Loading...
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.