Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
6/18/2014 - STAFF REPORTS - 5.E.
�O*PALM SAS iy a V N k k f C o� II\t0� cit %V 1 City 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 SUMMARY 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: 1. 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; ITEM NO. I/ 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 : Recommended by: Savat Khamp ou David J. Barakian Assistant Director of Public Works/ Director of Public Works/City Engineer Assistant City Engineer Approved by: David H. Ready, City= eger 02 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: 05/05/2014 County AgencyofFiling: Riverside Document No: 201400248 Project Title: 2014 PAVEMENT OVERLAY AND RECONSTRUCTION Project Applicant Name: CITY OF PALM SPRINGS Phone Number. 760-323-8253 Project AppBcani Address: 3200 E TAHQUITZ CANYON WAY PALM SPRINGS, CA 92262 Project Applicant: Local Public Agency CHECK APPLICABLE FEES: ❑Environmental Impact Report ❑Negative Declaration ❑Application Fee Water Diversion(State Water Resources Control Board Only) ❑Project Subject to Certified Regulatory Programs ❑X County Administration Fee $50.00 ❑Project that is exempl from fees(DFO No Effect Determination(Form Attached)) ©Project that is exempt from fees(Notice of Fx mption) Total Received $50.00 Signature and title ofperson receiving payment: ,turQ_rry>~e(� Notes: n� W Notice of Exemption Form D To: ❑ Office of Planning and Research From: (Public Agency) City of Palm Springs PO Box 3044, 1400 Tenth Street,Room 212 3200 E. Tahquitz Canyon Way Sacramento,CA 95812-3044 Palm Springs, CA 92262 County Clerk (Address) County of Riverside [F D P.O. Box 751 RIVERSIDE COUNTY Riverside, CA 92502-0751 MAY 0 5 2014 Project Title 2014 Pavement Overlay and Reconstruction IARRY W.WARD,CLERK BY H(ermerner Project Location -Specific: Deputy 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 COUNTY OLERK Neg C!: Name of Person or Agency Carrying Out Project: CitySprings of Palm V"'ed r..er RRC.21152P(Ia rr Exempt Status: (check one) MAY 0 5 20M ❑Ministerial(Sec.21080(b)(1); 15268); Declared Emergency Sec.21080 b 3 15269 a Removeo: !-,L ❑Emergency Project(Sec.21080(b)(4); 15269(b)(c)); By: _Dept. County of Riverside,oe of California ;6CategoricalExemption. Statetypeandsectionnumber: 15301 (c) & (f) Existing Facilities ❑Statutory Exemptions. State code number: 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. Area Code/Telephone/Extension: (760) 323-8253 If filed by applicant: 1.Attach certified ocu en f e ption finding. 2.Has a Notice o Ex p 'on filed by the public agency approving the project? ❑Yes ❑No Signature: Date: Za / Title: Asst Dir of Pub Wks V Signed by Lead Agency Date received for filing at OPR: ❑ Signed by Applicant January2004 Governor's Office of Planning and Research 27 City Council Staff Report June 18, 2014- Page 3 2014 Pavement Overlay and Reconstruction (City Project No. 14-04) Attachments: 1. Agreement 2. April 16, 2014 Staff Report with Street Listing and Maps 03 AGREEMENT THIS AGREEMENT made this day of in the year 201 , by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 -- THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the City's Contract Documents entitled: 2014 PAVEMENT OVERLAY AND RECONSTRUCTION CITY PROJECT NO. 14-04 The Work is generally described as follows: Cold milling of existing asphalt concrete pavement; installation of asphalt concrete in designated pavement cracks; construction of asphalt concrete overlay; removal and reconstruction of asphalt concrete pavement; installation of inductive loop vehicle detectors; removal, reconstruction, and upgrade of ADA curb ramps; traffic striping and markings; and all appurtenant work on various streets in Palm Springs. 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 of $3,000.00 for each calendar day that expires after the time specified in Article 2, herein. 2014 PAVEMENT OVERLAY AND RECONSTRUCTION AGREEMENT FORM 04 CITY PROJECT NO. 14-04 AGREEMENT AND BONDS-PAGE 1 APRIL 2014 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 Contractors Bid and Bid Schedules. 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, Federal Labor Standards Provisions, Federal Rates of Prevailing Wages, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non- collusion Affidavit, 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 to , inclusive, and all 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 -- 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 Engineer or the City as provided in the Contract Documents. ARTICLE 6 -- NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, 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 7 -- MISCELLANEOUS Terms used in this Agreement which are defined in the Caltrans Standard Specifications and the Special Provisions will have the meanings indicated in said Standard Specifications and 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 2014 PAVEMENT OVERLAY AND RECONSTRUCTION AGREEMENT FORM 05 CITY PROJECT NO. 14-04 AGREEMENT AND BONDS-PAGE 2 APRIL 2014 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. IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. ATTEST: CITY OF PALM SPRINGS, CALIFORNIA APPROVED BY THE CITY COUNCIL: BY City Clerk Minute Order No. Date APPROVED AS TO FORM: Agreement No. BY City Attorney Date CONTENTS APPROVED: By City Engineer Date By City Manager Date 2014 PAVEMENT OVERLAY AND RECONSTRUCTION AGREEMENT FORM 06 CITY PROJECT NO. 14-04 AGREEMENT AND BONDS-PAGE 3 APRIL 2014 4O�PALM Sp4 iy u in 9»OY11E0♦ cg41FORN% City Council Staff Report Date: April 16, 2014 NEW BUSINESS Subject: APPROVAL OF PLANS, SPECIFICATIONS, AND ESTIMATE (PS&E) AND AUTHORIZATION TO BID FOR THE 2014 ANNUAL ASPHALT OVERLAY AND RECONSTRUCTION, CITY PROJECT 14-04 From: David H. Ready, City Manager Initiated by: Public Works and Engineering Department SUMMARY The Public Works and Engineering Department schedules, annually, asphalt overlay and reconstruction of various City streets. Each year the City budgets funding to overlay and reconstruct streets that are too deteriorated to receive slurry seal treatment. The construction documents (Plans, Specifications and Estimate) are completed and, in accordance with Section 7.03.040 of the Procurement and Contracting Code the City Council is required to approve and adopt plans, specifications and working details, and authorize the bid request for all public projects in excess of $100,000. Approval of this project will allow staff to proceed with this public project, with an estimated cost of approximately $2,945,000 RECOMMENDATION: 1. Approve the Plans, Specifications, and working details for the 2014 Annual Overlay and Reconstruction, City Project 14-04, and authorize staff to advertise and solicit bids. 2. Approve additional Measure J funds in the amount of $300,000 of street improvements at Via Las Palmas (from Vista Vespero to Via Monte Vista), Sonora Drive (from S. Palm Canyon Drive to Calle Palo Fierro), and San Rafael Drive (from Virginia Street to North Indian Canyon Drive) as recommended by the Palm Springs Neighborhood Involvement Committee (PSNIC). 07�,� ITEM NO.�_ City Council Staff Report April 16, 2014- Page 2 2013/2014 Annual Overlay& Reconstruction (CP 14-04) STAFF ANALYSIS: The Public Works and Engineering Department oversees the maintenance of the City's street system. Each year, the Department assembles a capital project to continue its asphalt overlay and reconstruction program on various City streets as needed. The Federal Highway Administration (FHWA) in a joint effort with the United States Department of Justice (USDOJ) has recently implemented a program providing Technical Assistance on the Americans with Disabilities Act Requirements to Provide Curb Ramps through Resurfacing. For any pavement treatments that are "Alterations', the project will require installing or upgrading curb ramps that connect to an existing traveled path, regardless of the funding source. FHWA has defined Overlay and Reconstruction to be an Alteration. Therefore, costs for this project include upgrades or installation of curb ramps where necessary. A complete listing of streets and maps of this year's asphalt overlay and reconstruction program is attached. The Palm Springs Airport is also including their loop road for reconstruction as part of this project. The plans and specifications have been prepared by Department staff, are ready for Council approval and the subsequent advertisement for construction bids. Section 7.03.040 of the Procurement and Contracting Code requires that for public projects in excess of $100,000 Council approve and adopt the plans, specifications and working details, and authorize staff to advertise for construction bids. The Engineer's Estimate for this project is $2,945,000. Approval of the recommended action will allow staff to proceed with bidding of this project. FISCAL IMPACT: Funding for this project is made available through local Measure A funds in account 134-4498-50225; Measure J funds in account 260-4493-50808; Airport funds in account 416-6501-56145 (for the airport loop road); and funding match for work in Section 14 from the Tribal Transportation Program (TTP) granted by the Agua Caliente Band of Cahuilla Indians (ACBCI) for Tahquitz Canyon Way (from Indian Canyon to Sunrise), in the amount not to exceed $1.8 Million through a Memorandum of Understanding (MOU) that was approved by Tribal Council on April 1, 2014 and to be, subsequently, approved by City Council. CONSTRUCTION FUNDING SUMMARY $2,945,000 Measure A Tribal Match Measure J Airport Funds Measure J Addt'I 134-4498-50225 TTP Funds 260-4493-50808 416-6501-56145 Funding Request $720,000 $510,700 $898,000 $516,300 $300,000 08 City Council Staff Report April 16, 2014 - Page 3 2013/2014 Annual Overlay& Reconstruction (CP 14-04) SUBMITTED: Prepared Recommended by: 9 Sa ,at Khamphou David J. Barakian Assistant Director of Public Works Director of Public Works/City Engineer Approved by: David H. Ready, City er Attachment: 1. Street Listing and Maps 09 MEASURE A PAVEMENT REHAB CITY STREETS - 2014 $800K BUDGET (CP 14-04) with Tribal Matching Funds PCI R.mbe. Rehab lypu $BOOK BUDGET Pavement Sf Unit Cost Per Measure AFunds Funds i Tribal Total Ca5i5 -.I Reconstruction 320,000 $ 3.00 $ 480,000 $490,000 $ 960,000 Overlay �..':I>.. 154,073 $ 1.26 $ 194,132 $ - $ 194,132 ^Aotching Funds for Tohquitz Cyn Woy ONLY ADA Ramp Repairs: $ 45,868 $ 30,650 $ 76,518 474,073 ;Total SF Total Construction Cost: $ 720,000 $510,650 $1,230,650 Contingency,Administration,&Inspection Costs 10% $ 80,000 $ - $ 80,000 Total: $ 800,000 $510,650 $ 1,310,650 ROAD RECONSTRUCTION - PCI RANGE 51-59 Name I Section ID I Neighborhood Org. From ITO Length Wit True Area lArea Units I PCI Section Cost TAIIQUIT7 CANYON WAY 144401S N/A AVENIDA CABALLEROS SUNRISE WAY 2,580 62 160,000 Sgft 62 S 480,000 TAHQUITZ CANYON WAY 1444010 N/A INDIAN CANYON DRIVE AVENIDA CABALLEROS 2,580 02 160,000 Sq Ft 57 $ 480,000 320,000 SgFt 60 $ 960,000 Avg PCI ROAD OVERLAY- PCI RANGE 60-79 Name I Section ID I lFrom ITO ngth lWidth I True Area Area Units IPO Ian CALLE PAPAGAYO 1244090 N/A CERRITOS ROAD E END 543 32 19,935 5gFt 63 $ 25,118 CALLE CONEIERA 1244095 N/A CERRITOS ROAD EEND 545 32 19,998 SgFt 63 $ 25,197 CERRITOS DRIVE 1244175 Sunrise Vista Chino TACHEVAH DRIVE SANDLEWOOD DRIVE 2,000 19 38,0005gFt 61 $ 47,880 ORCHID TREE LANE 1244105 N/A ALEJO ROAD N END 515 32 19,035 SgFt 63 $ 23,984 BURTON WAY 1244110 N/A ALEJO ROAD N END 515 32 19,03S SI 66 $ 23,984 SUNSET WAY 1244115 N/A ALEJO ROAD N END 515 32 19,035 SI 63 $ 23,984 CANTERA CIRCLE 1244120 N/A ALEJO ROAD - N END 515 32 19,035 SgFt 63 $ 23,984 154,073 Sq Ft 63 $ 194,132 =ROADS WITH MATCHING TRIBAL FUNDS(SECTION 14) Avg PCI r 0 Printed:4/9/2014 1/1 MEASURE 1 PAVEMENT REHAB CITY STREETS - 2014 $1M BUDGET (CP 14-04) PCI Range Rehab Type $1M Cost Per BUDGET Pavement SF Unit Sub-Total 51-5, Reconstruction 76,062 $ 3.00 $ 228,196 Overlay S000< 495888.00 $ 1.26 $ 624,819 Total SF: 571,950 Total Cost: $ 853,005 ADA Ramp Repairs: $ 45,000 Contingency,Administration,&Inspection Costs 10% $ 100,000 Grand Total: $ 998,005 ROAD RECONSTRUCTION - PCI RANGE 51-59 Section ID I From ITO IlLength lWidth ITrue Area:_ . Area Units I PCI I Section Cost VIRGINIA ROAD 344025 SANTA CATALINA ROAD 270'NORTH OF SAN CARLOS ROAD 508 20 10,160 SgFt 52 $ 30,480 CAPISTRANO COURT 1044225 LOS ROBLES DRIVE E END 255 36 11,988 SgFt 57 $ 35,964 FRIAR COURT 1044230 LOS ROBLES DRIVE EEND 165 36 8,748 SgFt 62 $ 26,244 MISSION ROAD 1044355 CAMINOSUR VIA LOLA 278 32 8,896 SgFt 55 $ 26,688 MISSION ROAD 1044430 HERMOSA PLACE MERITO PLACE 956 27 25,812 SgFt 59 $ 77,436 BILTMORE PLACE 2344170 CAMINO REAL E END 313 25 10,458 SgFt 51 $ 31,374 76,062 SgFt 56 $ 228,186 Avg PCI Nama Section ID From To Length lWidth True Area jArea Units IPCI I Section Cost CRESCENT DRIVE 1044145 VIA MONTE VISTA WEND 1174 33 38,742 SgFt 63 $ 48,815 PATENCIO ROAD 1044366 VIA LOLA CANYON PLACE 1065 26 27,690 SgFt 64 $ 34,889 HERMOSA PLACE 1044410 PATENCIO ROAD MISSION ROAD 733 34 24,922 SgFt 62 $ 31,402 DOLORES COURT 1044460 LOS ROBLES ROAD WEND 200 32 6,400 SgFt 62 $ 8,064 SOUTH RIVERSIDE DRIVE 2344125 SUNRISE WAY RANDOM ROAD 4345 27 118,890 SgFt 64 $ 149,801 MESQUITE AVENUE 2344180 5 PALM CANYON DRIVE RANDOM ROAD 717 37 26,529 SgFt 63 $ 33,427 MESQUITE AVENUE 2344185 RANDOM ROAD CALLE PALO FIERRO 2020 37 74,740 SgFt 64 $ 94,172 FERN CANYON DRIVE 2244015 RAMON ROAD CAMINO PAROCELA 626 37 23,162 SgFt 63 $ 29,184 CAMINO PAROCELA 2244020 145'E OF FERN CANYON 180'W OF FERN CANYON DRIVE 325 19 6,175 SgFt 63 $ 7,781 LA MIRADA DRIVE 2244025 RAMON ROAD SUNNY DUNES 1102 37 40,774 SgFt 64 $ 51,375 RAMON ROAD 2244070 BELARDO ROAD W END 2449 26 63,674 SgFt 66 $ 80,229 CAMINO REAL 2344160 MESQUITE AVENUE CALLE PALO FIERRO 720 57 44,190 SgFt 73 $ 55,679 495,989 SgFt 64 $ 624,819 Avg PCI H r Printed:3/26/2014 1/1 AIRPORT ROAD REHABILITATION - 2014 Rehabilitation Type Pavement SF Cost Per Unit Total Costs Reconstruction 72,100 3.00 $ 516.300 WORK AREAS True Area JArea Units Section Cast AREA 1-ENTRANCE/LOOP ROAD 136,500 SgFt $ 409,500 AREA 2-TAXI/SHUTTLE AREA 30,000 SCIFt $ 90,000 AREA 3-EXIT ROAD 5,600 SgFt $ 16,800 172,100 SgFt $ 516,300 aecene-aucr uv s exeiat I i ' OHIHHIHNIIH'IHHII� �it � �� �HIRHINHUINANINJ lNHNHII811� 1 `_ - ONNNNHHfNHNHHC. �/ ... "HNflHNHHAHIUNIM�NI`�rT71NNINAHPoNNINItlNF� HNINHNHOHf} 1 � � . CHHININAIH IIIC fHNHNMNNIIIflIIIikINNHII[� i IINI'lll.11''J vp _. �I M N Printed:4/8/2014 1/1 MEASURE J PAVEMENT REHAB CITY STREETS - 2014 (Requested by Palm Springs Neighborhoods Involvement Committee) Pavement Cost Per Total Costs Rehab Type SF Unit Reconstruction 98,000 $ 3.00 $ 294,000 ADA Ramp Repairs on Sonora Road: $ 7,000 Signal Loops on San Rafael Road: $ 2,000 Total Costs $ 303,000 Name Section ID lFrom ITo ILength lWidthTrue Area jArea Units I PCI SAN RAFAEL DRIVE 344005 INDIAN CANYON ROAD VIRGINIA ROAD 1,678 30 50,330 SgFt 63 VIA LAS PALMAS 1044175 VISTA VESPERO VIA MONTE VISTA 300 33 9,900 SgFt 58 SONORA ROAD 2344565 CALLE PALO FIERRO VIA SOLEDAD 850 25 21,250 SgFt 63 SONORA ROAD 2344570 VIA SOLEDAD S PALM CANYON DRIVE 450 35 15,750 SgFt 57 97,230 SgFt 60 Avg PCI F+ W Printed:4/9/2014 1/1 CITY OF PALM SPRINGS CP 14-04 OVERLAY/RECONST MAP SECTION 3-T4S-R4E - - - - - - - - - - - - - - - SAN EAEL � - - - - -7S�ANT�A - - - -v - - - - - SPN�F CATALINA RD 9 CATALINA RD W ��ReP ROAD, !os Q ROAD SAN CARLOS RD ?co W SNTA CLARA WY SAN MARCO l��Fs SEPULVEDA ROAD SAN MARCOS WY DOMINGUEZ ROAD z Ile �� Rollo F�'o LVARADO ROAD G! qJp! CABRILLO 9 R zCABRILLO ROAD GIRASOLq qGF q�L CORTEZ ROAD z CT GF m C 0 'RACQUET —CLUB- ROAD CQUET_____7UB o Cn ck� W Q o VIA OLIVERA � c VIA OLIVER CD z Z o . GST ram! q SANBORN WAY m z VIA ESCUELA W FGF VIA ESCUELA W MARISCAL RD 1 1 1 Q CHINO z _ - S�CANYpN Lu o ROAD o W SANTA ELENA RD cn o o G fop W 6 W CHINO CYN RD J � RD PANORAMA ROAD W VISTA CHINO _ =2014 RECONST STREET (HWY 111 NOT A PART OF THIS PROJECT) CITY OF PALM SPRINGS CP 14-04 OVERLAY/RECONST MAP SECTION 10-T4S-R4E ru PANORAMA NOAD N VISTA CHINO CORONADO o c AVE o W Z VIA = SOL o G � w �ap0 W w STEVENS ROAD cw) z~ z oSl W CAMINO NORTE o NS CAMINO SSE\ DEL NORTE Q -cCAMINO MC DO �CAP�f2AND �D� P��o W VERADA of NORTE CD oz CD��P�'9 VIA DEcry G� o N VIA LAS PALMAS o LAB PALMAS z Z ¢ ck� 'cl- z z S VIA o LAS PALMAS a z W VIA VADERA cp u, a oo " W VERADA SUR C c a o0 o ¢wrWWW ��n S RGw VIA LOLA W AMINO SUR �o TA DR 5 o Q REGAL DRIVE" ii W 6 HERMOSA PLACE oCERES ~HETM101AI N RD w ^ " ¢ .o cmEL ALAMEDA W MTN VIEW g LEISURE WAY PL.P- o w ¢ a ¢o CANYON P Z PDRIVEDS TT TAMRpISK a Rom" z W MERITO PL o W IRTSMO: pRICE� W MERITO L Q Z 5 CD CRESCENT _ � VALMONTE LAS PALMAS ESTATES DR DR c¢, NDRTE a m W CHINO ROAD z z W ALEJO RD -=2014 RECONST STREET 1 III gill 1 1 1 =2014 OVERLAY STREET 15 CITY OF PALM SPRINGS CP 14-04 OVERLAY/RECONST MAP SECTION 12-T4S-R4E VISTA CHINO �� VISTA CHINO (HWY 111) SANDALWOOD DRIVE w� CR o� E CHIA ROAD o o• /E �. � � J � � Q PALM E TRH— DRIVE 12 SPRINGS Of J s INTERNATIONAL W Q E EL ALAMEDA E Z EL " c, z ALAMEDA n o COMPUTER cr �E CAMINO PELICANI WAY AIRPORT w C C> N m E TAMARISK ROAD E TAMARISK ROAD AIIF CALLE ¢ Qo w ¢o w j cc > o 0 z o PAPAGAY� VERNA a ■ C�I�,��A- OUINCY O Z � � N Lid H a �■ � J � U U� � ?c� �� c3x�v SU N Z Z U Z■ :;_;a Q ALEJO OAD ■ 1 1 ALEJO ROAD 1 1 1 1 1 1 1 1 1 1 1 =2014 OVERLAY STREET i s CITY OF PALM SPRINGS CP 14-04 OVERLAY/RECONST MAP SECTION 14-T4S-R4E W ALE ROAD Li _ o f4z J - AktADi ; ROAD_ (77- T - w .7 N Z N o ARENAS RD z AREZD NAS ftD J W U V? Z I i z d <..) W _ J W � o SATURNINO DR � SATURNINO DR z o, L z' RAMONI RD RAMON RD =2014 RECONST STREET 17 CITY OF PALM SPRINGS CP 14-04 RECONST/OVERLAY MAP SECTION 22-T4S-RRR4pp��{EnnNN nnl'Y'Y'i"1'nnn�iDnn���o pm o �. Q� p. U U �. O . p • m Ln: S� WiYr'ii I�tt�N UES (n -� E SUNNY DUNES CD z TAHQUI�Z-ARE - lhT z cn _ TAHQUITZ O INTERPRETIVE CJ > CENTER J w---�- MESQUITE AVENUE 0 n I, U) � LL O o MORON00 z ROAD p U o 0- p 3 C/) w m vi =2014 RECONST STREET 11111111111=2014 OVERLAY STREET 1.8 CITY OF PALM SPRINGS CP 14-04 OVERLAY/RECONST MAP SECTION 23-T4S-R4E RAMON RD RAMON RD � r CDE CAMINOJ P PAROCELAz Q E �AMINV a o PAROCELA- E PARO�F�LAN w J 6 86CALLE ROCAJ U ?LA Q " o v v n J v L o IES z E SUNNY DUNES 3 E SUNNY DUNES 0 Q INDUSTRIAL PL _� _ _ z SAN �LUCASu ROAD - N RiLERSrDE 'OR J'TAR ' . . . . . . . . � . . . �. . . . . . � 'QUIT % CHANNEE ¢; .. . . . . . . . . . . SAN Ili LORENZO ROAD SAN LOREN70 ROAD ESQUITE AV N i QUITE AVENUE PALO VERDE AVE - �U E CACTUS AVE W =N -01 o m o OCOTILLO AVENUE Q�p ¢ OCOTILLO AVE a p = J J Z Q � Q Q o MORONGO ROAD o m cn cn CD SONORA ROAD a- n SONORA g ROAD �, a E AVID o WALMERA & o U a � K J cnHOKONA z U a DEEPWELLN ROAD z AVD OLANCHA E AV �Q�OLANCHA U J SUNTAN LN PALM TREE= 9�0 ORTEGA DRIVE V U N 0 N N (n E PALM CANYON DR E PALM CANYON DR -=2014 RECONST STREET 1 111 111111 1=2014 OVERLAY STREET 19