found CCS to be properly licensed and qualified. A
construction contract with CCS for the Project is included as Attachment 3.
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. CCS is not
considered a local business, however, CCS demonstrated sufficient evidence of good
faith efforts to sub -contract the supply of materials and equipment to local business
enterprises.
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 15302 "Replacement or Reconstruction," Class
2 projects consist of replacement or reconstruction of existing structures and facilities
where the new structure will be located on the same site as the structure replaced and
will have a substantially the same purpose and capacity as the structure replaced;
therefore, the Fire Station No. 2 Chiller Replacement 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
4.
FISCAL IMPACT:
A total of $60,000 was previously budgeted for the project through Measure J Capital
Project Fund (Fund 260) for the Project. This initial budget was anticipated as the cost
to replace the chiller equipment; however, as the original building was constructed in
1975, in order to replace the existing chiller a substantial amount of additional work
associated with the electrical and mechanical systems is required to comply with current
Building Codes. This additional work was estimated at $100,000 and was unknown by
the Fire Department at the time this project was initially estimated. As reported to the
City Council on July 15, 2015, an additional appropriation of $124,177 was anticipated
to fully fund the Project.
03
City Council Staff Report
October 7, 2015 -- Page 4
Award of CP14-17, Fire Station No. 2 Chiller Replacement
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 $133,077 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 $133,077 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 $133,077 from
the contingency reserve fund to be appropriated to the Project in Account No. 260-
4500-59450. On the basis of this additional appropriation, the Project budget and
estimated expenditures are identified in Table 1.
Table of Project Costs
FY 15/16 Budget Appropriation (Measure J)
FY 13/14 Measure J Fund
Design Services
Project Administration (through 9/4/15)
Project Administration (Estimated)
Construction Inspection (Estimated)
Construction Contract
Remaining Balance
Table 1
Amount
$133,077
$60,000
($13,524)
($1,044)
($5,000)
($15,000)
($157,500)
$1,009
With the City Council's approval of the additional budget appropriation of $133,077 from
the Measure J Capital Improvement Fund contingency reserve, sufficient funding will be
available in Account No. 260-4500-59450 to award the contract.
SUBMITTED:
Marcus L. Fuller, MPA, P.E., P.L.S.
Assistant City Manager/City Engineer
Attachments:
1. Vicinity Map
2. Bid Summary
3. Construction Contract
4. CEQA Notice of Exemption
David H. Ready, Es
City Manager
04
ATTACHMENT 1
05
GF ynIM iV `� !
Department of Public Works and Engineering ♦ H
! Vicinity Map %
</leoRNP
CIMC_OR W
W
Q'
S
Legend
® Site TZ CANYON WAY
Q 500' Radius
CITY OF PALM SPRINGS
06
ATTACHMENT 2
G7
FIRE STATION NO. 2 HVAC CHILLER REPLACEMENT, CITY PROJECT NO. 14-17
BID SUMMARY
BID SCHEDULE
QUANT. UNIT
DESCRIPTION
The Work involves the replacement of the existing chilled water system at Fire Station No
2 located at 300 N El Cielo Road, consisting of selective demolition; removal existing
chilled water system, furnishing and installing a complete new chilled water system
consisting of a factory assembled chiller with water coaled condenser, refrigeration
circuits, and integrated microprocessor based CDC controls package (Trans Model No. 1 LS
CGWO52 or approved equal), furnishing and installing new exhaust fans and all required
exhaust and duct work, all mechanical, electrical, and plumbing system connections and
improvements, construction of concrete foundations, remodel of existing roofing system,
and all appurtenant work
Bid Opening: August 27, 2015
CCS DALKE & SONS INLAND MECHANICAL LOS ANGELES
CONTRACTORS CONSTRUCTION CONSTRUCTION AIRCONDITIONING
$157,500.00 $183,480.00
TOTAL =I $157,600.00 I $183,480.00
C5
tz
$190,000.00 $212.00000
$190,000.00 I $212,000.00
ATTACHMENT 3
09
AGREEMENT
(CONSTRUCTION CONTRACT)
THIS AGREEMENT made this _ day of , 2015, 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 CCS Contractors. Inc.. a
California corporation, 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:
FIRE STATION NO. 2 CHILLER REPLACEMENT
CITY PROJECT NO. 14-17
The Work includes the replacement of the existing chilled water system at Fire Station No. 2 located at
300 N. El Cielo Road, consisting of: selective demolition; removal existing chilled water system;
furnishing and installing a complete new chilled water system consisting of a factory assembled chiller
with water cooled condenser, refrigeration circuits, and integrated microprocessor based DDC controls
package (Trane Model No. CGWQ52 or approved equal); furnishing and installing new exhaust fans
and all required exhaust and duct work; all mechanical, electrical, and plumbing system connections
and improvements; construction of concrete foundations; remodel of existing roofing system; and all
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.
FIRE STATION NO 2 CHILLER REPLACEMENT
CITY PROJECT NO. 14-17
JULY 2015
AGREEMENTFORM
AGREEMENT AND BONDS - PAGE 1
10
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: One Hundred
Fiftv Seven Thousand Five Hundred Dollars ($157,500).
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 1 to 1, 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.
FIRE STATION NO. 2 CHILLER REPLACEMENT
CITY PROJECT NO. 14-17
FORM
JULY 2015 AG BONDS - PAGE 2
AGREEMENT AND BONDS -PAGE 2
11
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
FIRE STATION NO. 2 CHILLER REPLACEMENT
CITY PROJECT NO. 14-17
JULY 2015
AGREEMENTFORM
AGREEMENT AND BONDS - PAGE 3
12
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
SM
ATTEST:
z
David H. Ready
City Manager
James Thompson
City Clerk
APPROVED AS TO FORM:
Douglas Holland
City Attorney
RECOMMENDED:
By
Marcus L. Fuller, PE, PLS
Assistant City Manager/City Engineer
FIRE STATION NO. 2 CHILLER REPLACEMENT
CITY PROJECT NO 14-17
JULY 2015
APPROVED BY THE CITY COUNCIL:
Date
Agreement No.
AGREEMENTFORM
AGREEMENT AND BONDS - PAGE 4
13
CONTRACTOR
By: CCS Contractors, Inc.,
Firm/Company Name
By: Bv:
Signature (notarized)
Name: Name:
Title: 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 1
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:
(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:
FIRE STATION NO 2 CHILLER REPLACEMENT
CITY PROJECT NO. 14-17
JULY 2015 AG BONDS - PAGE 5
AGREEMENT AND BONDS-PAGE5
14
ATTACHMENT 4
Wi
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: Fire Station No. 2 Chiller Reolacement. Citv Proiect No. 14-17
Project Applicant: Citv of Palm SDrinas
Project Location (Specific): Fire Station No. 2 located at 300 N. El Cielo Rd., alongside Palm Springs Airport
Project Location (City): ON of Palm Sorino fi
Project Location (County): Riverside
Project Description: The scope of work includes the demolition and construction of chiller footing/pad, replacement of existing
chiller and related components, roof mounted exhaust fan, ductwork, hydrant piping with insulation and components, refrigerant
leak detection system, replacement of existing conduit and conductors, and miscellaneous plywood/stucco patch work related to
the chiller replacement for the roof and ceiling of the building.
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)(e));
® Categorical Exemption. State type and section number: 15302 Class 2 (c) — Replacement or Reconstruction
❑ Statutory Exemptions. State code number:
Reasons why project is exempt: Class 2 consists of replacement or reconstruction of existing structures and facilities where the
new structure will be located on the same site as the structure replaced and will have a substantially the same purpose and
capacity as the structure replaced. Replacement or reconstruction of existing utility systems and/or facilities involving negligible
or no expansion of capacity. Therefore, the Fire Station No. 2 Chiller Replacement, City Project No. 14-17, is considered
categorically exempt from CEOA.
Lead Agency Contact Person: Marcus Fuller Area Code/Telephone/Extension: (760) 323-8380
If filed by applicant:
1. Attach certified document of exemption finding.
2. Has aN,o�tiice'of Exemption been filed by the public agency approving the project? ❑ Yes []No
Signaturi HV ",�n" 'V " Date: 7f6115 Title &WL City Manaaer/City Engineer
® Signed by Lead Agency []Signed by Applicant
Authority cited: Sections 21083 and 21110, Public Resources Code Date received for filing at OPR
Reference: Sections 21108, 21152, and 21152.1, Public Resources Code.
16
STATE OF CALIFORNIA-THE RESOURCES AGENCY
DEPARTMENT OFFISH AND GAME
ENVIRONMENTAL FILING FEE CASH RECEIPT
Lead Agency: CITY OF PALM SPRINGS
CountvAgencyofFdmg: RIVERSIDE
Receipt #: 15-90010
State Clearinghouse # (if applicable):
Date: 07/22/2015
Dxutr¢reNo E-201500651
Project Title: FIRE STATION NO. 2 CHILLER REPLACEMENT, CITY PROJECT NO 14-17
Project Applicant Name, CITY OF PALM SPRINGS
P1nmNwnbec (760) 323-8380
Project Applicant Address: 3200 E TAHQUITZ CANYON WAY, PALM SPRINGS, CA 92262
Protect Applicant: LOCAL PUBLIC AGENCY
CRECKAPPLICABLE FEES:
❑ Environmental Impact Report
❑ Negative Declaration
❑Application Fee WaterDiversion (State lVaterResources Contro/BoardOnly)
❑ Project Subject to CerofiedRegulatoryPrograms
® CounryAohemistratlonFee
❑ Project that is exempt from fees (DFG No Effect Determination (FormAttaehed))
® Project that isexeniptfromfees (Notice ofExemptu ntl
Total Received
Signature and hale of person mcetvmg payment 4�?r
Notes:
ACR 533 (Est. 12/2013)
Deputy
$50.00
$50.00
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
F I L E D/ P O S T E D
® Clerk of the Board County of Riverside
County of Riverside Peter Aldana
Assessor -County Clerk -Recorder
P.O. Box 751 E-201500651
Riverside, CA 92502-0751 Page
04:09 Pn Fee: $ 00
9
Project Title: Fire Station No. 2 Chiller Reolacement. Citv Proiect No. 14-17 R.,AUG 3 12015 9v oeaur y
Project Applicant: Citv of Palm Sorinas
Project Location (Specific): Fire Station No. 2 located at 300 N. El Cielo Rd., alongside Palm Springs Airport
Project Location (City): City of Palm Sorinas
Project Location (County): Riverside
Project Description: The scope of work includes the demolition and construction of chiller footing/pad, replacement of existing
chiller and related components, roof mounted exhaust fan, ductwork, hydronic piping with insulation and components, refrigerant
leak detection system, replacement of existing conduit and conductors, and miscellaneous plywood/stucco patch work related to
the chiller replacement for the roof and ceiling of the building.
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
3260 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: 15302 Class 2 (c) — Replacement or Reconstruction
❑ Statutory Exemptions. State code number
Reasons why project is exempt: Class 2 consists of replacement or reconstruction of existing structures and facilities where the
new structure will be located on the same site as the structure replaced and will have a substantially the same purpose and
capacity as the structure replaced. Replacement or reconstruction of existing utility systems and/or facilities involving negligible
or no expansion of capacity. Therefore, the Fire Station No. 2 Chiller Replacement, City Project No. 14-17, is considered
categorically exempt from CEQA.
Lead Agency Contact Person: Marcus Fuller Area Code/Telephone/Extension: (760) 323-8380
If filed by applicant
1.Attach certified document of exemption finding.
2. Has a Notice of Exemption been fled by the public agency approving the project? ❑ Yes ❑ No
Signaturk V ° " "00 Date. 7/6/15 Title: Asst. City Manaaer/City Engineer
® Signed by Lead Agency ❑Signed by Applicant
Authority cited: Sections 21083 and 21110, Public Resources Code Date received for filing at OPR:
Reference: Sections 21108, 21152, and 21152.1, Public Resources Code.