Loading...
HomeMy WebLinkAbout10/7/2015 - STAFF REPORTS - 2.V.Citv Council Staff Report Date: October 7, 2015 CONSENT CALENDAR Subject: ACCEPTANCE OF THE PAVEMENT OVERLAY AND RECONSTRUCTION PROJECT, CITY PROJECT NO. 14-04 From: David H. Ready, City Manager Initiated by: Public Works and Engineering Department SUMMARY Formal City Council acceptance of the Pavement Overlay and Reconstruction Project, City Project No. 14-04, is required to document the completion of the public work of improvement, and to allow the City's filing of a Notice of Completion with the Riverside County Recorder in accordance with Section 9200 of the California Civil Code. RECOMMENDATION: 1) Accept the public work of improvement identified as the Pavement Reconstruction and Overlay Project, City Project No. 14-04, and is completed; and 2) Authorize the City Engineer to execute and file for recordation with the Riverside County Recorder a Notice of Completion for the Pavement Reconstruction and Overlay Project, City Project No. 14-04. STAFF ANALYSIS: On June 18, 2014, the City Council awarded a construction contract to Matich Corporation in the amount of $2,714,074 for the Pavement Reconstruction and Overlay Project, City Project No. 14-04, (the "Project"); a copy of the staff report is included as Attachment 1. Throughout the Project, several contract change orders were approved by City Council that included additions and/or changes in scope to the Project, as follows: • Contract Change Order #1 in the amount of $87,689.32 approved by City Council on July 16, 2014 • Contract Change Order #2 in the amount of $205,229.10 approved by City Council on October 1, 2014 ITEM NO. V City Council Staff Report October 7, 2015 — Page 2 Acceptance of City Project No. 14-04 • Contract Change Order #3 in the amount of $208,859.47 approved by City Council on November 19, 2014 • Contract Change Order #4 in the amount of $140,984.01 approved by City Council on February 18, 2015 Copies of these Contract Change Orders are included as Attachment 2. The Project was substantially completed in December of 2014 with the exception of the additional work approved by City Council in Contract Change Order #4 which involved construction of sidewalk gap closures at the Horizon Hotel and Sparrows Lodge, with this work deferred until the summer. Staff has reviewed the scope of the Project, and confirmed final quantities of construction items as identified in Contract Change Order #5, which reflects a net decrease of $8,491.71 to the total cost of the Project; a copy of Contract Change Order #5 is included as Attachment 3. The Contractor satisfactorily completed the Project on July 22, 2015. Staff has conducted a final inspection and found the work to be in compliance with the plans, specifications and standards of the City of Palm Springs. Staff recommends that the City Council accept the Project, as required by Section 9200 of the California Civil Code, and authorize the City Engineer to file and record a Notice of Completion within 15 days of the City Council's action. A copy of the Notice of Completion to be submitted to the County is included as Attachment 4. 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 projects consist of the operation, repair, maintenance, permitting, leasing, licensing, or minor alteration of existing public structures, facilities, mechanical equipment involving negligible or no expansion of use beyond that existing at the time of the lead agency's determination. Therefore, in accordance with Section 15301(a), staff determined that the Pavement Overlay and Reconstruction Project, City Project No. 14-04, is considered categorically exempt from CEQA; a Notice of Exemption was filed on May 5, 2015, and is included as Attachment 5. 02 City Council Staff Report October 7, 2015 — Page 2 Acceptance of City Project No. 14-04 FISCAL IMPACT On June 18 2014, at the time of award of contract to Matich Corporation, the City Council approved funding construction in the amount of $2,714,074 from Airport Funds, Measure A, Measure J, and Tribal Funds that accounted for 50% of costs for any work in Section 14. An additional appropriation was approved by Council and under the City Manager's signature authority to cover the various contract change orders. The final construction contract amount is $3,348,344.19. There were five change orders issued totaling $634,270.19. A summary of the construction contract is provided in Table 1: Original Contract Amount $ Change Order No. 1 $ Change Order No. 2 $ Change Order No. 3 $ Change Order No. 4 $ Change Order No. 5 $ Total Contract Amount $ Change Order % of Contract Table 1 A summary of project costs is provided in Table 2: Table 2 2,714,074.00 87,689.32 205,229.10 208,859.47 140,984.01 (8,491.71) 3,348,344.19 23.37% FY 13/14 FY 14/15 FY 15/16 Phase Expenditures Expenditures Expenditures Final Cost (7/01 /2014) Administration $6,376 $5,642 $0 $12,018 Construction $0 $3,203,262 $145,082 $3,348,344 Construction Support I $0 1 $49,017 1 $0 $49,017 1 Project Total Cost 1 $6,376 I $3,257,921 I $145,082 $3,409,379 03 City Council Staff Report October 7, 2015 — Page 2 Acceptance of City Project No. 14-04 The City is holding retention in the amount of $33,983.54 for Matich Corporation pending acceptance of the improvements and filing of the Notice of Completion with the County Recorder's office. Since this project is a conversion of a facility that already exists, the Finance Department does not need to add the cost of this project to the City's fixed asset system, as no new assets have been created in compliance with Governmental Accounting Standard Board (GASB) 34 Standards for Financial Reporting of Infrastructure Assets. SUBMITTED Prepared by: *Ll� A Marcus L. Fu er, MPA, P.E., P.L.S. Assistant City Manager/City Engineer Attachments: 1. Staff Report — June 18, 2014 2. Contract Change Orders No. 1-4 3. Contract Change Order No. 5 4. Notice of Completion (NOC) 5. Notice of Exemption (NOE) - CEQA Approved by: David H. Ready, Esq., Ph.2 City Manager 04 ATTACHMENT 1 05 Citv Council Staff Report Date: June 18, 2014 CONSENT CALENDAR Subject: AWARD OF CONTRACT FOR 2014 PAVEMENT OVERLAY AND RECONSTRUCTION, CITY PROJECT 14-04 From: David H. Ready, City Manager Initiated by: Public Works and Engineering Department RiNkkvihkyil139 The Public Works and Engineering Department schedules asphalt overlay and reconstruction of various City streets. Each year, the City budgets funding to overlay or reconstruct a few streets that are too deteriorated to receive slurry seal treatment. Award of this contract will allow staff to proceed with the annual street maintenance program, funded by Measure A, Measure J, the Tribal Transportation Program (TTP), and the Airport. RECOMMENDATION: Approve Agreement No. in the amount of $2,714,074.00 for the 2014 Pavement Overlay and Reconstruction with Matich Corporation, City Project No. 14-04; and 2. Authorize the City Manager to execute all necessary documents. STAFF ANALYSIS: The Public Works Department oversees the maintenance of the City's street system. Each year, the Department assembles a capital project to continue its Overlay and Reconstruction Program on various City streets. This year's asphalt overlay and reconstruction program includes the following streets: • Tahquitz Canyon Way between Indian Canyon Drive and Sunrise Way where the median island landscaping was recently completed; • Overlay of the Airport loop road and nineteen (19) streets in sections 10, 12, 22, and 23; City Council Staff Report June 18, 2014 - Page 2 2014 Pavement Overlay and Reconstruction (City Project No. 14-04) • Reconstruction of three neighborhood streets recommended by the Palm Springs Neighborhood Involvement Committee (PSNIC) and five (5) other roads, including Virginia Road that is currently unpaved. A complete listing of streets and maps of these and other streets is included in the April 16, 2014 staff report attached. On April 16, 2014, the City Council reviewed and approved the plans, specifications, and estimates and authorized staff to proceed with bidding. On May 3rd, and May 10th, 2014, the project was advertised for bids, and at 3:00 p.m. on June 5, 2014, the Procurement and Contracting Division received construction bids from the following contractors: 1. Matich Corporation, San Bernardino, CA $2,714,074.00 2. Granite Construction, Co, Watsonville, CA $2,778,520.00 3. Skanska USA Civil West California District, Riverside, CA $3,354,879.00 4. Hardy & Harper, Inc., Santa Ana, CA $3,926,000.00 The engineer's estimate was $2,945,000. The lowest responsive, responsible bidder is Matich Corporation, a California Corporation and its officers are: Mark T. Hickman, Vice President, and Randall S. Valadez, Secretary. FISCAL IMPACT: Sufficient funds are available in accounts 134-4498-50225 (Measure A), 416-6501- 56145 (Airport), 260-4493-50808 (Measure J), and a match contribution from the Tribe, per agreement A6540. SUBMITTED: Prepare b . 4Z Savat Khamphou Assistant Director of Public Works/ Assistant City Engineer Approved by: David H. Ready, Cityger Recommended by: OL, David J. Barakian Director of Public Works/City Engineer 07 ATTACHMENT 2 0g CITY OF PALM SPRINGS CONTRACT CHANGE ORDER Date: July22,2014 To: Matich Corporation P.D. Box 10 Highland, CA 92346 City Project No.: Project: Change Order No.: Contract Purchase Order No, Account Numbers: AgreementNo.: CHANGES IN WORKICOST I New Items A Decorative Paver Crosswalks REASONS FOR CHANGES 14-0t Oy 2014 AC Oveday/Reconstruction one (1) Pending 415-6501-56145 (Airport) 6565 Time and Materials NTE $87,689.32 As part of a future landscape improvement project the Airport planned to install decorative paver crosswalks. In order to prevent damage to the asphalt overlay the crosswalks will be installed prior to the overlay placement. The contractor has been provided with the locations, dimensions, construction details and list of required materials necessary to construct the crosswalks. Based on that information the 1 Contractor prepared a cost estimate of $87,689.32. Construction of the crosswalks will proceed on a time and materials basis not to exceed that amount, All labor, materials and equipment necessary to complete the work will be monitored to determine the actual cost in accordance with project specifications. SOURCE OF FUNDS: An amount not to exceed $87,689.32 will be paid from account # 416-6501-56145 Contract Time: Eleven (11) additional working days will be added to the contract in order to complete this work. I Original completion date: To Be Determined Days Added this Change Order: -11- Revised Completion Date: To Be Determined Summary of Costs: Original Contract Amount: $2,714,074.00 This Change Order: $87,689.32 Previous Change Orders: $0.00 Revised Contract Amount: $2,801,763.30 Contractor Aanroval I / We agree to the change(s) in work and prices as Indicated herein: Matich Corp.: 9 � 2` w'Y'e, Signature or Autlrorized RepresenraWe PAW Name Citv Annroval Submitted by: I t�. L Sr. Public Work Inspector Approved by: oxi-, City Engineer Approved by. -r74i port Dire:A ' Approved by: / ✓! / City Manager Attested by: lark Distribution: Oriolnai Executed Conies Contractor (1) City Clerk (1) Date �iGri�ros�n,/.� Tige Sp- `NL/ Date C_, _-s-I I Date Date Ems) Ia(2Dl�- Date Conformed Fitg Coov Englneoring File (1) Sr. Public Works Insp. (1) Finance (1) AAPPROVED BY CITY COUNCIL �-\bOA 'dye D. o 10 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER Date: September 23, 2014 To: Matich Corporation P.O. Box 10 Highland, CA 92346 City Project No.: Project: Change Order No.: Contract Purchase Order No. Account Numbers: Agreement No.: CHANGES IN WORKICOST New Items 14-04 2014 AC Overlay/Reconstruction Two (2) Pending Various 6565 B Escoba Dr. St. Imp. Lump Sum/Agreed Price $35,081.00 C EPC Sidewalk Lump Sum/Agreed Price $23,902.00 D Morongo/Cherry Hills Pulv/Pave 25,678 SF @ $0.46/SF $11,811.88 E Morongo/Cherry Hills AC 388 Tons @ $ 73.60/Ton $28,556.80 F Tahquitz Bike Lane Buffer Lump Sum Agreed Price $13,125.00 G Adjust Water Valves 55 EA @ $780.00/EA $42,900.00 H Adjust Sewer Manholes 30 EA @ $900/EA $27,000.00 Bid Schedules Bid Schedule A Subtotal: Delete Items 3, 6, 7 and 8 $182,376.68 -($941,370.00) The following lump sum, unit pricing and estimated quantities will replace the deleted items from Bid Schedule A: Al. Pulverize, Export, PCC Stab. 340,000 SF @ $1.09/SF $370,600.00 A2. AC Paving type C2 1.5" 8,080 TONS @ $69.39/-TON $560,671.20 and type B 2.5" Subtotal: $931,27120 Bid Schedules B, C, D and E Bid Schedule B Bid Schedule C Bid Schedule D Bid Schedule E Subtotal Delete Items 3 and 4 Delete Items 3, 4 and 5 Delete Items 3 and 4 Delete Items 3,4,5,E and 7 -($1,018,617.00) -($160,837.00) -($138,370.00) -($517,360.00) -($202,050.00) The following unit pricing and estimated quantities will replace the deleted items from Bid Schedules B, C, D, and E: B1. Pulv, Grade, Compact, Export 393,451 SF @ $0.46/SF $180,987,46 B2. AC Paving 2.5 and 3" 6,294 TONS @ $71.00/Ton $446,874.00 B3. Cold Plane 2.0" 385,612 SF @ $0.23/SF $88,690.76 B4. AC Pave 2.0" 4,752 TONS @ $70.50/TON $335,016.00 Subtotal $1, 051,568.22 Change Order Total: $205,229.10 REASONS FOR CHANGES B. Escoba Drive Street Improvements: The South side of Escoba Dr. East of South Desert Way has long been in need of curb and gutter improvements in order to convey nuisance and storm waters to the East. This area has a history of standing water and vector control issues and requires regular maintenance by City crews. This item will provide for approximately 660 LF of curb and gutter improvements and paving in order to correct this problem. The work will be performed at the lump sum/agreed price indicated above and is inclusive of mobilization, sawcutting, removals, grading, 6" PCC curb and gutter, asphalt cement trench patching and surveying. Note that this item was previously authorized by Council on July 16, 2014. C. East Palm Canyon Sidewalk, North Side, between Sagebrush and South Calle Rolph: This location does not currently have pedestrian walkways. Pedestrians and guests of the adjacent hotels are required to walk along the top of the curb or in the street along this block. This item will provide new concrete walkways and ramps. The work will be performed at the lump sum/agreed price indicated above and is inclusive of removals of existing improvements, relocation of landscaping, construction of ADA ramps, walkways, driveway approach, AC paving and Traffic Control. D. and E. Morongo Road and Cherry Hills Drive: Sections of each of these roads were initially scheduled to be slurry sealed as a part of our recent slurry project. However, it was II i2 determined that there were portions that were not suitable for slurry seal due to poor condition and they were excluded from the slurry project_ These items will allow for the reconstruction of these street sections utilizing a 'pulverize in place' method. Limits of the work are as follows: Morongo Rd. from Barona Road to 300 feet East of Barona Road, Cherry Hills Drive from Bob O Link East to golf course crosswalk. F. Tahquitz Canyon Bike Lane Buffer: This Items adds a 2 foot wide, thermoplastic, bike lane buffer to the existing bike lane details on Tahquitz Canyon Way between El Segundo Road and Sunrise Way. Note this item was previously authorized by Council on July 16, 2014. G and H. The adjustment of utility covers is often necessary when roads are reconstructed. This item allows for the demolition, adjustment and re -pouring of concrete collars around existing water valves and sewer manholes . Note: Water valve adjustments are being performed under agreement with the Desert Water Agency. DWA will approve adjustments to be made by the, City's contractor in the field and the City will be reimbursed at the completion of the project. Bid Schedule A: Tahquitz Canyon Way Reconstruction: As bid, this project requires the complete removal of the existing asphalt and subgrade to a depth of 9 inches on Tahquitz Canyon Way between Indian Canyon and Sunrise Way. This process of reconstruction is both time extensive and disruptive to adjacent businesses and residents as it leaves a deep excavation in the roadway. The construction timeline for this work also coincides with several scheduled events including the Aircraft Owners Convention and Parade of Planes 1 and 2, Arenas Road Halloween Celebration, Veterans Day Parade, and the Pride Parade and Celebration. In an effort to minimize the impact of the Tahquitz Canyon reconstruction we have developed an alternate scope of work and schedule. In accordance with this change order, the existing paving on Tahquitz will be pulverized in place mixing the asphalt into the road subgrade. This material will then be graded to the appropriate depth and treated with 4% Portland Cement Concrete. This material will then be wetted and compacted in place in order to provide a cement treated subgrade. The grade will then be micro cracked in order to prevent natural cracking and then asphalt concrete will be placed in two lifts to a finished thickness of four (4) inches. The work will take place in two phases in order to minimize disruptions during the planned events. Phase 1 will begin on October 6 and will concentrate on the area between Indian Canyon and Alvarado Road. The Contractor will then de -mobilize on October 241h. The Contractor will return to complete the remainder of Tahquitz on November 12th completing the work prior to December 5ffi. This change results in a credit to the original contractor of approximately $10,000.00 and comes with an extended warranty of two years. Bid Schedules B, C, D and E: Reconstruction and Overlay of Various Streets: Two of the streets scheduled for a grind and overlay have deteriorated to the extent that this method of repair would be unsuitable. These include Mesquite Ave from South Palm Canyon to Calle Palo Fiero, and South Riverside Drive from Random Road to Sunrise Way. In an effort to include these streets with those scheduled for reconstruction an alternate method for street reconstruction was developed. Rather than fully removing the roadway and importing base material, all streets scheduled for reconstruction will be pulverized in place; mixing the -existing asphalt in with the underlying subgrade to develop a base on which to pave. This method is expected to provide the same reconstruction result at a savings to the contract of approximately $65,000. These savings, will be used to offset the cost of including Mesquite Ave and South Riverside Drive on the reconstruction list and differences in the overlay unit pricing. This item also removes Camino Real between Mesquite Ave and Calle Palo Fiero from the project. This street is now scheduled for improvements under a Safe Routes to School Federal Grant. These changes result in a net increase to the contract of $32,951.22. SOURCE OF FUNDS: Item B: Funds are available in Account No. 134-4498-50242 (Measure A) Item C: Funds are available in Account No. To Be Determined. Item D and E: Funds are available in Account No. 133-4298-50292 (Gas Tax) Item F: Funds are available in Account No. 260-4500-59445 Item G: Funds are available in Account No. 134-4498-50225 Item H: Funds are available in Account No. 420-6800-50000 Contract Time: Sixteen (16) additional working days will be added to the contract in order to complete this work. Original completion date: January, 6, 2015 Days Added this Change Order: -16- Revised Completion Date: February 4, 2015 Summary of Costs: Original Contract Amount: $2,714,074.00 This Change Order: $205,229.10 Previous Change Orders: $87,689.32 Revised Contract Amount: $3,006,992.42 n' 14 Contractor Aooroval I / We agree to the change($) in work and prices as Indicated herein: Matich Corp.: 6Signa re or Author�ize^d^Re^presentative Print Name City Approval f Submitted by: Approved by: Approved by: Approved by: Attested by: Distribution: City Engineer Airport Directdr A- Ci erk 104,11w Date te-G-rq Date /A 7 Date Date Date Oriainal Executed Conies Conformed File Coov Contractor (1) Engineering File (1) City Clerk (1) Sr. Public Works Insp. (1) Finance (1) APPROVED BY CITY COUNCIL V (D2 toA,kl� aq- GR !b 15 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER Date: November 19, 2014 To: Matich Corporation P.O. Box 10 Highland, CA 92346 City Project No.: Project: Change Order No.r Contract Purchase Order No. Account Numbers: Agreement No.: CHANGES IN WORKICOST New Items 14-04 2014 AC Overlay/Reconstruction Three (3) 15-0542 Various 6565 I Airport Speed Hump Striping Lump Sum/Agreed Price $6,600.00 J Bike Lane Striping/Signage Lump Sum/Agreed Price $8,488.00 K Airport Utility Adjustments Lump Sum/Agreed Price $11,585.00 L Construct 2 PCC ramps Lump Sum/Agreed Price $11,700.00 M Grind/Slurry Airport Crosswalk Lump Sum/Agreed Price $2,778.00 N Traffic Detector Loops 60 EA @ $270.00/EA $16,200.00 Subtotal: $57,351.00 Bid Schedules Bid Schedule E; 10. Detector Loops 3 EA @ $400/EA $1,200.00 Bid Schedule F 3. Cold Mill 2° 17,575 SF @ $0.17/SF $2,987.75 4. Speed Hump -8.91 Tons @ $210.00/Ton (-$1,871.10) 5. 2" AC Overlay 329 Tons @ $73.25[Ton $24,099.25 Subtotal I $25,215.90 16 Previous Chance Order Change Order No. 2 61 Puly, Grade, Compact, Export Delete Item B1a Pulv, Grade, Compact, Export 779,063 SF @ $0.42/SF B2 AC Paving 2.5" and 3" 62a AC Paving 2.5" and 3" 133 Cold Plane 2.0" 134 AC Paving 2.0" Delete Item 12,125 Ton @ $70.25fron Delete Item Delete Item D Morongo/Cherry Hills Pulv/Pave Delete Item D1 Morongo/Cherry Hills Pulv/Pave 25,678 SF @ $0.42/SF E Morongo/Cherry Hills AC E1 Morongo/Cherry Hills AC REASONS FOR CHANGES Delete Item 388 Tons @ $70.25fron Subtotal: Change Order Total: (-$180,987.46) $327,206.46 (-$446, 874.00) $851,781.25 (-$88,690.76) (-$335,016.00) ($11,811.88) $10,784.76 (-$28, 556.80) $27,257.00 $126,092.67 $208,859.47 I. Airport Speed Hump Striping: This item allows for the addition of thermoplastic striping details to the speed humps along the airport terminal frontage. These new striping details include the addition of chevrons and advanced indicators in accordance with State striping Standards. J. Bike Lane Striping: This item allows for the installation of bike lane striping and signage on Mesquite Avenue from South Palm Canyon to Calle Palo Fiero, and on San Rafael Road from Virginia to Indian Canyon. This will include a total of 36 thermoplastic sharrow details and 10 pole mounted bike route signs. K. Airport Utility Adjustments: There are two locations within the airport loop road where existing utilities create an uneven pavement surface that are notable when driven across. One is a storm drain manhole and the other is a catch basin that is no longer in use. This items allows for the removal of the existing storm drain manhole collar and replace it with one that measures 9'x9'. The catch basin will be removed, backfilled and the adjacent paving will be ground and repaved to a total area of 12'x12'. L. Construct Curb Ramps: In anticipation of street frontage construction along Palm Canyon Drive between Amado Road and Tahquitz Canyon Way, in association with the Museum Market Plaza project, a temporary street crossing in front of the Hyatt Hotel was requested in order to accommodate pedestrians. This item is for the construction of two curb ramps that will be utilized for this purpose. This includes the removal and salvage of the existing pavers, modifications to the existing curbs, utility adjustments and ramp construction. M. Grind and Slurry Crosswalk at Airport: On the South end of the Airport loop road there is an existing crosswalk that has warning lights integral to the asphalt paving. The crosswalk was not able to be cold milled due to these lights and therefore was excluded from the overlay. This item will allow for surface grinding and placement of slurry seal in order to have the crosswalk appearance match that of the new pavement overlay. N. Traffic Detector Loops: As originally bid the project did not allow for sufficient quantity of traffic signal detector loops. Bid Schedule E allowed for limited loop placement at a cost of $400/ea. In recognition of the substantial number of loops that will be necessary to complete the project and ensure proper function of affected traffic signals this price was negotiated downward to $270/ea. It is anticipated that a total of 60 traffic loops will be required. Bid Schedule E: Three additional detector loops were required at the Airport. Bid Schedule F: Adjustments to the original bid quantities is being made in the amounts indicated. Additional quantities of cold milling and asphalt concrete are primarily due to the expansion overlay limits made at the direction of Airport staff. Previous Change Order 2: Change Order 2 items B1 thru B4 changed the original scope of scope of work and unit pricing in order to convert certain streets scheduled for grind/overlay and reconstruction to an alternate process of pulverization and full section AC paving. All remaining streets were scheduled for a 2" grind and overlay. When grinding began, it was found to be too destructive to the street surfaces, leaving behind thin base asphalt and exposed subgrades and would have required patching prior to paving. Performing extensive repair efforts to streets that were already damaged and deteriorated did not make financial sense. The Contactor was directed to stop work on the grind and overlay operation. Moving forward, it was determined that the most economical and structurally sound option would be to expand the previously approved process of pulverizing the existing roadway into the subgrade as a base and re -paving the roads. Since the quantities of pulverization and paving were being increased staff negotiated with the contractor for unit price reductions in order to offset some of the costs of the added work. To this end Items B1, B2, B3, B4, D and E are being deleted and the new quantities of the work are being added back in at the renegotiated unit prices as items B1a, B2a, D1 and E1. SOURCE OF FUNDS: Funds are available in the following accounts Item I,K,M,E10,Fe,F4 and F5 416-6501-56145 Airport $47,378.90 Item J: 260-4500-59445 Measure J — NMTP Bike Issues $8,488.00 Item L: 001-4171-43200 Contractual Services $11,700.00 Change Order 2 Revisions and Item N: 134-4498-50225 Measure A Overlay/Reconstruction $141,292.57 Contract Time: 10 Additional working Days will be added to the contract Original completion date: January, 6, 2015 Days Added this Change Order: -10- Revised Completion Date: February 24, 2015 Summary of Costs: Original Contract Amount: $2,714,074.00 This Change Order: $208,859.47 Previous Change Orders: $292,918.42 Revised Contract Amount: $3,215,851.89 Contractor ADDroval I / We agree to the change(s) in work and prices as Indicated herein: Matich Corp.: (Signatu ofAuthor¢ed Representative J ate �1166 Print Name Title ry 19 Citv Approval' Submitted by: ork Incio`r C Da Sr. Public spector Date Approved by: AIL City Engineer En Da to Approved by: Ul �v Airport Director Date Approved by: 1?I .a A City Manager f� Date Attested by: Clerk Date Distribution: Original Executed Cooies Conformed File Coov Contractor (1) Engineering File (1) City Clerk (1) Sr. Public Works Insp. (1) Finance (1) APPROVED BY C'Ty OOiINCUIL 1k.1o�-1l�. ate wodp V AM s e,Ve ter: • C'�pF00.��p To: Matich Corporation P.O. Box 10 Highland, CA 92346 Tel:(909)382-7400 Attn: Jake Reade CHANGES IN WORK/COST: CITY OF PALM SPRINGS CONTRACT CHANGE ORDER Date: Project No: Project: Change Order No: Purchase Order Account February 15, 2015 14-04 2014 Pavement Overlay Reconstruction 04 15-0542 Various This Contract Change Order No. 4 makes adjustments to existing Bid Items and previously approved Change Order Items and adds additional work, generally identified as: I Bid Schedule Item No. Description Price Quantity Total F 4 I R/RHumps I $210/Ton I-15.94Tons ' -$3,347.40 1 C.O.9 Item Description Price Quantity Total j I 1 A Decorative Paver Crosswalks $15,523A7/EA -1 -$15,523.47 I 2 G Adjust Water Valves $7801EA 9 $7.020.00 I 2 H Adjust Sewer Manholes $900/EA 20 $18,000.00 I 3 K Airport Utilitv Adjustment $3,891/LS -1 -$3,891.00 1 I 3 N Signal Detection Loops $270/EA 1 -4 I -$1,080.00 1 SUBTOTAL $1,178.13 1 New Item Description Price Quantity Total 1 O Failed Grind/Overlay Per Specs $21,145.30 LS 1 $21,145.30 1 P Crack Filling_and Sealinq at Airport $10.924.42 LS 1 $10,924.42 1 Q Pavement Repairs Demuth Park $8.664.00 LS 1 $8.664.00 R Tahquitz Crosswalks Tie -Ins $22,659.01 T&M 1 $22,059.01 f S Tramview Sharrows/Bice Route Slons $4,819.50 LS 1 $4,819.60 1 T Tahquitz SharrowslBike Route Signs $2;667.00 LS 1 $2.667.00 p I U Street Improvements Horizon Hotel $47,421.95 T&M 1 $47,421.95 1 V Sidewalk Improvements Sparrows $22,104.70T&M 1 $22,104.70 SUBTOTAL $139,805.88 Total $140,984.01 CHANGES TO CONTRACT TIME: 8 working days will be added for Contract Change Order No. 4. . "'GATE 21 ORIGINAL Contract Change Order No. 4 February 18, 2015 Page 2 SOURCE OF FUNDS: The following accounts will be utilized: Item Description I Schedule F-4 Airport R/R Speed Humps C.O. 1 —A Airport Paver Crosswalks C.O. 2 — G Adjust Water Valves C,O.2 — H Adjust Sewer Manholes C.O. 3 - K Airport Utility Adjustment C.O. 3 - N Signal Detection Loops O Failed Grind/Overlay Per Specs P Crack Filling and Sealing at Airport Q Pavement Repairs at Demuth Park R Tahquitz Crosswalks Tie -Ins S T U V Account Totals: Tramview Sharrows/Bike Route Signs Tahquitz Sharrows/Bike Route Signs Street Improvements Horizon Sidewalk Improvements Sparrows Amount -$3,347.40 -$15,523.47 $7,020.00 $18.000.00 -$3,891.00 -$1,080.00 $21,145.30 $10,924.42 $8,664.00 $11,029.50 $11,029.51 $4,819.50 $2,667.00 $47,421.95 $22,104.70 Account Utilized 416-6501-56145 416-6501-56145 260-4493-50808 260-4493-50808 416-6501-56145 134-4498-50100 260-4493-50808 416-6501-56145 260-4493-50808 50% 261-4491-50324 50% 260-4493-50808 260-4500-59445 260-4500-59445 260-4493-50808 260-4493-50808 416-6501-56145 Airport ($ 11,837.45) 260-4493-50808 Measure J Overlay $ 135,385.46 261-4491-50324 Section 14 Match $ 11,029.50 260-4500-59445 Measure J NMTP Bike $ 7,486.50 1344498-50225 Measure A Overlay ($ 1,080.00) REASONS FOR CHANGE: Schedule F, Item 4, R/R Speed Humps: Replacement of speed humps utilized less asphalt concrete than originally estimated resulting in a credit to the contract. Change Order 1, Item A, Decorative Paver Crosswalks: Construction of decorative paver crosswalks at the Airport was performed on Time and Materials basis with an estimated cost of $87,689.32. The cost of the actual labor, materials and equipment necessary to complete the work was $72,165.85 resulting in a credit of $15,523.47. Change Order 2, Item G, Adjust Water Valves: In accordance with an agreement between the City and Desert Water Agency, the Contractor was required to raise all water valves within the paving limits of Tahquitz Canyon Way at a cost of $780 each. The quantity of valves was estimated to be 55, but the final quantity was 64. This Item compensates the Contractor for the 9 additional water valve adjustments. Note: total cost to adjust water valves on the Tahquitz Canyon Way portion of the project is $49,920 which will be reimbursed by Desert Water Agency and is not reflected in the total contract cost. Change Order 2, Item H, Adjust Sewer Manholes: The adjustment of sewer manholes to grade and the placement of concrete collars were not a part of this contract as originally bid. Change Order 2 allowed for the adjustment of 30 sewer manholes. As the project moved into other areas several of the sewer manholes were found to be in poor condition and required adjustment and new concrete collars. This item adds 20 additional sewer manhole adjustments to the contract at a cost of $900 each for a total cost of $18,000. 22 Contract Change Order No. 4 February 18, 2015 Page 3 Change Order 3, Item K, Utility Adjustments: This item was added as a part of Change Order 3 to allow for the adjustment to grade of existing drainage facilities. One of these was a storm drain manhole which was determined to be more difficult and costly to adjust than originally anticipated. It was decided that the anticipated benefit did not justify additional costs and is being removed from the contract resulting in a credit of $3,891. Change Order 3, Item N, Signal Detection Loops: Traffic Signal detection loops were not included in the original bid. Some traffic signals affected by the paving operations required that the detection loops be added to the contract. It was initially estimated that 60 loops would require replacement, but the final quantity was 56. This Rem adjusts the final contract quantity by subtracting 4 loop replacements at a cost of $270 each for a - total credit of $1,080. New Item 0, Failed Grind/Overlay: This project originally allowed for a 2" grind and asphalt concrete overlay. When the Contractor initially attempted to perform this scope of work the existing pavement conditions prevented the work from continuing due to the advanced deterioration of the pavement. Ultimately a new scope of work was negotiated and approved as a part of Change Order 2. This Rem compensates the Contractor for costs incurred to attempt the originally required grind and overlay, and is inclusive of all labor, materials, equipment and contracted services (including pavement grinding and trucking), that were in operation prior to the work being stopped, resulting in an additional cost of $21,145.30. New Item P, Crack filling and Sealing at Airport: Crack filling and sealing of pavement cracks were not included in the original contract. Following pavement grinding for the Airport loop road, It was evident that the many cracks of various sizes that were exposed would require Tilling and sealing prior to placing the overlay. This Item compensates the contractor for the cost of the subcontractor hired to perform this work. The total cost for this Rem including allowable mark-up is $10,924.42. New Item 0, Pavement Repairs Demuth Park: A water tine break and repair efforts underneath the east parking lot at Demuth Park resulted in damage to the pavement surface, Parks Department personnel requested that the contractor provide an estimate for performing the asphalt repairs. This item compensates the Contractor for labor, materials and equipment necessary to sawcut and dispose of existing asphalt, backfill and compact the affected area and place new asphalt concrete. The total cost to perform this work was $8,664.00. New Item R, Tahquitz Crosswalks Tie-ins: Decorative Paver Crosswalks recently placed along Tahquitz Canyon Way required transition of the adjacent asphalt paving elevations in order to match the crosswalk elevations. This work was originally proposed to take place during the installation of the crosswalks but staff could not negotiate a reasonable price for the work which was proposed to cost over $40,000. With the knowledge that the upcoming paving project would be replacing all of the paving on Tahquhz Canyon Way, R was decided that work would be deferred_ The current Contractor provided a lump sum price of $30,628.75 to complete the tie-ins, but again the price was rejected as being too high. The Contractor was then directed to complete the work on a time and materials basis. The actual labor, equipment and materials required to complete the work was monitored resulting in a total cost of $22,059.01. New Item S, Tramvlew Sharrows/Bike Route Signs: At the request of the SustainabilRy Manager the Contractor was directed to install thermoplastic `Sharrows' and Bike Route signage on Tramview Road from Indian Canyon Drive to Eastgate Road. This work was completed at the lump sumlagreed price of $4,819.60. 23 Contract Change Order No, 4 February 18,2015 Page 4 New Item T, Tahquitz Sharrows/Bike Route Signs: In accordance with the Non -Motorized Transportation Plan, Tahquitz Canyon Way between Indian Canyon Drive and Calle El Segundo is to have sharrows and bike route signage installation. This work was not included in the original bid and was completed at the lump sum/agreed price of $2,667. New Item U, Street Improvements Horizon Hotel: The North side of East Palm Canyon Drive between Sunrise Way and South Palm Canyon Drive has continuous pedestrian walkways with the exception of two locations. One location is the area directly in front of the Horizon Hotel located at 1050 E. Palm Canyon Drive, This 650 linear foot frontage does not currently have curb and gutter or full width street pavement and pedestrians are required to walk on a dirt pathway that Is often filled with standing water. In an effort to provide an accessible walkway, it is proposed that this area be improved. This item allows for the construction of curb and gutter, sidewalk and street paving and will be inclusive of all appurtenant functions such as surveying, grading and traffic controls. The cost of this work is estimated $47,421.95, but will be performed on a time and materials basis to determine the actual cost of labor, equipment and materials necessary to complete the work. New item V, Sidewalk Improvements Sparrows Hotel: The north side of East Palm Canyon Drive in front of the Sparrows Lodge located at 1330 E. Palm Canyon Drive does not have an accessible pedestrian walkway. This item would provide for the construction of new walkways and necessary driveway approaches at the estimated cost of $22,104.70. Work will be performed on a time and materials basis to determine the actual cost of labor, equipment and materials. It should be noted that the City does not have a full width Right of Way in front of this property. This work may only proceed with the agreement of the property owner to perform the work and obtain an easement for the additional improvements; otherwise this work will be deleted from the contract. SUMMARY OF COSTS: Original Contract Amount: $ 2,714,074.00 Original Completion January 6, 2015 This Change Order: $ 140,984.01 Days Added 8 Previous Change Order(s): $ 501,777.89 Previous Days Added: 26 Revised Contract Amount: $ 3,356,835.90 Revised Completion March 12, 2015 """ SIGNATURES ON NEXT PAGE "' 24 Contract Change Order No. 4 February 18, 2015 Page 5 I have received a copy of this Change Order and the above AGREED PRICES are acceptable to Contractor Mauch, Corp. Signature Date . �C.e�6, �tea�i�7AZ��et�c Printed Name and Title Citv of Palm Sorinas Recommended By: Approved By: Attest By rvvlAnLGfa ZIL" Assistant City Manager Ity Engineer David . eady, City Manager // - Jay.Thompson, City Clerk v Distribution: Oriainal Conformed Coov: Conformed - File CODv: Contractor (1) Engineering Pay File (1) City Clerk (1) Cfty Project File (1) Purchasing (1) Finance (1) APPROVED BY CITY COUNCIL �A-k5 �-- N��- z//q/(,�- Date a- bA Date 4O.L-/ >sfxer5 Date 25 ATTACHMENT 3 26 To: Matich Corporation P.O. Box 10 Highland, CA 92346 Tel: (909)382-7400 Attn: Jake Reade CHANGES IN WORK/COST: CITY OF PALM SPRINGS CONTRACT CHANGE ORDER Date: Project No: Project: Change Order No: Purchase Order Account September 14, 2015 14-04 2014 Pavement Overlay Reconstruction 05 15-0542 Various This Contract Change Order No. 5 makes adjustments to items U and V. Items U and V were added to the project as a part of Change Order No. 4. This is a final, balancing change order and no additional work items will be added as a part of Item Description U Street Improvements Horizon Hotel V Sidewalk Improvements Sparrows CHANGES TO CONTRACT TIME: Price Quantity $3,733.37 Lump Sum -$12,225.02 Lump Sum TOTOAL CREDIT AMOUNT Total $3,733.31 -$12,225.02 -$8,491.71 This change order does not result in any additional contract time however, it is noted that the work associated with Item V was deferred until after July 1, 2015 at the request of the adjacent property owner and in agreement with the Contractor. The work was completed on July 23, 2015. SOURCE OF FUNDS: The following accounts will be utilized: Item Description Amount Account Utilized U Street Improvements Horizon $3,733.37 260-4493-50808 V Sidewalk Improvements Sparrows -$12,225.02 260-4493-50808 REASONS FOR CHANGE: Item U, Street Improvements Horizon Hotel: Item U allowed for the construction of street and sidewalk improvements adjacent to the Horizon Hotel, located at 1050 E. Palm Canyon Drive. These improvements were to be performed on a time and materials basis at an estimated cost of $47,421.95. The actual cost to complete the work was $51,155.20, an increase of $3,733.37. 27 Contract Change Order No. 5 September 14, 2015 Page 2 Item V, Sidewalk Improvements Sparrows Lodge: Item V allowed for the construction of sidewalk improvements adjacent to the Sparrows Lodge, located at 1330 E. Palm Canyon Drive. These improvements were to be performed on a time and materials basis at an estimated cost of $22,104.70. The actual cost to complete the work was $9,879.68 resulting in a credit of-$12,225.02. SUMMARY OF COSTS: Original Contract Amount: $2,714,074.00 Original Completion This Change Order: $-8,491.71 Days Added Previous Change Order(s): $642,761.90 Previous Days Added: Revised Contract Amount: $3,348,344.19 Revised Completion **'` SIGNATURES ON NEXT PAGE **** January 6, 2015 0 26 July 23, 2015 28 Contract Change Order No. 5 September 14, 2015 Page 3 I have received a copy of this Change Order and the above AGREED PRICES are acceptable to Contractor Matich. Corp. Citv of Palm Sarinas Recommended By: Approved By: Attest By: Distribution: Oriainal Conformed Coov: Contractor (1) City Clerk (1) Signature Date Printed Name and Title Assistant City Manager/City Engineer Date David H. Ready, City Manager Date James Thompson, City Clerk Date Conformed - File Coov: Engineering Pay File (1) City Project File (1) Purchasinq (1) Finance (1) c9 ATTACHMENT 4 30 Recording Requested By: City of Palm Springs When Recorded Mail To Name James Thompson, City Clerk Street Address 3200 E Tahquitz Canyon Way Ciry 8 State Palm Springs, CA 92262 SPACE ABOVE THIS LINE FOR RECORDERS USE NOTICE OF COMPLETION (CA Civil Code §§ 8180-8190, 8100-8118, 9200-9208) NOTICE IS HEREBY GIVEN THAT: 1 The undersigned is an owner of an interest of estate in the hereinafter described real property, the nature of which interest or estate is: Fee (e.g. fee, leasehold, joint tenancy, etc.) 2. The full name and address of the undersigned owner or reputed owner and of all co -owners or reputed co -owners are: Name Street and No. City State City of Palm Springs 3200 E. Tahquitz Canyon Way Palm Springs CA 92262 3. The name and address of the direct contractor for the work of improvement as a whole is Matich Corporation, P.O. Box 10, Highland, CA 92346 4. This notice is given for (check one). 0 Completion of the work of improvement as a whole. ❑ Completion of a contract for a particular portion of the work of improvement (per CA Civ. Code # 8186). 5. If this notice is given only of completion of a contract for a particular portion of the work of improvement (as provided in CA Civ Code S 8186), the name and address of the direct contractor under that contract is: Not Applicable 6. The name and address of the construction lender, if any, is: Not applicable 7. On the 22 day of July , 2015 , there was completed upon the herein described property a work of improvement as a whole (or a particular portion of the work of improvement as provided in CA Civ. Code 9 8186) a general description of the work provided: 2014 Pavement Overlay and Reconstruction that includes Removal and Restoration of Handicapped Ramps and Streets. 8. The public work herein referred to is situated in the City of Palm Springs County of Riverside State of California, and is described as follows 2014 Pavement Overlay and Reconstruction 9. The street address of said property is See Attached Exhibit A 10, If this Notice of Completion is signed by the owner's successor in interest, the name and address of the successor's transferor is: Not applicable I certify (or declare) under penalty of perjury under the laws of the State of Califomia that the foregoing is true and correct. Dale: By: Signature of Owner or Owner's Authorized Agent - Assistant City Manager/City Engineer for City of Palm Springs Marcus Fuller © Porter Law Group, Inc. 2013 Print Name Page 1 of 2 31 VERIFICATION I, Marcus Fuller , state: I am the Assistant City Manaqer/City Enqineer ("Owned', "President", "Authorized Agent", "Partner", etc.) of the Owner identified in the foregoing Notice of Completion. I have read said Notice of Completion and know the contents thereof; the same is true of my own knowledge. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on (date), at Palm S❑nnas Icity), CA (state). Signature of Owner or Owner's Authonzed Agent 71 C 0 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. STATE OF CALIFORNIA COUNTY OF On (date), before me, Notary Public (name and title of officer) 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 helshe/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the persons) acted, executed the instrument. I certify under PENALTY OF PURJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. Page 2 of 2 Signature 3" L EXHIBIT A LISTING OF STREETS ROAD VIRGINIA ROAD 344025 SANTA CATALINA ROAD 270' NORTH OF SAN CARLOS ROAD 508 20 10,160 Sq Ft CAPISTRANO COURT 1044225 LOS ROBLES DRIVE E END 255 36 11,988 Sq Ft FRIAR COURT 1044230 LOS ROBLES DRIVE E END 165 36 8,748 Sq Ft MISSION ROAD 1044355 CAMINO SUR VIA LOLA 278 32 8,896 Sq Ft MISSION ROAD 1044430 HERMOSA PLACE MERITO PLACE 956 27 25,812 Sq Ft BILTMORE PLACE 2344170 CAMINO REAL E END 313 25 10,458 Sq Ft 76,062 SgFt ROAD OVERLAY IName I Section ID `From I (Length (Width ITo True Area (Area Units CRESCENT DRIVE 1044145 VIA MONTE VISTA W END 1174 33 38,742 Sq Ft PATENCIO ROAD 1044366 VIA LOLA CANYON PLACE 1065 26 27,690 SgFt HERMOSA PLACE 1044410 PATENCIO ROAD MISSION ROAD 733 34 24,922 SgFt DOLORES COURT 1044460 LOS ROBLES ROAD W END 200 32 6,400 SgFt SOUTH RIVERSIDE DRIVE 2344125 SUNRISE WAY RANDOM ROAD 4345 27 118,890 SgFt MESQUITE AVENUE 2344180 S PALM CANYON DRIVE RANDOM ROAD 717 37 26,529 SgFt MESQUITE AVENUE 234418S RANDOM ROAD CALLE PALO FIERRO 2020 37 74,740 SgFt FERN CANYON DRIVE 2244015 RAMON ROAD CAMINO PAROCELA 626 37 23,162 SgFt CAMINO PAROCELA 2244020 145' E OF FERN CANYON 180' W OF FERN CANYON DRIVE 325 19 6,175 SgFt LA MIRADA DRIVE 2244025 RAMON ROAD SUNNY DUNES 1102 37 40,774 SgFt RAMON ROAD 2244070 BELARDO ROAD W END 2449 26 63,674 SgFt Printed: 4/28/2014 1/1 W w ROAD RECONSTRUCTION TAHQUITZ CANYON WAY 1444010 INDIAN CANYON DRIVE ROAD OVERLAY (Name I Section10 (From CALLE PAPAGAYO 1244090 CERRITOS DRIVE CALLE CONEJERA 1244095 CERRITOS DRIVE CERRITOS DRIVE 1244175 TACHEVAH DRIVE ORCHID TREE LANE 1244105 ALEJO ROAD BURTON WAY 1244110 ALEJO ROAD SUNSET WAY 1244115 ALEJO ROAD CANTERA CIRCLE 1244120 ALEJO ROAD Printed. 4/28/2014 SUNRISE WAY 2,580 62 160,000 SgFt AVENIDA CABALLEROS 2,580 62 160,000 SgFt 320,000 SgFt [To (Length IWidth ITrue Area (Area Units E END 543 32 19,935 Sq Ft E END 545 32 19,998 Sq Ft SANDLEWOOD DRIVE 2,000 19 38,000 Sq Ft N END 515 32 19,035 Sq Ft N END 515 32 19,035 Sq Ft N END 515 32 19,035 Sq Ft N END 515 32 19,035 Sq Ft 154,073 SgFt 1/1 LISTING OF STREETS ROAD RECONSTRUCTION SAN RAFAEL DRIVE 344005 INDIAN CANYON DRIVE VIRGINIA ROAD 1,678 30 50,330 SgFt VIA LAS PALMAS 1044175 VISTA VESPERO VIA MONTE VISTA 300 33 9,900 SgFt SONORA ROAD 2344565 CALLE PALO FIERRO VIA SOLEDAD 850 25 21,250 SgFt SONORA ROAD 2344570 VIA SOLEDAD S PALM CANYON DRIVE 450 35 15,750 SgFt MORONGO TRAIL CHERRY HILL BARONA 300' E/O BARONA BOB O' LINK PEBBLE BEACH 97,230 SgFt Printed:4/28/2014 1/1 W il: ATTACHMENT 5 3G From:Riverside County Clerk 9514667020 12/29/2014 18:01 #585 P.0041006 Notice of Exemption To: ❑ Office of Planning and Research PO Box 3044, 1400 Tenth Street, Room 212 Sacramento, CA 95812-3044 County Clerk County of Riverside P.C. Box 751 Riverside, CA 92502-0751 Form D From:(Public Agency) City of Palm springs 3200 E. Tahguitz Canyon way Palm Springs, CA 92262 RIV9&RSIO CO ry MAY 0 5 2014 LrAA�RRY�W. WARD, CLERK Project Title: 2D14 Pavement Overlay And Reconstruction By ['3 r-/4.t...+_.._,._B Kemmmar Da" Project Location - SpecBic: Throughout the City of Palm Springs on existing major, secondary, and minor arterials. Project Location - City: Palm springs Project Location - County: Riverside Description of Project: The work comprises of cold milling of existing asphalt concrete pavement; installation of asphalt Concrete in designated pavement cracks; construction of hot mix asphalt concrete; installation of inductive loop vehicle detectors; removal, reconstruction, and upgrade of curb ramps; and traffic striping and markings. Name of Public Agency Approving Project: City of Palm springs Name of Person or Agency Carrying Out Project: City of Palm Springs I+A7 U D ZUJ1 / Glun.y 0" SVWI ' tam of Calfomia 15301(c) & (f) Existing Facilities Exempt Status: (check one) ❑ Ministerial (Sec. 21080(b)(1); 15268); ❑ Declared Emergency (Sec. 21080(b)(3); 15269(a)); ❑ Emergency Project (Sec. 21080(bx4); 15269(b)(c)); Qj Categorical Exemption. State type and section number. ❑ Statutory Exemptions. State code number. C:OfiWY CLERIC "I@o DF--Wa8onlNtC GGIPI'C;Ui:aLU7 �il�d rier Y.R.C. 21 i52 1'U�A-C Reasons why project is exempt: This is a roadway rehabilitation project within the City's existing right of way. Lead Agency Contact Person: Savat Khamphou, P.E. Ama Code/Telephone/Extension: (760) 323-B253 IP filed by applicant: 1. by certified ocu en fe ptioa finding. 2. Has a Notice o 'on filed by the public agency approving the project? ❑ Yes ❑ No Signature: Date: e?,//j' Title: Asat Dir of Pub Wks Qj Signed by Lead Agency Date received for filing at OPR: ❑ Signed by Applicant Governor's Office of Planning and Research Janua72004 27 37 From:Hiverside County Clerk 9514867020 12/29/2014 18:01 #585 P.0031006 STATE OF CALIFORNIA- THE RESOURCES AGENCY DEPARTMENT OF FISH AND GAME ENVIRONMENTAL FILING FEE CASH RECEIPT Receipt#: 201400248 State Clearinghouse # (if applicable): lead Agency: CITY OF PALM SPRINGS Date: 05105/2014 Counly AgencyofFiling: Riverside Doeuwnr No.' 201400248 Project Title: 2014 PAVEMENT OVERLAY AND RECONSTRUCTION Project Appucaru Name: CITY OF PALM SPRINGS Phnne Number: 760-323-8253 Project Applicant Address: 3200 E. TAHQUITZ CANYON WAY PALM SPRINGS, CA 92262 Praleci Applecant: Local Public Agency CHECK APPLICABLE FEES: ❑ En roamearat Impact Report ❑ Neganve Declaration ❑ AppBmrtaa Fee Water Diversion (State Water Resources Conhnl Board 0*) ❑ Project Subject to CerliNd Regulatory Programs ® Caumy Admin ratran Fee $50.00 ❑ Project that is eaernpi from fees WC, No F,I/ectDie esrmirantaa (Form AHach 0d)) ® Praje4 that is esempt from fees (Notice ofpx mption) Total Received S50.00 Signature and title ofperson retePotngpaymem: 15. 41- 4 ..b'i VL c r Notes: