Loading...
HomeMy WebLinkAbout9/2/2015 - STAFF REPORTS - 2.W. PALM SA 0 u n OYAha cg4IF0It City Council Staff Report DATE: September 2, 2015 CONSENT CALENDAR SUBJECT: AWARD A CONSTRUCTION CONTRACT TO GOLDEN VALLEY CONSTRUCTION IN THE AMOUNT OF $32,826 FOR THE FIRE STATION NO. 2, 911 MEMORIAL IMPROVEMENTS, CITY PROJECT NO 15-13 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, 911 Memorial Improvements, City Project No. 15-13. RECOMMENDATION: 1. Award a construction contract (Agreement No. ) to Golden Valley Construction in the amount of $32,826 for the Base Bid Schedule only, for the Fire Station No. 2, 911 Memorial Improvements, City Project No. 15-13; and 2. Authorize the City Manager to execute all necessary documents. STAFF ANALYSIS: On March 30, 2015, Mayor Pougnet furnished a fundraising letter to local residents in support of construction of a 911 Memorial at Fire Station No. 2. An aerial map is identified below and a vicinity map is included in Attachment 1. The letter displayed multiple levels of sponsorship opportunities to local residents to help fund the construction costs of the 911 Memorial; the 911 Memorial will honor 343 firefighters, 60 police officers and thousands of innocent people who lost their lives on September 11 , 2001. ITEM NO. W City Council Staff Report September 2, 2015-- Page 2 Award of CP15-13, Fire Station No. 2, 911 Memorial Improvements I■ I® 9� 3sJ" IN Project Location Subsequently, on April 14, 2015, the Mayor and Patty Delgado Service hosted a 911 Memorial Fundraiser at Las Casuelas Terraza. This event discussed future site improvements at Fire Station No. 2 as well as how the construction drawings were going to be funded. A copy of the fundraiser flyer is included in Attachment 2. The City's Fire Department has retained a portion of a steel I-beam recovered from the Twin Towers site, which is currently located in the Fire Station No. 2 lobby. The intent of this 911 Memorial is to relocate the I-beam as a permanent public exhibit on the exterior of Fire Station No. 2. Joe Wertheimer, local sculptor, donated his design services for the exterior improvements and prepared illustrations such as steel tri-pod base to house the relocated steel I-Beam as the 911 Memorial, a design for a steel plasma cut silhouette with concrete base and extension and steel framing panels with angle iron and mountain tabs. A copy of the Mr. Wertheimer's artistic sketches is included as Attachment 3. MSA Consulting, MRC Engineering, Inc., and Randy Purnel Landscape Architects all donated their design services and prepared construction drawings for the on-site improvements which consists of constructing a new concrete sidewalk path, colored concrete pavement, concrete steps and hand railing, adjustable recessed lighting, exterior accent lighting, flood lights, lighting fixtures on flag pole, LED lamps, planting and irrigation. Furthermore, by the request from Fire Chief Goetz, reconstruction of the driveway approach and driveway (including steel reinforcements) were included in this project to the extent sufficient funding was available. The construction drawings and cost estimate have been provided to staff. 02 City Council Staff Report September 2, 2015 -- Page 3 Award of CP15-13, Fire Station No. 2, 911 Memorial Improvements Staff separated the work into three separate Bid Schedules, allowing for the total cost of the project to be separated between the construction of exterior improvements, installation of interior on-site improvements and the Fire Station driveway reconstruction; the scope of each Bid Schedule is provided here: Base Bid Schedule (Exterior Improvements): Generally, the Work comprises of exterior improvements including, but not limited to; installation of an aluminum commercial flag pole with foundation, installation of City furnished steel tri-pod base and relocate I-Beam Memorial complete and installation of a concrete bench. The Contractor shall perform minor clearing and grubbing, relocation of signs, relocation/adjustment of valves, removal and construction of a new concrete sidewalk path, colored concrete, concrete steps and hand railing, and any other appurtenant work. Additive No. 1 Schedule (Landscaping/Lighting & Interior Improvements): Generally, the Work comprises include, but not limited to; installation of City furnished steel plasma cut silhouette and install into and construct PCC foundation and base, installation of City furnished steel framing panels with angle iron and mountain tabs, relocation/installation of boulders, removal/relocation of trees, relocation/capping irrigation lines, repairing irrigation emitting devices, repairing bollard lights, flood lights, LED lamps, adjustable recessed lighting, exterior accent lighting, lighting fixtures on flag pole, electrical service connections, planting, irrigation, and any other appurtenant work. Additive No. 2 Schedule (Fire Station Driveway Reconstruction): Generally, the Work comprises include, but not limited to; reconstruction of asphalt concrete pavement, curb and gutter, driveway and driveway approach including steel reinforcements and any other appurtenant work. Staff advertised and solicited the contract bid documents for the Fire Station No. 2, 911 Memorial Improvements, City Project No. 15-13. On August 20, 2015, the Procurement and Contracting Division received three (3) construction bids from the following contractors: Company Location Bid Amount Golden Valley Construction Palm Springs, CA $104,575.50 G & M Construction Palm Springs, CA $155,049.00 Atom Engineering Construction, Inc. Hemet, CA $192,484.00 The basis of award was the lowest total bid, inclusive of the Base Bid and two Additive Bid Schedules. On that basis, Golden Valley Construction submitted the lowest responsive bid in the amount of $104,575.50. A full bid summary is included as Attachment 4. The lowest responsive bid from Golden Valley Construction includes the following costs for the three separate scopes of work: 03 City Council Staff Report September 2, 2015 --Page 4 Award of CP15-13, Fire Station No. 2, 911 Memorial Improvements Base Bid Schedule (Exterior Improvements): $32,826.00 Add Bid Sch. 1 (Landscaping/Lighting & Interior Improvements): $29,235.00 Add Bid Sch. 2 (Fire Station Driveway Reconstruction): $42,514.50 Total Bid: $104,575.50 Since the intent was to fund this project through revenue raised from the recent fundraising efforts, the total funds collected through the multiple levels of sponsorships is $34,800. Therefore, sufficient funding has been raised to award only the Base Bid Schedule (Exterior Improvements). 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 Golden Valley Construction is registered with the DIR, and is appropriately licensed. Golden Valley Construction, of Palm Springs, submitted the lowest responsive bid. Staff reviewed the bid, references, and contractor's license, and found the Contractor to be properly licensed and qualified. A construction contract with Golden Valley Construction for the Project is included as Attachment 5. 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. Golden Valley Construction is considered a local business, and 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 04 City Council Staff Report September 2, 2015 -- Page 5 Award of CP15-13, Fire Station No. 2, 911 Memorial Improvements documents. In accordance with Section 15301 "Existing Facilities," Class 1 projects consist of operation, repair, maintenance, permitting, leasing, licensing, or minor alteration of existing public or private structures, such things as interior and exterior alterations involving interior partitions, plumbing, and electrical conveyances; therefore, the Fire Station No. 2, 911 Memorial Improvements, 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 6. FISCAL IMPACT: This Project is being funded through donations received by local sponsors. At this time, $34,800 of outside funding support has been received for the construction of the Fire Station No. 2, 911 Memorial Improvements. Table 1 below illustrates the budget and incurred expenditures for the Project utilizing the Base Bid Schedule (Exterior Improvements). As shown in Table 1, the donations fundraised for the Project is $34,800 and the remaining budget after completion of Base Bid work is identified. Table 1 Table of Project Costs Amount Donations (secured) $34,800 Design Services donated $0) Project Administration ($0)* Construction Inspection $0 Construction Contract Base bid $32,826) Art Piece / Sculpture Fabrication ($275) Budget Remaining $1,699 'City staff will provide oversight of project administration and inspection through the course of their normal duties. Table 2 below illustrates the budget for the Project including Additive Bid Schedule 1 to include the exterior landscaping and lighting improvements, and interior artistic and sculpture elements within the Fire Station entrance. As shown in Table 2, an additional appropriation of $38,261 would be required to fully fund the estimated cost of the Project. 05 City Council Staff Report September 2, 2015-- Page 6 Award of CP15-13, Fire Station No. 2, 911 Memorial Improvements Table 2 Table of Project Costs Amount Donations secured $34,800 Design Services (donated) $0 Project Administration $0)* Construction Inspection $0 * Construction Contract Base bid $32,826) Construction Contract Additive bid #1 $29,235) Art Piece / Sculpture Fabrication $11,000 Budget Deficit ($38,261) *City staff will provide oversight of project administration and inspection through the course of their normal duties. Although the existing Fire Station #2 driveway would greatly be improved with a reconstruction, funding has not currently been budgeted for this capital improvement and would require an additional $43,000 appropriation. SUBMITTED: Prepared by: Approved by: Marcus L. Fuller, MP A, P.E., P.L.S. David H. Ready, .D. Assistant City Manager/City Engineer City Manager Attachments: 1. Vicinity Map 2. Support Letter 3. Sculpture Exhibits 4. Bid Summary 5. Construction Contract 6. CEQA Notice of Exemption . as ATTACHMENT 1 07 Department of Public Works and Engineering ; Vicinity Map AVIATION WAY CIVIC DR W J i i 0 W U 12 W i W C Iv Legend ®site TZ CANYON WAY CITY OF PALM SPRINGS 08 ATTACHMENT 2 09 44 p. -r ti, R FF A HOSTED BV MAYOR STEVE POUGNET PATTV DE GAS - SERVICE VP _ 8200 L • p n,,r+ ATTACHMENT 3 Ari ------------ 31 -- ! 1 SI -::io sil'1i—i�W _ �l T X gS X T Q h � 3 I I I -- x -- °,ANC' rA s mono r ;'.f- "Yx k v *�='a Vic'' &`e ,i �� s& `y, �',: 4 a� e a o� •4� . o a L p s 0 •e • r ;• 6 w • o � cit �! ./4 x/2 7ROv5N TO pR���nt cJn/CRcif 73AfC r �3 �f a.oSr t +r�.rlow Wit gs r,�r��e:.rFD 1N r�i4� AR-c�q» ijd'4w1 ATTACHMENT 4 17 FIRE STATION NO.2,911 MEMORIAL IMPROVEMENTS,CITY PROJECT NO. 15-13 BID SUMMARY Bid Opening:August 20,2015 BASE BID SCHEDULE QUANT. UNIT GOLDEN VALLEY G&M ATOM DESCRIPTION CONSTRUCTION CONSTRUCTION ENGINEERING The Base Bid Work comprises of exterior an4 interior improvements including, but not limited to; installation of an aluminum commercial flag pole win foundation, Installation of City furnished steel tri-pod base far and relocate I-Beam Memorial complete,sleal plasma sut silhouette vath feundafikm and e4en6km,and Installation of a concrete bench, mike a l fin, custom fFam Rg and mauntlng, printing; and iRetaAadaR of a caned bas f*W at Fire Station No.2 located at 300 N. El Cielo Road 1 LS $32,826.00 $35,353.00 $67,398.00 The Contractor shag perform minor clearing and grubbing, relocation of signs, relocaticNadjustment of valves,relocation of brwldam, removal and construction of a new concrete sidewalk path, colored concrete, concrete steps and hand railing, adjustable recessed 9gmi,g; exterior ascent bgl"....:;; ligmiR4 tixwws eR flag Pale; h, dws;else iGal service connection and any other appurtenant work as identified on Precise Grading Sheets me-Plana and the Special Provisions. ADDITIVE BID SCHEDULE NO.1 QUANT. UNIT GOLDEN VALLEY G&M ATOM DESCRIPTION CONSTRUCTION CONSTRUCTION ENGINEERING The Additive No. 1 Bid Work comprises for Fire Station No.2 include,but not limited to;installation of City Furnished steel plasma cut silhouette and install into and construct PCC foundation and base,installation of City furnished steal framing panels with angle iron and mountain tabs, relocation installation of boulders, removayrelocalion of trees, relocationtcapping irrigation lines, repairing irrigation emitting devices,repairing bollard lights,flood lights,LED lamps,adjustable recessed 1 LS $29,235.00 $70,700.00 $71,100.00 lighting,exterror accent lighting,lighting flxtures on nag pole, electrical service connections, planting, irrigation, resenstwAien of asphalt concrete PavemeR,curb and 9uaeF;9iwe1hay and drveway approach including ate"r"worcamams and any "her appurtenant work as identified on Sheets E1.0 and L0.0 thru L4.2 Complete plarw and the Special Provisions. ADDITIVE BID SCHEDULE NO.2 QUANT. UNIT GOLDEN VALLEY G&M ATOM DESCRIPTION CONSTRUCTION I CONSTRUCTION ENGINEERING The Additive No.2 Bid Work comprises for Fire Station No.2 include,but not limited to;reconstruction of asphalt concrete pavement,curb and gutter,driveway and driveway 1 LS $42,514.50 S48,996.00 $53,986.00 approach including steel reinforcements and any other appurtenant work as identified on Precise Gmdfng Sheet the-plans and the Special Provisions. TOTAL=I $104,575.50 I $155,049.00 I $192,484.00 00 1 2 3 ATTACHMENT 5 .t s AGREEMENT (CONSTRUCTION CONTRACT) THIS AGREEMENT made this 2nd day of September, 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 Golden Vista Construction. Inc.. dba Golden Valley Construction, 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. 2 911 MEMORIAL IMPROVEMENTS CITY PROJECT NO. 15-13 The Work comprises of exterior improvements including, but not limited to; aluminum commercial flag pole with foundation, installation of steel tri-pod base for I-Beam, bench, at Fire Station No. 2 located at 300 N. El Cielo Road. The Contractor shall perform minor clearing and grubbing, relocation of signs, relocation/adjustment of valves, relocation of boulders, removal and construction of a new concrete sidewalk path, colored concrete, concrete steps and hand railing, and any other appurtenant work as identified as the "Base Bid Schedule" on the plans and the Special Provisions. 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 FIRE STATION NO.2 911 MEMORIAL IMPROVEMENTS AGREEMENT FORM CITY PROJECT NO. 15-13 AGREEMENT AND BONDS-PAGE 1 'Z JUNE 18,2015 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. 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 Thirty Two Thousand Eight Hundred Twenty Six Dollars ($32,826). 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 coverall 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 2, 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. FIRE STATION NO,2 911 MEMORIAL IMPROVEMENTS AGREEMENT FORM CITY PROJECT NO. 15-13 AGREEMENT AND BONDS-PAGE 2 1 JUNE 18,2015 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. 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. FIRE STATION NO.2 911 MEMORIAL IMPROVEMENTS AGREEMENT FORM �• CITY PROJECT NO. 15-13 AGREEMENT AND BONDS-PAGE 3 N 2 JUNE 18,2015 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.2 911 MEMORIAL IMPROVEMENTS AGREEMENT FORM ^ r� CITY PROJECT NO. 15-13 AGREEMENT AND BONDS-PAGE 4 2 3 JUNE 18,2015 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, APPROVED BY THE CITY COUNCIL: CALIFORNIA Date By David H. Ready City Manager Agreement No. ATTEST: By James Thompson City Clerk APPROVED AS TO FORM: By Douglas Holland City Attorney RECOMMENDED: By Marcus L. Fuller, PE, PLS Assistant City Manager/City Engineer FIRE STATION NO.2 911 MEMORIAL IMPROVEMENTS AGREEMENTFORM CITY PROJECT NO. 15-13 AGREEMENT AND BONDS-PAGE 5 24 JUNE 18,2015 CONTRACTOR By: Golden Vista Construction, Inc., dba Golden Valley Construction Firm/Company Name By: fay Signature (notarized) Signature (notarized) Name: Name: Title: Title: 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 (This Agreement must be signed in the above space by one having authority to bind the space by one having authority to bind the Contractor to the terms of the Agreement.) Contractor to the terms of the Agreement.) State of ) State of 1 County of )ss County of )ss On On before me, before me, personally appeared personally appeared who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and is/are subscribed to the within instrument and acknowledged to me that he/she/they executed acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the of which the person(s) acted, executed the instrument. instrument. I certify under PENALTY OF PERJURY under the I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing laws of the State of California that the foregoing paragraph is true and correct. paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signature: Notary Signature: Notary Seal: Notary Seal: FIRE STATION NO.2 911 MEMORIAL IMPROVEMENTS PAYMENT BOND CITY PROJECT NO. 15-13 AGREEMENT AND BONDS-PAGFi�p JUNE 18,2015 G ATTACHMENT 6 26 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. 911 Memorial Improvements City Project No. 15.13 Project Applicant: City of Palm Springs Project Location(Specific): Fire Station No.2 located at 300 N. El Cielo Rd.,alongside Palm Springs Airport Project Location(City): Ci(y of Palm Spring§ Project Location(County): Riverside Project Description: The scope of work includes exterior and interior improvements including steel tri-pod base for flag pole, steel plasma cut silhouette with concrete base and extension, mirrored tint,custom framing and mounting, printing,and Installation of a tarred bas relief. The Contractor shall perform minor clearing and grubbing, removal/relocation of trees, relocation of signs, relocation/adjustment of valves, relocation/capping irrigation lines, repairing irrigation emitting devices, repairing bollard lights, relocation of boulders, construct a new concrete sidewalk path, colored stamped concrete, concrete steps and hand railing, reconstruction of driveway and approach, adjustable recessed lighting, exterior accent lighting, flood lights, lighting fixtures on flag pole, LED lamps,boulders,irrigation and planting as well as electrical service connections. Name of Public Agency Approving Project: City of Palm Springs Name of Person or Agency Carrying Our Project: City of Palm Springs, Public Works&Engineering Department 3200 E.Tahquitz Canyon Way, Palm Springs, CA 92262 Exempt Status: (check one) ❑ Ministerial (Sec. 21080(b) (1); 15268); ❑ Declared Emergency(Sec.21080(b)(3); 15269(a)); ❑ Emergency Project(Sec. 21080(b)(4); 15269(b)(c)); ® Categorical Exemption. State type and section number: 15301 Class 1 (a),(c)—Existing Facilities ❑ Statutory Exemptions. State code number: Reasons why project is exempt: Class 1 consists of operation, repair, maintenance, permitting, leasing, licensing, or minor alteration of existing public or private structures, facilities, mechanical equipment, or topographic features, involving negligible or no expansion of use beyond that existing at the time of the lead agency's determination. Interior or exterior alterations involving such things as interior partitions,plumbing, and electrical conveyances. Existing highways and streets, sidewalks, gutter, bicycle and pedestrian trails, and similar facilities. Therefore, the Fire Station No. 2, 911 Memorial Improvements, City Project No. 15- 13, is considered categorically exempt from CEOA. Lead Agency Contact Person: Savat Khamohou. P.E. Area Codelrelephone/Extension: (760)323-8253. ext. 8744 If filed by applicant: 1.Attach certif, nt of exemption finding. 2.Has a Noti of ption been filed by the public agency approving the project?❑Yes ❑ No Signature: Date: aL7/ Tide: Asst. Director of Public Works/Asst. 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. 27 STATE OF CALIFORNIA-THE RESOURCES AGENCY DEPARTMENT OF FISHAND GAME ENVIRONMENTAL FILING FEE CASH RECEIPT Receipt#: 15-90010 State Clearinghouse# (if applicable): Lead Agency: CITY OF PALM SPRINGS Date: 07/22/2015 CounryAgencyofFiltng. RIVERSIDE Dxumen vo: E-201500654 Project Title: FIRE STATION NO 2, 911 MEMORIAL IMPROVEMENTS CITY PROJECT NO 15-13 Project Applicant Name: CITY OF PALM SPRINGS PhneNiumber. (760) 323-8253 Project ApplicantAddress: 3200 E. TAHQUITZ CANYON WAY, PALM SPRINGS, CA 92262 Project Applicant: LOCAL PUBLIC AGENCY CHECKAPPLICABLE FEES ❑Environmental Impact Report ❑Negative Declaration ❑Application Fee WaterDiversion(State WalerResources Control BoardOnly) ❑Project Subject to Certified RegulatoryPrograms ®CounryAdnrinrsnntionFee, $50.00 []Project that is exempt from fees(DFG No Effect Determination (Form Attached)) ®Project that isexemptfronrfees(Notice afExemption) Total Received $50.00 Signature andtitle ofperson receivingpoyment Deputy Notes: ACR 533 (Est. 12/2013) 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 SP F I L E D / P O S T E D ® Clerk of the Board County of Riverside Peter Aldana County of Riverside Assessor-County Clerk-Recorder P.O.BOX 751 E-201500654 Riverside, CA 92602-0751 07/22/2015 04:09 PM Fee: $ 0.00 Page 1 of I Project Title: Fire Station No.2. 911 Memorial Improvements City Project No. 15-13 R...A ] 3 12015 Project Applicant: City of Palm SpringsDeputyI Project Location(Specific): Fire Station No.2 located at 300 N. El Cielo Rd., alongside Palm Springs Airport Project Location(City): City of Palm Springs Project Location (County): Riverside Project Description: The scope of work includes exterior and interior improvements including steel tri-pod base for flag pole, steel plasma cut silhouette with concrete base and extension,mirrored fint,custom framing and mounting,printing,and installation of a carved bas relief. The Contractor shall perform minor clearing and grubbing, removal/relocation of trees, relocation of signs, relocation/adjustment of valves, relocationkapping irrigation lines, repairing Irrigation emitting devices, repairing bollard lights, relocation of boulders, construct a new concrete sidewalk path, colored stamped concrete, concrete steps and hand railing, reconstruction of driveway and approach, adjustable recessed lighting, exterior accent lighting, flood lights, lighting fixtures on flag pole,LED lamps,boulders,irrigation and planting as well as electrical service connections. Name of Public Agency Approving Project: City of Palm Springs Name of Person or Agency Carrying Our Project: City of Palm Springs, Public Works&Engineering Department 3200 E.Tahquitz Canyon Way, Palm Springs,CA 92262 Exempt Status:(check one) ❑ Ministerial(Sec.21080(b)(1); 15268); ❑ Declared Emergency(Sec.21080(b)(3); 15269(a)); ❑ Emergency Project(Sec. 21080(b)(4); 15269(b)(c)); ® Categorical Exemption. State type and section number: 15301 Class 1 (a),(c)—Existing Facilities ❑ Statutory Exemptions.State code number. Reasons why project is exempt: Class 1 consists of operation, repair, maintenance, permitting, leasing, licensing, or minor alteration of existing public or private structures, facilities, mechanical equipment, or topographic features, involving negligible or no expansion of use beyond that existing at the time of the lead agency's determination. Interior or exterior alterations involving such things as interior partitions, plumbing, and electrical conveyances. Existing highways and streets, sidewalks, gutter, bicycle and pedestrian trails, and similar facilities. Therefore, the Fire Station No. 2, 911 Memorial Improvements, City Project No. 15- 13, Is considered categorically exempt from CEQA. Lead Agency Contact Person: Savat Khamphou. P.E. Area Code/Terephone/Extension: (760)323-8253, ext. 8744 If filed by applicant: 1.Attach certif t of exemption finding. 2.Has a Notic of ption been filed by the public agency approving the project? El Yes El No Signature: Date: �(([STide: Asst. Director of Public Works/Asst, City Enoineer ®Signed by Lead Agency[]Signed by Applicant// I', 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.