HomeMy WebLinkAbout2019-03-06 Packet �� ww w w
��w� iww,oim/i.
of Ukiah
II ... w w
City Council Regular Meeting
AGENDA
Civic Center Council Chamber♦300 SeminaryAvenue*Ukiah, CA 95482
March 6, 2019 - 5:15 PM
mwaw wuwmw
5:15 BUDGET WORKSHOP
Mid-Year Departmental Budget and Objectives Progress Review for Fiscal Year 13®19 and
Review of Draft Objectives for Fiscal Year 19-20.
Recommended Action: Receive, consider, and discuss department-specific budget reports and
progress updates on stated objectives for the 2018-19 fiscal year. In addition, the Council will
review draft Objectives for the Fiscal Year 19-20. Departments presenting at this meeting are
Finance and Public Works.
Attachment 1- Finance
1 ROLL CALL
ALLEGIANCE2 PLEDGE OF
PROCLAMATIONS/INTRODUCTIONS/PRESENTATIONS
3.a. Presentation to Council on the Updating of the City of Ukiah Housing Element, Including an
Overview of Process, Timeline, and Expectations; and provide additional direction if
necessary®
Recommended Action: Receive presentation and provide direction.
Attachment 1- Ukiah Housing Strategy Overview
Attachment 2-City-of-Ukiah-Housing-Element-Final-2016
Attachment 3- HCI)6th HE Update Schedule
Attachment 4-OPR_Heusing Element Completeness Checklist
PETITIONS AND COMMUNICATIONS
MINUTES5 APPROVAL OF
5.a. Approval of the February 20, 2019, Regular Meeting Minutes
Recommended Action: Approve the Minutes of February 20, 2019, a Regular Meeting, as
submitted.
Page 1 of 5
Attachment 1- Graft Minutes for February 20, 2019
RIGH T TO AP P EAL Q EC ION
Persons who are dissatisfied with a decision of the City Council may have the rightto a review of that decision bya court.
The City has adopted Section 1094.6 of the California Code of Civil Procedure,which generally limits to ninetydays (90)
the time within which the decision of the City Boards and Agencies may be judicially challenged.
The following items listed are considered routine and will be enacted bya single motion and roll call vote bythe City
Council. Items may be removed from the Consent Calendar upon request of a Councilmember or a citizen in which event
the item will be considered atthe completion of all other items on the agenda.The motion bythe City Council on the
Consent Calendar will approve and make findings in accordance with Administrative Staff and/or Planning Commission
recommendations.
7.a. Notification of Software and Hardware Support Renewal for Checkpoint Firewall in the
Amount of$27069.68.
Recommended Action: Receive Report.
Attachment 1- Bid Tabulation
7.b. Approval of Notice of Completion for Slurry Seal of Local Streets, Specification No. 18-02.
Recommended Action: 1. Accept the work as complete. 2. Direct the City Clerk to file the
Notice of Completion with the County Recorder for Slurry Seal of Local Streets, Specification
No. 1 -02.
Notice of Completion-Spec18-02
7.c. Approval of Notice of Completion for Transportation Improvements for Redwood Business
Park, Specification No. 17-09 and Talmage Interchange Improvements Projects, Specification
No. 17-07.
Recommended Action: 1. Accept the work as substantially complete. 2. Direct the City Clerk to
file the Notice of Completion with the County Recorder for both project Specification Numbers
17-07 and 17-09
Attachment 1- Notice of Completion-Spec17-07&-09
7.d. Adoption of Resolution Removing 60 Lineal Feet ofOn-Street Parking and Establishing a Bus
Loading Zone at 260 Hospital Drive.
Recommended Action: Adopt resolution removing 60 lineal feet of on-street parking and
establishing a bus loading zone at 260 Hospital Drive.
Attachment 1 Resolution and Location Map.pdf
7.e. Adoption of Resolution Removing 60 Lineal Feet ofOn-Street Parking and Establishing a Bus
Loading Zone on the East Side of Mason Street just South of Norton Street.
Recommended Action: Adopt resolution removing 60 lineal feet of on-street parking and
establishing a bus loading zone on the east side of Mason Street just south of Norton Street.
Attachment 1 Resolution and Location Map
7.f. Notification to City Council of Purchase Order#45916 Issued to Rain for Rent, with the
Emergency Approval from the City Manager to Rent Two Diesel Pumps, Hoses and Adapters
Page 2 of 5
as we I I as Installation and Removal Costs for the Waste Water Treatment Plant in the
amount of$21,398.52, and Approval of Corresponding Budget Amendment.
Recommended Action: Receive Notification to City Council of Purchase Order#45916 Issued to
Rain for Rent, with the Emergency Approval from the City Manager to Rent Two Diesel Pumps,
Hoses and Adapters as well as Installation and Removal Costs for the Waste Water Treatment
Plant in the amount of$21,398.52, and Approval of Corresponding Budget Amendment.
None
8 AUDIENCE COMMENTS ON NON-AGENDA ITEMS
The City Council welcomes input from the audience. Ifthere is a matter of business on the agenda thatyou are interested
in,you mayaddress the Council when this matter is considered. If you wish to speak on a matterthat is not on this
agenda,you maydo so atthis time. In orderfor everyone to be heard, please limit your comments to three(3)minutes per
person and not more than ten (10)minutes per subject. The Brown Act regulations do not allow action to be taken on
audience comments in which the subject is not listed on the agenda.
9 COUNCIL REPORTS
10 CITY MANAGER/CITY CLERK REPORTS
11 PUBLIC HEARINGS (6:15 PM)_
12 UNFINISHED BUSINESS
12.a. Report and update on Mendocino County's Ambulance Exclusive Operating Area (ECA)
Request for Proposals (RFP) and provide additional direction if necessary.
Recommended Action: Receive Report and update, discuss any desired action or further
direction to staff.
Attachment 1- MOU with County
Attachment 2-County Ambulance ECA RFP
Attachment 3- Letter in Response to RFP
13 NEWBUSINESS
13.a. Ratification of a Resolution Declaring a Local Emergency Related to the 2019 Winter Storm
Event, and Receive a Status Update Report.
Recommended Action: Approve ratified Resolution declaring a local emergency related to the
2019 winter storm event, and receive a status update report.
Attachment 1- Resolution Ratifying Local Emergency
13-b- Authorize the City Manager and Police Chief to Implement a Relocation Program for
Recruiting Police Officers .
Recommended Action: Approve authorizing the City Manager and Police Chief to implement a
relocation payment of$8,000 for newly hired police officers.
None
13.c. Approve the Rejection of the Proposal Received from Fiduciary Resources, and Authorize the
City Manager to Execute and Negotiate an Agreement for Vineyard Management Services to
Page 3 of 5
Mendocino Ag.
Recommended Action: Approve the Rejection of the Proposal Received from Fiduciary
Resources, and Authorize the City Manager to Execute and Negotiate an Agreement for
Vineyard Management Services to Mendocino Ag.
Attachment 1- RFP-Vineyard Management Services
Attachment 2- Mendocino Ag Proposal
13-d- Receive Updates on City Council Committee and Ad Hoc Assignments and if necessary,
Consider Modifications to Assignments and/or the Creation/Elimination of Ad hoc(s).
Recommended Action: Receive repo (s). The Council may also consider modifications to
committee and ad hoc assignments along with the creation/elimination ad hoc(s).
Attachment 1- 2019 City Council Special Assignments&Ad Hocs
14 CLOSED SESSION — CLOSED SESSION MAYBE HELD AT ANYTIME DURING THE
MEETING.
14.a. Conference with Legal Counsel ® Existing Litigation
(Government Code Section 54956.9(d)(1))
Name of case: Vichy Springs Resort v. City of Ukiah, Et Al; Case No. SCUK-CVPT-2018-70200
Recommended Action: Confer in Closed Session
14.b. Conference with Real Property Negotiators
(Cal. Gov't Code Section 54956.8)
Property: APN Nos: 157-050-03, 157-060-02, 157-050-04, 157-050-03, 157-030-02,
157-050-01, 157-050-02, 157-050-10, 157-050-09, 157-070-01, 157-070-02, 003-190-01
Negotiator: Sage Sangiacomo, City Manager;
Negotiating Parties: Dave Hull and Ric Piffero
Under Negotiation: Price & Terms of Payment
Recommended Action: Confer in Closed Session
14.c. Conference with Real Property Negotiators
(Cal. Gov't Code Section 54956.8)
Property: APN Nos: 003-040-77; 003-040-78; 003-040-79
Negotiator: Sage Sangiacomo, City Manager;
Negotiating Parties: Shapiro/Danco
Under Negotiation: Price & Terms of Payment
Recommended Action: Confer in Closed Session
14.d. Conference with Real Property Negotiators
(Cal. Gov't Code Section 54956.8)
Property: APN Nos: 002-273-19-00 and 002-273-30-00
Negotiator: Sage Sangiacomo, City Manager;
Negotiating Parties: Bank of America
Under Negotiation: Price & Terms of Payment
Page 4 of 5
Recommended Action: Confer in Closed Session
15 ADJOURNMENT
Please be advised that the City needs to be notified 72 hours in advance of a meeting if any specific
accommodations or interpreter services are needed in order for you to attend. The City complies with ADA
requirements and will attempt to reasonably accommodate individuals with disabilities upon request.
Materials related to an item on this Agenda submitted to the City Council after distribution of the agenda
packet are available for public inspection at the front counter at the Ukiah Civic Center, 300 Seminary Avenue,
Ukiah, CA 95482, during normal business hours, Monday through Friday, 8:00 am to 5:00 pm.
I hereby certify under penalty of perjury under the laws of the State of California that the foregoing agenda was
posted on the bulletin board at the main entrance of the City of Ukiah City Hall, located at 300 Seminary
Avenue, Ukiah, California, not less than 72 hours prior to the meeting set forth on this agenda.
Kristine Lawler, City Clerk
Page 5 of 5
Agenda Item No.
MEETING DATE/TIME: 9/6C2019
0/0
PEAK ITEM NO:
�
AGENDA SUMMARY REPORT
SUBJECT: Mid-Year Departmental Budget and Objectives Progress Review for Fiscal Year 18-19 and
Review of Draft Objectives for Fiscal Year 19-20.
DEPARTMENT: Finance PREPARED Daniel Buffalo
ATTACHMENTS:
Attachment Finance
Summary: As part of the m id-year review of the fiscal year 2018-19 budget and development process for the
fiscal year 2O19-2Obudget, departments will present their individual mid-year budget and objectives progress
report and outline their planned, specific objectives for the coming year and beyond.
Background:As part of the m id-year review of the current budget year and developm ent of the budget for next
year, each City department will present their individual budget information through December 31. 2O18.
progress on stated budget objectives for the current year, and plans for the next fiscal year and beyond. Every
department has been scheduled and will present over the course of February, March and April.
Discussion: Departments presenting at this meeting are Finance and Public Works. The mid-year summary
for Finance ioincluded here aoAttachments #1with pages numbered. The budget summary for Public Works
remains under final review with the Department and will be provided to the City Council prior to the meeting.
RECOMMENDED ACTION: Receive, consider, and discuss department-specific budget reports and progress
updates on stated objectives for the 2018-19 fiscal year. In addition, the Council will review draft Objectives for
the Fiscal Year 19'20. Departments presenting atthis meeting are Finance and Public Works.
BUDGET AMENDMENT REQUIRED: No
CURRENT BUDGET AMOUNT: N/A
PROPOSED BUDGET AMOUNT: N/A
FINANCING SOURCE: N/A
PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A
COORDINATED WITH: City Manager's Office and Public Works Department
2
2
CITY OFUKIAH ATTACHMENT 1
2018-19 MIDYEAR REVIEW
City of Ukiah
Activity Summary
Fiscal Year 2018-19 'ryPP�'o��..��C1�1�d
Name Number Number of FTEs(department-wide)
Department FINANCE 13
Division UNDEFINED 27.28
Section UNDEFINED
Description Budget Summary
The Finance Department is responsible for all financial accounting,reporting,and management activities for the
City,
,(D ActualCity,serving over 150 internal customers and over 10,000 external customers.
It consists of five distinct,yet integrated divisions:
-Accounting
-Budget Development and Management
-Procurement
-Billing and Customer Service
-Information Technology(IT)
1 1
1
Imo Amount J,,d VIII Amount Awllabla
Activity Trends
Budgetary C;ornpc sffion
11IIIN2r. M :01,Ner Operating, IIII.Gepltdl VIII Fntumbrancas
-r,tM Budg,,2 )uuuuuuuulouuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuiuuuuuuuuulouuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuiuuuuuuuuulouuuuuuuuuuuuuu uuuuuuu
AmountAwllable ) '.
Amount Usec9
1,000,000 2,000,000 3,000,000 4,000,000 fS'000,000 6,000,000
Departnient A4titM y Over Last Three Years by C,C)r)1pC sffion
s,000,000
IM Revenue
2,1500,000 2,449,4642,329,141
2,182,153 VIII Fersor7nel
2,000,000 1,747,268 =Oiher Oparal:Ing,
1,543,656 1,566,589 VIII G'.p'n:al
1'i00,000 1,259,002
1,000,000
11102,913
5001000 196,461 189,747 156,860 131,619 93,131 41079
2,5001 IJ I III 3.477. 'Illllllllllllllllllllllllllll�
2016-17 Ao,M(full year) 2017-18 Actual(full year) 2018 19 f3uc94at. 2018-19 Actual(niid year)
Notes
1 Revenues do not include internal service charges to other funds or departments.
2
3
3
1
CITY OFUKIAH ATTACHMENT 1
2018-19 MIDYEAR REVIEW
City of Ukiah
Activity Summary
Fiscal Year 2018-19 'ryPP�'o��..t�C1�1�d
Name Number Number of FTEs(department-wide)
Department FINANCE 13
Division BUDGET DEVELOPMENT AND MANAGEMENT 132 1 .25
Section BUDGETING 1320
Description Budget Summary
The Budget Management Division is responsible for the development,revision,and monitoring of the City's budget. lB udget to
Actual
Activities Performed:
-Budget development process management
-Budget document design and presentation
-Budget compliance monitoring
-Special projects
1
Imo Amount J,,d VIII Amount Awllabla
Activity Trends
Budgetary C;ornpc sffion
11IIIN2-. 6 :01,Ner Upc,tlng, IIII.GZ,pltdl VIII Fntumbrancas
-r,tM f3udg,,2 iuuuuuuuulouuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuulouuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuui�uuiiiiiiiiiiiilouuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuu�uuiiiiiiiii«iloi
AmountAwllable i
Amount[Jse<9 IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIVIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIUIU!!lBNlfffff(Illlllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllll
150,000 100,000 150,000 200,000 250,000
Depar-tr-nent ActMty Over Last Three Years by C,C)r)1pC sffion
180,000
159,258 158,558 IIII Revenue
160,000
145,200 VIII Personnel
140,000
01br,r Operciting
120,000 VIII cap'n:al
100,000
80,000
60,000 48,833
37,716
40,000
20,000 _ _ _ _ _ _ _ f 6,309..
2016-17 Actual(full year) 2017-18 Ao,A(full year) 2018 19 f3uc98at. 2018-19 Actual(niid year)
Notes
1
2
3
4
2
ATTACHMENT 1
10
Fiscal Year 2019-20 �
U,,,,,,,,,,. �J C1 qUl
Uah
Budget Management Division .uu.�
Number Number of FTEs (department-wide)
Department 13
Division 132
Section 1320
Accomplishments From Fiscal Year 2018-19
Stated Objectives Status Department/Division Comments:
1 Launch OpenGov Performance Measures In Progress OpenGov Stories has been
and Stories on the City Website. deployed and available on the
City's website. Performance
Measures is still in development
phase.
........ ......... .........
2 Create procedures and train departments Completed Departments have been trained
how to update CIP narrative in the and will update project status on a
OpenGov environment. quarterly basis.
........ .........
3 Continue building OpenGov to enhance In Progress Continuing to work with OpenGov
communication both internally and on new platform ideas and deploy
externally. platforms for better
........................
communication.
4 Complete Budget Story. Completed Posted to City's Website and
presented to Council. This
document will be prepared
annually, coordinated with the
City's use of OpenGov.
5
5
3
ATTACHMENT 1
Future Objectives Fiscal Year 2019-20
Near-term Department/Division Comments:
1 Combine the divisions of budget To better meet the needs of the department's
management, accounting and internal internal customers and maximize the capacity
audit. and capabilities of department team members,
these divisions will be combined into one with a
strong focus on accounting, budget
management, and customer service, e.g.
accounts payable and payroll. Further, special
projects will be a function assigned to another
division to be created in the Department,which
will provide procurement, capital planning and
accounting, and special project accounting
services.
......... ......... ..........
2 Launch OpenGov Performance Measures Performance Measures is in the development
internally and externally. phase.
........ ....... ...... ........ ......... ......... ......... ......... ....... ......... ........ ......... ......... ......... .........
Continue building OpenGov to enhance This will be an ongoing process to review the
communication both internally and OpenGov Platforms to ensure continued
externally. communication and transparency.
......... ........ ........ ......... .........
3 Review budget process and procedures. Finance is working to find ways
to streamline the
process.
......... ......... ..........
4 Staff development and training. Cross training team members in budget
development.
......... ......... ......... ......... ......... ......... ......... ..........
5 Complete Budget Story.
Intermediate-term Department/Division Comments:
1 Set regular meetings with departments to This is an ongoing objective that will keep
review expenditures and revenues. communication open and help departments
become more proactive in the day-to-day
operations.
2
......... ......... ......... ......... .........
3
......... ......... ..........
5
.............................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................
Long-term Department/Division Comments:
1
2
......... ......... ..........
3
.... .... .... ... ..... ..... ....... .... ....... .... ............ ...................... .......... ....... .... ... ... . ... ... ... ... ... ... ... ... ... .
4
........ ......... ......... ......... ......... ......... ..........
5
6
4
CITY OFUKIAH ATTACHMENT 1
2018-19 MIDYEAR REVIEW
City of Ukiah
Activity Summary
Fiscal Year 2018-19 'ryPP�'o��..f�C1�1�d
Name Number Number of FTEs(department-wide)
Department FINANCE 13
Division BILLING AND CUSTOMER SERVICE 133 9.53
Section UTILITY BILLING 1330
Description Budget Summary
The Utility Billing Division is responsible for utility billings consisting of electric,water,wastewater,garbage and the
Ukiah
,(D Actual
Valley Sanitation District(UVSD). This Division is also responsible for the processing of Business License
applications in-house and miscellaneous billings.
Duties related to utility billing include issuing,processing,collecting,and applying payments received in person,mail,
phone,online and drop box.
The Division is dedicated to making sure the residents and our internal customers are treated with respect. Team
members take their role seriously and are dedicated to performing at the highest level.
Activities Performed:
Provide excellent customer service and support to the residents of the City of Ukiah and UVSD
-Generate billing for 8,000 plus City utility and UVSD wastewater accounts each month
-Work with the residents of the City of Ukiah on past due utility bills to ensure payments are made in a timely
manner
-Provide monthly billing to 160-200 miscellaneous billing customers,including airport hangar rentals,parking permits,
retiree benefits,miscellaneous job cost recoveries and insurance claims
-Perform all necessary collection documents on closed unpaid utility accounts as well as UVSD accounts
-Provide internal customer service while working closely with Planning,Building,Water,Wastewater and Electric
Departments
-Process and post all payments received on a daily basis:i.e.cash,check or credit card
-Meter reading services .
-Metering staff reads all utility meters and reports to staff any issues they may come up while reading meters(water
leaks,electric meter issues,sidewalk damage,etc.)in all types of weather conditions
�Illllllllll�lllllll�����)�III�
Imo Amount J,,d VIII Amount Avallabla
Activity Trends
Budgetary C;ornpc sffion
VIIIN(.6 :01,Ner Operating, IIII Gepltdl VIII Fntunlbrances
-r,tM f3udg,,2 iuuuuuuuulouuuuuuuuuuuuuuuuuuuuuuuuuuuuuulouuuuuuuuuuuuuuuuuuuuuiuuuuuuuuulluuuuuuuuuuuuuuuuuuuuuuuuuuuuuuulouuuuuuuuuuuuuuuuuuuuui uuuuuuuuuuuuuuuu
Amount Available IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIVIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII i IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII
Amount Usec9 IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIVIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIVIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII
200,000 400,000 600,000 800,000 1,000,000 1,200,000 1,400,000 1,600,000 1,800,000 2,000,000
Departnient A4titM y Over Last Three Years by C,C)r)1pC sffion
1,000,000
900,000 867,064 IIII Revenue
800,000 761,462 796,564 Illllf grsonnel
700,000 Oiher Oparal:Ing,
600,000 535,600 VIII G'.�p'n:al
499,364
300,000 442,267
400,000
.300,000 254,296
00 000
191,665 � 189,650 152,911
1II IIIIIIIIIIIIIII
100,000 100,000 93,131 74,461
2016-17 Ao,M(full year) 2017-18 Ao,M(full year) 2018 19 f3uc94at. 2018-19 Ao,A(niid year)
Notes
1 Revenues here do not include internal charges.
2
3
7
5
ATTACHMENT 1
Fiscal Year 2019-20
l ',, City of Ukiah
Utility Billing &Customer Service Division ml
Number Number of FTEs (department-wide)
Department 13
Division 133
Section 1330
Accomplishments From Fiscal Year 2018-19
Stated Objectives Status Department/Division Comments:
1 Coordinate with the Procurement In progress The division met with the Electric
Department to purchase a new Utility Department on several occasions
Billing System, Customer Information to begin the process. Due to
System(CIS). challenges maintaining adequate
staffing levels, this project has been
put on hold. Staff plans to re-
engage in the latter half of the third
quarter 2018-19.
........ ......... ......... _._ _._._._ _._._._._ _._._.... _._._._ _...-- -----
2 Implement a mobile/web base portal for Not started Due to staff changes this project
customers. has been put on hold. This will be
implemented when new Utility Billing
System CIS is installed.
3 Outsource monthly printing and UVSD Not started Due to UVSD Lawsuit this project
mailing. was placed on hold. Staff plans to
revisit this objective in 2019-20 (see
....
future objectives).
......... ......... ......... ......... ......... ..... .........
4 Inter-department training. In Progress Staff training is ongoing in the
department.
5 Work with a temp agency to hire Completed Retired employee was brought In to
temporary staff. successfully assist with new staff
training
8
6
ATTACHMENT 1
Future Objectives Fiscal Year 2019-20
Near-term Department/Division Comments:
1 Utility Billing Software. Complete procurement and implementation of CIS
system.
2 Over the counter Credit Card Payments. Research and implement a credit card system that
all departments can utilize, including standardizing
merchant servicers.
3 Inter-department training. Continue to cross train Customer Service
Representatives in all aspects of the Utility Billing
and Meter Reading departments.
..........
4 Outsource monthly print and mailing of Work closely with software support and Infosend on
UVSD billing. creating a monthly UVSD billing that can be printed
on an 8 1/2" x 1 1" statements and be mailed.
......... .......................................
5
Intermediate-term Department/Division Comments:
1 Procure new truck for Utility Service Current truck is beginning to show wear and tear.
Attendant. Will replace when truck reaches 120,000 miles.
2 _
.......................... ........ ......... ......... .........
3
......... ........ ......... ......... .........
5
Long-term Department/Division Comments:
1 Succession planning. Develop team members for potential
management and leadership positions.
......... ........ ......... ......... .........
2
......... ......... ......... ......... .........
3
.... .... .... .... .... ... ... ... .. ... ... ... ... ...
4
5 _
9
CITY OFUKIAH ATTACHMENT 1
2018-19 MIDYEAR REVIEW
City of Ukiah
Activity Summary
Fiscal Year 2018-19 'ryPP�'o��..f�C1�1�d
Name Number Number of FTEs(department-wide)
Department FINANCE 13
Division ACCOUNTING&REPORTING 134 8,25
Section ACCOUNTING 1340
Description Budget Summary
The Accounting and Internal Audit Division is responsible for the fiscal health of the City accurately recording receipt
of
,(D Actual
all money and expenditure of funds in accordance with all applicable laws and regulations. This includes
managing the processes and recording for day-to-day transactions,providing accurate reporting to the City
Council,City Manager,and other departments as well as performing high level,broad fiscal analysis of current
activities,and evaluating economic trends affecting the local economy.
As such,the Division is best viewed as providing two levels of service:internal and external. This concept applies to
operations,fiscal analysis,and advisory services.
One primary function of the department is to support the internal customers with answers as to how to
retrieve/analyze information from the current general ledger system as well as historical data.
A second function is to provide financial data to the City's external customers such as Federal,State and County
entities,bond holders,and the residents of the City of Ukiah.
Activities Performed:
Fiscal and advisory services:
-Primary advisor to the City Manager,City Council,and departments on fiscal and financial matters
-Provide leadership in the development and implementations citywide financial policies
-Perform internal audits of select city functions and activities looking for opportunities for efficiencies and report
results to City management
Internal and external operations:
-Perform all general accounting,accounts payable,and payroll processing for the City
-Financial reporting,including preparation of monthly financial statements for the Ukiah Valley Fire District and
Ukiah Valley Sanitation District,and quarterly financial reports to the City Council and the City's
F]Comprehensive Annual Financial Report(CAFR) ������� �
-Provide accounting for all City grants
-Perform all cost accounting tasks for work performed by the City on a cost reimbursement basis including water,
wastewater and electric jobs as well as major planning permits,FEMA,and EMMA
-Prepare monthly and quarterly tax returns
-Perform internal audits of all City departments,divisions,functions,and activities and provide recommendations for
improvements and efficiencies,if applicable,based on the innovation program and policies set forth by the City
Manager's Office
Imo Amount J,,d VIII Amount Avallabla
Activity Trends
Budgetary Cornposffion
11IIIN2r. M :01,Ner Operating, IIII.Geplt II VIII Fntumbrancas
-r,tM f3u g,,2 iuuuuuuuulouuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuiuuuuuuuuulouuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuiuuuuuuuuulouuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuu�i
AmountAwllabie
Amount usec9 IV
200,000 400,000 600,000 800,000 1,000,000 1,200,000
Departnient A4titM y Over Last Three Years by C,Or)1posffion
700,000
596,370 605,988 IIII Revenue
600,000
VIII Personnel
498,023
i00,000 - C)i her Operating,
394,274 VIII C.ipitad
371,352
400,000 335 609 331,414
300,000
200,000
95,522
100,000
13,000
2016-17 Actual(full year) 2017-18 Ao,A(full year) 2018 19 f3uc98at. 2018-19 Actual(niid year)
Notes
1
2
3
10
8
ATTACHMENT 1
Fiscal Year 2019-20 City jUkiah
Accounting Division
Number Number of FTEs (department-wide)
Department 13
Division 134
Section 1340
Accomplishments From Fiscal Year 2018-19
Stated Objectives Status Department/Division Comments:
1 Continue cross training of team In progress This improves the functional capacity
members. and allows for greater flexibility in
resources allocation.
........ ......... ......... ......... ......... ......... ......... ......... ......... ........_
2 Develop an internal audit function. Deferred Staff changes have caused the
department to re-evaluate its
capacity to implement this initiative.
........ ......... .........
3 Implement Munis asset module. Not started Staff intends to begin this project
before the end of FY 2018-19.
Responsibility for it will be transferred
to a proposed new division, which will
provide procurement, capital
planning and accounting, and
special projecting financial
management.
.... .... .... .... .... ... .. ... ... ... ... ... ... ........_ _...._._. _ ........ ._....... .._...... ..._..... ...._.... ....._... .........
4 Issue 2017-18 CA FIR by December 31, In progress Staff changes resulted in delays
2018. drafting the CAFR and preparing for
the audit. The department expects
to complete the audit and issue
financial statements by March 31,
2019.
------ ------ ----
5 Complete Transient Occupancy Tax Deferred The department intends to engage
(TOT) audit. this project in FY 2019-20.
......... ................................. .......................................................................a......................................................................................................._......................._......................._............
6 Begin regular quarterly financial In progress First and second quarter reports have
reporting. been completed and presented.
........ ......... .........
7 Implement Munis Electronic Time Deferred The department has been unable to
Sheets (ESS) and Attendance module. commit resources to this project due
to staff changes. Staff intends to re-
engage this initiative in FY 2019-20.
..... ....... ......... ....... .........
11
9
ATTACHMENT 1
Future Objectives Fiscal Year 2019-20
Near-term Department/Division Comments:
1 Combine the divisions of Budget To better meet the needs of the department's
Management and Accounting and internal customers and maximize the capacity
Internal audit. and capabilities of team members, these
divisions will be combined into one with a strong
focus on accounting, budget management,
and customer service, e.g. accounts payable
and payroll.
2 Enhance use of OpenGov and other The Department plans to deploy OpenGov for
electronic reporting platforms. budgetary and CIP reporting. Its use, however,
Specifically, develop and deploy the has far greater potential, which the Department
entire City budget through OpenGov for is committed to exploring, developing, and
FY 2020-21, including quarterly reports. implementing.
3 Implement Munis ESS Time and This will improve operational efficiency for
Attendance module. managers.
....... ......... ........ ........ ......... ....... ......... ......... .........
4 Complete TOT audit. A best practice in revenue auditing to ensure
collection of all bed taxes assessed in the City
and assist hoteliers with the process of collection
andre.......... .......... .......... .............. ............... ................ ..........................
5 Issue 2018-19 CAFR by December 31, This is a best practice in financial reporting by
2019. governmental agencies. It will be a continued
standard for the Department. The Department
intends to submit this document to GFOA for
consideration of its Excellence in Financial
Reporting award.
......... ......... ......... ......... .........
6 Complete implementation of Munis asset This will allow for a centralized store of capital
module. asset information and improve upon the
efficiency of tracking and reporting on assets.
Responsibility for it will be transferred to a
proposed new division, described in the
accomplishments section above.
Intermediate-term Department/Division Comments:
1 Develop and execute a succession plan This will allow to better plan for and implement
for professional and managerial-level strategies for retention and recruitment of
positions within the Department. .......... .._...... ............. .............. .............. ............... ................ ..........................
2 Complete an accounting policies and This effort will result in a living document that will
procedures manual. guide current and future team members on the
function of accounting and reporting.
Responsibility for it will be transferred to a
proposed new division, described in the
accomplishments section above.
................................................ .................................................................................................................. ......... ......... ......... .........
3
4 _
.... .... .... .... .... ... .. ... ... ... ... ... .......... ............ ............. .............. .............. ............... ................ ..........................
5
Long-term Department/Division Comments: 12-
10
ATTACHMENT 1
1 Review/re-evaluate MUNIS as the City's A general review of the current system is a best
Enterprise Resource Planning system practice to ensure it meets the current and
(ERP). future .......... .......... .......... ............... ................ .................. ......... .........
2
3
........ ......... ......... ......... ......... ........ ......... ......... ......... ......... ......... ......... ......... .........
4
5
13
11
CITY OFUKIAH ATTACHMENT 1
2018-19 MIDYEAR REVIEW
City of Ukiah
Activity Summary
Fiscal Year 2018-19 'ryPP�'o��..f�C1�1�d
Name Number Number of FTEs(department-wide)
Department FINANCE 13
Division PURCHASING 135 3,25
Section PURCHASING 1350
Description Budget Summary
The Purchasing Division of the Finance Department coordinates and executes the procurement of equipment,
supplies,
,(D Actualsupplies,construction contracts,and contractual services for all City departments,which includes maintaining the
warehouse inventory for the electric,water and wastewater utilities.
In addition,Purchasing facilitates the sale and/or disposal of surplus supplies and equipment.The primary goals are
saving the City money,and providing overall value.
The Purchasing Division provides many different levels of services to all departments. We pride ourselves in going the
extra mile,and assisting departments,whether it is product sourcing issues,contractual issues,orworking through
budget issues to complete a necessary purchase.
Activities Performed:
Advise and direct all departments regarding City purchasing policies and procedures
Monitor compliance with State and local laws and regulations
-Coordination of the purchase of City materials,supplies,equipment,construction contracts,and services
-Preparation of detailed specifications
-Create,review and approve purchase orders,contracts,and requisitions
-Manage bid and contracting process for all construction projects
-Manage and maintain inventory for the utilities
-Coordinate the documentation and identification of fixed assets
-Coordinate the sale of surplus equipment
-Prepare and present reports to Council
Resolve complaints and problems with vendors 1
Imo Amount J,,d VIII Amount Avallabla
Activity Trends
Budgetary C;ornpc sffion
VAIN-(. 6 :01,Ner Operating III4 Gepltdl VIII Fntunlbrances
-R,tM 3u g,,2
� iuuuuuuuulouuuuuuuuuuuuuuuuuuuuuuuuuuuuuulouuuuuuuuuuuuuuuuuuuuuiuuuuuuuuulouuuuuuuuuuuuuuuuuuuuuiuuuuuuuuulouuuuuuuuuuuuuuuuuuuuuiuuuuuuuuulouuuuuuuuuuuuuuuuuuuuuiuuuuuuuuulouuuuuuuuuuuuuuuuuuuuuiuuuuuuuuulouuuuuuuuuuuuuuuuuuuuuiuuuuuuuuull
AmountAwllable
Amount usec9 IVVVV
150,000 100,000 1150,000 200,000 2150,000 300,000 3150,000 400,000 450,000 100,000
Depar-tr-nent A4titM y Over Last Three Years by C,C)r)1pC sffion
400,000
364,666
IIII Revenue
3!50,000
296,438 VIII Personnel
300,000 Other Oparatl ng
2150,000 234,626 234,238 lull Capital
200,000
1!50,000
100,000 59,313 82,325 88,032
10,000 1,038 1 - - BURRIHIN111111 - 869 f 16,740...
2016-17 Arcual(full year) 2017-18 Actual(full year) 2018 19 f3uc9gat. 2018-19 Actual(niid year)
Notes
1
2
3
14
12
ATTACHMENT 1
Fiscal Year 2019-20 t City c!f Uig
Procurement Division
Number Number of FTEs (department-wide)
Department 13
Division 135
Section 1350
Accomplishments From Fiscal Year 2018-19
Stated Objectives Status Department/Division Comments:
1 Move Electric Utility Department (EUD) Not started The move is contingent upon the
inventory and organize new warehouse progress of the property and
facility at Hastings property. warehouse development, which is
still in progress, and not yet
completed.
.._._.._ .._....._ .......... ..._.... ._....._. ._.._._.._._.._._.
2 Convert to Munis inventory module and Not started The move is contingent upon the
implement barcode system. progress of the property and
warehouse development, which is
still in progress, and not yet
completed.
........ ......... ......... ....... ......... - -------- -------- -----------------
3 Review of procurement policies for In progress
efficiencies and compliance
improvements.
4 Procurement staff development and In progress
training.
5 Capital Improvement Budget (CIP), In progress Council adopted City's first five-
Budget Development and Reporting. year CIP in 2018-19.
15
13
ATTACHMENT 1
....... ........ ........ ........ ........ ........ ........ ........ ........ ........ ...............................................................................................................................................................................................
Future Objectives Fiscal Year 2019-20
Near-term Department/Division Comments:
1 Restructure the division to include the To better meet the needs of the department's
services of capital planning and internal customers and maximize the capacity
accounting, and special project financial and capabilities of team members, this division
management. will be restructured into one with a strong focus
on accounting, special project financial
management, capital management, and
customer service, e.g. central procurement
services.
.............................................................................................................. ......... .......
.. ......... ......... ......... ......... ......... .................
2 Review and update procurement
thresholds.
........ ......... ......... ....... ......... ......... ......... ......... ......... ......... ..................
3 Review disposal of surplus property
policies and procedures to improve
efficiencies.
........ ......... ......... ......... ......... ......... ......... ......... ......... .................
4 1 Update travel policies to accommodate .
new electronic travel expense software,
and initiate program.
.................................... ................... ........ ......... ................................................................................................................................................................................................
5 Create credit card use policies and
procedures, and initiate program.
6 Complete implementation of Munis asset This will allow for a centralized store of capital
module. asset information and improve upon the
efficiency of tracking and reporting on assets.
Intermediate-term Department/Division Comments:
1 Complete an accounting policies and This effort will result in a living document that
procedures manual. will guide current and future team members on
.... .... ..... .... ..... ... ... .... .... .... ._.. ... ._.. ... the function of accounting and reporting.
2
...........................................................
3
4
.... .... ..... ... ..... ..... ... ... .... .... .... ..... ... ..... ... ........ ........... ............ ............. .............. ............... ......_.......... .................
5
Long-term Department/Division Comments:
1
........ ......... ................................................................................................................................................................................................
2
3
................................................... .............. ........ ......... ................................................................................................................................................................................................
4
16
14
CITY OFUKIAH ATTACHMENT 1
2018-19 MIDYEAR REVIEW
City of Ukiah
Activity Summary
Fiscal Year 2018-19 'ryPP�'o��.>t�C1�1�d
Name Number Number of FTEs(department-wide)
Department FINANCE 13
Division IT 139 5•00
Section IT 1390
Description Budget Summary
The Information Technology Division provides management and technical services for the City's computer,network, C1au�1 (D Actual
and telephone systems.These include the City's Enterprises,Public Safety,Finance and Administration departments.
The IT Department provides end user technology training to all departments either through in-house training and/or
outside service providers to ensure that City staff keep up with emerging trends. IT empowers City staff through the
use of technology.
Activities performed:
-System planning,maintenance,network security,and back-ups
-Internet access and oversight tuser applications
rt.
Serice calls fortechical support.
The IT Department provides direct customer support to employees through desktop installation,configuration,repair,
and network access services.
I
411JJ�
111�����lfflllllllllllll�lll�llllllllkll�
III Amount J,,d VIII Amount Available
Activity Trends
Budgetary C;ornpc sffion
VIII Personn(d :01,NerOp—ting, IIII GZ,pltdl VIII Encumbrances
rotall3urigel iuuuuuuuulouuuuuuuuuuuuuuuuuuuuuuuuu�uuiiiiiiiiiiiilouuuuuuuuuuuuuuuuuuuuuuuuiuuuuuuuuulouuuuuuuuuuuu uuuuuu
Amount Avcilcbl!'IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIVII
Amount usec9 IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIUIU!!lBNiiffff(IIIIIIIIIIIIIIIIIIIIII 1111111111111111
(200,000) - 200,000 400,000 600,000 800,000 1,000,000 1,200,000 1,400,000 1,600,000
Departnient ActIvI y Over Last Three Years by C,C)r)1pC sffion
1,000,000 930,939
IIII flevenue
900,000
VIII f-�rsonnel
800,000
700.000 609,783 649,934 01, rOparal:Ing,
IIIII(.ipll,.il
600,000 523,753
100,000 466,971
400,000 380,672 316,434 309,961
300,000
200,000
100,000 3,758 2,500 96
3,080 f 31619 IIIIII4WIIIIIOIIWIWIIII
26477 V _
2016-17 Ao,M(full year) 2017-18 Ao,M(full year) 2018 19 f3uc94at. 2018-19 Ao,A(niid year)
Notes
1
2
3
17
15
ATTACHMENT 1
1
Fiscal Year 2019-20 << City qj Ukiah
Information Technology Division N
Number Number of FTEs (department-wide)
Department 13
Division 139
Section 1390
Accomplishments From Fiscal Year 2018-19
Stated Objectives Status Department/Division Comments:
1 Contract Services displacement. Completed Through the use of ongoing training, the
Information Technology (IT) department
has been able to reduce contract
services cost by completing work in-
house.
2 South and North Fire Stations; City Completed/ South Fire Station has connectivity to the
connectivity. In Progress Civic Center. North Fire Station is in
progress.
--- --- --- --- ---- ........ ..........
3 Work to increase security. In Progress IT is creating training courses for
employees to combat cyber- attacks
along with utilizing software to simulate
attacks.
4 Azure Infrastructure Cost Not Started The Microsoft 365 licenses has not been
Evaluation. approved by Microsoft;which will allow
us to move forward.
5 iNet, Intranet, SharePoint In Progress There is a test site on premise and we
Migration. are ready for the full cloud cutover.
18
16
ATTACHMENT 1
Future Objectives Fiscal Year 2019-20
Near-term Department/Division Comments:
1 Increase automation. Deploy automated resources and workflows to
reduce staff time needed for various processes.
2 Implement Cardlock Phase 2 . Will improve access security for all officers and staff
within the Police Department (PD).
......... ......... ......... ......... ......... ......... ......... ......... ......._
3 Create City staff training plan. Schedule regular trainings for staff to enhance
technology use.
......... ........................... .................. ......... ......... ......... ................................................................................................................................_
4 Update Network Core Infrastructure. End of life replacement for network core
infrastructure.
5 Create IT staff training plan. Keep IT staff up-to-date on changing technologies
wifh regular training schedules.
Intermediate-term Department/Division Comments:
1 Add network redundancy. Create failover network design to reduce downtime
when hardware fails.
2 Create Internet redundancies. Expand internet connection redundancy through
multiple internet providers where possible.
3 Update firewall hardware. End of life replacement for Checkpoint firewall.
................................................................ ......... ......... ......... ......... ......... ......... ......... ......... ......... ......._
4 Standardize hardware refresh. Create hardware refresh guidelines to keep
hardware within manufacture warranty coverage.
......... .................. ......... ......... ......... ................................................................................................................................_
5 Implement Azure automation. Automate server creation/destruction to allow for
more cost effective use of Azure services.
Long-term Department/Division Comments:
1 Reduce Onsite Hardware Costs. With our move to cloud technologies we will see a
reduction in on-site hardware costs.
2 Work to increase security. Consistent training along with using security solutions
to reduce risk.
3 Offset vendor cost. Through the use of Azure automation tools.
4 Utilize newer technologies objectively. Keep updated on technology changes as it applies
to the City.
5 Evaluate Connected City Initiatives. Internet of Things (IOT) connections and other Smart
City initiatives.
..... ........ ......... ......... ......... ......... .........
19
17
Agenda Item No.: 3a
MEETING DATE/TIME: 9/6C2019
0/0
PEAK ITEM NO:
�
AGENDA SUMMARY REPORT
SUBJECT: Presentation to Council on the Updating of the City of Ukiah Housing Element, Including an
Overview of Process, Timeline, and Expectations; and provide additional direction if necessary.
DEPARTMENT: Comrnunity_Oeweloprnent PREPARED BY: Craig Schlatter
ATTACHMENTS:
Attachment l- Ukiah Housing Strategy Overview
Attachment 2-City-of-Ukiah-Housing-Element-Final-2016
Attachment 3- HCE)6th HE Update Schedule
Attachment 4-OPR_HousingElement Completeness Checklist
Summary: Staff will provide a presentation to Council on the updating of the City of Ukiah Housing Element,
including anoverview ofprocess, timeline, and expectations.
Background: The City is required to adopt a housing element at least every four, five, or eight years according
to direction from the California Department of Housing and Community Development (HCD). The housing
element is one of seven required elements of the General Plan but m ust be updated more frequently than other
elements, on a schedule determined by HCD in coordination with regional councils of government and
jurisdictions. The City's housing element was last adopted in 2016 and encompasses a five-year planning
period, from June 3O. 2O14toJune 3O. 2O19.
Implementing ahousing plan that works b» support the development ofall types ofhousing ioarecommended
action in the City of Ukiah 2019 Strategic Plan. The City has been successful in supporting the development of
RECOMMENDED ACTION: Receive presentation and provide direction.
BUDGET AMENDMENT REQUIRED: No
CURRENT BUDGET AMOUNT: N/A
PROPOSED BUDGET AMOUNT: N/A update tobecompleted byCity staff inthe planning and housing divisions.
FINANCING SOURCE: N/A
PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A
COORDINATED WITH: N/A
new housing in Ukiah, and updating the plan is necessary to ensure its relevance as housing conditions change
and for achieving long-term housing market stability. The City of Ukiah's current housing plan is a combination
of a housing strategy adopted by Council in 2017 (Attachment 1) and the City's 2014-2019 Housing Element
(Attachment 2).
Discussion: The City has been informed by HCD that its next housing element planning cycle, the 6th cycle, is
to be eight years and for the planning period August 15, 2019 to August 15, 2027 (Attachment 3). HCD has also
directed that the City's 2019-2027 Housing Element be adopted no later than 120 calendar days after August
15, 2019, the start of the planning period. New penalties for cities and counties out of compliance with Regional
Housing Needs Assessment (RHNA) housing production goals and/or housing element certifications were
enacted by the State legislature with the passage of the 2017 housing bills, and failure to adopt the housing
element by 120 days after August 15th would result in a variety of penalties, including that the City may no
longer be eligible for certain types of State funding. The City would also be required to update its housing
element every four years for at least the next two consecutive revisions. Currently, the City of Ukiah is one of
24 cities and counties (out of 539) in the State that is in full compliance with SB 35 and its RHNA housing
production goals.
Staff plans to conduct the update of the City's housing element in-house with staff from the planning and
housing divisions. Two community workshops are scheduled at the beginning of the update process to allow
public input to guide the update and assist in setting goals. Workshop#1, scheduled for March 21, 2019, will
provide background information and progress made since the 2016 update to the housing element. Staff
intends to divide participants into groups, with each group reviewing the actions in the 2014-2019 Housing
Element that pertain to one or two of the existing Goals and Policies/Implementing Tasks. Goals and/or
Policies/Implementing Tasks will be revised, removed if no longer relevant/realistic, or added to if participants
feel additional areas need to be addressed. Based on the input from Workshop#1, a draft of 2019-2027
Housing Element Goals and Policies/Implementing Tasks will be developed and shared with participants at
Workshop#2, which is tentatively scheduled for April 25, 2019. At this second workshop, participants will be
invited to provide comments on the draft Goals and Policies/Implementing Tasks. Spanish translation services
will be provided at both workshops, and flyers announcing the workshops will be in both English and Spanish.
After conducting the workshops, the following tentative timeline is planned for the remainder of the update
process:
March - April 2019- Staff updates housing needs, site inventory and analysis, housing constraints, and program
requirements. This will be a research-heavy phase, where Staff will update several different data points.
Attachment 4 contains a Completeness Checklist from the State Office of Planning and Research (OPR)
General Plan Guidelines Housing Element Chapter, describing all the data that is required to be
gathered/updated. Public input received on the Goals and Policies/Implementing Tasks will also be further
refined during these two months, and the narrative portions of the housing element will be updated to reflect the
updated data and workshop participants' input. A General Plan consistency analysis will also be conducted
once the Draft Housing Element is completed.
May 5, 2019- Staff sends the Draft Housing Element to HCD, and HCD has 60 days to provide comments.
Staff will attempt to secure comments from HCD earlier if possible.
July 5, 2019- Staff revises Draft Housing Element based on HCD comments.
July 7, 2019- Staff releases the Notice of Intent (NOI) for the CEQA Initial Study/Negative Declaration (IS/ND)
for the Draft Housing Element. The NOI and IS/ND will also be sent to the State Clearinghouse. This starts the
30-day comment period.
August 6, 2019 - 30-day comment period ends for CEQA IS/ND.
2
2
August 14, 2019 - Staff presents 2019-2027 Draft Housing Element and IS/ND to Planning Commission for
recommendation to City Council.
Late August or early September- Staff presents the Draft Housing Element to the Mendocino County Airport
Land Use Commission (ALUC) for a determination of consistency with the Airport Comprehensive Land Use
Plan. Per Section 1.3.2 of the Mendocino County Airport Comprehensive Land Use Plan, the housing element
must be referred to the ALUC prior to adoption of the housing element by the City Council.
September 18, 2019- City Council meeting to consider adoption of the updated Housing Element and CEQA
IS/ND.
Upon approval/adoption of the Housing Element and IS/ND by the City Council, Staff will immediately send the
adopted Housing Element to water and sewer providers in the City's sphere of influence, per statutory
requirements enacted by SB 1087. Staff will also send the adopted 2019-2027 Housing Element to HCD, which
has 90 days to review the adopted Housing Element. Once HCD approves the City's Housing Element, the
Housing Element becomes certified and the process is complete.
Staff is currently assembling a community outreach contact list to release information about workshops and
other key dates in the housing element update process. The contact list will be comprehensive, spanning
representatives from as near to every sector of the Ukiah community as possible. Staff will also set up a
Housing Element web page and post updates on the City's Facebook page. Through these community
engagement efforts and in addition to fulfilling State requirements, one of the goals of the housing element
update will be to produce a streamlined document that is more realistic, accessible, and implementable.
3
3
Attachment 1
Cit
of Ukiah
CITY OF UKIAH HOUSING STRATEGY
OVERVIEW
The City of Ukiah will develop programs and tools designed to stimulate the Ukiah housing
market. Through a two-part strategy, the City will deploy new funding, analyze zoning policy for
regulatory relief, and continue the utilization of successful incentives to encourage additional
housing production for affordable ("low- and moderate-income") and middle-income households.
Key components of this strategy are presented below.
1. Affordable Housing Strategy
Ukiah's affordable housing strategy is targeted at households with incomes of no more than
80% of Area Median Income. Central to this strategy is the creation of a housing trust and
revolving loan fund- the Ukiah Housing Trust Fund.
, R
r RR
r
�l�ri✓�r'o�✓I/ i r �iN fr, � �b�i i
Picture of Sun House Senior Apartments—PEP Housing,October 2017
A. Ukiah Housing Trust Fund (UHTF)
The UHTF will serve as the umbrella for all affordable housing activities, including new
and existing housing grants and programs. This provides a centralized and recognizable
resource for participating households and affordable housing developers.
Principal funding for the UHTF and its corresponding revolving loan fund is derived from
former Redevelopment Agency housing bond proceeds. A majority of this funding is
expected to be awarded to affordable housing developers in the form of below market
interest rate loans and grants towards the production of housing units. Federal and state
programs operated through the UHTF will largely focus on individual households.
B. Activities Funded by the UHTF
Activities funded are expected to include, but may not be limited to, the following:
1. Creation of new affordable units;
2. Purchase of vacant and underutilized land (land assembly) for the purpose of
facilitating future affordable housing production
4
Pagel of 2
3. Assistance with multi-family housing rehabilitation projects;
4. Conversion of market rate units to affordable housing units;
5. Preservation of existing affordable housing;
6. Construction of accessory dwelling units;
7. First time homebuyer loans;
8. Single-family housing rehabilitation loans; and
9. Predevelopment assistance to non-profit and for-profit developers with project
feasibility and preliminary design studies for potential affordable housing projects.
C. UHTF Guidelines and Deployment Allocations
Prior to the launching of the new Housing Trust Fund, Staff will develop UHTF guidelines
for City Council review and approval. Included will be recommended deployment
allocations for each of the major activities of the UHTF.
D. Marketing and Engagement
Housing Division Staff will design a marketing and engagement approach aligned with
existing Visit Ukiah and other City of Ukiah marketing strategies. The approach is
expected to include the development of marketing materials like informational flyers and
handouts and the creation of a new Housing Division webpage. It is anticipated that
existing Community Development and Planning Department webpages will be updated
during the drafting of the new Housing Division webpage so that Department programs
and resources are more synergized.
Included in the marketing and engagement strategy will be a highlight of existing
incentives and tools such as the Fee Deferral Program, Title 24 Rebate Program and
other energy rebates available to developers.
2. Middle-Income Housing Strategy
Ukiah's Middle-Income Strategy seeks to remove impediments to housing development
through regulatory relief and innovative zoning practices.
A. Regulatory Relief Analysis
Staff will investigate zoning ordinances and Ukiah City Code for possible relief and
present a report with recommendations to Council. Specific areas of analysis will include
the following:
• By-right residential uses in other zoning districts
• Reduction of parking and setback requirements
• Development of an offsite mitigation bank for Low Impact Development (LID)
B. Community Benefit Zoning
This is perhaps the most experimental approach in the City's Housing Strategy. Staff will
research possible regulations and policies to establish incentive-based zoning towards
encouraging additional housing opportunities affordable to middle income households. A
report of findings, with recommendations, will be presented to the Planning Commission
for input prior to being presented to City Council. Included will be a short feasibility
analysis into utilization of a Neighborhood Pilot Program and Middle Income Citizen
Advisory Board.
5
Attachment 2
Cit kiah
2014-2019
General Plan Housing Element Update
March 2016
iart�l�YA�k�Wt
r
111 ED
Prepared by the
Department of Planning and Community Development
Charley Stump, Director
6
Table of Contents
Background............................................................................................................................ 5
Whatis required?.................................................................................................................... 5
Whoare we?.......................................................................................................................... 7
What have we accomplished in the past?.................................................................................10
What are we currently working on?.........................................................................................13
What are our guiding principles for housing?............................................................................14
Do we have a new housing strategy? ......................................................................................14
CommunityParticipation.........................................................................................................15
Who needs housing in Ukiah? .................................................................................................17
What services are provided to the homeless? ..........................................................................17
Where can homeless facilities be located?................................................................................20
What can the City do to assist the homeless?...........................................................................21
Isfarm worker housing needed?.............................................................................................21
Is transitional and supportive housing needed? ........................................................................22
Is there a high number of female heads of households?............................................................22
Is there a high number of extremely low income households?...................................................21
Are there other types of special needs housing?.......................................................................22
Is there overcrowding in Ukiah?..........................................................................................24
Elderly
Population.....................................................................................................................................26
LargeHouseholds..........................................................................................................................27
What types of housing are needed?.........................................................................................29
What types of housing does Ukiah have?.............................................................................29
7
2
2014-2019 City of Ukiah
Updated General Plan Housing Element
How much housing is needed?................................................................................................30
What is the vacancy rate by tenure?....................................................................................30
Where can new housing be located?.........................................................................................32
Are there constraints to housing development? ........................................................................36
Can certain constraints be overcome?......................................................................................39
Landuse controls...................................................................................................................43
Militarycompatibility...............................................................................................................52
Crime prevention through environmental design.......................................................................52
Safety and high density housing management .........................................................................54
Are there any at-risk units in the City?.....................................................................................54
Greenhouse gas emissions and global warming........................................................................56
Opportunities for energy and water conservation......................................................................57
Housing Goals and Policies: What do we want to happen?
Implementation Programs: How do we get there?
Tracking Progress: How will success be measured? ................................................................58
Five-year quantified objectives................................................................................................70
AnnualReporting ...................................................................................................................70
Consistency with other General Plan Elements..........................................................................72
8
3
2014-2019 City of Ukiah
Updated General Plan Housing Element
List of Tables:
Table1: Population 2004-2014...............................................................................................................7
Table 2: Community Characteristics.......................................................................................................7
Table 3: Average Rental Costs................................................................................................................9
Table 4: Median Home Prices —June 2008 through June 2013.........................................................9
Table 5: Ukiah Households Overpayment by Tenure........................................................................ 10
Table6: Housing Production ................................................................................................................. 12
Table7: Public Outreach........................................................................................................................ 15
Table 8: Female Heads of Household.................................................................................................23
Table 9: Overcrowding by Tenure.......................................................................................................24
Table 10: Persons with Disabilities.......................................................................................................25
Table11: Senior Households.................................................................................................................26
Table12: Large Family Households.....................................................................................................27
Table13: Housing units by Type..........................................................................................................29
Table14: Housing Vacancy...................................................................................................................29
Table 15: 2013 Mendocino Council of Governments Regional Housing Needs.............................30
Table 16: 2015 Housing Production.....................................................................................................30
Table 17: Vacant and Underutilized Land............................................................................................31
Table 18: Redevelopment Sites............................................................................................................32
Table19: Constraints..............................................................................................................................36
Table 20: Airport Master Plan Requirements......................................................................................39
Table21: Zoning Standards...................................................................................................................43
Table22: Planning Permit Fees............................................................................................................45
Table 23: Development Review Process..............................................................................................47
Table 24: Multi-Family Projects on the Market in 2013.....................................................................54
Table 25: 2009-2014 and 2014-2019 Housing Goals Comparison..................................................57
Appendix A: Implementation Program Table: What, Who, How Much, and When?........................74
Appendix B: Vacant and Underutilized Land .........................................................................................86
Appendix C: Review of the 2009-2014 Housing Element....................................................................97
AppendixD: Zoning Matrix.................................................................................................................... 108
9
4
2014-2019 City of Ukiah
Updated General Plan Housing Element
00 "
Housing Element
2014-2019 Ukiah General Plan Housing Element Update
Background
Every California city and county is required to include a housing strategy in its general plan that
establishes housing goals, policies, and programs that respond to the community's housing
conditions and needs. The City of Ukiah adopted its last updated Housing Element in 2011.
The California Department of Housing and Community Development found the Element to be in
substantial conformance with State law later that same year. This Housing Element updates
that document, discusses who we are as a community, what the City has accomplished in the
past in regard to housing, what the key issues are for the next five years, and how the City
intends to respond to those issues and address the housing needs of the community.
The primary housing challenge for the City of Ukiah over the next five years is how to meet
local housing needs with a slumping economy, municipal structural deficit and the loss of the
City Redevelopment Agency that has provided millions of dollars in funding over the past 20
years.
The City updated its General Plan Housing Element in 2011 (2009-2014) and it was certified by
the State Department of Housing and Community Development. The City, with limited staff
resources and funding has had success implementing the programs contained in the Element.
The 2014-2019 updated Housing Element builds on this success and focuses on what can
realistically be achieved in the coming years given anticipated limited Staff and financial
resources.
What is Required?
The Housing Element responds to Ukiah's housing needs by identifying policies and
implementing actions for meeting those needs. State law defines the general topics that Ukiah's
Housing Element must cover. Specifically, the element must: (1) document housing related
conditions and trends; (2) provide an assessment of housing needs; (3) identify resources,
opportunities and constraints to meeting those needs; and (4) establish policies, programs and
quantified objectives to address housing needs.
Overview of State Law Requirements
10
5
2014-2019 City of Ukiah
Updated General Plan Housing Element
State law establishes requirements for all portions of the General Plan. However, for the
Housing Element, the State requirements tend to be more specific and extensive than for other
elements. The purpose of a Housing Element is described in Government Code
§65583.
"The housing element shall consist of an identification and analysis of existing
and ,projected housing needs and a statement of goals, ,policies, quantified
objectives, and scheduled ,programs for the ,preservation, improvement, and
development of housing. The housing element shall identify adequate sites for
housing, including rental housing, factory-built housing, and mobilehomes, and
shall make adequate ,provision for the existing and ,projected needs of all
economic segments of the community."
While jurisdictions must review and revise all elements of their General Plan on a regular basis
to ensure that they remain up to date, State law requires that Housing Elements be reviewed
and updated at least every five years. The process of updating Housing Elements is to be
initiated by the State through the regional housing needs process, as described later in this
document. The regional housing needs process was recently conducted in 2008.
State law is also quite specific in terms of what the Housing Element must contain:
1. "An assessment of housing needs and an inventory of resources and constraints relevant
to meeting these needs . . ."
2. "A statement of the community's goals, quantified objectives, and policies relative to the
maintenance, preservation, improvement, and development of housing . . ."
3. "A program which sets forth a five-year schedule of actions the local government is
undertaking or intends to undertake to implement the policies and achieve the goals and
objectives of the housing element through the administration of land use and
development controls, provision of regulatory incentives, and the utilization of
appropriate federal and state financing and subsidy programs when available . . ."
4. The Housing Element must: (1) identify adequate sites with appropriate zoning densities
and infrastructure to meet the community's need for housing (including its need for very
low, low and moderate income households); and (2) address, and where appropriate
and legally possible, remove governmental constraints to housing development.
5. An assessment of homeless needs and the opportunity for the creation of emergency
shelters and transitional/supportive housing. The opportunity must encourage these
facilities while providing flexibility for existing local strategies and cooperative efforts.
6. An evaluation of Military Compatibility and whether or not the City of Ukiah meets one of
the three criteria that require measures to ensure compatibility.
This updated General Plan Housing Element contains these required ingredients, but begins
with who we are as a community, what we've accomplished in terms of housing, and what our
guiding principles are.
11
6
2014-2019 City of Ukiah
Updated General Plan Housing Element
Who Are We?
Ukiah is a diverse community with a variety of cultural influences. There is a significant senior
population and a growing Hispanic population. There is also a significant homeless population
with an increase in homeless persons unwilling to utilize the local shelter facility and other
services. Even so, the local Plowshares Peace and Justice Center dining hall served 60,678
meals to those in need in 2012.
There is also a dedicated number of people working in the public and social service fields who
are committed to creating opportunity for and developing affordable shelter. While local, State
and Federal funding has decreased for affordable housing projects, the City of Ukiah has
explored new ways to provide assistance. The City has also modified its zoning code to provide
more opportunity for affordable housing, and purposefully maintained low fees for planning
permits for affordable housing projects.
Interestingly, according to the State Department of Finance Demographic Unit, the City's
population declined between 2004 and 2008. Overall, the population has decreased 187 people
since the 2004 Housing Element was adopted and certified.
Table 1 — Population 2004-2015
Year Population Population Growth
2009 15,711
2010 16,075 364
2011 15,926 Minus 149
2012 16,030 104
2013 16,065 35
2014 16,072 7
2015 16,073 1
Source: State Department of Finance 2015(IL .dof.ca.gov)
Table 2—Community Characteristics
City Area Size 4.2 square miles
Vacant/Underutilized Land 105 acres
Vacant Residential Units(%) 1.5%
Occupied Housing Units 94.9%
Persons Per Household 2.49 (2015)
Median Age 36.3
Sex Percentages Females = 51.9% (8,336) Males = 48.1% (7,739)
Median Income $58,900 (2015) $37,772 (2015) $42,125 (2015)
Senior Citizens(over age 65) 2,331 (14) (2013)
12
7
2014-2019 City of Ukiah
Updated General Plan Housing Element
Children Under 5 Years Old 1173 (7.3%) (2010)
Median Age 36.3 Years
Individuals Below Poverty Level 17.8% (2012) (18.3% in 2011)
Total Housing Units 6,523 (2015)
Owner-Occupied Housing Units 2,650(43%)
Renter-Occupied Housing Units 3,510(57%)
Median Single Family Home Rental $1,114(2015) $921 (2013) $976(2011)
Median Home Sales Price $306,800,000(Dec, 2014)
Extremely Low Income Households 941 -Approximately 17% (year 2011) (20% in 2000)
Mobile Homes 439
Mobile Home Tenants Significant number of single women over the age of 65 with
an average annual income of less than $12,000.
Homeless Shelter Daily Average Approximately 127 people
Homeless Shelter Statics (2015-2016) An average daily bed count of 127 between Nov—Feb 2015-
2016. A total of 8 children stayed at the shelter between
Nov—Feb 2015-2016. 8 people achieved permanent housing
during the same time frame.
Free Meals Served at Plowshares and Meals 63,000 (1,500 children) in 2015
on Wheels
People who Speak a Language Other Than 2,699 (19.2%)
English at Home
Average Household Size 2.48 people in 2015 (2.47 in 2009)
Those in the Labor Force 6,522 in 2015 (7,124 in 2009)
Largest Employers Ukiah Valley Medical Center, MC Social Services
Female Heads of Household 15.8% (as a percentage of total population) (14.3% in
2004)
Unemployment Rate Since 2005 the unemployment rate in Ukiah has ranged
from 4.1% in October 2006 to 12.6% in March 2010, to
9.3% in 2012. The current unemployment rate for Ukiah is
7.4% in June 2013.
Mendocino County: 7.9% (July, 2013)
California: 9.3% (July, 2013)
Ethnic Percentages White = 62.9%
Hispanic = 27.7%
Indian = 2.7%
Asian = 2.5%
Black = 1.0%
Source: State Dept of Finance; MC Economic/Demographic Profile,CED Chico; MC WIB Economic Scorecard;www.city-data.com
2015
*NOTE: A person with disabilities is someone who has a physical or mental impairment that limits a
major life activity; has a record of such impairment; or is regarded as having such an impairment. People
in recovery for substance abuse are also protected by fair housing laws; however, current users of illegal
controlled substances are not protected by fair housing laws unless they have a separate disability
(Federal Fair Housing Amendments Act, 1988).
13
8
2014-2019 City of Ukiah
Updated General Plan Housing Element
Table 3—Average Rental Costs
Housing Type 2004 2009 2013 2015
3/2 Single Family Home $1,280 $1,370 $1,163 $1,431
Studio Apartment $630 $700 $700 $800
2-Bedroom Apartment $730 $810 $815 $1,114
2-Bedroom Townhouse $840 $910 $900 $1,114
Source: Ukiah Daily Journal,Craig's List 2015
Rental costs for single family homes have decreased and rental costs for and studio apartments,
2-bedroom apartments and 2-bedroom townhomes have remained the same since 2009.
Table 4—Median Home Prices—June 2008 through June
Home Sales in Ukiah, CA
Count Price
350... $350,000
300... $300,000
260 $250,000
Count of
200 $200,000
Home Sales
per Quarter
150III Jill Jill
... $160,000
i
100... $100,000
11111 Jill
.1111Jill Jill
50... . ...... ; .... .... IIII 1111 50 000
$ � Median Price
11 rv ; ry rv ; ry ry ry III;
O...0 IIII IIII IIII VIII � II $0
Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2 Q3 Q4 Q1 Q2
2013 2008 2009 2010 2011 2012 2013 C y ,at aom,
(Source: www.city-data.com 2013)
The median home price is have increased slightly from approximately $240,000 to $250,000
since 2011. In June of 2009, there were 148 foreclosure homes for sale on the Ukiah market.
In September of 2013, there were between 36 and 53 foreclosure homes in the City limits.
Overpayment: U.S. Census data reveals that 1,909 of 6,523 (29) lower income households
used more than 30% of their income for housing costs. This reflects the slow growth and
14
9
2014-2019 City of Ukiah
Updated General Plan Housing Element
development in the City and region in terms of new housing stock, and the relatively high
monthly cost for rental units.
Table 4 Ukiah Households Overpayment by Tenure
Renters Owners Totals
Number Percentage Number Percentage Total Percentage
Households
Extremely Low 769 91% 172 69% 641 87%
Very-Low 287 37% 287 37% 638 55%
Low Income 618 67% 515 41% 630 55%
Moderate 647 29% 440 63% 472 43%
*U.S. Census Data 2010
Implementing Tasks are included in this Housing Element to address the overpayment issue.
These include limiting the conversion of rental units to condominiums, limiting the conversion of
single family homes to professional offices, pursuit of the consideration of an inclusionary
housing ordinance, supporting applications for affordable rental housing financing, amending
the zoning code to allow single room occupancy developments by right, permitting small lot
subdivisions, and working closer with affordable housing advocates and developers to facilitate
affordable rental housing.
What Have we Accomplished in the Past?
Since 1990, 169 single family residential units and 349 multiple family units have been
constructed in the City for a total of 518 residential housing units. The relatively low numbers
over the past five years are a result of the lack of vacant land, a lack of unconstrained land,
increased land prices, and a slumping economy.
The majority of new residential units over the past ten years have been affordable and market
rate apartments, sweat-equity affordable units, and special needs housing. Even still, shortages
remain for these types of housing.
The major affordable housing accomplishments the City has achieved include:
• The contribution of over 4-millon dollars of Redevelopment Agency Housing funds to
affordable housing projects since 1991.
• Established and maintained lower planning permit fees for affordable housing projects.
• Modified the commercial zoning district regulations to permit affordable and high density
housing in all commercial zones.
15
10
2014-2019 City of Ukiah
Updated General Plan Housing Element
• Modified the Planned Development zoning regulations to provide a tool for affordable
housing projects to achieve maximum densities and receive relief from development
standards.
• Modified the zoning code to establish density bonuses for affordable housing projects.
• Modified the zoning code to establish reasonable accommodation requirement for
persons with disabilities.
• Encouraged the maximum possible densities in affordable housing projects and granting
density bonuses.
• Sponsored HOME grants for affordable housing projects.
• Utilized CDBG funds for a variety of affordable housing related projects.
• Ongoing Staffing of the RDA Low and Moderate Income Housing Advisory Committee.
• Completed a Housing Conditions Survey in 2008 and secured a HOME grant for
residential rehabilitation projects in 2009/2010.
• Approved and helped fund the permanent Buddy Eller Homeless Shelter Facility.
• Approved and help fund an important transitional housing project on the Buddy Eller
Homeless Shelter site.
• Purchased properties on Cleveland Lane and Main Street for low and moderate income
housing opportunities.
• Entered into an agreement with senior affordable housing developers to conduct due
diligence regarding a senior affordable housing development on Cleveland Lane.
• Maintained a positive working relationship with affordable housing advocates.
• Secured an $800,000 HOME grant in 2008 for housing rehabilitation and first time home
buyer assistance. Completed six (6) first time home buyers loans during 2008-2010.
• Promoted and approved a number of infill high density affordable (extremely low, very
low, and low income) housing projects, including the Summer Creek Village Apartments,
Clara Court Apartments, Mulberry Street sweat equity single family homes, Cleveland
Lane sweat equity single family homes, Main Street Village mixed use project, and
others.
The Summer Creek Village affordable Apartments were financed in part with a City
sponsored $1 million HOME grant. The facility has 64 units with a large number of three
and four-bedroom family units. It has a swimming pool, barbeque and picnic areas,
basketball court, computer room, exercise facility, lounge, and spacious grounds. 11 of
the units are reserved for extremely low income residents. The remaining units are
reserved for very low and low income residents.
16
11
2014-2019 City of Ukiah
Updated General Plan Housing Element
The Clara Court affordable apartment project was financed in part with City
Redevelopment 20% set-a-side funds and is comprised of 32 units available to
extremely low, very low, and low income residents. It is ideally situated on a major
transportation corridor and bus route in close proximity to retail shopping, the Ukiah
Valley Medical Center, and other services. Ground breaking is expected in 2010.
In October, 2010, the City deferred the $413,284 water, wastewater, and electrical
connection fees when it issued the building permit for the Clara Court project. These
fees are now required prior to the final inspection and grant of occupancy.
• Completed a survey of mobile home park tenants to determine demographics, issues,
and needs.
• Adopted a Mobile Home Park Rent Stabilization Ordinance — October 2010
• Secured a $50,000 HOME grant to assist four participants in the first time homebuyer
program.
• Secured a $1 million dollar CDBG grant for 1) low income residents to participate in the
City's sewer lateral testing and repair program; and 2) Major repairs and upgrades for
an existing RCHDC affordable housing project.
• Entered into a negotiation agreement with a senior affordable housing developer to
facilitate an affordable senior housing apartment complex on City-owned property.
• Completed administering a HOME grant for first time home buyer assistance program.
Four participants secured loan funding that enabled them to become home buyers in the
community. The four loans/grants totaled $302,300.
• 2009-2014 Housing Production: Housing production in the City and surrounding Ukiah
Valley has been sluggish for many years. Due to the significant economic decline
beginning in 2008, the lack of housing production has slowed even further and new
units within the City limits were essentially non-existent.
o 2015 the City donated a 1.4 acre site for the construction of 42 low and very including
5 extremely low-income senior units. The City also deferred over $500,000 in sewer,
water and other fees to assist the project.
Table 6 Housing Production
Income Level 2009 2010 2011 2012 2013 2014 2015 Total
0 22 0 0 0 0 21 43
Very Low
0 0 0 0 0 0 21 21
Low
0 0 0 0 0 0 0 0
Moderate
17
12
2014-2019 City of Ukiah
Updated General Plan Housing Element
0 0 0 0 0 0 28 28
Above
Moderate
Note: Units serving extremely low-income households are included in the "very low" category
What are we currently working on?
Even with reduced Staff and limited resources, the City is currently engaged in a number of
affordable housing projects.
HOME Grant: In 2013, the City, with the assistance of the Community Development
Commission of Mendocino County, completed administering a CDBG grant for first time home
buyer assistance program. Four participants secured loan funding that enabled them to
become home buyers in the community. The four loans/grants totaled $302,300. The City is
currently seeking an additional grant to continue the program in 2014.
Downtown Zoning Code: The City adopted and is implementing a new Downtown Zoning
Code (Form Based Code), which provides new opportunities for medium and high density
residential development in and near the historic downtown. Incentives are being discussed for
projects involving affordable housing that may include density bonuses, relaxation of parking
requirements, and fast-track permit processing.
City-Owned Property: The City is working with an affordable housing developer on an
affordable senior housing project to be located on City-owned property (to be sold to
developers) near the urban core of the City near medical services, shopping, transit, etc.
The City is also in preliminary discussions with another interested housing partner regarding a
second City-owned property in close proximity to the historic downtown core.
CDBG Grant: The City recently secured a $1 million dollar CDBG grant for 1) low income
residents to participate in the City's residential sewer lateral testing and repair program; and 2)
Major repairs and upgrades for an existing RCHDC affordable housing project.
Local Housing Development: The City Staff have been working with a local developer on a
number of housing projects ranging from a new duplex in the downtown to a 30+ unit
apartment complex adjacent to major shopping, offices and the local transit system. Further
the City donated 1.4 acres of infill parcels to PEP Housing for the construction of 42 low income
senior units.
In 2015, the City approved a 28-unit multi-family infill market rate project. Also in 2015 the City
approved a 2-unit duplex located on an infill parcel.
New Approaches: The City is developing new approaches to affordable housing facilitation
due to the loss of the Ukiah Redevelopment Agency.
18
13
2014-2019 City of Ukiah
Updated General Plan Housing Element
What are our Guiding Principles for Housing?
The foundations for our guiding principles for housing are to provide housing for all in need and
to do so in a way that responds to climate change.
1. Supply affordable housing to the full range of our workforce and all economic segments
of our diverse community.
2. Protect the surrounding agricultural lands and avoid urban sprawl.
3. Carefully focus new housing development on vacant, underutilized, and redevelopment
infill sites taking care to ensure compatibility and neighbourhood preservation.
4. Increase energy efficiency in our homes and promote green, sustainable building and
careful infill development to reduce greenhouse gas emissions and the City's carbon
footprint. These steps will decrease our contribution to global warming and will reduce
energy costs to renters and owners.
Do We Have a New Housing Strategy?
There were mixed results with implementing the 2009-2014 Housing Element. A lack of
resources, the loss of the Ukiah Redevelopment Agency, and competing community driven
priorities precluded full implementation success. These constraints and limiting factors are
expected to remain to some degree so the updated Housing Element takes these factors into
account. It is acknowledged that the regional fair share of housing units was dramatically
reduced for Mendocino County and consequently for the City of Ukiah to account for the
slumped economy, lack of population growth and historically low housing production numbers.
This more realistic approach to defining the regional need creates a better chance for success.
The strategy involves creating more opportunity for small infill housing in the urban core areas
near transportation and other services, and where infrastructure is available to serve the units.
The primary program to implement this strategy is to further reduce regulatory constraints for
this type of development. The types of housing to be encouraged and targeted will be primarily
for extremely low, very low, and low income households with an emphasis on rental units,
smaller for-sale housing units, special needs housing, affordable student housing, and
affordable senior housing. Above moderate income housing, while not the primary need, is still
recognized as a need in the community. There will be continued assistance to homeless service
providers as resources allow, and a zoning code amendment to allow homeless shelters in the
C-2 (Heavy Commercial) zoning district. The strategy also calls for the same inclusionary
housing ordinance called for in the adopted 2009 Housing Element, possible housing impact
fees, and zoning code modifications to provide opportunities for farm worker housing.
The overall strategy also involves developing or increasing existing incentives for energy
efficient, and green and sustainable housing projects. Also to preserve existing housing,
promote more rental housing, and develop a housing rehabilitation program for extremely low,
very low, and low income property owners that would be focused on improving energy
efficiency in existing homes. Finally, the new strategy includes working with the Ukiah Police
Department and local apartment housing managers to develop strategies for increasing safety
in their facilities through improved and consistent management practices. Copies of the Housing
19
14
2014-2019 City of Ukiah
Updated General Plan Housing Element
Element were provided to the sewer and water providers in accordance with Government Code
section 65589.7.
Implementing programs are included to fulfil this overall strategy.
Community Participation
The elimination of the Ukiah Redevelopment Agency dissolved the RDA Low and Moderate
Income Housing Advisory Committee, whose charge was to seek applications and distribute the
RDA 20% set-a-side funds. The Committee had broad representation and participated in the
General Plan Housing Element update process over the years. The loss of this Committee,
coupled with the struggling economy, reduction of available outside funding, non-profit lay-offs,
etc., has negatively impacted the energy and enthusiasm for participating in the 2014-2019
Housing Element update process.
The public outreach campaign for the 2014-2019 Housing Element update project consisted of a
two public workshops conducted at City Hall, one with Northern California Legal Services, direct
phone calls to and interviews with community stakeholders, letters to interested parties, public
notice of the project sent to the local newspaper and broadcast via fax to all local media
sources, and the posting of flyers in key locations throughout the City. The City also conducted
three public hearings in the process of adopting the Housing Element. On March 17, 2016 the
Mendocino County Airport Landuse Commission conducted a public hearing and found the
Housing Element consistent with the Airport Landuse Plan.
Table 7 Public Outreach
Primary Suggestions from the Public Response
Outreach Program
Discuss how the loss of the Redevelopment The draft document includes such a discussion
Agency has affected the ability for the community
to construct affordable housing
Add a discussion of public safety in regard to high The draft document includes such a discussion
density apartment complexes and the need to
focus on strong management
Consider suggesting that a public safety impact fee Added to the list of programs
on commercial and large scale residential
development be established.
20
15
2014-2019 City of Ukiah
Updated General Plan Housing Element
Update the discussion/analysis of the homeless The discussion of the homeless population has
population. Include the rising number of mentally ill been updated
homeless individuals that do not want housing.
Update the data base of vacant, underutilized, and The data base and map have been updated
"re-developable"properties
Document the lack of housing starts in the area The draft document includes such a discussion
over the past several years and the need to provide
incentives to jumpstart the housing construction
industry
Continue to emphasize the rising senior citizen The draft document includes such a discussion
population and the need for very low priced
housing
Continue to suggest that a program be included The draft document continues to include such a
calling for an affordable housing impact fee. program
Continue to emphasize the need for community The draft document continues to include such a
stakeholders to routinely communicate and work program
together.
The community stakeholders included affordable housing developers, real estate professionals,
architects and engineers, social service providers, leadership groups representing minority
populations, health industry professionals, and local government officials. The responses are
summarized below:
Who Needs Housing in Ukiah?
Discussions with affordable housing providers and social service organizations, as well as the
review of statistical data reveals that the primary housing needs in the City of Ukiah are
unchanged from those identified in the 2009-2014 Housing Element:
• Lower Income Households. Extremely low, very low, low and moderate income
households are in need of housing in the City of Ukiah. There is an overcrowding
problem and an increase in makeshift unsafe and unhealthy housing accommodations.
• Young Adults. Rental housing for students and both rental and first-time home buying
opportunities for young adults.
• Persons with Special Needs. People living with disabilities who require specific
design or service considerations, such as full wheelchair-accessible apartments; people
in group homes with semi-independent living; the homeless; people in need of mental
21
16
2014-2019 City of Ukiah
Updated General Plan Housing Element
health care; farm workers; and people with severe illnesses. All of these groups are
represented in the City of Ukiah.
• Local Service Workers. The increase in service oriented jobs and the increase in
housing prices and rental costs have led to an increased need for housing affordable to
local service workers.
• The Senior Population. Seniors with extremely low, very low and low incomes, and
others who may desire to scale down and sell their homes for smaller housing units
closer to services.
• Female Heads of Households. Single women with children who head their
households.
• Upper Income Households. Higher level wage earners seeking upper end detached
single family residences.
What services are provided to the homeless and what are their
special needs?
In 2007 Mendocino County prepared a Continuum of Care Plan that found that local homeless
individuals and families had a wide range of needs, including emergency shelter, transitional
housing, and permanent supportive housing. Emergency shelters provide immediate short-term
housing typically limited to less than six months. Transitional housing provides housing
between six months and two years, and typically includes specialized treatment for alcohol and
drug abuse, intensive case management, mental health treatment, life skills and employment
training, etc. Permanent supportive housing offers a stable residential environment with mental
health counseling, job training, among other services.
Homeless populations are often transient rendering city/county jurisdiction lines meaningless.
According to the Continuum of Care Plan, there are approximately 1,400 homeless people in
Mendocino County at any given time. In 2009, another count was taken by the Mendocino
County Social Services Department, which revealed a total homeless population of 1,206
persons. While it is impossible to determine is how many homeless people are in the City of
Ukiah at any given time because the population is very transient. However, it is safe to assume
that the number is significant because the majority of services for the homeless population are
located within City limits.
An updated homeless people survey was conducted by the Mendocino County Department of
Social Services in 2011 and found the following:
• The highest percentage of homeless persons are Caucasian men between the ages of 31
and 50.
• The number of homeless military veterans has increased by approximately 2% since
2009.
22
17
2014-2019 City of Ukiah
Updated General Plan Housing Element
• The number of homeless persons with physical and mental illnesses has increased 15%
(physical) and 8% (mental) since 2009.
• The number of homeless persons experiencing chronic health issues has increased 11%
since 2009.
• The majority of homeless persons continue to live outdoors.
• Long-term homelessness (6 months to 10 years) has increased since 2009.
• The main reasons for homelessness are no job/no money, can't pay the rent, no
transportation, and alcohol/drug addiction.
The Ford Street Center—Transitional Homeless Housina Facilitv
The Ford Street provides a transitional homeless housing facility with a capacity of 18
individuals, and 3-4 families. The program provides a home like environment that is child
friendly. Those admitted into the program are expected to be clean and sober.
In the winter of 2015-2016, with funding provided by the City of Ukiah, County of Mendocino
and private donations, MCAVHN (a local non-profit) operated a temporary winter shelter
providing shelter for 46 homeless individuals. The local Homeless Services Planning Group
is meeting regularly to develop a plan for moving forward.
The Ford Street Proiect Transitional Housina Facilities
Transitional housing, as defined by H.U.D., is from six months to two years, and it is meant to
be a housing bridge between shelter and permanent housing. During one's stay in transitional
housing, tenants are case managed and provided services designed to increase tenant skills
toward the self-sufficiency required for successful independent living. The Ford Street Project
provides transitional housing for homeless single adults and to homeless families with children.
Some of these units are in "scattered sites" in Ukiah:
• 748 Waugh Lane - Six two-bedroom units for homeless individuals and families. This
housing cluster has been successfully housing the homeless since 1988. Since these
units are "off site,"a residential manager occupies one of the apartments. Services and
case management are provided.
• ""Progress House" at 200 Ford Street - This facility is located across the street
from Ford Street's main campus and houses homeless single males who have completed
an aftercare program. Abstinence from alcohol and drugs is the goal for all these
houses and apartment units.
• "Unity Village" at 133 and 135 Ford Street - This facility is located behind Ford
Street Project and provides transitional housing for Ford Street program clients.
23
18
2014-2019 City of Ukiah
Updated General Plan Housing Element
• "T.O.T.I.L." (Transitional Opportunity Towards Independent Living) — The site
is located adjacent to the Buddy Eller permanent homeless shelter has been approved
for construction.
The Ford Street Proiect Supportive Housina Program
Since 1996, the Ford Street Project has received funding from HUD's Supportive Housing
Program (SHP) through the department of Health and Human Services of Mendocino County to
provide housing and services for homeless families and homeless individuals with disabilities in
Mendocino County. This funding is used in a variety of ways. Currently it is used to fund
transitional housing units. In addition, SHP funds are utilized to provide case management and
drug/alcohol counseling to homeless clients. The SHP has been instrumental in Ford Street's
work with the homeless, not only in creating more housing and service options for this
population but in promoting intensive collaboration on behalf of the homeless among a number
of concerned agencies throughout the county.
The Ford Street Proiect Garden Court Apartments
A 10-unit apartment complex (formerly "The Garden Court Motel") for homeless, low-income
adults, generally with psychiatric disabilities. Housing is "permanent", meaning that there is no
target date for residents to move out to other housing. A resident manager is on the premises.
There are 6 one-bedroom apartments and 3 two-bedroom apartments. Rents are based on
criteria established by the State HOME Program and are pegged to resident income as
determined at intake. Applications are available at the Manager's Unit at 1175 South State
Street, Ford Street Project's Main Office at 139 Ford Street or through the Department of Mental
Health Housing Coordinator.
Needs of the Homeless
The homeless population and homeless services providers need continued support from the City
of Ukiah to address issues and problems. The City should support the local Homeless Services
Planning Group and its members, and other active groups and organizations when practical to
assist in their efforts to provide shelter, clothing, food, counselling, and life's essentials to the
homeless population.
According to homeless population support advocates, the primary needs of the homeless
population are:
• A well-defined and clearer path from shelter to permanent housing, with clear goals and
client attainments for each housing stage.
• An effective day shelter program which can actually train homeless persons and prepare
them for full independent living, including job training that emphasizes specific skills for
various kinds of jobs, how to be an effective tenant, developing parenting skills, learning
to take instructions from authorities, developing communication skills, etc.
• Additional homeless facilities given the fact that the majority of the Mendocino County
homeless population congregates in the Ukiah area to utilize available services, and the
existing permanent shelter only has 64 beds.
24
19
2014-2019 City of Ukiah
Updated General Plan Housing Element
Some have argued that the current permanent shelter has too many rules for a number of the
chronically homeless who can't stop drinking, using drugs, etc., but operating and managing an
"open" facility with no rules that would allow for virtually any sort of behavior may not be
practical or reasonable. However, because of the high number of homeless persons and the
low number of available homeless facility beds, opportunity for an additional facility or facilities
has been identified as a local need that must be addressed in the next planning period.
Where can homeless facilities be located?
The Ukiah Zoning Code currently permits Homeless facilities to be proposed and approved in
the following zoning districts with Planning Commission approval of a Use Permit: CN
(Neighborhood Commercial); C-1 (General Commercial); C-2 (Heavy Commercial/Light
Industrial); PF (Public Facilities); M (Manufacturing); R-1 (Single-Family Residential); R-2
(Medium Density Residential) and R-3 (High Density Residential).
There is no location in the City where a homeless facility can locate without the approval of a
Use Permit. However, an Implementation Task/Program is included in this Housing Element to
allow homeless create a homeless shelter overlay zone that will allow homeless facilities by
right. The homeless shelter overlay zone comprises 12 acres in the northern section of Ukiah.
The Planning Commission conducted recommended the northern part of Ukiah as the location
for a homeless shelter overlay zone. On September 2, 2015 the City Council adopted a
homeless shelter overlay zone, in accordance with the provisions of Senate Bill 2 (SB2) (Cedillo
2008),
The need for an additional homeless shelter has not been identified as a high priority in the
community. Moreover, the cost and lack of available resources are overwhelming. Regardless,
the task of amending the zoning code to allow homeless shelters in the Homeless Shelter
overlay zone without a Use Permit has been completed. .
What can the City do to assist the homeless over the next five
years?
There are two primary ways the City can assist the homeless over the next five years. First, it
can continue to provide support and possible funding to homeless services providers with a
focus on helping to define the path from shelter to permanent housing, and helping to establish
an effective life-skill building day shelter program. Second, the City shall examine its zoning
districts and consider making homeless facilities an allowed use rather than requiring
discretionary review.
Is farm worker housing needed in the City of Ukiah?
Ukiah is located in the most urbanized portion of Mendocino County paralleling the Highway 101
corridor. There are no working farms within the City limits, but there are working orchards and
vineyards adjacent to the City, particularly to the east along the Russian River.
25
20
2014-2019 City of Ukiah
Updated General Plan Housing Element
The Assessment of the Demand for Farm Worker Housing and Transportation in Mendocino
County prepared in 2008 by the California Institute for Rural Studies found that in 2006, there
were 4,163 farm workers in Mendocino County. Of those, 1,416 worked in Mendocino County
for seven months or more, 673 worked in Mendocino County for 3 to 6 months, and 2,074
worked in Mendocino County for less than 3 months. The Assessment found that the majority
of farm workers Countywide live in single family residences, rent individual rooms in single
family residences, live in labor camps, apartments or trailers.
The Assessment found that 47% of the farm workers or approximately 1,957 live in the Ukiah
Valley. Based on the findings in the Assessment, it is concluded that the majority of farm
workers who live within the City limits live in single family homes, apartments, or mobile
homes/trailers.
State Public Health and Safety Code Section 17021.5 requires employee housing with
accommodations six or fewer employees to be allowed by right and treated as a single family
residence rather than a dormitory, boarding house, hotel or other similar term implying that the
employee housing is a business run for profit.
The City zoning ordinance allows single family residences by right in the R-1 (Single Family
Residential) zoning district. It also does not limit the number of persons living in a residence, or
preclude a group of employees, students, or other non-related persons from occupying the
residence.
In both the R-2 (Medium Density Residential) and R-3 (High Density Residential) zoning
districts, single family dwellings, duplexes, condominiums, apartment houses, and room and
board residences are allowed by right without the requirement for a use permit.
The City zoning ordinance also contains an Agriculture Exclusive(A-E) zoning district. While no
land within the City is zoned A-E, the regulations allow by-right "one family dwellings, trailers
and accessory buildings, and farm buildings of all kinds, including labor camps when located
upon farms and occupied or used by the owner, farm tenant, or other persons employed
thereon or the non-paying guests thereof." Nothing in the statutes limits the number of
dwelling units or how many persons can occupy the units.
It is concluded that the current zoning standards comply with the requirements of State Public
Health and Safety Code Section 17021.5, and no new program involving code amendments is
req u ired.
Is transitional and supportive housing needed?
Supportive housing is generally defined as permanent, affordable housing with on-site services
that help residents transition into stable, more productive lives. Services may include childcare,
after-school tutoring, career counseling, etc. Most transitional housing includes a supportive
services component. The City regulates supportive housing as a residential use, provided
supportive services are subordinate to the residential use.
There are a number of existing transitional and supportive housing facilities in the City of Ukiah,
some of which are described above. The City zoning ordinance defines these types of facilities
26
21
2014-2019 City of Ukiah
Updated General Plan Housing Element
as "Community Care Facilities," and allows them for up to six persons in all residential zoning
districts and in the C-1 (Community Commercial) zoning district without a use permit. Larger
facilities housing between 7 and 12 persons are permitted in these zoning districts with a use
permit. "Community Care Facility" is defined in the zoning ordinance as being "consistent with
the definition contained in Section 1502(a) of the State Public Health and Safety Code." Section
1502(a) of the PHSC includes 12 different types of community care facilities including
"transitional shelter care facility"and "transitional housing placement facility."
Currently, if a transitional or supportive housing use does not involve medical treatment or
other formal services, and it is simply a residential living use, it is treated as a single family
dwelling, duplex, or apartment complex identical to other single family dwellings, duplexes, or
apartment complexes. However, this may not be completely consistent with Senate Bill 2,
which states that all transitional and supportive housing constitutes residential uses.
Accordingly, a program has been added to amend the zoning code to be consistent with Senate
Bill 2.
Is there a high number of female heads of households in Ukiah?
The 2010 census revealed that there were 866 female heads of households in the City, down
from 944 in 2000. Of the 866, 63% or 547 were living under the poverty level.
Table 8 - Female Heads of Household
Community Female Heads of Household / percentage of
total population
Mendocino County(unincorporated) 2268 (3.8%)
Ukiah 866(5.4%)
Willits 309 (6.3%)
Fort Bragg 437 (6.0%)
Many female heads of household have children under the age of 18. These households
generally require affordable housing, since their incomes are often less compared to two-parent
households. Housing for female heads of household is a high priority for the City of Ukiah.
Is there a high number of extremely low income households in
Ukiah?
Extremely low-income is defined as households with income less than 30 percent of area
median income. The area median income in the City is $58,900 for a family of 4. . For
extremely low income households, this results in an income of $24,250 or less for a four-
person household. For example, most families and individuals receiving public assistance, such
as social security insurance (SSI) or disability insurance are considered extremely low-income
households. At the same time, a minimum wage worker could be considered an extremely low-
27
22
2014-2019 City of Ukiah
Updated General Plan Housing Element
income household with an annual income of approximately $17,000 or less. The service worker
who makes your sandwich at the local deli and your server at a local coffee shop could be
earning $8.00 per hour. These people have jobs that could qualify them as extremely low
income households.
Existing Extremely Low Income Needs: In 2014, 819 extremely low-income households
resided in the City, representing 13% of the total households. This was down from 2010 when
there were 819 extremely low income households or 20% of the total households. Most
extremely low-income households are renters (769) and experience a high incidence of housing
problems. For example, many of extremely low-income households faced housing problems
(defined as cost burden greater than 30 percent of income and/or overcrowding and/or without
complete kitchen or plumbing facilities) and most were in overpayment situations.
Projected Extremely Low Income (ELI) Needs: The Comprehensive Housing Affordability
(CHAS) data indicates that there are 172-owner and 769-renter ELI households in the City of
Ukiah. Of the ELI households, 70 percent of owners and 82 percent of renters pay greater than
30 percent of their income on housing costs.
To calculate the projected ELI housing needs, the City assumed 50 percent of its 2012 low-
income regional housing needs are extremely low-income households. As a result, from the low
income need of 11 units, the City has a projected need of 6 units for extremely low-income
households. Many extremely low-income households will be seeking rental housing and most
likely facing an overpayment, overcrowding or substandard housing condition. Some extremely
low-income households could be with mental or other disabilities and special needs. To address
the range of needs, the City will employ a detailed housing strategy including promoting a
variety of housing types, such as single-room occupancy (SRO) units and small lot subdivisions.
To address the housing needs of extremely low-income households, the City will undertake two
programs during the planning period:
1. Identity and meet with nonprofit builders who specialize in building housing for
extremely low-income households. This effort is designed to build a long-term
partnership in development, gain access to specialized funding sources, identify the
range of local resources and assistance needed to facilitate the development of housing
for extremely low-income households, and promote a variety of housing types, including
higher density, multifamily supportive, single room occupancy and shared housing.
Work in conjunction with other agencies to address the needs of the extremely low income
households in the City. At least annually and on an on-going basis contact agencies and
developers to facilitate implementing the program. Actions to be considered for inclusion in the
program include prioritizing City funding, supporting grant and other applications for funding,
and exploring housing types and construction methods to promote housing for ELI citizens.
28
23
2014-2019 City of Ukiah
Updated General Plan Housing Element
Is there overcrowding in Ukiah?
A common method of measuring overcrowding is to compare the number of persons to the
number of rooms in the unit. The Census defines an overcrowded household as one that has
more than 1.01 persons per room (not including kitchens and bathrooms), while units with
more than 1.5 persons per room are considered severely overcrowded. In Ukiah, the data
collected from the 2011 American Communities Survey shows that four percent of all occupied
units were overcrowded.
Table 9 Overcrowding by Tenure
Overcrowding by Tenure
Occupants Owner Occupied Renter Occupied
Per Room
1.00 or less 2,548 41% 4,346 70%
1.01-1.50 102 1.6% 102 1.6%
1.51 or 0 0 62 1%
more
Total 102 1.6% 164 2.6
*American Communities Survey 2011
Are there other types of special needs housing?
Persons with disabilities in Ukiah face unique problems in obtaining affordable and adequate
housing. This segment of the population, which includes individuals with mental, physical, and
developmental disabilities need affordable, conveniently-located housing which, where
necessary, has been specially adapted for wheelchair accessibility, along with other physical
needs.
The living arrangements for persons with disabilities depend on the severity of the disability.
Many persons live at home in an independent environment with the help of other family
members. To maintain independent living, disabled persons may require assistance. This can
include special housing design features for the physically disabled, income support for those
who are unable to work, and in-home supportive services for persons with medical conditions.
Accessible housing can also be provided via senior housing developments.
The majority of persons with disabilities live on an income that is significantly lower than the
non-disabled population. Many disabled individuals live on a small fixed income which severely
limits their ability to pay for housing. The Task Force on Family Diversity estimates that at least
one-third of all persons with disabilities in the United States lives in poverty. Persons with
disabilities have the highest rate of unemployment relative to other groups. For most, their only
source of income is a small fixed pension afforded by Social Security Disability Insurance (SDI),
Social Security Insurance (SSI), or Social Security Old Age and Survivor's Insurance (SSA),
which will not adequately cover the cost of rent and living expenses even when shared with a
roommate. In addition, persons with disabilities oftentimes experience discrimination in hiring
and training. When they find work, it tends to be unstable and at low wages.
29
24
2014-2019 City of Ukiah
Updated General Plan Housing Element
Description of Need
A disability is a physical or mental impairment that substantially limits one or more major life
activities. According to the 2000 Census, an estimated 25% of Ukiah residents (3,494
persons) have one or more disabilities. The most pervasive disabilities for the general
population are physical and mental disabilities.
Physical Disabilities: While there are a number of well-managed affordable housing facilities that
are accessible to persons with a physical disability, there is a need for additional accessible
units. In 1990 only one percent of the City's housing units were accessible. In order to
accommodate the City's population with physical disabilities, there is a need to adapt houses or
apartments for wheelchairs and other special requirements. Both federal and State housing laws
require certain features of adaptive design for physical accessibility in all multifamily residential
buildings with four or more units built for first occupancy starting March 13, 1991. However,
numerous dwelling units built before that date are not subject to these accessibility
requirements. This, however, does not assist individuals — particularly seniors — who choose to
remain in their homes rather than move to assisted living facilities and/or other newly
constructed units.
Mental Disability: According to 2000 Census data, there are a number of persons with a severe
mental disability in Ukiah. This includes a large proportion of the homeless which are often
thought to have mental disabilities. Persons with mental disabilities are a critically under-served
population with respect to housing. Approximately 20-50 percent of these are capable of living
semi-independently in their own supported housing units with assistance in maintaining their
apartment, the provision of meals and obtaining transportation, as do other persons with
disabilities.
While there is a number of well-managed permanent living and day treatment facilities and
programs to serve persons with mental disabilities, there remains a need for additional facilities.
The 2000 Census recorded the disability status of the civilian non-institutional population of City
residents. Approximately 21 percent of residents in the City reported as having a disability. The
disability breakdown can be seen in the table below. The largest percentage (26 %) of the
disabled population has a physical disability. The second largest populated group is that of
employment disability of 22 percent.
Table 10 Persons with Disabilities
Persons with Disabilities by Type
Number Percentage
Sensory disability 801 13%
Physical disability 1,619 26.4%
Mental disability 1,171 190/0
30
25
2014-2019 City of Ukiah
Updated General Plan Housing Element
Self-care disability 654 10.6%
Go-outside-home disability 509 8.3%
Employment disability 1,364 22%
Total Persons with disabilities 6,118 100%
Elderly Population
An analysis of the needs of elderly or senior households or persons is important for four
reasons: 1) many elderly have fixed, limited incomes; 2) many elderly persons are "over-
housed" (living alone or with two people in a three or four bedroom house); 3) some elderly
have mobility and health problems that can create special housing needs; and 4) recent
projections indicate an increase in the elderly population in the planning period, both those
currently living in the area City of Ukiah.
According to the 2010 Census, there are a total of 1,375 owner-occupied housing units and 665
renter-occupied housing units of which 2,040 are senior households. Table 3-16 represents
householders by tenure and age in the City of Ukiah.
Table 11 Senior Households
Senior Households
Owner Renter Total
Number Percent Number Percent Number Percent
Total 65 876 14% 514 8 1,390 22
and older
Total 64 499 8% 151 2 650 10
and under
TOTAL 1,375 22% 665 10% 2,040 32%
American Communities Survey 2011
Large Households
Large families can have special housing needs if they cannot find affordable, large housing units
then and living conditions may become overcrowded. The Table below shows the total occupied
housing units by the number of persons living within each unit. This information is shown for
owner-occupied and rental housing.
For owner-occupied units, the highest percentage is for a two-person unit (59%).
Approximately twelve percent of the owner-occupied households are occupied by five or more
persons. For renter-occupied units, the highest percentage is a two-four-person household
31
26
2014-2019 City of Ukiah
Updated General Plan Housing Element
(60%). Less than two percent of the renter-occupied units are occupied by five or more
persons.
Table 12 Large Family Households
Large Family Households
Rental Percent Owner-occupied Percent
2- 4 person household 1,662 60% 1,552 59%
5+ person household 431 2% 322 12%
American Communities Survey 2011
Strategies and Programmatic Responses to Meet Projected Needs
Appropriate housing for persons with mental or physical disabilities include very low cost units
in large group home settings (near retail services and public transit), supervised apartment
settings with on- or off-site support services, outpatient/day treatment programs, and
inpatient/day treatment programs, crisis shelters and transitional housing.
In 1984, Title 24 of the State Uniform Building Code mandated that all multiple-family
residential construction projects containing in excess of 5 units under construction after
September 15, 1985, would conform to specific disabled adaptability/accessibility regulations. In
1988, the Federal government enacted the U.S. Fair Housing Amendment Act, also with the
intent of increasing the number of rental units being built that would be accessible to
handicapped individuals. In July 1993, the State of California issued "California Multifamily
Access Requirements" based upon the Act. Unfortunately, the actual increase in the number of
handicapped-accessible units available on the current rental market has been small.
The City does not require special building codes or onerous project review to construct,
improve, or convert housing for persons with disabilities. Both the federal Fair Housing Act and
the California Fair Employment and Housing Act impose an affirmative duty on local
governments to make reasonable accommodations (i.e., modifications or exceptions) in their
zoning and other land-use regulations when such accommodations may be necessary to afford
disabled persons an equal opportunity to use and enjoy a dwelling. For example, it may be a
reasonable accommodation to allow covered ramps in the setbacks of properties that have
already been developed to accommodate residents with mobility impairments. The City allows
homeowners to build ramps into single-family dwellings to allow first floor access for physically
disabled residents. Such ramps or guardrails are permitted to intrude into the standard setbacks
required under zoning, and are subject only to a building permit. This provision eliminates the
need to obtain a zoning variance.
The City also makes rehabilitation funds available to income qualified households for
accessibility improvements. The Housing Rehabilitation Program, funded with a HOME grant has
been designed in part to address these needs by providing affordable loans to assist disabled
tenants to improve their rental units to meet their physical needs.
The housing needs of several other categories of disabled persons, including developmentally
disabled persons and the mentally ill are typically not addressed by Title 24 Regulations. The
housing needs of persons with these types of disabilities, in addition to basic affordability, range
32
27
2014-2019 City of Ukiah
Updated General Plan Housing Element
from needing slight modifications of existing units to the need for a variety of supportive
housing arrangements. Some of this population can only live successfully in housing which
provides a semi-sheltered, semi-independent living state, such as clustered group housing or
other group- living quarters; others are capable of living independently if affordable units are
available.
Group-home living quarters for a variety of specific disabled clientele groups have traditionally
been found intermixed within Ukiah's residential neighborhoods. Consistent with State law,
group homes with six or fewer residents per facility are allowed by right in all residential zones.
Care facilities with seven or more persons are also permitted in all residential districts and
several commercial districts, subject to a conditional use permit.
What types of housing are needed?
• Rental Units. Rental units for larger families, particularly for extremely low, very low
and low income households. Small rental and for sale units, such as single room
occupancy studios, particularly for seniors, students, low wage earners, female heads of
household, and farm workers.
• Smaller For-Sale Housing. Smaller attached and detached for-sale units affordable
to low and moderate income households, and first-time homebuyers. Also, small lot
subdivisions. In addition, the preservation of mobile home parks as a contributor to the
local affordable housing stock has become significantly important.
• Special Needs Housing. Special needs housing and housing with service
components. This includes housing for persons with physical and mental impairments,
and/or other special needs, as well as farm worker housing that may be seasonal.
• Student Housing. Rental housing for Mendocino College students has been a priority
for the College and is a priority for the City. This could include dormitory style housing
with living units and a communal kitchen/ding facility.
• Senior Housing. Affordable housing demand for the Senior citizen population has
increased and is expected to continue growing in the future. In particular, housing units
for those seniors in the Extremely Low income category.
• Above Moderate Income Units. Detached for-sale units, rental apartments, and for-
sale and rental condominiums available to higher income households.
What types of housing does Ukiah have?
Table 13 provides a breakdown of the total housing units by type of structure for 2000 and
2008. In 2013, it was estimated that there were 6,523 housing units in the City. As indicated,
the majority of the units (55%) in Ukiah are single-family units. The variety of housing types in
Ukiah fairly diverse.
33
28
2014-2019 City of Ukiah
Updated General Plan Housing Element
Table 13 Housing Units by Type
Housing Units by Type*
Number Percent
Single Family Detached 3,596 55%
Single Family Attached 412 6%
Two to Four Attached 839 13%
Five plus Attached 1,237 19%
Mobile Home 439 7%
TOTAL: 6,523 100%
*California Department of Finance 2010
What is the vacancy rate by tenure?
The Department of Finance reported 330 vacant units, which is five percent of the total housing
units in the City.
Table 14 Housing Vacancy
*Housing Stock by type of Vacancy
Number Percent
For Rent 136 2
Rented not occupied 7 .01
For sale only 73 1.1
Sold not occupied 13 .1
Seasonal Use Only 25 .3
All other vacant 76 1.1
TOTAL: 330 5.0
*California Department of Finance 2010
How much housing is needed?
• MCOG Regional Housing Needs. Under California law, every city and county has a legal
obligation to respond to its fair share of the projected future housing needs in the region in
which it is located. For Ukiah and other Mendocino County jurisdictions, the regional
housing need is determined by the Mendocino Council of Governments, based upon an
overall regional need number established by the State. The fair share numbers establish
goals to guide local planning and development decision making.
In 2013, the MCOG in partnership with representatives from local City and County
jurisdictions met and agreed upon the local fair share housing needs.
34
29
2014-2019 City of Ukiah
Updated General Plan Housing Element
Table 15— 2013 Mendocino Council of Governments Regional Housing Needs for Ukiah
Years Extremely Very Low Low Moderate Above Total
Low Moderate
2009-2014 65 134 65 120 75 459
2014-2019 9 (50% of 11 7 7 20 46
VL and L)
Limited Population Growth. As noted in Table 1, there has been very little population
growth over the past five years. However, housing needs remain, particularly for extremely low,
very low and above moderate income households. This interesting need statistic reflects the
lack of overall housing starts in the community due to the slumping economy and the loss of
the City's Redevelopment Agency.
Housing Production since 2009: Even with a reduction of regulatory constraints and
continued City support, housing production since 2009 has dropped dramatically. Four single
family residential units were constructed in since 2009, and the Clara Court 34 unit affordable
housing project was constructed and opened in 2010.
Table 16— 2015 Housing Production
Year Extremely Low Very Low Low Moderate
2009 0 0 0 3
2010 22 (Transitional) 34 0 1
2011 0 0 0 0
2012 0 0 0 4
2013 0 0 0 0
2014 0 0 0 0
2015 21 21 0 28
TOTAL 22 34 2 4
Additionally, a number of housing projects were approved by the City Planning Commission in
the past couple of years, but not yet constructed. These include:
• 28 unit market rate project at 351 S. Oak
• 42-unit affordable senior housing project, including 5 extremely low income units.
• A two unit market rate duplex on South Main Street.
35
30
2014-2019 City of Ukiah
Updated General Plan Housing Element
lifti4,: ,
IOM1u{fipOrrruye2
i
lii4tiwtn�v rx,
6{
;vr
LI
Efficiency Single Room Occupancy Units Approved by the Planning Commission
Where can new housing be located?
The 2009 Vacant and Underutilized Land Map was updated in January 2014 (Appendix 3). Over
the past 4-5 years there has been a very minor reduction in vacant and underutilized land
available for housing development (3 acres).
Table 17—Vacant and Underutilized Land
Year Total Vacant and Underutilized Land
2009 108 acres
2014 105 acres
The vacant and underutilized land continues to be spread out in the City with a very limited
amount of large vacant parcels. Of the last remaining larger properties, most can be developed
with residential land uses, but because of location (prime commercial) it is not probable.
However, the enabling zoning and regulatory framework for the development of these parcels
will continue to permit residential development.
The primary opportunity sites for very low, low and moderate priced rental and ownership
housing are vacant infill parcels, underutilized land, and parcels ripe for redevelopment. To
successfully develop these sites, traffic, design compatibility, infrastructure, neighbourhood
compatibility, and other issues must be analysed.
36
31
2014-2019 City of Ukiah
Updated General Plan Housing Element
• Infill Parcels. The Vacant and Underutilized Land Map updated in 2014 shows a
number of important infill opportunity sites within the City Limits. These parcels are
close to existing infrastructure and situated along transportation corridors, and are close
to the downtown, retail opportunities, medical services, and professional offices.
Development of these parcels will promote increased pedestrian activities and will lower
the City's overall carbon footprint.
• Underutilized Land. There is underutilized land throughout the City which provides
opportunity for all types of needed housing.
• Redevelopment Sites. There are a number of key developed properties in and
around the downtown and along important transportation corridors that are poised for
redevelopment. The sites listed in the following table represent sites with the greatest
potential for redevelopment within the planning period.
• Site Consolidation. There are a number of key sites that are contiguous to one
another with the potential to be combined to accommodate larger projects.
Table 18— Redevelopment Sites
Property Address APN Parcel Percent Current Use Potential GP&
Owner Size (%) Units(see Zoning Constraints?
(sq ft) Developed note below)
Somers 290 0226304 23,814 73% Retail/Program 13 total C No
Geraldine Seminary Services 8 probable C-1
SUCCTTEE Ave
Mendocino 294 W. 0218304 13,417 64% Commercial— 8 total C No
Savings Bank Smith Bank 6 probable C-1
Street
Heller Richard 304 Pine 0217410 8,389 73% Residential 1 LDR No
V. &Eileen E. Street Single Family R-1
TTEES Dwelling
Trinity Youth 915 W. 0121708 28,742 72% Vacant 5 LDR No
Services Church R-1
Trinity Youth 225S. 0126101 27,749 67% Vacant 5 LDR No
Services Hope Street R-1
Trinity Youth 915 W. 0121603 43,151 91% Vacant 7 LDR No
Services Church R-1
Trinity Youth 200S. 0121404 16,873 Vacant 2 LDR No
Services Barnes R-1
Street
Trinity Youth 200S. 0121409 54,360 55% Church and 9 LDR No
Services Barnes School R-1
Street
Trinity Youth W.Church 0121401 33,611 0% Vacant 5 LDR No
Services & R-1
Thompson
Taaning E. Clay 0228105 13,674 0% Vacant 2 C 2-Story
Jessica L. Street C-2 Maximum
37
32
2014-2019 City of Ukiah
Updated General Plan Housing Element
H&L 273 E. Clay 0228104 22,424 65% Commercial— 4 C 2-Story
Schmidbauer Warehouse C-2 Maximum
Hoskins Roy 276 E. Clay 0223124 58,999 43% Retail Sales 10 C 2-Story
H.Jr. &Gail C-2 Maximum
TTEES
H&L 265 E. Clay 0228103 29,007 61% Retail Sales 5 C 2-Story
Schmidbauer C-2 Maximum
Properties
LLC
Peabody 291 E. Clay 0228106 8,756 81% Residential 1 C 2-Story
Robert L. Single Family C-2 Maximum
Dwelling
Mountanos 334 N. 0218602 4,442 0% Vacant 1 total C 2-Story
Linda M TTEE Main Street 1 probable C-1 Maximum
Ceja Celso 479S. 0218601 5,494 56% Retail Sales 4 total C 2-Story
State Street 2 probable C-1 Maximum
Rocha 519S. 0227328 7,858 39% Retail Sales 5 total C 2-Story
Antonio State Street 3 probable C-1 Maximum
Moreno
Wang 521 S. 0227329 3,882 17% Residential— 2 total C 2-Story
Quingnan State Street Single Family 2 probable C-1 Maximum
Dwelling
Wang 523S. 0227322 3,655 40% Retail Sales 2 total C 2-Story
Quingnan State Street 1 probable C-1 Maximum
Chang James 527 A&B 0227325 7,947 48% Office 5 total C 2-Story
TTEE S. State 3 probable C-1 Maximum
Street
Lorenzi 533 A S. 0227324 9,040 30% Retail Sales 6 total C 2-Story
Marlyn State Street 5 probable C-1 Maximum
Hoskins Roy 307/311 S. 0223125 16,520 60% Office 11 total C 2-Story
H Fr.&Gail L. Main Street 8 prob C-1 Maximum
City of Ukiah Cleveland 002-281- 10,200 0% Vacant 7 total P 2-Story
Lane 15 7 P-F Maximum
probable
City of Ukiah Cleveland 002-281- 10,500 0% Vacant 7 total C 2-Story
Lane 18 7 probable C-2 Maximum
City of Ukiah Cleveland 002-281- 1 acre 0% Vacant 28 total C 2-Story
Lane 28 28 probable C-1 Maximum
City of Ukiah Cleveland 002-281- Yz acre 25% Office 14 total C 2-Story
Lane 24 1 probable C-1 Maximum
Bertha 817 Waugh 003-574- 1.7 10% Single-family 47 total R3 2-Story
Burnham Ln. 07 acres 38 probable Maximum
TOTAL 222 total
POTENTIAL 170probable
UNITS
NOTES:
38
33
2014-2019 City of Ukiah
Updated General Plan Housing Element
1. The potential number of units was determined by factoring in the number of units allowed by zoning, the
applicable development standards, the size of the parcels, the shape and configuration of the parcels, the
percentage of existing development, surrounding land uses, on-site field work, and in some cases,
subjective, yet professional opinions. Additionally, the existing development on all of the identified sites is
aged and in some cases dilapidated, which increases the opportunities for redevelopment and infill
affordable housing.
The Ukiah General Plan and Zoning Code permits high density residential development in the C-1
(Community Commercial) zoning district. While full high density residential development is possible, the
potential number of units assumes a mix of residential and commercial (25% to 50% residential). This
assumption is based on the mix of recently constructed mixed-use projects, and discussions with local and
regional developers concerning how mixed-use projects must"pencil-out"to be financial successful.
2. The maximum density allowed in the high density and commercial zoning districts is 28 units per acre.
3. There is a need for 18 extremely low,very low, and low income units. There is opportunity for 280 units on
residentially zoned land (vacant, underutilized and redevelopable parcels).
4. It should be noted that not all commercial zoned sites are anticipated to be developed residentially.
However, as noted above, there are more than enough opportunity sites to meet the local need.
5. The Ukiah Airport Master Plan limits some parcels to two-stories which is considered a constraint because it
could disallow maximum density under the zoning. The Airport compatibility zone maximum density in
these areas is 90 people per acre, which does not represent a constraint because it far exceeds the
maximum density under the zoning (28 units per acre).
6. No other land use controls significantly constrain the parcels. The City zoning code does not contain a floor
area ratio standard, and the height limit, yard setback, and lot coverage standards in the C-I zoning district
are generous, which encourages infill affordable housing development.
7. The Medium Density Residential (R2) and High Density Residential (R3) zoning districts allow owner
occupied and rental multifamily residential land uses by-right without a use permit.
8. The maximum density allowed in the high density and commercial zoning districts is 28 units per acre.
There is a need for 18 extremely low,very low, and low income units. There is opportunity for 280 units on
residentially zoned land (vacant, underutilized and redevelopable parcels)
9. The Cleveland Street parcels were donated to PEP Housing for the construction of 42 senior affordable
units. These parcels have been combined.
The regulatory incentives that provide increased opportunity for these sites to redevelop include
the availability of the Planned Development (PD) zoning tool, no floor are ratio standard, a
generous height limit, limited yard setbacks in the commercial zones, (grants) for facade and
infrastructure improvements.
The sites were chosen because of existing worn or dilapidated structures, near-by successful
revitalization efforts, reasonably foreseeable near-by future projects, and other factors. As
indicated in footnote number 1, on-site field work was performed on each parcel to determine if
and how much affordable housing could be added to the sites given the location and type of
existing development, parcel configuration, and other factors.
Additionally, it should be noted that the City has been successful in attracting housing projects
in the C-1 (Community Commercial) zoning district. Approved and constructed projects with full
residential development on commercially zoned parcels include a 6-unit apartment complex on
North Main Street and a 12 unit apartment complex on South Main Street. Both of these
39
34
2014-2019 City of Ukiah
Updated General Plan Housing Element
projects are situated in the downtown area and in close proximity to commercial services,
medical services, bus routes, and governmental services.
Standard practice of the City of Ukiah Planners is to promote residential development on the
commercially zoned property identified as prime for affordable housing development. Programs
has been added to post the suitable sites map and associated information on the City's website
and to prepare hard-copy hand-out material for property owners and developers.
Is there enough suitable land available to meet the housing need?
The City's share of the regional housing need is 46 units and there is plenty of appropriately
zoned, unconstrained land to accommodate this desired number of units. The total probable
units for the vacant, underutilized and redevelopable land within the City is 738 units. The
primary reason for this is because the City permits medium and high density residential
development in its commercial zoning districts. Another reason is that there are a substantial
number of underutilized older commercial properties where residential units could be added.
The zoning code permits mixed commercial/residential land uses in all commercial zoning
districts. Additionally, the City's Planned Development zoning tool provides for creative, well
planned residential development and the flexing of typical development standards and
densities.
The Housing Element strongly encourages carefully infill medium and high density residential
development because of the close proximity to existing infrastructure, transportation corridors,
social services, commercial uses, and medical facilities, and to prohibit impacts on surrounding
agricultural lands that results from urban sprawl.
Are there constraints to housing development in Ukiah?
The City has regulatory constraints (fees/exactions and zoning standards), as well as
environmental constraints just like every other community in California. The environmental
constraints include traffic, drainage/flood zones, mature trees, and airport compatibility. All of
these constraints affect future development to varying degrees, and each site listed in the
Vacant and Underutilized Land Survey (Appendix 3), was examined not only for the presence of
constraints, but to what degree the constraints would impact the future development of housing
units.
The following table provides a listing and details of constraints to housing development.
Table 19 - Constraints
Constraint Detail
Fees and Exactions A new fee schedule was adopted in 2007. Reduced
planning permit fees are charged for affordable housing and
40
35
2014-2019 City of Ukiah
Updated General Plan Housing Element
special needs housing projects.
Wastewater(Sewer)Treatment The wastewater treatment plan upgrade and expansion
project has been completed and sufficient capacity is
available to serve the identified vacant, underutilized and
redevelo able parcels.
Water Storage and Capacity A water storage project has been completed, which added
nearly 2 million gallons of storage to the City's water
storage system, and an upgrade to the water treatment
plant has been completed. Sufficient water exists to serve
the identified vacant, underutilized and redevelopable
parcels.
Zoning and Land Use Controls(see below) The amendments called for in the 2004 Housing Element
were completed in 2008. Additionally, the City adopted a
Downtown Zoning Code project that provides more
opportunity and certainty for housing development in the
downtown. Medium and high density housing is now
permitted in all commercial zoning districts, and the Planned
Development tool has be used to facilitate unconventional
housing and alternative development standards. Zoning is
no longer considered a constraint.
The City has lot coverage, yard setback, height and other
regulatory constraints to development. While these zoning
standards are typical, the City also does not have a Floor
Area Ration (FAR) standard, which limits development in
other communities. The City also has a Planned
Development overlay zoning classification, which provides
flexibility for development projects.
Additionally, in 2008, the City adopted new zoning
regulations establishing reasonable accommodations for
persons with disabilities see procedure below .
Airport There are density limitations and 3-story buildings (other
than for public facilities) are disallowed in the B2 Infill area
north of the airport. However, many of the identified vacant,
underutilized and redevelopable parcels are not located in
the B1 or B2 infill area north of the airport.
Drainage The City adopted new Low Impact Development drainage
requirements which could result in higher costs for housing
projects.
Traffic The City adopted a City-Wide traffic study in 2007 and if
traffic impact fees are considered in the future, reduced
fees for affordable housing projects may be adopted.
Additionally, the City has an adopted Capital Improvement
Program that includes a number of significant street and
intersection improvements that will reduce traffic related
constraints for the identified parcels.
Parking The Ukiah City Code requires 1 parking space for 1-bedroom
apartment units and 2 spaces for 2-bedroom apartment
units. However, the Planned Development zoning tool can
be used to relax this standard if a proposed development
such as senior housing can demonstrate that less parking
would be needed.
Flood Zones 100-year flood zones and flood-ways exist in the City, but
ample suitable land is available to meet the housing need.
Most of the identified vacant, underutilized and
redevelopable parcels are not situated in a 100-year flood
zone.
41
36
2014-2019 City of Ukiah
Updated General Plan Housing Element
Permit Processing Procedures Permit processing for all permits is generally faster and less
costly than surrounding jurisdictions. Priority processing is
provided for affordable andspecial needs housing rojects.
Housing for Persons with Disabilities The zoning code was amended in 2008 to include provisions
for reasonable accommodation (procedure listed below).
Additionally, planning permit fees for special needs housing
projects are even less than those charged for affordable
housing projects.
Building Codes The City has adopted the 2007 California Building Codes.
These codes have not presented a hardship to affordable
housing developers. The State of California and the City of
Ukiah will adopt the new 2010 California Codes on January
1, 2011. All building permit applications which are submitted
after January 1, 2011 will be required to comply with these
new regulations. One of the most significant changes that is
anticipated in the new codes is that all new residential
occupancies will be required to have fire suppression
systems (fire sprinklers). This will add addition costs to
affordable housing projects.
The City is examining the possibility of using Redevelopment
Housing 20% set-a-side funds to offer grants or low interest
loans to assist affordable housing developers to comply with
this anticipated new requirement.
The City of Ukiah code enforcement activities have become
complaint driven ever since the loss of the Code Compliance
Coordinator position due to budget cuts. However, City
staff due initial code compliance cases when they are
observed during routine inspection and field observations.
Cost of Land and Financing Currently, the cost of land is lower than it has been in many
years. This is primarily due to the economic downturn.
Similarly, the availability of land is higher than it has been
with a larger than average number of properties on the
market.
While financing is tight, there is local optimism that lending
institutions are relaxing recent restrictions and the financing
market is opening up.
Additionally, interest rates are remaining low, and the City's
first time home buyer program has been very active over
the past year.
Cost of Construction According to PEP Housing, a local affordable housing
builder, the cost of construction in Ukiah is comparable to
that of neighbouring counties of Sonoma and Lake. Typical
construction costs are between $190 and $215 dollars per
square foot.
High Density Housing Management The Ukiah Police Department have expressed concern about
the development of new affordable housing projects that do
not have requirements for updated and consistent
management practices that support safety. The Police have
found that the key to safe affordable housing is strong
management. A new policies and implementing task have
been added to address this concern.
Housing for Persons with Disabilities Procedure:
42
37
2014-2019 City of Ukiah
Updated General Plan Housing Element
Request: A request for reasonable accommodation may be made by any person with a
disability as defined under the federal fair housing act and California fair employment and
housing act, or his/her representative or any entity, when the application of a regulation
under this chapter acts as a barrier to fair housing opportunities. In general, a person with a
disability is a person who has a physical or mental impairment that limits or substantially
limits one or more major life activities, anyone who is regarded as having such impairment
or anyone who has a record of such impairment. A request for reasonable accommodation
may include modifications or exceptions to the regulations, standards, policies and practices
for the siting, placement, construction, development or use of housing or housing related
buildings, structures and facilities that would eliminate regulatory barriers and provide
persons with a disability equal opportunity to housing of their choice.
Application Submittal: A request for reasonable accommodation shall be submitted on an
application form provided by the director of the department of planning and community
development including documentation of the disability and any other information required to
make the determinations required by this section.
Review Of Application: Applications for reasonable accommodation shall be reviewed by the
director of the department of planning and community development or designee, or may be
referred to the authority taking action on a concurrent application.
In granting an application for reasonable accommodation, the director may impose any
conditions of approval relating to the findings above as deemed practical and necessary
including, but not limited to, restoration of the property to its former condition and recording in
the office of the county recorder notice thereof.
Can certain constraints be overcome or resolved to provide more
opportunity for housing?
Since adoption and certification of the last General Plan Housing Element in 2011, progress has
been made to resolve constraints. These efforts include the adoption of the new Downtown
Zoning Code which encourages more housing in and around the downtown, street
improvements (East Perkins Street), drainage infrastructure improvements (East Perkins
Street), etc.
The wastewater treatment plant and water treatment plant were recently upgraded and have
the capacity to serve future housing development on the identified vacant, underutilized, and
redevelopable parcels.
Additionally, the City has secured a CDBG grant to help fund sewer lateral inspections and
repairs for extremely low, very low and low income residents.
The HOME grant First Time Home Buyers program has enabled very low and low income
residents to purchase homes in the community.
Airport Compatibility:
43
38
2014-2019 City of Ukiah
Updated General Plan Housing Element
LU U and EM—W.0 Pe—ACh dar l
a
6i BI
JLC L
111k
}
Sourea SY MM .Ava'uc s.fi PAC/
Fig—]J
Laind Use Compatiiai]ity Map
Ukii.h M—mipM Ad,pos[
The Airport Land Use Compatibility Zone Map
The "A", "131" (Infill) and "132" (Infill) compatibility zones have the following standards for
development:
Table 20—Airport Master Plan Requirements
Zone Max Density Parcel Size Open Space Height
for New
Subdivisions
A Zone: 10 people per 0 All 7 to 1 slide slope from runway center line
Runway Protection acre
Zone
Bl Zone—Infill 60 people per 10 Acres 30% 7 to 1 slide slope from runway center line
Area North of acre
Airport:
Approach and
Departure Zone
B2 Zone-Infill 60 people per 2 acres 30% 7 to 1 slide slope from runway center line
Area North of acre
Airport: Extended
Approach and
Departure Zone
* If development projects in these zones can meet these requirements, they can proceed without
an Airport Comprehensive Land Use Plan consistency determination from the Mendocino County
Airport Land Use Commission (ALUC). However, if any project involves a General Plan
amendment, rezoning, or specific plan, it is required to be submitted to the ALUC for a CLUP
consistency determination.
As noted in the Table, the Ukiah Airport Master Plan indicates that residential subdivisions and
multi-family residences are not normally acceptable in the B1 and B2 airport compatibility zones.
However, the Plan also indicates that "These uses typically do not meet the density and other
44
39
2014-2019 City of Ukiah
Updated General Plan Housing Element
development conditions listed. They should be allowed only if a major community objective is
served by their location in this zone and no feasible alternative exists."
There have been a number of multi-family residential projects proposed in the B1 and B2 Infill
compatibility zones north of the airport over the past several years. The most notable of these is
the 64-unit Summer Creek Village affordable housing project and the PEP Housing 42-unit
affordable senior project. While this project served the major community objective of providing
much needed affordable housing, it also complied with the density and other requirements of the
B2 infill compatibility zone. Based on the long-standing procedural agreement with Mendocino
County, the project did not need a formal consistency review from the Mendocino County Airport
Land Use Commission because both City and County Staff determined that it was clearly
consistent with all the requirements for the B2 infill area.
The Summer Creek Village project was located on a large enough parcel to meet the 60 people
per acre density standard. The primary vacant and underutilized sites identified in the 2009
survey that are in the B1 or B2 airport compatibility zones are as large or larger than the Summer
Creek Village parcel, therefore it is confidently assumed that multi-family residential projects
could be developed on these parcels.
These constraints result in less opportunity for housing development. However, the City highly
values the airport as an integral component of its economic development strategy. Accordingly,
the City seeks to balance the affordable housing and economic development goals of the City.
It should be noted that none of the identified vacant, underutilized or redevelopable parcels are
located in the"A"compatibility zone.
It should be further noted that most of the identified vacant, underutilized or redevelopable
parcels are not significantly burdened with airport compatibility zone constraints.
In the event, a housing developer proposes to build on land within the airport B1 infill
compatibility area, here is a summary of the required steps and process:
1. An affordable housing developer applies to construct 28 units on a one-acre parcel in
the airport B1 infill compatibility zone area which allows a maximum density of 60
people per acre. Using the 1.92 people per unit factor, City staff determines that the
project would result in 54 people per acre, and that it would be in compliance with the
B1 zone.
2. The developer decides to seek a density bonus of 25% (7 units).
3. Staff determines that this would add 13 people to the site for a total of 67 people, which
would exceed the density standard of 60 people per acre. The Ukiah Regional Airport
Master Plan indicates that projects exceeding the density standard (or other standards)
should "only be allowed if a major community objective is served by the project in the
proposed location and no feasible alternative location exists."
4. Staff refers the project to the Mendocino Airport Land Use Commission for a
11consistencydetermination", making the argument that the project serves the major
community objective of providing affordable infill housing, and that no feasible
alternative location exists.
45
40
2014-2019 City of Ukiah
Updated General Plan Housing Element
5. If the Land Use Commission finds that even though the project exceeds the allowable
density in the 131 zone, it serves a major community objective, and that no feasible
alternative sites exists, and then approves the project, it would advance to the City
Zoning Administrator or Planning Commission for final action.
6. If the Land Use Commission finds that the project does not meet an important
community objective and/or other alternatives sites exist, and says "no"to the proposal,
City staff could schedule the matter for a final determination by the City Council, who on
a 4/5 votes could override the Mendocino County Airport Land Use Commission.
Flood Zones:
46
41
2014-2019 City of Ukiah
Updated General Plan Housing Element
City of LliCgah
Flood Map
iaNu>'l�u�f>'r1�`�ODllli�'
rrr�K.
'�a�U
�p�. � fu •U ���iI��YY��'llf'll
r ((((( UYrllJ+lla f
w Ali �
gy FEMA Bench Maafi lM `, 111r IJ�Ifll�1�a
I
'GBOFIood
Ukiah CityLimiits YUllJll111111111111111111I11
dea� 5
UWt1 SL'PeetS..
Parcels 1'Revised T07J
iiij 'C 1 v (411rr Jl >II(
B 1250 213 1 ago m 7 mp4f l�
ee �; 1��' '� lllRlrau .,: fff
The City of Ukiah Flood Zone Map
A number of vacant and/or underutilized parcels are situated within the 100-year Flood Zone,
which requires structures and roads to be elevated and potentially other measures to protect
life and property in the event of a 100-year flood event. This represents potential increased
cost associated with the future development of these parcels. The City is currently examining
the Flood Zone Maps (1985) to determine if any of the zones warrant a Map Correction
application to the Federal Emergency Management Association. This exercise could result in a
reduction in the flood zone constraints.
An implementation program has been added to identify a prime affordable housing infill site
currently burdened by flood zone issues and pursue an engineering study and possible FEMA
map correction to eliminate this constraint.
Traffic: Traffic congestion, particularly along the City's major street corridors can affect the
developability of some parcels. However, the City's adopted 2010-2011 Capital Improvement
Program (CIP) identifies street and intersection improvement projects and funding sources to
remedy many traffic congestion problems.
47
42
2014-2019 City of Ukiah
Updated General Plan Housing Element
Future development projects may require the preparation of traffic studies to determine
potential impacts and reasonable mitigation measures for projects outside the area covered by
indentified CIP projects.
What are the current land use controls for housing development?
Table 21 — 2015 Zoning Standards
ZONING FRONT SIDE REAR YARD MAXIMUM MAXIMUM REQUIRED MAX PARKING
DISTRICT YARD YARD SETBACK HEIGHT LOT SITE AREA DENSITY REQ
SETBACK SETBACK COVERAGE
R-1 20' 10' 20' 30' N/A 6,000 sq ft 7+units 2
Single 30'for 5'for 5'for 20'for per acre on-site
Family garages accessory accessory accessory 7000 sq ft.
Residential buildings buildings buildings* for corner
lot
R-2 15' 10' 15' 30' N/A 6,000 sq ft 14 units 2
Medium 25'for 20'for per acre Per duplex
Density garages accessory 7000 sq ft unit;
Residential buildings* for corner 1 per
lot bedroom for
MFR
2
R-3 15' 5' 10' 40' N/A 6,000 sq ft 28 units Per duplex
High 25'for 30'when 7000 sq ft per acre unit;
Density garages abutting R-1 for corner 1 per
Residential or R-2 lot bedroom for
MFR
C-N 10' 5' 10' 30' 40% 7000 sq ft 28 units 2
Neighbor 15'for 10'for 20'for per acre Per duplex
Comm second second accessory unit;
story story buildings 1 per
bedroom for
MFR
2 Per duplex
C-1 10' 0'unless 0'unless 50' 40% 6000 sq ft 28 units unit;
Community 15'for abutting an abutting an 7000 sq ft per acre 1 per
second R-1, R-2,or R-1, R-2,or cornerlot bedroom for
Commercial
story R-3 parcel** R-3 parcel MFR
C-2 10' 0'unless 0'unless 40' 40% 6000 sq ft 28 units 2
Heavy 15'for abutting an abutting an 20'for per acre Per duplex
R-1, R-2,or R-1, R-2,or
Commercial second accessory 7000 sq ft unit;
story R-3 parcel R-3 parcel
buildings corner lot 1 per
bedroom for
48
43
2014-2019 City of Ukiah
Updated General Plan Housing Element
MFR
P-D To be To be To be To be To be /z acre 28 or more Flexible
Planned determined determined determined determined determined unless units per
Develop in the in the in the review in the review in the review located in acre
review review process process process the
process process downtown
and fulfills
other
criteria
NOTES:
1. * 20'or the maximum height of the main building whichever is less
2. ** If abutting an R-1, R-2,or R-3 parcel,then the setback for that residential district applies
3. The 131 and B2 Airport Compatibility Zones list multiple story offices as"normally not acceptable." The B2 Infill Po/icy
north of the airport limits buildings to 2-stories.
4. Various residential housing types are allowed or permitted in all of the above zoning districts
S. Parking requirements vary, but are generally less than nearby jurisdictions in an effort to reduce the size of parking lots
and to discourage automobile use.
6. Deviation from lot coverage standards are possible with discretionary review.
Zoning and Housing Types: The City's current zoning code allows for a variety of housing
types throughout the City. For example, multiple family residential apartment units are
permitted in all commercial zoning districts, and second residential units (granny units) are
allowed in the Single Family Residential (R-1) zoning district without the need for a use permit.
Small family day care (6 or fewer children) and community care facilities are allowed in all
residential zones and in the Community Commercial zoning district without a Use Permit. Large
family day care (7 or more) and community care facilities are permitted in these districts with
the securing of a Use Permit. The City code does not include any spacing or concentration
restrictions.
The Planned Development (PD) zoning tool contained in the City Code allows for creative, well
planned housing projects, and provides for the possible relaxation of typical development
standards, as well as permitting unconventional housing types such as cooperative housing and
school dormitories. This tool was used successfully during the past planning period to approve a
compact, nicely designed infill low to moderate income housing development. The tool allowed
for the reduction in parking, street and driveway widths, density, and yard setbacks. This
Planned Development zoning remains an important tool in the City's toolbox for affordable
housing projects.
The PD tool is an overlay zoning district that technically is a rezoning. For example, an
affordable senior housing project applicant may propose to lay the PD zone over an existing R-3
(High Density Residential) zoning district to reduce parking requirements, relax yard setbacks,
and reduce access roadway widths. The application requires review and a public hearing by the
Planning Commission and a final review and action by the City Council. Affordable housing
projects that successfully used this tool include the Cleveland Lane sweat equity project,
Mulberry Street sweat equity project, and the Cottage Lane project.
Fees and Development Review Process: The City requires payment of different fees as a
condition of development approval. These fees are lower than comparable market-rate fees for
49
44
2014-2019 City of Ukiah
Updated General Plan Housing Element
technical plan review tasks and for fees charged by other nearby jurisdictions. Discounted fees
are levied for affordable housing projects.
Table 22— 2015 Planning Permit Fees
PlanningPermit Fees Regular Affordable Housing
9 9
0 0
Site Development Permit- - Major 100/o cost recovery Affordable Housing: 80/o cost
recovery;
Special Needs Housing: 60%
cost recovery
.................................................................................................................................................................................................................................................................................................................................................................................................................................................................................
Site Development— Minor $450 Same
0 0
Use Permit Major : 100/o cost recovery : Affordable Housing: 80/o cost
recovery;
Special Needs Housing: 60%
cost recovery
Permit 4 m
Use P e t Minor $ 50 Same
0 0
Variance Major : 100/o cost recovery : Affordable Housing: 80/o cost
recovery;
Special Needs Housing: 60%
cost recovery
.................................................................................................................................................................................................................................................................................................................................................................................................................................................................................
Variance Minor $225 Same
0 0
Subdivision Major : 100/o cost recovery : Affordable Housing: 80/o cost
recovery;
Special Needs Housing: 60%
cost recovery
.................................................................................................................................................................................................................................................................................................................................................................................................................................................................................
Subdivision Minor $900 Affordable Housing: $720
Special Needs Housing: $540
.......................................................................................................................................................................................................................................................................................................................:..........................................................................................................................................................
Subdivision Exception 100% cost recovery Affordable Housing: 80% cost
recovery;
Special Needs Housing: 60%
cost recovery
.................................................................................................................................................................................................................................................................................................................................................................................................................................................................................
Boundary Line Adjustment $450 Affordable Housing: $360;
Special Needs Housing: $270
.......................................................................................................................................................................................................................................................................................................................:..........................................................................................................................................................:
General Plan Amendment 100% cost recovery Same
..................................................................................................................................................................................................................................................................................................................................................................................................................................................................................
Annexation 100% cost recovery Same
Rezoning 1000
/o cost recovery Same
..................................................................................................................................................................................................................................................................................................................................................................................................................................................................................
Rezoning Planned Unit Development 100% cost recovery Affordable Housing: 80% cost
recovery;
Special Needs Housing: 60%
cost recovery
.................................................................................................................................................................................................................................................................................................................................................................................................................................................................................
Environmental Impact Report (EIR) Consultant cost plus Same
15% administration
.....................................................................................................................................................................................................................................................................................................................................................................................................................................................................................
50
45
2014-2019 City of Ukiah
Updated General Plan Housing Element
0
Specific Plan/Master Plan Review $1,800 : Affordable Housing: 80% cost
recovery;
Special Needs Housing: 60%
cost recovery
.................................................................................................................................................................................................................................................................................................................................................................................................................................................................................
Development Impact Fees None, except for a Developers of affordable
specific traffic impact housing projects may be
fee associated with eligible funds to help finance
the development of infrastructure improvements.
the Airport Business
Park mixed use
shopping center.
Residential sewer
hook-up fees vary
depending upon how
many bedrooms are
proposed. The fee
for a one bedroom
home is $9,820; two
bedroom $10,911;
and a three bedroom
is $12,002. For each
bedroom beyond 3,
and for a bedroom
addition to an
existing home, the
fee is $1,091.
........................................................................................................................................................................................................:...........................................................................................................................................................................................................................................................................
Example Project: The 32-unit Clara Court affordable apartment project, which received
approximately $350,000 in grants and low interest loans from the Ukiah Redevelopment Agency
for property acquisition and pre-development funds, paid approximately $450,000 in total fees
(planning permit, building permit, water, sewer, public works, electrical, planning, and fire
protection). This amounts to approximately $14,000 per unit (does not include school district
fees collected by the district). This amount appears reasonable when compared to other
jurisdictions. For example, in unincorporated Mendocino County, the cost is approximately
$17,500 per unit (pages 3-20 and 3-21, 2010 Mendocino County General Plan Housing
Element).
Fee Percentage of Development Cost: According to the issued building permit(s) for the Clara
Court project, the total value/development costs for the project are $2,917,944. The total City
collected fees of $450,000 equate to only 15.4 percent of the development costs for the project.
The City is also deferring the electrical, water, and sewer connection fees ($413,284 of the
$450,000) until final inspection and the grant of occupancy. This will significantly contribute to
project feasibility and achievement of affordable targets because it helps to meet construction
loan underwriting requirements and reduces financing costs.
Additionally, in December, 2010, the City RDA provided an additional $450,000 to the project to
assist in clean-up of unanticipated contaminated soil.
51
46
2014-2019 City of Ukiah
Updated General Plan Housing Element
Development Review Process:
Table 23— 2015 Development Review Process
Project Type Approving Timeline Comment
t
Body
Individual single family Staff 2 to 4 weeks Plan check prior to issuance of building
housepermit
Minor Subdivision City 1 to 2 months Parcel Map 1 to 3 months
En ineer Final Ma 1 to 2 months
.........9......... .......................... p ..... ....... ................. ....................................................
Major Subdivision Planning 3 to 5 months Subdivision Map 2 to 3 months
Commission Final Map 1 to 2 months
and City
Council
Duplex or triplex in a R-3 Staff 2 to 4 weeks Staff review of site development plan
District
Multifamily housing with Planning 2 to 3mon hs Site Development Permit
t
no subdivision Commission
Multifamilyhousing with Planning 3 to 4 months Site Development Permit and Subdivision
9 9 p
major subdivision Commission Map
.......................................................................................................................................:.....................................................................:.......................................................................................................................................................................................................................................................................................
Mixed Residential Planning 3 to 4 months Project with no land division requires a
Commercial Use (CUP) Commission Use Permit and Site Development Permit
Review by the PC.
3 to 4 months Requires a concept plan and a precisePlanningPlanned Development
Rezoning Commission development plan.
and City
Council
CEQA Negative Declaration Planning Varies Processed jointly with project
Commission
CEQA EIR Planning up to 12 Processed jointly with project.
Commission months
Site Development Permit (SDP): The review of a Site Development Permit focuses on
architecture, landscaping, parking, and other site design elements. The landscaping and
parking standards are clear and concise and the Planning Commission has the authority and
flexibility to reduce the requirement on a case-by-case basis. The architectural design findings
are similarly concise and routinely shared with project applicants early in the pre-application
discussions. The finding is not burdensome and allows for flexibility in the design of housing
structures:
"There is sufficient variety, creativity, and articulation to the architecture and
design of the structure(s) and grounds to avoid monotony and/or a box-like
uninteresting external appearance."
The Side Development Permit Review Process: Processing a typical Side Development
Permit takes approximately 6-8 weeks and includes the following steps:
Step 1 - Filing an Application
52
47
2014-2019 City of Ukiah
Updated General Plan Housing Element
Applications are submitted to the City at the Planning and Community Development public
information counter at the Ukiah Civic Center — 300 Seminary Avenue, Ukiah. While pre-
application review (at no cost) is encouraged, it is not required.
Step 2 — Project Review Committee
The project planner will schedule the project for a roundtable discussion between the applicants
and various City Staff members to flush out issues and problems, and to provide the applicants
with a preliminary determination regarding possible conditions that may be imposed on the
project.
Step 3 —Application Completeness
Within approximately 2 weeks after application submittal, the project planner will determined if
enough information has been submitted to fully understand the proposed project. If enough
information has been submitted, the application will be deemed "complete" for processing. If
not, the project planner will send a detailed letter to the applicant indicating exactly what
information is needed to fully understand the proposal.
Step 4 - Environmental Review
Some Site Development Permit applications need a preliminary environmental review (Initial
Study) by the project planner. The purpose of this review is to find out if the project will cause
any adverse environmental impacts. You may be required to give us more information about
traffic, noise, etc. After reviewing all the information, the City Environmental Coordinator will
make an environmental determination.
Step 5 - Public Notice
Once the project planner has completed an analysis of the proposal, and all issues have been
resolved, a public notice is published in the local newspaper describing the proposal and when
the required public hearing will be conducted. A public notice is also sent to all property owners
within 300-feet of the project site, and the project planner will physically post/stake a notice on
the subject parcel.
Step 6 — Public Hearing and Action
The City Zoning Administrator or Planning Commission will conduct a public hearing, make
findings, and take action on the project. If the project is approved, the Zoning Administrator or
Planning Commission may impose conditions on the project. For information regarding the
required findings that have to be made to approve the Site Development Permit project or the
conditions of approval that may be placed on the project, contact the City Planning Staff at the
number listed below.
53
48
2014-2019 City of Ukiah
Updated General Plan Housing Element
Use Permit: The primary finding required to approve a Use Permit is that the housing project
would not have a detrimental effect on the health, safety, and general welfare of the public.
The Use Permit review process is the same as the Site Development Permit Review process.
Planned Development Rezoning: The Planned Development Rezoning tool has been the
most successful tool for creating affordable housing in the City. As indicated, it provides
flexibility with development standards such as lot sizes, yard setbacks, driveway widths, etc.
Hundreds of affordable housing units have been constructed as a result of this tool, including
two large"sweat-equity" home ownership projects.
While the process is discretionary and involves public hearings before the Planning Commission
and City Council, it is clear and provides certainty to the community and developers. The
certainty is provided to the community because this rezoning proposal/application includes an
actual development plan rather than just changing the zoning classification. Certainty is
provided to the developer because the pre-application review is intimate with staff and staff is
readily available through-out the process. It is not uncommon for staff to meet with the
developer of a Planned Development project many times during the course of review to discuss
and resolve issues.
Moreover, the process is not time consuming and the cost is not restrictive given the City's fee
reduction for affordable housing projects. This is why the tool has been so successful in the
City of Ukiah.
Planned Development Rezoning Review Steps: The review process for Planned
Development projects takes approximately 3-4 months to complete.
1. Pre-application review. This is an optional step in the process that is free of change,
and provides the developer with an opportunity to meet with staff to discuss the
proposal, identify issues, sound-board solutions, located infrastructure, and confirm
the steps in the review process.
2. Application filing. The applicant meets with staff and files the application. If it is an
affordable housing projects, the applicant pays reduced fees.
3. Application routing. The application is routed to various departments and agencies
for review and comment.
4. Application completeness. Within approximately 2-weeks, staff determines if enough
information has been submitted to fully understand the project.
5. Environmental Review. Within 30 days from determining the application to be
complete for processing, staff makes a determination regarding compliance with the
California Environmental Quality Act.
6. Planning Commission public hearing. Once environmental review is completed, the
project is scheduled for a public hearing before the Planning Commission.
7. City Council public hearing. The City Council conducts a public hearing to consider
the recommendation from the Planning Commission and to take final action on the
project.
54
49
2014-2019 City of Ukiah
Updated General Plan Housing Element
On and Off-Site Improvement Requirements: The City requires streets, curb, gutter and
sidewalks, water and sewer connections, electrical connections and landscaping for all new
construction, including affordable housing projects.
Street Standards: The City Department of Public Works maintains a Standard Plans document
that provides housing developers with details and specifications for street, sidewalk, curb,
gutter, wheel chair ramps, sewer, water, drains and street tree improvements. All the details
and specifications are typical of a small rural city, and present no hardship or unreasonable
requirement for housing developers.
The specification for a typical residential street, curbs and gutters, and sidewalks are typical of
a small rural city, and have not resulted in a significant barrier to affordable housing projects:
RESIDENTIAL STREET
F'C
s1DFW&E K
1 MAX ',..
f�.. ..+" •" G MIlN A,9,UNDER
PER SECTPON 1.5 f d SIDEN/F1V.1 :..
53 ft.RIWVERTICAL CURB&GUTTER
P-4,000 AD r
IT c MIN A,B,UNDER{&G
PER SE€TLTON 15.6,4
RUWS
1, 1 YJx;'Cs4.et 56�:t^.iRTn�4017"wsmel'e ne' unsl¢Urbol
SN bdW E;Iclr
'd. ADr'�nRv gr DMJ 1"neffl,
,7. "11�.d c�erb end gutter relay be const—tud at 5t'remt
klfaOnR a¢iad 1111-dw•il"apPravdud.
d. T1uw RrRsn[w.r wi�1-,y only bz reduced.,the the pi-r r
vad to rreeC rms.ldenHe hor,jgy dnn urw,a,,k.
-F.".bw tta 97 s¢rect INI t�uPy Rr'egprcwed.
5 '1 hie.scree? u„ay be—di@,^.6011-e W m d�11.0-11.
Water service connection fees are typical of a small rural City and have not resulted in a barrier
to affordable housing projects. The City owns its own electrical utility and its electrical service
connection fees are not only considered reasonable, but are in fact are less than those charged
by the Pacific, Gas and Electric Company (PG&E), which provides electrical service outside the
City limits.
The sewer connection fees charged by the City are identical to those charged by the Ukiah
Valley Sanitation District which provides wastewater service to the unincorporated areas outside
the City limits. The fees are considerably less than those charged by cities to the south in
Sonoma County.
Landscaping: Affordable housing projects are required to landscape 20% of the project site,
and this has not presented a significant barrier to past projects. The zoning code does allow a
reduction to the amount of landscaping depending upon the size, scale, intensity, and location
of the project.
55
50
2014-2019 City of Ukiah
Updated General Plan Housing Element
Traffic Level of Service: Depending upon the number of units and location of a proposed
project, including affordable housing proposals, a traffic study may be required. As part of the
2010 General Plan Housing Element update, the City amended its General Plan Circulation
Element to relax the roadway level of service from a "C" to a "D" as an interim measure until
the City completed a citywide traffic model and further revisions to its Circulation Element. This
has removed a barrier to affordable housing development.
It is concluded that the City's required on and off-site improvements do not present a significant
barrier to the development of affordable housing projects. This is evident because of the recent
project approvals for the Clara Court and Summercreek Village affordable housing projects,
where on and off-site improvements were not issues and did not present barriers.
What Affordable Housing Developers Can Expect: Affordable housing developers can
expect professionalism, cooperation, and a team approach from City Staff on issues such as
property identification, constraints and opportunities analysis, potential funding assistance,
reduced development processing fees, and expedited time frames for permit processing.
To assist developers, the City has produced a document entitled "What You Need to Know
About Construction and Development." It is provided free upon request and is posted on the
City's website.
The goal and mission of City Staff is to help shape an approvable project, and to provide
certainty to the developer in terms of fees, standards, findings, and the entirety of the permit
review process.
Military compatibility
There are no Military bases in or near the City of Ukiah or Mendocino County. However, the
City is within an SUA (Special Use Airspace) more specifically termed a Military Operations Area
(MOA). An MOA is an area of airspace designated for military training activities and requires
the City to notify the appropriate military office when it proposes to amend or adopt a new
General Plan or when large development projects are proposed. A program has been added
requiring these tasks to be to accomplished.
Crime prevention and environmental design (CPTED)
CPTED is defined as "the proper design and effective use of the built environment that can lead
to a reduction in the fear and incidence of crime and an improvement in the quality of life."
There are ten key principals and associated strategies communities should consider when
applying the CEPTED framework to the design, development, redevelopment, and maintenance
of buildings and community spaces:
1. Natural Surveillance— the design and placement of physical features to maximize
visibility and surveillance. Keeping intruders easily observable by maximizing
visibility.
56
51
2014-2019 City of Ukiah
Updated General Plan Housing Element
Key strategies include the design, placement, and lighting of doors, windows,
walkways, gathering areas, roadways, and structures. The objectives are to eliminate
hiding places and increase the perception of human presence or supervision.
2. Natural Access Management— the physical guidance of people and vehicles.
Designing streets, sidewalks, building entrances, and neighborhood gateways to
clearly indicate public routes and discouraging access to private areas.
Key strategies include the use of real or perceived barriers such as fencing or
plantings, and other way finding elements such as lighting, signage, and artwork.
The objectives are to provide orientation and a pedestrian-friendly environment and
to discourage would-be offenders by making noncompliance obvious.
3. Territorial Reinforcement— the use of physical attributes to delineate space and
express a positive sense of ownership. Increased definition of private space to create
a greater sense of ownership and territorial control of an area.
Key strategies include the use of art, signs, landscaping, and boundary treatments
as well as the orientation and strategic placement of buildings. The objectives are to
define borders, express ownership, and communicate a space is cared for and
protected.
4. Physical Maintenance—the repair, replacement, and general upkeep of a space,
building, or area.
Key strategies include the use of low-maintenance landscaping and architectural
materials, trash collection and removal, and other programs to maintain a clean and
orderly environment. The objective is to allow for the continued use of a space for its
intended purpose.
5. Order Maintenance—the attention to minor violations and reduction of opportunities
for inappropriate behavior.
Key strategies include posting rules and expectations, using graffiti- and vandalism-
resistant materials, and imposing quick, fair, and consistent consequences for
violations. The objectives are to foster safe, orderly, and predictable behaviors.
6. Activity Support—the planning and placement of safe activities.
Key strategies include sidewalk and street level activities, such as markets, fairs, and
festivals, in key community areas. The objective is to increase the number of people
using a space, thereby enhancing visibility, social comfort and control.
7. Social Capital—the social trust, norms, and networks people draw upon to solve
common problems, foster civic engagement, and discourage inappropriate
behaviors.
Key strategies include designated gathering areas, social events, community
programs, and communication protocols or equipment. The objective is to encourage
communication, trust, and collaboration among stakeholders and also with the
governmental agencies that serve them.
57
52
2014-2019 City of Ukiah
Updated General Plan Housing Element
8. Land Use and Community Design—the distribution, location, and amount of land
for various uses; their density and intensity; and the design elements, strategies, and
overall character of a planning area.
Key strategies include team training for professionals involved in planning and
development activities, solicitation of community public safety concerns and
collaboration in problem solving, and incorporation of CPTED principles into planning
processes. The objectives are to create, or recreate, and manage built environments
in a manner that includes considerations for public safety.
9. Target Hardening— the making of potential targets resistant to criminal attack.
Using features such as window locks and dead bolts that prohibit entry or access.
The City could naturally reduce crime by encouraging development projects to use
these CPTED tools. Educating City staff on how CPTED principles can reduce crime
and offering incentives to residential and commercial builders who incorporate
CPTED principles into their project design could reduce crime and the overall need
for policing in the City.
Key strategies include the reinforcement of entry and exit features, law enforcement
or security presence, and security devices such as locks, alarms, and cameras. The
objectives are to increase the efforts that offenders must expend and the risk of their
being identified or apprehended in committing an offense.
10. Natural Imperatives—ensuring access to necessary goods and services including
natural light, clean air and water, healthy foods, physical activity, employment, and
housing.
Key strategies include pedestrian amenities, public parks, accessible transit systems,
quality food sources, and education and employment opportunities. The objective is
to promote healthy behaviors and reduce mental fatigue and associated risky
behaviors by meeting the biological, social, and economic needs of the population.
A program has been added to require the use of CPTED when reviewing housing development
projects.
Safety and high density housing management
The Ukiah Police Department has participated in a program that brings law enforcement
together with the owners and managers of high density housing complexes to devise strategies
for keeping the facilities safe. While funding for the program remains uncertain, the Police
leadership believe it represents the best approach to increasing safety and reducing police calls
to high density apartment complexes.
Are there affordable housing units in the community that are at-
risk of being converted to market rate units?
There are affordable housing units throughout California which were built 30 years ago with
federal low-interest mortgages from the U. S. Department of Housing and Urban Development
with an agreement that the rents of these units be kept at a level affordable to low income
58
53
2014-2019 City of Ukiah
Updated General Plan Housing Element
households. State Government Code §65863.10 requires owners of such projects to provide at
least nine months notice of contract termination or prepayment of federal assistance to tenants
and public agencies. State law requires an analysis cover a ten-year period, and be divided into
two periods, coinciding with updates of the Housing Element. There are three general cases
that can result in the conversion of publicly assisted units:
1. Prepayment of HUD Mortgages: Section 221(d)(3). Section 202 and Section 236: A
Section 221(d)(3) is a privately owned project where the U. S. Department of Housing
and Urban Development (HUD) provides either below market rate loans or a subsidy to
the tenants. With Section 226 assistance, HUD provides financing to the owner to
reduce the costs for tenants by paying most of the interest on a market rate mortgage.
Additional rental subsidy may be provided to the tenant. Section 202 assistance provides
a direct loan to non-profit organizations for project development and rent subsidy for
low income tenants. Section 202 provides assistance for the development of units for
physically handicapped, developmentally disabled, and chronically mentally ill residents.
2. Opt-outs and expirations of project based Section 8 contracts: Section 8 is a federally
funded program that provides subsidies to the owner of a pre-qualified project for the
difference between the tenant's ability to pay and the contract rent. Opt-outs occur
when the owner of the project decides to opt-out of the contract with HUD be pre-
paying the remainder of the mortgage. Usually, the likelihood of opt-outs increases as
the market rents exceed contract rents.
3. Other: Expiration of the low income use period of various financing sources, such as the
Low-Income Housing Tax Credit (LIHTC), Bond financing, density bonuses, California
Housing Finance Agency (CFHA), Community Development Block Grants (CDBG) and
HOME funds and redevelopment funds. Generally, bond-financing properties expire
according to a qualified project period or when the bonds mature. Former properties
funded with Redevelopment Agency funds generally require a minimum affordability
term of 30 years.
There is one subsidized housing development that was at risk of conversion to market rate.
However, according to ownership, Ukiah Autumn Leaves, a non-profit tax exempt corporation
has extended its Section 8 project based voucher financing. The result is the project will not
convert to market rate for at least an additional 10 years.
While the need is limited, this Housing Element includes a Program calling for the establishment
of an At-Risk Unit Program to address the issue of at-risk unit loss.
Table 24— Multi-Family Projects on the Market in 2013
Name/Address Asking Price Units Price/Unit Year on Market
740 El Rio Street $249,000 2 $124,500 2013
Mason Street $895,000 8 $111,875 2013
59
54
2014-2019 City of Ukiah
Updated General Plan Housing Element
State Street $1,150,000 3 $383,333 2013
Average $206,569
Source: www.loopnet.com
The City will contact qualified non-profit organizations or other agencies and explore
opportunities to assist and facilitate the transfer ownership of"at risk" units. Potential funding
sources may include:
• The City of Ukiah General Fund
• State Department of Housing and Community Development
• Mendocino County Housing Authority
• Burbank Housing Development Corporation
A Note on Greenhouse Gas Emissions and Global Warming
The greenhouse effect is a natural phenomenon whereby the Earth's heat is trapped in the
atmosphere by certain gases. Greenhouse gases thus contribute to maintaining a surface
temperature on Earth favorable to life. Industrialization and the population explosion that have
occurred over the past 200 years have been accompanied by a substantial increase in the use
of fossil fuels such as coal, oil and natural gas, thus leading to an equally considerable increase
in greenhouse gas emissions in the atmosphere. The additional greenhouse gas emissions have
in turn exacerbated the greenhouse effect, which appears to be the cause of the increase in the
temperature of the Earth's surface and the lower layers of its atmosphere.
According to California Assembly Bill 32, "Global warming poses a serious threat to the
economic well-being, public health, natural resources, and the environment of California. The
potential adverse impacts of global warming include the exacerbation of air quality problems, a
reduction in the quality and supply of water to the state from the Sierra snowpack, a rise in sea
levels resulting in the displacement of thousands of coastal businesses and residences, damage
to marine ecosystems and the natural environment, and an increase in the incidences of
infectious diseases, asthma, and other human health-related problems."
The Legislature also found that Global warming "will have detrimental effects on some of
California's largest industries, including agriculture, wine, tourism, skiing, recreational and
commercial fishing, and forestry. It will also increase the strain on electricity supplies necessary
to meet the demand for summer air-conditioning in the hottest parts of the state."
What Are the Sources of Greenhouse Gases? In the U.S., our greenhouse gas emissions
come mostly from energy use and fossil fuel combustion (automobiles). These are driven
largely by automobile use, the current manner of economic growth, fuel used for electricity
generation, and weather patterns affecting heating and cooling needs. Energy-related carbon
dioxide emissions, resulting from petroleum and natural gas, represent 82 percent of total U.S.
human-made greenhouse gas emissions. Transportation causes 38% of greenhouse gas
emissions in California.
Land Use and Greenhouse Gas: Over the past 50 years, urban sprawl in the immediate
vicinity of Cities has increased dramatically. Locally, urban development has occurred in an
unstructured manner outside the Ukiah City limits.
60
55
2014-2019 City of Ukiah
Updated General Plan Housing Element
These resulting areas are characterized by low-density; have increased distances between
residential areas and workplaces, businesses and services; are ill suited to modes of
transportation other than the automobile; have relatively less attractive central areas; and many
have vacant lots and underused or abandoned buildings.
Increase in automobile trips: Sprawling low density urban development generates
automobile trips that lead to substantial greenhouse gas emissions and, more specifically,
carbon dioxide (CO2) emissions. Indeed, the automobile is the preferred if not the only
possible choice for transportation. As public transit choices, walking and cycling are often
unavailable, uneconomical, or inaccessible. Moreover, in urban areas, an increase in the use of
the automobile is accompanied by an increase in the number of vehicle trips and in the
distances traveled.
Conclusion: In response to greenhouse gas emissions and global warming, as well as other
basic planning principals, a Guiding Principle for future housing development is to promote
green and sustainable building, water conservation, energy efficiency, pedestrian orientation,
and careful infill development.
Implementing programs are included to fulfil this Guiding Principle.
Opportunities for Energy and Water Conservation
There are positive opportunities for fulfilling the Guiding Principle to increase energy and water
conservation and efficiency in housing developments.
Energy Conservation: The City is currently operating a housing rehabilitation program with
the use of HOME grant funds. This program requires recipients to focus on energy efficiency
measures and to date nearly $400,000 has been utilized to improve existing housing units. The
City is poised to continue this program if successful in securing additional HOME grant funds in
the future.
The City also owns its own electric utility and offers a number of energy conservation incentives
and rebates for residential development. These include:
Energy Efficiency & Solar Program
Energy Efficiency Air Conditioning and Heat Pump Rebate Program
Weatherization Rebate Program
Energy Efficiency Water Heater Rebate Program
Energy Efficiency Appliance Rebate Program
Residential Lighting Program
The programs include higher incentive rebate amounts for lower income households.
The City is committed to continuing these programs and not only encouraging energy
conservation, but taking the steps to really making it happen.
Water Conservation: The City has been proactive in water conservation matters and offers
both indoor and outdoor water conservation tips on its website. The Planning Commission has
61
56
2014-2019 City of Ukiah
Updated General Plan Housing Element
consistently raised water conservation issues when reviewing proposed development projects
and routinely requires native drought tolerant plant species in landscaping plans.
The City is committed to continuing these approaches to water conservation.
Housing Goals
Table 25 -2009-2014 and 2014-2019 Housing Goals Comparison
2009 -14 Housing Goals 2014 - 2019 Housing Goals
Goal H-1: Conserve, rehabilitate,and improve the existing Goal H-1: Conserve, rehabilitate, and improve the existing housing
housing stock to provide adequate, safe, energy efficient, stock to provide adequate, safe, energy efficient, and decent
and decent housing for all Ukiah residents. housing for all Ukiah residents.
Goal H-2: Provide housing for all economic segments of Goal H-2: Provide housing for all economic segments of the
the community. community.
Goal H-3: Expand affordable housing opportunities for Goal H-3: Expand affordable housing opportunities for persons
persons with special housing needs such as the homeless, with special housing needs such as the homeless, mentally ill,
mentally ill, physically disabled, households with very low physically disabled, households with very low and low to moderate
to moderate incomes,senior citizens, farm workers,female incomes, senior citizens, farm workers,female heads of households
heads of households with children under 18 years old, and with children under 18 years old, first time homebuyers and the
first time homebuyers. developmentally disabled.
Goal H-4: Promote well planned and designed housing Goal H-4: Promote well planned and designed housing
opportunities for all persons regardless of race, gender, opportunities for all persons regardless of race, gender, age,sexual
age,sexual orientation, marital status or national origin. orientation, marital status or national origin.
Goal H-5: Use land effectively to meet housing needs and Goal H-5: Use land effectively to meet housing needs and to
to implement smart growth, green building, and implement smart growth, green building, and sustainable
sustainable development policies with a focus on infill development policies with a focus on infill development.
development.
Goal H-6: Maintain a collaborative working relationship Goal H-6: Maintain a collaborative working relationship with all
with all groups and organizations dedicated to providing groups and organizations dedicated to providing affordable housing
affordable housing in the community, and ensure broad in the community, and ensure broad public participation in the
public participation in the development of housing goals development of housing goals and policies.
and policies.
Housing Goals and Policies
What do we want to hkMen?
Goal H-1
"We want to conserve, rehabilitate, and improve the existing housing stock to provide
adequate, safe, energy efficient, and decent housing for all Ukiah residents."
62
57
2014-2019 City of Ukiah
Updated General Plan Housing Element
Policies to Support Goal H-1
H-1.1: Promote and encourage the rehabilitation of existing residential units.
H-1.2: Promote the use of sustainable and/or renewable materials and energy technologies
(such as solar and wind) in rehabilitated housing when possible.
H-1.3 Preserve at-risk housing units.
H-1.4 Improve the safety for residents at high density apartment complexes.
Implementing Tasks
How Results Will be Achieved
H-1.a: By the end of 2016, develop and implement a residential rehabilitation program with an
emphasis on improving safety, comfort and energy efficiency.
H-1.b: Work with the City Public Utility Department to potentially expand the City's Energy
Efficiency Public Benefits Fund.
H-1.c: Provide informational materials to the public regarding sustainable and green building
materials.
H-1.d: Consider measures that would preserve/conserve existing mobile home parks, such as
a mobile home rehabilitation program, conversion to ownership program, infrastructure
improvement incentives, rent stabilization, etc.
H-1.e Develop an At-Risk Units Program: Maintain an inventory of at-risk affordable housing
units and work with property owners and non-profit affordable housing organizations
to preserve these units by identifying and seeking funds from Federal, State, and local
agencies to preserve the units.
H-1.f Work closely with the Ukiah Police Department and local apartment complex managers
to keep housing safe. Consider funding mechanisms for increasing public safety.
H-1.g Refer all proposed General Plan amendments to the appropriate military offices for
review and comment. Revise the planning permit application form to include this step
of referral.
Tracking Progress
How Success Will be Measured
Measuring success is the key to knowing if the goal of Conserve, rehabilitate, and improve the
existing housing stock is being pursued and if progress is being made. To track progress, the
annual General Plan Housing Element Progress Report must ask and answer the following
questions:
63
58
2014-2019 City of Ukiah
Updated General Plan Housing Element
• What progress has been made to Conserve, rehabilitate, and improve the existing
housing stock?
• What specific tasks are planned for the next year that will increase success?
• Has internal consistency with other Elements of the General Plan been achieved
and maintained?
Why is this Goal important?
The 2008 Housing Conditions Survey revealed that 77% of the local housing stock was more 25
years old, and that 37% or 1,445 units needed moderate repairs, 0.9% need substantial
repairs, or and (23.4%) minor repairs. Additionally, the survey found that 567 residential units
needed window replacement or repair, and only 44% of the units showed evidence of window
insulation. In 2014, this housing stock has aged further.
A decent place to live is basic to human dignity and helps define a community's quality of life.
The current housing situation in Ukiah does not provide enough decent housing for extremely
low income, very low income, low income, and persons in special need. It restricts opportunity
for seniors and young adults to remain in the community. It limits the ability of teachers and
other public service employees, people who work in local businesses and people who provide
child care and elder care to find housing so that they can live in the community where they
work.
How do the Goal and Policies Relate to the Guiding Principles?
One of the Guiding Principles is to promote and support green and sustainable building,
increase energy efficiency, and respond to climate change. This goal and associated policies
correspond directly to this Guiding Principle.
Goal H-2
"We want to provide housing for all economic segments of the community."
Policies to Support Goal H-2
H-2.1: Ensure that adequate residentially designated land is available to accommodate the City's
share of the Regional Housing Need.
H-2.2: Continue to allow placement of manufactured housing units on permanent foundations in
residential zoning districts.
H-2.3: Encourage new condominium development to provide housing for persons desiring to
"scale-down" their housing circumstances and to provide broader opportunities for first-time
64
59
2014-2019 City of Ukiah
Updated General Plan Housing Element
home buyers and moderate income persons.
H-2.4: Continue to consider and explore HOME grant, CDBG and other funding sources to
facilitate housing affordable to extremely low, very low and low income households.
H-2.5: Continue to support the Ukiah Homeless Service Planning Group and homeless support
services in all ways feasible.
H-2.6 Promote the construction of new market rate single-family units.
Implementing Tasks
How Results Will be Achieved
H-2.a: Provide copies of the inventory of vacant and underdeveloped land for public distribution.
H-2.b: Work with public transit providers and developers to encourage housing development
located close to public transit facilities.
N 2.e. PFeymde FedHEed planning peFFnit aPPIOEatien fees feF Fesidential seEend dwelling Hni
H-2.d: Review the zoning code and determine if any constraints to condominium developments
and cooperative living projects exist, and if so, eliminate the constraints.
H-2.e: As Staff and resources allow, assist the Ukiah Homeless Services Planning Group in all
ways possible.
H-2.f: The zoning code shall be amended to allow homeless facilities without the requirement
for a Use Permit in the M Manufacturing zoning district. The zoning code shall require a Site
Development Permit and facility management plan, and reasonable site development standards
for homeless facilities, pursuant to California Government Code Section 65583.
H-2.g: Do not permit the conversion of rental units to condominium units unless the City's
amount of rental units is sufficiently adequate.
11-11-2.1h: Do not permit the conversion of single family residential homes to professional offices
unless the City's amount of residential units is sufficiently adequate.
H-2.i: Adopt an Inclusionary Housing Ordinance by 2017 that requires below-market rate
housing to be included as part of residential projects as follows:
1. 20 percent of the units in a rental housing project of five or more units shall be
affordable to very low and low-income households.
2. 20 percent of the units in a for-sale project of five or more units shall be affordable to
very low to moderate-income households.
3. All housing projects involving 2 to 4 units shall pay a housing impact fee if established by
the City.
65
60
2014-2019 City of Ukiah
Updated General Plan Housing Element
4. Alternative methods of meeting the intent of the inclusionary requirements such as the
payment of an in-lieu fee deposited in the Housing Fund, or providing land for the
construction of affordable units may be permitted under certain circumstances.
5. Inclusionary units shall be constructed, rather than in-lieu fees being paid for larger
housing developments. The threshold for this requirement shall be established in the
Zoning Ordinance.
6. The amount of in-lieu fees shall be established by a resolution of the City Council and
bear a relationship to the difference between the sales price between market-rate versus
affordable housing units.
7. The allocation of inclusionary units among the income categories shall resemble the
proportion of extremely low, very-low, low, and moderate income units identified in the
Regional Housing Needs Determination to the maximum feasible extent.
H-2.j: Adopt the following minimum standards for inclusionary housing units:
1. The exterior appearance of inclusionary units shall not be different than for other units in
the housing development of which they are a part; and
2. Inclusionary units shall be dispersed or distributed throughout the development rather
than being concentrated in one portion of the development.
H-2.K: Prepare a Nexus Study by 2017 to determine if a nexus can be established requiring the
developers of large residential and commercial projects to construct needed affordable housing
units on site or in another appropriately zoned location near the place of employment and/or pay
a housing impact fee. If a nexus can be established, adopt the affordable housing requirement
or housing impact fee. The Nexus Study shall include an analysis of housing impacts on public
safety and the possible development of a Public Safety Impact fee for certain types of
development.
H-2.1: Identify and meet with nonprofit builders who specialize in building housing for extremely
low-income households. This effort is designed to build a long-term partnership in development,
gain access to specialized funding sources, identify the range of local resources and assistance
needed to facilitate the development of housing for extremely low-income households, and
promote a variety of housing types, including higher density, multifamily supportive, single room
occupancy and shared housing.
H-2.m: Work in conjunction with other agencies to jointly develop and implement a program
that is designed to address the needs of the extremely low income households in the City. At
least annually and on an on-going basis contact agencies and developers to facilitate
implementing the program. Actions to be considered for inclusion in the program include
prioritizing City/RDA funding, supporting grant and other applications for funding, and exploring
housing types and construction methods to promote housing for ELI citizens.
H-2.n: Amend the zoning ordinance to be consistent with Senate Bill 2. All transitional and
supportive housing shall be considered a residential use and only those restrictions that apply to
other residential uses of the same type (single family residential, duplex, multi-family, etc.) shall
be imposed.
H-2.o: Post the sites inventory map and housing development in commercial zones information
on the City's website and prepare hard-copy informational handout material for property owners
66
61
2014-2019 City of Ukiah
Updated General Plan Housing Element
and developers.
H-2.p: Within 1-year of adoption of the Housing Element, conduct a roundtable meeting with
non-profit housing sponsors and developers to educate and share information about vacant and
underutilized sites, the planned development tool, the lot consolidation process, and incentives
offered by the City.
H-2.q: To ensure adequate sites are available throughout the planning period to meet the City's
RHNA, the City will continue to annually update an inventory that details the amount, type, and
size of vacant and underutilized parcels to assist developers in identifying land suitable for
residential development and that also details the number of extremely low-, very low-, low-, and
moderate-income units constructed annually. If the inventory indicates a shortage of available
sites,the City shall rezone sufficient sites to accommodate the City's RHNA.
The City has identified residential capacity within the mixed use zone to accommodate 284 units
of the City's RHNA for lower-income households. To ensure sufficient residential capacity is
maintained within this zone to accommodate the identified need of 284 units, the City will
develop and implement a formal ongoing (project-by-project) evaluation procedure pursuant to
Government Code Section 56863. Should an approval of commercial development result in a
reduction of capacity within mixed use zones below the residential capacity needed to
accommodate the remaining need for lower-income households, the City will identify and zone
sufficient sites to accommodate the shortfall on land zones exclusively for residential multifamily
use allowing at least 16 du/acre.
H-2.r: Facilitate the consolidation of smaller, multi-family parcels by 1) publicizing the
underutilized sites inventory on the City's website, and 2) providing technical assistance to
property owners and developers in support of lot consolidation. To encourage development of
quality housing at prices lower income households can afford on smaller, multi-family parcels, the
City will meet with non-profit sponsors and developers to promote strategies and the creation of
lot consolidation incentives.
H-2.s Pursue annexation of land that can accommodate single-family residential development.
Tracking Progress
How Success Will be Measured
Measuring success is the key to knowing if the goal of providing housing for all economic
segments of the community is being pursued and if progress is being made. To track progress,
the annual General Plan Housing Element Progress Report must ask and answer the following
questions:
• What progress has been made to housing for all economic segments of the
community? What specific tasks have been accomplished?
• What specific tasks are planned for the next year that will increase success?
• Has internal consistency with other Elements of the General Plan been achieved and
maintained?
67
62
2014-2019 City of Ukiah
Updated General Plan Housing Element
Why are this Goal and these Policies important?
This Goal and its associated policies are important because they ensure an ongoing effort to
provide clean and safe shelter to all citizens in need.
How do the Goal and Policies Relate to the Guiding Principles?
This goal and its associated policies relate directly to Guiding Principal number 1.
Goal H-3
"We want to expand affordable housing opportunities for persons with special housing
needs such as the elderly, homeless, mentally ill, physically disabled, households with
very low to moderate incomes, senior citizens, Female heads of households with children
under 18 years old, and first time homebuyers."
Policies to Support Goal H-3
H-3.1: Establish working relationships with local groups and organizations that provide special
needs housing.
H-3.2: As Staff resources allow, be aggressive in pursuing State and Federal funding for very
low, low and moderate income housing developments, particularly for those with special needs
such as senior citizens.
H-3.3: Allow senior housing projects to be developed with parking requirements less stringent
than those specified in the Zoning Ordinance, where found to be consistent with maintaining the
character of the surrounding neighbourhood.
H-3.4: Provide density bonuses to projects that provide a required percentage of total units
affordable to very-low and low-income households and for units meeting the special housing
needs identified in this Element.
H-3.5: Identify and support programs that address the housing needs of special needs groups
and work with local organizations that can address their housing needs.
H-3.6: Utilize the housing rehabilitation program to fund the construction of renovations and
improvements that improve the accessibility to housing for seniors and persons with disabilities
and developmentally disabled .
H-3.7: Encourage affordable housing for first time homebuyers, and young families.
Implementing Tasks
How Results Will be Achieved
H-3.a: Special Needs Rental Housing: Support applications to State and federal agencies such as
HCD, State Treasurer's Office, HUD and USDA for affordable rental housing financing to provide
68
63
2014-2019 City of Ukiah
Updated General Plan Housing Element
shelter for very low-income families and special needs households.
H-3.b: Increase housing opportunities for persons with disabilities consistent with the fair
housing and disability laws, and encourage physical access to and within residential units and
areas during the development review process.
H-3.c: Review the zoning code and consider eliminating regulatory constraints to special needs
housing projects.
H-3.d: Continue to support and assist farmworker housing advocates by providing technical
assistance with development applications; lower planning application fees for affordable housing
projects, and identifying potential sites for farm worker housing.
H-3.e: Amend the zoning code to define and allow Single Room Occupancy (SRO) developments
in the Medium Density (R-2) and High Density (R-3) zoning districts.
Tracking Progress
How Success Will be Measured
Measuring success is the key to knowing if the goal of expanding affordable housing
opportunities for persons with special housing needs is being pursued and if progress is being
made. To track progress, the annual General Plan Housing Element Progress Report must ask
and answer the following questions:
• What progress has been made to expand affordable housing opportunities for
persons with special housing needs? What specific tasks have been accomplished?
• What specific tasks are planned for the next year that will increase success?
• Has internal consistency with other Elements of the General Plan been achieved and
maintained?
Why are this Goal and these Policies important?
This goal and its associated policies are important because one of the important identified
housing needs in the City of Ukiah is clean and safe housing for citizens with special needs.
How do the Goal and Policies Relate to the Guiding Principles?
This goal and its associated policies relate directly to Guiding Principal number 1.
69
64
2014-2019 City of Ukiah
Updated General Plan Housing Element
Goal H-4
"We want to promote well planned and designed housing opportunities for all persons
regardless of race, gender, age, sexual orientation, marital status or national origin."
Policies to Support Goal H-4
H-4.1: Continue to promote non-discrimination in housing in Ukiah.
H-4.2: Work with local housing providers to understand local discrimination issues and what
steps can be taken to resolve those issues.
Implementing Tasks
How Results Will be Achieved
H-4.a: Continue to refer housing discrimination complaints to Legal Services of Northern
California, State Fair Employment and Housing Commission, and the U.S. Department of Housing
and Urban Development (HUD).
H-4.b: Distribute housing discrimination public information and make it available at the Ukiah
Civic Center and on the City's website.
Tracking Progress
How Success Will be Measured
Measuring success is the key to knowing if the goal of promoting well planned and designed
housing opportunities for all persons is being pursued and if progress is being made. To track
progress, the annual General Plan Housing Element Progress Report must ask and answer the
following questions:
• What progress has been made to expand affordable housing opportunities for
persons with special housing needs? What specific tasks have been
accomplished?
• What specific tasks are planned for the next year that will increase success?
• Has internal consistency with other Elements of the General Plan been achieved
and maintained?
Why are this Goal and these Policies important?
This goal and its associated policies are important because in the City of Ukiah housing is a
right not a privilege, and clean and decent housing must be available to all citizens.
How do the Goal and Policies Relate to the Guiding Principles?
This goal and its associated policies relate directly to Guiding Principal number 1.
70
65
2014-2019 City of Ukiah
Updated General Plan Housing Element
Goal H-5
"We want to use land effectively to meet housing needs and to implement smart
growth, green building, and sustainable development policies with a focus on infill
development."
Policies to Support Goal H-5
H-5.1: Housina Design: Assure that new housing is well-designed to enhance Ukiah's
neighborhoods and the community as a whole.
H-5.2: Housina Design: Support and encourage affordable housing projects that use sustainable
and green building design and techniques.
H-5.3: Innovative Site Design: Support and encourage compact infill development that provides
extremely low, very low, low or moderate income level housing that is safe, liveable.
H-5.4: Mixed Use: Encourage the development of mixed residential and commercial uses in the
commercial zoning districts where the viability of the commercial activities would not be
adversely affected.
H-5.5: Live/Work Developments. Encourage live/work housing developments particularly in the
Downtown. Live/work units provide local workforce affordable housing, generate additional
economic activity in the community, and improve the jobs/housing balance. Encourage
opportunities for live/work developments where housing can be provided for workers on-site or
caretaker or other types of housing can be provided in appropriate locations.
H-5.6: Infill Development. Support careful well-designed infill housing development in areas
currently served by City services.
H-5.7: Sustainable Development. Encourage and support sustainable site planning and
development.
Implementing Tasks
How Results Will be Achieved
H-5.a: Apply the CEQA Infill Exemption when possible and perform expedited review for well
designed, compact projects using green and sustainable design and building techniques.
H-5.c: Prepare and present a green building/sustainable development incentive tool(s) for
consideration that could include expedited permit processing, density bonuses and relief from
parking and other zoning requirements.
H-5.d: Green Building Codes: Consider Amending the building and zoning codes to identify and
remove constraints to green-building, resource conservation, and alternative energy generation
and establish green building and sustainable practice requirements for new developments,
remodels and retrofits. Topics to be included are: Green building materials and practices, Passive
solar design and siting, Energy efficient heating and cooling technology, Alternative water
71
66
2014-2019 City of Ukiah
Updated General Plan Housing Element
storage, wastewater treatment and reclamation, and storm-water management systems
H-5.e: Continue to administer the solar and energy efficiency rebate programs.
H-5.f: Assist developers and housing development agencies in incorporating green building,
energy conservation, and alternative energy generation into their projects by providing
information about resources and links to local organizations such as local renewable energy
system designers and installers, rebates, energy-rating systems, and funding, on the Housing
Resources website.
H-5.g: Promote energy and water conservation education programs that address steps to
energy and water efficiency, benefits of weatherization and weatherization assistance programs,
and information of onsite renewable energy generation technologies and financing options.
H-5.h: Promote stormwater management systems for mutli-family housing developments that
have multiple benefits such as bio-swales to reduce downstream flooding, contamination of
streams and rivers, fire hazard, and irrigation needs and to distribute stormwater and recharge
groundwater.
H-5.i: Reduce electricity and natural gas demands by promoting the use of renewable energy
technologies in residential and mixed-use projects. Strongly promote solar energy generation,
use of solar water heaters, and passive solar design in new housing and, especially, multi-family
housing both prior to and during project review.
H-5.j: Work with developers to create residential neighborhoods with mixed housing densities,
types, and housing affordability levels that promote human interaction, neighborhood-scale
services and facilities, safety, and connectivity to schools, neighborhoods, and commerce.
Tracking Progress
How Success Will be Measured
Measuring success is the key to determining if land is being used effectively to meet housing
needs and to implement smart growth, green building, and sustainable development policies, and
if progress is being made. To track progress, the annual General Plan Housing Element Progress
Report must ask and answer the following questions:
• What progress has been made to determining if land is being used effectively to
meet housing needs and to implement smart growth, green building, and
sustainable development policies,? What specific tasks have been accomplished?
• What specific tasks are planned for the next year that will increase success?
• Has internal consistency with other Elements of the General Plan been achieved
and maintained?
Why are this Goal and these Policies important?
The goal and its associated policies are important because the City recognizes that the way in
which housing is designed and constructed, and where it's constructed can adversely impact
72
67
2014-2019 City of Ukiah
Updated General Plan Housing Element
neighborhoods, the City, the region, the state, and ultimately the health of the planet. We
want progressive, healthy, and safe housing for all residents.
How do the Goal and Policies Relate to the Guiding Principles?
This goal and its policies directly relate to Guiding Principle No. 4
Goal H-6
"We want to maintain a collaborative working relationship with all groups and
organizations dedicated to providing affordable housing in the community, and ensure
broad public participation in the development of housing goals and policies."
Policies to Support Goal H-6
H-6.1: Continue to encourage and facilitate public participation in the formulation and review of
the City's housing and development policies.
H-6.2: Assume a Leadership Role in the development of all types of needed housing in the
community.
Implementing Tasks
How Results Will be Achieved
H-6.b: Develop a Housing Resources webpage that may be used to facilitate the development
and improvement of affordable housing. Included on the webpage could be items such as
funding resources, affordable housing development agencies and developers, energy
conservation and green-building resources and services.
H-6.c: Conduct periodic meetings with developers, non-profit housing development agencies,
the Ukiah Police Department and others to identify constraints to development of affordable
housing and use the information gained to consider zoning code amendments.
Tracking Progress
How Success Will be Measured
Measuring success is the key to determining if a collaborative working relationship with all groups
and organizations is being maintained and if broad public participation is occurring. To track
progress, the annual General Plan Housing Element Progress Report must ask and answer the
following questions:
• What specific tasks are planned for the next year that will increase success?
73
68
2014-2019 City of Ukiah
Updated General Plan Housing Element
• Has internal consistency with other Elements of the General Plan been achieved
and maintained?
Why are this Goal and these Policies important?
This goal and its associated policies are important because communication and relationship
building in the community is essential to understanding and successfully addressing the true
housing needs.
How do the Goal and Policies Relate to the Guiding Principles?
This goal and its policies are fundamental to all the Guiding Principles.
Five Year Quantified Objectives
Extremely low Very Low Low Moderate Above
Moderate
Construction 9 11 7 7 20
Rehabilitation 15 5 5 0 0
Conservation 15 15 15 0 0
Preservation
TOTAL 1 39 1 31 1 27 1 7 1 20
Construction: Construction of housing and housing starts of all types has slumped dramatically
over the past several years. However, the City is working with a number of local housing
developers to potentially create new senior and student housing opportunities.
Rehabilitation: The City is currently administering a housing/sewer lateral testing and
rehabilitation program using $500,000 of HOME grant funds. The eligible recipients extremely
low, very low and low income property owners. It is anticipated that the average sewer lateral
rehabilitation project will utilized approximately $20,000 in funds, so that the City expects to
complete a total 25 projects with the currently available funding.
Conservation/Preservation: Implementation measures are included to preserve and conserve
existing residential units. Measure H-1.d calls directs the City to consider steps to preserve and
conserve the existing 462 affordable mobile home units that house a significant number of
extremely low income seniors. Such steps could potentially include a specific rehabilitation
program for mobile home units. The 462 mobile home units were surveyed in 2009 and it was
discovered that the majority of the 135 survey responses received were from senior tenants in
the extremely low and very low income category. These are the units that are targeted for
preservation/conservation.
NOTE:
Extremely Low 1-person household: $11,250
Very Low 1-person household: $19,550
Low 1-person household: $31,250
74
69
2014-2019 City of Ukiah
Updated General Plan Housing Element
Moderatel-person household: $39,050
Annual Reporting
California Government Code Section 65400 requires each city and planning agency to prepare
an annual report on the status of the General Plan housing element and its progress with
implementation. The annual reports are required to contain the following information:
1. A cover sheet with the name and mailing address of the reporting local government, the
name, phone, fax and email numbers for the contact person, and the calendar year of
the reporting period.
2. The following data for assessing progress in meeting the local government's regional
housing needs allocation ("RHNA'):
3. Total allocation of housing units for the RHNA planning period and allocation by
household income levels (i.e., very low, low, moderate, above moderate).
4. Number of permits for new residential units actually issued by the local government for
each year of the RHNA planning period by household income level (i.e., very low, low,
moderate, above moderate).
5. Total number of permitted units by household income level, total number of permitted
units issued by year, the unfulfilled regional housing need allocation by household
income level, and the total remaining unfulfilled RHNA.
6. For each housing development affordable to moderate- or lower-income households
including mixed-income multifamily projects for which building permits were issued
during the reporting period, the following information:
• Identifying information for each project (e.g., address, intersection, or assessor's
parcel number).
• Unit category (i.e., single family, 2-4 units, 5 or more units, second-unit,
mobilehome).
• Tenure of the unit(s) (i.e., owner or renter), where apparent at time of project
application.
• Total number of units affordable to each of the following household income
groups at initial occupancy: very low-income, low-income, moderate-income and
above moderate-income when included as part of a mixed-income multifamily
development.
• Monetary/financing programs used to achieve affordability (e.g., state, federal,
or local financial assistance, and including tax credits and bond financing).
75
70
2014-2019 City of Ukiah
Updated General Plan Housing Element
• Non-monetary programs used to achieve affordability and utilizing some form of
deed restrictions or covenants running with the land (e.g., density bonus,
inclusionary zoning).
• Any other methods used to achieve affordability at initial occupancy and
including an explanation of how the affordability of the units was determined.
For units that are affordable to lower- or moderate-income households without
direct governmental assistance, the report shall include the initial projected sales
price or rent of the unit, and the maximum qualifying household income levels
applicable at the time of initial sale or rent as determined pursuant to Health and
Safety Code sections 50052.5(b) and 50053(b) and California Code of
Regulations, Title 25, Division 1, Chapter 6.5, Sections 6918 and 6920
7. Report the total number of units affordable to above moderate-income households for
which building permits were issued during the reporting period by unit category (i.e.,
single family, 2-4 units, 5 or more units, second-unit, and mobilehome).
8. For each program identified in the housing element pursuant to the requirement of
subdivision (c) of Government Code 65583, the following information:
• Name of the program.
• Objective of the program as set forth in the housing element.
• Deadline for achieving the objective as set forth in the housing element.
• Status of program implementation as of the end of the annual reporting period
listing dates of specific milestones or accomplishments, and quantified to the
extent applicable and possible (e.g., 25 acres rezoned to R-4 on June 1st).
9. Notwithstanding the foregoing, for a city or county which has issued permits for 1,500
or more multifamily units in the reporting period, the following reporting requirements
apply applies:
• The city, county, or city and county is not required to report the information
required by section (c) above on a project-by-project basis for projects of less
than 25 units, but may report the information as summary data for the reporting
period.
Information related to affordability on the units in projects of less than 25 units may be
provided based on information other than building permit information. However, if the
information is not based on building permits, the jurisdiction must provide an explanation as to
how these units were determined to be assigned to the reporting period. Upon request by the
Department, the city or city and county shall provide back-up documentation for the
information provided.
The City will review its annual reports with the Planning Commission and City Council and will
submit them to the State Department of Housing and Community Development.
76
71
2014-2019 City of Ukiah
Updated General Plan Housing Element
Consistency with Other General Plan Elements
The Draft General Plan Housing Element Update has been guided by the Vision Statement and
goals and polices of the existing General Plan. The General Plan Vision Statement includes the
following:
We Envision........development that provides a mix of housing types and
process."
The Draft updated Housing Element fulfils this vision.
Preliminary review of the goals and polices of other General Plan Elements reveals no
inconsistencies and therefore no need to amend the General Plan. Specifically, no proposed
goal, policy, or implementing program requires a modification to General Plan land use
classifications, street levels of service, infrastructure policies, open space goals, or natural
resource protection policies.
As housing development projects are proposed and the City or Redevelopment Agency
undertakes housing activities, the goals and policies of all General Plan Elements/Chapters are
examined to ensure consistency. In the event that a proposed project or housing activity is
inconsistent with the General Plan, the project applicant or City Staff could initiate an
amendment to the Plan to accommodate the project or activity. This process involves internal
staff review, CEQA compliance, a public hearing before the Planning Commission, and a public
hearing before the City Council.
77
72
2014-2019 City of Ukiah
Updated General Plan Housing Element
00
v„
APPENDIX A
Housing Program Implementation:
What, Who, How Much, and When?
Implementation Responsibility Potential Funding Time Frame
Program
H-i.a: Residential City Staff(Planning HOME Grant 2014-2019
rehabilitation program and Community CDBG Grant
Development and
Economic
Develo ment
H-i.b: Expand the City's City Staff(Electric Public Benefits Fund 2015
Energy Efficiency Public Utility
Benefits Fund.
H-i.c: Provide informational City Staff(Planning General Fund 2014-2019
materials to the public and Community
regarding sustainable and Development
green building materials.
H-i.d: Consider measures City Staff(Planning General Fund 2015-2019
that would reserve/conserve and Community
existing mobile home parks Development
such as a mobile home
rehabilitation program,
conversion to ownership
program, infrastructure
improvement incentives,
rent stabilization, etc.
H-1.e: Develop an At-Risk City Staff(Planning General Fund 2014-2019
Units Program: Maintain and Community
an inventory of at-risk Development
affordable housing units
and work with property
owners and non-profit
78
73
2014-2019 City of Ukiah
Updated General Plan Housing Element
affordable housing
organizations to preserve
these units by identifying
and seeking funds from
Federal, State, and local
agencies to preserve the
units.
H-1.f Work closely with the City Staff(Planning General Fund 2014-2019
Ukiah Police Department and Community
and local apartment Development
complex managers to
keep housing safe.
Consider funding
mechanisms for increasing
public safety.
H-1.g Refer all proposed City Staff(Planning General Fund 2014-2019
General Plan amendments and Community
to the appropriate military Development
offices for review and
comment. Revise the
planning permit
application form to include
this step of referral.
H-2-a: Provide copies of the City Staff(Planning General Fund 2014-2019
inventory of vacant and and Community
underdeveloped land for Development
public distribution.
H-2.b: Work with public City Staff(Planning N/A Ongoing
transit providers and and Community
developers to encourage Development and
housing development located Public Works
close to public transit
facilities.
H-2..e: PFFE)Yide redt-ieed 4* 2nn�1
elNdGE)MFREIRR
dwelling Emits-.
H-2.d: Review the zoning City Staff(Planning General Fund 2016
code and consider eliminating and Community
constraints to condominium Development
Developments and
cooperative living projects
exist, and if so, eliminate
the constraints.
H-2.e: As Staff and City Staff(Planning General Fund Ongoing
resources allow, assist the and Community
Ukiah Homeless Services Development, RDA,
Planning Group in all ways and Economic
possible. Development
H-21: The zoning code City Staff(Planning General Fund 2016
shall be amended to allow and Community
79
74
2014-2019 City of Ukiah
Updated General Plan Housing Element
homeless facilities without Development)
the requirement for a Use
Permit in the M
Manufacturing zoning
district. The zoning code
shall require a Site
Development Permit and
facility management plan,
and reasonable site
development standards for
homeless facilities,
pursuant to California
Government Code Section
65583.
H-2.g: Do not permit the City Staff(Planning General fund Ongoing
conversion of rental units and Community
to condominium units Development)
unless the City's amount of
rental units is sufficiently
adequate.
H-2.h: Do not permit the City Staff(Planning General fund Ongoing
and Community
conversion of single family Development)
residential homes to
professional offices unless
the City's amount of
residential units is
sufficiently adequate.
H-2.i: Adopt an City Staff(Planning General Fund 2017
and Community
Inclusionary Housing Development)
Ordinance that requires
below-market rate housing
to be included as part of
residential projects as
follows:
1. 20 percent of the
units in a rental
housing project of
five or more units
shall be affordable
to very low and
low-income
households.
2. 20 percent of the
units in a for-sale
project of five or
more units shall be
affordable to very
low to moderate-
80
75
2014-2019 City of Ukiah
Updated General Plan Housing Element
income
households.
3. All housing
projects involving
2 to 4 units shall
pay a housing
impact fee if
established by the
City.
4. Alternative
methods of
meeting the intent
of the inclusionary
requirements such
as the payment of
an in-lieu fee
deposited in the
Housing Fund, or
providing land for
the construction of
affordable units
may be permitted
under certain
circumstances.
5. Inclusionary units
shall be
constructed, rather
than in-lieu fees
being paid for
larger housing
developments. The
threshold for this
requirement shall
be established in
the Zoning
Ordinance.
6. The amount of in-
lieu fees shall be
established by a
resolution of the
City Council and
bear a relationship
to the difference
between the sales
price between
market-rate versus
affordable housing
units.
81
76
2014-2019 City of Ukiah
Updated General Plan Housing Element
7. The allocation of
inclusionary units
among the income
categories shall
resemble the
proportion of very-
low, low, and
moderate income
units identified in
the Regional
Housing Needs
Determination to
the maximum
feasible extent.
H-2.j: Adopt the following City Staff(Planning General Fund 2017
and Community
minimum standards for Development)
inclusionary housing units:
1. the exterior
appearance of
inclusionary units
shall not be
different than for
other units in the
housing
development of
which they are a
part; and
2. Inclusionary units
shall be dispersed
or distributed
rather than being
concentrated in
one portion of the
development.
H-2.k: Prepare a Nexus City Staff(Planning 2017
and Community
Study to determine if a Development)
nexus can be established
requiring the developers of
large residential and
commercial projects to
construct needed
affordable housing units on
site or in another
appropriately zoned
location near the place of
employment and/or pay a
housing impact fee. If a
nexus can be established,
adopt the affordable
82
77
2014-2019 City of Ukiah
Updated General Plan Housing Element
housing requirement or
housing impact fee. The
Nexus Study shall include
an analysis of housing
impacts on public safety
and the possible
development of a Public
Safety Impact fee for
certain types of
development.
H-2.1: Identify and meet with City Staff(Planning General Fund 2015
nonprofit builders who and Community
specialize in building housing Development)
for extremely low-income
households. This effort is
designed to build a long-term
partnership in development,
gain access to specialized
funding sources, identify the
range of local resources and
assistance needed to facilitate
the development of housing
for extremely low-income
households, and promote a
variety of housing types,
including higher density,
multifamily supportive, single
room occupancy and shared
housing.
H-2.m: Work in conjunction City Staff(Planning General Fund 2015
with other agencies to jointly and Community
develop and implement a Development)
program that is designed to
address the needs of the
extremely low income
households in the City. At
least annually and on an on-
going basis contact agencies
and developers to facilitate
implementing the program.
Actions to be considered for
inclusion in the program
include prioritizing City/RDA
funding, supporting grant and
other applications for funding,
and exploring housing types
and construction methods to
promote housing for ELI
citizens.
H-2.n: Amend the zoning City Staff(Planning General Fund 2015
ordinance to be consistent and Community
with Senate Bill 2. All Development)
transitional and supportive
housing shall be
considered a residential
use and only those
83
78
2014-2019 City of Ukiah
Updated General Plan Housing Element
restrictions that apply to
other residential uses of
the same type (single
family residential, duplex,
multi-family, etc.) shall be
imposed.
H-2.o: Post the sites City Staff(Planning General Fund 2014
inventory map and and Community
information on the City's Development)
website and prepare hard-
copy informational handout
material for property owners
and developers.
H-2.p: Within 1-year of City Staff(Planning General Fund Immediate and ongoing
adoption of the Housing and Community
Element, conduct a Development)
roundtable meeting with
non-profit housing
sponsors and developers
to educate and share
information about vacant
and underutilized sites, the
planned development tool,
the lot consolidation
process, and incentives
offered by the City.
H-2.q: To ensure City Staff General Fund 2014 and ongoing
adequate sites are (Department of
available throughout the Public Works)
planning period to meet
the City's RHNA,the City
will continue to annually
update an inventory that
details the amount, type,
and size of vacant and
underutilized parcels to
assist developers in
identifying land suitable for
residential development
and that also details the
number of extremely low-,
very low-, low-, and
moderate-income units
constructed annually. If
the inventory indicates a
shortage of available sites,
the City shall rezone
sufficient sites to
accommodate the City's
RHNA.
The City has identified
84
79
2014-2019 City of Ukiah
Updated General Plan Housing Element
residential capacity within
the mixed use zone to
accommodate 284 units of
the City's RHNA for lower-
income households. To
ensure sufficient
residential capacity is
maintained within this
zone to accommodate the
identified need of 284
units, the City will develop
and implement a formal
ongoing (project-by-
project) evaluation
procedure pursuant to
Government Code Section
56863. Should an
approval of commercial
development result in a
reduction of capacity
within mixed use zones
below the residential
capacity needed to
accommodate the
remaining need for lower-
income households, the
City will identify and zone
sufficient sites to
accommodate the shortfall
on land zones exclusively
for residential multifamily
use allowing at least 16
du/acre.
H-2.r: Facilitate the City Staff(Planning General Fund Ongoing
consolidation of smaller, and Community
multi-family parcels by 1) Development, RDA,
and Economic
publicizing the Development
underutilized sites
inventory on the City's
website, and 2) providing
technical assistance to
property owners and
developers in support of
lot consolidation. To
encourage development of
quality housing at prices
lower income households
can afford on smaller,
multi-family parcels, the
City will meet with non-
profit sponsors and
developers to promote
strategies and the creation
85
80
2014-2019 City of Ukiah
Updated General Plan Housing Element
of lot consolidation
incentives.
. g GeneFal Fund 241-2
affeFdable housing infill and GE)ffiffibRi
site EHFFendy buFdened by D ent
fleed zeige and and Eee%Fna
study and possible FEMA
H-3.a: Special Needs City Staff(Planning General Fund Ongoing
Rental Housing: Support and Community
applications to State and Development, RDA,
federal agencies such as and Economic
HCD, State Treasurer's Development
Office, HUD and USDA for
affordable rental housing
financing to provide shelter
for very low-income
families and special needs
households.
H-3.b: Increase housing City Staff(Planning Ongoing
opportunities for persons and Community
with disabilities consistent Development, RDA,
and Economic
with the fair housing and Development
disability laws, and
encourage physical access
to and within residential
units and areas during the
development review
process.
H-3.c: Review the zoning City Staff(Planning General Fund 2015-2016
code and determine if any and Community
regulatory constraints to Development)
special needs housing
projects exist, and if so,
eliminate them.
H-3.d: Continue to City Staff(Planning General Fund Ongoing
support and assist farm and Community
worker housing advocates Development)
by providing technical
assistance with
development applications;
lower planning application
fees for affordable housing
projects, and identifying
potential sites for farm
worker housing.
H-3.e: Amend the zoning City Staff(Planning General Fund 2016
code to define and allow and Community
86
81
2014-2019 City of Ukiah
Updated General Plan Housing Element
Single Room Occupancy Development)
(SRO) developments in the
Medium Density (R-2) and
High Density (R-3) zoning
districts.
H-4.a: During fiscal year City Staff(Planning General Fund 2014-2015
2014-2015 prepare non- and Community
discrimination in housing Development
public information
H-4.b: Distribute housing City Staff(Planning General Fund 2014-2015
discrimination public and Community
information and make it Development, RDA,
available at the Ukiah Civic and Economic
Center and on the City's Development
website.
H-5.a: Apply the CEQA City Staff(Planning N/A Ongoing
Infill Exemption and and Community
perform expedited review Development
for well designed, compact
projects using green and
sustainable design and
building techniques.
(Planning GeneFal Fund 29izvi 29i2
and
eFdon.nEe eF smmmlaF tool Pkiblir=W&FkS
H-5.c: Prepare and City Staff(Planning General Fund 2015-2016
present a green and Community
building/sustainable Development
development incentive
tool(s) for consideration
that could include density
bonuses and relief from
parking and other zoning
requirements.
H-5.d: Green Building City Staff(Planning General Fund 2015-2016
Codes: Consider Amending and Community
the building and zoning Development
codes to identify and
remove constraints to
green-building, resource
conservation, and
alternative energy
generation and establish
green building and
sustainable practice
87
82
2014-2019 City of Ukiah
Updated General Plan Housing Element
requirements for new
developments, remodels
and retrofits. Topics to be
included are: Green
building materials and
practices, Passive solar
design and siting, Energy
efficient heating and
cooling technology,
Alternative water storage,
wastewater treatment and
reclamation, and storm-
water management
systems.
H-5.e: Continue to City Staff(Public Utilities Public Benefit Ongoing
administer the solar and utilities) Fund
energy efficiency rebate
programs.
H-5.f: Assist developers City Staff(Planning General Fund 2014-2019 and Ongoing
and housing development and Community
agencies in incorporating Development
green building, energy
conservation, and
alternative energy
generation into their
projects by providing
information about
resources and links to local
organizations such as local
renewable energy system
designers and installers,
rebates, energy-rating
systems, and funding, on
the Housing Resources
website.
H-5.g: Promote energy City Staff(Public Public Utilities 2014-2019 and Ongoing
and water conservation utilities, Public
education programs that Works, Planning,
address steps to energy Building)
and water efficiency,
benefits of weatherization
and weatherization
assistance programs, and
information of onsite
renewable energy
generation technologies.
H-5.h: Promote City Staff(Public 2014-2019 and Ongoing
stormwater management Works, Planning,
systems for mutli-familyBuilding)
88
83
2014-2019 City of Ukiah
Updated General Plan Housing Element
housing developments that
have multiple benefits such
as bio-swales to reduce
downstream flooding,
contamination of streams
and rivers, fire hazard, and
irrigation needs and to
distribute stormwater and
recharge groundwater.
H-5.i: Reduce electricity City Staff(Public Public Utilities Ongoing
and natural gas demands utilities, Economic
by promoting the use of Development, RDA
renewable energy and Planning,
technologies in residential Building)
and mixed-use projects.
Strongly promote solar
energy generation, use of
solar water heaters, and
passive solar design in new
housing and, especially,
multi-family housing both
prior to and during project
review.
H-5.j: Work with City Staff(Planning, General Fund Ongoing
developers to create RDA, Economic
residential neighborhoods Development)
with mixed housing
densities, types, and
housing affordability levels
that promote human
interaction, neighborhood-
scale services and
facilities, and connectivity
to schools, neighborhoods,
and commerce.
H-6.k: Prepare written and City Staff(Planning General Fund 2012015
electronic public and Community
information about what Development and
the City is doing to Economic
promote and create Development
affordable housing, and
invite public participation
and suggestions.
H-6.1: Conduct periodic City Staff(Planning, General Fund Ongoing
meetings with developers, Building)
a+94 non-profit housing
development agencies, the
Ukiah Police Department
and others to identify
constraints to development
89
84
2014-2019 City of Ukiah
Updated General Plan Housing Element
of affordable housing and
use the information gained
to consider zoning code
amendments.
H-6.7 No Net Loss The City City Staff(Planning, General Fund Ensure compliance with no
will monitor project Building) netloss requirements
approvals and comply with throughout the planning
the no netloss period
requirements of
Government Code§65863.
No zoning amendment or
project approval shall
reduce the residential
density or allow
development of any parcel
at a lower residential
density than assumed in
the Housing Element land
inventory unless the City
makes written findings in
accordance with
§65863(b).
so
APPENDIX B
2014 Vacant and Underutilized Land
Vacant Parcels
APN Owner Location Existing GP and Acres Potential Constraints
Use Zoning Units (see note
below)
00130606 Henrie, P. 250 W. Vacant MDR .9259 10 Traffic
Gobbi R2
Street
00313038 Ritdet, Y. 1006S. Vacant C .6520 15 Traffic
State C2
Street
00306125 Calvary 1030 Vacant LDR .6015 2 Access
Baptist Helen R1
Church Avenue
90
85
2014-2019 City of Ukiah
Updated General Plan Housing Element
00311083 Hiatt, M. 1080 Vacant LDR 3.192 6 Hillside,
Helen R1 Access,
Avenue Drainage
00308310 Phillips, S. 1405S. Vacant C .7607 12 Traffic, 131
TTEE State C2 Airport Zone
Street
00308302 Cardenas,J. 1045S. Vacant C .5395 3 Traffic, 131
State C2 Airport Zone
Street
00211414 Zbitnoff, 1 744 N. Vacant C 1.184 20 Traffic
State C1
Street
00216010 Hillside E. Vacant C 1.453 30 Traffic
Community Hamilton C2
Hospital Drive
00216013 Hillside W. Vacant C 2.419 50 Traffic
Community Hamilton C2
Hospital Drive
00219344 Northwestern Railroad Vacant C 2.409 30 B2 Airport
Pacific off Mason C2 Zone, Traffic,
Railroad Street Drainage
00120108 Hill, T. 110 Vacant LDH .4123 2 Hillside
Highland R1 H Slopes
Avenue
00228110 Moretta, G. 190 Vacant C .1913 5 Drainage
Cleveland C2
Lane
00120331 Wildberger, Highland Vacant LDR 1.458 7 Drainage
J. TTEE Avenue & R1
Clay Street
00230125 Sanchez, F. 211 W. Mill Vacant C .2339 2 Traffic
Street C1
00314001 Thomas, C. 190 Rupe Vacant C 2.035 10 Traffic, 131
C2 Airport Zone
00347206 Nevill, G. Off Vacant C .6662 4 Traffic, 131
Wabash C2 Airport Zone
Avenue
00316057 Mountanos, 582 Vacant MDR 2.417 35 Access, Noise,
M. TTEE Talmage R2 Traffic
Road
00228218 Northwestern 200 E. Vacant C 1.812 25 Traffic, 131
Pacific Clay Street C2 Airport Zone,
Railroad Drainage
00228219 Northwestern 200 E. Vacant C 1.511 25 Traffic, 131
Pacific Clay Street C2 Airport Zone,
Railroad Drainage
00234044 Patel, R. 560S. Vacant C .8338 12 Traffic,
TTEE Orchard C1 Drainage
Avenue
00315040 City of Ukiah 410 Vacant C .2611 2 Traffic
91
86
2014-2019 City of Ukiah
Updated General Plan Housing Element
Talmage C2
Road
00214615 Vargas, R. 502 N. Vacant C .1211 1 Traffic
State C1
Street
00326053 Cashada, D. 1381 Vacant LDR .2027 1 Traffic
Laurel R1
Avenue
18007003 Vanranken, 1117 Vacant MPA 2.264 0 Airport B1
F. Commerce PD Zone
Drive
00230111 Foucault, J. 737 S. Oak Vacant HDR .1493 4 Traffic
Street R3
18008028 Redwood 1701 Vacant MPA 4.683 29 Airport B1
Business Airport PD Zone
Park of Road
Ukiah
18008029 Redwood 1701 Vacant MPA 4.710 29 Airport B1
Business Airport PD Zone
Park of Road
Ukiah
18008030 Redwood 1701 Vacant MPA 7.839 56 Airport B1
Business Airport PD Zone
Park Road
18998925 -Rec�weed. 449 Vasant 54PA 3 a96 2-5 A1see
Dirk e# AiFp94 P-B
00203006 Moreno& N. Orchard Vacant C 4.736 58 Traffic
Co. Avenue C1
00203005 Moreno& 595 Brush Vacant C 1.142 15 Traffic
Co. Street C1
00304078 Shapiro, M. 210 E. Vacant MDR .5852 8 Traffic,B1
Gobbi R2 Airport Zone,
Street Drainage
00304077 Shapiro, M. 210 E. Vacant C .8738 25 Traffic, B1
Gobbi C1 Airport Zone,
Street Drainage
Total 53.275 533 Units
Underutilized Parcels
APN Owner Location Existing Percent GP and Acres Potential Constraints
Use (��o) Dev Zoning Units and (see note
Dev below)
Reduction
Factor
00211418 Titen, H. 720 N. Pizza 77% C .9198 20 Traffic
92
87
2014-2019 City of Ukiah
Updated General Plan Housing Element
State parlor C1
Street
00211420 Baarsch, B. 682 N. Single 55% C .5066 3 Traffic,
TTEE State Family C1 Creek
Street Residence
00211429 Barrington, 660 N. Dentist 64% C 1.390 15 Creek,
R. State office C1 Traffic
Street
00111328 Crook, B. 650 N. Single 87% LDR .7703 5 Drainage,
Bush Family R1 Traffic
Residence
00118114 Goodwin, C. 400 Park Single 62% LDR 2.273 15 Flood Zone
TTEE Blvd. Family R1
Residence
00118115 Vargas, R. 1028 W. Multi 53% LDR 1.441 10 Flood Zone,
Standley Family R1 Traffic
Street Residences
00225701 Liu, G. TTEE 390 W. Medical 39% C .4187 5 Mature Trees
Clay Office C1
Street
00130403 Davis, J, 700S. Single 69% MDR .1423 1 Yard
Oak Family R2 Setbacks
Street Residence
00303109 American S. State Bank 66% C 1.832 15 Traffic,
Savings& Street C1 Drainage
Loan
00305065 Obergin, D. 751S. Affordable 33% C 2.179 40 Traffic,
State Housing C1 access,
Street Drainage
00313008 Siderakis, S. 1090S. Small Strip 54% C .7669 10 Flood Zone,
State St Mall C2 traffic
00354023 Evans,A. 196 Single 62% LDR 1.625 6 Drainage
TTEE Wabash Family R1
Residence
00210112 Orchard 715 Sidnie Affordable 55% MPA 1.604 10 Traffic
Village Court Housing pD
00210108 Orchard 568 Ford Affordable 71% MPA 1.882 10 Traffic
Village Street Housing PD
00213804 Orchard 610 N. Affordable 72% HDR 3.988 15 Traffic
Manor Orchard Housing R3
Avenue
00309008 Wiles, G. 23 Betty Single 63% MDR .2597 2 Traffic
Street Family R2
Residence
00309010 Grivette, H. 19 Betty Single 71% MDR .2612 2 Traffic
Street Family R2
93
88
2014-2019 City of Ukiah
Updated General Plan Housing Element
Residence
00309011 Ferrer, P. 17 Betty Single 49% MDR .2740 2 Traffic
Street Family R2
Residence
00309012 Salisbury,1 15 Betty Single 68% MDR .2500 1 Traffic
Street Family R2
Residence
002232- Northwestern 309 E. Vacant 0% C 6.31 100 Airport B2
12, Pacific Perkins C1 acres Zone,
Railroad Street Drainage,
Traffic
002232- Northwestern 309 E. Railroad 5% C 4.31 50 Airport B2
13 Pacific Perkins Depot C-1 acres Zone,
Railroad Street Drainage,
Traffic
002282- Northwestern 309 E. Vacant 0% C 2.29 35 Airport B2
18 Pacific Perkins C-2 acres Zone,
Railroad Street Drainage,
Traffic
002282- Northwestern 309 E. Vacant 0% C 1.83 15 Airport B2
19 Pacific Perkins C-2 acres Zone,
Railroad Street Drainage,
Traffic
00224706 Shami Enter 225 N. Shopping 41% C 2.123 25 Railroad,
Orchard Center C1 Drainage,
Avenue Traffic
00224707 Shami Enter 275 N. Shopping 36% C 1.388 16 Traffic
Orchard Center C1
Avenue
00204018 Hunt, D. 902 Single 43% C .5673 1 Traffic
Mazzoni Family C2
Residence
00301049 Wooldridge, 302 Single 67% LDR .3553 1 Infill
I Banker Family R1
Blvd. Residence
00114240 Snyder, M. 179 Park Single 86% LDR .5883 1 Infill
TTEE Place Family R1
Residence
00214601 Penland, N. 589 N. Single 38% LDR .72954 1 Infill
TTEE School Family R1
Street Residence
00218401 Keiffer, C. 493 N. Single 52% LDR .1953 1 Infill
School Family R1
Street Residence
00210102 Porzio, F. 725 Orr Single 14% MPA .4878 1 Traffic
Street Family PD
Residence
00209325 Seminack 190 Orr Church 43% C 3.254 14 Traffic
Most Street
94
89
2014-2019 City of Ukiah
Updated General Plan Housing Element
Reverend C2
Richard
00125245 Nazarene 604 Jones Church 69% LDR .3788 1 Infill
Church Dist. Street R1
Advisory
00124220 Hammond, 606 Mary Single 74% LDR .2432 1 Infill
V. TTEE Lane Family R1
Residence
APN Owner Location Existing Percent GP and Acres Potential Constraints
Use (%) Zoning Units and (see note
Dev Dev below)
Reduction
Factor
18007018 Action Rents 1400 Equip 37% C 2.493 35 Drainage
JMP Enter Hastings Rental and C1
Road Retail
18004008 Franks, J. 640 Single 74% C 1.289 9 Drainage
TTEE Talmage Family C2
Road Residence
00124217 Allen, M. 624 Mary Single 77% LDR .5018 1 Infill
Lane Family R1
Residence
00121501 Cariveau,T. 915 W. Multi Family 89% LDR .88595 1 Infill
Administrator Perkins residential R1
Street
00207231 Brody,T. 1000 N. Single 79% LDR .8704 1 Infill
TTEE Oak Family R1
Street Residence
00347241 Gerhart, K. 1330S. Commercial 66% C 1.0151 10 Drainage,
State C2 Traffic
Street
0113010 McKinney, N. 506 Park Single 50% LDR 1.1072 7 Odd narrow
Blvd. Family R-1 configuration
Residence
0114201 Delgrosso, B. 500 Park Single 47% LDR .2586 2 Narrow
Blvd. Family R1 configuration
Residence
00305087 Davis, M. 272 Single 49% MDR .2222 1 Traffic,
TTEE Cherry Family R2 Airport B1
Street Residence Zone
00305088 Davis, M. 272 Vacant 0% MDR .3219 1 Traffic,
TTEE Cherry R2 Airport B1
Street Zone
Total 50.786 346
95
90
2014-2019 City of Ukiah
Updated General Plan Housing Element
2004 2009 2014
Total 1129 904 879
Vacant/Underutilized
Potential Units
Total Potential Hillside 66 63 63
Units
Total Redevelopable Site N/A 114 114
Units
Total Potential Units 1195 1081 1056
Total Probable Units 733 659 634
1. The probable number of units takes into consideration property ownership, known long range plans of the property owner,
location,market forces,and other constraints to development.
2. The traffic and access constraints are subjective and based on empirical observations and knowledge of the area
surrounding each parcel. The potential number of units takes these observations into account and reflects a best guess or
estimate of total probable units.
3. The drainage, creek, and flood zone constraints are listed because the sites are either located adjacent to or in close
proximity to a creek or they are located in a 100-500 year flood area as mapped by FEMA. The potential number of units
takes these observations into account and reflects a best guess or estimate of total probable units.
4. The Infill constraint merely recognizes that the sites are identified infill parcels that typically experience infill "issues"when
proposed for development or redevelopment. These issues include neighborhood compatibility, noise, congestion, etc.
Each site was evaluated independently with these "issues' in mind and the probable number of units were estimated
accordingly.
5. The Airport 131 Zone limits the number of people on a site at any given time, and precludes multi-family residential
development if the density standard cannot be met and other alternatives sites exist. The B2 Airport Compatibility Zone
(Infill) allows a higher density than the 131, so that typical multi-family residential development (28 units per acre) can be
achieved.
6. The same percentage reduction factor(36%)used in 2004 to arrive at the"Probable"units was used in 2009.
7. The 2009 land survey utilized GIS technology and more detailed field work than the 2004 land survey. As a result,additional
vacant and underutilized parcels were discovered, and exact acreages were determined. In most cases, the size of the
2004 parcels were reduced somewhat with the more exact GIS technology for determining their sizes.
8. In regard to the Underutilized Land, Staff made assumptions regarding potential additional units based on such factors as
where existing buildings were located on the parcels, the presence of mature trees, creeks and other natural 'constraints',
etc.
9. As indicated 3 of the 4 Northwest Pacific Railroad parcels are vacant. They are included in the list of underutilized parcels
because they represent a prime lot consolidation opportunity with the 1 partially developed parcel.
10. The Orchard Village/Manor parcels are listed as underutilized because the development on these parcels includes large
expansive lawn/turf areas that could be utilized for additional affordable housing units.
11. The residential development potential in the C-1 and C-2 zones is high. The maximum density allowed is 28 units per acre.
Recently constructed housing developments in commercial zoning districts (non-mixed use) include a 6 unit apartment
complex on North Main Street and a 12 unit apartment complex on South Main Street.
12. The maximum density allowed in the high density and commercial zoning districts is 28 units per acre.
13. There is a need for 234 extremely low, very low, and low income units. There is opportunity for 280 units on
residentially zoned land (vacant, underutilized and redevelopable parcels).
14. It should be noted that as of March, 2011, the railroad depot site owned by the North Coast Railroad Authority
was being considered by the State of California for the new Courthouse location.
96
91
2014-2019 City of Ukiah
Updated General Plan Housing Element
CITY �OF UKIAH
VACANT & UNDERUTILIZED LAND, 2014-2019
GENERAL PLAN HOUSING ELEMENT UPDATE
N
vq,
a� rflhIS, L
19
NAP&A"Aft
f
PAPE,
'W
m
j
ST
,gy,P "
S,
it
I)N
(%
T-7
10
.............
Ar"
V aw,
"A
m
f"Fpk,pv"o�P—01
Legend
M Under Utitized Ukiah Parcels 11 11
Ukpr h-Parrels-11-11
Uk4b Cute Urnits
0 0$5 C3 08 a 1 2
— I M Res
97
92
2014-2019 City of Ukiah
Updated General Plan Housing Element
LO M 0) M N aMIN CD IN q N W IM 0? M, -gr �(n
c 7 rp M, , *IIN� cr,
Nr c> C) D a c 0 N 6 0, 0 a0 C.) 0I-fl0 N IN ON VO
. .... C4 M V tn 0 r., CO M C"'I M V- Ln ED P- to a, 0 N M Ln W pl. to CA $1,4 ,J
j 9
relI CN CNI P4 rN CN CN rN p
I LQ N LI LI N 1 22 N
4 INA IN 4 4 INI NI IN 4 4, 4 L4 4
L .L . . .L L L L L
t,5 1� -5 s s t5 -15 -5 5 -5 -5 5
V� 15 —E
Rvl
1, 6 9 12 S, E, E 6 9 El
M . s 9 5 9 9 1 E
Mu 7 7 F L, 7-
>
Uj
>
<
uji
w co
n Z cp In In
Lu U) uAl LLV Ad
E� LL
2 2 y 12
00- on, 11) 5 rr fly [K X X ul
0 M In 0, - OD co 69 am
In LL ��ll
04 CI In S 1. .9 kn, m o, 'd rD N 0 C3 M N M M CIJ C3 ED ED CD M 0 N; M CM M
LIA LILA ILL u-
BMJ :
Z rj) 0
uj
E !E o.
Z Wj W a_ I LLJ Lu
z z �b 11 1111 9� <
I jwW :17 7-
>
ul U) M lij Ir Lu Lu
Lu Z, I Lij tu le
.R, ctf Lc r� 0 0 r :2 0 d- In
0 IF- 44 a- 0 cd W -
co P!
0 z 0 AD Z Lu 0
to Ify cn Ir, LIJ Lu 10 LIJ
Q: rL
i-
dx
cn IY w w
0
2E rL 0 0 0 2 0 EL 3: M, ie 0 Ll E 29; 0
L uw)
OD kry kr) wNII err to Pon CC CD LD r- �2 0�
f42 m a' �n — Q t�d 0 1* lqt q`� �IN
6�1 M E;
MJ Kj v , T
M iff) iN
4 c1P,
rq 4 9 pq �q C-ql KI K, K Fw R F' ZA C T: r^ K F4 1712 C14
N N rq �7q 'CQ &I
cl 0 0 0 0, CDC3, L7, CD CD C3 M C3 CD CD CD CD 0 CD C3 C3, C3 CD C:) I I
a 0 6 0 0 0 0 0 a 0: cl) 0 01 0 0 0 Sj P; F; 8 98,
98
93
2014-2019 City of Ukiah
Updated General Plan Housing Element
rN � W- v�. EN @1 11 1- �to �ro CO '4 CD 03 M �iko f-73 to Q P- LO 0
W. cn cq trN, .4r -0 IN uJ ff) m' ' m r4l W 2 V R �� A V, 8 2 A �- R
F'7 CD �Nl N M
cj ct v� N 0' c d",
1-t LD
T Tr CD ICq ljM, m I'll 1- R
MIt v 7T 'ZI, n In l� ul� W) FI 11411� ffl FO S( W W tD
-0 -0 '010
A B
IN Ll N t2 Lj -N ±2 L4 g 'N
:5 u
11 11Q1
C1 7p, 121 u, 7p -Z' -2 -2 u U L,C91
-1. 1.U1 7-7 '10
M Cud . TO r- 1Z C 0, C cq, m, C
n > > > 7D, 7D 7.) :J1> :J1 :D D -D Z)
Uil Lail Lu
UJ
> Ljj
Lu
in z <
LI 0 Ad
Y) Y) to
T
0 FJJ (A j im Z' uj
z < �1= < LU 111 w
U CL (a 0
LY 91
0, 6u 0 W 0 U 0 ED T Zo-
IT >
z Lu L
0 00 TUB 0 0 D
0 ;E ;� 0
(2 (9 n Lill I LL" L" 1), M 0 U) 0 ra m, m
F�� M' 77 U) tn' U) I I u 0 rats 40 1 CD
sMrsQ K!7 C) to 0 O� C, +,> e ' w[
0 N N t,4 (m In ca q g g g
0A
Ic� ct w
N 04 (9, al L1q: 4,- LO 0 �W, r
w - C4 r- NO N N t�, ('14
0
Lu Lu
JFAJ W1 LIJ
— Z. Lu M
r� ne
-! �= M ut
UI
z wj m�
Q
4�' Q, LIJ z LOJ LLJ
L
Wo
uJ
Lu V)r"
Lu I Y) jjj III < m Ig
> "c < Lu Pa 40 -4 Ud af
Luj Ir. F- W z z (Y UJ 0 F Z
0 <
0 2 cr 'L
1
U,
< <
>-
z rfuuu D
< LL
IT. I m m ZZ CPZ uji IM
iw
0 Of
E: E- of
2 2) .7- LLJ < Will > w
L
00 o u"i m
:—c M- 2! 0 (n LL T �Z ��CO 60 0 0 0 ?: Q
Z Z' ]' (3 Li.
m I- "
cS cj c� CD c�
tt, C3 C. c:1 1:111
In
m a�� tr ki tr ln In lr) In "I
N IN N N N IN N
C3 3
C3 C31 8 f3 �8 F 121 9 6 8 1918 8 8, 9 rD Ca cl� 0R"a 0
CD 0 0 CD CD 0 0 0 L CD m CD 0 0 01
99
94
2014-2019 City of Ukiah
Updated General Plan Housing Element
NM to m M " IP-. 0,a
t2- M-
-:3 5
CL > X LY:
u LAI
000
.... ........
aag
coo, 0 c�
� AA. w UL
0 0 cj o C)
uj y R, y Y
< re cr CC
CL Lu
-5II.1J z
0 UJ M p11 06
Z,, Z
5! ui Li I
0 1),) Z Z Z Z
r 9) — — —
to
=)
>- m REM
0
0 0 0 0
8 19 8
z > U) j � "
z) z � :5t I
�al ! 3:
V) b
0 4( TI I LLA W
L w
> Lu
u- F- ) z X L) cr cr X
A8 P1 8
m to to
100
95
2014-2019 City of Ukiah
Updated General Plan Housing Element
00
APPENDIX C
Review of 2009-2014 Housing Element
Implementation Accomplishments
The City of Ukiah is committed to continually improving programs in the Housing Element to
ensure that the housing needs of the community are met. Reviewing past accomplishments is
an important step in developing housing strategies that are effective and address identified
community needs. State law requires the City to report on progress made in meeting the goals,
policies, and objectives set forth in the prior Housing Element. This includes reviewing progress
made in implementing programs included in the adopted element, and evaluating their
effectiveness and continued appropriateness for the City.
The last Housing Element was adopted in 2011 and covered the RHNA period from 2009 to
2014. Even with the loss of the Redevelopment Agency and a lack of staff and financial
resources, moderate to good progress was made implementing the 2009-2014 tasks.
Program Objective Timeframe in Progress/Appropriateness
Housing Element
H-1.a: By the end of Rehabilitate residential 2010 Progress: CDBG funds
2010,develop and implement units secured for rehab projects.
A residential rehabilitation Mendocino County Community
Program with an emphasis on Development Commission
Improving safety, comfort and managed program for the City.
Energy Efficiency. Two rehab projects completed.
Additional funds being sought.
Appropriateness: In theory,
this program has a big bang for
the buck, but the qualification
requirements were challenging
for many residents. Looking for
additional funds with less
stringent qualification
requirements.
H-1.b: Work with the City Energy Efficiency Ongoing Progress: Discussion in 2011.
Public Utility Department to Improvements GHG Inventory and Climate
potentially expand the City's Action Plan underway in 2012
Energy Efficiency Public -2013—Expansion of the City's
Benefits Fund. Energy Efficiency Public
Benefits Fund may become a
program in CAP.
Appropriateness: This
101
96
2014-2019 City of Ukiah
Updated General Plan Housing Element
program is still appropriate and
may be fulfilled with the
adoption of the City Climate
Action Plan—slated for 2014.
H-1.c: Provide informational Education Ongoing Progress: Completed. Green
materials to the public Building Resource Center
regarding sustainable and created in the Ukiah Civic
green building materials. Center.
Appropriateness: This
program provides valuable
information to residents,
contractors, architects, etc.
H-1.d: Consider measures Preservation of Mobile Ongoing Progress: Completed. Rent
That would Home Parks stabilization ordinance adopted
preserve/conserve existing in 2011.
mobile home parks, such as a
mobile home rehabilitation
program, conversion to Appropriateness: While a
ownership program, major part of this program was
infrastructure improvement completed, it remains
incentives, rent stabilization, appropriate and is included in
etc. the updated element.
H-1.e Develop an At-Risk Maintain stock of Ongoing Progress: Inventory completed
Units Program: Maintain an affordable housing. in 2011.
Inventory of at-risk affordable
housing units and work with
property owners and non Appropriateness: While a
-profit affordable housing major part of this program was
organizations to preserve completed, it remains
these units by identifying and appropriate and is included in
seeking funds from Federal, the updated element.
State, and local agencies to
preserve the units.
H-2.a: Provide copies of the Education Ongoing Progress: Completed in 2011.
inventory of vacant and
underdeveloped land for Appropriateness: The
public distribution. program is appropriate and on-
going, and remains in the
updated element.
H-2.b:Work with public transit Education Ongoing Progress: Development
providers and developers to project referral to the
encourage housing Mendocino Transit Authority
development located close to routine procedure.
public transit facilities.
Appropriateness: The
program is appropriate and on-
going, and remains in the
updated element.
102
97
2014-2019 City of Ukiah
Updated General Plan Housing Element
H-2.c: Provide reduced Encourage and Ongoing Progress: Reduced fees
planning permit application increase second adopted if units are affordable.
fees for residential second dwelling units
dwelling units.
Appropriateness: Completed
and no longer included in the
updated element.
H-2.d: Review the zoning Encourage condo and Ongoing Progress: Preliminary review
code and determine if any cooperative living completed in 2011.
constraints to condominium projects.
developments and
cooperative living projects Appropriateness: This
exist, and if so, eliminate the program has not been
constraints. completed and is still
appropriate. It remains in the
updated element.
H-2.e: As Staff and resources Eliminate Ongoing Progress: No complaints
allow, assist the Staff of the incompatibility received. Ongoing discussions
Buddy Eller Homeless Shelter and monitoring.
facility to resolve any
neighborhood compatibility
issues that arise. Appropriateness: This
program is on-going and still
appropriate. It remains in the
updated element.
H-2.f: The zoning code shall Increase homeless Ongoing Progress: Low priority
be amended to allow shelters because no capacity issues at
homeless facilities without the the existing shelter.
requirement for a Use Permit
in the M Manufacturing
zoning district. The zoning Appropriateness: This
code shall require a Site program is on-going and still
Development Permit and appropriate. It remains in the
facility management plan, and updated element.
reasonable site development
standards for homeless
facilities, pursuant to
California Government Code
Section 65583.
H-2.g: Do not permit the Retain rental housing Ongoing Progress: No conversions
conversion of rental units to stock proposed in 2011-2013.
condominium units unless the
City's amount of rental units is
sufficiently adequate. Appropriateness: This
program is on-going and still
appropriate. It remains in the
updated element.
H-2.1h: Do not permit the Retain housing stock Ongoing Progress: No conversions
conversion of single family proposed in 2011-2013.
residential homes to
103
98
2014-2019 City of Ukiah
Updated General Plan Housing Element
professional offices unless the Appropriateness: This
City's amount of residential program is on-going and still
units is sufficiently adequate. appropriate. It remains in the
updated element.
H-2.i: Adopt an Inclusionary Increase affordable Ongoing Progress: Preliminary work
Housing Ordinance by 2013 housing completed. Minimal housing
that requires below-market starts in the City. Inclusionary
rate housing to be included as housing ordinance low priority.
part of residential projects
Appropriateness: This
program is on-going and still
appropriate. It remains in the
updated element.
H-2.j: Adopt the following Increase affordable Ongoing Progress: Preliminary work
minimum standards for housing completed. Minimal housing
inclusionary housing units: starts in the City. Inclusionary
3. The exterior housing ordinance low priority.
appearance of
inclusionary units Appropriateness: This
shall not be different program is on-going and still
than for other units in appropriate. It remains in the
the housing updated element.
development of
which they are a part;
and
4. Inclusionary units
shall be dispersed or
distributed
throughout the
development rather
than being
concentrated in one
portion of the
development.
H-2.K: Prepare a Nexus Study Generate affordable Ongoing Progress: No work completed.
by 2014 to determine if a housing funds Reduced staff and a lack of
nexus can be established funds to prepare Study.
requiring the developers of
large residential and Loss of Ukiah RDA stalled
commercial projects to effort.
construct needed affordable
housing units on site or in
another appropriately zoned Appropriateness: This
location near the place of program is on-going and still
employment and/or pay a appropriate. It remains in the
housing impact fee. If a nexus updated element.
can be established, adopt the
affordable housing
requirement or housing impact
fee.
H-2.1: Identify and meet with Develop partnerships Ongoing Progress: Met and worked
nonprofit builders who with affordable housing closely with an out-of-town
specialize in building housing developers. affordable housing developer
104
99
2014-2019 City of Ukiah
Updated General Plan Housing Element
for extremely low-income about the old Trinity School site.
households. This effort is
designed to build a long-term
partnership in development, Effort stalled due to the
gain access to specialized elimination of the Ukiah RDA.
funding sources, identify the
range of local resources and Appropriateness: This
assistance needed to facilitate program is on-going and still
the development of housing appropriate. It remains in the
for extremely low-income updated element.
households, and promote a
variety of housing types,
including higher density,
multifamily supportive,single
room occupancy and shared
housing.
H-2.m: Work in conjunction Create more affordable Ongoing Progress: Some progress
with other agencies to jointly housing made. Loss of staff and the
develop and implement a elimination of the Ukiah RDA
program that is designed to has stalled efforts.
address the needs of the
extremely low income
households in the City. At Appropriateness: This
(east annually and on an on- program is on-going and still
going basis contact agencies appropriate. It remains in the
and developers to facilitate updated element.
implementing the program.
Actions to be considered for
inclusion in the program
include prioritizing City/RDA
funding, supporting grant and
other applications for funding,
and exploring housing types
and construction methods to
promote housing for ELI
citizens.
H-2.n:Amend the zoning Streamline transitional Ongoing Progress: Preliminary work
ordinance to be consistent housing projects. completed in 2011.
with Senate Bill 2. All
transitional and supportive
housing shall be considered a Appropriateness: This
residential use and only those program ion-going and still
restrictions that apply to other appropriate. It remains in the
residential uses of the same updated element.
type (single family residential,
duplex, multi-family, etc.)shall
be imposed.
H-2.o: Post the sites Education Ongoing Progress: Completed in 2011
inventory map and housing
development in commercial
zones information on the Appropriateness: This
City's website and prepare program is on-going and still
hard-copy informational appropriate. It remains in the
handout material for property updated element.
105
100
2014-2019 City of Ukiah
Updated General Plan Housing Element
owners and developers.
H-2.p: Within 1-year of Create more affordable Ongoing Progress: Loss of staff and the
adoption of the Housing housing elimination of the Ukiah RDA
Element, conduct a roundtable have stalled efforts.
meeting with non-profit
housing sponsors and
developers to educate and Appropriateness: This
share information about program is on-going and still
vacant and underutilized sites, appropriate. It remains in the
the planned development tool, updated element.
the lot consolidation process,
and incentives offered by the
City.
H-2.q: To ensure adequate Education Ongoing Progress: Completed.
sites are available throughout Inventory updated in 2014
the planning period to meet
the City's RHNA, the City will
continue to annually update Appropriateness: This
an inventory that details the program is on-going and still
amount, type, and size of appropriate. It remains in the
vacant and underutilized updated element.
parcels to assist developers in
identifying land suitable for
residential development and
that also details the number of
extremely low-, very low-, low-
, and moderate-income units
constructed annually. If the
inventory indicates a shortage
of available sites, the City
shall rezone sufficient sites to
accommodate the City's
RHNA.
The City has identified
residential capacity within the
mixed use zone to
accommodate 284 units of the
City's RHNA for lower-income
households. To ensure
sufficient residential capacity
is maintained within this zone
to accommodate the identified
need of 284 units, the City will
develop and implement a
formal ongoing (project-by-
project)evaluation procedure
pursuant to Government Code
Section 56863. Should an
approval of commercial
development result in a
reduction of capacity within
mixed use zones below the
residential capacity needed to
accommodate the remaining
need for lower-income
households, the City will
identify and zone sufficient
sites to accommodate the
106
101
2014-2019 City of Ukiah
Updated General Plan Housing Element
shortfall on land zones
exclusively for residential
multifamily use allowing at
least 16 du/acre.
H-2.r: Facilitate the Create more affordable Ongoing Progress: Initial steps
consolidation of smaller, multi- housing completed in 2012.
family parcels by 1)publicizing
the underutilized sites
Ongoing efforts slowed by
inventory on the City's
reduced staff and the
website, and 2)providing
technical assistance to elimination of the Ukiah RDA.
property owners and
developers in support of lot Appropriateness: This
consolidation. To encourage program is on-going and still
development of quality appropriate. It remains in the
housing at prices lower updated element.
income households can afford
on smaller, multi-family
parcels, the City will meet with
non-profit sponsors and
developers to promote
strategies and the creation of
lot consolidation incentives.
H-2.s: Identify a prime Increase potential Ongoing Progress: Completed in 2011.
affordable housing infill site affordable housing sites ("Garden Cafe" site—South
currently burdened by flood State Street).
zone issues and pursue an
engineering study and
possible FEMA map correction Appropriateness: Completed
to eliminate this constraint. and therefore not included in
updated element.
H-3.a: Special Needs Increase very low and Ongoing Progress: Reduced staff and
Rental Housing: Support special needs housing the elimination of the Ukiah
applications to State and units RDA have stalled
federal agencies such as implementation.
HCD, State Treasurer's Office,
HUD and USDA for affordable
rental housing financing to Appropriateness: This
provide shelter for very low- program is on-going and still
income families and special appropriate. It remains in the
needs households. updated element.
H-3.b: Increase housing Increase housing Ongoing Progress: Routine procedure
opportunities for persons with opportunities for with the review of development
disabilities consistent with the persons with disabilities projects.
fair housing and disability
laws, and encourage physical
access to and within Appropriateness: This
residential units and areas program is on-going and still
during the development appropriate. It remains in the
updated element.
review process.
H-3.c: Review the zoning Eliminate constraints Ongoing Progress: Preliminary work
code and consider eliminating competed in 2011.
regulatory constraints to
special needs housing
projects. Appropriateness: This
program is on-going and still
107
102
2014-2019 City of Ukiah
Updated General Plan Housing Element
appropriate. It remains in the
updated element.
H-3.d: Continue to support Increase farmworker Ongoing Progress: Lower fees adopted.
and assist farmworker housing housing
advocates by providing
technical assistance with Appropriateness: This
development applications; program is on-going and still
lower planning application appropriate. It remains in the
fees for affordable housing updated element.
projects, and identifying
potential sites for farm worker
housing.
H-3.e: Amend the zoning Increase tools to Ongoing Progress: Downtown Zoning
code to define and allow encourage affordable Code adopted in 2012—
Single Room Occupancy housing. includes opportunities for SRO
(SRO)developments in the development.
Medium Density(R-2)and
High Density(R-3)zoning
districts. Appropriateness: This
program is on-going and still
appropriate. It remains in the
updated element.
H-4.a: Continue to refer Education Ongoing Progress: No complaints
housing discrimination received.
complaints to Legal Services
of Northern California, State
Fair Employment and Housing Appropriateness: This
Commission, and the U.S. program is on-going and still
Department of Housing and appropriate. It remains in the
Urban Development(HUD). updated element.
H-4.b: Distribute housing Education Ongoing Progress: Completed.
discrimination public
information and make it Appropriateness: This
available at the Ukiah Civic program is on-going and still
Center and on the City's appropriate. It remains in the
website. updated element.
H-5.a: Apply the CEQA Infill Education Ongoing Progress: Implemented with
Exemption when possible and Planning Commission approval
perform expedited review for in 2012 of the Richard Ruff
well designed, compact project on North State Street.
projects using green and
sustainable design and
building techniques. Appropriateness: This
program is on-going and still
appropriate. It remains in the
updated element.
H-5.b: Prepare and present a Education Ongoing Progress: Completed with
108
103
2014-2019 City of Ukiah
Updated General Plan Housing Element
downtown core small lot adoption of the Downtown
subdivision ordinance or Zoning Code in 2012.
similar tool for consideration.
Appropriateness: Completed
and not included in updated
element.
H-5.c: Prepare and present a Education Ongoing Progress: Project programed
green building/sustainable for 2013.
development incentive tool(s)
for consideration that could
include expedited permit Appropriateness: This
processing,density bonuses program is on-going and still
and relief from parking and appropriate. It remains in the
other zoning requirements. updated element.
H-5.d: Green Building Education Ongoing Progress: Project programed
Codes: Consider Amending for 2013
the building and zoning codes
to identify and remove
constraints to green-building,
Appropriateness: This
resource conservation, and program is on-going and still
alternative energy generation appropriate. It remains in the
and establish green building updated element.
and sustainable practice
requirements for new
developments, remodels and
retrofits. Topics to be
included are: Green building
materials and practices,
Passive
solar design and siting,
Energy efficient heating and
cooling technology,Alternative
water storage,wastewater
treatment and reclamation,
and storm-water management
systems.
H-5.e: Continue to administer Education Ongoing Progress: The program
the solar and energy efficiency continues and is under
rebate programs. evaluation for possible
expansion.
Appropriateness: This
program is on-going and still
appropriate. It remains in the
updated element.
H-5.f: Assist developers and Education Ongoing Progress: Green Building
housing development Information Center completed in
agencies in incorporating the Ukiah Civic Center.
green building, energy
conservation, and alternative
energygeneration into their Appropriateness: This
109
104
2014-2019 City of Ukiah
Updated General Plan Housing Element
projects by providing program is on-going and still
information about resources appropriate. It remains in the
and links to local updated element.
organizations such as local
renewable energy system
designers and installers,
rebates, energy-rating
systems, and funding,on the
Housing Resources website.
H-5.g: Promote energy and Education Ongoing Progress: Green Building
water conservation education Information Center completed in
programs that address steps the Ukiah Civic center.
to energy and water efficiency,
benefits of weatherization and
weatherization assistance Appropriateness: This
program it on-going and still
programs, and information of appropriate. It remains in the
onsite renewable energy
generation technologies and updated element.
financing options.
H-5.1h: Promote stormwater Education Ongoing Progress: Routine practice of
management systems for Public Works Staff.
mutli-family housing
developments that have
multiple benefits such as bio- New storm-water ordinance
adopted in 2010.
swales to reduce downstream
flooding, contamination of
streams and rivers,fire Appropriateness: This
hazard, and irrigation needs program is on-going and still
and to distribute stormwater appropriate. It remains in the
and recharge groundwater. updated element.
H-5.i: Reduce electricity and Education Ongoing Progress: Routine practice
natural gas demands by during project review.
promoting the use of
renewable energy
technologies in residential and Appropriateness: This
mixed-use projects. Strongly program is on-going and still
promote solar energy appropriate. It remains in the
generation, use of solar water updated element.
heaters, and passive solar
design in new housing and,
especially, multi-family
housing both prior to and
during project review.
H-5.j: Work with developers Education Ongoing Progress: No opportunities
to create residential have surfaced.
neighborhoods with mixed
housing densities, types, and
housing affordability levels Poised to implement.
that promote human
interaction, neighborhood- Appropriateness: This
scale services and facilities, program is on-going and still
safety, and connectivity to appropriate. It remains in the
schools, neighborhoods, and updated element.
commerce.
H-5.11k: Adopt a form based Education Ongoing Progress: Downtown form-
zoning code for the downtown
110
105
2014-2019 City of Ukiah
Updated General Plan Housing Element
that would promote and based code adopted in 2012.
provide opportunity for
compact, pedestrian friendly,
infill mixed use development Appropriateness: Completed
iand not included in the updated
including a variety of housing
element.
types.
H-6.a: Redesign and Increase affordable Ongoing Progress: RDA eliminated by
reinvigorate the RDA low and housing the State of California.
moderate income housing
program.
Appropriateness: RDA
eliminated and this program is
not included in the updated
element.
H-6.b: Develop a Housing Education Ongoing Progress: New City website
Resources webpage that may under construction 2012-2014.
be used to facilitate the
development and
improvement of affordable Appropriateness: This
housing. Included on the program is on-going and still
webpage could be items such appropriate. It remains in the
as funding resources, updated element.
affordable housing
development agencies and
developers,energy
conservation and green-
building resources and
services.
H-6.c: Conduct periodic Education Ongoing Progress: Reduced staff and
meetings with developers and the elimination of the Ukiah
non-profit housing RDA have stalled efforts.
development agencies to
identify constraints to
development of affordable Appropriateness: This
housing and use the program is on-going and still
information gained to consider appropriate. It remains in the
zoning code amendments. updated element.
111
106
2014-2019 City of Ukiah
Updated General Plan Housing Element
00
APPENDIX D
Zoning Matrix
; , S
Ilcptrkuutt plplanning� Community Dewctopeent,
3II0 Scanlaraay Aveuus,UIe1xNr,CA 4548
ptanniwig@;Ityufukbh.cuan (707)463-6200 4:3-ra2Ilri wwwwww.cltyofukluh.eaarn
BASE ZONING DISTRICTS — LAND USE MATRIX
This matrix provides a generalized reference for identifying uses by zoning district. The matrix is not adopted and does
not amend or substitute for regulations adopted by the City. Consult the Ukiah Municipal Code (Division 9, 'Chapter2,
Zoning)for definitions, regulations,standards and exceptions. Other regulations may apply. Some base and combining
zoning districts are not shown. The Ukiah Municipal Code is online at: ht ,11 .195.234f �AltJlkaah�dnde x.tatrn
BASE ZONING DISTRICTS—GENERALIZED LAND USE MATRIX
__(A=,Allowed use by right,IJP=Use errrnik required � w,
USE R-1 R-Z R-3 C.N C-1 C-2 MI PF
I!E" IDENTIaA l-
mm ----- -- —._ __ — -. —
CondominiumsUP A A A
CJu Vexes --. ..
UIQ
C!wmell1P9 OrsauP�.. .. m.. ... UP UP
NluitiPl farinq residential units Apaftment houses A A UP tip
e htrur arks P UP UIQ
VoUP
atl.. ,, �. U„
Manufactured homes � ... r� FASun le-f�miV�a dl dot in ;s A A AUfa..~yin le-fa !w d r lin -3tk s ware foot lot
Senna dvueVlVn uuaits A A A A A
Paan labor(:arraP.
s._..� UF'
�
Resident man# eelsecunl ersmnriel housing _ UP
RES IDENTIALICOMMERGIAL mm
I'aGixed residerival with ronz, lible cormro,oroint Vand usas UP UP
Wxed rental dtwrelhE'. units vvGtlh alVemuved rar rrruittard usa tsi _- UP W
Boardin err rclomIn houses A A
Ee;d and breakfast establoshmen,ts UP W UP UIQ UP A U1- ...
Hetels rnotels .m.. - IJP ...�.., A UP UP
v tUBLIC,COMMUNITY
Pk!?!cq Al91 A 1 uctures and-uses UP _. t P A
_._.���_����� ���........................�..._ w� ,,.
112
107
2014-2019 City of Ukiah
Updated General Plan Housing Element
SASE ZONING!DISTRICTS—GENERALIZED LAND USE MATRIX
(A-Allowed use by ria ht,UP UusIT� �ITrrmll re ttlr�cl
USE R-1 111.2 R-3 D-N C-1 C-2 M PF
ual c -hukalntautlda q !Sqr . f temporary
and;ry p hlic assembyl UP UP
_. �
�............... .�. . �.
Public or private schools UP UP UP A
A
Churches chapels,religuraursmssmbllnrrtd urnstructicn IUP UP UP UP A
� y are homy��irr7anamummr A _.�
Smaall farmaul child da c• _.,,.• ...�
Small family rtllct daycare home-d irrraArnumnp including children Under A A UP A
the ata ct ten 11 r wshs�resjde at the home
Large family c-h�ild da care home 7-ti including children under the - ���
tl° y g P
a uz of 10 wvho reside at the home
UP UP UP k•1P
mm••••
Ct�rxrmuanlhy calre t�ctlit h m axornnurn mm ITITITITITITITITITITITITITIT A A A A
Commurmmt�r faonlit -7-12 UIP UP UP UP
Small!hamelless facilitues-7-12 is e section 9171) � UP UP.. 'UP A A lJP UP UP
. UP SVP
Rest
kos and convalescent
nt services rrlresudenC al rnnedical facilities UP UP UP,.... UP UPITITIT UP
UP m..Ut'
Conservation and natural resource conservation areas
A A
rfprts and ayu�utiran-re�la ted ttuncUions anti uuses mm � A
G29pfur AQ2YAr - _ UP
Public cemeteries and similar uasesUP
ublic
UP
Putulir urs fdcraVlklles•facilfies and utrusos �. .- m ....•„ ...
Rpfus dusfaccalit
. ���I�rec�clur areas.,,refuse transfer stations
. UP
Minor food services miairelaked txr rlrnam use A
H,iskcrical sites and monuments, A
Parks,ccmnwirtitITrdns„playgrounds UP UP -..."UP UP A
Y=aiu rt�t�ends�--M_ A
Commrmnuunrh concerts,farmers markets,craft bazaar flea markets UP
GOMM RUTAL ....
Bar,.,danop hall,Irve entertainment estahlishne UP
IOulllamdarlornurn�ent arcade,tavking alley UP
.......
—TheateUP
!I"111610
uUPctlal haUP tJ6auses oarmiwals amus arks,opaamu air'theaters,slmrla,r UPS Ljr UP` UP" UP" UP UP'_ UP
113
108
2014-2019 City of Ukiah
Updated General Plan Housing Element
RASE ZONING DISTRICTS-GENERALIZED 1 LAND USE MATRIX
A=Allowed use lb right, YUP=Use errr7l�required
.......,.
USE _. R-1 R-2' R-5 C-N C-1 C.-2 M PP
torr? rary�estatrlishrrvents involving large Ads rmntrlatges art i a7 le
Ilstrne Accu att�nns A A-- A. A
_ .
utdo,or sales establishments(see,section 9184 LIP UP UP Ul' t9P Ufa
�J
wm..
Professional offices fa
mgeri r 11 .. UP A A UP U
Profess oval office-converted:from a si22r tarnily residem e UP
WledlcarlCY6fC2s........� A _
A
Business services
Personal service estahlishmments q, UP A Y Yf'
Barbershops.baauty stns �_.. .. �.. UP � - -
_...
omn operated laundrar�r t -- �_..... UI m
Laundry service A
tiro stares
FljoiristUla A
Video rentals saves ........................... _.. U
w
Tailor sho UP
Soo'kstore UP
Mom and��a ''c��rin�n,or�a�roo�rr�storers„dollcatessens UP A �..... �_
.... „
Bakeries � .mm UP UP
a6f shosf? mm Ute UP
urants �r�dludes drive thrrrwu d mm m — A UP
arirants cafes no drive throe �n --------------_.......�.... ._� �UP-- � �� -- . .
Resta
est
Retail1 stores A UP UP
Retail- except large coanmerciial retail stores(such as department UIP
steres„supermarkets,chain dru �storas a#�iscaunt clothYen stares
Wholesale stores - � A�
Kennel pet shop,and pet servioesA
Veterinarian _mm _ UP
HEAVY COMMERCIAL CSR INDUSTRIAL _ _
NW
Auto sales-new or used A A
Aute-reir,b2r and suntan ,car wash,service as stationA � A
Equipment re it sho _.....� � A A
Auto wrockirng_pnkyards
Public or primate parking lots for automobiles loaccommodate primary, UP UP A
use,.or when next to C-N,C-1 or C_2 see section,917t�'
114
109
2014-2019 City of Ukiah
Updated General Plan Housing Element
BASE Zt'3M tNG DISTRICTGENERALIZED LAND USE MATRIX
Allowed u~se b rl ht iUPu-U-e ermait u e uulre�
USE R-1 R-2 R-3 -N C-1 C-2 Ml PF
Park!nr�loks _. �- NSP...
Trortatuuam services A
Blacksmith shops � A
-----------------
Building materuals yarA
ds lukntt7er rds
_._
Construction sales and service A A
Farm equipment sales and feed storms mm. .. A c A
Cablr U P A A ........,
Machine sh2p UP A A
Plarain un;aNls
Sign shop .............
.. _. ...... .._
afetyservices _ ......... .... ._.. A
I'Hlnliilconvenience storage UP A A
5tora es and bulk fuuell storage A U'P
wareftousun and dWributien(Imited) � A� A
aVaxe ous rt nud dislrbuticln(general) " UP
Ol'4hoiesale and storage establishmentusA
...... .......
I Ggttt atamufac4uyrun and irnduastrial uses UW A UP
DiclUstrial,manufacturing,or storage uses objectionable due to,sma ke, � � UP
dust,nolle,radioactivity,vibration,br8 h l8 tat etr.
Heavy industriai and menufaotuuring users without appreciable offensive A.
omcb'ectivnabQe noise odor dust or nuisance factory
Remove[of mu nerals,earth other natural mategRR Qs�ee sir io 9 Z UP UP" UP UIP IUP UP UP
UP
"fernporary uses meetingf purpose and intent.of district,not to exceed 6 UP UP UP UP UP' - UP Ulf t.kP
months see secbon 9176
Fences_fu°or liessA A A A A A A
Fences-exceeding Pi feet Lee section 9178 �.._ UP" UP 'U'P UP UP UP'. UP ISP
�Accessor uses arwd gyild`un s AA .. A � ����� A A
Sources City of Ukiah:(Planning and Cara muunity Development Department, 12007'
115
110
2014-2019 City of Ukiah
Updated General Plan Housing Element
Attachment 3
The jurisdiction that will report new housing units to Department of Finance(annual Housing Unit Survey)can take
RHNA credit(1 time)for units approved (entitled or permitted)or built since the start date of the RHNA Projection Period.
Last updated:December 7, 2018
Number of Council of Governments/Jurisdictions Sixth Housing Element(HE)
;Jurisdictions Revision Due Date
(539) 6th RHNA Cycle Estimated/Actual 1�2/
all ,veiras,,,, ounQ,y,,,(IfIICICDcQs g.
a ,,,CCJC),;;,,
2 Calaveras County (1)and all cities [1] June 15, 2019*
Actual
6th Cycle RHNA Prosection Period (8.5 years) HE Planning Period (8 years):4
December 31, 2018-June 15, 2027 June 15, 2019-June 15, 2027
4 Ne da Cr,Ginty (If-IIClQ acts as ,OG).,.'
Nevada County(1)and all cities [3]
2
Mono County (1)and all cities [1] August 15, 2019*
Actual
MendocinoCouncilof oveirinie „(I O i , , .).J...
5 Mendocino County (1)and all cities [4]
HE Planning Period (8 years):4
I alke Coulrl,ty Ciity,,Airea iide ILII, nniincl, ounq,iill, August 15, 2019-August 15, 2027
3 Lake Country (1)and all cities [2]
6th RHNA Prosection Period (8.7 years):
December 31, 2018-August 15, 2027
g f IIuI �Ibolldit Count Association of Goveiinmeints If IICAOG August 31, 2019*
„y ( );.
Humboldt County(1)and all cities [7] Actual
6th RHNA Prosection Period (8.7 years): HE Planning Period (8 years):4
December 31, 2018-August 31, 2027 August 31, 2019-August 31, 2027
OQlheir IRe iioins inoin COG +110E) acts as COG
17 Counties (total 9). Cities [total 8]].
Alpine [0], Lassen [1], Mariposa [0], Modoc [1], August 31, 2019
Plumas [1], Sierra [1], Tehama [3], Trinity [0], and Tuolumne [1] Actual
6th RHNA Prosection Period (5.7 Vears): HE Planning Period (5 years):s
December 31, 2018-August 31, 2024 August 31, 2019-August 31, 2024
Shasta Countv (FI10E) acts as COG
4 Shasta County(1)and all cities [3] April 15, 2020*
Actual
6th Cycle RHNA Prosection Period (9.4 years) HE Planning Period (8 years):4
December 31, 2018-April 15, 2028 April 15, 2020-April 15, 2028
ollusaC�L i
, , n ( , c
3 Colusa County(1)and all cities [2] October 15, 2020*
Estimate
6th Cycle RHNA Prosection Period (9.5 years) HE Planning Period (8 years):4
December 31, 2018-June 15, 2028 June 15,2020-June 15,2028
Consequence of late element adoption: SB 375(2008, Chapter 728). GC 65588(e)(4). Jurisdictions on an 8-year planning
period that do not adopt their element within 120 calendar days from the start date of the planning period must revise and adopt
the housing element every four years until timely adopting at least two consecutive revisions by the applicable due date. 1 1 6
California Department of Housing and Community Development Page 1
alifornia D.e artment o F .ousing-and-EgInjujInAy dwingnt
p.................................................................... f I
.................................................................................... ................................................................................
ffqg.5in
.......................
The jurisdiction that will report new housing units to Department of Finance(annual Housing Unit Survey)can take
RHNA credit(11 time)for units approved (entitled or permitted)or built since the start date of the RHNA Projection Period.
Last updated:December 7, 2018
Number of Council of Governments/Jurisdictions Sixth Housing Element(HE)
Jurisdictions Revision Due Date
(539) 6th RHNA Cycle Estimated/Actual
--
8 . .....LH i s 0 b.i ERR 921M2.1i l of Goverinirneints
........................................................................................................ ...
San Luis Obispo County (1)and all cities [7] December 31, 2020*
Actual
6th Cycle RHNA Prosection Period (110 years) HE Planning Period (8 years):
December 31, 2018- December 31, 2028 December 31, 2020- December 31, 2028
'!.Y -s as .)..,
6 Aim, &!2K 92M.12. .......(FICD act C.
................................. OG
............................ ....
Amador County(1)and all cities [5] January 31, 2021*
Estimated
6th Cycle RHNA Prosection Period (10.1 years) HE Planning Period (8 years):
January 31, 2021 January 31, 2029
December 31, 2018-January 31, 2029
10Y.2 92M.121Y g[) acts..as COG, ;;,.
...
2 Inyo County (1)and all cities (1) February 15, 2021*
Estimate
6th Cycle RHNA Prosection Period (10.1 years) HE PlanningPeriod (8 years) 4
December 31, 2018- February 15, 2029 February 15, 2021 -February 15, 2029
tion of Goverinirneints
San Die o Associia F
.....................q
........................ .................................................................................................................................................................................................
April 15, 2021*
San Diego County (1)and all cities [18]
19 Actual
61h RHNA Prosection Period (8.8 years): HE Planning Period (8 years):
June 30, 2020-April 15, 2029 April 15, 2021 -April 15, 2029
t
G l e n.in Co.uin 2!299
..........................................................................y
3 Glenn County(1)and all cities [2] April 15, 2021*
Estimate
6th Cycle RHNA Prosection Period (110.4 years) HE PlanningPeriod (8 years) 4
December 31, 2018-April 15, 2029 April 15, 2021 -April 15, 2029
Sacrarneinto Area Council of G ve inirnein
............... .....................................
..............................................................................................................................................................................................
Counties (6) and cities [23]within each county: El Dorado [2], August 31, 2021
Placer[6], Sacramento [7], Sutter[2],Yolo [4], and Yuba [2] Estimate
29 '11"aho IRe ional Plaininin A ei c
q
............................... .....................................................................................................q [R. 81
............q
.............n y
City of South Lake Tahoe (included in SACOG count)
5"
RHNA Prosection Period (8.1 years): HE Planning Period (8 years):
June 30,2021 -August 31,2029 August 31, 2021 -August 31, 2029
........................... ........... ................................................................................................................................................................................................................................................................
pinQs
therin California Association of Goverinirn
Sou
......................................................................................................................................................................................................................................................................................
Counties (6) and cities [191]within each county: Imperial [7], October 15, 2021*
Los Angeles [88], Orange [34], Riverside [28], San Bernardino Estimate
197 [24], and Ventura [10]
6th RHNA Prosection Period (8.3 years): HE Planning Period (8 Years):
June 30, 2021 -October 15, 2029
October 15,2021 -October 15, 2029
Consequence of late element adoption: SB 375(2008, Chapter 728). GC 65588(e)(4). Jurisdictions on an 8-year planning
period that do not adopt their element within 120 calendar days from the start date of the planning period must revise and adopt
the housing element every four years until timely adopting at least two consecutive revisions by the applicable due date. 117
California Department of Housing and Community Development Page 2
alifornia D.e artment o F .ousing-and-EgInjujInAy dwingnt
p.................................................................... f I
.................................................................................... ................................................................................
ffqg.5in
.......................
The jurisdiction that will report new housing units to Department of Finance(annual Housing Unit Survey)can take
RHNA credit(1 time)for units approved (entitled or permitted)or built since the start date of the RHNA Projection Period.
Last updated:December 7, 2018
Number of Council of Governments/Jurisdictions Sixth Housing Element(HE)
Jurisdictions Revision Due Date
(539) 6th RHNA Cycle Estimated/Actual
10
Siskiyou County(1)and all cities [9] December 15, 2021*
Estimate
6th Cycle RHNA Prosection Period (9 years) HE Planning Period (8 years): 4
December 31, 2018- December 15, 2029 December 15, 2021 - December 15, 2029
Del Norte Couin-tv IF110E) acts as CCJG
2 Del Norte County (1) and all cities [1] May 15, 2022*
Estimate
6th Cycle RHNA Prosection Period 01.4 years) HE Planning Period (8 years): 4
December 31, 2018- May 15, 2030 May 15, 2022-May 15, 2030
i -t-te it Association of Goveirinii
B u C o.0 in y
.................................................................................................................................................................
.................................................................... ....................... 143CAG ...
6 Butte County(1) and all cities [5]
June 15, 2022*
Estimate
RHNA Prosection Period XX years):
HE Planning Period (8 years):
December 31, 2021 - May 15, 2029 June 15, 2022-June 15, 2030
........................... ...........
tion of Ba Area Goverini e it
Associia
.................................................................................................................Y.....................................................................................M........ .....a
Counties (9) and all cities [100]within each county: January 15, 2023*
109 Alameda [14], Contra Costa [19], Marin [11], Napa [5], Estimate
San Francisco [0], San Mateo [20], Santa Clara [15],
Solano [7], and Sonoma [9]
HE Planning Period (8 years)'
6th RHNA Prosection Period (8.5 years): January 15, 2023 January 15, 2031
June 30, 2022 January 15, 2031
ta Barbara Coi it Assn of Gove in ein s
Sain . . (. ....... February 15, 2023*
......................................................................................................2 !.2 Y.........................................................................................K M............................
Santa Barbara County (1)and all cities [8] Estimate
9
6th RHNA Prosection Period (8.7 years): HE Planning Period (8 years):
February 15, 2023-February 15, 2031
June 30, 2022-February 15, 2031
................................................................................................................................................................................................................................................................
tion of Ii BAG).;
As,s o c.i..a...........................................................................................e..y URY 819i 22YEK. .!i
............................... .....
............................
The counties (2)and all cities [16]within each county:
18
Monterey County[12] and Santa Cruz County [4]
-to Count f Goveirinii December 15, 2023*
Sain IG y li o
.............................................................................................................. ...............................................................................................................
3 .(Skirl......B.........e........in...........-to.....C..........O........
..G.........
Estimate
San Benito County [1] and all cities [2]
-�.Y Council of G ve nii s
8 §22 A.2ag.g.i.in Co.uin o ir
.... ....................................................................................................................
........................................................................................
San Joaquin County(1)and all cities [7]
S tainislaus CoL i Council of Gov i i a ei t
........................................................................................... ..................................................................................................2.un 1 a 2 . ..... HE Planning Period (8 years):
10 Stanislaus County (1)and all cities [9] December 15, 2023-December 15,2031
6th RHNA Prosection Period (8.5 years):
June 30, 2023-December 15, 2031
Consequence of late element adoption: SB 375(2008, Chapter 728). GC 65588(e)(4). Jurisdictions on an 8-year planning
period that do not adopt their element within 120 calendar days from the start date of the planning period must revise and adopt
the housing element every four years until timely adopting at least two consecutive revisions by the applicable due date. 118
California Department of Housing and Community Development Page 3
The jurisdiction that will report new housing units to Department of Finance(annual Housing Unit Survey)can take
RHNA credit(1 time)for units approved (entitled or permitted)or built since the start date of the RHNA Projection Period.
Last updated:December 7, 2018
Sixth Housing Element(HE)
Number of Council of Govern ments/J u risdictions
Jurisdictions Revision Due Date
th
16 �Firesino Council of Goveii
Fresno County (1)and all cities [15]
12
Kern County(1)and all cities [11
ings County(1)and all cities [4]
January 15, 2024*
3 CD acts as CO!21:
Madera County (1) and all cities [2]
tion of Goverinii
Tulare County (1) and all cities [8]
6th RHNA Promection Period (8.6 years):
HE Planninci Period (8 years):
June 30, 2023 January 15, 2032
January 15, 2024 January 15, 2032
7 922. Association of Goverinii March 15, 2024*
Merced County (1)and all cities [6] Estimate
6th RHNA Promection Period (8.8 Vears): HE Planning Period (8 years):
June 30, 2023—March 15, 2032 March 15, 2024—March 15, 2032
NOTES:
1Until actual RTP adoption date is known, housing element due date is marked"Estimated."
a "Estimated"date is based on required MPO/RTPA 12-month notice to HCD and any subsequent required notices from
changes tothe estimated RTP adoption date.
b ''Actoay' date isbased onofficial RTP adoption date.
determine the RHNA period will change the actual housing element due date and period past the RHNAporiod (GC
05588(o)(5)).
2. HCDrounds up the housing element due date falling inamonth to the 15thorlast day ofthe month.
3. To an MPO/RTPA must elect to adopt the RTP on a 4-Vear schedule.
After making anelection, all local governments within a county in the region change the next housing element Period to 8-years.
For the next 7mhousing element cycle (starting after August 31. 2024). the election must have been made by
March 1^2020 (54months before the next housing element due date)and the next RTP adopted within three (3)years ofthe
election date. For HCDtodetermine RHNAand housing element periods,
Vear RTP update schedule to notifV HCD in writing of the estimated RTP adoption date at least 12 months prior to the estimated
adoption date.
4. Elected tochange from 5-yoarto8-yoarhousing element planning period.
� Consequence oflate element adoption: OB375(2008, Chapter 720. GC05588(e)(4). Jurisdictions onan8iearplanning
period that do not adopt their element within 120 calendar days from the start date of the planning period must revise and adopt
the housing element every four years until timely adopting at least two consecutive revisions by the applicable due date. 119
California Department ofHousing and Community Development Page
Attachment 4
0
eiii'illprl eteiitess CIiedIdbt
Local agency staff can use the following checklist to help ensure that the housing element addresses all required issues.Please
note that use of this checklist is advisory, and only contains issues that are legally required in(r+J�cnmicW Co(l c sccl°j oii 65583.
Housing elements may include additional content at the discretion of the local jurisdiction.For example,the housing element
is well suited to address requirements related to environmental justice and disadvantaged unincorporated communities.Because
general plan formats may vary,this checklist suggests identifying where the particular government code provision is satisfied.
1
Gov.Code§65583(c)(8) Public Participation:description of diligent effort to include all economic segments of the community
Gov.Code§65588 Review and Revise:
•Progress in implementation
•Effectiveness of the element
•Appropriateness of goals-objectives,policies and programs
Gov.Code§65583(a)(1 and 2) Housing Needs Assessment:Quantification and analysis of existing and projected housing needs Populations
and employment trends,including documentation of projections Housing and Household characteristics,includ-
ing;
•Level of payment compared with ability to pay(overpaying households)
•Housing stock conditions
•Overcrowded households Existing and projected needs for all income levels,including:
•Regional Housing Need Allocation(RHNA)
•Existing housing need for extremely low income households
•Projected housing need for extremely low income households based on RHNA or Census
Gov.Code§65583(a)(7) Persons with Special Needs:Identification and analysis of any special housing needs including:
•Elderly
•Persons with disabilities,including developmental disabilities
•Large Households
•Farmworkers(seasonal and permanent)
•Female headed households
•Homeless(annual and seasonal)
•Other
Gov.Code§65583(a)(9) At-risk Units:Inventory of at-risk units(10 years from the housing element due date)
•Estimate of replacement versus preservation costs
•Identification of qualified entities
•Identification of potential funding
Gov.Code§65583(a)(5 and 6) Potential Governmental Constraints:Include an analysis of actual and potential governmental constraints for
each of the following:
•Land use controls
•Building codes and their enforcement
•Site improvement requirements
•Fees and other exactions
•Local processing and permit procedures
•Housing for persons with disabilities
•Transitional housing and supportive housing as a residential use of property and subject only to those
restrictions that apply to other residential dwelli ngs of the same type in the same zone
Gov.Code§65583(a)(5 and 6) Potential Non-governmental Constraints Include an analysis of actual and potential non-governmental con-
straints for each of the following:
•Availability of financing
•Price of land
•Cost of construction
120
CHAPTER 4: REQUIRED ELEMENTS 1 90
I
t
Gov.Code§65583(a)(3)and Sites Inventory and Analysis:
65583.2 •Listing of properties by parcel number or other unique reference showing for each parcel
•General description of environmental constraints to the development of housing
•General description of infrastructure(planned/available)including water,sewer and other dry utilities,
including availability and access to distribution facilities
•For Non-vacant sites,specify the additional development potential for each site within the planning period
and provide an explanation of the methodology to determine development potential
•Demonstration of zoning to accommodate the housing need for lower income households
•Map of sites included in the inventory
•Number of units built between the start of the projection period and the deadline for adoption of the
housing element(optional)
•Number of units proposed using alternative provisions such as rehabilitation,conversion,preservation or
accessory dwelling units(optional)
•Analysis of whether inventory provides for a variety of housing types(Multifamily rental housing,
Factory-built housing,Mobile homes,Housing for agricultural employees,Emergency Shelters,Transitional
and supportive housing)
•Carryover obligation(AB 1233),if applicable
Gov.Code§65583(b)and(c) Quantified Objectives and Housing Programs:Provide statement of quantified objectives;Maximum number of
(1 through 6) units,by income group,including extremely low-income of:
•New construction;
•Rehabilitation;and
•Conservation.
Gov.Code§65583(c) Include programs with:
•Schedule of specific actions;and
•Timeline for implementation with a beneficial impact in the planning period;and Identification of agencies
and officials responsible for implementing each program.
Gov.Code§65583(c)(1) Program(s)providing adequate sites:
•Programs to rezone and any other programs needed to address a shortfall of sites to accommodate the
regional housing need,if applicable,and any programs included pursuant to Section 65583.2(h)and(i)or
carryover obligation pursuant to Section 65584.09.
•Programs to rezone and any other programs needed to address a shortfall of capacity for housing for
farmworkers that could not be accommodated on sites identified in the inventory,if applicable.
•If applicable,programs to facilitate a variety of housing types,including multifamily rental,factory-built
housing,mobile homes,housing for agricultural employees,supportive housing,single room occupancy,
emergency shelters and transitional and supportive housing.
Gov.Code§65583(c)(2) Programs to assist in the development of housing for extremely low,very low,low and moderate income house-
holds.
Gov.Code§65583(c)(3) Programs to address governmental constraints and where appropriate and legally possible,to remove con-
straints to the maintenance,improvement and development of housing.
Gov.Code§65583(c)(3) Program to remove constraints on housing for persons with disabilities and provide reasonable accommodation
for housing for persons with disabilities.
Gov.Code§65583(c)(4) Program(s)to conserve and improve the condition of the existing affordable housing stock.
Gov.Code§65583(c)(5) Program(s)to promote housing opportunities for all persons.
Gov.Code§65583(c)(6) Program(s)to preserve at-risk units.
Gov.Code§65583(c)(7) Description of general plan consistency.
Gov.Code§65585 Review by HCD and legislative body.
Gov.Code§65588 Analysis of construction,demolition and conversion of housing for lower income households in the Coastal Zone.
Gov.Code§65583(a)(8) Description of opportunities for energy conservation in residential development.
Gov.Code§65589.7 Water and Sewer Priority See the HCD Memo at 17Rp!//\N\N\N h(d(, sgov/hpd/aieaio sI 1087,1:df.
Gov.Code§65589.5 Housing accountability act;analysis for rejection.
121
CHAPTER 4: REQUIRED ELEMENTS 1 91
Agenda Item No.: 5a
MEETING DATE/TIME: 9/6C2019
0/0
PEAK ITEM NO:
�
AGENDA SUMMARY REPORT
SUBJECT:Approval of the February 20, 2019, Regular Meeting Minutes
DEPARTMENT: Clerk/Admin PREPARED Kristine Lawler
ATTACHMENTS:
Attachment l Draft Minutes for February 20, 2019
Summary: Council will consider approving the Minutes of February 20, 2019, a Regular Meeting (Attachment 1).
Background: N/A
Discussion: N/A
RECOMMENDED ACTION: Approve the Minutes of February 20, 2019, a Regular Meeting, as submitted.
BUDGET AMENDMENT REQUIRED: No
CURRENT BUDGET AMOUNT: N/A
PROPOSED BUDGET AMOUNT: N/A
FINANCING SOURCE: N/A
PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A
COORDINATED WITH: N/A
ATTACHMENT 1
CITY OF UKIAH
CITY COUNCIL MINUTES
Special Meeting, Budget Workshop, Regular Meeting
CIVIC CENTER COUNCIL CHAMBERS
300 Seminary Avenue
Ukiah, CA 95482
January 16, 2019
5:00 p.m.
JOINT MEETING WITH THE UKIAH VALLEY FIRE DISTRICT
Ukiah City Council and the Ukiah Valley Fire District met at a Special Meeting on February 20, 2019,
having been legally noticed on February 15, 2019. Mayor Mulheren called the meeting to order at
5:31 p.m. Roll was taken with the following Councilmembers Present: Jim O. Brown, Stephen G.
Scalmanini, Douglas F. Crane, and Maureen Mulheren. Councilmember Absent: Juan V. Orozco.
Staff Present: Sage Sangiacomo, City Manager; David Rapport, City Attorney; and Cathy Elawadly,
Deputy City Clerk.
Ukiah Valley Fire District Board (UVFD) Members Present: David B. Haas, Patrick Garrett, Jenifer
Bazzani, D. C. Carpenter, and Allen Cherry.
UVFD Staff Present: Daniel Grebil, Ukiah Valley Fire Authority Administrator; Kevin Jennings, Fire
Marshal; Jeff Adair, Training Officer; Stephanie Abba, Clerk of the UVFD Board.
PLEDGE OF ALLEGIANCE AND ROLL CALL
AUDIENCE COMMENTS ON NON-AGENDA ITEMS
Presenter: Susan Knopf.
NEW BUSINESS
a. Administer of Oath, Introduction, and Badge Pinning of New Fire Chief, Douglas
Hutchison.
Presenters: Daniel Grebil, Fire Authority Administrator and Sage Sangiacomo, City Manager.
District Clerk Abba administered the Oath of Office to new Chief Hutchison.
The wife of Chief Hutchison pinned the official badge onto the Chief.
Public Comment: None.
ADJOURNMENT
There being no further business, the joint meeting between the City and the UVFD was adjourned
at 5:46 p.m.
BUDGET WORKSHOP
a. Mid-Year Departmental Budget and Objectives Progress Review for Fiscal Year 18-19 and
Review of Draft Objectives for Fiscal Year 19-20.
Presenters: FINANCE: Dan Buffalo, Finance Director; Daniel Grebil, Ukiah Valley Fire Authority &
Sage Sangiacomo, City Manager.
Public Comment: None.
2
Council Consensus to continue the aforementioned Budget Workshop to the next regular Council
Page 1 of 5
:' Ci.°. :'ou.�u�.n�ull 1 1 iru u.�i�:�,s fo IC:: Ilcru.�air 20, 2019, Coir, i.iru u.&�t�
meeting.
The Budget Workshop was adjourned at 5:59 p.m.
1. ROLL CALL
2. PLEDGE OF ALLEGIANCE
Ukiah City Council met at a Regular Meeting on February 20, 2019, having been legally noticed on
February 15, 2019. Mayor Mulheren called the meeting to order at 6:01 p.m. Roll was taken with the
following Councilmembers Present: Juan V. Orozco, Jim O. Brown, Stephen G. Scalmanini,
Douglas F. Crane, and Maureen Mulheren. Staff Present: Sage Sangiacomo, City Manager; David
Rapport, City Attorney; and Cathy Elawadly, Deputy City Clerk.
MAYOR MULHEREN PRESIDING.
The Pledge of Allegiance was led by C. Thompson.
3. PROCLAMATIONS/INTRODUCTIONS/PRESENTATIONS
a. Proclamation of the Ukiah City Council Recognizing March as Women's History Month.
Presenter: Mayor Mulheren.
Public Comment: None.
Proclamation was received by Katarzyna Rolzinski.
b. Proclamation Recognizing and Celebrating STEM Programs in our Community.
Presenter: Mayor Mulheren.
Public Comment: None.
Proclamation was received by Ukiah Unified School District Representative.
c. Mendocino-Rebuilding Our Community One-Year Anniversary of the Redwood Complex
Fire Report Presentation.
Presenter: Tami Bartolomei, Community Services Administrator / Emergency Management
Coordinator and Megan Barber Allende, Community Foundation of Mendocino County.
Presentation was received.
d. Presentation of Awards that have been received by The City of Ukiah Public Work
Department for Redwood Business Park Transportation Improvement and Talmage Road
Interchange Project.
Presenter: Tim Eriksen, Public Works Director / City Engineer and Jarod Thiele, Public Works
Management Analyst.
Presentation was received.
4. PETITIONS AND COMMUNICATIONS
5. APPROVAL OF MINUTES
a. Approval of the February 6, 2019, Regular Meeting Minutes
3
Page 2 of 5
:' Ci.°. :'ou.�u�.n�ull 1 1 iru u.�i���,s fo IC:: Ilcru.�air 20, 2019, Coir, i.iru u.&�t�
Motion/Second: Brown/Crane to approve Minutes of February 6, 2019, a regular meeting, as
submitted. Motion carried by the following roll call votes: AYES: Orozco, Brown, Scalmanini, Crane,
and Mulheren. NOES: None. ABSENT: None. ABSTAIN: None.
6. RIGHT TO APPEAL DECISION
7. CONSENT CALENDAR
a. Report of Disbursements for the Month of January 2019 -Finance.
b. Request for Approval to Reclassify the Salary Range of the Airport Manager Job Classification
-Human Resources.
c. Award Contract (COU No. 1819-171) for the Oak Manor Joint Trench Project, Specification No.
18-07, to Wylatti Resource Management, Inc. in the Amount of$489,943.56 -Electric Utility.
d. Approval of Execution of Contract Amendment No. 3 (COU No. 1718-128-A3)to the
Agreement with Crawford &Associates, Inc. in an Amount not to Exceed $12,000 for Additional
On-Call Planning Services, and Approve Corresponding Budget Amendment- Community
Development.
e. Consideration of Approval of Budget Amendment to Fund Associate Planner Position in the
Planning Division of the Community Development Department- Community Development.
f. A,_,thcX0_;z_;;t0c_)P UX Goty MaRager to Negotiate -;;Pd- Exer--i-ite -;; for Legal Servir-es with
BFir,GGe, Ivester, and Bazel, I.I.P for Goi-inse-1 on 166-Hes, Related to Water, N-atur-al ,
ae^' P'arR.Rg '"late' eiseu-^oma Pulled and placed as agenda item 13f.
g. Authorize City Manager to Formally Notify the Ukiah Valley Sanitation District of Objections, if
any, to the 2018-19 Fiscal Year Budget-Finance.
Motion/Second: Crane/Brown to approve Consent Calendar Items 7a,b,c,d,e,g, as submitted, and
pulled item 7f to become 13f of this agenda. Motion carried by the following roll call votes:
AYES: Orozco, Brown, Scalmanini, Crane, and Mulheren. NOES: None. ABSENT: None. ABSTAIN:
None.
8. AUDIENCE COMMENTS ON NON-AGENDA ITEMS
Public Comment: Randal McDonald, Lindsey Wood, Heather (no surname given), Lisa Beck,
Ferdinand Thieriot, John McCowen, and two unidentified persons.
9. COUNCIL REPORTS
10. CITY MANAGER/CITY CLERK REPORTS
Presenters: Sage Sangiacomo, City Manager and Craig Schlatter, Community Development
Director.
11. PUBLIC HEARINGS (6:15 PM)
12. UNFINISHED BUSINESS
a. Receive an Update Report on the History and Status of the Streetscape Project.
Presenter: Tim Eriksen, Public Works Director / City Engineer & Shannon Riley, Deputy City 4
Manager.
Page 3 of 5
:' Ci.°. :'ou.�u�.n�ull 1 1 iru u.�i���,s fo IC:: Ilcru.�air 20, 2019, Coir, i.iru u.&�t�
Public Comment: Neil Davis, Laura Fogg, unidentified person, Jill Gordon, John McCowen, Carol
Lindberg, Alyssum Wer, unidentified person, Nancy Rudig, Tracy Thieriot, Ferdinand Thieriot,
Ronald Parker, Nephele Barrett, Phil Baldwin, Mark Hilliker, Matt Fronberger, Ken Steely, Casey
Gray, unidentified person.
Report was received.
13d. New Business
Award Professional Services Agreement to GHD Inc. in the Amount of $1,257,720 for
Preparation of Plans, Specifications, and Estimate for the Downtown Streetscape, Road
Diet, & Utilities Project and Approve Budget Amendment.
Presenters: Tim Eriksen, Public Works Director/City Engineer&Sage Sangiacomo, City Manager.
Public Comment: Roe Sandelin, Carol (Surname inaudible).
Motion/Second: Crane/Brown to award professional services agreement (COU No, 1819-173) to
GHD Inc. in the amount of $1,257,720 to prepare the plans, specifications, and estimate for the
Downtown Streetscape, Road Diet, & Utilities Project and approve budget amendment. Motion
carried by the following roll call votes: AYES: Orozco, Brown, Scalmanini, Crane, and Mulheren.
NOES: None. ABSENT: None. ABSTAIN: None.
Break: 9:27 p.m.
Reconvene: 9:33 p.m.
13. NEW BUSINESS
a. Consider Approval of Specification #19-02, Final Plans and Specifications for Vinewood
Park Renewal - Phase 1 Funded by Housing-Related Parks Program.
Presenter: Jake Burgess, Recreation Supervisor.
Public Comment: Nancy Parker.
Motion/Second: Brown/Scalmanini to approve Specification#19-02, final plans and specifications
Vinewood Park Renewal - Phase 1. Motion carried by the following roll call votes: AYES: Orozco,
Brown, Scalmanini, and Mulheren. NOES: None. ABSENT: None. ABSTAIN: Crane.
12b. Unfinished Business
Consideration of Authorization to the City Manager to Negotiate and Execute
Purchase Agreement for Three Parcels on East Gobbi Street, APNs 003-040-77, 003-
040-78, and 003-040-79.
Presenter: Craig Schlatter, Community Development Director.
Public Comment: Phil Baldwin.
Motion/Second: Crane/Scalmanini to approve of Community Development Director Determination
that the purchase of APNs 003-040-77, 003-040-78, and 003-040-79 qualifies for a CEQA exemption
and consider authorization to the City Manager to negotiate and execute a Purchase Agreement
(COU No. 1819-172) for the three parcels on East Gobbi Street. Motion carried by the following roll
call votes: AYES: Orozco, Brown, Scalmanini, Crane, and Mulheren. NOES: None. ABSENT: None.
ABSTAIN: None.
5
Page 4 of 5
:' Ci.°. :'ou.�u�.n�ull 1 1 iru u.�i���,s fo IC:: Ilcru.�air 20, 2019, Coir, i.iru u.&�t�
13.
b. Approve an Electric Vehicle Charger Rebate Program, Funded by Low Carbon Fuel
Standard Credit Proceeds, Approve the Establishment of a Low Carbon Fuel Standard
Reserve Account, Establish an Electric Cap-and-Trade Account Loan, and Authorize the
City Manager to Execute Necessary Documents Including Registration of the Electric
Department for the Low Carbon Fuel Standard Program Through Air Resources Board.
Presenter: Mel Grandi, Electric Utility Director and Diann Lucchetti, Electric Program Coordinator.
Public Comment: None.
Motion/Second: Crane/Scalmanini to approve an Electric Vehicle Charger Rebate Program,
funded by low carbon fuel standard credit proceeds, approve the establishment of a Low Carbon
Fuel Standard (LCFS) reserve account, establish a $30,000 Electric Cap-and-Trade account loan to
the LCFS reserve account, and authorize the City Manager to execute necessary documents
including registration of the Electric Department for the low carbon fuel standard program Page 5 of
6 through Air Resources Board. Motion carried by the following roll call votes:AYES: Orozco, Brown,
Scalmanini, Crane, and Mulheren. NOES: None. ABSENT: None. ABSTAIN: None.
c. Electric Vehicle Charging Station Program Discussion and Update.
Presenter: Mel Grandi, Electric Utility Director and Shannon Riley, Deputy City Manager.
Public Comment: Sean White, John McCowen, Randal McDonald.
Report was received.
e. Receive Updates on City Council Committee and Ad Hoc Assignments and, if necessary,
Consider Modifications to Assignments and/or the Creation/Elimination of Ad Hoc(s).
Presenter: Mayor Mulheren.
Public Comment: None.
Report was received.
f. Authorization for City Manager to Negotiate and Execute a Contract for Legal Services
with Briscoe, Ivester, and Bazel, LLP for Counsel on Issues Related to Water, Natural
Resources, and Planning —from Consent Calendar Item 7f
Presenter: Sean White, Water/Sewer Utilities Director.
Public Comment: Phil Baldwin.
Motion/Second: Crane/Brown to approve Consent Calendar Items 7f, as submitted (COU No.
1819-170), Motion carried by the following roll call votes: AYES: Orozco, Brown, Crane, and
Mulheren. NOES: None. ABSENT: None. ABSTAIN: Scalmanini.
14. CLOSED SESSION
There was no closed session.
15. ADJOURNMENT
There being no further business, the meeting adjourned at 10:47 p.m.
Cathy Elawadly, Deputy City Clerk 6
Page 5 of 5
Agenda Item No.: 7a
MEETING DATE/TIME: 9/6C2019
0/0
PEAK ITEM NO:
�
AGENDA SUMMARY REPORT
SUBJECT: Notification of Software and Hardware Support Renewal for Checkpoint Firewall in the Amount of
DEPARTMENT: Information Technology PREPARED BY: Michael Ingwex__________________________
ATTACHMENTS:
Attachment Bid Tabulation
Summary: Staff is notifying City Council of the Checkpoint Firewall Yearly Software and Hardware Renewal
from CarinhaohLLC inthe Amount of$27.O09.08.
Background: The City of Ukiah utilizes a Checkpoint Perimeter Firewall to protect our network from outside
threats that can originate from the internet. Equipment and services provided inthe agreement include:
- Dehaotoandoontro|oapp|ioadonuoage
- |dendfieo, a||ovvo, blocks or limits usage of applications, and features within thenn, which enables safe Internet
use while protecting against threats and ma|vvare
- Createogranu|arpo|ioydefinidonoperuoerandgroup
- Integrates seamlessly with Active Directory and protects our internal infrastructure and inharnet applications
- Provides the benefits of application control and intrusion protection /|PS\, as well as Intrusion Detection
RECOMMENDED ACTION: Receive Report.
BUDGET AMENDMENT REQUIRED: No
CURRENT BUDGET AMOUNT: $27,069.68Account Number 20913900.S4320
PROPOSED BUDGET AMOUNT: N/A
FINANCING SOURCE: IT Software
PREVIOUS CONTRACT/PURCHASE ORDER NO.: Purchase Order#45890
COORDINATED WITH: Seth Strader, Buyer
System(IDS)
Discussion: The City of Ukiah utilizes a Checkpoint Perimeter Firewall to protect our network from outside
threats that can originate from the internet. In order to utilize the above applications Checkpoint requires a yearly
purchase of software licenses along with a manufacture support contract for any hardware issues that may
arise.
Purchasing issued a Request for Bid for this renewal. Please see Attachment 1 for a copy of the bid tabulation.
Carintech LLC was the lowest responsible bidder in the amount of$27,069.68.
2
2
M
v
Lr) O M N O M O Lr)
m Lr) 00 0 r- �t Lr) o m
Q -1 N l0 61 O Q �t �t O N
Ol l0 l0 M l0 N l0 Lr) M 00
N :J n rl 00 N cr O
rl N -i rl
ca
fC Lr) O D N O M O
M Lr) 00 O V Lr) O
0 Lr) Oi r\ Lr) Lr) r" Cl O
1 r14 Z 0) l0 l.0 M Z N l0 Ln M
* N cr c-I
c-IrNI c I c I
Ln rr)
L.0 r O r` rl O O O O
T
0 000 lL.0.
0 M
0Lr) O N O l0
p 0 : n Op
cI r-iNO l�0 cI
L �
N l0 O Ln
4a
O 00 O vii M 00 O
3 i=„ z 0000 0 Lr) CF) 0) z N o oLr)
D ct �t r" cI 3 N rf- l0' cI
GJ
GJ N
y O O 00 O O O O O
�n � l0 l0 O lO O O O O O O
O J M O Lr) O m e T J O O O O O
u M N M p v p H M I� O
J O Ol N Lr) I-
++ .0 0 f\ cI N ++ 00 cI O
C v
CL 'N .O-O
Y Z Q. I-
00 Lr) L
Ol Z cc-il M N M Z O Ol N OLr)
r{ V) ::) l0 -ze 00 c-I
M <!} <!} <!} <!} W
W rr
m m
LL Cf cc Cf
J J
cu
0 c 0) 0 c
.� O L Q .� O L Q
O i LL m O i LL m
+ O CL >- Z 4J O C Z
Z WCL N 3 3 < Z W CL N 3 ,, 3 <
0 O CL � Ln O CL A N
a 0 Ln
u p ani cu Q a p u p ani w Q
41 oC 0 o U Q f° oC � o (D
v O Q U V O Q 0
N u L 0 O Lr) v) u L 0 O Lr)
D O O
UZ-0 Q m 0 Lo c ND U -0 Q m 0 c N.
CU Z Lo—
CL
H m 10 Ln O N CL N CL W (D m 10 Ln O N CL N
Z cn cn Q � _ Z cn cn , Q �
cn N w cn N w
a w N I a w N
m a Ln m m a cn m
a U w N a U w N
U * a U * a a
uu u
u
C� C�
c c-I N M C c-I N M
W W
H H
Agenda Item No.: 7b
MEETING DATE/TIME: 9/6C2019
0/0
PEAK ITEM NO:
�
AGENDA SUMMARY REPORT
SUBJECT:Approval of Notice of Completion for Slurry Seal of Local Streets, Specification No. 18-02.
DEPARTMENT: Public Works PREPARED And�w8thck|in
ATTACHMENTS:
Notice ofComp|edon-Specl8-O2
Summary: Staff is submitting a report to the City Council that recommends accepting the completion of the
Slurry Seal of Local Streets, Specification No. 18-02.
Background: The City Council awarded a contract on August 1, 2018, to California Pavement Maintenance of
Sacramento, CA in the amount of$198,118.19 inclusive of quantities to be billed at actual amounts. This
project involved the slurry seal of 32 various street locations and placement of striping and street markings.
Discussion: The work of the contract was completed by the contractor in substantial conformance with the
approved plans and specifications on November 5, 2018. The City increased the project000peb» ino|udeo|urry
seal ofpavement sections at the Airport, Civic Center and Ukiah Fire Department parking lots. The final
contract cost, based on actual quantities constructed and the authorized contract change order for additional
slurry seal and additional use of thermoplastic striping, is $221,001.32. Final payment of the retention will be
RECOMMENDED ACTION: 1. Accept the work aocomplete. 2. Direct the City Clerk tofile the Notice ofCompletion
with the County Recorder for Slurry Seal of Local Streets, Specification No. 18-02.
BUDGET AMENDMENT REQUIRED: No
CURRENT BUDGET AMOUNT: 12024200.80230: $206,267.41; 7772S200.S6300: $3,474.41; 20822S00.S6300: $9,411.S0;
10021210.56300: $924.00;91521400.56300: $924.00PC18007
PROPOSED BUDGET AMOUNT: N/A
FINANCING SOURCE: N/A
PREVIOUS CONTRACT/PURCHASE ORDER NO.: Contract#1819-096
COORDINATED WITH: Sage Sangiacomo, City Manager;Tim Erikoen Director ofPublic Works; and]arodThiele,
Management Analyst
made to the contractor after 35 days from the date the Notice of Completion is filed with the County Recorder.
2
2
ATTACHMENT "1"
Please return to:
CITY OF UKIAH
300 Seminary Avenue
Ukiah, California 95482-5400
(707)463-6200
No fee pursuant to Government Code 27383
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN:
1. That the real property described is owned by the following whose address is: City of Ukiah, a Municipal
Corporation, 300 Seminary Avenue, Ukiah, California 95482-5400.
2. That the nature of the title to the Slurry Seal of Local Streets, Specification No. 18-02 of all said owners is that
of fee simple.
3. That on the 5th day of November, 2018, the Contract work for this project was actually completed.
4. That the name and address of the Contractor is California Pavement Maintenance, 9390 Elder Creek Road,
Sacramento CA 95829.
5. That the real property herein referred to is situated in the County of Mendocino, State of California, and is
described as follows: City-owned property identified as stated streets within the City of Ukiah.
I hereby certify under penalty of perjury that the forgoing is true and correct:
City Council Approval CITY OF UKIAH, a Municipal Corporation
By:
Date Kristine Lawler, City Clerk Date
State of California
County of Mendocino
3
Agenda Item No.: 7c
MEETING DATE/TIME: 9/6C2019
0/0
PEAK ITEM NO:
�
AGENDA SUMMARY REPORT
SUBJECT:Approval of Notice of Completion for Transportation Improvements for Redwood Business Park,
Specification No. 17-09 and Talmage Interchange Improvements Projects, Specification No. 17-07.
DEPARTMENT: Public Works PREPARED JamdThie|e
ATTACHMENTS:
Attachment Notice ofComp|etion Spec17-07&k-09
Summary: Approval of Notice of Completion for Transportation Improvements for Redwood Business Park,
Specification No. 17-O9and Talmage Interchange Improvements Projects, Specification No. 17-07
Background: The City Council awarded a contract on September 6, 2017 to Ghilotti Construction Company in
the amount of$4.0O8.888for the Transportation Improvements for Redwood Business Park, Specification No.
17-09. On September 20, 2017 City Council awarded a separate contract to Ghilotti Construction Company in
the amount of$1.858.888for the Talmage Interchange Improvements, Specification No. 17-O7.
Discussion: Work onboth ofthese projects beganinC}otoberof2O17andoondnuedthrough |ateoummerof
2O18. The final signal installation at the intersection ofTalmage Road and Airport Park Boulevard did not occur
until December of2O18due b» amanufacturer delay.
During the course ofthe project ChangeC}rderovvereioouedaoreportedtoCounoi| onNovember7. 2O18. The
RECOMMENDED ACTION: 1. Accept the work as substantially complete. 2. Direct the City Clerk tofile the Notice
of Completion with the County Recorderfor both project Specification Numbers 17-07 and 17-09
BUDGET AMENDMENT REQUIRED: No
CURRENTBUOGETAh8OUNT: Account 12024200.80230PC13001'$7,333,000
PROPOSED BUDGET AMOUNT: 10024620.80230 PC 13001
FINANCING SOURCE: iBankFinancing and General Fund Revenues
PREVIOUS CONTRACT/PURCHASE ORDER NO.: Contracts 1718-107 and 1718-124
COORDINATED WITH: Tim Erikoen Director ofPublic Works/City Engineer
total contract amount for Specification No 17-07 was $2,008,942.40 and for Specification No. 17-09 was
$5,144,628.02.
At this time, staff is recommending approval of the Notice of Completion (Attachment 1) for both projects as
they are substantially complete.
Total cost for the project, including encumbrances of approximately $110,000, is $7,860.014. Staff will come
back to Council at a future meeting with the final financing strategy for these costs.
2
2
ATTACHMENT "1"
Please return to:
CITY OF UKIAH
300 Seminary Avenue
Ukiah, California 95482-5400
(707)463-6200
No fee pursuant to Government Code 27383
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN:
1. That the real property described is owned by the following whose address is: City of Ukiah, a Municipal
Corporation, 300 Seminary Avenue, Ukiah, California 95482-5400.
2. That the nature of the title to the Talmage Road Interchange, Specification No. 17-07 of all said owners is that
of fee simple.
3. That on the 22nd day of February, 2019, the Contract work for this project was substantially completed.
4. That the name and address of the Contractor is Ghilotti Construction Company, 246 Ghilotti Avenue, Santa
Rosa CA 95407.
5. That the real property herein referred to is situated in the County of Mendocino, State of California, and is
described as follows: City-owned property identified as stated streets within the City of Ukiah.
I hereby certify under penalty of perjury that the forgoing is true and correct:
City Council Approval CITY OF UKIAH, a Municipal Corporation
By:
Date Kristine Lawler, City Clerk Date
State of California
County of Mendocino
3
Please return to:
CITY OF UKIAH
300 Seminary Avenue
Ukiah, California 95482-5400
(707)463-6200
No fee pursuant to Government Code 27383
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN:
1. That the real property described is owned by the following whose address is: City of Ukiah, a Municipal
Corporation, 300 Seminary Avenue, Ukiah, California 95482-5400.
2. That the nature of the title to the Transportation Improvements for Redwood Business Park, Specification No.
17-09 of all said owners is that of fee simple.
3. That on the 22nd day of February, 2019, the Contract work for this project was substantially completed.
4. That the name and address of the Contractor is Ghilotti Construction Company, 246 Ghilotti Avenue, Santa
Rosa CA 95407.
5. That the real property herein referred to is situated in the County of Mendocino, State of California, and is
described as follows: City-owned property identified as stated streets within the City of Ukiah.
I hereby certify under penalty of perjury that the forgoing is true and correct:
City Council Approval CITY OF UKIAH, a Municipal Corporation
By:
Date Kristine Lawler, City Clerk Date
State of California
County of Mendocino
4
Agenda Item No.: 7d
MEETING DATE/TIME: 9/6C2019
0/0
PEAK ITEM NO:
�
AGENDA SUMMARY REPORT
SUBJECT:Adoption of Resolution Removing 60 Lineal Feet of On-Street Parking and Establishing a Bus
Loading Zone at 260 Hospital Drive.
DEPARTMENT: Public Works PREPARED Rick8eannr
ATTACHMENTS:
Attachment lResolution and Location Map.pdf
Summary: Council will consider areport that recommends establishing anoparking zone at20OHospital Drive
for anMTA bus loading zone.
Background: The Traffic Engineering Committee JEC) received a request from the Mendocino Transit
Authority /MT/Ab» establish abus loading zone at20OHospital Drive.
Discussion:Abus stop/ noparking zone at the proposed location (Attachment 1. Exhibit AJwould occupy
approximately 2 on-street parking spaces. Off street parking is available in the parking lots for the various
medical buildings and the hospital. However, staff has not observed this location to be a high demand area for
on-street parking. Staff notified the property owner at 260 Hospital Drive of the proposed no parking zone/ bus
loading zone by mail. In addidon, staff provided door to door notification of all the offices at 260 Hospital Drive of
the proposed noparking zone/ bus loading zone. Staff has been notified byMTA that the hospital administration
RECOMMENDED ACTION: Adopt resolution removing 60 lineal feet of on-street parking and establishing a bus
loading zone at260Hospital Drive.
BUDGET AMENDMENT REQUIRED: No
CURRENT BUDGET AMOUNT: N/A
PROPOSED BUDGET AMOUNT: N/A
FINANCING SOURCE: N/A
PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A
COORDINATED WITH: Sage Sangiacomo, City Manager;Tim Eriksen, Director of Public Works City Engineer;
Jacob King, Operations Manager MTA
supports this action. To date, no one else has voiced objection to the proposed no parking zone/ bus loading
zone.
The TEC reviewed this request at its meeting of February 12, 2019. The TEC recommends approval to the City
Council.
Staff recommends adoption of the resolution, included as Attachment 1.
2
2
ATTACHMENT 1
RESOLUTION NO. 2019-
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF UKIAH
REMOVING 60 LINEAL FEET OF ON-STREET PARKING AND ESTABLISHING A
NO PARKING ZONE / BUS LOADING ZONE AT 260 HOSPITAL DRIVE
WHEREAS, the City Council may by resolution designate portions of streets upon which
the standing, parking, or stopping of vehicles is prohibited or restricted pursuant to
Article 11, Chapter 1, Division 8 of the Ukiah City Code; and
WHEREAS, the provisions of Sections 21458 and 22500 of the California Vehicle Code
permit the stopping of buses in a red zone marked or posted as a bus loading zone; and
WHEREAS, on February 12, 2019 the Traffic Engineering Committee (Traffic Engineer)
considered the request from Mendocino Transit Authority to establish a"No Parking Zone/
Bus Loading Zone" within the City of Ukiah; and
WHEREAS, the Traffic Engineer recommends the request regarding this "No Parking
Zone / Bus Loading Zone" as shown on the location map, Exhibit "A".
NOW, THEREFORE, IT IS HEREBY RESOLVED, that the Ukiah City Council does
establish a "No Parking Zone/ Bus Loading Zone" at 260 Hospital Drive for a length of 60
feet at the location designated by the City Engineer. The City Engineer shall direct
installation of signage and curb painting as necessary.
PASSED AND ADOPTED this 6th day of March, 2019 by the following roll call vote:
AYES:
NOES:
ABSENT:
ABSTAIN:
Maureen Mulheren, Mayor
ATTEST:
Kristine Lawler, City Clerk
3
Resolution No.2019-
Page 1 of 1
m
SII,
9, Y
rr �:
W !'
CL
a �
�a 'fir
r
I
1
I
Agenda Item No.: 7e
MEETING DATE/TIME: 9/6C2019
0/0
PEAK ITEM NO:
�
AGENDA SUMMARY REPORT
SUBJECT:Adoption of Resolution Removing 60 Lineal Feet of On-Street Parking and Establishing a Bus
Loading Zone on the East Side of Mason Street just South of Norton Street.
DEPARTMENT: Public Works PREPARED Rick8eannr
ATTACHMENTS:
Attachment lResolution and Location Map
Summary: Council will consider areport that recommends establishing anoparking zone onthe east side of
Mason Street just south ofNorton Street for anMTA bus loading zone.
Background: The Traffic Engineering Committee JEC) received a request from the Mendocino Transit
Authority (MTA) to establish a bus loading zone on the east side of Mason Street just south ofNorton Street.
Discussion:Abus stop/ noparking zone at the proposed location (Attachment 1. Exhibit AJwould occupy
approximately 3 on-street parking spaces. However, no vehicles typically park at the proposed bus ob»p location
due b» lack ofcurb and gutter. The TEC reviewed this request atits meeting ofFebruary 12. 2O19. The TEC
recommends approval b» the City Council. Staff recommends adoption ofthe resolution, included ao
Attachment 1.
RECOMMENDED ACTION: Adopt resolution removing 60 lineal feet of on-street parking and establishing a bus
loading zone onthe east side ofMason Streetjuotsouth ofNorton Street.
BUDGET AMENDMENT REQUIRED: No
CURRENT BUDGET AMOUNT: N/A
PROPOSED BUDGET AMOUNT: N/A
FINANCING SOURCE: N/A
PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A
COORDINATED WITH: Sage Sangiacomo, City Manager;Tim Eriksen, Director of Public Works City Engineer;
Jacob King, Operations Manager MTA
ATTACHMENT 1
RESOLUTION NO. 2019-
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF UKIAH
REMOVING 60 LINEAL FEET OF ON-STREET PARKING AND
ESTABLISHING A NO PARKING ZONE / BUS LOADING ZONE
ON THE EAST SIDE OF MASON STREET JUST SOUTH OF NORTON STREET
WHEREAS, the City Council may by resolution designate portions of streets upon which
the standing, parking, or stopping of vehicles is prohibited or restricted pursuant to
Article 11, Chapter 1, Division 8 of the Ukiah City Code; and
WHEREAS, the provisions of Sections 21458 and 22500 of the California Vehicle Code
permit the stopping of buses in a red zone marked or posted as a bus loading zone; and
WHEREAS, on February 12, 2019 the Traffic Engineering Committee (Traffic Engineer)
considered the request from Mendocino Transit Authority to establish a"No Parking Zone/
Bus Loading Zone" within the City of Ukiah; and
WHEREAS, the Traffic Engineer recommends the request regarding this "No Parking
Zone / Bus Loading Zone" as shown on the location map, Exhibit "A".
NOW, THEREFORE, IT IS HEREBY RESOLVED, that the Ukiah City Council does
establish a "No Parking Zone / Bus Loading Zone" on the east side of Mason Street just
south of Norton Street for a length of 60 feet at the location designated by the City
Engineer. The City Engineer shall direct installation of signage as necessary.
PASSED AND ADOPTED this 6th day of March, 2019 by the following roll call vote:
AYES:
NOES:
ABSENT:
ABSTAIN:
Maureen Mulheren, Mayor
ATTEST:
Kristine Lawler, City Clerk
2
Resolution No.2019-
Page 1 of 1
M
r
m
W
I
i
i
II'i P M,
WMJ f I
Agenda Item No.: 7f
MEETING DATE/TIME: 9/6C2019
0/0
PEAK ITEM NO:
�
AGENDA SUMMARY REPORT
SUBJECT: Notification to City Council of Purchase Order#45916 Issued to Rain for Rent, with the
Emergency Approval from the City Manager to Rent Two Diesel Pumps, Hoses and Adapters as well as
Installation and Removal Costs for the Waste Water Treatment Plant in the amount of$21,398.52, and
Approval of Corresponding Budget Amendment.
DEPARTMENT: Water Resources PREPARED JamdThie|e
ATTACHMENTS:
None
Summary: Council will Receive Notification to City Council of Purchase Order#45916 Issued to Rain for Rent,
with the Emergency Approval from the City Manager to Rent Two Diesel Pumps, Hoses and Adapters as well
as Installation and Removal Costs for the Wastewater Treatment Plant in the amount of$21,398.52.
Background: Pursuant to the requirements of Section 1522 of the Municipal Code, staff is reporting to City
Council the expenditure for amount of$21,398.52 for the rental of two diesel pumps, hoses and adapters as
well aoinstallation and removal Costs.
RECOMMENDED ACTION: Receive Notification to City Council of Purchase Order#45916 Issued to Rain for Rent,
with the Emergency Approval from the City Manager to Rent Two Diesel Pumps, Hoses and Adapters as well as
Installation and Removal Costs forthe Waste WaterTreatment Plant in the amount of$21,398.52, and Approval of
Corresponding Budget Amendment.
BUOGETAh8ENOh8ENTREQUIRED:Yes
CURRENTBUOGETAh8OUNT: $501,640'84027225.52100
PROPOSED BUDGET AMOUNT: VVVVTPContracted Services-84027225.52100, $21,398.52
FINANCING SOURCE: VVVVTPContracted Services
PREVIOUS CONTRACT/PURCHASE ORDER NO.: PO 45916
COORDINATED WITH: TimErikoen, Public Works Director; Sean White, Water Resources Director;Alan Hodge,
Wastewater Treatment Plant Supervisor; Dave Kirch, Fleet and Plant Maintenance Supervisor; Mary Horger,
Procurement Manager
Discussion:As a result of high inflows to the plant (20 MGD), and limitations on discharge capacity (6 MGD)
the City's Wastewater Treatment Plant (WWTP) began running out of storage on February 26th. City staffed
maximized storage by transferring water and other operational efficiencies, but by 6:OOam on February 27th the
percolation ponds were on the verge of overtopping.
In order to avoid levee failure that would result in the eminent discharge of roughly 120 million gallons into the
river, staff installed emergency pumps on the levee adjacent to the river and began over-boarding disinfected
secondary wastewater to the river. This decision was made in consultation with the Director of Water
Resources and the City Manager. Staff immediately notified the SWRCB as well as OES of the discharge. The
pumps that were originally installed prevented overtopping but did not create any freeboard. This resulted in the
need to rent equipment. Staff had larger pumps delivered from Woodland, CA which were utilized in concert
with the original pumps.
Council will Receive Notification to City Council of Purchase Order#45916 Issued to Rain for Rent, with the
Emergency Approval from the City Manager to Rent Two Diesel Pumps, Hoses and Adapters as well as
Installation and Removal Costs for the Wastewater Treatment Plant in the amount of$21,398.52.
Note: Given the overall impacts throughout our community related to the recent storm event, the City Manager
proclaimed a local emergency to ensure the necessary resources, response and ultimately potential funding
would be available to address storm related issues.
2
2
Agenda Item No.: 12
MEETING DATE/TIME: 9/6C2019
0/0
PEAK ITEM NO:
�
AGENDA SUMMARY REPORT
SUBJECT: Report and update on Mendocino County's Ambulance Exclusive Operating Area (EOA) Request
for Proposals (RFP) and provide additional direction if necessary.
DEPARTMENT: FinePREPARED BY: Doug Hutchison
ATTACHMENTS:
Attachmentl- MDUwithCounty
Attachment 2-County Ambulance ECA RFP
Attachment 3- Letter in Response to RFP
Summary: Mendocino County and Coastal Valleys EMS have recently released their Ambulance Exclusive
Operating Area RFP. Per Memorandum of Understanding /MC}U\ between the City and County dated May
23rd 2018, the City has fourteen (14) days from the formal release to submit written comments and concerns
b» the County.
Background: For several years, Mendocino County has been attempting to create an Ambulance Excusive
Operating Area for the Hwy. 101 corridor and other inland areas. The Counb/, and their Local Emergency
Medical Services Agency (LEMSA), Coastal Valleys EMS, recently released their proposed Request for
Proposals (RFP). After review, Fire and City Staff have significant concerns about its oontent, the degradation
ofservice levels and the impact toour service aoaresult. Per aMemorandum ofUnderstanding /MC}U\
between the City and County dated May 23rd 2018, the City has fourteen (14) days from the formal release to
submit written comments and concerns b» the County. The MC}Uand RFP are included aoAttachments #1 &
#2 for review.
RECOMMENDED ACTION: Receive Report and update, discuss any desired action or further direction to staff.
BUDGET AMENDMENT REQUIRED: No
CURRENT BUDGET AMOUNT: N/A
PROPOSED BUDGET AMOUNT: N/A
FINANCING SOURCE: N/A
PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A
COORDINATED WITH: Sage Sangiacomo, City Manager
Discussion:As currently presented, the RFP has inadequate response time requirements, inadequate
penalties for noncompliance, inadequate financial contributions by the winning bidder towards dispatch resulting
in the City subsidizing their operations, and provides no financial incentives to partner with local agencies to
achieve higher efficiencies and better patient outcomes. In a previously presented item to Council, dated
September 20th 2017, the City had received assurances from the County that 1) the RFP would maintain levels
of service within the City at or better than historic levels, and 2) that the efforts to integrate services between
providers should be included in the RFP rather than negotiated during the bidding process or after the award.
Neither of those has been included in what the County and Coastal Valleys EMS are currently proposing.
In accordance with the MOU, the City has issued a letter to the County and LEMSA requesting a meet and
confer (Attachment#3).
2
2
Attachment I
MEMORANDUM OF UNDERSTANDING
BETWEEN
THE COUNTY OF MENDOCINO
AND
THE CITY OF UKIAH
This Memorandum of Understanding ("M(: U") is made and entered on 1-018
("Effective Date"), in Ukiah, California, between the County of Mendocillo"County"), a
(..'alifornia county and political subdivision of the State ofCaliforina and the (.1ty of Ukiah
("City"), a general law municipal corporation. County or City may be referred to herein as
"Party" or collectively as "Parties,"
RECITALS:
1. The California Emergency Medical Services System and the Prehospital Emergency Medical
Care Personnel Act ("EMS Act": I lealth and Safety Code §§ 1.797 et seq.) empowers the County
to develop an emergency Medical services program and designate a local F"inergency Medical
Services ("EMS") agency.
2. The City oft1iah has entered a Joint Powers Agreement ("JPA"') with the tJkiah Valley Fire
Protection District ("District"). City and District. Linder the name Ukiah Valley Fire Authority
("Fire Authority"), jointly provide fire protection, emergency medical services and other
emergency services to the City and the District.
3. The City maintains that it has provided emergency medical services in the City since prior to
June 1, 1980, and may have a tight to retain some administration of EMS in the City pursuant to
I fealth and Safety Code section 1.797.201.
4. County has decided to establish an exclusive operating area ("EOA") in Mendocino County
pursuant,to Health and Safety Code section 1797.224, excluding only the coastal areas of the
County. The proposed EOA will include the areas within the City and District boundaries,as well
as areas as far east as Covelo and as far north as Leggett.
5. The County is nearing completion of a Request f(,)r Proposals "RFP") to qualified service
providers ("Bidders") to be the exclusive emergency response ambulance set-vice for the EEA.
6. 1"he City cannot participate in the detailed drafting of the RFP, because of the potential
I
contractual relationships that may arise between the City and potential Bidders.
7. Since the County cannot legally provide the draft RFP to the City or District (a potential
subcontractor) for their review and comment before the fiorinal RFP is released, the City and
District have not had the opportunity to fully address the provisions of the RFP that may affect
the quality of emergency ambulance service in the City and the District, the cost of service, the
3
impact on the City's provision of EMS in the City and the District, or other aspects of emergency
ambulance service as they may impact the City or the District.
8. To address the City's and District's concerns, the parties have entered into this MOO to
provide the City with art adequate opportunity to review the specific provisions of the RFP and to
seek changes or modifications ofthe RUT after it is released to Bidders while retaining any rights
I
the City may have pursuant to Health and Safety ("ode section 1797.201.
AGREEMENT:
In reliance upon the above-recitals, the parties agree as follows:
1, LTpon its formal release, the City shall have fOUrteen (14) days to submit to the COL111ty written
comments and concerns addressing the specific provisions of the RFP.
2, If the City Submits comments as provided in Section I of the Agreement, the ,'ounty agrees
not to conduct a Responders Conference as described in Section III of the Guidelines for
Creating Exclusive Emergency Medical Services Operating Service Areas promulgated by the
California Emergency Medical Services Authority or similar meeting with Bidders, until the City
and County meet and conl`cr in good faith to address the City's concerns, not to exceed thirty
days (30) after the release of the RFP.
3. Except as expressly provided in this Agreement, neither the City nor the County waive any
rights it may have concerning the administration of emergency medical services or its respective
authority under- the EMS Act.
4. The City and the District, by this agreement, waive their right to submit a proposal to the RIT,
but retain the right to provide support or back-Lip set-vices to potential ambulance service
providers that insure an adequate level of service in the City and the District.
5. Any notice given under this Agreement shall be in writing and deemed given when personally
delivered, delivered by overnight courier service, such as Federal Express, sent by email, with
acknowledgment of receipt, or 48 hours after deposited in the U.S. mail with proper first class
postage affixed thereto, and addressed to the Parties as follows:
City: County:
City Manager County Executive Officer
City of Ukiah Executive Office
Ukiah Civic Center 501 Low G'ap Road, Room 1010
300 Seminary Avenue Ukiah, CA 95482
Ukiah, California 95482
With copy to: With copy to:
Daniel Grebil, Administrator Bryan Cleaver, EMS Coordinator
[Jkiah Valley Fire Authority Coastal Valleys EMS Agency 4
2
1.500 South State Street 195 Concourse Blvd., Suite B
Ukiah, CA 95482 Santa Rosa CA 95403
Email. d&ggbil" cit-_cif kiah. ono Cry n.('le q c>ma-c c unt .car
Each party may by notice in writing change its address for the purpose of this Agreement.
6. This MOU contains the entire agreement between the City and the County concerning the
release and modification of the RFP for the EOA and supersedes any statements, representations
or agreements that were made or entered prior to the Effective Date. 'This Agreement will
terminate on June 30, 2021.
WHEREFORE, the parties have entered this Agreement on the Effective Date.
5
CITY OF UKJA11 COUNTY OF MENDOCINO/e
% 7
By: By: ...........
.......................
S Je an Y corno Dan Hamburg, Q, air
'itv
'ity of 1.,Jkiall Mendocino Co ity
City Manager Board Of SLIP rvisors
ATTEST: ATTE'ST:
S, .....................
Lawler, City Clerk Carmel ngelo, Clerkofthe Board
Approve s to form: Appr ved as to 1`6rm:
.................... ------- .............
1),4,atv4j appro (.,,i 7y3ttorney atharine L Elliott, County COLITIsel
4
IN WITNESS WHEREOF
DEPARTMENT FISCAL REVIEW: CONTRACTOR/COMPANY NAME
FOR CONTRACTOR'S SIGNATURE,
6EPARTMEW14E�Affl DATE PLEASE SEE PAGE 4
Budgeted: F-1 Yes E] No
NAME AND ADDRESS OF CONTRACTOR:
Budget Unit:
City of Ukiah
Line Item:
300 Seminary Avenue
Grant: F-1 Yes F-1 No
Ukiah, Ca 95482
Grant No.:
COUNT b
,, F MOND By signing above, signatory warrants and
el I X represents that he/she executed this Agreement in
By: 104701 his/her authorized capacity and that by his/her
DAN HAMBURG, Chair signature on this Agreement, he/she or the entity
BOARD OF SUPERVISORS upon behalf of which he/she acted, executed this
MAY 2 3 Agreement
Date:
ATTEST: COUNTY COUNSEL REVIEW:
q
CE MJ, A CG" f Board
APPROVED AS TO FORM:
X
DeputyKATHARINE L. ELLIOTT,
MAY 2 3 '7�8 County Counsel
I hereby certify that according to the provisions ofop
!0
Government Code section 25103, delivery of this
document has been made. By:
9 1 b4uti-
CRM J. NG lerk of/saiBoard
By: Date: _57
/
e,
Deputy MAY 2 3 , "l-
INSURANCE REVIEW: EXECUTIVE OFFICE/FISCAL REVIEW:
A�
By: By: .......V,///... ............ .........
Risk Management Deputy CEO
Date: p(5,10 Date;—Cj(6�"I
––—--------.............................. .................–------____..............
Signatory Authority:$0-25,000 Department, $25,001-50,000 Purchasing Agent-, $50,001+Board of Supervisors
Exception to Bid Process Required/Completed R
Mendocino County Business License:Valid 171
Exempt Pursuant to MCC Section:
7
5
Attachment 2
REQUEST FOR PROPOSALS
MENDOCINOCOUNTY
EXCLUSIVE OPERATING AREA PROVIDER
FOR EMERGENCYAMBULANCE SERVICE
FEBRUARY 2019
/�,i;
0�10� uomommumpVdi(ufiip i�lli����IIII��IV iV�I�ViPI�� �, ��i/'� �' � ��
qr iyn
8
Release Date: February 19, 2019
Request for Proposal No: 56-17
REQUEST FOR PROPOSAL
THE COUNTY OF MENDOCINO
CHIEF EXECUTIVE OFFICE
On behalf of the Coastal Valleys EMS Agency,
invites your proposal to serve as the
EXCLUSIVE EMERGENCY AMBULANCE SERVICE OPERATOR
FOR THE MENDOCINO COUNTY
EXCLUSIVE OPERATING AREA
Notice is hereby given that proposals will be received at the Mendocino County Executive Office
for performing all work necessary in accordance with the"SCOPE OF WORK"and other related
documents provided herein. Please carefully read and follow the instructions.
One (1) proposal and seven (7) identical copies in a package clearly marked with
the Proposal Number and the Proposal Submittal Deadline Date on the outside, and
forwarded to:
Mendocino County Executive Office
Attn: Janelle Rau
501 Low Gap Road, Room 1010
Ukiah, CA 95482
Prouosals must also be submitted electronically via CD or flash drive in PDF format.
with the Signature Page placed as the first nage. Regumred documentation i.e..
Budget. Financials) should be submitted as a seuarate PDF file.
Any Proposer, who wishes its proposal to be considered, is responsible for making certain that
the proposal is received in the Mendocino County Executive Office by the closing date/time.
Postmark, date of mailing, or other mailing receipt shall not be considered.
PROPOSALS RECEIVED AFTER THE DEADLINE WILL BE REJECTED AND NOT
OPENED.
All prospective Proposers must comply with the Terms and Conditions listed in this
Request for Proposal (RFP). Signature Sheet-Form A of the RFP will require written
certification that the Proposal is being submitted in compliance with the RFP Terms
and Conditions by 4:00 P.M. on the closing date of the RFP.
PROPOSALS WILL BE CONSIDERED LATE WHEN THE EXECUTIVE OFFICE OFFICIAL
TIME CLOCK READS 4:01 P.M.
CL �14 ��)ATEay28,2019
9
Mendocino County Ambulance RFP
ralbile of Contents
Section 1: Submittal Checklist.........................................................................................5
Section 2: RFP-Specific Definitions.................................................................................6
Section 3: Intent of the Request for Proposal...............................................................7
3.1 Introduction...............................................................................................7
3.2 Background................................................................................................7
].] Period of Operation ----------------------------8
3/4 Scheduled Activities....................................................................................8
Section4: Scope of Work.................................................................................................9
4.1 Scope........................................................................................................9
4.2 Partnerships with iDthe Exclusive OperatingArea ........................................9
4.3 EMS Run Data.......................................................................................... 10
4/4 Level OfCare............................................................................................ 11
4.5 ResponseTime Zones and Standards........................................................ 11
4.6 Dispatch Services..................................................................................... 14
4.7 Performance Standards............................................................................ 14
4.8 System Status Plan................................................................................... 17
4.9 Mutual Aid/Standbys--------------------------.. 17
4.10 Radio Equipment.----------------------------. 17
4.11Vehicle and Equipment Requirements....................................................... 18
4.12Data Collection and Evaluation Requirements.--------------. 18
4.13 Financial Requirements.-------------------------. 18
4.14Fees for Service........................................................................................ 19
4.15 First RespondTraining and Coordination.......................................20
4.16 Implementation Schedule and R8OUir8Dl8Dts.--------------..21
4.17 Safety and Risk Program ..........................................................................21
4.18 Legal Entity..............................................................................................21
4.19License tD Operate---------------------------..21
Section 5: Information f0r Proposer ............................................................................22
5.1 R8OU8St for Proposal Deadline..................................................................22
5.2 Proposer Conference (MdmddtOry .............................................................22
S.] Interpretation of Request for Proposal......................................................2]
5.5 False O[ Misleading Statements.................................................................2]
5.6 Investigation ............................................................................................24
5.7 RUles for VVithd[dVVdlO[ Rev isioDOfProposals...........................................24
5.8 Subcontracting.........................................................................................24
5.9 Confidentiality ..........................................................................................24
S.10Proposal Terms and Conditions.................................................................24
5.11 General Terms and COmditiODS— CODt[dCt Agreement................................24
Section 6: General Provisions and Assurances ...........................................................25
6.1 General Information.................................................................................2S
10
6.2 Proposal Confidentiality ............................................................................25
6.3 Public Disclosure......................................................................................25
6.4 Qualifications of Proposer.........................................................................26
6.5 Disqualification of Proposer.......................................................................26
6.6 Integrity of Expenditure............................................................................26
6.7 Gratuities.................................................................................................26
6.8 Conflict of Interest....................................................................................27
6.9 Laws and Health Insurance Portability and Accountability Act (HIPAA).......27
6.10 OSHA Requirements.................................................................................27
6.11 Environmental Protection..........................................................................27
6.12 Drug Free Work Place...............................................................................27
6.13 Legal Considerations ................................................................................27
Section 7: Special Provisions ........................................................................................28
7.1 Insurance and Taxes................................................................................28
7.2 Performance Security Provisions...............................................................29
Section 8: Submitting Proposal and Content Requirements .....................................30
8.1 General Information.................................................................................30
8.2 Number of Copies to be Submitted ...........................................................31
8.3 Proposal Format.......................................................................................31
8.4 Proposal Content......................................................................................31
Section 9: Award, Selection, and Evaluation Criteria .................................................46
9.1 Basis of Award .........................................................................................46
9.2 Selection of Proposal................................................................................47
9.3 Evaluation Criteria ....................................................................................47
9.4 Proposal Evaluation Process......................................................................48
9.5 Notice of Intent to Award.........................................................................51
9.6 News Releases .........................................................................................52
9.7 Protest.....................................................................................................52
Section 10: Signature Sheets ..........................................................................................54
SignaturePage.................................................................................................54
Form A: Affirmation Statement Form.................................................................55
Form B (1): Investigative Authorization — Individual...........................................56
Form B (2): Investigative Authorization — Entity.................................................57
Form C (1): Request for Verification of Deposit..................................................59
Form C (2): Request for Verification of Deposit..................................................60
Form D: Certificate of Non-Collusion..................................................................61
Section 11: Attachments .................................................................................................62
Attachment 1: EMS Definitions..........................................................................62
Attachment 2: EMS Data...................................................................................67
Attachment 3: Key Contacts..............................................................................73
Attachment 4: Overview of Mendocino County...................................................74
Attachment 5: Draft Contract............................................................................77
Attachment 6: Evaluator Scoring Tool ............................................................. 141
11
Mendocino County
Ambulance
Section 1Illl iiia iiiittIIII Ched111,1111st
.............................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................
This submittal checklist identifies some of the various components that are
required with your proposal. This form is to be completed and included in the
proposal and must be located directly behind the signature sheets.
Follow this sequence in presenting your proposal with the checklist serving
as your table of contents.
Submittal Checklist/Tableof Contents Page No.
Signature Sheets
Submittal Checklist/Table of Contents
Cover Letter
Executive Summary
References
Proposer's Qualifications &Approach
Contract
Affirmation Statement Form (Form A)
Investigative Authorization — Individual (Form B (1))
Investigative Authorization — Entity (Form B (2))
Request for Verification of Deposit (Form C (1))
Request for Verification of Deposit (Form C (2))
Certificate of Non-Collusion, signed by authorized
representative Form D
Insurance Coverage (Certificate of Insurance)
In a separate sealed envelope include: --------------------
Cost Proposal and Narrative
Financial Statement and Sufficient Financial Information as
listed in the RFP (Non-submittal will be considered non-
responsive and cause for rejection of proposal).
12
Mendocino County Ambulance RFP
� ��� �� ���� ��
�����N��N� ��� ��� � ��������mmm�� ��m_mmN�m�mans
(for other EMS Definitions,see Attachment 1)
Closing Date/Time — The last dm and time the RFP must be received in the C h i e Executive
Office.
Contract — Comprises the RFP, any addenda thereto, the proposal, and the purchase order, if
appropriate. The Contract constitutes the entire agreement between the County and the awarding
Proposer.
Contractor—The Proposer awarded the Contract derived from this RFP.The Proposer who is awarded
the Contract and designated as the legal entity. The Prime Contractor will hereafteralso be known as the
Contractor. Any subcontracting, joint ventures, or other legal arrangements made by the Contractor
during this project are the sole responsibility ofthe Contractor.
Contract Administrator—The Contract Administrator will bethe single authority toact for the County
under the Contract.
County—The County of Mendocino, a political subdivision of the State of California.
Duly Appointed Officer—Person who has the legal authority to enter into and sign contracts on behalf
ofthe firm.
Evaluation Committee —A committee established to review and evaluate proposals to recommend the
Contract award.
Formal Date of Award—Date the Board of Supervisors take formal action to award the subject RFP to
the most responsive Proposer.
Notice of Intent to Award—Letter sent by the County to all participating Proposers advising them of
the date the County Board of Supervisors will hear and possibly take action in awarding the Contract to
the successful Proposer asrecommended hvtheEvaluation Committee.
Project Director—ThepersonnamedhvtheCountywhowi|| overseethepr jectassociatedwiththe
RFP and be the first contact regarding any questions, problems, and any other issues that arise during
the Contract period.
Proposal Deadline—The closing date associated with this Request for Proposal.
Proposer — A person, partnership, firm, corporation, or joint venture submitting a proposal for the
purpose ofobtaining a County contract.
Subcontractors—Any person, entity, or organization to which Contractor or County has delegated any
ofits obligations hereunder.
13
Section 1�� 1111inte. intof the IlRequestfair 111�:)irqN
11 Lin-broductibin
The Mendocino County Local Emergency Medical Services Agency (LEMS/), functioning as the
designated local BMS agency pursuant to Division 2.5 of the California Health and Safety Code
/commencing with Section 1797; also known as the Emergency Medical Services System and
Prehospital Emergency Medical Care Personnel Act, or the EMS Act), proposes to maintain an
EMS Exclusive Operating Area (EOA)within Mendocino County.
The implementation of an EOA within Mendocino County is at the recommendation of the Board
of Supervisors. The LEMSA has designed this process and has selected the County Board of
Supervisors as the awarding agency for this EOA competitive procurement process, consistent
with California State Guidelines for Creating EMS EOA. TheCounty of Mendocino Executive Office
will function asthe Procurement Coordinator for this competitive procurement process and the
Mendocino County Board of Supervisors will authorize the successful proposer, if any, to act as
the contractor(Contractor)will provide services within the EOA pursuant to a written agreement
(Aoreement)awarded hvthe Board ofSupervisors.Anevaluation committee will be designated
by the LEMSAtoreview credentiaIs/proposals and make recommendations tothe LEMSAonthe
proposer'ssubmitted proposals to the Request for Proposal (RFP).
This is a performance based Contract. Details regarding the Contract, performance standards,
and other details of the scope of work requested are described in the RFP. Proposers should note
that the County is very diverse in its population and geography.Acomprehensive proposal will
require orientation and familiarity to the unique service requirements of the County. Contract
compliance will be monitored by the LEMSA in coordination with Mendocino County Contract
Compliance standards. Proposals that do not include all information necessary to assess capacity
and/or financial qualifications will not be submitted to the evaluation committee.
The following provisions,attachments, and exhibits constitute a Request for Proposals that will
be used hvthe LEMSA to conduct a competitive process for the selection ofone EOA provider
servicing the entire EOA. The EOA includes existing ambulance zones 1, 2, ], S, 8, and 9 as
shown in Attachment 2. Please see Section 4.2 for a discussion of the option to form partnerships
within the EOA.
The successful proposer will be granted a contract for a period of five(5)years. The County may
extend the Contract at the mutual agreement of the LEMSA,the County and the EOA Contractor.
for up to two (2) ]O-month periods, or a maximum of ten (10) years, based on superior
performance asevaluated and approved hvthe Contract Administrator.
12, Backgrouind
Mendocino County encompasses an area of 3,878 square miles with a U.S. Census' estimated
population of 88,018 during 2017. The EOA represents an estimated population of 63,600 and
includes all incorporated and unincorporated areas of the northwest corner and inland section of
the County as detailed in this RFP. There is one consolidated dispatch center for fire 8, EMS
operations covering the entire County.
Existing EMS Services
Currently, there are 10 ground ambulance providers serving the residents and visitors of
Mendocino County. Within the newly formed EOA,there areseven different services, three public
agencies and four private companies, covering the six zones within the EOA. The private
14
companies and one of the public agencies offer Advanced Life Support(ALS) level of care, while
the remaining provide Basic Life Support(BLS) ambulance services.There are a number of first
response agencies at different levels of service; however, not all areas of the EOA currently have
first responder coverage. The service is fragmented and there are legitimate concerns about
sustained ambulance coverage within the County. There are two air ambulance providers, both
private, based in the County. Air ambulance service is specifically not included within this RFP.
Until this RFP,there have been no response time or high-performance operational standards for
ground emergency ambulance service within Mendocino County.
General Requirements and Governing Law
California Health and Safety Code section 1797.224 permits a local EMS agency to establish
EOAs. California State Law,contractual standards as stipulated in the RFP and future addenda,
County resolutions, ordinances and rules and regulations, published operational and medical
policies of the Local EMS Agency (LEMSA), California EMS Authority, and this RFP set forth the
requirements for service for the County EOA, and all proposers shall comply with them.
Collectively, they are referred to as the "governing law" in this RFP.
Exclusive Operating Area
The response area to be served by this RFP is the "Mendocino County EOA - Ground" which is
one, single EOA servicing existing zones 1, 2, 3, 5, 8, and 9 of the County (see Attachment 2).
The authority of the LEMSA allows the restriction of operations to one or more emergency
ambulance services within the EOA.
*
'i'
Ilpeuri ° 011peuratuin
Unless initiated earlier by mutual agreement, this contract shall commence at 12:00 a.m. on
March 1, 2020, and terminate at 11:59 p.m. on F e b r u a r y 2 8, 2 0 2 5, unless extended
or terminated as provided for in the executed EOA Contract.
The LEMSA and County shall make any decision regarding renewal of this contract or any
extension thereof at least 18 months prior to the scheduled termination date so that if no
extension is approved,a new RFP process may be conducted on a schedule that will identify the
new CONTRACTORand allow reasonable time for both outgoing and incoming CONTRACTORs to
plan and execute an orderly transition (transition period).
The purpose of this requirement is to allow reasonable time for both outgoing and incoming
Contractors to plan and execute an orderly transition,to allow the County and its new Contractor
to revise advertising, and to allow time for negotiation of new service contracts, mutual-aid
agreements, and other contracts previously managed by the outgoing Contractor.
3.4 SchedtilLyd Activities
To the extent achievable,the following schedule shall govern the review,evaluation and award of
the proposal. The County reserves the right to modify the dates below in accordance with its
review process.
15
Mendocino Ambulance
Event Date
Release RFP February 19, 2019
Deadline for Written Questions for Proposers Conference March 8, 2019
Proposers Conference—Mandatory March 15, 2019
Final Deadlinefor RFP Questions(by4:00 p.m. in writing March 22, 2019
Letter of Intent Due (may be scanned and submitted via
email attachmentto rauia@mendocinocoun .o (April 8, 2019)
Proposals Due(by 4:00 p.m.) May 28, 2019
Notice of Intent to Award June 2019
Approval of Contract by Board of Supervisors August 2019
Implementation March 2020
Sectioll Ij1pe of Walrilk
.............................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................
4.1 Scolpe
This RFP and its provisions,attachments, and addenda (if any) constitute a solicitation for the
selection of a single provider of ground emergency ambulance service for the defined EOA. The
operation of the emergency ambulance service shall be consistent with the provisions of this
procurement process including staffing and performance. This procurement process includes
provision for all ambulance responses. All of the following transports originating in the County
EOA shall be referred to the holder of the exclusive Contract; the holder of the exclusive Contract
shall provide all responses and ground transports as follows:
1) Emergency Ambulance Service;
2) 9-1-1/PSAP requests Emergency Response, BLS or ALS level;
3) All requests for immediate Emergency Ambulance Service transmitted through an
authorized 9-1-1/PSAP;
4) All requests for Emergency Ground Ambulance Services made directly to CONTRACTOR or
another Ambulance or public safety dispatch center through a seven-digit telephone call
request without going through an authorized 9-1-1/PSAP;
5) All ground interfacility transport(IFT) requests requiring the services of an BLS,ALS,or
critical care transport(CCT)ambulance;
6) All"Special Events"requiring the presence of an ambulance, regardless of level of service
requested; and
7) All"Special Events"requiring ALS level of service,even if there is no ambulance required.
2, Pairtineirships withiin the IIEXCI sii e 011peirating Airea
Due to the number of established ambulance providers within the EOA, the County encourages
partnerships to provide a cost-effective service with optimal response times and integration with
existing EMS providers. Possible partnership opportunities include,but are not limited to, existing
ALS and BLS ambulance providers, existing air ambulance providers, and community health
centers.
Proposals should include any commitments to negotiate, in good faith, subcontracts with current
providers. Ideally, Proposers shall have entered into negotiations with the respective agencies
prior to submission of the proposal. The successful Proposer will retain ultimate responsibility for
the subcontractors with respect to the performance standards associated with the subcontracted 16
services as required by the Contract with the County. The subcontractors should be utilized
Mendocino
primarily to provide service within their regular service areas; however, they may be included in
the Proposer's Initial System Status Plan (see Section 8.4 1) and utilized by the Proposer as to
post or respond to calls within the EOA. The Proposer shall ensure that adequate contract
termination language will be included in the subcontracts for failure to meet the Contractor's
required performance standards.
A. Automatic Aid Providers
The City Ambulance of Eureka for Zone 1 and Cloverdale Ambulance for Zone 9 (see
Attachment 2) provide ambulance services to small portions of northwestern and
southeastern Mendocino County, respectively. It is the County's intent in this
procurement process that these automatic aid services continue under subcontract with
the successful Proposer of the RFP.
B. Existing ALSAmbulanceProviders
Laytonville Fire Department is the primary transport provider currently in Zone 2.
Proposers may subcontract with the department for 1) continuing to provide service
meeting the EOA standards or 2) any other partnership that is beneficial to the EOA
service while maintaining or exceeding its standards.
Within Zone 5, Ukiah Valley Fire Authority offers ALS backup ambulance services.
Proposers may subcontract with the department for 1) providing primary or backup
service meeting the EOA standards or 2) any other partnership that is beneficial to the
EOA service while maintaining or exceeding its standards.
C. Existing BLS Ambulance Providers
In Zones 3 and 8, BLS ambulance service is provided by Covelo Fire and Anderson Valley
Ambulance, respectively. Currently, the BLS ambulance rendezvous with an ALS
ambulance while enroute to the hospital when necessary(i.e.,ALS intercept).Proposers
are encouraged to establish agreements to utilize these BLS ambulance providers in
conjunction with an ALS provider from the Contractor,whether staffed on the ambulance
or in a quick response vehicle(QRV),to ensure ALS level of care is available on all calls
within the EOA when it is needed.As allowed by LEMSA policies, dispatch protocols may
determine a BLS ambulance is sufficient or patient transports can be downgraded from
ALS to BLS when appropriate.The goal is to preserve ALS resources in rural areas when
patients only require BLS level care and transport.
D. Existing AirAmbulance Providers and CCT
CALSTAR and REACH currently provide helicopter EMS (HEMS) services within the
County, both 9-1-1 and interfacility.They are the primary providers of CCT service. When
a patient's needs exceed the ALS scope of practice and HEMS is unavailable (e.g.,
weather, aircraft maintenance), hospital emergency departments are sending a staff
nurse with a ground ambulance due to the lack of ground CCT ambulance service. This
reduces the nursing resources at the hospitals. A potential partnership opportunity is a
hybrid air/ground ambulance crewto transport patients to a higher level of hospital care
while not depleting resources from the area hospitals. This opportunity has the potential
to improve patient care and outcomes through more timely transfers to trauma, STEMI,
and stroke receiving hospitals. Proposers are encouraged to develop any type of general
partnership with air providers that benefits the residents and visitors of the County.
E. Community Health Centers
In the communities of Boonville, Laytonville, and Covelo, there are health centers
providing primary and urgent care. Proposers are encouraged to discuss joint staffing
models to optimize and subsidize the paramedic resource when not responding and
transporting patients.
17
Mendocino -
4 3 IEIIMIS lf a in Data
See Attachment 2 for EMS data from the providers. No data was available for Zone 9. CAD data is
available from the County contracted dispatch (2010-2016) and Ukiah Fire dispatch (12/2010-
2/2013).There has been no independent validation of this data. Proposers are encouraged to use
their own means to analyze the information to determine responseand transport volumes. The
County does not guarantee any number of responses or transports.
.4 ll,,,,e elll of Caire
The exclusive Contract holder will provide BLS, ALS, and CCT level of care for all requests for
emergency, urgent and scheduled ground emergency ambulance service as well as special event
ambulance stand-by originating within the EOA. Only AILS level of care will be acceptable for 9-1-
1/emergency requests for service unless the dispatch center has properly completed emergency
medical dispatch process and determined that the call can be handled by BLS level of care, which
is defined by the LEMSA Medical Director. It is estimated that 15-25 percent of 9-1-1 ambulance
requests can be dispatched at the BLS level.
lRespoinse III mune ' ",eaves aurid Staindairds
A. General
It is the Proposer's sole responsibility to be familiar with the geographic considerations
and response-time zones comprising this solicitation. Response times shall be calculated
from the moment the Contractor receives the call from dispatch, until the time the
Contractor arrives on the scene with a fully functional and staffed ambulance appropriate
for the service level (i.e., BLS or ALS) based on LEMSA policies for dispatch priority
determinant. All response times are measured in seconds, not whole minutes. All
ambulance dispatch services and times will be documented under strict procedures set
by the LEMSA.
The County and LEMSA are interested in providing prompt, effective emergency
ambulance services at a reasonable cost to the consumer. Any enhanced services above
the standard of this RFP, while not encouraged, must include a separate cost estimate.
However,clinical and response-time performance will not be sacrificed for economy.
Service to the EOA must be at or above the level of service as defined in this RFP.
Service must include primary response, backup, and move-up-and-cover plans that
clearly define timely emergency ambulance coverage. Oversight will be provided by the
LEMSA and the County.
B. Response-Time Zones
Response time requirements vary depending upon the response-time zone to which the
ambulance provider must respond. There are three(3) response time compliance zones
in the County EOA. The County is divided into public land survey(PLS) grids, and each
grid has been assigned a response time requirement based upon underlying population
density, proximity to urban areas and other factors. For a map of the compliance zones,
please see Attachment 2.
These maps are based on ambulance industry standards for defining such zones and may
be changed by the LEMSA from time to time as population, road access, effective
contract monitoring, and other relevant conditions change. No response-time
amendments will be made without giving notice to, and opportunity for, consultation to
the Contractor, fire departments/districts, cities, and other interested parties and
organizations in the affected area of the exclusive zone. The LEMSA will establish a
18
Mendocino CountyAmbulance RFP 11
procedure for making such changes that provides for such notice, comment, and input to
be achieved.
In addition to the compliance zone evaluation, the LEMSA will periodically review
population densities, single communities and response times in areas within the
compliance zones and may request the Contractor alter its system status plan (SSP) to
respond to needs of improved performance and adaptation to population trends. This
alteration may also include adjusting the SSP to improve backup and move-up-and-cover
ambulance coverage. Any changes will not impact the original manner and scope of this
agreement. Contractorshall agree to negotiate in good faith with the LEMSA and revise
its SSP as needed to improve performance to these communities,as determined by the
LEMSA, Contractor shall also negotiate in good faith on the issue of any impact on
contract terms these changes may have and include these in the negotiation process.
Failure to negotiate in good faith regarding these potentially underserved areas may
constitute a contract default.
C. Code-3 Calls (Emergency)
Contractor must provide 24-hour, 365-day per year coverage for all Code-3 requests for
service for the term of the contract, as defined by approved medical dispatch protocols.
Code-3, for purposes of this RFP, is defined as all requests receiving a response with
lights and siren for presumed life-threatening emergency conditions. The Contractor
must guarantee response times as specified below:
Urban: 90.00 percent of all calls in 11:59 minutes or less. Calls at or exceeding
the maximum response time of 24:00 minutes will be subject to
liquidated damages.
Suburban: 90.00 percent of all calls in 19:59 minutes or less. Calls at or exceeding
the maximum response time of 40:00 minutes will be subject to
liquidated damages.
Rural: 90.00 percent of all calls in 29:59 minutes or less. Calls at or exceeding
the maximum response time of 60:00 minutes will be subject to
liquidated damages.
Wilderness: Immediate dispatch and response and best effort to all requests.
Proposers should familiarize themselves with population densities, transportation
corridors,and other factors so as to provide effective and prompt emergency ambulance
service.
D. Code-2Calls (Non-Emergency)
Contractor must provide 24-hour, 365-day per year coverage for all Code-2 requests, as
defined by medical dispatch protocols. Code-2, for purposes of this RFP, is defined as any
call that does not require lights and siren, but must have an immediate response due to
a presumption of an urgent, but non-life-threatening, medical condition.
The Contractor must respond immediately to all Code-2 requests. The Contractor must
guarantee response times for each calendar month,as follows:
19
Mendocino County Ambulance RFP 12
Urban: 90.00 percent of all calls in 17:59 minutes or less. Calls at or exceeding
the maximum response time of 36:00 minutes will be subject to
liquidated damages.
Suburban: 90.00 percent of all calls in 29:59 minutes or less. Calls at or exceeding
the maximum response time of 60:00 minutes will be subject to
liquidated damages.
Rural: 90.00 percent of all calls in 44:59 minutes or less. Calls at or exceeding
the maximum response time of 90:00 minutes will be subject to
liquidated damages.
Wilderness: Immediate dispatch and responseand best effortto all requests.
E. Healthcare Facility Calls
Contractor shall respond to hospital and healthcare facility requests for BLS or ALS
interfacility transfer in the following manner and using the following definitions,
consistent with EMS Policy No. 7013, "Interfacility Transfers."
1) Emergency Transfer—shall mean an emergency transfer by ambulance where
immediate transfer may be requested when any delay in transferring the patient
could result in placing the patient's health in immediate jeopardy. The transport
provider retains a response-time requirement for these transfers just as they
would for a Code 3 (emergency)9-1-1 request to the facility's location. As these
transfers may immediately remove an ambulance unit from the 9-1-1 system,
facilities are expected to only request an emergency transfer when the patient's
condition warrants such a response. It is understood that the requesting agency
shall only request the emergency transfer such that the patient is prepared for
transfer with all available transfer papers upon the arrival of the transfer unit.
2) Urgent Transfer—This should be requested when the patient's medical condition
requires transport to a facility providing a higher level of care and is not
considered to be in immediate jeopardy. These shall have a 59:59 minute
response time requirement. Calls at or exceeding the maximum response time of
120:00 minutes will be subject to liquidated damages.
3) Pre-arranged Transfer—shall be a pre-arranged transfer for a medically stable
patient. The timeliness of this type of transfer would have no foreseeable bearing
on the patient's medical condition. Arrival should occur within 15 minutes of
scheduled time.
4) Critical Care Transfer— When the level of service required exceeds ALS, the
Contractor agrees to work with the hospital to supply a nurse on board the
Contractor ambulance and return the nurse upon completion of the transport.
When possible, partnerships with other nurse providers,such as air ambulance
services, may provide this level of service without requiring a hospital nurse.
The successful Proposer is expected to maintain sufficient ambulance staffing to meet
the needs of emergency, urgent, pre-arranged and critical care transfers with at least
ninety percent(90.00%) compliance. Non-compliance with these standards for hospital
response shall be forwarded to the LEMSA and County for review and recommendation.
20
Mendocino County Ambulance RFP 13
Mendocino LEMSA
Response Time Requirements Summary
(in minutes)
Code 3 Code 2 Urgent
Area (Emergency) (Non-Emergency) Transfer
Standard Outlier Standard Clutter Standard Outlier
Urban 90% < 11:59 > 24:00 90% < >36:00
17:59
Suburban 90% < 19:59 >40:00 90%< >60:00
29:59
Rural 90% < 29:59 >60:00 44:53 >90:00 90% < 59:59 > 120:00
Wilderness Best Effort and Immediate Best Effort and Immediate
Dispatch &Response Dispatch &Response
Table 1
F. Online Compliance Utility
The LEMSA has selected FirstWatch/PASS to administerthe response timecompliance for
this Contract. The goal is to automate as much of the compliance process as possible and
minimize the workload on the LEMSA and Contractor.The cost of the online compliance
utility (OCU) is included within the annual oversight and information technology costs
due to the COUNTY on behalf of the LEMSA. Proposers shall agree to work with
FirstWatch/PASS and the LEMSA to automate as much of the response time compliance
process as well as other features offered by this OCU.
4.6 Diis1patclh Services
Contractor shall coordinate services with County's contracted dispatch center(currently CAL FIRE
Howard Forest ECC [HFECC]). The center shall dispatch all ambulance requests for service as
well as execute the provided SSP from the Contractor. Successful Proposer shall reimburse the
County for the cost of ambulance dispatch assessed quarterly. Costs may increase annually
based on the cost of dispatch operations and by no more than the applicable Consumer Price
Index (CPI). The annualized cost for dispatching services during the first year is estimated at
$60,000. This is subject to change based on further analysis of actual dispatch provider cost.
4.7 Peirfeuri maince Standards
Performance standards may be adjusted by the LEMSA through the course of the Contract
consistent with the modifications in EMS operational and medical standardswhich are developed
by the LEMSA.The Contractor shall be notified with 60 days advance notice of the effective date
of the change and shall define the contract impact within 30 days of initiation.
A. Liquidated Damages: Code-2 and Code-3 Calls
Contractor shall not refer exclusive Contract calls to another agency unless it is part of an
approved mutual aid plan submitted by the Contractor and approved by the LEMSA with
its proposal or subsequently offered and approved. Appropriate referral to air medical
services is exempted from such requirement. Use of mutual aid from any source during
21
Mendocino County Ambulance
disaster response is also exempted from this requirement. A Subcontractor is not
considered a referral or use of mutual aid.
Each period in which the Contractor fails to meet the 90.00 percent standard, within any
compliance zone the Contractor shall pay to the LEMSA a $250 financial liquidated
damage for each one-tenth (1/10) of a percentage point by which the Contractor's
performance falls short of the 90 percent standard. Each period in which the Contractor
fails to meet the applicable response-time requirements, the LEMSA will review the
Contractor's SSP, unit-hour of production capacities,and/or other factors to determine
the causes of non-compliance.
All areas have a maximum specified responsetime. Every call where the ambulance fails
to arrive within the maximum specified time is an outlier call. The liquidated damage for
each outlier is $500 per occurrence.
Exclusive Contract calls referred to a non-contracted agency will be considered an outlier
for calculating compliance. Repeated failure to meet the standards may result in breach
of contract.
Table 2 provides a breakdown for the compliance period per zone.
Existing.Zone New Zone Description Compliance Period
1, 2, 3 North Piercy,Leggett,Laytonville, Annual
Covelo
5, 8, 9 South Ukiah,Willits,Anderson Semi-annual
Valley,Ho land
- IFT Interfacility Transports Semi-annual
Table 2
B. Upgrades,Downgrades,Canceled,and Incorrect Addresses
From time to time, special circumstances may cause changes in call-priority classification.
Response-time calculations for determination of compliancewill be asfollows:
1) Upgrades
If an assignment is upgraded prior to arrival of an ALS ambulance unit (e.g.,
from Code-2 to Code-3 response)on the scene,the Contractor's response time
compliance and liquidated damages will be calculated based upon the Code-2
response time standard, assuming the initial priority was established correctly
and in accordance with the priority dispatch system adopted by the LEMSA. If
incorrectly prioritized initially,the more stringent standard will apply.
2) Downgrades
If, prior to an ambulance unit's arrival on scene, a call is downgraded; 1) by the
9-1-1/PSAP or 2) by any other person authorized by policy, compliance and
liquidated damages will be determined as follows:
(a) If the time of downgrade occurs after the unit has exceeded the more
stringent standard or maximum response time for the zone involved, the
more stringent higher-priority standard or maximum will apply; or,
(b) If the time of downgrade occurs before the unit has exceeded the more
stringent standard or maximum response time for the zone involved, the
less stringent lower-priority standard or maximum will apply.
22
Mendocino CountyAmbulance RFP 15
3) Canceled Responses
If a call is canceled prior to the ALS unit arrival on the scene,the Contractor's
compliance and liquidated damages will be calculated based on the elapsed time
from receipt of call to the time the call was canceled. However, if Contractor
makes a request for mutual aid ambulance response as stipulated in this RFP,
the Contractor may not cancel the mutual aid responder if the responding
provider is closer to the call.
4) Incorrect Addresses
When the address(or approximate location for calls on a roadway) provided is
incorrect through no fault of the Contractor, the response start time for
compliance measurement will be the time when the correct address is given to
the responding ambulance unit.
C. Quick Response Vehicles
Contractor may employ, at its discretion, a quick response vehicle(QRV) staffed with a
paramedic and used to enhance the system response and assist BLS ambulances. QRV
does not stop the ambulance response time clock.
D. Inter-Facility Transports
Contractor is expected to meet ninety (90.00) percent compliance on all emergency,
urgent, pre-arranged and critical care transfers within the EOA. Repeated failure to meet
the standards may result in breach of contract.
E. Exemption Requests
The LEMSA may grant exemptions to response-time performance requirements stated
herein for declared multi-casualty incidents or other disaster situations. Such calls will be
excluded when calculating performance compliance. In order to be eligible for such
exemption,the Contractor shall notify the LEMSA within a reasonable amount of time of
the occurrence.
The Contractor may apply to the LEMSA for an exemption to response-time compliance
calculations in the following situations:
1. AutomaticAppeals
(a) Upgrades and downgrades that are compliant are eligible for exemption.
(b) Response canceled prior to the unit's arrival at scene (must provide
evidence that call was canceled within required response time).
(c) Inaccurate address given by the reporting party. If inaccurate response
information is the result of an error by the Contractor's personnel,the
exemption will not be allowed.
(d) Multi-Casualty Incident (MCI) or locally declared disaster - The
Contractor may apply for an exemption to response-time standards
during MCIs or times of declared emergencies, locally or in a neighboring
county, as defined by the Emergency Operations Procedures of the
jurisdictions involved (e.g., city or County).
F. Other Response Time Issues
23
Mendocino -
The Contractor will not be held responsible for response-time performance on an
emergency response to a location outside the EOA. However, Contractor shall use its
best efforts in responding to mutual aid calls. Responses to emergencies located outside
the EOA will not be counted in the number of total calls used to determine monthly
contract compliance.
For each response in which the Contractor's management or field staff fails to report the
at-scene time, the next radio or electronic transmission will determine on-scene time.
Table 3 summarizes categories and liquidated damages listed in this RFP.
Mendocino County
Summary of Liquidated Damages
Category Liquidated Damage
1. Compliance evaluation below standard $250/tenth of percentage point
2. Extended response time(i.e.,outlier) $500/call
Table 3
4System Status IPlain
A System Status Plan (SSP), Posting Plan and the proposed maximum Unit Hour of Utilization
(UHU) by units shall be developed by the Contractor, submitted to the LEMSA for approval and
adhered to by the Contractor.Any changes to the SSP, Posting Plan and UHU shall be forwarded
to the LEMSA for review and approval. The actual UHU shall be submitted to the LEMSA at least
every six months. All resources to be used in this Contract for emergency ambulance service shall
be included in this SSP. The SSP must have clearly identified backup ambulance plans including
move-up-and-cover arrangements in sufficient detail to convince the LEMSA that backup
ambulance coverage in a timely manner will be consistently available.
4 Mutual iid/ taiindlbys
The Contractor agrees to respond to all requests for mutual aid services. Should the delivery of
mutual aid services to a neighboring jurisdiction become excessive(e.g., in excess of two percent
of the calls for that zone absent a written agreement for that level of mutual aid), indicating a
routine heavy reliance on the Contractor's resources for emergency calls, the Contractor shall
inform the LEMSA. The LEMSA will then assess the situation and take appropriate steps as
necessary to rectify the inequity.
Contractor agrees to provide standby services for working fires, hazardous materials incidents,
law enforcement incidents, and other allied agency events with a high potential for injury.
Contractor shall also participate in prevention events, disaster exercises, and other training to
educate the public and prepare for multi-casualty incidents. There will be no charge for these
services; however, the Contractor may charge for standby services at private events. The
standby services shall be based on a Contractor's written policy that is subject to the LEMSA's
approval and included in the response to this RFP.
4.1 0 lRadib Equipment
Each Proposer will be responsible to install and maintain all radio equipment on the appropriate
frequencies necessary to complete the Contract scope of work (e.g., field communications
to/from the 9-1-1/PSAP dispatch, first responder agencies,and contiguous mutual aid agencies).
The current system uses 13 UHF channels for hospital and 40 VHF channels for dispatch/fire
communications as the primary frequencies. The County holds and maintains the license for 24
Mendocino
these frequencies. Currently, Motorola mobile and portable radios are primarily used by law
enforcement and County Communications'staff finds the most reliable within the County. The fire
services typically use Kenwood for mobile radios and either Kenwood, Bendix King, or Icom for
portable radios.
4 1:1, VdlhidlLy, aind Equipment t Ilf equiiureirmmeint
Proposers shall state and justify the minimum number of ambulance(both primary and reserve)
vehicles believed to be necessary to fulfill this contract. All vehicles shall meet the standards of
Title XIII, California Code of Regulations,as well as any LEMSA policies in effect at the time of
original manufacture. No emergency vehicles utilized under the Contract for the purpose of
patient response and transportation shall be operated once its mileage exceeds 300,000.
All vehicles used in the County EOA shall display a logo, text, and color in a manner and format
defined by the LEMSA. Each vehicle shall have markings approved or designed by the LEMSA to
include 9-1-1 emergency number advertising.
Contractor shall maintain preventative fleet maintenance records and adhere to an approved
preventative fleet maintenance program for each vehicle. The maintenance program shall be
submitted with the proposal. Each vehicle shall meet ambulance equipment standards of the
State of California,and LEMSA. For a list of required equipment and supplies, please see LEMSA
Policy 4004, "Minimum Authorized Equipment List." This shall include the specific equipment
from EMSA policy #188.
4.1 2Data IIIIII a titin aind EvalUatibin Ilf equiiureirmmeint
The Contractor shall complete all forms and data reports required by the LEMSA, including field-
assessment forms and standardized data requests and shall cooperate and participate in field
research as requested including special medical and trauma studies. This includes using
ImageTrend as the standard for data collection. LEMSA will provide software licenses at no cost;
Contractor is responsible for compatible hardwareto support software.The patient care report
(PCR) with at least the critical elements (see LEMSA policy) completed shall be delivered
electronically to the ED at the time of patient delivery at least 90 percent of the time during any
three-month audited time period. PCBs shall be 100 percent completed and the data available for
review by the receiving hospital and LEMSA clinical care coordinator within 24 hours during any
three-month audited time period. Any exception to the above requirement must be approved by
the LEMSA.
The County has established a health information exchange(HIE) project; however, it does not
currently involve pre-hospital care. It is anticipated during the term of this Contract that the HIE
project will incorporate pre-hospital data from ImageTrend, dispatch, and other sources. The
Contractor will be required to participate as necessaryto benefit pre-hospital care(e.g., access
prior hospital discharge and disposition information) and the HIE project overall.
The Contractor will provide monthly operational dashboard reports.These reports, in a format
approved by the LEMSA, will include incidents of unit breakdowns, calls referred to other
agencies, unit hour utilization, PCR compliance, and other key performance indicators used to
determine contract compliance. Additionally,the Contractor may be required to make reports to
the LEMSA. These reports may vary from meeting to meeting depending on specific issues that
need to be addressed.
4.1 3 Financial 111 Ilf equiiureirneint
25
Mendocino -
The County expects Proposers to establish, in their responses to the RFP, that Proposers have a
firm commitment to maintain:
1. sufficient financial capacity to commence all services listed in the RFP on or before the
implementation date;and
2. sufficient financial resources to maintain all services for at least the primary Contract
period of five(5)years.
It is incumbent upon the Proposer to include sufficient information within the proposal package
to allow independent reviewers and County staff to determine that the Proposer:
A. Understands and documents all costs associated with the Contract;
B. Has documented all revenue sources;and
C. Has fully described and documented all sponsoring agency's commitments to maintain
financial support(if any)for the term of the contract.
All Contractor costs must be clearly defined and justified. Proposals that do not justify costs, in
detail, and that do not meet the levels of independent verification of financial information
requested, will not be submitted to the Evaluation Committee.
In addition to the financial documentation discussed,the County is requiring the submission of
financial surety instruments(e.g., bonds, letters of credit) to act as non-liquidated damages for
non-performance and assist the County with the costs of the selection of a temporary or new
permanent contractor. Any legal limitation or inability to fully meet this standard must be
disclosed in the proposal.
14 Fees fair Service
The revenue premise for this RFP is a traditional fee-for-service system for ambulance calls.
There is no general County subsidy offered as part of this procurement. It is also recognized that
it may be in the best interest of the community to encourage other types of"at-risk" payment
systems with local managed care programs and systems. Any existing contractual agreements or
immediately anticipated arrangements, including membership programs, must be stipulated in
the response to this RFP by the Proposer. As future opportunities develop, Contractor must
assure that all such arrangements will be forwarded to the County and LEMSA to be evaluated as
they are proposed by the Contractor before they are implemented so as to assure that the other
ambulance call sources, which are not part of the Contract arrangement, are not subsidizing the
benefiting managed care payer. These arrangements may be adjusted on a regular basis if the
local population moves into managed care plans.
Upon award of a contract, the Contractor shall charge only the charges authorized by the
Contract with the County. Adjustment to the charges may be authorized annually based on
changes in the Consumer Price Index (CPI) All Urban Consumers, medical care commodities in
west urban and/or other appropriate indexes reflecting increased costs of operations times 200
percent. Any increase above this must be approved by the Board of Supervisors. No rate
adjustment will be considered for the first 12 months, except if additional services are required
by the County. All other changes to the rate structure must be approved by the County as
stipulated in this RFP based on substantial documentation of need. All documentation shall be
provided based on a format required by the County.
26
Mendocino County Ambulance
Proposers may be allowed alternatives to traditional fee-for-service arrangements on a case by
case basis as long as the Contractor is not shifting additional costs to other EOA patients or their
payers.Any form of capitation agreement with managed care organizations must demonstrate to
the County's satisfaction that the rates are calculated on a basis that is consistent with
reimbursement from other third-party payers in the area.
A comprehensive EOA feasibility report was completed in July 2013 and is available on the
County website.The two private providers currently serving the Zone 5 area provided payer mix
information in that report as well as updated information in Attachment 2. Similar to the call
volume data, the County has not independently validated the information and does not warrant
any specific payer mix.
A. Public Funding Opportunities
There are new funding opportunities available to public agencies operating ambulance
services — ground emergency medical transportation (GEMT) and inter-governmental
transfer (IGT) funds related to Medi-Cal transports. The successful Proposer will be
willing to partner and contract with the County as necessary to take advantage of these
funding opportunities in order to benefit EMS system revenue. Any innovative
approaches that Proposers have utilized in other markets to reach these funding streams
should be described as well as any recommended approaches for The County to benefit.
„I„ IFirst lRespoindeirflPSAIP III'°ur liiiiniiiing aurid Cooirdiiinatibin
First responder agencies are an integral part of a quality EMS system and the Contractor will be
expected to document its experience and future efforts to coordinate with first responder
agencies. The Contractor must demonstrate its ability to integrate its service including
educational support with existing first responder, PSAP, and allied agencies. Regular training
programs provided by the Contractor and scheduled coordination meetings with these agencies
are expected. Contractor must also agree to participate in training on Incident Command System
(ICS) procedures a n d t a c t i c a I c a r e t r a i n i n g related to multi-casualty incidents. Al I
training shall be consistent with the LEMSA medical control policies, National Incident
Management System (NIMS), and Standardized Emergency Management System (SEMS)
requirements. Specific commitments with regard to this coordination and training must be
provided in the response to the RFP.
The Proposer is encouraged to explore how it could further medical training through teaching
emergency medical responder(EMR)and EMT classes at first responder agencies to fully utilize
the Proposer's on-duty personnel, if located in lower volume areas.
The Contractor shall re-supply first responders with disposable supplies on a one-for-one basis
for supplies used by the first response agency in the response.The Proposer may also propose a
standardized supply and equipment list for all County providers to simplify restocking; if so, the
proposal should describe the process utilized to accomplish the standardization.
27
Mendocino -
4 16 IinnIlpllleinnintatibin Ih dt- llle aurid lRequireirneints
The Proposer must be able to meet all minimum requirements of this RFP and do so within
established deadlines. Please include a comprehensive plan to begin emergency ambulance
service prior to the current implementation date.
4.1 7 Safetyaurid llf lii lk Ilpurequr irn
Proposers shall provide a safety and risk management program which shall include, at a
minimum:
A. A safety manual that ensures compliance with CAL/OSHA requirements.
B. An orientation program that instructs all new employees in safety practices and will
prepare the employees to avoid risk, protect them from danger,and preservethem from
loss.
C. A training program for all managers and supervisors to ensure that they can properly
instruct the employees in safety programs and to properly investigate all safety incidents.
D. A person must be responsible for the safety and risk program and he/she must have
received formal training on risk and loss issues.
E. The safety and risk program starts in the employment application phase and must
include the following:
(1) an employment physical exam;and
(2) physical capacity evaluation that is fair, nondiscriminatory, and commensurate
with job requirements.
F. An emergency vehicle operator-safety program that meets or exceeds any state or local
requirements.
G. A continuing education program for all employees on safety and health issues that is
scheduled no less than bi-annually.
H. Ongoing monitoring of driver licensestatus on all personnel.
4.1 8 ll,,,,eq 111 Entity
The Proposer must be a single legal entity properly licensed to do business in the State of
California.
4.1 9 ll,,,,lii ein e ,te Operate
Contractor shall also be required to reimburse the County and the LEMSA the annual cost of
staff hours allotted for the coordination and oversight required as a result of the performance-
based contract with Contractor and is intended to partially offset the cost to the LEMSA for
oversight of the Contractor's operations. The annual cost shall also support FirstWatch/PASS
and EMS information system services. The annual reimbursement for these costs for the
proposed Contract is $140,000 and subject to CPI increase annually thereafter.
28
Mendocino County Ambulance RFP 21
Sectiain5II IIIC IIII ' Iiirliiiinatioliiii'foIiirlllI��)Iiir1poseIiir
.............................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................
1 Ilf eque t fo r Pirolposal Deadline
One(1) proposal and seven(7) identical copies of the proposal plus a PDF electronic file version
(via CD or flash drive)shall be clearly marked with the Proposal Number and the Proposal Closing
Date/Time on the outside of the shipping box and forwarded to:
Mendocino County Executive Office
Attn: Janelle Rau
501 Low Gap Road, Room 1010
Ukiah,CA 95482
All required documentation (e.g.,financial)should also be submitted as an attached PDF file via
CD or flash drive.
Any Proposer, who wishes its proposal to be considered, is responsible for making certain that
the proposal is received in the Mendocino County Executive Office by the closing date.
Upon receipt,each proposal should be noted with a separately identifiable proposal number, the
date and time of receipt. Proposals received prior to the time set for opening shall not be opened
and will be secured in a locked receptacle. At 4:01pm, the response opening will occur at the
Mendocino County Executive Office location noted above.
5.2, Pirolposeir Conference(114aind -toi
A pre-proposal conference will be held to discuss all relevant issues associated with the RFP.
Attendance is required. Each firm will be limited to not more than four (4) representatives in
attendance. Proposers may attend via conference call. Call-in information will be provided prior to
the date of the conference.
Questions about the RFP are encouraged to be submitted in writing prior to the Proposers
Conference. Please submit written questions to the Mendocino County Executive Office via email,
to rauja@mendocinocounty.org or by fax at (707) 463-5649 by March 8, 2019.
The Proposer Conference may be taped and answers will be provided in writing via addendum
following the conference. Please contact the Mendocino County Executive Office at (707) 463-
4441 for confirmation of your attendance. Oral answers at the conference will not be binding on
the County.
The location,date and time will be as follows:
Location: Mendocino County Executive Office
Conference Room C
501 Low Gap Road
Ukiah,CA95482
Date: March 15, 2019
Time: 10:00
29
Mendocino County Ambulance RFP 22
Linterllpre-tat9ibin of Ilf equest for Proposal
The Proposer must carefully examine the specifications,terms,and conditions expressed in the
RFP and become fully informed as to the requirements set forth therein.
If Proposers planning to submit a proposal find discrepancies or omissions in the RFP, or have
any doubt as to the true meaning, they may submit questions and/or request in writing an
interpretation or correction thereof with the deadline set in Section 3.4 for questions. This final
deadline for all written questions is March 22, 2019, by 4:00 pm. No further questions,
requests for clarification or objections to the RFP will be accepted or considered after this date.
The Proposer may fax requests to (707) 463-5649, or e-mail/mail to:
Mendocino County Executive Office
501 Low Gap Road, Room 1010
Ukiah,CA 95482
Attention:Janelle Rau
Email: rauja@mendocinocounty.org
Answers to submitted questions and any change in the RFP will be made only by written
addendum, duly issued by the Mendocino County Executive Office to each firm in receipt of the
Request for Proposal, prior to the mandatory letter of intent due date. The County will not be
responsible for any other explanations or interpretations.
All inquiries shall be directed only to the designated County staff person shown
above. Contact with any other County personnel by the Proposer, relating to this RFP,
is prohibited. Failure to comply with this request may be considered cause for
rejection of a proposal.
5.4 Mandatory ll,,,,etter of,I inter n't
Each Proposer shall provide a letter of intent, signed by the authorized representative of the
proposing firm or entity who is legally authorized to contractually bind the entity or firm. This
letter shall specifically affirm the Proposer's intent to participate in the RFP. Failureto provide this
letter by the deadline set in Section 3.4 may be considered cause for rejection of a proposal. This
final deadline for the letter of intent is April 8, 2019, by 4:00 pm.
The Proposer may fax to(707)463-5649, or e-mail/mail to:
Mendocino County Executive Office
501 Low Gap Road, Room 1010
Ukiah,CA 95482
Attention:Janelle Rau
Email: rauja@mendocinocounty.org
"' "' " g urnei nts
'�� ' IFa se our Illuis a uiin tate
Proposals which contain falseor misleading statementsor which provide references which do not
support an attribute or condition claimed by the Proposer, may be rejected. If, in the opinion of
the County, such information was intended to mislead the County in its evaluation of the
proposal, and the attribute,condition, or capability is a requirement of this proposal, it will be the
basis for rejection of the proposal.
30
Mendocino CountyAmbulance RFP 23
Lin e tloatibin
The County reserves the right to continue its investigation of proposal after the Contract is
awarded and throughout the term of the Contract. The furnishing of false or misleading
information during the proposal process may constitute a breach of Contract.
5.7 IRtilleys fair Withdirawal aur Ilf e lii lbin of Proposals
A proposal which is submitted prior to the deadline may be withdrawn or revised any time prior
to, but not after,the deadline for receipt of proposals, provided that the request for withdrawal
or revision is in writing and executed by the Proposer's duly authorized representative.A request
for withdrawal of a proposal must be filed with the Mendocino County Executive Office/Central
Services Division before the deadline for the receipt of proposals. The withdrawal of a proposal
shall not prejudice the right of a Proposer to submit a new proposal, provided the Proposer can
submit the new proposal by the deadline stated herein.
5.8 „ "
�,� 3urm-�;uruiurm
Any Proposer using a Subcontractor(s)must clearly explain the use of the Subcontractor(s) and
list the name(s) of the Subcontractor(s) providing work under this proposal. The selected
Proposer will be fully responsible for all work performed under this proposal and will be
considered as the Prime Contractor. Any Subcontracting,or other legal arrangements made by
the Proposer are the sole responsibility of the Proposer. Any contract that is entered into
between the selected Proposer and the Subcontractor(s) shall contain provisions for federal,
state,and local access to the books,documents, records,and inspection of work.The LEMSA and
the County shall review and approve any proposed subcontracts.
5.9 infideur tli llit
The contents of all proposals,correspondence, agenda, memoranda,or any other medium which
discloses any aspect of a Proposer's proposal shall be held in the strictest confidence until the
Contract is awarded and signed. The contents of all working papers,trade secrets, proprietary
data,and discussions relating to the Proposer's proposal shall be kept confidential to the extent
allowed by law unless the public interest is best served by an item's disclosure because of its
direct pertinence to a decision agreement or an evaluation of the proposal or it is subject to
disclosure due to a Public Records Act request. A disclosure of such working papers or
discussions by the Proposer may be a basis for rejecting the Proposer's proposal and ruling the
Proposer ineligible for further participation.
5.1 0 Proposal III eirinns aind Coinditibins
The proposal itself is only a reference point to the County's standard general terms and
conditions and is not the legal document itself. Proposer agrees to incorporate by reference the
County's solicited proposal, the Proposer's responding proposal and any other documentation
deemed necessary by the County into any contract that may be derived from this RFP.
Any contract that may be developed as a result of this proposal will not become legally binding
until it has been approved by the LEMSA and the County Board of Supervisors.
5.1 J General III eirinns aind Coinditibins°° ntract Agreement
The successful Proposerwill be required to enter into a final contract with the County, specifically
identifying the scope of work as well as the County's general terms and conditions (sample 31
Mendocino
contract provided herein for Proposer's review). All Proposers shall familiarize themselves
completely with the contents and requirements of the Contract.
Sectiain ° ,,,, liii ,,,, liir° IIII 111l��)liir iiii iiii uii ° uii a lair° uii ,,,,,
.............................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................
6.1 General ;Iiinfeurinna ;9ibin
A. The County reserves the right to reject any or all proposals,to waive any informalities in
the proposal and minor irregularities, technical defects or clerical errors, to make an
award on the basis of suitability, quality of service(s) to be supplied, their conformity
with the specifications and for the purposes for which they are required, and not
confined to price alone.
B. Each proposal must include the firm's name, address,dated and signed by a corporate
officer, partner of the company, or agent authorized by the organization.
C. Each proposal must be submitted on such forms provided herein (if provided in the
proposal),and must be placed in a sealed envelope or carton with the proposal number
and closing date visibly displayed on the outside. Proposals received after this deadline
will be rejected regardless of postmark date.
D. All proposals shall remain firm for at least 120 days after proposal closing date. The
County reserves the right to withhold an award of the proposal for a period of 90 days
from date of closing.
E. All proposals and accompanying documentation submitted bythe Proposers become the
property of the County and will not be returned. Evaluation shall be based on the
material contained in the proposal. Proposersare instructed to disregard any prospective
oral representations they may have received prior to the solicitation of the proposal.
F. The cost for developing and preparing the proposal is solely the responsibility of the
Proposer whether or not any award results from this solicitation. Further, the cost of
developing and preparing responses to the proposal will not be allowed as direct or
indirect charges under any resulting Contract.
G. No alteration in any of the terms, conditions, delivery, price, quality, quantities, or
specifications will be effective without prior written consent of the County.
6.2, Proposal Coinfideintliality
All information contained in the proposals shall be confidential to avoid disclosure of contents
prejudicial to competing Proposers during the evaluation process.
6.3 Pullific lllii lIbsuire
All public records of the County are available for disclosure except the contents of the proposals
received in response to an RFP,which are not open for public review until the awarded Proposer
and the County Board of Supervisors have signed the Contract. The working documents,
evaluation tools and notes of the Proposal Evaluation Committee are not retained and,therefore,
are not available through a Public Records Act request.
32
Mendocino CountyAmbulance RFP 25
In the event that an unsuccessful Proposer files an official request to view the awarded
Proposer's proposal,the County must comply with the appropriate public disclosure procedures.
Qualfficatibins of Proposer
The County may make such investigation as it deems necessary to determine the ability of the
Proposer to provide the services requested herein, and the Proposer shall furnish to the County
all information and data for this purpose as the County may request. The County reserves the
right to reject any proposal should the evidence submitted by, or investigation of, the Proposer
reveals that such Proposer is not properly qualified to carry out the obligations of the proposal
and to complete the requirements contemplated therein. Examples include, but not limited to:
falsification/exaggeration of qualifications, lack of financial solvency, inability to fund startup
costs, lack of insurance coverage, etc.
6.5 11 lii qualffica ;libin of Proposer
A Proposer may be disqualified and the proposal rejected, in addition to any other cause for
rejection as set forth elsewhere in this proposal, or for any, but not limited to, one of the
following reasons:
1. Proof of collusion among Proposers, in which case all proposals involved in the collusive
action will be rejected and any participant to such collusion will be barred from future
bidding until reinstated as a qualified Proposer.
2. The Proposer's lack of responsibility, performance, and cooperation as discovered
through reference checks and investigations.
3. The Proposer being in arrears on existing contracts with the County or having defaulted
on previous contracts.
4. The Proposer's delivery of its proposal after the deadline specified in the proposal.
5. Incomplete information or missing documents as required in the proposal.
6. Lack of attendance, by phone or in-person, at the Proposer Conference.
6.6 Integrity of Expenditure
The Proposer assures that every reasonable course of action will be taken to maintain the
integrity of expenditure of public funds and to avoid any favoritism,or questionable or improper
conduct, if awarded any Contract that may result from this proposal.
6.7 ur ttii't!O
Neither the Proposer nor any person, firm,or corporation employed by the Proposer shall give,
directly, or indirectly,to any employee or agent of the County, any gift, money, or anything of
value, or any promise,obligation,or contract for future reward or compensation, neither during
the proposal process nor during the performance of any contract period resulting from this
proposal.
33
Mendocino Ambulance
Coiriffict of,Linteire t
The Proposer covenants that it presently has no interest and shall not acquire any interest, direct
or indirect,which would conflict in any manner or degree with the performance of this proposal.
The Proposer further covenants that if awarded a Contract resulting from this proposal, no
person having any such interest is presently employed or shall be employed in the future.
6.9 1 aws aurid III° e llNth Linsuir in e Po irta 111)Ifity aurid Accouintalbility Act (III°1 XIII
Contractor shall comply with all applicable federal, state and local laws, rules, and regulations
("Laws")that are in effect at the inception of any Contract generated as a result of this proposal
and that become effective during the term of such Contract, including without limitations HIPAA
(42 USC sections 1320d et. Seq.) The parties shall execute any amendments necessary to
implement such laws.
6.1 0 05111°1A lf equliiureurneint
All material, equipment, or labor submitted under this proposal by Proposer shall meet the
required standards of OSHA 1970 and CA-OSHA 1973 as last revised. Proposer warrants that the
described material, equipment, or labor meets all appropriate OSHA safety and health
requirements. Further, it warrants that the said material or equipment will not produce or
discharge in any manner or form,directly or indirectly, chemicals or toxic substance that could
pose a hazard to the health or safety of anyone who may use the material or equipment or come
into contact with the material or equipment.
6.1 IEunliiiii-oini neintaII Piratectibin
The Proposer awarded the Contract resulting from this proposal shall be in compliance with all
applicable standards,orders or requirements issued under Section 306 of the Clean Air Act (41
USC 1857(h)), Section 508 of the Clean Water Act(33 USC, 1368), Executive Order 11738, and
Environmental Protection Agency regulations (40 CFR, Part 15) which prohibits the use under
nonexempt federal contracts,grants, and loans of facilities included on the EPA List of Violating
Facilities. The Contractor shall report violations to the applicable federal agencies.
6.1 Drug IFuree Wark Place
The awarded Proposer must certify that it will provide a drug-free workplace as set forth by the
Federal Drug-Free Workplace Act of 1988.
6.1 3 11,,,,eq 111 CoinsWeiratibins
Any Proposer, by submission of a response to this proposal,shall be deemed to have agreed to
be bound by applicable sections of Title 41, United States Code(USC), and the laws of the State
of California and the ordinances of the County. Any legal proceedings against the County or any
state or federal agency regarding this proposal or any resultant contract shall be brought in the
California courts.
34
Mendocino County Ambulance RFP 27
Section ~aN ������ ~s~
ains
7.1 Linsuiraince aind III axes
The successful Proposershall obtain and maintain in full force and effect throughout the term of
the Contract, such insurances as set forth herein. The successful Proposer shall assume full
financial responsibility for its personnel, including all deductions of Social Security and
withholding taxes and required contributions to state and federal unemployment compensation
funds. The successful Proposer shall include all Subcontractors as insured under its policies or
shall furnish separate certificates or endorsements for each Subcontractor. All Subcontractors
shall be subject to all of the requirements stated herein.The insurance carrier shall be required
to give County notice of termination at least 30 days prior to the intended termination of any
specified policy. All deductibles and self-insured retentions shall be fully disclosed in the
Certificates of Insurance and may not exceed$10,000 without the express written permission of
the County. If Contractor has a self-insurance retention (SIR), Contractor shall be required to
provide the entire policy ofinsurance with which it has a SIR.
The successful Proposer shall provide Certificates of Insurance and endorsements for the
following types of insurance, and policies and declarations as requested by the County,
evidencing such coverage to LEMSA, with a copy to the County CEO, before the commencement
ofany work under this Contract.
A. Commercial General Liability for limits not less than one million dollars ($1,000,000)
combined single limit for bodily injury, personal injury, and property damage for each
occurrence and three million dollars($3,000,000.00)general aggregate.The policy shall
be endorsed with the following specific language or contain equivalent language within
the policy:
"Mendocino County their officers, agents, employees and volunteers are named as
additional insured using form CG 2020 or equivalent broad form, for all liability arising
out of the operations by or on behalf of the named insured in the performance of this
Contract."
"The inclusion of more than one insured Shd|| not operate to impair the rights of one
insured against another insured, and the coverage afforded Shd|| apply as though
separate policies had been issued to each insured, but the inclusion of more than one
insured Shd|| not operate to increase the limits of the entity's liability."
"The insurance provided herein is primary coverage to Mendocino County with respect to
any insurance or self-insurance programs maintained by the County."
B. Automobile Liability covering the type of vehicle operated under this proposal for limits
not less than one million dollars($1,000,000)combined single limit for bodily injuryand
propertyclarnage for each occurrence, which may be satisfied through plus excess and/or
umbrella liability insurance. Coverage shall include owned, non-owned, and hired
automobiles.
TheCountyanditsofficers,emp|oyeesandagentssha|| beendorsedtoabovepo|icv(ies)
asAdditional Insured using form CG2O26orequivalent broad form,for such liability as
maybe incurred in the performance of any Contract resulting from this proposal.
35
C. Workers'Compensation Statutory coverage, if and as required according to the California
Labor Code, including Employers' Liability limits of one million dollars($1,000,000) per
occurrence.The policy shall be endorsed to waive the insurer's subrogation rights against
the County.
D. Medical Malpractice-Professional Liability for all applicable activities of the Contractor
arising out of or in connection with this Contract for limits not less than one million
dollars ($1,000,000) per occurrence and two million dollars ($2,000,000) general
aggregate,covering Contractor's wrongful acts, errors,and omissions.The limits of this
policy apply separately to this Contract. In the event Contractor cannot provide an
occurrence policy,Contractor shall provide insurance covering claims made as a result of
performance of this Contract and shall maintain tail insurance in effect for not less than
two (2) years following completion of performance of this Contract.
E. The County requires insurance carriers to maintain during the Contract term, a Best Key
Rating of A: VII or higher,which shall be fully disclosed and entered on the Certificate of
Insurance.
F. Each of the required policies, noted above, shall be endorsed to provide the County with
thirty (30) days prior written notice of cancellation. The County is not liable for the
payment of premiums or assessments on the policy. No cancellation provisions in the
insurance policy shall be construed in derogation of the continuing duty of successful
Proposer to furnish insurance during the term of any Contract resulting from this
proposal. The insurance requirements and limits of the insurance provisions of this
Contract shall not be construed to limit any liability of the Contractor.
G. Required to Maintain Coverage: If the Contractor fails to maintain any of the insurance
coverage required herein, County may 1) order the Contractor to stop the work, 2)
declare the Contractor in breach, 3) suspend or terminate the Contract, 4) assess
liquidated damages as defined herein,or 5) may purchase replacement insurance or pay
premiums due on existing policies. County may collect any replacement insurance costs
or premium payments made from the Contractor deduct the amount paid from any sums
due the Contractor under this Contract.
""' 2 p urf urinnai Security kIpruun
A. Contractor shall furnish,within 14 days of Contract execution, performance security in an
amount of one million dollars ($1,000,000) in any of the following forms. The
performance bond shall be considered liquidated damages in the event of contract
default. Performance security options are:
1) Performance Bond
A performance bond issued by a bonding company, appropriately licensed and
acceptable to the County, provided that the language of such performance bond
shall recognize and accept the requirement of immediate release of funds to the
County upon determination by the County that Contractor's performance is
dangerous to public health or safety, and recognizing that any legal dispute by
the Contractor or the bonding company shall be initiated and resolved only after
release of funds to the County.
36
Mendocino CountyAmbulance
2) Irrevocable Letter of Credit
An irrevocable letter of credit issued pursuant to this provision in a form
acceptable to the County and from a bank or other financial institution
acceptable to the County.
3) Cash Deposit
Cash which must be deposited with an escrow holder acceptable to the County
and subject to an escrow agreement approved by the County. Any interest
earned on the cash deposited as the performance security shall accrue to the
benefit of the Contractor.
4) Combination of the Above
A combination of the above must be acceptable to the County.
B. Whatever form of performance security is selected by the Proposer,the proposal shall
indicate the form selected, and shall include full and detailed documentation of
Proposer's ability to provide such security.
Any performance bond furnished by Contractor in fulfillment of the requirements of this
Contract for performance security shall provide that said bond shall not be canceled by
the bonding company for any reason except upon 30 days advance written notice to the
County. Not later than 20 days following the commencement of the 30-day notice period,
Contractor shall provide to the County replacement security acceptable to the County in
the form of a performance bond,or in one of the other forms, or combination thereof,
herein provided for. Failure to meet the bonding requirements after cancellation of a
bond shall constitute a material breach of contract. The performance security may be
adjusted annually on the contract anniversary date(July 1) based on the change in the
Consumer Price Index for the category of Urban Consumer, Mendocino County, over the
12-month period beginning April 1 and ending March 31 immediately preceding the
adjustment date.
Failure of the successful Proposer to meet these performance security requirements after
the successful Proposer has been selected, and prior to contract start date,shall result in
forfeiture of the award.
Sectiaiia uI1113ulinittiulilgllll��)uirolllposaIIllauiiidCouiiite. uiiitIlll:Zequiuireuiineuiiits
.............................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................
8.1 General ;Iiinfeurinna ;9ibin
This section describes the required proposal format and content. The proposal should contain the
requested information organized by the prescribed section and subsection numbers and titles.
Any information provided beyond that required in the proposal should be contained in a section
entitled "Optional Exhibits and Attachments."
Each Proposer shall submit a complete proposal, along with requested copies, providing all
information requested and a complete description of the functional operation of the
program/project proposed. Failure to follow the prescribed format may result in rejection of the
proposal.
Proposals must be complete in all aspects. A proposal may be rejected if it is conditional or
incomplete, or if it contains any alteration of form or other irregularities of any kind. A proposal
37
Mendocino Ambulance
may be rejected if any such defect or irregularity constitutes a material deviation from the
proposal requirements. The proposal must contain all costs required bythe proposal.
Proposals must be clearly marked as stated herein and must be received by the date and time
specified. Proposals not received by the closing date and time and at the location
specified will be rejected. Proposals submitted under improperly marked covers may be
rejected. If discrepancies are found between two or more copies of the proposal, the proposal
may be rejected. However, if not so rejected, the original proposal will provide the basis for
resolving such discrepancies.
The proposal must be typed. Every part of the proposal must be legible and of sufficient print
clarity to allow copying of the document.
Attachments that are not included in the binder should be clearly labeled according to the
sections and titles provided therein. The proposal should be clear, complete, and consistent with
the proposal content requirements.
2 INuirn1beirof ollpliies-to be Sulbirnitted
Please submit one (1) original proposal to be signed in blue ink where required (original
proposal must be marked as such)and seven(7) identical copies of the proposal so there will
be a sufficient number to distribute to the Proposal Evaluation Committee members and CEO. In
addition to the hard copies required above, each Proposer shall also provide an electronic copy of
the proposal, in its entirety, in Adobe Acrobat format (i.e., PDF) via CD or flash drive.
8.3 Proposal lFoirinnat
The proposal must be developed on the forms provided in this package, or must follow the
proposal content requirements in the order in which they appear in the proposal. Proposals that
do not conform to this format may not be considered for evaluation. Proposals must be
typewritten and submitted on standard 81/2" by 11" paper. Double-sided pages are encouraged.
Each page must be clearly and consecutively numbered.All proposals must be submitted in the
name of the legal entity or authorized agency. Proposals must includethe signature page, signed
by a corporate officer, partnerof the company,or agent authorized by the organization, and the
signature sheets committing the organization to the specifications of the proposal must appear
immediately following the cover letter.
Upon approval by the County Board of Supervisors,a Contract will be developed for the proposal
and will become legally binding upon the signature by the Chairperson of the County Board of
Supervisors and the authorized official of the selected Proposer's corporation or company.
8.4 Proposal Content
To ensure that comparison of proposals is fair and complete, all proposals shall employ the
format described in this section, be tabbed, and included in three-ring binders. Proposals are
limited to 200 pages and 200 pages for appendices(i.e., 200 single-sided or 100 double-sided
pages each). All appendices shall be included in a separate three-ring binder.
A. Required Table of Contents
Each proposal shall be structured to incorporate a table of contents which shall clearly
indicate where each required section is located. Any information which does not fit
logically into one of these labeled sections shall be appended to the proposal. Items such
38
Mendocino County Ambulance RFP 31
as charts, policies,and plans are encouraged to be placed in an appendix. All proposals
shall include page numbers and have major sections tabbed.
B. Detailed Description of Proposal Sections
Each of the sections in the table of contents is described below. It is the intent of this
procurement to preserve or improve upon the current pre-hospital system in every
category of service, and to meet or,where possible, improve the quality of service. Thus,
Proposer shall describe Proposer's capabilities and agree to meet or exceed minimum
service requirements. Failure to accept LEMSA and County's minimum-service
requirements in any service category may be grounds for automatic disqualification.
While additional commitments are not encouraged, all additional commitments, if
offered, shall be separately stated within each section,and the costs associated therein
shall be separately identified.
1) Cover Letter
Each proposal shall have a cover letter, signed by the authorized representative
of the proposing firm or entity, who is legally authorized to contractually bind the
entity or firm.This letter shall specifically affirm the Proposer's full understanding
and acceptance of all terms set forth in the RFP including the financial
projections in the Proposer's proposal.This letter must certify the completeness
and accuracy of all information supplied in the proposal. The letter must further
state that the firm or entity has not violated any conflict of interest statutes or
ordinances. The letter must state that the proposal is a firm and binding offer to
perform the services stated under the conditions specified in the proposal. The
letter shall also include the number of years that the Proposer has been in
business under the present business name as well as any related business names
and describe any financial interests in any other related businesses. Failure to
provide this letter will cause the proposal to be considered non-responsive.
Proposer shall ensure the placement of all signature sheets and forms required
by the RFP in a section titled "Signature Sheets"to immediately follow the cover
letter.
2) Executive Summary
Each proposal shall have an executive summary that describes, in summary
form,the Proposer's general approach to providing the services required by this
RFP that addresses the essential elements in the proposal. The executive
summary shall not exceed 10 pages in length.
Proposer's Credentials, Experience Local Management Team
The following questions and/or requirements must be answered in the order and format
requested.
1) Name and address of organization.
2) Name of organization's liaison for the procurement. All questions and
correspondence will be directed to this person.
3) Type of organization or legal entity (e.g., sole proprietor, partnership,
corporation)and the state under whose laws the entity is formed.
39
Mendocino County Ambulance RFP 32
4) Names and addresses and share of ownership of all owners,
shareholders, directors, officers, and corporate linkages of the
organization or entity. Include all DBAs. An organizational chart listing all
entities and owners must be provided. If the Proposer is a corporation
with 30 or more shareholders, provide title, names, and addresses of
directors and officers only,and indicate share of ownership held by these
individuals.
5) Provide names and affiliations of all other corporations or entities
potentially providing services to this Contract.
6) List all past corporations or businesses related to emergency and non-
emergency transportation that any officer has had an interest in for the
past five (5) years.
7) Brief narrative description of organization's holdings together with
organizational chart depicting entity's infrastructure including multi-site
operations. List all financial interests of the organization or parent
organization in other related businesses above $75,000.
8) Provide a narrative description of ambulance services and related
services currently provided by the organization.
9) Describe the organization's experience in providing ALS-level emergency
ambulance service under a performance-based contract serving an area
with service conditions similar to those of the County (e.g., geo-
demographics, payer mix).
10) The Proposer and each of its partners or shareholders must provide
letters from any EMS regulatory agencies (maximum of five where it
operates at the credentialing level)that provides a report of compliance
with their standards, including response-time requirements, if measured
by the agency, for the last two years.
11) List at least three hospitals and three public safety agencies (e.g., fire
departments,law enforcement agencies)with which the organization has
worked within any 911 operation during the past year and which shall
serve as references.
12) Describe contracts with counties similar to Mendocino entered into
during the past five years regarding ALS/BLS pre-hospital delivery of
services showing year, type of services (e.g., 9-1-1, interfacility,
combined), location, name and address of contracting agency.
13) Provide details, if any, of any failure, default, problems, or refusal to
complete a contract by the organization.
14) Explain ar litigation (pending or closed) involving the organization or
any principal officers thereof, in connection with any performance or
service. Explain aMmedical malpractice suits with a dollar loss (list the
actual circumstances, conclusions and dollar loss) for the last 10 years.
40
Mendocino County Ambulance RFP 33
15) List accident rate per vehicle and per 100,000 miles driven for the past
three years for the organization and its affiliates.
16) List any commitments and potential commitments which would impact
assets, lines of credit, guarantor letters, or otherwise affect the
organization's ability to perform the contract if awarded.
17) References: Include no more than five letters of reference specifically
related to the organization's current and existing:
a) Agreements and contracts
b) Clinical performance as an ALS contractor
C) Quality assurance/improvement program effectiveness
d) Response-timeperformance
e) Vehicle maintenance and replacement program
f) Relationships with firstresponder agencies
g) Organization's local and/or national reputation as a contractor of
ALS service
h) Relationship with labor organizations
Note: Letters of reference must include the following:
a) Be signed and dated by the author.
b) Fully disclose any direct or indirect business or financial
relationship between the author or organization and the
Proposer.
C) Describe the extent to which the author/organization is familiar
with the Proposerandthe Proposer'swork/performance.
Note: Letters of reference will not be supplied by or considered from
the County staff members. All auto collision rates and lawsuits
must indicate corporate wide experience as well as experience
for the California area, if applicable.
18) List planned number of employees for this contract using the format
below (use separate charts for current and planned):
Category Full Time Part Time ' Total
Management
Accounting/Billing
Field Supervisors
EMT-Paramedic
EMT
CQI Staff
All Others
Total
Proposers shall define their use of"full time"and "part time.""Management"personnel
shall include personnel who are scheduled for less than 25 percent of their time in the
field.
41
Mendocino County Ambulance
19) Using the format below, document the number of ambulance
responses/transports conducted by the organization in any contract or
exclusive area with a similar performance expectation, population,
geographical area or transport volume during the past 12 months.
Identify each contract and exclusive area served on a separate chart
(maximum of five separate jurisdictions).
Call Type Responses Transports
9-1-1 Code 3
9-1-1 Code 2
9-1-1 Backup/Mutual Aid
Interfacility
20) Provide annual turnover rates by category of personnel, define
"turnover,"and how it is calculated.
21) Provide supporting documentation to demonstrate existing capabilities to
furnish service which is similar to that required under this procurement.
22) List and state current status and/or outcomes of any current or pending
criminal cases or investigations against any officer or manager of
Proposer.
23) List and state the current status and/or outcomes of any criminal or civil
cases or investigations for Medicare/Medicaid statute or contract
violations involving the Proposer and/or its personnel for the past 10
years in all corporate operations.
24) List and state the status and/or outcomes of any investigations for
affirmative action violations involving the Proposer and its personnel.
(c) Criteria for Evaluation of Proposer's Credentials, Experience and Local
Management Team
Proposals will be evaluated based on the extent to which the organization as a
whole (or in the case of a new entity, the agency, or its constituent
organizations) has the experience described below. The proposals will also be
evaluated based on the extent that the Proposer's key corporate and local
management personnel (which may include general partners,directors,officers,
and principal management personnel) possess this experience or have
participated in the acquisition of this experience as management personnel. The
criteria set forth below describe the desired minimum experience. Each proposal
must describe how and to what extent the organization and its key management
personnel meet or exceed these criteria.
1) On-Site Key Personnel,Organization and Management Description
Minimum: Include job descriptions and resumes of the on-site and off-
site management team that will oversee operations, quality, training,
vehicle maintenance,and manager of administrative services (e.g.,data
processing, billing and collections) involved in the provision of services to
this EOA. Specify which key personnel listed above will be on-site(i.e., in
Mendocino County) vs. off-site, if applicable. Provide names and
qualifications of field supervisory staff to be assigned to the contract, if
42
Mendocino CountyAmbulance RFP 35
awarded. The qualifications of the key personnel are a significant
consideration for review of this section.
2) Criteria for Evaluating Proposer's Credentials - Please respond to each
section below with detailed information regarding experience and/or
compliance with each element.
a) Experience as an ALS ambulance service provider to populations
over 40,000 residents or equivalent experience in a single
contiguous area. The contiguous area may be made up of
multiple political jurisdictions which may include multiple cities,
counties, states,or other jurisdictions.
b) Historical experience with response-time standards in a rural
area with small to moderate-sized population centers separated
by sparsely populated unincorporated areas. The population may
be located in multiple political jurisdictions which may include
cities, counties, states or other jurisdictions.
C) Experience providing 9-1-1 ambulance service or first response
at the ALS level in a contiguous area totaling at least 600 unit
hours per week.
d) Ability to provide a high level of clinical performance as
measured by past performance at or above the level of staffing
and experience as required in this RFP.
e) Financial strength,stability,and reputation.
f) Expertise in system management, vehicle maintenance, and
billing/accounts receivable management.
g) Ability to provide a high level of ambulance resource
management performance.
h) Commitmentto maintaining quality personnel.
(d) Compensation Package and Working Conditions
The County encourages Proposers to demonstrate how their wages, benefits,
shift schedules, and expected productivity will attract and retain experienced
personnel, especially existing employed paramedics and EMTs, in the County.
Please include a proposed wage and benefit package designed to encourage
personnel to remain within the EMS system to reduce the turnover rate and to
meet all applicable state and federal laws (e.g., Fair Labor Standards Act).
Proposers must submit their turnover and vacancy rates for the past three years
for all categories of personnel and the salary levels (current and proposed) for
entry, middle, and top levels for all personnel.
Note: Wages and benefits are significant areas of review for this RFP. At a
minimum, the Proposer shall provide a specific personnel plan which
compensates personnel commensurate with area expectations and which
produces low attrition. Wages should be structured so as to recognize
43
Mendocino Ambulance
multi-cultural capability commensurate with the needs of the County. The
Contractor shall supply multi-cultural sensitivity training to its employees.
(e) Incumbent Work Force
Proposers should note that the handling of the incumbent workforce is
a significant factor in the rating of proposals.
A preference to currently employed EMTs and paramedics in the County shall be
given by Proposers. Proposers shall provide specific plans to address this effort in
their proposal.
Proposer is required to make and document its best efforts to afford job
opportunities to members of the incumbent work force who are interested in
employment in the new EMS system. As this subject is an important aspect of
the analysis of proposals, plans for a smooth transition of the work force must be
detailed.
1) Workforce Diversity
All Proposers must submit evidence that there is a plan in place
consistent with currently applicable federal, state, and local laws and
regulations, to promote diversity of personnel in the organization,
including methods for meeting this need and the timelines anticipated.
Diversity in this context includes establishing opportunities for women
and minority personnel.
2) Workload Managementand Scheduling Practices
The Proposer shall normally schedule so as to provide staff at least eight
hours of rest between regularly scheduled shifts. The successful
Proposer shall have and enforce an operational policy to ensure on-duty
staff is rested and response ready at all times, regardless of shift length
and/or work schedule. Policies shall include a mechanism for on-duty
staff to be relieved from response duties if fatigued.
3) Training Programs
Minimum: Furnish, in-house or by approved subcontract, an in-service
training program plan which will allow field personnel to meet the State
of California recertification,or licensing requirements. Cooperate with the
current LEMSA and County continuing education program.
44
Mendocino CountyAmbulance RFP 37
(f) Response-Time Commitment
Describe how you will meet the response-time performance standards set forth
in this RFP. Outlier and zone non-performance payments shall be in accordance
with the provisions set forth in this RFP.
The Proposer's plan for the location and housing of field staff and units for
meeting response-time performance shall be included in the proposal. The Initial
SSP shall include the number of units on duty by hour and day, the post
locations used,the priority of post locations, move up triggers,and the rationale
for the SSP.
Minimum: Requirements for response time performance on calls originating
within the EOA are set forth herein and shall be used as the basis for preparation
of this section.
(g) Fiscal Strength
Describe your company's fiscal strength highlighting features of the financial
documents provided as required as well as other aspects that would allow
evaluation of fiscal viability to initiate, operate, and sustain this Contract.
(h) Cost and Revenue Forecasts
All costs and all revenue sources must be clearly listed and assumptions
documented. Since cost and revenue projections will be compared among all
Proposers,the County and the LEMSA require that information be provided in the
format and with the level of completeness and detail specified herein.
The County and the LEMSA requires all Proposers to present detailed costs by
budget category to demonstrate clearly the costs and costing assumptions (by
line item) to determine charge and charge assumptions. Actual costs must be
provided by line item and then broken down on a per-call basis so that the
LEMSA and the County may clearly determine the cost impact per call on all
costing assumptions. Costs and proposed charges for alternative performance
standard plans and any other alternative plan shall be specified separately.
All revenue sources must likewise be fully described. The LEMSA assumes that
patient care fees will be a major component of Contract financial stability and
flexibility. All patient fee revenue projections must be based on the assumptions
provided in this RFP, and must be consistent with volume-related cost
projections. Proposers must identify all other revenue sources supporting their
proposed budget and must explain how these revenue sources will change as a
result of this commitment.
Minimum: The proposal must describe and document all costs and cost estimates
necessary for providing services required by the Contract separating out costs
and charges for alternatives.
Proposers must describe all revenue sources (direct and in-kind) and document
working capital needs and sources for the startup of this Contract and/or any
changes anticipated for this Contract plus any sponsoring organization's
commitment to Contract financing(if any)and the legal authority to continue this
commitment throughout the term of the Contract.
45
Mendocino Ambulance
Important: Proposals shall submit charge data broken down on a call basis
using a spreadsheet format to show stepping down of all costs to a
per-call basis.
(i) Other Financial StatementsandBudget
In addition to the budget, a complete set of financial statements shall be
provided. Three(most recent)consecutive years of financial statements shall be
provided, of which one year shall be a fully audited financial statement and shall
include all accountant's footnotes, if provided with the original audit. The
remaining two years of financial statements shall be reviewed statements, as
defined by the American Institute of Certified Public Accounts (AICPA). If the
Proposer does not have a fully audited financial statement, conducted within the
past three years, they may submit a reviewed statement in its place. Note:
Reviewed statements, in lieu of an audited statement, shall be subject to the
limited interpretation that the statements offer. All financial documents must
include the following:
1) Current financial status
a) Balancesheets;
b) Profit and loss statements, statements of revenues and
expenditures;
C) Statement of changes in financial position;
d) Aged accounts receivable for ambulance revenues,and for other
revenues expected to support ambulance services(if available);
e) Listing of any loans to officers (business, personal, or both,
etc.);
f) Any lines of credit over$75,000, with maturity, interest,annual
payments identifying source and contactaddress;
g) Brief description of accounting,billing and payroll systems;
h) Brief description of any federal or state tax liabilities other than
current payroll obligations;
i) Documentation of net worth of the entity submitting the
proposal and the form (i.e. liquid and non-liquid);
j) Funding for contingency;
k) Full cost allocation for risk management, insurance, human
resources,startup for legal;and
1) Cash-flow statement for the first six months of operation with
detailed cost and revenue sources.
All Proposers should be aware that the documents requested will serve to
confirm the soundness of their current financial positions. The County and
46
Mendocino CountyAmbulance
LEMSA's intent is to award the Contract only to an organization demonstrating
the financial capability to operate successfully.All financial information contained
in the proposal shall be considered confidential and proprietary to the Proposer
and only released as may be required by law. Proposers should submit all
required financial information in a separate,sealed envelope clearly marked with
the RFP Section numbers that the Proposer is responding to, and clearly mark
the envelope "Confidential and Proprietary."
2) Financing
a) Capital Financing
Proposer shall demonstrate the source of capital to meet the
initial investment and ongoing capital needs of the operations
required by this Contract. It is the Proposer's responsibility to
conclusivelydocumentthe source,the availability of the capital,
and the firm commitment of the source or sponsoring agency, as
appropriate.
b) Rate Adjustment
During the term of the Contract,the Contractor may be allowed
opportunities for rate adjustments, based on the Bay Area
Consumer Price Index, and/or other appropriate indexes
reflecting increased costs of operations, as approved by the
LEMSA and County.The Contractor may propose rate changes to
the County no more frequently than annually unless the
Contractor can demonstrate to the satisfaction of the LEMSA and
County that, due to extraordinary changes in reimbursement or
the cost structure of the Contractor's operations which were
beyond the control of the Contractor, an undue financial
hardship would be placed on the Contractor in the absence of an
immediate rate consideration. No rate increase will be
considered for the first year of the Contract.
If a Contract extension is approved, the rate of reimbursement for additional
terms under the Contract may be negotiated with the Contractor based on the
following:
a) Actual expenditures by the Contractor, as documented during
the first contract term and approved by the awarding agency.
b) Changes instate program requirements.
C) Other reasonable costs or increases in cost over which the
Contractor has no control.
The LEMSA and County shall assure, by audit if necessary,that all cost increases
are reasonable and necessary to the continuation of the Contract.
3) Other Financial Information
Submit any other financial information that the Proposer considers
relevant.
47
Mendocino - 40
(j) Equipment Maintenanceand Management
Please provide a detailed description, including brand names, the major
equipment items to be furnished,and the scheduled replacement policies related
to each class of equipment. In addition,stipulate the policy which shall govern,
throughout the term of the Contract, fleet size as a percentage of maximum
scheduled peak-load unit coverage requirements for the EOA. The overall fleet
and management program shall be fully described such that the Evaluation
Committee may ascertain the caliber and capability of the maintenance and
equipment management program.
(k) Billing/Collection Programand Data Integration
Describe your data processing, billing, collection, and accounts receivable
management system. Provide copies of all current, applicable policies.
Minimum:
1) System shall generate and electronically bill Medicare and Medi-Cal
statements.
2) System shall be HIPAA compliant at the time of contract execution.
3) System shall handle third-party payers, self-pay patients, special
contracts,diagnostic-related group(DRG) transports, and other special
arrangements.
4) Itemized statements shall list all procedures and supplies employed,
unless included in base rate.
5) System must be capable of responding to patient and third-party payer
inquiries regarding submission of insurance claims, dates, and types of
payments made, itemized charges, and other inquiries.
6) System must provide daily, monthly, and annual reports which furnish
clear audit trails, including details of payments and adjustments
experience.
7) System shall provide for reconciling on a regular basis between "run"
and other production data and patient data. An audit trail shall exist
linking reported transports and calls to billed transports and calls, with
exceptions noted.
8) System shall insure that billing records are consistent with PCR records
and support the ability to monitor accuracy and completeness of
required data.
9) System shall facilitate updates of account type, addresses, and other
pertinent patient and third-party payer data.
10) System shall include procedures and reports to process accounts
requiring special attention. These procedures shall cover at least the
following:
48
Mendocino County Ambulance
i. Assignment of follow up based on accounts receivable aging
reports
J. Reminder mailings
iii. Telephone collection methods
iv. Policy regarding use of collection agents
V. Policy regarding write-off of accounts receivable
vi. Identifying and pursuing alternative third-party payments and
other reimbursements
vii. Policies for hardship cases,charity care, compassionate care and
write-offs
viii. Policy regarding prohibition of on-scene collections
11) Billing and collection data shall trackto dispatch data by use of a record
identifier.
(1) Initial (ambulance)System Status Plan/Unit Hour Commitment
Provide an initial coverage plan to be in effect during the first three months of
the Contract term. The SSP may employ more unit hours per week than
Contractor projects will be needed later in the contract.
Minimum: Proposer shall specify the minimum weekly unit-hour coverage to be
initially employed. Contractor must meet or exceed this plan during the first
three months.
(m) Integration with E)dsting Ambulance Providers and First Responders
The existing EMS system has significant resources that should be leveraged to
develop the optimal approach to cost-effective and highly-efficient pre-hospital
care within the County. Please discuss your coordinated approach to EMS,
including methodologies for covering each zone. If applicable,clearly identify the
status of potential partnerships to subcontract for ambulance and/or first
responder coverage.The Proposer may describe any partnerships to optimize the
availability of CCT services.
Minimum: Proposer should specify plans, if any, for integrating with the existing
ambulance and first responder public and private agencies as defined as a
minimum here and in Section 4 of this RFP.
(n) Commitment to EMS Systemand the Community
Please discuss your intended involvement in and support of the first responder
and community education and service programs. Describe your proposed
methodology for integrating services with existing first responder public agencies
including fire departments,police agencies,and 9-1-1/PSAPs. Specific plans must
be submitted with prioritized objectives. Plans must include specific procedures
for scene control and problem resolution. Please describe your process for
establishing a methodology for assessing first responder training needs and
training schedules. These requirements would only go into effect if requested by
existing EMS providers and approved by the LEMSA. Commitments for ongoing
liaison with the agencies must also be stated. Commitments to disposable item
re-supplyas described in the First Responder Section should be explained here.
The provider must develop a plan for the prompt return of first responders and
nurses(from CCT)to their respective stations or hospitals,as appropriate,should
they be used while transporting patients. Proposers should not assume that a
49
Mendocino CountyAmbulance RFP 42
firefighter will always be available to ride into the hospital to assist with critical
patients, e.g., cardiac arrest or bariatric transports.
Minimum: Contractor shall restock or pay for restocking first responder medical
supplies used in response to emergency medical calls as is currently practiced in
the County subject to applicable federal and state laws. A plan for community
commitment to include programs on education and other service is required.
Multi-casualty incident services must be proposed by the Proposer and shall be
discussed in this section. The Contractor will be required to maintain a disaster
cache in an orderly and complete fashion to serve its own needs.The Contractor
will be required to complete this requirement within six months of contract
execution with the County.
(o) Proposed Patient Charges
The LEMSA and County require all Proposers to use the same assumptions to
allow equitable comparisons among the proposals. The Proposers shall assume
no general County subsidy for this procurement. It is the LEMSA's and County's
desire to encourage proposals that achieve a ba lance in service, quality, cost and
the fees charged.
This RFP requires a well-defined charge system which assures no"overcharging."
Patient charges are an expected element of this proposal, subject to approval
and incorporation in the Contract with the County. In this section, Proposer shall
state the charges that it proposes to set for its services listed in Table 4 and shall
provide information justifying those charges.
Services
ALS base rate
BLS base rate
CCT base rate
Non-transportfee
Mileage
Oxygen
Table 4
Minimum: In setting charges, the Proposer must use the assumptions stated
below, in order to allow comparisons among all proposals. If the Proposer
believes that any of these assumptions would lead to charges set by the
Proposer that are too high or too low, the Proposer may so state and should
then explain what changes should be made to the assumptions or to the
proposed charges, in order to set the charges at a more appropriate level. The
assumptions to be made by the Proposer and other considerations that should
enter into the setting of charges are as follows:
1) NIumber of calls/transports:The number of transports is provided in
Table 5 for purposes of proposing and evaluation only. No guarantee of
future revenues or results is made by the County.
Service Type Transports
9-1-1 4,000
50
Mendocino County Ambulance
Interfacility-BLS 1,250
Interfacility-ALS 200
Interfacility-CCT 50
Table 5
Please see Attachment 2 for the historical response and transport data as
provided by the current ambulance providers; again, the County makes no
guarantees or promises to the accuracy of the data provided. Proposers are
encouraged to review CAD data provided to further ascertain the most accurate
information.
2) Mileage: An average of 10.0 transport miles shall be assumed for the
purposes of evaluating the proposals.
3) Base rate: Separate ALS and BLS base rates are required.Assume that
charges shall be consistent with the level of service provided to the
patient, not the level of readiness provided by the Contractor. This will
be a bundled base rate including all supplies and equipment other than
oxygen. For the sake of the budget required,assume 65 percent of all 9-
1-1 transports are ALS, 35 percent BLS.
4) Non-transport rate Proposers must propose a non-transport fee for
circumstances where services are requested and provided at-scene but
transportation is refused or unnecessary. Specific protocols should
accompany the proposal.
5) Oxygen:Assume 10 percent of all calls require oxygen.
6) Assignment: All Proposers must agree to accept assignment from
Medicare and Medi-Cal.
7) Average charges:The Proposer shall calculate the average charge per
call that would occur if the charges set by this RFP and the charges
proposed by the Proposer were implemented.The computation must use
standard formulas for such computation and must use the assumptions
set forth above regarding call volumes and frequency of the various
charges. The computations must be set forth in this section.
(p) Commitment for Clinical Quality
In this section,the Proposer demonstrates the level of clinical sophistication that
will be possessed by its field and management staff.
1) Commitmentto Clinical Quality
Provide a copy of your current continuous quality improvement (CQI)
plan, including: meeting the standards of the quality improvement
movement in the healthcare industry and consistent with the LEMSA
policies and the California EMS Authority System Model Guidelines. The
plan shall describe:
a) a management philosophy and approach focused on achieving
an environment of continuous improvementand innovation;
51
Mendocino County Ambulance RFP 44
b) program for continuous learning and development of staff and
management;
C) service to all internal and external EMS providers and customers;
d) commitment to participate in and contribute to the LEMSA CQI
process;and
e) commitmentto cooperate withsystem research.
The plan should include the following parameters:
Internal mechanism such as: medical director, CQI manager, CQI committee
structure and process,prospective training and education efforts,concurrent and
retrospective review,establishment of performance indicators and development
of personnel performance improvement plans, personnel development, problem
identification, needs assessment, education/compliance remediation, problem
resolution, and the documentation and tracking of implementation strategies and
outcomes.
f) Required interfaces
1) County of Mendocino
2) Baseand Receiving Hospitals
3) First Responder Agencies
4) Ambulance PublicAgencies
5) Communications Center
6) PSAPs
Additionally,the plan shall include the following elements:
g) Patient Rights
Include a current policy on the client/patient rights which shall,
at a minimum, provide the following:
1) fast,effective medical treatment and transportation to a
facility of their choice (unless this is in conflict with
LEMSA policies), regardless of ability to pay;
2) full information regarding the immediate
treatment needed with the right to refuse any treatment
or service;
3) full explanations of bills about which the patient has
questions;
4) confidential treatmentofmedical records;
5) listening to patients during transport or later and
answering all questions promptly;
6) billing insurance or third-party payer as part of the
service to the patient;
52
Mendocino CountyAmbulance RFP 45
7) charity care policies and thresholds(e.g., 300 percent of
Federal Poverty Level) for patient bill write offs and
discounts; and,
8) retention of patient records and patient access to their
records.
Copies of these policies shall be included in the
Proposer's proposal.
2) Performance Measures
As part of the service delivery,the County and LEMSA desire to improve
patient outcomes by identifying, monitoring, and implementing
performance measures that are data-driven and clinically proven to be
effective. Describe current efforts and results within your company to
implement clinical quality improvements that have increased
performance measures. Examples include,but are not limited to:
a) increased bystanderCPR;
b) improved return of spontaneous circulation(ROSC);
C) approach to airway management;
d) minimal on-scene times for trauma,stroke, and STEMI patients;
e) correct identification of STEMI cases;
f) aspirin administration during heart attacks; and
g) pain management
(q) Contract Provisions
The proposed Contract is provided in Attachment 5 of this RFP. The County in
coordination with the LEMSA reserves the right to make further, non-substantive
refinements to the Contract as necessary (e.g., required reports,
frequency/format of reports, community education specifics, definitions,
clarifications,clinical and performance standards).
(r) Performance Security Method
Proposer shall describe in detail its intended method of satisfying the
performance security requirements as identified in Section 7 of the RFP.
(s) Additional Forms
Forms A, B (1 and 2) and C (1 and 2) included in this RFP,shall be completed
and included in this section for the Proposer and all of its Subcontractors.
Section ° iiir , Sellection, aind llfllll! IIII ° ii ain Criteria
.............................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................
9.1 IBasis of Awaird
53
Mendocino Ambulance
Award will be made to the Proposer whose proposal demonstrates the most responsive and
advantageous proposal to the County. The County and LEMSA shall not be obligated to accept
the lowest cost proposal, but will make an award in the best interests of the County after all
factors have been evaluated using an objective scoring system. The proposal with the highest
overall score will be the successful Proposer.
The County and LEMSA reserves the right to reject any or all proposals or any part thereof, to
waive any informalities in the proposal and minor irregularities,technical defector clerical errors,
to make an award on the basis of suitability, quality of service(s)to be supplied, their conformity
with the specifications and for the purposes for which they are required, and not be confined to
cost alone. False, incomplete,or non-responsive statements in connection with the proposal may
be deemed sufficient cause for rejection. The LEMSA and County shall be the sole judges in
making such determination.
The County and LEMSA reserve the right to cancel or discontinue with the proposal process and
reject any or all proposals,when the County and LEMSA determine in writing that cancellation is
in the best interest of the County for reasons such as those listed below:
A. There is no longer a requirement for the furnishing of such items, materials,equipment
and/or services.
B. Funding is no longer available for this proposal.
C. It is otherwise in the County's best interest to cancel the proposal process.
D. Inadequate,ambiguous,or otherwise deficient specifications were cited in the RFP.
E. All otherwise acceptable proposals received are at unreasonable prices.
F. The proposals were not independently arrived at in open competition,were collusive,or
were submitted in bad faith.
G. The proposals received did not provide competitive adequateto ensure reasonable prices
in accordance with local resources or generally accepted prices.
H. No proposal is received which meets the minimum requirements of the RFP.
I. The County and LEMSA determine after analysis of the proposals that its needs can be
satisfied by a less expensive method.
Selectibin of Proposal
An Evaluation Committee consisting of recognized EMS system experts selected by the County's
consultant will evaluate the proposals. All Evaluation Committee members will be thoroughly
screened for conflicts of interest. It is the intent of the Evaluation Committee to select a
successful Proposer with a recommendation to be forwarded to the Board of Supervisors based
on the evaluation of all elements to this proposal. Selection will not be made primarily on cost,
but will be based upon the proposal that receives the best overall score based on the evaluation
criteria of the County's needs.
IIEvalU titin Ciriteiria
The Evaluation Committee will consider only those proposals which have been considered
responsive to the RFP. Any proposal which fails to meet the requirements of the RFP will be
considered non-responsive and may be rejected. The County may contact and evaluate the
Proposers and the subcontractors' references; contact any Proposer to clarify any response;
contact any current users of a Proposer's services; solicit information from any available source
concerning any aspect of a proposal; and seek and review any other information deemed
pertinent to the evaluation process.
54
Mendocino County Ambulance
Section Possible Ports
Credentials,Experience,and Local ManagementTeam 75 18.8%
Compensation Packageand Working Conditions 25 6.3%
Incumbent Work Force 15 3.8%
Response-Time—Evidence to support ability to meet Response Time 5.0%
Requirements 20
Fiscal Strength 20 5.0%
Equipment Maintenance and Management 10 2.5%
Billing/Collection Program and Data Integration 20 5.0%
System Status Plan/Unit Hour Commitment 25 6.3%
Integration with Existing EMS Providers 75 18.8%
Commitment to EMS System and the Community 15 3.8%
Proposed PatientCharges 25 6.3%
Clinical Quality Improvement Plan 75 18.8%
Total 400 100.00/0
9 4 Proposal IEvallluat9ibin (Process
A. Evaluation Committee
The Evaluation Committee may include non-scoring subject matter experts from the
County including but not limited to: CEO Representatives, Health and Human Services
Agency representatives, County Counsel, County Purchasing Agent, and other technical
consultants as may be determined appropriate. Subject matterexperts will not score the
RFPs and will only provide local expertise as requested by the evaluators to fully
appreciate the benefits of or concerns with any specific proposal components.
B. Conflict of Interest
All Evaluation Committee or advisory group members, and other parties involved with the
review of proposals shall be carefully screened by the County and LEMSA for potential
conflicts of interest. Each evaluation participant shall be required to completea disclosure
statement on the issue of conflict of interest. Any identified potential source of conflict
shall be evaluated by the County and LEMSA.Those potential evaluation participants with
a material conflict of interest, as determined by the County and LEMSA, will not be
allowed to participate in the evaluation process.
C. Evaluationof Proposals
All proposals must specify capabilities to meet or exceed credentialing standards. Each
proposal must specify information sufficient to demonstrate the level of credentials,
scope of service and financial capabilities for the Contract bid on to be able to complete
the screening and evaluation process. The County will appoint an evaluator who will
begin the review process with an initial screening of credentials and proposal
completeness.The evaluator will submit the results of his or her initial screening to the
Evaluation Committee. Each member of the Evaluation Committee shall complete an
individual proposal ranking sheet (see Attachment 6) and rank each proposal according
to the individual evaluation requirements.
At the discretion of the Evaluation Committee, a presentation by the Proposers may be
requested by the County with at least two weeks'notice. If requested,each Proposer will
be allowed 45 minutes of presentation and up to 90 minutes of questions and answers by
Committee members.
55
Mendocino Ambulance . 48
Proposers may include up to eight staff persons of the Proposers, however, at a
minimum the Chief Executive Officer or equivalent, Chief Financial Officer, and
anticipated manager of the Exclusive Operating Area shall be present. The order of
presentations will be determined by random draw.
Proposer presentations are not public meetings and attendance will be restricted to the
County, Proposer and their staff persons, and the Evaluation Committee.
Site visits to the Proposers'offices,substations or contract sites may be requested by the
Evaluation Committee.
The Evaluation Committee will not allow any public testimony or the introduction of any
new materials or information. The County reserves the right to obtain clarification of any
point in a proposal or to obtain additional information necessary to properly evaluate a
particular proposal. The Evaluation Committee shall make its recommendations to the
County which may include that any or all proposals be rejected.
D. Scoring Process
An initial review of all proposals by the LEMSA or their designee for completeness and a
review on credentials(pass or fail)will be conducted before any proposal is reviewed by
the Evaluation Committee. Proposal submissions in regard to each scoring category shall
be scored by each Evaluation Committee member. Proposers will be rated individually
allowing for more than one proposal to receive the same score per category; the only
exception is the pricing of service category.
Each proposal category will receive the appropriate percentage of allocated points based
on the following criteria:
56
Mendocino CountyAmbulance RFP 49
Points
Awarded Description
Excellent: The proposal successfully addresses all relevant aspects of the
100% element being evaluated. Any shortcomings are minor and the element
contributes appropriatelyto meeting the requirements of the criterion.
75% Good: The proposal addresses the element well; although, certain
im rovements are possible in relation to meeting the overall criterion.
Fair: The proposal broadly addresses the element; however, there are
50% significant weaknesses that would need additional clarification or
justification in relation to meeting the overall criterion.
25% Poor: The proposal has inherent weaknesses with respect to the element
being evaluated and does not materially support the criterion.
0% Fail: The proposal fails to address the element in all aspects and its
relationship tosupporting the criterion.
The score for the pricing category will be determined following the formula provided
below. The lowest price will be awarded the maximum points for the category.This is not
a bid process. All other pricing proposals will receive a percentage of the maximum
points equal to the difference between the Proposer's price and the lowest price
proposed. For example, if the lowest price is $900 and the next lowest is $1,000, then
the latter proposer would receive 90 percent of the points allocated to this category(i.e.,
$900/$1,000=90%).
Item Quantity FProposedRate Subtotal
9-1-1 Volume
ALS emergency Base Rate 2,600
BLS emergency Base Rate 1,400
Mileage(10 miles) 40,000
Oxygen(10%) 400
IFT Volume
BLS Base Rate 1,250
ALS Base Rate 200
CCT Base Rate 50
Mileage 10 miles 15,000
Oxygen(10%) 150
Total
Total/5,500 total transports
E. Ranking and Weighing of Proposals
It is the County and LEMSA's intent to select a Proposer based on the best balance of
quality, price, experience, performance assurance, and integration with system needs.
Proposers offering services with pricing which substantially varies(i.e., greater than 25
percent) from the market, without justification,will be considered as non-responsive.
F. Recommendation to the LEMSA
After completing the scoring of the proposals,the Evaluation Committee shall discuss the
proposals,the scoring, any other relevant considerations, and make a recommendation
to LEMSA .
G. Deficient Proposal
57
Mendocino -
Where documentation relative to a specific requirement is incomplete or silent, it shall be
assumed that the Proposer is deficient. It is in the Proposer's interest to submit a
complete and accurate proposal.
H. Authority for the LEMSA to Investigate and Verify Credentials and
Qualifications
Proposers shall submit executed and notarized forms provided including the
"Investigative Authorization"forms provided for the Proposer's organization according to
the proposal.
I. Additional Investigation
LEMSA staff or its delegate may continue to undertake additional investigation during
and after the proposal review process to verify claims made by the recommended
Proposer during the proposal evaluation process. Such additional investigation may
involve site visits, reference checks, financial inquiries or any other reasonable means of
determining the accuracyand completeness of information supplied by the Proposer.
If the Proposer selected by the Board of Supervisors refuses or fails to accept the
Contract within the time period approved by the Board,the Board, after receiving further
recommendation from LEMSA,may award the contract to the Proposer whose proposal
has the next best overall score. Alternately, the Board may reject all the remaining
Proposers.
I. Required Pre-contract Bond to Ensure Execution of Contract
Upon recommendation by the County staff or designee and at the discretion of the
LEMSA and County,the recommended Proposer may be required to post a $50,000 bond
within 15 days after the notifying the Proposer of his or her recommendation to the
Board.The purpose of the bond is to insure the negotiation in good faith of a completed
Contract with the recommended Proposer. The bond will be returned to the
recommended Proposer upon approval of the Contract by the Board of Supervisors.
K. Rejection of Proposals
The County and LEMSA reservethe right to reject any and all proposals.
The LEMSA shall notify each unsuccessful Proposer in writing and
include the specific reason for the rejection of the proposal.
L. Disposition of Proposals
All materials which are submitted in responseto the RFP will become the property of the
LEMSA and the County and may be subject to the State of California's Public Records
Act.
5 Notice of,Iiin'tein't to Awaird
A "Notice of Intent to Award" will be sent to all participating Proposers upon Evaluation
Committee recommendation to initiate Contract negotiation. This"Notice of Intent to Award"will
be sent to all participating Proposers by U.S. postal mail, email, or facsimile. The final
recommendation and subsequent Contract award will be presented to the Board of Supervisors
by LEMSA.
58
Mendocino County Ambulance RFP 51
9 6 News lRdleases
News releases by the Proposer pertaining to the award resulting from this proposal shall not be
made without prior written approval of the County.
9.7 Pretest
The protest procedure is an extension of the formal bid and/or proposal process that provides
recourse to proposers that wish to protest the results or the method by which a proposal request
was processed. This procedure shall be utilized only after all informal methods have failed to
reach a solution.
If a Proposer wishes to protest the award, the procedure shall be as follows:
Within five (5) business days from the date of public notice of the results, the Proposer shall
submit a letter of protest to the Executive Office/Purchasing Agent, signed by an authorized
representative of the organization, specifically stating the reason(s) for the protest. Protests
received after this time will not be considered.
Protests must be submitted to:
Mendocino County Executive Office
Attn:Purchasing Agent
501 Low Gap Road, Room 1010
Ukiah, CA 95482
The Proposer must provide all relevant facts to support the protest, such as the law, rule,
regulation or criteria on which the protest is based;document the date and action taken resulting
in a protest; and identify the material issue, including a detailed explanation of the basis for the
protest and the remedy sought. Specification related protests must be fully supported by
technical data, test results, or other pertinent information, that a rejected product offered is
equal to or better than the specification requirement.
PROTEST RESOLUTION PROCESS
Within fourteen (14) calendar days following the receipt of the written protest, the Purchasing
Agent shall provide a written response to the protesting party. If the Purchasing Agent finds the
protest has merit, the Purchasing Agent may modify the award recommendation and notify all
proposers of the decision.
Where a protest has been resolved or withdrawn the Contract may be awarded in accordance
with the Purchasing Agent's original recommendation.
Appeal of protest actions to the Board of Supervisors
In the event the protest remains unresolved the protestor can appear before the Board of
Supervisors at the time that the contract award is being presented to the Board for consideration
at a regularly scheduled Board meeting. All Proposers shall be notified of the date on which the
matter will be heard by the Board of Supervisors.
59
Mendocino CountyAmbulance RFP 52
STAY OF PROCUREMENT ACTION DURING A PROTEST
In the event of a timely protest under this Section, the LEMSA and County will not proceed
further with the solicitation or the award of the contract until the protest is resolved, unless the
Purchasing Agent, in consultation with the LEMSA, the head of the issuing department and
County Counsel, make a determination that the award of the contract without further delay is
necessary to protect a substantial interest of the LEMSA and County.
Nothing in these Policies and Procedures shall be deemed to prevent the LEMSA and County of
Mendocino from proceeding with negotiations or awarding a contract whilethe protest or protest
appeal is pending.
REMEDIES PRIOR TO A N A WA RD
If prior to award it is determined that a solicitation or proposed award of a contract is in violation
of these Policies and Procedures, then the solicitation or proposal award shall be either:
(1) Canceled
(2) Revised to comply with these Policies and Procedures
REMEDIES A FTER A N A WA RD
If after an award it is determined that a solicitation or award of a contract is in violation of these
Policies and Procedures,then:
(1) If the person awarded the contract has not acted fraudulently,or in bad faith:
(a) The contract may be ratified and affirmed, provided it is determined that doing
so is in the best interest of the LEMSA and the County
(b) The contract maybe terminated
(2) If the person awarded the contract has acted fraudulently or in bad faith:
(a) The contract shall be declared voidable.
60
Mendocino CountyAmbulance RFP 53
Section 1.& Signature Sheets
Sloinatuire Page
(To beincluded asfirst page ofproposal)
Proposer:
Mai|ingadd ress:
Proposal contact Name:
Contact phone number:
Contac1emai|add ress:
The undersigned, through the formal submittal of the proposal response, declares that s/he has
examined all related proposal documents and read the instruction and conditions,and hereby proposes to
supply materials and services detailed in this RFP as specified, in accordance with the proposal
documents herein.
The undersigned, hvsignature below,hereby represents asfollows:
(a) That no supervisor, officer, agency oremployee ofMendocino County is personally interested
directly or indirectly in the potential contract or the compensation to be paid there under, and
that no representation,statement or statements,oral or in writing, of the County, its Board of
Supervisors,officers, agents,oremployees have induced him to submit the proposal response
and the papers made part hereof hvits terms;
(b) That the Proposer having submitted the proposal attached to this submittal is not submitting a
competing proposal to the same RFP in coordination with anyother person,firm or corporation.
(c) That all statements made inthe proposal are true.
(d) That the awarding agency has the right to audit the Proposer's financial and other records.
(e) That the Proposer has the required business and professional licenses or certifications for the
nature ofthe contract work tobeperformed and held hvthe Proposer.
Inwitness hereto,the undersigned has set his/her hand this day o O19.
Name ofFirm/Corporation
Signature of Proposer
Title
61
IF irurmm Affiiurinna ;9ibin Statement IF irinn
In submitting this proposal/offer, a prospective Contractor,
hereby affirms its full understanding of all terms set forth in the Request for Proposal (RFP) and in the
Terms and Conditions as detailed on the Mendocino County website. Further, prospective Contractor
certifies the completeness and accuracy of all information contained in the response to the RFP and
supplied to Mendocino County during the proposal process.
Prospective Contractor's proposal constitutes a firm and binding offer by prospective Contractor to
perform the services as stated, including the terms of the proposed contract(unless otherwise excepted).
Prospective Contractor further affirms that prospective Contractor will meet or exceed proposal
specifications.
Date Proposing Organization
Authorized Representative(Signature)
Authorized Representative(Printed)
Title(Printed)
ACKNOWLEDGMENT
STATE OF CALIFORNIA
COUNTY OF MENDOCINO
On this day of , 2019, before me, the undersigned, a Notary Public in
and for said County and State, personally appears to me known to be
the person described herein and who executed the foregoing Affirmation Statement, and acknowledged
that he/she executed the same as his/her free act and deed.
Witness my hand and Seal subscribed and affixed in said County and State, the day and year
above written.
Notary Public
Notary Public Seal
Commission Expiration Date
62
Mendocino County Ambulance RFP 55
IF irinn II (1 Investigative ut1hoirlii tii urs ;Iiindlii lii ual
The undersigned, being (title) for
(entity),which is a prospective Contractor to provide emergency ambulance service to Mendocino County
recognizes that public health and safety requires assurance of safe,reliable, and cost-efficient ambulance
service. That assurance will require an inquiry into matters which are determined relevant by
LEMSA or its agents, such as, but not limited to, the character, reputation, competence of the entity's
owners and key employees.
The undersigned specifically acknowledges that such inquiry may involve an investigation of his
or her personal work experience, educational qualifications, moral character, financial stability, and
general background, and specifically agrees that LEMSA, or its agents, may undertake a personal
investigation of the undersigned for the purpose stated. This authorization shall expire six (6) months
from the signature date.
AUTHORIZATION FOR SUCH PERSONAL INVESTIGATION IS HEREBY EXPRESSLY GIVEN:
Date Individual Name
ACKNOWLEDGMENT
STATE OF CALIFORNIA
COUNTY OF MENDOCINO
On this day of , 2019, before me, the undersigned, a Notary Public in
and for said County and State, personally appears to me known to be
the person described herein and who executed the foregoing Affirmation Statement, and acknowledged
that he/she executed the same as his/her free act and deed.
Witness my hand and Seal subscribed and affixed in said County and State, the day and year
above written.
Notary Public
Notary Public Seal
Commission Expiration Date
63
Mendocino Ambulance
IF irinn II ( Linvestloative Aut1hoirizatibin Entity
The undersigned entity, a prospective Contractor to provide emergency ambulance service for the
Mendocino County recognizes that public health and safety requires assurance of safe, reliable,and cost-
efficient ambulance service. That assurance will require inquiry into aspects of entity's operations
determined relevant by LEMSA, or its agents. The entity specifically agrees that LEMSA or its agents
may conduct an investigation for the purpose into, but not limited to the following matters:
1. The financial stability of the entity, including its owners and officers,any information regarding
potential conflict of interests, past problems in dealing with other clients or cities where the entity
has rendered service, or any other aspect of the entity operations or its structure, ownership, or
key personnel which might reasonably be expected to influence LEMSA's selection decision.
2. The entity's current business practices, including employee compensation and benefits
arrangements, pricing practices, billings and collections practices, equipment replacement and
maintenance practices, in-service training programs, means of competing with other companies,
employee discipline practices, public relations efforts, current and potential obligations to other
buyers, and general internal personnel relations.
3. The attitude of current and previous customers of the entity toward the entity's services and
general business practices, including patients or families of patients served by the entity,
physicians or other health care professionals knowledgeable of the entity's past work, as well as
other units of local government with which the entity has dealt in the past.
4. Other business in which entity owners and/or other key personnel in the entity currently have a
business interest.
5. The accuracy and truthfulness of any information submitted by the entity in connection with such
evaluation.
This authorization shall expire six(6) months from the date of the signature.
AUTHORIZATION FORSUCH INVESTIGATION IS HEREBY EXPRESSLYGIVEN BY THE ENTITY:
Date Entity Name
Authorized Representative(Signature)
Authorized Representative(Printed)
Title(Printed)
64
Mendocino County Ambulance RFP 57
IF irinn II (2 , cointlinued
ACKNOWLEDGMENT
STATE OF CALIFORNIA
COUNTY OF MENDOCINO
On this day of , 2019, before me, the undersigned, a Notary Public in
and for said County and State, personally appears to me known to be
the person described herein and who executed the foregoing Affirmation Statement, and acknowledged
that he/she executed the same as his/her free act and deed.
Witness my hand and Seal subscribed and affixed in said County and State, the day and year
above written.
Notary Public
Notary Public Seal
Commission Expiration Date
65
Mendocino Ambulance
Form C(I): Request for Verification of.1.)e osit
Please complete the following information.The confidentiality of the information you have furnished will
be preserved except where disclosure of this information is required by applicable law.This form is to be
transmitted directly to Mendocino County and is not to be transmitted through the applicant or any other
pa rty.
Com pa ny Na me
To be completed by Depository
Deposit Accounts of Applicant(s)
Current Average Balance for Date
Type of Account Account Number Balance previoustwo 2 months 0 ened
Bank Card Accounts of Applicant(s)
Monthly Expiration
Type of Bank Ca rd Account Number Current Balance Average Date
Loans Outstandin to A licant s
Loan Date of Original Current No. of Late
Number Loan Amount Balance Installments: Secured by: Payments
per
$ $ $ per
$ $ $ per
$ $ $ per
$ $ $ per
$ $ $ per
$ $ $ per
Please include anyadditional information which may be of assistance in determining credit worthiness.
Please include information on loans paid-in-full in section above.
66
Mendocino CountyAmbulance
Form C(2): Request for Verification of.1.)e osit
The undersigned entity, a prospective Contractor to provide emergency ambulance service for the
Mendocino County Exclusive Area recognizes that public health and safety requires assurance of safe,
reliable,and cost-efficient ambulance service. That assurance will require inquiry into aspects of entity's
operations determined relevant by LEMSA, or its agents. The entity specifically agrees that LEMSA or
its agent may conduct an investigation for the purpose of evaluating the financial stability of the entity.
This authorization expires six(6) months from signature date.
AUTHORIZATION FOR SUCH INVESTIGATION IS HEREBY EXPRESSLY GIVEN BY THE ENTITY:
Date Entity Name
Authorized Representative(Signature)
Authorized Representative(Printed)
Title(Printed)
ACKNOWLEDGMENT
STATE OF CALIFORNIA
COUNTY OF MENDOCINO
On this day of , 2019, before me, the undersigned, a Notary Public in
and for said County and State, personally appears to me known to be
the person described herein and who executed the foregoing Affirmation Statement, and acknowledged
that he/she executed the same as his/her free act and deed.
Witness my hand and Seal subscribed and affixed in said County and State, the day and year
above written.
Notary Public
Notary Public Seal
Commission Expiration Date
67
Mendocino Ambulance RFP 60
IFairi mm IIS: Ceirtiricate of Ileum C011LISbin
The undersigned certifies, under penalty of perjury,that this proposal has been made in good faith and
without collusion or fraud with any other person. As used in this certification, the word"person"shall
mean any natural person, business,partnership,corporation, union, committee,club,or other
organization, entity,or group of individuals.
(Name of Proposer)
(Signature of Authorized Agent)
, 2019
Date
68
Mendocino -
Section Attadhilneints
AttachirneintI.: IEIMIS De-flinitibins
The following terms and abbreviations are utilized throughout the RFP.
Advanced Life Support(ALS)—Special services designed to provide definitive pre-hospital emergency
medical care as defined in Health and Safety Code Section 1797.52, including, but not limited to,
cardiopulmonary resuscitation, cardiac monitoring,cardiac defibrillation, advanced airway management,
intravenous therapy, administration of specified drugs and other medicinal preparations, and other
specified techniques and procedures administered byauthorized personnel under the direct supervision of
a base hospital.
ALS Unit —Anambulance especially equipped to provide advanced life support services, staffed by at
least one EMT-1and one EMT-P.
Ambulance — Any vehicle specially constructed, modified or equipped and used for transporting sick
injured, infirmedor otherwise incapacitated person and capable of supporting BLS or a higher level of
care.
Ambulance Unit — An ambulance staffed with qualified personnel and equipped with appropriate
medical equipment and supplies.
Average ResponseTime — A response time calculation method in which all cumulative elapsed times
are divided by the number of incidents to determine an average.
Ambulance Service — The furnishing, operating, conducting, maintaining, advertising, or otherwise
engaging in or professing to be engaged in the transportation of patients by ambulance. Taken in
context, it also means the person so engaged or professing to be so engaged.
Basic Life Support (BLS)—Asdefined inHealth and Safety Code Section 1797.6O.
BLS Unit — As defined in Health and Safety Code Section 1797.60. Emergency first aid and
cardiopulmonary resuscitation procedures which, as a minimum, include recognizing respiratory and
cardiac arrest and starting the proper application of cardiopulmonary resuscitation to maintain life without
invasive techniques until the patient may be transported or until advanced life support isavailable.
Chronic Referrals— Chronic referrals for mutual response in rural areas of the County are defined as
any three (3) consecutive months where five (5) or more requests are referred to an outside agency.
Code-2 Call — Any request for service designated as non-life threatening by dispatch personnel in
accordance with LEMSA policy and pre-established dispatch protocols, requiring the immediate dispatch
ofanambulance without the use oflights and sirens.
Code-3 Call —Any request for service for a perceived or actual life-threatening condition,as determined
by dispatch personnel, in accordance with LEMSA policy and pre-established dispatch protocols, requiring
immediate dispatch with the use oflights and sirens.
Computer-Aided Dispatch (CAD) — A system consisting of associated hardware and software to
facilitate call taking, system status management, unit selection, ambulance coordination, resource
69
dispatch and deployment, event time stamping, creation and real time maintenance of incident database,
and providing management information.
Demand Analysis—The deployment of ambulances in a specific service area based on experience and
the predicted likelihood of requests for service in that area at the time deployed.
Deployment — The procedures by which ambulances are distributed throughout the service area.
Deployment includes the locations at which the ambulances are placed (or posted) and the number of
ambulances placed in service for the particular time period.
Dispatch Time —Common unit of measurement from receipt of a call until a unit has been selected and
notified it has an assignment.
Emergency—Any real or self-perceived event which threatens life, limb or well-being of an individual in
such a manner that a need for immediate medical care is created.
Emergency Air Ambulance—An aircraft with emergency medical transport capabilities.
Emergency Ambulance — Any vehicle meeting California regulatory standards that is equipped or
staffed for emergency transportation.
Emergency Call — A real or self-perceived event where the EMS system is accessed by the 9-1-1
emergency access number, or an interfacility transfer where the patient's health or well-being could be
compromised if the patient is held at the originating facility.
Emergency Medical Dispatch (EMD) — Personnel trained to state and national standards on
emergency medical dispatch techniques including call screening,call and resource priority and pre-arrival
instruction.
Emergency Medical Services (EMS) — This refers to the full spectrum of pre-hospital care and
transportation (including interfacility transports), encompassing bystander action (e.g. CPR), priority
dispatch and pre-arrival instructions,first response and rescue service, ambulance services,and on-line
medical control.
EMS System—The EMS System consists of those organizations, resources and individuals from whom
some action is required to ensure timely and medically appropriate response to medical emergencies.
Emergency Medical Technician (EMT) — An individual trained in all facets of basic life support
according to standards prescribed by the California Code of Regulations and who has a valid certificate
issued pursuant to that code.
Emergency Medical Technician-Paramedic (EMT-P)— Individual whose scope of practice to provide
advanced life support is according to the California Code of Regulations and whom has a valid license
issued pursuant to California Health and Safety Code.
EMS Authority (EMSA) —The California agency charged with providing leadership in developing and
implementing EMS systems throughout California and setting standards for the training and scope of
practice of various levels of EMS personnel. The EMS Authority also has responsibility for promoting
disaster medical preparedness throughout the state, and,when required, coordinating and supporting the
state's medical response to major disasters.
En Route Time (Out of Chute) — The elapsed time from unit alert to unit en route. For emergency
requests, an out-of-chute standard of 60 seconds maximum is not uncommon.
70
Mendocino Ambulance
Exclusive Operating Area (EOA)—Exclusive Operating Area as defined in Health and Safety Code section
1797.85.
First Responder — An agency with equipment and staff (e.g., fire department, police or non-
transporting ambulance unit)with personnel capableof providing appropriate first responder pre-hospital
care.
Full Costs—The total costs including baseline plus marginal costs to achieve a new program.
Health Information Exchange (HIE) — Transmission of healthcare-related data among facilities,
health information organizations and government agencies according to national standards.
Intervention Time — The actual time spent by field personnel directly with the patient, including
treatment at the scene and transport to the destination.
Local EMS Agency(LEMSA)—Contracted by the Mendocino County Board of Supervisors as the local
EMS agency pursuant to California law, including implementation of an EOA within the County. In
California, day-to-day EMS system management is the responsibility of the local and regional EMS
agencies. It is principally through these agencies that the EMS Authority works to promote quality EMS
services statewide.
Marginal Costs—the difference between the existing or baseline cost and the new cost necessary for
an existing entity to achieve a new program.
Multi-Casualty Incident (MCI) — An event has taken place that results in more victims than are
normally handled by the system. The event takes place within a discrete location and does not involve
the entire community. It is expected that the number of victims would range from 6 to 50 and that the
system would be stressed, including delays in treatment of patients with relatively minor injuries or
illnesses.
Medical Base Hospital — The source of direct medical communications with and supervision of the
immediate field emergency care performance by EMTs or EMT-Paramedics.
Medical Director — shall mean the Mendocino County EMS Agency Medical Director, contracted to
oversee the medical control and quality assurance programs of the EMS System.
Medical Protocol—Written standards for patient medical assessment and management.
Mobile Intensive Care Nurse (MICR — A Registered Nurse who is authorized to give medical
direction to advanced life support personnel from a base hospital under direction of a base hospital
physician.
Mutual Aid — shall refer to: 1) responses into the Mendocino County EOA from a ground transport
provider outside the EOA for the purpose of assisting the Contractor with emergency and/or non-
emergency requests for service; 2) responses by the Contractor to service areas outside the Mendocino
County EOA for the purpose of assisting the ground transport provider in an adjacent service area.
Online Compliance Utility (OCU) — Software that automates the process of administering contract
compliance through data mining and interpretation. For example, determining whether an ambulance
arrived on time based on defined criteria.
Outlier—Any call where the ambulance arrives at or exceeding the maximum specified response time.
71
Mendocino - - . . 64
Paramedic — An individual trained and licensed to perform advanced life-support(ALS) procedures
under the direction of a physician. Also known as an EMT-P.
Paramedic Unit —An ambulance staffed and equipped to provide advanced life support at the scene of
a medical emergency and during transport in an ambulance. The minimum standard for a paramedic unit
in Mendocino County shall be one (1) EMT-P and one (1) EMT-1.
Peak-Load Staffing — The design of shift schedules and staffing plans so that coverage by crews
matches the System Status Plan's requirements. (NOTE: peak-load demand will trigger peak-load staffing
coverage.)
Post-to-Post Move—Movement of an ambulance from one designated posting(positioning) location to
another designated post.
Post—A designated location for ambulance placement within the System Status Plan(SSP). Depending
upon its frequency and type of use, a "post" may be a facility with sleeping quarters or day rooms for
crews, or simply a street-corner or parking lot location to which units are sometimes deployed.
Priority Dispatching —A structured method of prioritizing requests for ambulance and first responder
services, based upon highly structure telephone protocols and dispatch algorithms. Its primary purpose is
to safely allocate available resources among competing demands for service.
Productivity—The measures of work used in the ambulance industry that compare the used resources
(unit-hours)with the production of the work product (patient transports). Productivity is expressed and
calculated by determining the number of transports per unit-hours.
Public Safety Answering Point (PSAP) — A government operated facility that receives emergency
calls for assistance through the E-9-1-1 system or over private telephone lines.
Response Time — The actual elapsed time between receipt by the Contractor of a call that an
ambulance is needed and the arrival of the ambulance at the requested location.
Revenue—Increases to equity from any source. Ambulance sales are usually reported as gross (billed)
revenue amounts or in net terms that reflect adjustments for write-offs.
Standby Service—The dispatch of an emergency ambulance unit(s) by County Dispatch or other PSAP
authorized by the County at the specific request of a public safety agency to a position of immediate
availability.
Status 110"— Any point during operations where the number of available ambulances available to be
dispatched is 0.
System Standard of Care—The combined compilation of all priority-dispatching protocols, pre-arrival
instruction protocols, medical protocols, protocols for selecting destination hospitals, standards for
certification of pre-hospital personnel,as well as standards governing requirements for on-board medical
equipment and supplies,and licensing of ambulance services and first responder agencies. The System
Standard of Care simultaneously serves as both a regulatory and contractual standard.
System Status Controller(SSC)—Personnel with special SSM training who are responsible for on-line
implementation and management of the system status plan.
72
Mendocino Ambulance
System-Status-Management-A management tool to define the"unit hours"of production time, their
positioning and allocation, by hour and day of week to best meet demand patterns.
System Status Manager—An experienced System Status Controller with advanced SSM training (Level
3) that manages control center operations and oversees the development and continuous refinement of
the SSP.
System Status Plan — A planned protocol or algorithm governing the deployment and event-driven
redeployment of system resources,both geographically and by time of day/day of week. Every system
has a system status plan.The plan mayor may not be written,elaborate or simple,efficient or wasteful,
effective or dangerous.
Transport Volume—The actual number of requests for service that result in patient transport.
Unit Activation Time —The time interval on an ambulance call measured from the time the ambulance
crew is first notified to respond until it is actually en route to the scene.
Unit Hour— One hour of service by fully equipped and staffed ambulance assigned to a call or available
for dispatch.
Unit Hour Utilization (UHU) Ratio— A measurement of how hard and how effectively the system is
working. It is calculated by dividing the number of transports(not calls) initiated during a given period of
time, by the number of unit hours (hours of service) produced during the same period of time. Units
involved in long-distance transfer work,special event coverage and certain other classes of activity are
excluded from these calculations.
Utilization —A measure of work that compares the available resources(unit-hours)with actual time that
those unit-hours are being consumed by productive activity. The measure is calculated to determine the
percentage of unit-hours actually consumed in productivity with the total available unit-hours.
Worldoad—measure of work performed by on-duty units during any given period of time.
73
Mendocino - 66
Attachirneint 2 11EIMIS Data
EMS Zones
There are currently nine ambulance service zones in Mendocino County. Figure 1 displays the current
ambulance service zones within the County and the current providers for each of those zones (see
legend).This specific RFP is for an EOA that includes Zones 1, 2, 3, 5, 8, and 9. Zones excluded for the
EOA are Zones 4, 6, and 7.
Mendocino County mbullance Service Zones
Zone ,
U /
,
1�
�
m ��N� � ✓�t� �r�Ill����to« j�
dry /'6
�1t� r
�'G il��w riN�s
INyo itjt�
TV
onfjj :a,�
r11f r rrlN� Zo nv/i/"r
�,u i 4 /
; nvmwr,uwmv ✓r L /�/�f�j5fux�����i/L r y�m d'
A w� / N �r „
Y ti
1
If l � I&
Figure 1`
74
Mendocino Ambulance
The entities currently provide ambulance transportation within the zones specified, mutual aid as
requested within any zone,and whether it is part of the EOA are defined in Figure 2.
Zone PrtnaryAmbulance Provider Fart of EOA
1 City An-bu lance Yes
2 Laytonville Fire Yes
3 Covelo Fire Yes
4 Mendocino Coast Healthcare District No
5 MedStar/Ukiah Ambulance &Falck/verihealth Ambulance Yes
6 Elk Fire No
7 Coast Life Support No
Effnderson Valley Ambulance Yes
verdale Ambulance Yes
Figure 2
Figure 3 reflects the EOA ambulance transport payor mix(e.g.,ALS1 E, ALS1 NE, BLS E, BLS NE, ALS2,
CCT), as described by the current ambulance providers. It is weighted based on call volume.
..............................................................................................................................................................................................................................................................................................................................................................................................................................................................................
Mendocino EOA Payor Mix
5.9
Private Pay 6.6% ® 2014
6.4%i ® 2015
10.3% ® 2016
Insura nce 10.4%
9.0
..il
r
34.3
Medical 33.0%
35.8516
49.5% i
Medicare 0.0%
8.8%
II. A V II
0% 10% 20% 30% 40% 50%
Source: Existing transport providers, weighted for call volume
Figure 3
75
Mendocino Ambulance RFP 68
Data obtained from the California Office of Statewide Health Planning and Development(OSHPD)shows
EMS visits and admissionsto hospitals in the County(Figure 4).
g 00 01,i �u
IEMSvhfts A*Wsaont " C`rK'Af
2015 2016 201 U, 201S 2016
' II " 5 36 , a 4 5.9 * 6.2%
d t � C04 �4 11,466 10,178 67S 448 6,4% 4 4%
i r ,779 X9,388 �, 6 2,1 wr, l
.3%
. ''01 , 48,2 '8 ;2,-9 ,457 3,388 I �.
Figure 4
Figure 5 provides EMS response data as reported by the County contracted and Ukiah Fire(for 1/2010-
2/2013)dispatch centers. It contains both 911 and interfacility responses.
!' �� `-! �
tm �p �h 1.'11 151 1 160 1.51 �2015
1'0:1--t� ". Y ...... �������������� �����..., -----------����-------------- -----------
�Ic Amb 9 13 1,� 14, 1, 14 10 1,t1
� � � ....1 ......................... ����� .,.....,....... .......
� � �1 16 � t1,1� 6 let Ora 4�
'Laytart,011a FhM 2 264, 54 III)s 2811 279 321
I 1 r �b, 5 2,838 2,701 2,566 Y2,635 3,370, 3,381,
'UI Whi:Flre, 1,389 1131021�'� x1211
1 208.. 1,848 :1, 86 . 4,330, 4,817
.�..
*r�„+kArod4`dM:CA1QH FY��»"�71Ir, �d�l'��P �kb 'R" d p 4uitidi4aooB� iuwfim?iti d�,taE r"„M6� url�P� �iditlN i �a��14 �hC�Y�,.UW&O a�,w vi���um Yi�tiud,e
Figure 5
Currently,some EMS transport agencies are transferring patients to another transport agency in order to
return to service faster.Figure 6 shows the provider-reported data of these occurrences.
u
���
„ ” �( 101
Amb unknown
Onkra w
-IRW 1101,
20 19 54 81 mo.,6 q�,Pmhmed uo rgporo d tk�m rwwtt, l'
� tl:Pt rrP: rpx uB,,1�14n�ttwp�rnvterd I�'revk a�m p";
Listed inFigure 7are the transport data for the current air ambulance providers.This data includes all
transports within Mendocino County, notjustthosewithintheEOA.
,Agen�ty, 2009 _2 20,12' 2,013 20114_ 2015 20116,_ ZOINTO
123 58
smutte;cmaSU|wmKU"mEMS Agency,prmwide*mhwed dama,mh*muV,h,Ape'2.017'
NONe'&:Volmmme estimated Lj�JmmmmmiumUrale 0wmmmntih�yw*|th't un,emmrtied data,imdludes aUUofMendocino County.not i1wAEGA
Figure
Existing providers are self-reporting transport information tothe County. 911 transports are shown in
Figure 8.
20091 20101 20111 20121 20131 20141 20151 2016 2017
Anderson Valley 41 83 1 63 1 441 SS I 4S I S8 I 4S S3
CityArnbulance Not tracked,estimated 7-101year
Cloverdale Not tracked,estimated 10-151year
Covelo 2 S7 31 S7 S2 48 Not reported Not reported Not reported
Laytonville 3 89 81 Not reported Not reported Not reported Not reported Not reported Not reported Not reported
UAS-uldah' 36S 1,064 1,243 1,167 1,482 1,961 1,742 1560 1523
UAS-Willits' 631 607 640 666 481 N/A N/A N/A N/A
Ukiah Fire 6 618 1,220 1,189 1,133 Not reported Not reported Not reported Not reported Not reported
Total, 1,8011 3,0861 3,135 1 3,187 3,4201 3,6951 4,002 3,674 3,960
Source:Provider ,°*=n°rt°u data t°Mendocino c"""*
Figure
77
The population density measures are displayed in Figure 9. This density information defines the
respective ambulance response time standard compliance zones within the EOA.
Mendocino County Proposed EOA
Response Time Designations
*Within Township&flange Grid
Im 11111 M%MMM It
.. ... /� „^M �iV t
'e
„^,,,,, „^,,,,, ......
....
.A
v yaw59 x �'dBd�
mb
o
A
a�
4 w^
CiW�4'
s
u t
G
A'
C t LVkI[xd / I fx
01
0 JN N[
I^RI"Yr, ,. Rfry .ynfMeY �H1zP 1
grk�rp ttrna��f iwaue
IK Y
1
Ay 9Y
W ttlW 9nf.A d ) }
Legend
rl�,l
Respone Time Designations ?
Urban
,rl r pu
xr Y knruy kOenlY
Suburban
1
a
Rural " r
„�..
Wilderness m
Clues
County
Non-EOA Grids
"......_ Highways
Prepared by The Flans Groiv
Figure 9
78
Mendocino County Ambulance RFP 71
The compliance zones will be evaluated based on the following timetable(Figure 10).The frequency may
be reasonably adjusted by LEMSA and the County as necessary to ensure adequate performance.
Ple cy, Leggett, LaytonvHlie,
2,3r; Covello A ivall__________-__ ________ Ukiah,m Wifl a t j e n�� ---_----_----------------------_
Sig, 9 So Valley, Hopla�r�t�eir�ac��tty A��n�unau�Serin•Annual�
........ .......� ......... ........ ...............
�""
Figure 10
79
Mendocino County Ambulance RFP 72
C)
oo
t aclhirnei nt 4OveirVIOw of Mendocino chin unt
Geographic Profile
Mendocino County lies on the northern coast
J ai i
of California. The County's extensive coastline
and nearby sources of water(i.e.,the Pacific
Ocean, the Russian and Eel Rivers, among
others, and Lake Mendocino), Redwood
u � o ,«r�
forests, and wine production support the
b,.��
eyrod
County's economy(see Figure 11).According ` ,ur
to the US Census Bureau, Mendocino County
is predominantly rural and consists of 3,506
square miles. The map to the right shows the
location of Mendocino County within
California.
Figure 11
The automobile is the predominant form of transportation in Mendocino County. The two major traffic
arteries that bisect the county in a north-south direction are State Highway 1 (in the western part of the
county) and U.S. Route 101 (in the central part of the county). State Highway 128 runs in an east-west
direction from I-1 to the southeast county line,through Sonoma County and wine country, and eventually
to California's Central Valley. During the prime travel and harvest seasons of spring, summer and early
fall, Mendocino County's population can grow, as travelers pass through the county. Weather conditions
and rainfall are generally moderate. The temperature rarely falls below freezing and only occasionally
rises above 100 degrees. Rainfall averages about 37 inches per year.
Demographic Profile
The 2016
population
estimates from the
US Census Bureau
shows Mendocino
County's population
at 87,628 residents.
Figure 12 shows the
population for
Mendocino County
over the last 40
years. Average
annual growth in
the County since
1970 is 1.8 percent
Figure 12 While population
growth was high
between 1970 and 1990,growth has since slowed in the last decade, with population remaining virtually
the same since 2000.
81
Mendocino CountyAmbulance RFP 74
Figure 13 shows population projections for the next ten years in Mendocino County, California, and the
United States. Population is projected to increase by 4,000 residents by 2025, a growth rate of 0.4
percent per year.
Population Projections
(thousands)
N.".11
� � M111i irill,,Mill i
Mendocino County 89 911 931 4.4% 0.4%
California 38,801 40,6441 42,4521 9.4%1 0.9%
United States 321,369 321,3631 333,8961 3.9%1 0.4%
Source: US Census Bureau Population Projections, 2014, CA Department of Finance, 2013
Figure 13
Figure 14 displays Mendocino County's 2016 demographic profile as compared to California and the
United States,and was obtained from the US Census Bureau.
US Census Bureau Demographic Profile,2016
W W W
Total Population W 87,628
39,25W0,017 W 100W.0% 323,127b
,513 W100.W0
0%
Male 43,5511749.7% 19,507,258 158,978,736 49.2%
Female 44,07750.3% 19,742,759503,
164,148,777 50.8%
Under 5years 5,258 6.0% 2,472,751 6.3% 20,033,906 6.2%
5-19 years 19,015 21.7% 9,106,004 23.2% 73,673,073 22.8%
20-64 years 45,304 51.7% 22,333,260 56.9% 180,305,152 55.8%
65&over 18,051 20.6% 5,338,002 13.6% 49,115,382 15.2%
White (non-
Hispanic)' 57,396 65.5% 14,797,256 37.7% 198,077,165 61.3%
Hispanic/Latino (of
any race)2 21,907 25.0% 15,268,257 38.9% 57,516,697 17.8%
Asian(non-
Hispanic)' 1,840 2.1% 5,809,003 14.8% 18,418,268 5.7%
Black/Africa n
American (non- 876 1.0% 2,551,251 6.5% 42,975,959 13.3%
Hispanic)'
Hawaiian/Pacific
Islander (non- 175 0.2% 196,250 0.5% 646,255 0.2%
Hispanic)'
American
Indian/Alaskan
Native (non-
5,521 6.3% 667,250 1.7% 4,200,658 1.3%
Hispanic)'
Two or more races 1 3,505 1 4.0%1 1,491,501 1 3.8%1 8,401,315 1 2.6%
1.Includes persons reporting only one race.
2.Hispanics may be of any race, so also are included in applicable race categories.
Source: US Census Bureau 2016 Estimates
Figure 14
82
Mendocino County Ambulance RFP 75
The map below shows Mendocino County's population density(Figure 15).As shown,Mendocino is a very
rural county with few densely populated areas. Ukiah and Willits(located off of US Highway 101) are the
most highly populated cities in the EOA.
MendocinoCounty Proposed EOA
Response" invx DesAgnittions
r
ave �'� qua
,f l wUV�4ifif� If.,,,
v
1Derr' "
q 011
All
r.
/!>flr�yflhr,�www
ell
i
Ips, wk� w��n Pr Y".0 0`01
uawa
i1J4y' Iq,7 l
D2 r^x
rm Timei pr ,n 44� � pan
Ijjj'Njk WY,
Suburban
Rural �M �� qy
fthf�Wi4�ne-o�y iM 4 H ......,r.....
iC
colies
,; unty
Non-EOAGirids
Hqhways
lrw+wrffW#p2, YNlPNrmw,,S10)z,,wl ,...
Figure 15
83
Mendocino Ambulance
tachinneirit Diraft Contract
tr
COUNTY OF MENDOCINO
CONTRACT FOR EMERGENCY GROUND AMBULANCE
SERVICES IN THE EXCLUSIVE OPERATING AREA
This Contract, dated as of , 2020, is by and between the COUNTY OF
MENDOCINO, hereinafter referred to as the "COUNTY", and , hereinafter referred to as the
"CONTRACTOR".
WITNESSETH
WHEREAS, pursuant to Government Code section 31000,COUNTY may retain independent CONTRACTOR
to perform special services to or for COUNTY or any department thereof; and,
WHEREAS,COUNTY is authorized by law to develop an Emergency Medical Services(EMS)system, and
has designated its Local Emergency Medical Services Agency (LEMSA) pursuant to the EMS and
Prehospital Care Personnel Act(Health and Safety Code sections 1797 et seq., hereinafter referred to as
the"EMS Act"); and
WHEREAS,COUNTY desires to obtain CONTRACTOR for Emergency Ground Ambulance Services in the
Exclusive Operating Area (EOA), hereinafter referred to as"Services,"as described within the Request for
Proposal RFP# 56-17 dated February 2019 and has engaged in a competitive process pursuant to the
EMS Act, and,
WHEREAS,the CONTRACTOR submitted a proposal ("Proposal")and has been selected by the COUNTY
to provide Services and CONTRACTOR represents that it is highly qualified to provide said Services
according to the terms and conditions herein stated; and
WHEREAS, in the judgment of the COUNTY, it is necessary and desirable to retain the Services of
CONTRACTOR for the performance of this Contract; and
WHEREAS,CONTRACTOR is willing to provide such Services on the terms and conditions set forth in this
Contract and is willing to provide same to COUNTY.
NOW, THEREFORE it is agreed that COUNTY does hereby retain CONTRACTORto provide the Services
described herein, and CONTRACTOR accepts such engagement, on the General Terms and Conditions
hereinafter specified in this Contract, the Additional Provisions attached hereto, and the following
described exhibits, all of which are incorporated into this Contract bythis reference:
EXHIBIT A EOA MAPAND RESPONSE ZONE CLASSIFICATIONS
EXHIBIT B CONTRACTOR RATE SCHEDULE
EXHIBIT C COUNTY REQUEST FOR PROPOSAL
EXHIBIT D CONTRACTOR PROPOSALS UBMITTED IN RESPONSETORFP
EXHIBIT E INSURANCE REQUIREMENTS
EXHIBIT F LIST SERVICE SUBCONTRACTORS
EXHIBIT G CONTRACTOR CLINICAL PERFORMANCE OVERSIGHT PLAN
The term of this Contract shall be from March 1, 2020 through February 28, 2025.
84
Mendocino County Ambulance RFP 77
SIGNATURE
IN WITNESS WHEREOF
DEPARTMENT FISCAL REVIEW: CONTRACTOR/COMPANY NAME
By:
DEPARTMENT HEAD DATE
Date:
Budgeted: ❑ Yes ❑ No
NAME AND ADDRESS OFCONTRACTOR:
Budget Unit:
Line Item:
Grant: ❑ Yes ❑ No
Grant No.:
COUNTY OF MENDOCINO By signing above, signatory warrants and represents
that he/she executed this Agreement in his/her
By: authorized capacity and that by his/her signature on
CARRE BROWN,Chair this Agreement, he/she or the entity upon behalf of
BOARD OF SUPERVISORS which he/she acted,executed this Agreement
Date:
ATTEST: COUNTY COUNSEL REVIEW:
CARMEL J. ANGELO,Clerk of said Board
APPROVED AS TO FORM:
By:
Deputy KATHARINE L. ELLIOTT,
County Counsel
I hereby certify that according to the provisions of Govern
Code section 25103,delivery of this
document has been made. By:
Deputy
CARMEL J. ANGELO,Clerk of said Board
By: Date:
Deputy
INSURANCE REVIEW: EXECUTIVE OFFICE/FISCAL REVIEW:
By: By:
Risk Management Deputy CEO
Date: Date:
Signatory Authority:$0-25,000 Department;$25,001-50,000 Purchasing Agent;$50,001+Board of Supervisors
Exception to Bid Process Required/Completed❑
Mendocino County Business License:Valid ❑
Exempt Pursuantto MCC Section:
85
Mendocino Ambulance
DEFINITIONS
For the purpose of this Contract the following terms shall have the meaning given herein.
Advanced Life Support(ALS)—Special services designed to provide definitive pre-hospital emergency
medical care as defined in Health and Safety Code section 1797.52, including, but not limited to,
cardiopulmonary resuscitation, cardiac monitoring,cardiac defibrillation, advanced airway management,
intravenous therapy, administration of specified drugs and other medicinal preparations, and other
specified techniques and procedures administered byauthorized personnel under the direct supervision of
a base hospital.
ALS Unit —An ambulance especially equipped to provide Advanced Life Support services, staffed by at
least one EMT-1 and one EMT-P.
Ambulance — Any vehicle specially constructed, modified or equipped and used for transporting sick,
injured, infirmed or otherwise incapacitated person and capable of supporting BLS or a higher level of
care.
Ambulance Unit — An ambulance staffed with qualified personnel and equipped with appropriate
medical equipment and supplies.
Average Response Time — A response time calculation method in which all cumulative elapsed times
are divided by the number of incidents to determine an average.
Ambulance Service — The furnishing, operating, conducting, maintaining, advertising, or otherwise
engaging in or professing to be engaged in the transportation of patients by ambulance. Taken in
context, it also means the person so engaged or professing to be so engaged.
Basic Life Support (BLS)—As defined in Health and Safety Code section 1797.60.
BLS Unit — As defined in Health and Safety Code section 1797.60. Emergency first aid and
cardiopulmonary resuscitation procedures which, as a minimum, include recognizing respiratory and
cardiac arrest and starting the proper application of cardiopulmonary resuscitation to maintain life without
invasive techniques until the patient may be transported or until advanced life support is available.
Chronic Referrals—Chronic referrals for mutual response in rural areas of the COUNTY are defined as
any three (3) consecutive months where five (5) or more requests are referred to an outside agency.
Code-2 Call — Any request for service designated as non-life threatening by dispatch personnel in
accordance with LEMSA policy and pre-established dispatch protocols, requiring the immediate dispatch
of an ambulance without the use of lights and sirens.
Code-3 Call —Any request for service for a perceived or actual life-threatening condition, as determined
by dispatch personnel, in accordance with LEMSA policy and pre-established dispatch protocols, requiring
immediate dispatch with the use of lights and sirens.
Computer-Aided Dispatch (CAD) — A system consisting of associated hardware and software to
facilitate call taking, system status management, unit selection, ambulance coordination, resource
dispatch and deployment, event time stamping, creation and real time maintenance of incident database,
and providing management information.
Demand Analysis—The deployment of ambulances in a specific service area based on experience and
the predicted likelihood of requests for service in that area at the time deployed.
86
Mendocino CountyAmbulance
Deployment — The procedures by which ambulances are distributed throughout the service area.
Deployment includes the locations at which the ambulances are placed (or posted) and the number of
ambulances placed in service for the particular time period.
Dispatch Time —Common unit of measurement from receipt of a call until a unit has been selected and
notified it has an assignment.
Emergency—Any real or self-perceived event which threatens life, limb or well-being of an individual in
such a manner that a need for immediate medical care is created.
Emergency Air Ambulance—An aircraft with emergency medical transport capabilities.
Emergency Ambulance — Any vehicle meeting California regulatory standards that is equipped or
staffed for emergency transportation.
Emergency Call — A real or self-perceived event where the EMS system is accessed by the 9-1-1
emergency access number, or an interfacility transfer where the patient's health or well-being could be
compromised if the patient is held at the originating facility.
Emergency Medical Dispatch (EMD) — Personnel trained to state and national standards on
emergency medical dispatch techniques including call screening,call and resource priority and pre-arrival
instruction.
Emergency Medical Services (EMS) — This refers to the full spectrum of pre-hospital care and
transportation (including interfacility transports), encompassing bystander action (e.g. CPR), priority
dispatch and pre-arrival instructions,first response and rescue service, ambulance services,and on-line
medical control.
EMS System—The EMS System consists of those organizations, resources and individuals from whom
some action is required to ensure timely and medically appropriate response to medical emergencies.
Emergency Medical Technician (EMT) — An individual trained in all facets of basic life support
according to standards prescribed by the California Code of Regulations and who has a valid certificate
issued pursuant to that code.
Emergency Medical Technician-Paramedic (EMT-P)— Individual whose scope of practice to provide
advanced life support is according to the California Code of Regulations and whom has a valid license
issued pursuant to California Health and Safety Code.
EMS Agency— The agency, established by the County, which monitors the medical control and
standards of the County EMS system.
En route Time (Out of Chute) — The elapsed time from unit alert to unit en route. For emergency
requests, an out-of-chute standard of 60 seconds maximum is not uncommon.
Exclusive Operating Area (EOA) — Exclusive Operating Area as defined in Health and Safety Code
section 1797.85.
First Responder—An agency with equipment and staff(e.g. fire department, police or non-transporting
ambulance unit)with personnel capable of providing appropriate first responder pre-hospital care.
87
Mendocino Ambulance RFP 80
Full Costs—The total costs including baseline plus marginal costs to achieve a new program.
Health Information Exchange (HIE) — Transmission of healthcare-related data among facilities,
health information organizations and government agencies according to national standards.
Intervention Time — The actual time spent by field personnel directly with the patient, including
treatment at the scene and transport to the destination.
Local EMS Agency(LEMSA)— The agency, established by the COUNTY, which monitors the medical
control and standards of the COUNTY EMS system.
Marginal Costs—the difference between the existing or baseline cost and the new cost necessary for
an existing entity to achieve a new program.
Multi-Casualty Incident (MCI) — An event has taken place that results in more victims than are
normally handled by the system. The event takes place within a discrete location and does not involve
the entire community. It is expected that the number of victims would range from 6 to 50 and that the
system would be stressed, including delays in treatment of patients with relatively minor injuries or
illnesses.
Medical Base Hospital — The source of direct medical communications with and supervision of the
immediate field emergency care performance by EMTs or EMT-Paramedics.
Medical Director—shall mean the COUNTY LEMSA Medical Director,contracted to oversee the medical
control and quality assurance programs of the EMS System.
Medical Protocol—Written standards for patient medical assessment and management.
Mobile Intensive Care Nurse (MICR — A Registered Nurse who is authorized to give medical
direction to advanced life support personnel from a base hospital under direction of a base hospital
physician.
Mutual Aid — shall refer to: 1) responses into the COUNTY EOA from a ground transport provider
outside the EOA for the purpose of assisting the CONTRACTOR with emergency and/or non-emergency
requests for service; 2) responses by the CONTRACTOR to service areas outside the COUNTY EOA for the
purpose of assisting the ground transport provider in an adjacent service area.
Online Compliance Utility (OCU) — Software that automates the process of administering contract
compliance through data mining and interpretation. For example, determining whether an ambulance
arrived on time based on defined criteria.
Outlier—Any call where the ambulance arrives at or exceeding the maximum specified response time.
Paramedic — An individual trained and licensed to perform advanced life-support(ALS) procedures
under the direction of a physician. Also known as an EMT-P.
Paramedic Unit —An ambulance staffed and equipped to provide advanced life support at the scene of
a medical emergency and during transport in an ambulance. The minimum sta ndard for a paramedic unit
in COUNTY shall be one (1) EMT-P and one (1) EMT-1.
88
Mendocino Ambulance
Peak-Load Staffing — The design of shift schedules and staffing plans so that coverage by crews
matches the System Status Plan's requirements. (NOTE: peak-load demand will trigger peak-load
staffing coverage.)
Post-to-Post Move—Movement of an ambulance from one designated posting(positioning) location to
another designated post.
Post—A designated location for ambulance placement within the System Status Plan (SSP). Depending
upon its frequency and type of use, a "post" may be a facility with sleeping quarters or day rooms for
crews, or simply a street-corner or parking lot location to which units are sometimes deployed.
Priority Dispatching —A structured method of prioritizing requests for ambulance and first responder
services, based upon highly structure telephone protocols and dispatch algorithms. Its primary purpose is
to safely allocate available resources among competing demands for service.
Productivity—The measures of work used in the ambulance industry that compare the used resources
(unit-hours)with the production of the work product (patient transports). Productivity is expressed and
calculated by determining the number of transports per unit-hours.
Public Safety Answering Point (PSAP) — A government operated facility that receives emergency
calls for assistance through the E-9-1-1 system or over private telephone lines.
Response Time — The actual elapsed time between receipt by the CONTRACTOR of a call that an
ambulance is needed and the arrival of the ambulance at the requested location.
Revenue—Increases to equity from any source. Ambulance sales are usually reported as gross (billed)
revenue amounts or in net terms that reflect adjustments for write-offs.
Standby Service —The dispatch of an emergency ambulance unit(s) by COUNTY Dispatch or other
PSAP authorized by the COUNTY at the specific request of a public safety agency to a position of
immediate availability.
Status 110"— Any point during operations where the number of available ambulances available to be
dispatched is 0.
System Standard of Care—The combined compilation of all priority-dispatching protocols, pre-arrival
instruction protocols, medical protocols, protocols for selecting destination hospitals, standards for
certification of pre-hospital personnel,as well as standards governing requirements for on-board medical
equipment and supplies,and licensing of ambulance services and first responder agencies. The System
Standard of Care simultaneously serves as both a regulatory and contractual standard.
System Status Controller(SSC)—Personnel with special SSM training who are responsible for on-line
implementation and management of the system status plan.
System-Status-Management-A management tool to define the"unit hours"of production time, their
positioning and allocation, by hour and day of week to best meet demand patterns.
System Status Manager—An experienced System Status Controllerwith advanced SSM training (Level
3) that manages control center operations and oversees the development and continuous refinement of
the SSP.
89
Mendocino Ambulance
System Status Plan — A planned protocol or algorithm governing the deployment and event-driven
redeployment of system resources,both geographically and by time of day/day of week. Every system
has a system status plan.The plan mayor may not be written,elaborate or simple,efficient or wasteful,
effective or dangerous.
Transport Volume—The actual number of requests for service that result in patient transport.
Unit Activation Time —The time interval on an ambulance call measured from the time the ambulance
crew is first notified to respond until it is actually en route to the scene.
Unit Hour— One hour of service by fully equipped and staffed ambulance assigned to a call or available
for dispatch.
Utilization —A measure of work that compares the available resources(unit-hours)with actual time that
those unit-hours are being consumed by productive activity. The measure is calculated to determine the
percentage of unit-hours actually consumed in productivity with the total available unit-hours.
Worldoad—measure of work performed by on-duty units during any given period of time.
90
Mendocino -
GENERAL TERMS AND CONDITIONS
1. INDEPENDENT CONTRACTOR:
No relationship of employer and employee is created by this Contract; it being understood and
agreed that CONTRACTOR is an Independent CONTRACTOR. CONTRACTOR is not the agent or
employee of the COUNTY in any capacity whatsoever,and COUNTY shall not be liable for any
acts or omissions by CONTRACTOR nor for any obligations or liabilities incurred by
CONTRACTOR.
CONTRACTOR shall have no claim under this Contract or otherwise, for seniority,vacation time,
vacation pay, sick leave, personal time off, overtime, health insurance medical care, hospital
care, retirement benefits, social security, disability, Workers' Compensation, or unemployment
insurance benefits, civil service protection, or employee benefits of any kind.
CONTRACTOR shall be solely liable for and obligated to pay directly all applicable payroll taxes
(including federal and state income taxes) or contributions for unemployment insurance or old
age pensions or annuities which are imposed by any governmental entity in connection with the
labor used or which are measured by wages, salaries or other remuneration paid to its officers,
agents or employees and agrees to indemnify and hold COUNTY harmless from any and all
liability which COUNTY may incur because of CONTRACTOR's failure to pay such amounts.
In carrying out the work contemplated herein, CONTRACTOR shall comply with all applicable
federal and state workers' compensation and liability laws and regulations with respect to the
officers,agents and/oremployees conducting and participating in the work; and agrees that such
officers,agents,and/or employees will be considered as Independent Contractors and shall not
be treated or considered in any way as officers, agents and/or employees of COUNTY.
CONTRACTOR does, by this Contract, agree to perform his/her said work and functions at all
times in strict accordance with all applicable federal,state and COUNTY laws, including but not
limited to prevailing wage laws, ordinances, regulations, titles, departmental procedures and
currently approved methods and practices in his/her field and that the sole interest of COUNTY is
to ensure that said service shall be performed and rendered in a competent, efficient, timely and
satisfactory manner and in accordance with the standards required by the COUNTY agency
concerned.
Notwithstanding the foregoing, if the COUNTY determines that pursuant to state and federal law
CONTRACTOR is an employee for purposes of income tax withholding, COUNTY may upon two
(2)week's written notice to CONTRACTOR,withhold from payments to CONTRACTOR hereunder
federal and state income taxes and pay said sums to the federal and state governments.
2. INDEMNIFICATION: To the furthest extent permitted by law(including without limitation California
Civil Code sections 2782 and 2782.8, if applicable), CONTRACTOR shall assume the defense of,
indemnify, and hold harmless the COUNTY and LEMSA, its officers, agents, and employees, from
and against any and all claims, demands, damages, costs, liabilities, and losses whatsoever
alleged to be occurring or resulting in connection with the CONTRACTOR'S performance or its
obligations under this AGREEMENT, unless arising out of the sole negligence or willful misconduct
of COUNTY. "CONTRACTOR'S performance"includes CONTRACTOR'S action or inaction and the
action or inaction of CONTRACTOR'S officers, employees, agents and subcontractors.
3. INSURANCE AND BOND
a) GENERAL PROVISION
At all times during the term of this Contract, and throughout any extension periods,
CONTRACTOR shall maintain in force current insurance coverage and bonds as specified
91
Mendocino - - . . 84
in Exhibit E. All such insurance shall be furnished by an insurance carrier appropriately
licensed to write such policies, and acceptable to the COUNTY. With respect to
performance of work under this Contract, CONTRACTOR shall maintain and shall require
all of its subcontractors to maintain insurance as described in Exhibit E.
b) DOCUMENTATION
The following documentation shall be submitted to the COUNTY Executive Office:
1. Properly executed Certificates of Insurance clearly evidencing all coverages and
limits required above. Said Certificates shall be submitted prior to the execution
of this Contract. CONTRACTOR agrees to maintain current Certificates of
Insurance evidencing the above-required coverages and limits on file with the
COUNTY for the Contract duration.
2. Copies of properly executed endorsements required above for each policy. Said
endorsement copies shall be submitted prior to the execution of this Contract.
CONTRACTOR agrees to maintain current endorsements evidencing the above-
specified requirements on file with the COUNTY for the duration of this Contract.
3. Upon COUNTY's written request,certified copies of the insurance policies. Said
policy copies shall be submitted within thirty (30) days of COUNTY's request.
4. After the Contract has been signed, signed Certificates of Insurance shall be
submitted for any renewal or replacement of a policy that already exists, at least
ten (10) days before expiration or other termination of the existing policy.
C) POLICY OBLIGATIONS
CONTRACTOR's indemnity and other obligations shall not be limited by the foregoing
insurance requirements.
d) MATERIALBREACH
If CONTRACTOR, for any reason, fails to maintain insurance coverage,which is required
pursuant to this Contract,the same shall be deemed a Material Breach of this Contract.
COUNTY, in its sole option, may terminate this Contract and obtain damages from
CONTRACTOR resulting from said breach. These remedies shall be in addition to any
other remedies available to the COUNTY.
4. WORKERS'COMPENSATION
CONTRACTOR shall provide Workers'Compensation insurance,as applicable, at CONTRACTOR's
own cost and expense and further, neither the CONTRACTOR nor its carrier shall be entitled to
recover from COUNTY any costs, settlements, or expenses of Workers' Compensation claims
arising out of this Contract.
CONTRACTOR affirms that s/he is aware of the provisions of Section 3700 of the California Labor
Code which requires every employerto be insured against liability for the Workers'Compensation
or to undertake self-insurance in accordance with the provisions of the Code and CONTRACTOR
further assuresthat s/he will comply with such provisions before commencing the performance of
work under this Agreement. CONTRACTOR shall furnish to COUNTY certificate(s)of insurance
evidencing Worker's Compensation Insurance coverage to cover its employees, and
CONTRACTOR shall require all subcontractors similarly to provide Workers' Compensation
Insurance as required by the Labor Code of the State of California for all of CONTRACTOR'S and
subcontractors'em ployees.
92
Mendocino -
5. CONFORMITYWITH LAW AND SAFETY
a. In performing services under this Contract, CONTRACTOR shall observe and comply with
all applicable laws, ordinances, codes and regulations of governmental agencies,
including federal,state, municipal, and local governing bodies, having jurisdiction over
the scope of services, including all applicable provisions of the California Occupational
Safety and Health Act. To the furthest extent permitted by law, CONTRACTOR shall
assume the defense of, indemnify and hold harmless COUNTY and LEMSA,their officers,
agents, and employees, from and against any and all liability, fines, penalties and
consequences from any of CONTRACTOR's failuresto comply with such laws,ordinances,
codes and regulations.
b. Accidents: If a death, serious personal injury or substantial property damage occurs in
connection with CONTRACTOR's performance of this Contract, CONTRACTOR shall
immediately notify Mendocino County Risk Manager's Office. CONTRACTOR shall
promptly submit to COUNTY a written report, in such form as may be required by
COUNTY of all accidents which occur in connection with this Contract.This report must
include the following information: (1) name and address of the injured or deceased
person(s); (2) name and address of CONTRACTOR's sub-contractor, if any; (3) name and
address of CONTRACTOR's liability insurance carrier;and (4)a detailed description of the
accident and whether any of COUNTY's equipment, tools, material, or staff were
involved.
C. CONTRACTOR further agrees to take all reasonable steps to preserve all physical
evidence and information which may be relevant to the circumstances surrounding a
potential claim, while maintaining public safety, and to grant to the COUNTY the
opportunity to review and inspect such evidence, including the scene of the accident.
6. TAXES
Payment of all applicable federal, state, and local taxes shall be the sole responsibility of the
CONTRACTOR.
7. OWNERSHIPOF DOCUMENTS
CONTRACTOR hereby assigns the COUNTY and its assignees all copyright and other use rights in
any and all proposals, plans, specification, designs, drawings, sketches, renderings, models,
reports and related documents(including computerized or electronic copies) respecting in any
way the subject matter of this Contract,whether prepared by the COUNTY, the CONTRACTOR,
the CONTRACTOR's subcontractors or third parties at the request of the CONTRACTOR
(collectively, "Documents and Materials'). This explicitly includes the electronic copies of all
above stated documentation.
CONTRACTOR shall be permitted to retain copies, including reproducible copies and
computerized copies, of said Documents and Materials. CONTRACTOR agrees to take such
further steps as may be reasonably requested by COUNTY to implement the aforesaid
assignment. If for any reason said assignment is not effective, CONTRACTOR hereby grants the
COUNTY and any assignee of the COUNTY an express royalty— free license to retain and use
said Documents and Materials.The COUNTY's rights under this paragraph shall apply regardless
of the degree of completion of the Documents and Materials and whether or not CONTRACTOR's
services as set forth in Exhibits C and D of this Contract have been fully performed.
The COUNTY's rights under this Paragraph 7 shall not extend to any computer software used to
create such Documents and Materials.
93
Mendocino - 86
8. CONFLICT OF INTEREST
The CONTRACTOR covenants that it presently has no interest,and shall not acquire any interest,
direct or indirect, which would conflict in any manner or degree with the performance of services
required under this Contract. The CONTRACTOR further covenants that no person having any
such interest is presently employed or shall be employed in the future.
9. NOTICES
All notices, requests, demands,or other communications under this Contract shall be in writing.
Notices shall be given for all purposes as follows:
Personal delivery: When personally delivered to the recipient, notices are effective on delivery.
First Class Mail: When mailed first class to the last address of the recipient known to the party
giving notice, notice is effective three (3) mail delivery days after deposit in a United States
Postal Service office or mailbox. Certified Mail: When mailed certified mail, return receipt
requested, notice is effective on receipt, if delivery is confirmed by a return receipt.
Overnight Delivery: When delivered by overnight delivery(e.g., Federal Express/Airborne/United
Parcel Service/DHL Worldwide Express) with charges prepaid or charged to the sender's account,
notice is effective on delivery, if delivery is confirmed by the delivery service.
Facsimile transmission:When sent by facsimile to the facsimile number of the recipient known to
the party giving notice, notice is effective on receipt, provided that, (a) a duplicate copy of the
notice is promptly given by first-class or certified mail or by overnight delivery, or (b) the
receiving party delivers a written confirmation of receipt. Any notice given facsimile shall be
deemed received on the next business day if it is received after 5:00 p.m. (recipient's time) or on
a non-business day.
Addresses for purpose of giving notice are as follows:
To COUNTY: COUNTY OF MENDOCINO
Executive Office
501 Low Gap Road, Room 1010
Ukiah, CA 95482
Attn: Janelle Rau
To CONTRACTOR: [Name of CONTRACTOR]
[Number and Street]
[City, State, Zip Code]
ATTN:
Any correctly addressed notice that is refused, unclaimed, or undeliverable because of an act or
omission of the party to be notified shall be deemed effective as of the first date that said notice
was refused, unclaimed, or deemed undeliverable by the postal authorities, messenger, or
overnight delivery service.
Any party may change its address or facsimile number by giving the other party notice of the
change in any manner permitted by this Contract.
94
Mendocino -
10. USE OF COUNTY PROPERTY
CONTRACTOR shall not use County property(including equipment, instruments and supplies) or
personnel for any purpose other than in the performance of his/her obligations under this
Contract.
11. EQUAL EMPLOYMENT OPPORTUNITY PRACTICES PROVISIONS
CONTRACTOR certifies that it will comply with all federal and state laws pertaining to equal
employment opportunity and that it shall not engage in any unlawful discrimination.
a. CONTRACTOR shall, in all solicitations or advertisements for applicants for employment
placed as a result of this Contract, state that it is an "Equal Opportunity Employer" or
that all qualified applicants will receive consideration for employment without regard to
their race, creed, color, pregnancy, disability, sex, sexual orientation, gender identity,
ancestry, national origin,age, religion,Veteran's status, political affiliation,or any other
factor prohibited by law.
b. CONTRACTOR shall, if requested to so do by the COUNTY, certify that it has not, in the
performance of this Contract, engaged in any unlawful discrimination.
C. If requested to do so by the COUNTY, CONTRACTOR shall provide the COUNTY with
access to copies of all of its records pertaining or relating to its employment practices,
except to the extent such records or portions of such records are confidential or
privileged under state or federal law.
d. Nothing contained in this Contract shall be construed in any manner so as to require or
permit any act which is prohibited bylaw.
e. The CONTRACTOR shall include the provisions set forth in this paragraph in each of its
subcontracts.
12. DRUG-FREE WORKPLACE
CONTRACTOR must certify that it will provide a drug free workplace as set forth by the Federal
Drug-Free Workplace Act of 1988.
CONTRACTOR and CONTRACTOR's employees shall comply with the COUNTY's policy of
maintaining a drug-free workplace. Neither CONTRACTOR nor CONTRACTOR's employees shall
unlawfully manufacture,distribute,dispense, possess or use controlled substances,as defined in
21 U.S. Code§812, including, but not limited to, marijuana, heroin, cocaine,and amphetamines,
at any COUNTY facility or work site. If CONTRACTOR or any employee of CONTRACTOR is
convicted or pleads nolo contendere to a criminal drug statute violation occurring at a County
facility or work site, the CONTRACTOR,within five days thereafter, shall notify the head of the
County department/agency for which the contract services are performed. Violation of this
provision shall constitute a Material Breach of this Contract.
13. ENERGY CONSERVATION
CONTRACTOR agrees to comply with the mandatory standards and policies relating to energy
efficiency in the State of California Energy Conservation Plan, (Title 24,California Administrative
Code).
14. COMPLIANCE WITH LICENSING REQUIREMENTS
CONTRACTOR shall comply with all necessary licensing requirements and shall obtain appropriate
licenses and display the same in a location that is reasonably conspicuous,as well as file copies
of same with the County Executive Office.
95
Mendocino - 88
CONTRACTOR represents and warrants to COUNTY that CONTRACTOR and its employees,
agents, and any subcontractors have all licenses, permits, qualifications, and approvals of
whatsoever natures that are legally required to practice their respective professions.
15. AUDITS;ACCESS TO RECORDS
CONTRACTOR shall make available to the COUNTY, its authorized agents, officers, or employees,
for examination any and all ledgers, books of accounts, invoices,vouchers, cancelled checks, and
other records or documents evidencing or relating to the expenditures and disbursements
required by this Contract, and shall furnish to the COUNTY, within sixty (60) days after
examination, its authorized agents, officers or employees such other evidence or information as
the COUNTY may require with regard to any such expenditure or disbursement made by the
CONTRACTOR.
The CONTRACTOR shall maintain full and adequate records in accordance with COUNTY
requirements to show the actual costs incurred by the CONTRACTOR in the performance of this
Contract. If such books and records are not kept and maintained by CONTRACTOR within the
County of Mendocino, California, CONTRACTOR shall, upon request of the COUNTY, make such
books and records available to the COUNTY for inspection at a location within County or
CONTRACTOR shall pay to the COUNTY the reasonable, and necessary costs incurred by the
COUNTY in inspecting CONTRACTOWs books and records.,. CONTRACTOR shall provide such
assistance as may be reasonably required in the course of such inspection. The COUNTY further
reserves the right to examine and reexamine said books, records and data during the five (5) year
period following termination of this Contract or completion of all work hereunder, as evidenced in
writing by the COUNTY, and the CONTRACTOR shall in no event dispose of, destroy, alter, or
mutilate said books, records,accounts,and data in any manner whatsoever for five(5)years after
the CONTRACTOR makes the final or last payment or within five(5)years after any pending issues
between the COUNTY and CONTRACTORwith respecttothis Contract are closed,whichever is later.
16. DOCUMENTS AND MATERIALS
CONTRACTOR shall maintain and make available to COUNTY for its inspection and use during the
term of this Contract, all Documents and Materials,as defined in Paragraph 7 of this Contract.
CONTRACTOWs obligations under the preceding sentence shall continue for five (5) years
following termination or expiration of this Contract or the completion of all work hereunder (as
evidenced in writing by COUNTY), and CONTRACTOR shall in no event dispose of, destroy, alter
or mutilate said Documents and Materials,for five (5) years following the CONTRACTOWs last
payment to COUNTY under this Contract.
17. TIME OF ESSENCE
Time is of the essence in respect to all provisions of this Contract that specify a time for
performance; provided, however,that the foregoing shall not be construed to limit or deprive a
party of the benefits of any grace or use period allowed in this Contract.
18. TERM OF CONTRACT ANDEXTENSION PROVISIONS
INITIAL TERM
The initial term of this Contract shall begin on Implementation Date and shall terminate five (5)
years later, unless extended as provided for herein.
EXTENSION OF CONTRACT
This Contract may be extended by the COUNTY and LEMSA, within their sole discretion,for two
(2)extension periods of two and a half(2.5)years each,for a maximum of ten (10) yea rs based
on superior performance. Any decision regarding possible renewal of this Contract or any
extension thereof shall be made at least 18 months prior to the scheduled termination date so
96
Mendocino - - . . 89
that if no extension is approved,a new RFP process may be conducted on a schedule that will
identify the new contractor and allow reasonabletime for CONTRACTOR and incoming contractor
to plan and execute an orderly transition (transition period).
19. TERMINATION:
COUNTY and LEMSA have and reserve the right to suspend,terminate or abandon the execution
of any work by the CONTRACTOR with or without cause at any time upon giving the
CONTRACTOR notice. Such notice shall be in writing and may be issued by the LEMSA, the
County Chief Executive Officer,or any other person designated by the Mendocino County Board
of Supervisors.
20. END TERM PROVISIONS:
a. GENERAL
In the event CONTRACTOR is not the awarded the contract by COUNTY and LEMSA's
next RFP process,CONTRACTOR shall continue to provide services during the transition
period,and shall assist COUNTY, LEMSA and the new contractor in effecting a safe and
orderly transition. The following provisions are designed to protect the interests of both
CONTRACTOR and LEMSA during the period oftransition from one contractor to another.
b. END TERM EQUIPMENT REPLACEMENT
LEMSA recognizes that CONTRACTOR's equipment replacement schedules cannot be
made to coincide with LEMSA's procurement cycles. CONTRACTOR may find it difficult to
arrange replacement of equipment toward the end of the Contract term, unless special
arrangements are made through the LEMSA.To that end, CONTRACTOR may request a
waiver during the final extension, providing CONTRACTOR can demonstrate a negative
fiscal impact and that such waiver shall not compromise CONTRACTOR's other
performance requirements set forth herein and shall not jeopardize public health and
safety.
C. TRANSFER OF NAME AND GOODWILL
Upon termination of this Contract, and if CONTRACTOR is not the winner of COUNTY and
LEMSA's next RFP process, COUNTY and LEMSA may require CONTRACTOR to cease
doing business using the COUNTY approved vehicle logo and markings. CONTRACTOR
shall convey to LEMSA and/or its new contractor,all rights to business for Emergency
Ground Ambulance Services pursuant to the exclusive operating provisions of this
Contract that have been developed by CONTRACTOR during the term of this Contract.
This shall include, but not be limited to, any trademark, copyright, or other exclusive
rights which CONTRACTOR has acquired in COUNTYapproved vehicle logo and markings.
d. PERIODIC RFP PROCESS
By entering into this Contract, including the competitive award of certain market rights,
CONTRACTOR acknowledges and accepts periodic RFP process,as structured under this
or subsequent contracting procurement processes, as a safe, fair and economically
effective method of awarding and periodically reallocating business and market rights in
the Emergency Ground Ambulance Service industry.
21. MAJOR BREACH AND EMERGENCY TAKEOVER PROVISIONS:
a. MAJOR BREACH DEFINITIONS
Conditions and circumstances which shall constitute a Major Breach of this Contract by
CONTRACTOR shall include the following:
1. Failure of CONTRACTORto operate services in a manner which enables the
LEMSA and CONTRACTOR to remain in substantial compliance with the
97
Mendocino Ambulance RFP 90
requirements of the applicable federal, state, and local laws, rules, and
regulations. Minor infractions of such requirements, as determined in the sole
discretion of the LEMSA, shall not constitute a Major Breach of this Contract.
2. Failure to comply with Response Time requirements within any response zone or
combination of zones for three(3) consecutive periods,or four(4) periods over
two (2) calendar years, shall be considered a Major Breach of this Contract.
Failure to comply with Response Time requirements within any responsezone or
combination of zones for two (2) consecutive periods, or three(3) periods over
two (2) calendar years, shall be considered a Minor Breach of this Contract.
3. Failure to maintain in force throughout the term of this Contract, including any
extensions thereof,the insurance coverages required herein.
4. Failure to provide a replacement performance security in a form acceptable to
the LEMSA, as required by this Contract, which failure shall be deemed to be a
Major Breach endangering the public's health and safety.
5. Multiple or un-remediated failures to correct any Minor Breach within a
reasonable period of time after written notice from the LEMSA.
6. Any act or omission of CONTRACTOR which, in the reasonable opinion of the
LEMSA Director, poses serious riskand threatto public health and safety.
b. NOTICE TO CONTRACTOR
If it appears that any of the conditions or circumstances set forth above exists or has
occurred,then the LEMSA Director shall notify CONTRACTOR in writing of such existence
or occurrence. CONTRACTOR shall have a period of time, which shall be reasonable
under the circumstances as determined by LEMSA, in its sole discretion, but no less than
thirty (30) days, to take appropriate remedial action to correct the deficiencies.
CONTRACTOR and LEMSA staff shall attempt in good faith and with all reasonable effort
to resolve the allegations between and among themselves without recourse to other
remedies available herein.
C. MAJOR BREACH
If an allegation of Major Breach has not been resolved under the above provisions,
LEMSA Director shall notify CONTRACTOR and the Board of Supervisors in writing for the
Board of Supervisors to conduct a meeting as set forth pursuant to below.
d. MINOR BREACH
If LEMSA finds that only a Minor Breach has occurred, or that a Major Breach has
occurred, but the public health and safety would not be endangered by allowing
CONTRACTOR to continue its operations,then LEMSA may require other actions,short of
referring the Major Breach to the Board of Supervisors, as it deems appropriate under
the circumstances.
e. BOARD OF SUPERVISORS REVIEW
1. After CONTRACTOR is given reasonable notice, the COUNTY Board of
Supervisors shall hold a public meeting upon the LEMSA Director's
recommendations. The Board shall receive and consider any additional
information and evidence on the matter which CONTRACTOR or others may wish
to present, and determine whether a Major Breach of this Contract has occurred
and whether said breach is such that the public health and safety would be
endangered by allowing CONTRACTOR to continue its operations under this
Contract. If the Board of Supervisors finds that a Major Breach has occurred, it
shall declare this Contract terminated and commence action to affect an
immediate takeover by LEMSA of CONTRACTOR's operations.
98
Mendocino CountyAmbulance
2. If the Board of Supervisors finds that only a Minor Breach has occurred,or that a
Major Breach has occurred but that the public health and safety would not be
endangered by allowing CONTRACTOR to continue its operations, the Board of
Supervisors may take such other actions,short of termination and takeover, as it
deems appropriate under the circumstances.
f. EXPEDITED HEARING PROCESS
If in the judgment of the LEMSA Director, it appears a condition or circumstance of Major
Breach exists and has not been cured, the LEMSA Director, after giving notice to
CONTRACTOR,may take the matter directly and immediately to the Board of Supervisors
for its determination under the above provisions.
g. NOTICE OF TERMINATION AND/OR TAKEOVER
Pursuant to the above provisions, the Board of Supervisors shall have the right to
terminate and takeover services provided under this Contract or to pursue any
appropriate legal remedy in the event of a Major Breach. In such instance, the LEMSA
shall provide written notice to CONTRACTOR specifying the date and time of intended
termination and takeover.
h. DECLARATIONOF PUBLIC HEALTH OFFICERAND LEMSA MEDICAL DIRECTOR
The parties understand and agree that the COUNTY Public Health Officer and LEMSA
Medical Director may determine that the facts constituting a Major Breach pose a risk
and immediate threat to the general public health and safety. In the event that the
Public Health Officer and LEMSA Medical Director declare that the facts constituting a
Major Breach pose a risk or threat to the general public health and safety, the Public
Health Officer and LEMSA Medical Director shall have the right to terminate immediately,
cancel or takeover services provided under this Contract or to pursue any appropriate
legal remedy in the event of a Major Breach. In such instance, the Public Health Officer
and LEMSA Medical Director shall provide reasonable written notice,as determined in the
sole discretion of the Public Health Officer and LEMSA Medical Director, to the
CONTRACTOR specifying the date and time of intended termination or takeover.
i. EMERGENCY TAKEOVER
If the Board of Supervisors finds that a Major Breach has occurred and that the public
health and safety would be endangered by allowing CONTRACTOR to continue its
operations,CONTRACTOR shall cooperate fully with the COUNTY AND LEMSA to affect an
immediate takeover by the LEMSA of CONTRACTOR's equipment and vehicles. Such
takeover may be affected as set forth in the above provisions.
j. EQUIPMENT AND VEHICLES
All of CONTRACTOR's equipment, vehicles, and related property, including, but not
limited to, medical equipment and supplies and facilities necessary for the performance
of Services shall be deemed assigned to the COUNTY during the takeover period.
CONTRACTOR shall promptly deliver to the COUNTY all equipment, including, but not
limited to, ambulances,quick response vehicles,supervisor vehicles, sites used to house
equipment, vehicles and staff, maintenance facilities and communications equipment
used in providing Emergency Ground Ambulance Services under this Contract.
CONTRACTOR's assignment to COUNTY shall include the number of vehicles used by
CONTRACTOR's SSP for the peak hour of the day, peak day of the week, for Emergency
Ground Ambulance Services under the terms of this Contract. Each vehicle shall be
equipped at a level in accordance with its utilization in CONTRACTOR's System Status
Plan and in accordance with LEMSA policies, including all supplies necessary for minimum
stocking levels of such vehicles.
99
Mendocino CountyAmbulance
k. PAYMENT BY COUNTY
CONTRACTOR shall be required to deliver the above delineated vehicles and equipment
to COUNTY in mitigation of any damages resulting from CONTRACTOR's breach.
COUNTY shall pay monthly rent to CONTRACTOR equal to the aggregate monthly
amount of CONTRACTOR's debt service and/or lease payments on all facilities,
equipment or vehicles used in the performance of this Contract that are financed to a
purchase or lease schedule as documented by CONTRACTOR,at the Director of LEMSA's
request and verified by COUNTY's Auditor. Payments for COUNTY use of vehicles,
equipment or facilities that are wholly owned by CONTRACTOR at the time of takeover
shall be based on the fair market value,taking into account the age and condition of the
items and presenting a payment schedule that is based on an interest free amortization
schedule for the then current anticipated useful life of the equipment which in no event
shall be longer than the life remaining on CONTRACTOR's depreciation schedule
determined in accordance with GAAP. COUNTY's Auditor shall arrange for an
independent third party to determine the fair market value of such items and the
payment schedule that will prevail during the term of the takeover. COUNTY's Auditor
shall disburse any payments that are made to either CONTRACTOR or CONTRACTOR's
oblige during the takeover period. Such payments shall be made within forty-five (45)
days of takeover and every 45 days thereafter. LEMSA shall also be entitled to utilize, at
CONTRACTOR's cost, all other services and supplies of CONTRACTOR or available to
CONTRACTOR not previously addressed including billing services, maintenance,
administrative consulting and management services. CONTRACTOR shall assign all
applicable service, supply or other Contracts to COUNTY or, if such Contracts require
consent for assignment, shall use its best efforts to obtain such consent.
I. TAKEOVER COOPERATION
1. Consistent with the above provisions, CONTRACTOR shall cooperate completely
and immediately with the COUNTY and LEMSA to effect an immediate takeover
by COUNTY and LEMSA of CONTRACTOR's operations. Such takeover shall be
effective immediately or such other period as the LEMSA may determine, after
such finding of Major Breach as determined by the Board of Supervisors or the
Public Health Officer as set forth in this Section. The COUNTY and LEMSA shall
attempt to keep whole the existing staff and operations until such time as either
a new RFP can be issued and a new contractor secured or another alternative
method of ensuring the continuation of services can be affected. CONTRACTOR
shall not be prohibited from disputing any such finding of Major Breach through
litigation, provided, however, that such litigation shall not have the effect of
delaying, in any way, the immediate takeover of operations by COUNTY and
LEMSA.
2. Any Subcontractor contracts shall remain in effect during any Emergency
Takeover process. As such, all Subcontractor contracts should permit such
continuation of Services during any dispute,termination,or other interruption in
CONTRACTOR's Services.
3. These provisions are specifically stipulated and agreed to by both parties as
being reasonable and necessary to the protection of the public health and safety,
and any legal dispute concerning the finding that a Major Breach has occurred
shall be initiated and shall take place only after the Emergency Takeover has
been completed, and shall not, under any circumstances, delay the process of
the Emergency Takeover of COUNTY access to performance security funds or to
CONTRACTOR's equipment.
100
Mendocino CountyAmbulance
4. CONTRACTOR's cooperation with and full support of such termination of this
Contractand Emergency Takeover, as well as CONTRACTOR's immediate release
of performance security funds to COUNTY, shall not be construed as acceptance
by CONTRACTOR of the finding of Major Breach, and shall not in any way
jeopardize CONTRACTOR's right to recovery should a court later find that
declaration of Major Breach was made in error. However, failure on the part of
CONTRACTOR to cooperate fully with COUNTY and LEMSA to effect a safe and
smooth takeover of operations shall itself constitute a Major Breach of this
Contract, even if it was later determined that the original declaration of Major
Breach by the Provider Compliance Committee was made in error.
The Board of Supervisors shall be the final authority for the COUNTY. If the
Board of Supervisors declares the CONTRACTOR to be in Major Breach of this
Contract on grounds other than performance deficiencies deemed to be
dangerous to the public health and safety,CONTRACTOR may dispute the Board
of Supervisor's claim of Major Breach without allowing takeover of operation by
the COUNTY and LEMSA prior to legal resolution of the dispute. This Section
shall not apply if the Public Health Officer determines there is an immediate risk
to the public health and safety pursuant to above.
22. CHOICE OF LAW
This Contract,and any dispute arising from the relationship between the parties to this Contract,
shall be governed by the laws of the State of California, excluding any laws that direct the
application of another jurisdiction's laws.
23. VENUE
All lawsuits relating to this contract must be filed in Mendocino County Superior Court, Mendocino
County,California.
24. WAIVER
No waiver of a breach,failureof any condition,or any right or remedy contained in or granted by
the provisions of this Contract shall be effective unless it is in writing and signed by the party
waiving the breach,failure, right or remedy. No waiver of any breach,failure, right or remedy
shall be deemed a waiver of any other breach,failure, right or remedy, whether or not similar,
nor shall any waiver constitute a continuing waiver unless the writing so specifies.
25. ADVERTISINGOR PUBLICITY
CONTRACTOR shall not use the name of County, its officers,directors,employees or agents, in
advertising or publicity releases or otherwise without securing the prior written consent of
COUNTY in each instance.
26. ENTIRE CONTRACT: This Contract, including all attachments, exhibits,and any other documents
specifically incorporated into this Contract, shall constitute the entire Contract between COUNTY
and CONTRACTOR relating to the subject matter of this Contract. As used herein,Contract refers
to and includes any documents incorporated herein by reference and any exhibits or
attachments. This Contract supersedes and merges all previous understandings, and all other
agreements, written or oral, between the parties and sets forth the entire understanding of the
parties regarding the subject matter thereof. This Contract may not be modified except by a
written document signed by both parties. The RFP and Proposal are attached hereto as Exhibits C
and D, respectively.
101
Mendocino - 94
27. HEADINGS
Herein are for convenience of reference only and shall in no way affect interpretation of this
Contract.
28. MODIFICATION OF CONTRACT
This Contract may be supplemented,amended or modified only by the mutual agreement of the
parties. No supplement,amendment or modification of this Contract shall be binding unless it is
in writing and signed by authorized representatives of both parties.
29. ASSURANCEOF PERFORMANCE
If at any time the COUNTY has good objective cause to believe CONTRACTOR may not be
adequately performing its obligations under this Contract or that CONTRACTOR may fail to
complete the Services as required by this Contract, COUNTY may request from CONTRACTOR
prompt written assurances of performance and a written plan acceptable to COUNTY, to correct
the observed deficiencies in CONTRACTOR's performance. CONTRACTOR shall provide such
written assurances and written plan within thirty (30) calendar days of its receipt of COUNTY's
request and shall thereafter diligently commence and fully perform such written plan.
CONTRACTOR acknowledges and agrees that any failure to provide such written assurances and
written plan within the required time is a Material Breach under this Contract.
30. SUBCONTRACTING/ASSIGNMENT
CONTRACTOR shall not subcontract,assign or delegate any portion of this Contract or any duties
or obligations hereunder without the COUNTY and LEMSA's prior written approval.
a. Neither party shall, on the basis of this Contract,contract on behalf of or in the name of
the other party.Any Contract that violates this Section shall confer no rights on any party
and shall be null and void.
b. CONTRACTOR shall identify subcontractors identified in Exhibit F and shall not substitute
subcontractors without COUNTY and LEMSA's prior written approval.
c. CONTRACTOR shall remain fully responsible for compliance by its subcontractors with all
the terms of this Contract, regardless of the terms of any Contract between
CONTRACTOR and its subcontractors.
31. SURVIVAL
The obligations of this Contract, which by their nature would continue beyond the termination on
expiration of the Contract, including without limitation,the obligations regarding Indemnification
(Paragraph 2),Ownership of Documents(Paragraph 7), and Conflict of Interest (Paragraph 8),
shall survive termination orexpiration fortwo(2)years.
32. SEVERABILITY
If a court of competent jurisdiction holds any provision of this Contract to be illegal,
unenforceable, or invalid in whole or in part for any reason, the validity and enforceability of the
remaining provisions,or portions of them, will not be affected, unless an essential purpose of this
Contract would be defeated bythe loss of the illegal, unenforceable,or invalid provision.
33. INTELLECTUAL PROPERTY WARRANTY: CONTRACTOR warrants and represents that it has
secured all rights and licenses necessary for any and all materials, services, processes,software,
or hardware("CONTRACTOR PRODUCTS")to be provided by CONTRACTOR in the performance
of this AGREEMENT, including but not limited to any copyright,trademark, patent,trade secret,
or right of publicity rights. CONTRACTOR hereby grants to COUNTY, or represents that it has
secured from third parties, an irrevocable license (or sublicense) to reproduce, distribute,
102
Mendocino County Ambulance
perform, display, prepare derivative works, make, use, sell, import, use in commerce, or
otherwise utilize CONTRACTOR PRODUCTS to the extent reasonably necessary to use the
CONTRACTOR PRODUCTS in the manner contemplated by this agreement.
CONTRACTOR further warrants and represents that it knows of no allegations, claims, or
threatened claims that the CONTRACTOR PRODUCTS provided to COUNTY under this Agreement
infringe any patent, copyright,trademark or other proprietary right. In the event that any third
party asserts a claim of infringement against the COUNTY relating to a CONTRACTOR PRODUCT,
CONTRACTOR shall indemnify and defend the COUNTY pursuant to Paragraph 2 of this
AGREEMENT.
In the case of any such claim of infringement, CONTRACTOR shall either, at its option, (1)
procure for COUNTY the right to continue using the CONTRACTOR Products; or (2) replace or
modify the CONTRACTOR Products so that that they become non-infringing, but equivalent in
functionality and performance.
34. The parties agree that an electronic copy, including facsimile copy, email,or scanned copy of the
executed Agreement, shall be deemed, and shall have the same legal force and effect as, an
original document.
35. CONTRACTOR shall cooperate with Countyand LEMSA in the performance ofall work hereunder.
36. CONTRACTOR shall perform all work hereunder in a manner consistent with the level of
competency and standard of care normally observed by a person practicing in CONTRACTOR's
profession. COUNTY has relied upon the professional ability and training of CONTRACTOR as a
material inducement to enter into this Contract. CONTRACTOR hereby agrees to provide all
services under this Contract in accordance with generally accepted professional practices and
standards of care, as well as the requirements of applicable Federal, State, and local laws, it
being understood that acceptance of CONTRACTOR's work by COUNTY and LEMSA shall not
operate as a waiver or release. If COUNTY determines that any of CONTRACTOR's work is not in
accordance with such level of competency and standard of care, COUNTY, in its sole discretion,
shall have the right to do any or all of the following: (a) require CONTRACTOR to meet with
COUNTY to review the quality of the work and resolve matters of concern; (b) require
CONTRACTOR to repeat the work at no additional charge until it is satisfactory; (c)terminate this
Contract pursuant to the provisions of paragraph 19 (Termination) or (d) pursue any and all
other remedies at law or in equity.
[END OF GENERAL TERMSAND CONDITIONS]
103
Mendocino Ambulance
SCOPE OF WORK
1. GENERAL RESPONSIBILITIES AND DUTIES OF CONTRACTOR
a. Personnel, Equipment and Materials Required. Beginning on the Implementation Date
and throughout the term of this Contract, CONTRACTOR shall provide the personnel,
equipment and materials necessary to provide Emergency Ground Ambulance Services
within the EOA and other services as described herein to persons in need thereof. With
regard to CONTRACTOR's responsibilities set forth in this Contract,the terms "provide",
Axoperate", or "furnish"shall mean to perform, make available or utilize either directly
through CONTRACTOR's personnel and resources or through sub-contracts or other
Contracts which have been approved by the LEMSA,the services, personnel,materials or
supplies required herein. CONTRACTORshall comply with the COUNTY EMS Ordinance,
EMS Plan and all applicable LEMSA policies, procedures,protocols and directives issued
by the EMS Medical Director in accordancewith law. CONTRACTOR shall comply with all
applicable federal,state and local laws and regulations, including but not limited to the
requirements of the United States Department of Health and Human Services, Health
Care Financing Administration, California Highway Patrol, California Department of Health
Services, California EMS Authority and the County of Mendocino. CONTRACTOR's
obligations are set forth in detail in the provisions of this Contract and accompanying
attachments.
b. In-Service Training Required. CONTRACTOR shall provide or contract for employee in-
service training, as set forth in CONTRACTOR's Proposal,which will allow field personnel
to meet and maintain state and local certification,accreditation, and licensure standards.
Such in-service programs shall include training on LEMSA policies and procedures, field
care audits, grief support training, peer support, critical incident stress management,
driver training, multi-casualty/disaster training, and training in
radiologic/nuclear/biological/chemical/explosive weapons.
C. EMS System Interaction. CONTRACTOR shall participate regularly in all aspects of
development of the local EMS System including, but not limited to the following: (1)
Expanded scope of practice treatment and equipment programs; (2) First Responder,
EMT-1, Paramedic, MICN, Base Hospital physician,and ride-along programs; (3) Disaster
exercises and drills; and (4) Continuing education programs.
d. Equipment Maintenance. CONTRACTOR shall provide or contract for equipment
maintenance. CONTRACTOR shall be responsible for installing and maintaining all radio
equipment on the appropriate frequencies as required to comply with the terms of this
Contract.
e. Materials and Supplies. CONTRACTOR shall furnish all fuel, lubricants, repairs, initial
supply inventory and all supplies (except those replaced by hospitals). CONTRACTOR
shall maintain, through a combined inventory of its COUNTY operating locations,
sufficient supplies and equipment, excluding fuel, lubricants and repair items,to sustain
local operations for a minimum of fourteen (14) days.
f. Policies and Working Relations. CONTRACTOR shall develop, negotiate, and maintain
personnel policies, patient care policies, equipment rotation program, hospital
relationships where appropriate, and maintain good working relations with other health
care provider organizations and personnel.
104
Mendocino County Ambulance
g. First Responder Relations. CONTRACTOR shall maintain good working relationships with
First Responder agencies and personnel.
h. Posting Locations. CONTRACTOR shall maintain Ambulance post locations pursuant to its
System Status Plan (SSP) on file with the LEMSA.
i. Law Enforcement Relations. CONTRACTOR shall maintain good working relationships
with area law enforcement agencies.
j. Professional Conduct of Personnel. CONTRACTOR shall ensure courteous and
professional appearance and conduct of its personnel at all times.
k. Professional Equipment and Facilities. CONTRACTOR shall maintain neat, clean, and
professional appearance of equipment and facilities.
I. Mutual Aid Contracts. CONTRACTOR shall develop mutually beneficial support contracts
with neighboring Ambulance Services,subject to approval by the LEMSA.
m. Reputation. CONTRACTOR shall promote and maintain a good reputation through
participation in published research and industry affairs, prompt response,and follow-up
to inquiries and complaints.
n. Traininci. CONTRACTOR shall provide, upon request, basic First Responder in-service
training, and Paramedic-assist training to First Responder personnel.
o. Continuous OualityImprovement Program
1) CONTRACTOR shall maintain a comprehensive continuous quality improvement
(CQI) program approved by the LEMSA and consistent with the LEMSA's CQI
program. CONTRACTOR shall not modify its approved CQI program without the
prior approval of the LEMSA.
2) CONTRACTOR's CQI program shall provide an organized, coordinated,
multidisciplinary approach to the assessment of pre-hospital emergency medical
response and patient care.
3) CONTRACTOR agrees that CONTRACTOR's Medical Director and clinical quality
improvement staff will have significant levels of interaction and collaborative
involvement with the EMS Medical Director and quality improvement staff.
4) CONTRACTOR's CQI program shall incorporate all activities and components
delineated in its Proposal and shall meet all of the requirements set forth in the
RFP.
5) CONTRACTOR shall provide CQI staff to coordinate and manage CONTRACTOR's
CQI activities, including a physician Medical Director who shall meet regularly
with the LEMSA Medical Director and participate in the LEMSA quality
improvement activities and committees and other staff as required by the
LEMSA.
6) In accordance with this Section, CONTRACTOR shall use benchmarking of key
clinical indicators and key performance indicators as tools for measuring
CONTRACTOR's performance. CONTRACTOR shall provide quarterly reports
detailing progress in those items according to a schedule approved by the
105
Mendocino Ambulance . 98
LEMSA. CONTRACTOR shall provide data developed through its CQI process to
the LEMSA for use in evaluating EMS system performance and in setting system
improvement goals. CONTRACTOR shall incorporate any COUNTY approved
benchmarking tools developed during the term of this Contract into
CONTRACTOR's CQI process.
7) CONTRACTOR shall establish and maintain a CQI mechanism to allow customers
and system participants the ability to communicate directly with CONTRACTOR
regarding concerns or suggestions for service improvements. CQI contact
information will be published at local healthcare facilities, First Responder
stations,and public safety agencies. Members of the CONTRACTOR's CQI team
are to be automatically notified of incoming calls. Incidents that require
feedback are to be attended to by the end of the following week.
P. Permits and Certification. CONTRACTOR shall maintain all appropriate and required state
and local vehicle permits.
q. Implementation of LEMSA Policies. CONTRACTOR shall cause LEMSA policies to be
properly implemented. CONTRACTOR shall ensure that knowledge gained during the
medical audit process is routinely translated into improved field performance by way of
in-service training, amendments to the employee handbook, newsletters, new employee
orientation, etc. CONTRACTOR shall also respond to all quality improvement and
incident reports in accordance with established LEMSA policies.
r. Financial implications of Operations. When requested, CONTRACTOR shall advise the
LEMSA concerning financial implications of operational changes under consideration by
either CONTRACTOR or LEMSA.
S. Data, Billing and Collection. CONTRACTOR shall operate a data processing, billing
collection, and reporting system as set forth herein.
t. Paramedic Preceptors. In coordination with the Base Hospital Medical Directors,
Paramedic training programs, and LEMSA, CONTRACTOR shall provide Paramedic
preceptors for prehospital training programs.
u. Reports to LEMSA. CONTRACTOR shall provide data, reports, and records to the LEMSA
as set forth herein.
2. MEDICAL CONTROL
a. Medical Control Authority. CONTRACTOR acknowledges that the LEMSA Medical Director
has the authority to develop overall plans, policies, and medical standards to assure that
effective levels of Ambulance and prehospital EMS care are maintained within the
COUNTY and that the Medical Director has the authority for establishing the required
drug inventories and Medical Protocols and that CONTRACTOR, its employees, and all
personnel providing services under sub-contract(s)or Contracts are subject to said plan,
policies,standards, and protocols.
b. Adherence to Medical Control Standards. The LEMSA has an established system of
medical control through the LEMSA Medical Director of the EMS System. CONTRACTOR
shall adhere to the standards of medical control established by the LEMSA.
106
Mendocino - 99
C. Compliance with Laws and Policies. CONTRACTOR shall comply with the COUNTY EMS
Ordinance, EMS Policies and Protocol Manual and other directives, e.g., special memos,
which may be issued under the LEMSA Medical Director's authority.
d. CONTRACTOR's Medical Director. CONTRACTOR shall provide a physician Medical
Director who will oversee and coordinate the CONTRACTOR's clinical performance
consistent with the provisions of the RFP, Proposal and Contract. The CONTRACTOR's
Medical Director shall be a physician Board certified in Emergency Medicine or equivalent
Emergency Medicine experience and approved by the LEMSA. The CONTRACTOR's
Medical Director shall work with the LEMSA Medical Director and the physicians of the
EMS system to ensure compliance by the CONTRACTOR and subcontractors with the
clinical standards established for the COUNTY EMS system.
3. EMERGENCY GROUND AMBULANCE SERVICES
a. CONTRACTOR shall be responsible for providing one hundred percent (100%), twenty-
four (24) hour per day coverage for all requests for Emergency Ground Ambulance
Services for the term of this Contract within the EOA. For all requests for Emergency
Ground Ambulance Services within the EOA, CONTRACTOR shall respond with the
appropriate level of service ambulance as defined by the emergency medical dispatch
LEMSA policy. Provision of Emergency Ground Ambulance Service includes all interfacility
transports within the EOA, regardless of the level of service.
b. All of the following transports originating in the EOA, except those Specialty Transport
exclusions set forth below, shall be referred to CONTRACTOR. CONTRACTOR shall
provide all Ambulance response and ground transports in response to the following:
1) Emergency Ambulance Service;
2) All9-1-1/PSAP requests Emergency Response,BLS or ALS level;
3) All requests for immediate Emergency Ambulance Service transmitted through an
authorized 9-1-1/PSAP;
4) All requests for Emergency Ground Ambulance Services made directly to
CONTRACTOR or another Ambulance or public safety dispatch center through a
seven-digit telephone call request without going through an authorized 9-1-
1/PSAP;
5) All ground interfacility transport(IFT) requests requiring the services of an BLS,
ALS, or critical care transport (CCT) ambulance;
6) All "Special Events"requiring the presence of an ambulance, regardless of level
of service requested; and
7) All "Special Events"requiring ALS level of service,even if there is no ambulance
required.
c. Interfacility Transports. Provision of Emergency Ground Ambulance Service includes
interfacility transports originating within the EOA. CONTRACTOR understands and
agrees that the LEMSA may assess Liquidated Damages to CONTRACTOR for poor
interfacility transport performance consistent with the late response Liquidated Damages
provisions set forth herein.
d. SDecialtvTransports. Air medical (e.g., helicopter,fixed-wing), neonatal, and pediatric
transports are not included in the scope of exclusivity covered by this Contract, but 107
Mendocino . - RFP 100
CONTRACTOR may provide those services on a non-exclusive basis.
108
Mendocino - - RFP 100
e. Wheel Chair Van and Litter Van Service. CONTRACTOR may provide wheel chair van and
litter service(as those terms are defined in Title 13 of the California Code of Regulations)
within the EOA for those calls which do not require Ambulance transportation. These
maybe provided on a non-exclusive basis.
f. Special Events. CONTRACTOR shall provide Ambulance standby for Special Events
coverage. CONTRACTOR shall make every attempt to negotiate a fair and reasonable
charge for such services. CONTRACTOR shall be responsible for ensuring standby
Emergency Ground Ambulance Services are provided at Special Events. On-site medical
aid services for Special Events are not included within the exclusive scope of the EOA.
g. Public Information and Education. CONTRACTOR shall participate in and provide
personnel and equipment to perform demonstrations at health fairs and other related
events to promote EMS awareness and education.
h. CONTRACTOR shall establish and maintain a community CPR/First Aid training and
education program subject to the review and approval of the LEMSA.
4. RESPONSETIME STANDARDS
a. The overall Response Time performance requirement for services under this Contract is
intended to ensure that CONTRACTOR responds to and arrives at each incident with an
appropriate ambulance resource in accordance with established standards. The
standards set forth herein establish the level of Response Time performance required by
CONTRACTOR for calls within the EOA. During the term of this Contract, Response Time
standards may be modified at any time by the LEMSA. These modifications shall be
consistent with the modifications in EMS operational and medical standards which are
developed by the LEMSA. CONTRACTOR shall be notified no less than sixty (60) days
prior to the effective date of the modification and CONTRACTOR shall define the contract
impact within thirty(30)days of implementation.
b. CONTRACTOR shall respond to all 9-1-1 system requests for Emergency Ground
Ambulance Services with the appropriate level of ambulance. The Response Time clock
for an ambulance will not be stopped until the arrival of an ambulance of appropriate
level (i.e., BLS or ALS).
C. Response Time Performance Calculation. Response Times are measured and calculated
on a regular basis for each response compliance zone within each of the seven individual
EOA zones. The three zones are set forth in the EOA map attached hereto as Exhibit A.
Each of the seven zones has been identified as urban, suburban, rural, or wilderness
area based on population density. The designations in each of the seven zones are
provided in the RFP attachments. Response Times shall be calculated from the time the
CONTRACTOR has been alerted to the incident until the time the CONTRACTOR arrives
on the scene with a fully functional and staffed ambulance. All Response Times are
measured in minutes and seconds. CONTRACTOR shall document all Emergency Ground
Ambulance Services and times as required by LEMSA procedures.
d. The Response Time standards as measured for each response compliance zone within
each of the seven zones in the EOA, as shown in Exhibit A, shall be as follows:
1) The Response Time for the ambulance on calls prioritized as Code-3 Calls,
defined as all requests receiving a response with lights and siren for presumed
life-threatening emergency conditions,shall be as follows:
109
Mendocino -
Urban: 90.00 percent of all calls in 11:59 minutes or less and no single
calls at or exceeding 24:00 minutes.
Suburban: 90.00 percent of all calls in 19:59 minutes or less and no calls at
or exceeding 40:00 minutes.
Rural: 90.00 percent of all calls in 29:59 minutes or less and no calls at
or exceeding 60:00 minutes.
Wilderness: Best effort with immediate dispatch and response.
2) The Response Time for the ambulance on calls prioritized as Code-2 Calls,
defined as any call that does not require lights and siren, but must have an
immediate response due to a presumption of an urgent, but non-life-threatening,
medical condition, shall be as follows:
Urban: 90.00 percent of all calls in 17:59 minutes or less and no single
calls at or exceeding 36:00 minutes.
Suburban: 90.00 percent of all calls in 29:59 minutes or less and no calls at
or exceeding 60:00 minutes.
Rural: 90.00 percent of all calls in 44:59 minutes or less and no calls at
or exceeding 90:00 minutes.
Wilderness: Best effort with immediate dispatch and response.
e. Healthcare Facility Calls
CONTRACTOR shall respond to hospital and healthcare facility requests for BLS or ALS
interfacility transfer in the following manner and using the following definitions,
consistentwith EMS Policy No. 7013, "Interfacility Transfers."
1) Emergency Transfer— shall mean an emergency transfer by ambulance where
immediate transfer may be requested when any delay in transferring the patient
could result in placing the patient's health in immediate jeopardy. The transport
provider retains a response-time requirement for these transfers just as they
would for a Code 3 (emergency)9-1-1 request to the facility's location. As these
transfers may immediately remove an ambulance unit from the 9-1-1 system,
facilities are expected to only request an emergency transfer when the patient's
condition warrants such a response. It is understood that the requesting agency
shall only request the emergency transfer such that the patient is prepared for
transfer with all available transfer papers upon the arrival of the transfer unit.
2) Urgent Transfer—This should be requested when the patient's medical condition
requires transport to a facility providing a higher level of care and is not
considered to be in immediate jeopardy. These shall have a 59:59 minute
response time requirement. Calls at or exceeding the maximum response time of
120:00 minutes will be subject to liquidated damages.
3) Pre-arranged Transfer—shall be a pre-arranged transfer for a medically stable
patient. The timeliness of this type of transfer would have no foreseeable bearing
on the patient's medical condition. Arrival should occur within 15 minutes of
scheduled time.
110
Mendocino Ambulance
4) Critical Care Transfer— When the level of service required exceeds ALS, the
CONTRACTOR agreesto workwith the hospital to supply a nurse on board the
CONTRACTOR ambulance and return the nurse upon completion of the
transport. When possible, partnerships with other nurse providers, such as air
ambulance services, may providethis level of service without requiring a hospital
nurse.
f. CONTRACTOR shall maintain sufficient ambulance staffing to meet the needs of
emergency, urgent, pre-arranged and critical care transfers with at least ninety percent
(90.00%) compliance. Non-compliance with these standards for hospital response shall
be forwarded to LEMSA for review and recommendation.
g. CONTRACTOR shall respond to all urgent requests for an interfacility transfer (non
CCT/Specialty Transport)such that the unit arrives within 59:59 minutes at least ninety
percent(90.00%) of the time and no single call shall at or exceed 120:00 minutes. If
the request is pre-arranged for a non-urgent transfer,the response time standard shall
be within 15:00 minutes of the scheduled time. 7) Equipment failure, personal error,
weather, traffic, or lack of a nearby ambulance shall not furnish grounds for release
from late response Liquidated Damages or general response-time standards. If
CONTRACTOR believes that any run or group of runs should be exempt from Response
Time standards due to unusual circumstances beyond CONTRACTOR's reasonable
control, CONTRACTOR may request that these runs be excluded from Response Time
performance calculationsand late response Liquidated Damages. Examples include call
upgrades/downgrades, call cancellations, inaccurate address (due to reporting party),
declared multi-casualty incident, and other disaster situations. If the LEMSA concurs that
the circumstances are reasonable to allow such exemption, the LEMSA may allow such
exemptions and applicable calls will be excluded from calculating performance.
h. LEMSA may alter response zones from time to time based on ambulance industry
standards as population, road access,and other relevant conditions change. LEMSA shall
give CONTRACTOR notice and opportunity to be heard before amending response zones.
LEMSA may request CONTRACTOR alter its SSP to respond to population trends. This
may require CONTRACTOR adjusting its SSP to improve back-up and move-up-and-cover
ambulances. CONTRACTOR shall negotiate in good faith with the LEMSA to revise its
SSP to improve performance as determined by the LEMSA. CONTRACTOR also shall
negotiate in good faith to revise the terms of this Contract if necessary to accommodate
these changes.
i. LEMSA may alter performance standards during the term of this Contract consistent with
the modifications in EMS operational and medical standards developed by the LEMSA.
LEMSA shall notify CONTRACTOR at least sixty(60)days in advance of the effective date
of the modification. CONTRACTOR shall define the Contract impact within thirty (30)
days of initiation. CONTRACTOR shall negotiate in good faith to revise the terms of this
Contract if necessary to accommodate these changes.
j. Performance Reports. The LEMSA shall review performance reports regarding
CONTRACTOR's performance underthe terms and conditions of this Contract and shall
assess Liquidated Damages to be paid by CONTRACTOR as specified herein. Such
reports shall include, but are not limited to, a summary report of all Response Time
exceptions requested by CONTRACTOR.The reports shall provide a detailed explanation
of all Response Time exception requests which CONTRACTOR chooses to submit for
consideration. CONTRACTORshall have a full opportunity to present any exculpatory or
111
Mendocino Ambulance
mitigating evidence prior to LEMSA's determination concerning the assessment of any
Liquidated Damages as set forth in this Contract.
5. FIRST RESPONDER COORDINATION
a. To the extent allowable under Federal and State law,CONTRACTOR shall re-supply First
Responder units at no cost with disposable medical supplies utilized in direct patient care
on a one-for-one basis for emergency medical responses within the EOA. Expired
disposable medical supplies shall be replaced in the same manner as expended medical
supplies.
b. CONTRACTOR shall implement and maintain a First Responder orientation program
designed to acquaint all COUNTY public safety and First Responder agencies with
CONTRACTOR's equipment and response system.
C. For all equipment left with a patient, CONTRACTORshall provide appropriate information
to enable all equipment to be returned within 24 hours. In addition, CONTRACTOR shall
establish a mechanism to ensure that all First Responder staff who accompanies
CONTRACTOR to the hospital will be returned to their station.
d. CONTRACTOR shall respond to hazardous materials incidents, working fires, and law
enforcement standbys upon request by any public safety agency or dispatch center
within the EOA at no charge.
e. CONTRACTOR shall provide a LEMSA approved First Responder training program as set
forth in the RFP and Proposal attached hereto as Exhibits C and D, respectively.
CONTRACTOR may charge a fee for such services at a level to recover its actual cost of
providing such services.
f. CONTRACTOR's internal continuing education programs shall be open to First Responder
personnel. CONTRACTOR's regular calendar of training will be sent to all interested
agencies.
g. CONTRACTOR shall assist LEMSA in evaluating and implementing expanded scope
programs for Paramedics,Advanced EMTs, EMTs and First Responder personnel.
6. DATA COLLECTION AND EVALUATION REQUIREMENTS
a. CONTRACTOR shall maintain data collection and reporting systems as set forth in the
RFP and Proposal attached hereto as Exhibits C and D respectively, except where the
provisions of this Contract set forth a different requirement. The Data Collection and
Evaluation Plan shall meet the minimum standards set forth herein.
b. CONTRACTOR shall utilize the LEMSA selected electronic patient care report (ePCR)
system, ImageTrend,or such other system as the LEMSA may otherwise designate. The
ePCR system shall be used for patient care documentation,data collection and reporting.
c. CONTRACTOR shall utilize COUNTY's selected electronic databases and be able to track
individual patients from dispatch through billing and collection phases. Data collection
and reporting methods shall also allow for data aggregation and cross tabbing in a
format approved by the LEMSA. Data collection requirements shall be completed and
submitted electronically on a schedule and in a format approved by the LEMSA.
d. For each patient contacted,CONTRACTOR's personnel shall complete an ePCR and, for
instances when a patient is transported to a LEMSA approved receiving facility,
112
Mendocino - 104
CONTRACTOR shall furnish an electronic or paper copy of the ePCR to the receiving
facility with at least the critical elements (see LEMSA policy) completed prior to the
departure of its unit from that facility at least ninety percent(90.00%) of the time during
any three-month audited time period. PCBs shall be one-hundred percent(100%)
completed and the data available for review by the receiving hospital and the LEMSA
within 24 hours during any three-month audited time period. Any exceptions to this
requirement must be approved by the LEMSA.
e. According to LEMSA policy, CONTRACTOR shall submit data, including CAD data for each
response and patient care data as specified herein. In addition, CONTRACTOR shall
produce such data within thirty (30) days of LEMSA's request.
f. CONTRACTOR shall participate in response-time compliance by Response Time
requirement and zone, including a list of all requested response-time exceptions using
the COUNTY's Online Compliance Utility (OCU) (e.g., Fi rstWatch/PASS). These reports
shall include compliance with response-time standards in a format approved by the
LEMSA. The summaries shall sort by geographic zones, mutual aid-responses, call
downgrades,call upgrades,and other data used to determine Contract compliance and
health of the EOA. These summaries shall be produced within thirty(30) days after the
end of each defined period.The LEMSA has selected FirstWatch/PASS to administer the
response time compliance for this Contract. The goal is to automate as much of the
compliance process as possible and minimize the workload on the LEMSA and
CONTRACTOR.The cost of the Online Compliance Utility is included within the annual
oversight and information technology costs due to the COUNTY. CONTRACTOR agrees
to work with FirstWatch/PASS and the LEMSA to automate as much of the response
time compliance process, as well as, other features offered by this OCU.
g. CONTRACTOR shall submit quarterly reports to the LEMSA detailing quarterly and year to
date information as specified below in a format approved by the Contract Administrator.
Reports shall include data broken out as necessary to provide clear detail of the
CONTRACTOR's fiscal health. Such reports shall be provided to the LEMSA within thirty
(30) days after the last day of the preceding period. CONTRACTOR and Contract
Administrator shall determine the best period (e.g.,fiscal year, calendar year, contract
year) for reporting such data. Reports detailing information directly related to the
operations underthis Contract shall include the following:
1) Fixed assetschedule
2) Profit and loss statement
3) Aged accounts receivable
h. CONTRACTOR shall submit, on an annual basis, records pertaining to the Contract based
on generally accepted accounting principles as defined by the American Institute of
Certified Public Accountants. Records shall be for the previous calendar yearand shall be
provided within ninety(90) days after the end of each calendar year of this Contract.
i. In addition to the aforementioned reports and data,CONTRACTOR shall maintain records
and data pertaining to its services as listed below. CONTRACTOR shall make available
for review and inspection, upon request of the LEMSA,such reports and data as follows:
(1) sales by pay source; (2) services provided by category(e.g.,ALS, BLS, mileage) by
financial classes; (3) sales by date of service; (4) accounts receivable aging report by
payer source; (5) payment and adjustment journal; (6)collections by payer source; (7)
summary of billings and collections (quarterly and annually); and (8) annual financial
statements, specific to operations in COUNTY, ninety (90) days following the close of
113
Mendocino Ambulance
fiscal year, including the following: fixed asset schedules,profit and loss statements, and
aged accounts receivables.
j. CONTRACTOR shall insure its data remains secure and is not subject to tampering.
CONTRACTOR shall not seek economic gain from confidential data received from the 9-1-
1/ PSAP in any manner unauthorized by law.
7. PERSONNEL
a. Personnel Required. CONTRACTOR shall provide the personnel necessary to provide
Emergency Ground Ambulance Services within the EOA and other services as described
herein.
b. Key Personnel. CONTRACTOR understands that the decision to award this Contract is
based upon the qualifications of the CONTRACTOR,and upon the qualifications of key
personnel presented in CONTRACTOR's Proposal. CONTRACTOR shall furnish the
personnel identified in CONTRACTOR's Proposal, and throughout the term of the
Contract,CONTRACTOR shall continue to furnish those same personnel or replacement
personnel with equal or superior qualifications. CONTRACTOR shall not reduce or
otherwise eliminate the number and functions of the key personnel as specified in its
Proposal or as specified in this Contract without express written permission of the
LEMSA.
C. Management and Supervisory Personnel. The CONTRACTOR shall establish a
management and supervisory system meeting the standards set forth by the
CONTRACTOR in its Proposal and approved by the LEMSA. Management and supervisory
personnel shall be in sufficient numbers and competencies to provide appropriate
oversight of CONTRACTOR's personnel in accordance with CONTRACTOR's operating
procedures, quality improvement plan and EMS policies and procedures.
d. Field Evaluation. CONTRACTOR shall provide Field Training Officers to train and evaluate
employees as set forth in its Proposal and in accordance with EMS policies and
procedures.
e. Emergency Vehicle Operations Course. CONTRACTOR shall ensure that all of its field
personnel shall complete an Emergency Vehicle Operations Course. The LEMSA shall
give prior approval to the curriculum of the Emergency Vehicle Operations Course. This
course requirement shall apply to all field employees prior to receiving authorization to
operate an emergency vehicle as a driver in the COUNTY. All field employees shall be
required to complete an Emergency Vehicle Operations Course prior to driver
authorization. The LEMSA may authorize waiver of this requirement upon request from
CONTRACTOR.
f. Certification and Licensure of Personnel. CONTRACTOR shall ensure that all
CONTRACTOR's employees functioning as emergency medical technicians and
paramedics are appropriately certified, accredited, and licensed at both the State and
local levels.
g. Records and Credentials. CONTRACTOR shall maintain, and make available to LEMSA
upon request, records and data pertaining to the certifications, licenses, and other
applicable credentials of its employees and personnel used to provide services under this
Contract.
114
Mendocino Ambulance RFP 106
h. Wage and Benefits. CONTRACTOR shall,at a minimum, adhere to the wage and benefit
package in accordance with the requirements in the attached RFP and Proposal.
i. EmDlovee Handbook. CONTRACTOR shall develop and maintain an Employee's
Handbook describing the personnel policies and procedures utilized by CONTRACTOR in
its operations. A copy of the current Employee Handbook shall be made available to
LEMSA upon request.
j. Administrative Representative. CONTRACTOR shall provide an administrative
representative to the COUNTY fire and police chief organizations whenever requested.
CONTRACTOR shall also routinely participate in the EMS committees and EMS training
organizations as invited.
k. EMS Incident Forms. CONTRACTOR shall furnish to all employees approved "EMS
Incident Report Forms"and shall routinely furnish a copy of a completed form to the
Contract Administrator in accordance with LEMSA policies.
I. Competency and Conduct. All employees, subcontractors, or other persons used by
CONTRACTOR in the performance of work under this Contract shall be competent and
holders of appropriate permits, licenses, and certificates in their respective trades and
professions.The LEMSA may request and CONTRACTOR shall take action in accordance
with its personnel policies and procedures to affect the removal of or take appropriate
disciplinary remedial action against any people used by the CONTRACTOR who
misconduct themselves or are chronically incompetent or negligent in the due and proper
performance of their duties. Such persons shall not be reassigned by the CONTRACTOR
for provision of services under this Contract without the written consent of the LEMSA.
m. Knowledae of EMS. The CONTRACTOR shall assure that all pre-hospital care personnel,
including EMTs and paramedics provided under this Contract shall be knowledgeable and
cooperative in the provision of Emergency Ground Ambulance Services or other services
required under this Contract.
n. Infectious Disease Exposure. CONTRACTOR shall provide testing and counseling services
to all employees exposed to serious infectious diseases at no cost to the employee.
CONTRACTOR shall ensure that such services and programs pertaining to infectious
disease exposures are provided in accordance with the provisions of state and federal
law.
o. Employee Assistance Program. CONTRACTOR shall provide its employees with an
Employee Assistance Program that offers counseling services for mental health and
substance abuse.
P. Occupational Health Services. CONTRACTOR shall maintain an in-house program related
to occupational health for its employees at no cost to the employee.
q. Immunization and Testina Proaram. CONTRACTOR shall provide an immunization and
testing program for its employees as approved bythe LEMSA Medical Director.
r. Injury Prevention and Treatment Program. CONTRACTOR shall maintain an injury
prevention and treatment program for its employees.
S. Hiring Standards and Practices. CONTRACTOR shall maintain an employee hiring
standards and practice program.
115
Mendocino Ambulance
t. Safety and Risk Management Program. CONTRACTOR shall provide a Safety and Risk
Management Program that meets the standards set forth in the RFP. As it pertains to
the above personnel requirements, CONTRACTOR shall maintain such services as set
forth above; however,CONTRACTOR may replace or modify any such services subject to
written approval by the LEMSA.
u. MCI Services
1) CONTRACTOR shall comply with its MCI Services Plan as set forth in the RFP and
Proposal attached hereto in Exhibits C and D, respectively.
8. RIGHTS AND RESPONSIBILITIES OF FIELD PERSONNEL
a. Field personnel are certified, licensed, and/or accredited pursuant to the Health and
Safety Code Section 1797 et seq. A linkage exists between field personnel and the
system's physician leadership and medical control. Where issues involving questions of
patient care are concerned, there is no "chain of command." Each of the certified
personnel working in the system has not only a right, but a legal obligation, to work
directly with the system's physician leadership on issues related to patient care.
b. The direct linkage, and personal responsibility, also applies to issues regarding
compliance with regulations of vehicles, on-board equipment, and collection and
recording of primary data. EMS personnel are prohibited by the laws, rules, and
regulations which govern the EMS system from operating equipment that is substantially
out of compliance with system standards,as well as from falsifying or omitting data from
reports(e.g., patient care reports, incident reports). Field personnel have a professiona I
responsibility with regard to issues related to the delivery of patient care and the
accurate reporting of primary data.
C. While this Contract is a performance contract and while the CONTRACTOR is not only
allowed but encouraged to employ its own methods and techniques for producing the
required performance reliably and efficiently,CONTRACTOR is expressly required to use
reasonable work schedules, shift assignments, and to provide adequate working
conditions. The primary issue is patient care; the CONTRACTOR is expected to utilize
management practices which ensure that field personnel working extended shifts, part-
time jobs, voluntary overtime, or mandatory overtime are not exhausted to an extend
which might impair judgment or motor skills.
d. All normally scheduled shifts shall allow at least eight (8) hours of rest between such
workshifts. CONTRACTORshall implement wage, benefit and compensation packages in
accordance with the requirements in the attached RFP and Proposal. CONTRACTOR may
modify its wage, benefit and compensation packages with written approval from the
LEMSA.
9. SYSTEM STATUS PLAN
a. CONTRACTOR shall operate its services to equalize Response Time performance
throughout the various jurisdictions of the EOA in accordance with the designated
response zone standards.
b. CONTRACTOR shall develop a SSP that shall be submitted to the LEMSA for approval and
adhered to by CONTRACTOR. CONTRACTOR shall identify, as part of the plan, the
proposed Unit Hour of Utilization to provide Emergency Ground Ambulance Services
under this Contract.
116
Mendocino - - RFP 108
C. Any change to the SSP and/or deployment plan must be reviewed and approved by the
LEMSA at least three(3) calendar days prior to implementation. Approval of any such
change is contingent upon CONTRACTOWs ability to demonstrate that such change will
continue to ensure equalized Response Time performance. CONTRACTOR shall submit
daily compliance reports to the LEMSA for a seven (7) day period following any such
change.
d. In addition to the aforementioned requirements,CONTRACTOR shall submit a copy of its
SSP to the LEMSA on at least an annual basis.
e. During the first three months of operations under this Contract, CONTRACTOR shall
adhere to the initial coverage SSP as submitted in its Proposal, or an approved
modification of the SSP.Thereafter,at CONTRACTOR's discretion,with LEMSA approval,
the SSP may be altered by the CONTRACTOR to produce the required Response Time
performance with the greatest possible efficiency.
f. The SSP shall specify locations of ALS Resources,Ambulances, post location, and identify
the number and location of vehicles to be deployed during each hour of the day, each
day of the week for coverage of Code-2 and Code-3 responses.
10. STAFFING OF AMBULANCE AND RESPONSE UNITS
a. CONTRACTOR shall provide for staffing each ALS Ambulance with a minimum of one
Paramedic and one EMT per unit and each BLS Ambulance with two EMTs per unit.
b. Each ALS Ambulance shall have at least one Paramedic with all the ALS equipment
required by the LEMSA policy for ALS equipment.
C. All Quick Response Vehicles shall be staffed with a minimum of one Paramedic per unit
with all the ALS equipment required by the LEMSA ALS equipment list.
d. Each BLS Ambulance shall have at leasttwo EMTs with all the BLS equipment required by
the LEMSA policy for BLS equipment.
e. CONTRACTOR shall ensurethat 100 percent of all responses to Code-2 and Code-3 Calls,
within the EOA,shall be handled by an appropriate resource as required by this Contract.
11. VEHICLES,EQUIPMENT AND MAINTENANCE
a. CONTRACTOR shall provide at least the minimum number of vehicles required at the
peak load of the SSP and sufficient reserve capacity. Each ALS Resource and Ambulance
Unit shall meet California Code of Regulations,Title 13 standards as well as any LEMSA
policies in effect at the time of original manufacture. Each Ambulance Unit shall have a
standard floor plan approved by the LEMSA. Each Ambulance Unit shall be a Type I, II
or III model. All vehicles must have current CHP permits.
b. All ALS Resources and Ambulance Units utilized by CONTRACTOR in providing service
under this Contract shall be staffed and equipped in accordance with state law and local
LEMSA policies.
C. The LEMSA shall assist CONTRACTOR in obtaining any special waivers which may be
required by law to operate its Quick Response Vehicles.
d. CONTRACTOR shall maintain a vehicle replacement program that ensures the
replacement of CONTRACTOWsALS Resources and Ambulance Units when any particular
117
Mendocino Ambulance RFP 109
unit's mileage reaches the maximum mileage as set forth in its equipment replacement
schedule. CONTRACTOR shall not use an ALS Resource or Ambulance Unit once its
mileage exceeds 300,000 to respond to Emergency Ground Ambulance Service requests
without the prior written consent of the LEMSA.
e. CONTRACTOR shall adhere to the preventative maintenance program, equipment
replacement schedule, and reporting system subject to approval by the LEMSA.
CONTRACTOR shall maintain preventative fleet maintenance records,and adhere to an
approved preventative fleet maintenance program for each ALS Resource and Ambulance
Unit.
f. Each Transport Vehicle and Ambulance Unit shall have an interior height and
configuration to allow for the transportation of multiple patients,defined as a minimum
of two stretcher patients per Transport Vehicle/Ambulance Unit.
g. Each ALS Resource and Ambulance Unit shall have markings approved or designed by
the LEMSA to include 911 Emergency number advertising. This will include 9-1-1
advertising on both sides as well as COUNTY/ALS markings that have been approved by
LEMSA. CONTRACTOR shall submit its vehicle marking design to the LEMSA for approval
and, once approved, shall not alter or modify such vehicle marking design without
written permission of the LEMSA.
h. Each Transport Vehicle shall meet the ambulance equipment standards of the State of
California and the LEMSA. All ambulance equipment, including ALS and BLS equipment
and supplies,as required by state law and LEMSA policies shall be supplied at the peak
load of the SSP and sufficient reserve capacity.
i. CONTRACTORshall provide all restocking of required drugs and other expendable
supplies as necessary to provide the services set forth herein.
j. CONTRACTOR shall assurethat each ALS Resource and Ambulance Unit serving the EOA
shall be equipped with emergency alerting devices and two-way radios capable of
communicating on the approved local EMS and fire frequencies. The radios in the ALS
Resource and Ambulance Units must have VHF and UHF frequencies on the proscribed
EMS channels.
k. CONTRACTOR shall ensure that each individual employee and supervisor has the
capability of being alerted off-duty for disaster recall or other use through cellular phone,
pager, or other personal alerting device.
I. CONTRACTOR shall be responsible for furnishing all maintenance of CONTRACTOR's
Ambulance Units, on-board equipment, and facilities used by CONTRACTOR in the
performance of services under the terms of this Contract.
m. CONTRACTOR shall not be responsible for routine maintenance of COUNTY-owned
communication equipment except if repair is necessary due to abuse or neglect.
n. CONTRACTOR will assist LEMSA with implementation and debugging of new EMS
equipment, including computerized communications and data systems and software
which may be placed in service over the period of this Contract. It shall be
CONTRACTOR's responsibility to inspect such equipment for acceptance, cooperate and
assist in implementation and debugging, and report to the LEMSA in a timely manner
118
Mendocino -
concerning any problems with such equipment which might reasonably require the
LEMSA's attentions as regards to guarantees,warranties,or payment upon acceptance.
o. Eau0ment Replacement Plan. CONTRACTOR shall submit to the LEMSA for its approval
a Proposed Equipment Replacement Plan. This policy shall state CONTRACTOR's
operational assumptions regarding the anticipated safe useful life of equipment items, by
category or type, and CONTRACTOR's general plan for equipment replacement in
accordance with the plan.
P. Right to Required Replacement. Throughout the term of this Contract and any extension
period, LEMSA may,after an inspection and for cause, require CONTRACTOR to replace
any equipment at any time after that item's scheduled replacement date, as defined by
the terms of CONTRACTOR's submitted and accepted Equipment Replacement Plan.
However, if through superior maintenance or by other means, CONTRACTOR is able to
extend the safe useful life of an equipment item beyond its time of scheduled
replacement, LEMSA shall not,except for cause,require replacement of that item. These
controls are related only to equipment kept in service beyond scheduled replacement
date and are in addition to regulatory requirements affecting equipment standards and
inspections imposed by law or EMS policies.
12. DISASTER,MULTI-CASUALTY INCIDENT,AND INSTANT AID RESPONSE
a. CONTRACTOR shall develop and implement a plan for the immediate recall of personnel
for staffing of additional units and dispatch in multi-casualty incident (MCI) or disaster
situations or times of peak overload.
b. To the extent that CONTRACTOR may have resources available, CONTRACTOR shal I
respond to requests from neighboring jurisdictions and ambulance providers for instant
aid that require a Code 3 (lights and sirens) response.
C. To the extent that CONTRACTOR has resources available to meet its required
responsibilities specified in herein, CONTRACTOR shall participate in the LEMSA
Ambulance Strike Team (AST) program as follows:
1) Provide a minimum of two (2) ALS level ambulances for the first request for an
"immediate need"ambulance strike team to any single incident/event; or
2) Provide a minimum of three (3) ALS level ambulances for the first request for a
"planned need"ambulance strike team to any single incident/event;
3) Develop and maintain a cadre of trained and approved AST Leaders and
ambulance personnel sufficient to support its obligations to participate in
ambulance strike team deployments as set forth above.
4) In the event that CONTRACTOR commits its ALS ambulances to an immediate
need request, CONTRACTOR shall be exempted from Response Time
performance requirements, including late response Liquidated Damages, and
System Status Plan staffing requirements for up to 24 hours after the request
was received by CONTRACTOR or until CONTRACTOR is able to staff
replacement units for those committed or until the committed units return to
service in the EOA, whichever is sooner.
d. During a declared State-of-Emergency, locally or in neighboring jurisdictions,the normal
course of business may be interrupted from the moment of the State-of-Emergency or
119
Mendocino CountyAmbulance RFP ill
MCI situation is made known to CONTRACTOR by the LEMSA. CONTRACTOR shall then,
as provided for in the approved disaster plans and protocols,commit such resources as
are necessary and appropriate, given the nature of the disaster. During such periods,
CONTRACTOR shall be exempted from Response Time performance requirements,
including late response Liquidated Damages, until notified by the LEMSA that disaster
assistance may be terminated. At the scene of such disasters, CONTRACTOR's
personnel shall perform in accordance with local disaster protocols established by that
community. When MCI assistance has been terminated, CONTRACTOR shall resume
normal operations as rapidly as is practical considering exhaustion levels of personnel,
need for restocking, etc.
e. During the course of a State-of-Emergency, CONTRACTOR shall provide local Code-2 and
Code-3 coverage, and may suspend, with the LEMSA approval, interfacility transport
work as necessary, informing persons requesting interfacility transport service of the
reason for the temporary suspension.
f. At the conclusion of such State-of-Emergency assistance,CONTRACTOR shall determine
its direct marginal costs incurred in the course of rendering this disaster assistance, and
shall present such cost statement to the LEMSA for review and possible reimbursement
should federal or state funds become available. CONTRACTOR shall allow, but not
require, its employees to render aid under such disaster conditions voluntarily.
CONTRACTOR shall not include in its cost statement any charges for services rendered
by volunteer employees.The cost statement associated with rendering aid under State-
of-Emergency conditions shall be based entirely upon the actual direct marginal costs
incurred by CONTRACTOR in the course of rendering such State-of-Emergency
assistance, and shall not include costs of maintaining production capacity that would
have been borne by CONTRACTORto meet normal service requirements if the disaster
had not occurred.
g. Mutual Aid/Standby
1) CONTRACTOR shall, to the extent that it has sufficient resources available to
maintain coverage and response within the EOA, respond to requests for Mutual
Aid by COUNTY 9-1-1 and First Responder agencies and Special Events requiring
ALS coverage outside the EOA. If CONTRACTOR believes delivery of mutual-aid
services to a neighboring jurisdiction becomes excessive(e.g., in excess of two
percent of the calls for that zone absent a written contract for that level of
Mutual Aid), CONTRACTOR shall inform the LEMSA. The LEMSA shall
independently review the incidents and take appropriate steps it deems
necessary, in its sole discretion,to rectify any inequity. Normal (i.e., not disaster
related) MCI calls rendered by CONTRACTOR shall be performed in accordance
with approved Mutual Aid Contracts. In the course of rendering such Mutual Aid
services, CONTRACTOR shall not be automatically exempt from late-run
assessments, but may appeal assessments for individual calls, otherwise imposed
by this Contract. CONTRACTORshall manage any response to such Mutual Aid
requests in a manner which does not jeopardize CONTRACTOR's ability to render
reliable Response Time performance as required herein.
2) CONTRACTOR shall provide Emergency Ground Ambulance Services standby
services for working fires, hazardous materials incidents, hostage/SWAT events,
disaster exercises and other Special Events within the EOA. CONTRACTOR shall
draft written standby service policy and obtain LEMSAapproval. CONTRACTOR
understands and agrees that it is responsible for ensuring standby services are
provided in accordance with the instructions of the entity that requested the
120
Mendocino County Ambulance RFP 112
standby services, subject to the approval of the LEMSA. In the event that
CONTRACTOR is unable to provide such services either by itself or through an
approved Mutual Aid provider due to unforeseen or extenuating circumstances,
the LEMSA reserves the right to authorize another entity to provide such
services.
h. CONTRACTOR shall provide services supporting the LEMSA's medical disaster and MCI
programs consistent with the terms of a separately negotiated Contract between
CONTRACTOR and the LEMSA.
13. SURGECAPACITY
a. LEMSA acknowledges there may be periodic instances when a surge in demand will
temporarily strain CONTRACTOR's available resources. When CONTRACTOR experiences
periods of time where demand exceeds its available resources,CONTRACTOR may use
multiple strategies to respond, including mutual aid, automatic aid and enlisting the
services of existing qualified resources that are available within and adjacent to the EOA.
b. If non-CONTRACTOR resources respond to the scene within the applicable required
Response Time, Liquidated Damages shall not be assessed against the CONTRACTOR for
the response. This subsection applies if the CONTRACTOR and the other Mutual Aid
providers enter into a LEMSA-approved Mutual Aid contract.
c. CONTRACTOR may enter subcontracts with agencies that provide surge capacity support
in order to ensure that the responders and the responding agencies meet the LEMSA's
requirements. These agencies and resources may includethe following: (1)ALS fire First
Responders; (2) QRV; (3) other approved ALS Ambulance Service providers; and (4)
other approved BLS Ambulance Services providers.
121
Mendocino County Ambulance RFP 113
fm
1. USERFEES
a. Rate Scheduled for Services Rendered. CONTRACTOR shall utilize the rate schedule for
Emergency Ground Ambulance Services and interfacility transports rendered as set forth
in Exhibit B. CONTRACTOR may not discount or reduce any rate for Emergency Ground
Ambulance Services and interfacility transports without the express written permission of
the LEMSA and County(except where required by law,e.g., Medicare, Medicaid,MediCal,
where a patient meets CONTRACTOR's compassionate care policy or COUNTY program).
Notwithstanding any other provision of this Contract, because this Contract requires
CONTRACTOR to respond at the ALS Resource level to certain Emergency Ground
Ambulance Service calls,the CONTRACTOR shall bill the ALS rate in these circumstances
except where prohibited by law,e.g., Medicare, Medicaid,MediCal.The rates shown in
Exhibit B shall remain in force for at least the first year after the Implementation Date.
b. Rate Inflation Adjustment. Effective one (1) year after the Implementation Date of this
Contract,CONTRACTOR will be allowed an opportunity for annual inflation adjustments
to the base, mileage,and oxygen rates. No later than 90 days prior to each adjustment
date, the CONTRACTOR must make a written request to the LEMSA who will evaluate
any requested rate increase based upon the percentage of rate of inflation of the Medical
Consumer Price Index (CPI) for the Urban Consumer, San Francisco-Oakland-San Jose
over the most recent 12-month period. The parties agree that the LEMSA will provide a
recommendation to the County based on its evaluation of published figures available at
the time. The County and LEMSA shall not unreasonably withhold approval of such rate
adjustments.
C. Other Requests for Rate Adjustments.The COUNTY and the LEMSA have the authority
to determine rates for services provided under this Contract and have exercised that
authority by establishing the rates set forth in Exhibit B. CONTRACTOR shall be allowed
annually to apply for negotiated adjustments to CONTRACTOR's allowed fee structure in
the event changes in applicable federal,state or local laws, rules or regulations require
changes in the CONTRACTOR's operations which may reasonably be expected to increase
the CONTRACTOR's cost of performance of services which are the subject of this
Contract.The burden of proving the fact and the amount of such actual and reasonable
financial impact upon CONTRACTOR's costs of operations shall rest entirely with
CONTRACTOR.In this respect, CONTRACTOR shall makesuch request and shall provide
the COUNTY and LEMSA with a full explanation of justification for the proposed
adjustments with its request. Thereafter, the COUNTY and LEMSA will meet on the
request, receive any evidence and testimony from CONTRACTOR, and determine
whether to grant, modify or deny the requested adjustments as it shall deem appropriate
under the circumstances. CONTRACTORwill provide non-audited records pertaining to
the Contract based on generally accepted accounting principles as defined by the
American Institute of Certified Public Accountants (AICPA). Requests for rate
adjustments shall be approved by the Board of Supervisors.
d. Any rate adjustments made under these provisions shall be agreed to in writing by both
parties as Amendments to Exhibit B of this Contract.
2. ON-SCENE COLLECTIONS
Except for Special Events, as that term is defined herein, CONTRACTOR's personnel shall not
request payment for services rendered under this Contract in response to any Emergency Ground
Ambulance Services call either at the scene of the call, enroute, or upon delivery of the patient.
122
Mendocino CountyAmbulance RFP 114
3. BILLING AND COLLECTIONS
a. CONTRACTOR's billing and collection program shall be managed in compliance with all
applicable local, state, and federal laws and regulations and as set forth in the RFP
attached hereto as Exhibit C.
b. CONTRACTOR shall recruit and maintain a billing and collection staff that is
knowledgeable in data collections, medical auditing, and reimbursement practices and
are customer service oriented and sensitive to the needs of patients.
C. CONTRACTOR shall maintain a billing and collections system that: (1) automatically
generates Medicare and Medi-Cal statements; (2) verifies Medi-Cal eligibility prior to
submitting claims; (3)files appeals on the patient's behalf for claims denied by Medicare
and follows up for additional information; (4) assists patients throughout the billing
process by seeking third-party billing information and filing claims on the patients' behalf
to such payers; (5) handles private-pay patients, special contracts, DRG transports and
other special arrangements; (6) generates itemized statements that list all procedures
and supplies employed, when billed separately; (7) responds to patient and third party
payer inquiries regarding submission of insurance claims,dates and types of payments
made, itemized charges, and other inquiries; (8)generates listings of accounts requiring
specialized follow-up; (9) provides daily, monthly,and annual reports which furnish clear
audit trails, including detailed payments and adjustments; (10)furnishes data necessary
to document CONTRACTOR's compliance with rate approvals and other provisions as set
forth herein; (11) facilitates changes of account type, addresses, etc.; (12) identifies
missing information; and supports monitoring of each employee's accuracy and
completeness in gathering required information; (13) provides for two-way cross-
referencing of"run data" with "patient data"; and (14) demonstrates account activity,
follow-up and pursuance of alternative third party and reimbursement sources.
d. Billing Procedures. CONTRACTOR shall obtain necessary billing information and perform
billing services as set forth herein. It is the CONTRACTOR's responsibility to accurately
prepare all appropriate billing information in order to do the following: (1)submit billings
to third party payers; (2) bill patients for services rendered; (3) adhere to industry
standards including billing patients'third party payers, providing patients with detailed
listing of services provided, and monthly patient billing practices; and (4) mail bills to
users.
e. CONTRACTOR shall establish a process to create a "Compassionate CareAllowance" for
those patients with self-pay balances who can demonstrate insufficient funds or financial
hardship wherein such balances may be written off. Insufficient funds or financial
hardship shall be defined as income equal to or less than 200% of the Federal Poverty
Level standards. The LEMSA may request, on the behalf of any particular patient,
consideration for a "Compassionate Care Allowance." Such request shall be reviewed
and a decision rendered by CONTRACTOR for the area encompassing its COUNTY
operations. CONTRACTOR shall develop and maintain policies and procedures for its
billing and collection services and shall, upon request of the LEMSA, provide the LEMSA
with the written copies of such policies and procedures. CONTRACTOR shall develop and
maintain a plan for user payment schedules.
f. CONTRACTOR shall ensure professional and courteous services and responses to answer
questions about billing and payment schedules and services.
4. CONTRACT MANAGEMENT/MONITORINGCOSTS
123
Mendocino CountyAmbulance RFP 115
CONTRACTOR shall reimburse the COUNTY a n n u a I I y an amount sufficient to cover
the monitoring and enforcement of the provisions of this Contract. It shall also support
EMS information system services. Such reimbursement shall be set at$140,000.00 for first year
of operations and shall be amended thereafter by the COUNTY provided however that the
amount shall be less than or equal to the County and the LEMSA's actual costs to provide the
services.
5. RFP PROCESS COST
Upon authorization of this Contract by the COUNTY Board of Supervisors, CONTRACTOR shall
reimburse the COUNTY for the costs of conducting the RFP process in the amount of$75,000.00.
124
Mendocino -
DISPUTE AND GRIEVANCE PROCEDURE
1. GENERAL PROVISION
LEMSA's duties shall include monitoring of the operation of this Contract and insuring that
CONTRACTOR fulfills its obligations hereunder. In fulfilling this responsibility, LEMSA shall
employ staff knowledgeable in issues concerning EMS, Emergency Ground Ambulance Services
and the terms of this Contract.
2. DISPUTES AND GRIEVANCES
In addition to the duties outlined above, the LEMSA shall attempt to resolve disputes or
grievances concerning Contract performance matters between CONTRACTOR and any city, fire
district, public agency, consumer of service, and any other interested person or party. The
LEMSA shall not consider a dispute and grievance unless it concludes that the person or party
filing said dispute and grievance has exhausted all other remedies which are reasonably
available.
3. MINOR BREACH OF CONTRACT
The LEMSA shall also have the power to assess Liquidated Damages for CONTRACTOR's"minor
breaches"of this Contract as set forth in Section XIV of this Contract. Minor breaches mean
failures to fulfill any of the terms and conditions of this Contract which do not amount to a Major
Breach of the Contract,as that term is defined in Section XIV of this Contract.
4. APPEALTO LEMSA DIRECTOR
The LEMSA's decisions in the matters referred to above may be appealed by CONTRACTOR to the
LEMSA Director, in writing within fifteen (15)days. If no appeal is taken,the LEMSA's decision is
final. When such matters are appealed to the LEMSA Director, the Director shall conduct a
hearing,consider such evidence,testimony and argument as may be reasonably presented, and
shall render written findings and decisions to uphold, modify, or overturn the initial decision. The
LEMSA's Director's findings and decision shall be final. Notwithstanding this provision,
CONTRACTOR may utilize the Dispute Resolution provisions set forth in Section XV of this
Contract for final resolution of such disputes.
5. FINAL DECISION
When decisions made under the above provisions become final, and CONTRACTOR is found at
fault, CONTRACTOR shall pay to COUNTY Liquidated Damages as set forth below.
125
Mendocino County Ambulance RFP 117
LIQUIDATED DAMAGES
1. GENERAL PROVISION
a. This Contract requires the highest levels of performance by CONTRACTOR. Mere
demonstration of effort, even diligent and well intentioned effort by CONTRACTOR, shall
not substitute for performance results required under this Contract. CONTRACTOR and
COUNTY agree that COUNTY's actual damages, in the event CONTRACTOR does not
comply with the terms of this Contract, would be extremely difficult or impracticable to
determine, and therefore the parties agree to assess Liquidated Damages for said
violations. The LEMSA may impose Liquidated Damages on CONTRACTOR as set forth in
this Section and to pursue any other remedies permitted by law if CONTRACTOR fails to
comply with the terms and conditions set forth in this Contract.
b. This Contract includes provisions for Liquidated Damages for late responses occurring
within the EOA and other failures of CONTRACTOR to meet other requirements of this
Contract. CONTRACTOR shall pay COUNTY said Liquidated Damages as determined and
assessed by LEMSA pursuant to the provisions contained herein. Liquidated damages
received from the Contractor shall be used in accordance with the County EMS
ordinance. This requires funds to be dispersed by the COUNTY for EMS system
improvements.
2. DAMAGES FOR LATE RESPONSES TO CODE 2 CALLS, CODE 3 CALLS, AND INTERFACILITY
TRANSPORTS
a. Each period in which CONTRACTOR fails to meet the applicable response-time standards,
CONTRACTOR shall review its staffing, SSP, unit hour of production, capacities, and any
other possible causes of non-compliance. CONTRACTORshall preparea report regarding
the measures taken to prevent future failures and ensure compliance with the standards.
CONTRACTOR shall submit the report to the LEMSA within thirty (30) days of the failure.
b. CONTRACTOR shall not refer EOA calls to anotheragency unless it is part of a Mutual Aid
plan submitted by the CONTRACTOR and approved by the LEMSA. EOA calls referred to
another agency will be included as part of the response-time requirements for calculating
compliance and Liquidated Damages as set forth above.
c. For each period in which the CONTRACTOR fails to meet the 90.00 percent Response
Time standards within any Response Time zone or Urgent Transfer,CONTRACTOR shall
pay Liquidated Damages in the amount of $250.00 for each one-tenth (1/10) of a
percentage point by which CONTRACTOR's performance falls short of the 90 percent
sta nda rd.
d. For every call in which CONTRACTOR fails to arrive within the maximum specified time is
an outlier call. The liquidated damages for each outlier will be $500 per occurrence.
3. DAMAGES CALCULATIONS FOR UPGRADES, DOWNGRADES, CANCELED RESPONSES, AND
OTHER INCIDENTS
The parties hereby acknowledge that on occasion special circumstances may cause changes in
call-priority classification. Response-time standards for determination of compliance and
Liquidated Damages shall be calculated as follows:
a. Upgrades. If an assignment is upgraded prior to arrival of an ambulance on the scene
(e.g.,from Code 2 to Code 3 response),CONTRACTOR's response-time compliance and
Liquidated Damages shall be calculated based on the Code 2 response-time standard.
This Section applies only if the initial priority was established correctly and in accordance
126
Mendocino -
with the Medical Priority Dispatch System. If the initial priority was incorrectly
established by CONTRACTOR,the more stringent standard shall apply.
b. Downgrades. If an assignment is downgraded prior to arrival of an ambulance on the
scene, CONTRACTOR's response-time compliance and Liquidated Damages shall be
calculated based on the following criteria:
1) If the downgrade occurs after the ambulance has exceeded the more stringent
maximum Response Time for the applicable zone,the more stringent standard
shall apply.
2) If the downgrade occurs before the ambulance has exceeded the more stringent
maximum Response Time for the applicable zone,the less stringent standard will
apply.
3) This Section shall only apply if the downgrade is authorized by the following: (1)
9-1-1/PSAP; (2)on-scene First Responders; or(3) any other person authorized
by LEMSA policies.
C. Canceled Responses. If a call is canceled prior to arrival of an ambulance on the scene,
CONTRACTOR's response-time compliance and Liquidated Damages shall be calculated
based on the elapsed time from receipt of the call (i.e., the ambulance's official time
stamped as dispatched) to the time the call was canceled.
d. Other Incidents Affecting Response-Time Calculations
1) Where response-time areas are divided along the center of the road, the shorter
Response Time shall apply to both sides of the road.
2) CONTRACTOR shall not be responsible for response-time performance when
providing emergency response service outside the EOA. However, CONTRACTOR
shall use its best efforts to respond expeditiously to mutual-aid calls. Responses
to emergencies located outside the EOA will not be counted in the number of
total calls used to determine monthly contract compliance.
3) For each response in which the CONTRACTOR's management staff or field staff
fails to report the at-scene time, it shall be established from either vehicle
location data, if available, or the next radio transmission.
4. FAILURE TO PROVIDE COMPLIANCE DATA
a. For each compliance period wherein CONTRACTOR fails to furnish required information
within thirty days of request,the CONTRACTORshall be considered non-compliant with
the response times specified.
b. This Section shall not apply to cases where CONTRACTOR can demonstrate that the
failure to produce requested information was beyond CONTRACTOR's reasonable control.
Loss of records and computer problems shall not be considered beyond CONTRACTOR's
reasonable control for purposes of this Section.
C. On-Scene times shall be established from vehicle location data, if available, or radio
transmissions identifying the On-Scene time.
5. FALSIFICATION OF ON-SCENE TIME
a. For any incidence of falsification of data, LEMSA shall review the circumstances to
determine if there has been a Material Breach of this Contract.
127
Mendocino County Ambulance
6. VEHICLE AND EQUIPMENT INSPECTIONS
For each incident in which any of CONTRACTOR's ambulance units, is deemed to have a Major
Infraction relating to compliance with LEMSA vehicle and/or equipment standards,CONTRACTOR
shall pay Liquidated Damages in the amount of$1,000.00. For the purposes of this provision, a
Major Infraction shall be defined as any issue which (i)constitutes a condition that represents an
immediate threat to the public health or safety by risk of exposure to infectious diseases or (ii)
failure of any equipment item of medical supply that would result in the Ambulance Unit being
unable to safely response to or treat a patient requiring emergency medical care under the terms
of this Contract.
7. EXEMPTION FROM RESPONSE-TIME STANDARDS AND WAIVER OF LIQUIDATED DAMAGES
a. The LEMSA may, within its discretion, grant exemptions to response-time performance
standards stated herein. For example, exemptions may be granted for declared MCIs or
other disaster situations causing delays beyond CONTRACTOR's control. The LEMSA
shall examine SSP, staffing levels, backup ambulance capability, dispatch, in-service
times and other influencing factors. If the LEMSA determines that an exemption is
appropriate, the LEMSA may authorize the exemption of those calls when calculating
performance compliance and Liquidated Damages.
b. To be eligible for an exemption from response-time standards, CONTRACTOR shall
submit a request for an exemption to LEMSA within thirty(30) calendar days of the time
of the occurrence. Equipment failure, personnel error, weather, traffic, or lack of a
nearby ambulance shall not constitute grounds to this exemption.
C. EXEMPTION REQUESTS
The LEMSA may grant exemptions to response-time performance requirements stated
herein for declared multi-casualty incidents or other disaster situations. Such calls will be
excluded when calculating performance compliance. In order to be eligible for such
exemption, the CONTRACTOR shall notify the LEMSA within a reasonable amount of
time of the occurrence.
CONTRACTOR may apply to the LEMSA for an exemption to response-time compliance
calculations in the following situations:
1. Automatic Appeals
(a) Upgrades and downgrades that are compliant are eligible for exemption.
(b) Response canceled prior to the unit's arrival at scene (must provide
evidence that call was canceled within required response time).
(c) Inaccurate address given by the reporting party. If inaccurate response
information is the result of an error by the Contractor's personnel,the
exemption will not be allowed.
(d) Multi-Casualty Incident (MCI) or locally declared disaster - The
CONTRACTOR may apply for an exemption to response-time standards
during MCIs or times of declared emergencies, locally or in a neighboring
county, as defined by the Emergency Operations Procedures of the
jurisdictions involved (e.g., city or County).
8. PAYMENT OF ASSESSED LIQUIDATED DAMAGES
128
Mendocino Ambulance
CONTRACTOR shall pay COUNTY the amount of Liquidated Damages assessed by the LEMSA, in
its sole discretion, within thirty (30) days of receipt of written notice that Liquidated Damages
have been assessed.
129
Mendocino County Ambulance RFP 121
MOST FAVORED CUSTOMER
1. CONTRACTOR understands and accepts that a loss of this Contract in a future RFP process cycle
means the loss of all business covered by the exclusivity provisions of this Contract.
CONTRACTOR accepts this as a reasonable solution to the problems of system-wide disruption
that would otherwise occur.
2. CONTRACTOR shall not enter into any service contracts of which the scope is consistent with the
scope of services contained within this Contract which extend beyond the date of termination of
this Contract, except as may be specifically approved in writing by the LEMSA.
3. CONTRACTOR shall not use resources to perform work outside the scope of this Contract if, in
the assessment of the LEMSA, such work negatively impacts the response performance, fiscal
operations,and/or user rates by the CONTRACTOR under this Contract.
4. CONTRACTOR shall not be prohibited from doing outside work which is unrelated to medical
transportation,so long as such work does not detract from performance by CONTRACTOR of its
responsibilities under this Contract.
5. CONTRACTOR may utilize the LEMSA and COUNTY logo in advertising and public information
programs. The LEMSA and COUNTY shall reserve the right to approve form and content of any
advertising and public information materials related to services provided under this Contract.
130
Mendocino CountyAmbulance RFP 122
AUDITS AND INSPECTIONS
1. As often as may reasonably be deemed necessary, the COUNTY and LEMSA's representatives
may observe CONTRACTOR's operations. CONTRACTOR shall make available to LEMSA and the
COUNTY for its examination its records with respect to all matters covered by this Contract, and
make excerpts or transcripts from such records, and may make audits of all contracts, invoices,
materials, payrolls, inventory records, records of personnel,daily logs,conditions of employment,
and other data related to all matters covered by this Contract. LEMSA representatives may, at
any time, and without notification, directly observe CONTRACTOR's operation at the base of
operations and business office, maintenance facility, and any ambulance post location. COUNTY
and LEMSA representatives may ride as "third person"on any of CONTRACTOR's units at any
time, provided, however,that in exercising this right to inspection and observation, COUNTY and
LEMSA representatives shall conduct themselves in a professional manner, be courteous and shall
not interfere in any way with CONTRACTOR's personnel in the performance of its duties.
2. The COUNTY and LEMSA's right to observe and inspect operations or records in CONTRACTOR's
business office shall, however, require reasonable notification (i.e., 24 hours)and shall be given
to CONTRACTOR in advance of any such visit.
3. This right to directly observe CONTRACTOR's field operations, base of operations, maintenance
shop operations and ambulance post locations shall extend to authorized representatives of the
LEMSA and any other person authorized by the LEMSA. Such persons shall conduct themselves
in a professional manner, be courteous and shall not interfere in any way with CONTRACTOR's
personnel in the performance of its duties.
131
Mendocino County Ambulance RFP 123
GENERAL RESPONSIBILITIES OF COUNTY AND LEMSA
1. COUNTY and LEMSA will conduct a competitive RFP process for the selection of a CONTRACTOR
to provide Emergency Ground Ambulance Services in the EOA as it shall deem necessary and
appropriate.
2. COUNTY and LEMSA shall review, reserving the right to approve or disapprove, reasonable rates
and charges by CONTRACTOR consistent with the provisions of herein.
3. COUNTY and LEMSA shall review, reserving the right to approve or disapprove, contractual
commitments made by CONTRACTOR, including contracts with subcontractors to meet
obligations under this Contract.
4. LEMSAshall provide forsystem medical control/LEMSA Medical Director.
5. COUNTY and LEMSA reserves the right to review, and the right to approve or disapprove,
equipment lease/sublease arrangements established by CONTRACTOR.
6. In the event of a default, LEMSA shall take over and manage all operations until a new
CONTRACTOR can be secured.
132
Mendocino County Ambulance
DISPUTE RESOLUTION
1. GENERAL PROVISIONS
In the event of a dispute between the parties which is not resolved through the provisions as
described herein,the parties shall proceed with mediation of the dispute. COUNTY, LEMSA and
CONTRACTOR agree to mediate any dispute or claim between them arising out of this Contract
or any resulting transaction before resorting to arbitration or other court action.
2. FEES
The mediation fee, if any, shall be divided equally among the parties involved.
3. DISCOVERY
In advance of the mediation,the parties shall voluntarily exchange all documents requested by
the other party that relate to the dispute. Issues concerning discovery shall be submitted to the
mediator prior to mediation; the mediator's decision shall be binding upon the parties to the
dispute.
4. CONFIDENTIALITY
Any mediation proceeding shall be confidential and shall not be admissible in a subsequent
proceeding.
5. ENFORCEMENT
If any party commences an arbitration or court action based on a dispute or claim to which this
paragraph applies without first attempting to resolve the matter through mediation, then, in the
discretion of the arbitrator(s)or judge,the other party may apply to such arbitrator or judge for
an order staying the arbitration or court action pending mediation.
133
Mendocino CountyAmbulance RFP 125
PERFORMANCE SECURITY PROVISIONS
1. The unique nature of the services which are the subject of this Contract require that, in the event
of default of a type that endangers public health and safety, LEMSA must restore services
immediately, and CONTRACTOR must assist in effecting the takeover of operations, even if
CONTRACTOR disagrees that the declared default has occurred or that the default was caused by
CONTRACTOR.
2. CONTRACTOR and LEMSA agree that a performance security provision is a necessary part of this
Contract and that LEMSA may utilize the performance security required herein in the event of
CONTRACTOR's default on this Contract. In that respect, CONTRACTOR shall furnish
performance security in an amount and in accordance with the form and conditions set forth in
the RFP and CONTRACTOR's Proposal, attached hereto as Exhibits C and D, respectively.
3. The performance security shall be released to the COUNTY upon occurrence of the following
events: (i) upon provision of notice of Material Breach to CONTRACTOR,failure of CONTRACTOR
to cure the Material Breach within thirty (30) days, and the termination of the Contract; or (ii)
implementation of a takeover of CONTRACTOR's operations.
134
Mendocino Ambulance
COMPENSATION TO CONTRACTOR
1. As compensation for the Services furnished under this Contract, CONTRACTOR shall receive the
following as full compensation: (i) market rights as specified herein; (ii) use of County-owned
communication infrastructure with reasonable routine maintenance provided by the COUNTY as
specified,and (iii) income from fee for service billing and other reimbursement mechanisms as
specified.
2. In consideration for Services to be furnished by CONTRACTOR,the COUNTY and LEMSA have
designated CONTRACTOR as the exclusive provider of Emergency Ground Ambulance Service in
the EOA within the geographical areas defined by this Contract. CONTRACTOR and LEMSA agree
that said designation shall begin upon execution of this Contract and shall continue throughout
the term of this Contract, unless otherwise mutually agreed upon.The parties further agree that
by such designation and through the other provisions for CONTRACTOR compensation
incorporated herein,COUNTY has fulfilled any and all obligations it may have presently or at any
time during the term of this Contract to compensate, reimburse,or otherwise pay CONTRACTOR
for services provided to medically-indigent patients. Nothing in this Contract is intended to
create any duty on the part of COUNTY to pay for Emergency Ground Ambulance Service
rendered to any individual.
135
Mendocino County Ambulance RFP 127
RIGHTS AND REMEDIES NOTWAIVED
1. CONTRACTOR agrees and guarantees that the work herein specified shall be completed without
further or additional compensation than that provided for in this Contract, and that the
acceptance of work herein shall not be deemed to be a waiver by the COUNTY of any breach of
covenants or conditions,or any default which may then exist on the part of CONTRACTOR, , shall
in no way impair or prejudice any right or remedy availableto COUNTY with respect to breach or
default.
136
Mendocino -
REPRESENTATIONS OF CONTRACTOR
1. STANDARDOFCARE
COUNTY has relied upon the professional ability and training of CONTRACTOR as a material
inducement to enter into this Contract. CONTRACTOR hereby agrees that all its work will be
performed and that its operations shall be conducted in accordance with generally accepted and
applicable professional practices and standards as well as the requirements of applicable federal,
state and local laws, it being understood that acceptance of CONTRACTOR's work by COUNTY
shall not operate as a waiver or release.
2. RECORDS MAINTENANCE
CONTRACTOR shall keep and maintain full and complete documentation and accounting records
concerning all services performed under this Contract and shall make such documents and
records available to COUNTY for inspection at any reasonable time. CONTRACTORshall maintain
such records for a period of five (5) years following completion of work hereunder.
3. RECORDPROPERTY
The parties agree that all data and records submitted to LEMSA underthis Contract shall become
and remain the property of COUNTY and LEMSA,and are subject to disclosure pursuant to the
California Public Records Act. CONTRACTOR may assert that any portion of such data or records
provided pursuant to this Section should be treated as confidential,and should be exempt from
disclosure under the California Public Records Act. With each item claimed to be confidential,
CONTRACTOR shall provide a statement as to the basis for the claim of confidentiality specifying
the exact exemption in law. COUNTY and/or LEMSA shall notify CONTRACTOR of any request for
information for which CONTRACTOR has asserted a claim of confidentiality. CONTRACTOR may
pursue its legal remedies to prevent disclosure of such information. Under no circumstances will
the LEMSA, COUNTY or any of their agents, representatives, consultants,directors, officers or
employees be responsible or liable to CONTRACTOR or any other party as a result of disclosing
any such materials.
4. CONFIDENTIALITY
CONTRACTOR agrees to comply with all applicable state and federal laws and regulations
regarding confidentiality. This paragraph shall survive termination of this Contract.
137
Mendocino CountyAmbulance
FORCE MA]EURE
1. DEFINITION
"Force Majeure"shall mean flood, earthquake, storm, fire, lightning, explosion, epidemic, war,
national emergency,civil disturbance, sabotage,restraint by any governmental authority not due
to violation by the party claiming force majeure of a statute, ordinance or regulation, or other
similar circumstances beyond the control of such party, the consequences of which in each case,
by exercise of due foresight such party could not reasonably have been expected to avoid, and
which by the exercise of due diligence it would not have been able to overcome.
2. EFFECT
Except as otherwise expressly provided in this Contract, no default in the performance of any
obligations hereunder will be deemed to exist if such default is solely the result of a Force
Majeure. In the event either party hereto is unable, by reason for Force Majeure, to carry out its
obligations under this Contract, it is agreed that on such party's giving prompt notice of the full
particulars of such event of Force Majeure relied upon,the obligations of the party giving such
notice so far as they are affected by such event of Force Majeure,shall be excused during the
continuance of such event of Force Majeure. A breach of this Contract caused by an event of
Force Majeure shall as far as practical be remedied with all reasonable dispatch.
3. DILIGENT EFFORTS
During any period in which any party hereto is excused from performance by reason of the
occurrence of an event of Force Majeure,the party so excused shall promptly, diligently, and in
good faith take all reasonable action required in order for it to be able to commence or resume
performance of its obligations under this Contract. Without limiting the generality of the
foregoing, the party so excused from performance shall, during any such period of Force
Majeure, take all actions reasonably necessary to terminate any temporary restraining orders,
preliminary or permanent injunctions to enable it to so commence or resume performance of its
obligations under this Contract.
138
Mendocino Ambulance
MISCELLANEOUS PROVISIONS
1. CONSTRUCTION
To the fullest extent allowed by law,the provisions of this Contract shall be construed and given
effect in a manner that avoids any violation of statute,ordinance, regulation,or law. The parties
covenant and agree that in the event that any provision of this Contract is held by a court of
competent jurisdiction to be invalid, void, or unenforceable, the remainder of the provisions
hereof shall remain in full force and effect and shall in no way be affected, impaired, or
invalidated thereby. CONTRACTOR and COUNTY acknowledge that they have each contributed
to the making of this Contract and that, in the event of a dispute over the interpretation of this
Contract,the language of the Contract will not be construed against one party in favor of the
other. CONTRACTOR and COUNTY acknowledge that they have each had an adequate
opportunity to consult with counsel in the negotiation and preparation of this Contract. If a
provision in any exhibit or addendum to this Contract conflict with any provision in this Contract,
the provision of this Contract will control.
2. CONSENT
Wherever in this Contract the consent or approval of one party is required to an act of the other
party, such consent or approval shall not be unreasonably withheld or delayed.
3. NO THIRD PARTY BENEFICIARIES
Nothing contained in this Contract shall be construed to create and the parties do not intend to
create any rights in third parties.
4. CAPTIONS
The captions in this Contract are solely for convenience of reference and not part of this Contract
and shall have no effect on its construction or interpretation.
5. MERGER
This writing is intended both as the final expression of the Contract between the parties hereto
with respect to the included terms and as a complete and exclusive statement of the Contract
terms, pursuant to Code of Civil Procedure Section 1856. No modification of this Contract shall
be effective unless and until such modification is evidenced by a writing signed by both parties.
6. COMPLIANCE WITH APPLICABLE LAWS
The parties will comply in all material respects with all applicable federal, stateand local laws and
regulations, including the federal Anti-kickback Statute. The CONTRACTOR further warrants and
represents that the payments made by CONTRACTOR to COUNTY under this Contract, shall be
less than or equal to the CONTRACTOR's actual costs to provide the services and no funds shall
be used by the CONTRACTOR in a manner that may violate 42 U.S.0 Section 1320a-7b, the
federal Anti-kickback Statute.
7. COMPLIANCE PROGRAM
Upon request CONTRACTOR will make available to the COUNTY and LEMSA a copy of its Code of
Conduct, anti-kickback policies and other compliance policies. The LEMSA AND COUNTY must
acknowledge receipt of such documents. CONTRACTOR warrants that its personnel shall comply
with CONTRACTOR's compliance policies, including training related to the anti-kickback statute.
8. HIPAA
Each party shall comply with the privacy and security provisions of the Health Insurance
Portability and Accountability Act of 1996 and the regulations thereunder. All patient medical
records shall be treated as confidential so as to comply with all state and federal laws.
139
Mendocino CountyAmbulance RFP 131
9. NON-EXCLUSION
Each party represents and certifies that neither it nor any practitioner who orders or provides
services on its behalf hereunder has been convicted of any conduct that constitutes grounds for
mandatory exclusion as identified in 42 U.S.C. § 1320a-7(a). Each party further represents and
certifies that it is not ineligible to participate in federal healthcare programs or in any other state
or federal government payment program. Each party agrees that if DHHS/OIG excludes it, or
any of its practitioners or employees who order or provide services,from participation in federal
healthcare program,the party must notify the other party within five (5) days of knowledge of
such fact, and the other party may immediately terminate this Contract, unless the excluded
party is a practitioner or employee who immediately discontinues ordering or providing services
hereunder.
10. NO INFLUENCE ON REFERRALS
It is not the intent of either party to this Contract that any remuneration, benefit or privilege
provided for hereunder shall influence or in any way be based upon the referral or recommended
referral by either party of patients to the other or its affiliated providers, if any, or the
purchasing, leasing or ordering of any services other that the specific services described in this
Contract. Any payments specified in this Contract are consistent with what the parties
reasonably believe to be a fair market value for the services provided.
140
Mendocino CountyAmbulance RFP 132
EXHIBIT A
EXCLUSIVE OPERATING AREA MAP AND RESPONSE ZONE CLASSIFICATIONS
(Mendocino County Proposed EOA
Projected with Township and Range Grid
,�FU
r
o,
i
r'
r
4�
u ms
� �
wP
", _.
_ a
Legend �
ow Cities aB
Townships
I_JI
County
Non-ROA Grids
EOA Grids
%,.„ Highways 0 3 + 12 l 4
Roads
Miles
Prepared by The Abads Group .
141
Mendocino County Ambulance RFP 133
Mendocino County Proposed EOA
Response Time Designations
*'Within Township&Range Grid
f Ales
s� 'D
MyPtC`"hM1S, iy y}nl I/
i
Ry)p
5„, ahr�,� rw ara a(dry r id L
it
11p1 �
F.V ii AVt FI)ALl �
cn r�r ,,,�•
NSR x
Ga.
l
yaia emmutco gara f% f j aewm m
- �oruEtwain N✓aan
u` 'a �P<bv7�lIWNmr)PAm'.a7mup
rr'144r '11, {^a"rr, uMv va�mno�kwrt Nr ✓ /�i-
GIUWfa nwu
>�u
WIN MW
t z
ary P+ru4r "Nynxatlo" N namwt Puwi
� ,i
Mie Rl
C3Ry SRf / �iNfY P,M �onind
'''VYRi]x f GE ar P F�4'kfi _ Rr'Mei:R lb // n
xly 5�. rr{. N4Xu h'W r"vaL no I��,u
M ftaY!) .n
arm��a ra+�xre r:t�euavnMvan✓,, (12�,
Az«
r
Legend
aRir %x
CMP yK RCMaS
Respo Time Designations
e, � µ
Urban %,
Suburban amr,�, pax ia; �Nti
> e.
Rural
Wilderness
Cities
ILL r"
County
Non-EOR Gads
Highways
Prepared by The Abaris Graup
142
EXHIBIT B
CONTRACTOR RATE SCHEDULE
[END OF RATE SCHEDULE]
143
Mendocino CountyArnbulance RFP 135
EXHIBIT C
COUNTY REQUEST FOR PROPOSAL
Contained herein by reference
144
Mendocino -
EXHIBIT D
CONTRACTOR PROPOSAL SUBMITTED IN RESPONSE TO RFP
Contained herein by reference
145
Mendocino CountyAmbulance RFP 137
EXHIBIT E
INSURANCE REQUIREMENTS
Insurance coverage in a minimum amount set forth in the RFP and herein shall not be construed to
relieve CONTRACTORfor liability in excess of such coverage, nor shall it preclude COUNTY from taking
such other action as is available to it under any other provisions of this Contract or otherwise in law.
CONTRACTOR agrees to indemnify and hold harmless COUNTY, its elected or appointed officials,
employees or volunteers against any claims, actions, or demands against them, or any of them, and
against any damages, liabilities or expenses, including costs of defense and attorney's fees, for personal
injury or death,or for the loss or damage to the property,or any or all of them, to the extent arising out
of the performance of this Contract by CONTRACTOR.
CONTRACTOR affirms that s/he is aware of the provisions of Section 3700 of the California Labor Code
which requires every employer to be insured against liability for the Workers' Compensation or to
undertake self-insurance in accordance with the provisions of the Code and CONTRACTOR further
assures that s/he will comply with such provisions before commencing the performance of work under
this Contract. CONTRACTOR shall furnish to COUNTY certificate(s) of insurance evidencing Worker's
Compensation Insurance coverage to cover its employees, and CONTRACTOR shall require all
subcontractors similarly to provide Workers'Compensation Insurance as required by the Labor Code of
the State of California for all of CONTRACTOR'S and subcontractors'employees.
CONTRACTOR shall furnish to COUNTY certificates of insurance with endorsements evidencing at a
minimum the following:
Commercial General Liability: Combined single limit for bodily injury, personal injury, and
property damage at $1,000,000 each occurrence and $3,000,000 general aggregate.
Automobile Liability: Combined single limit bodily injury liability and property damage liability at
$1,000,000 each occurrence which may be satisfied through plus excess and/or umbrella liability
insurance.
Workers'Compensation: Statutory coverage as required according to the California Labor Code,
including Employers' Liability limits of$1,000,000 per occurrence.The policy shall be endorsed to
waive the insurer's subrogation rights against the COUNTY.
Medical Malpractice-Professional Liability: Coverage for all applicable activities of the
CONTRACTOR arising out of or in connection with this Contract for limits not less than
$1,000,000 per occurrence and $2,000,000 general aggregate, covering CONTRACTOR's
wrongful acts, errors,and omissions.The limits of this policy apply separately to this Contract. In
the event CONTRACTOR cannot provide an occurrence policy, CONTRACTOR shall provide
insurance covering claims made as a result of performance of this Contract and shall maintain tail
insurance in effect for not less than two (2) years following completion of performance of this
Contract.
[END OF INSURANCE REQUIREMENTS]
146
Mendocino -
EXHIBIT F
LIST SERVICE SUBCONTRACTORS
147
Mendocino CountyArnbulance
EXHIBIT G
CONTRACTOR'S CLINICAL PERFORMANCE OVERSIGHT PLAN
[END OF CLINICAL PERFORMANCE OVERSIGHT PLAN]
148
Mendocino - 140
rn
O _ �
G1 �` CL
o
� ° 0 0 0
L Q C op
1A O 1A 0 0 0 0 m m M L p
V ^ Ln N
m
,9 Off.
Lle
W o
L (6
au _0 L
C U o C C C
U "6 .1 Q■
O r_ 4- 04- jp O p
0 -0O ra
ro •� � }, C
N O U) N 6 L fP3
N Q +O+ Q
ro C1
O O
3 >
4- rli o
E
�-
+� U a r-
w (QU) E (,= .o 'Fu U)
L r_
> pl BU O
= (U 2 U) L " -
4- 4- O U N fu
c0L E (U
L O ra N 4
C N N N
Q- te+N O -N S
U) r0 ru
N aN �' r0
r0 L U L� O
0 > 4-
CL
r) (U _ rZ
aJ
(UCL3 N O U)N 0N r0 E
++ E L r0
Bru r0 ' O (U
V) 3 N a-=+ NO O O
�0000 a- -a N O N 0) —0 (U0) N E
r0 acct�+} � N C U E a"' a�_+ L U
N 4J O U y 0) N N
bg N +' fu
N U C U " s O O O
.� U N "O y' N "O J O >- "O U �' ro d
nni a� L
K� U) c a) O � � aL c ra O
ro
L ._ O r0 r0 = W °B w N
p�o�p� o f v _� o fu c 10 o o = cccn o
WY�� L (Q r6 rQ � 'O (Q c L U � �QC� n- x G U rZ
r Q N Q L cn U O L U) N r0 V y r0 W W +.+
° 44 N~ (D 0C O OQ O- BOQ y Q tl L c C �' OLu
O — ++
fu
++Wn31 Q O 1 j p p L) :3
n a-N O N IS C Nd
aJ
EHc 4- �� r -
o j
_
p'
V p N � E O cn U •� j N O C ate+
W x Q N 6 C O N O U N 6 = _ O O
W cn 8 E li rp a cn li GL U U S � u_ W CO cn S U rl U H
C)
ATTAC LO [ENT 3
2dn�/9�i0�✓ar rar�o�y�ai ari.....
1%
J 'd�
�j City of Ukiah
Carmel J.Angelo, County Executive Officer
Mendocino County Executive Office
501 Low Gap Road, Rm. 1010
Ukiah, CA.95482
February 281h,2019
Dear Ms.Angelo
The City of Ukiah and the Ukiah Valley Fire Authority have received and reviewed the Request for
Proposals (RFP)to establish an Ambulance Exclusive Operating Area(EOA) in the inland portions of
Mendocino County submitted by Coastal Valleys EMS. Per our Memorandum of Understanding(MOU)from
May of 2018 we are submitting our grave concerns and comments on the RFP.
Our position,and concern,from the outset of this process has been that the EOA would lead to a
degradation of service levels to the residents of the City and District. These concerns have been expressed
numerous times and the City was given assurances from the County in September of 2017 that these
concerns would be addressed. Sadly,they have not been. The RFP as submitted constitutes a major
reduction in service level for not just our citizens, but for all those within the EOA. Our concerns, in general,
are outlined below.
The response times listed in the current draft are simply unacceptable. They are much slower than those
required in other similar urban and suburban areas,even those required by Coastal Valleys in Sonoma
County. They are much slower than the historical averages,and in fact,are slower than what would bean
outlier resulting in an outright fine in other counties.
The financial penalties,or liquidated damages, as the RFP calls them,are paltry at best and provide little
to no financial incentive to maintain adequate unit hours throughout the area proposed to be served. As
stated before,the ninety percent(90%)required response times are less than what would cause the
contractor to be fined as an outlier in adjacent counties, and the time limits for the outliers are just as bad.
Further,the RFP does not specify where the monies collected, if any actually were,would go. Who would
get them, haw would they be spent? We also see no credible reason why the contractor should be able to
average out their response time averages over half a year. Monthly is far more industry standard,and is
done by even small contractors in small communities,so there should be no reason they could not do so
here.
The document states that there is no general subsidy from the County, but also estimates that the
dispatch costs would only be$60,000.00 to start. The City of Ukiah pays over$200,000.00 per year for
dispatch services,the vast majority of which are for medical calls. The cost for those calls should be paid for
by the contractor not just in Ukiah, but throughout the EOA. If not,then both the City and the County are
subsidizing the private provider. Given the incredibly lax response time requirements proposed,one could
also argue that the City is subsidizing the private provider by having to remain on scene and unavailable for
other responses for extended periods.
Finally,one of the issues raised previously by the City was the integration of services between the
transport provider and existing fire service first responders. The City had asked that such integrations be
identified and part of the RFP,not negotiated during the bidding process or afterward. Again the City was
,i r%/lei, ,✓ii%////OL/
300 Seminary Avenue•Ukiah •CA• 95482-5400
Phone: (707)463-6200 • Fax: (707)463-6204-www.cityofukiah.com
given assurances by the County that this would be addressed. It was not. While there is language in the RFP
that encourages bidders to form partnerships,there is little to no incentive,financial or otherwise for them
to do so.
Based on all of the above,and per the MOU from May of 2018,we request to meet and confer with the
County regarding our concerns as soon as possible.
Sincerely,
Za/,Sangiaco o Douglas Hutchison
City Manager Fire Chief
City of Ukiah Ukiah Valley Fire Authority
�is� i ;irrii,Fuair :.air w�; mQ.m i;�%�mfav; �mira ;iimrim -..en;um 1�;�„aa
300 Seminary Avenue• Ukiah • CA •95482-5400
Phone. (707)463-6200 - Fax: (707)463-6204•www.cityofukiah.com
Cn
� Agenda Item No.: 13a
MEETING DATE/TIME: 9/6C2019
0/0
PEAK ITEM NO:
�
AGENDA SUMMARY REPORT
SUBJECT: Ratification of a Resolution Declaring a Local Emergency Related to the 2019 Winter Storm
Event, and Receive a Status Update Report.
DEPARTMENT: Administration PREPARED TamiBa�n|nmei
ATTACHMENTS:
Attachment Resolution Ratifying Local Emergency
Summary: On February 25, 2019, staff received reports from the National Weather Service Eureka Office that
an atmospheric river system was moving into the Ukiah Valley bringing high winds, substantial precipitation, and
flooding that could potentially impact the area. The weather system that moved through the area caused
damage to critical infrastructure and issuance of an evacuation warning to the Oak Manor area. The Council
will consider ratification of the proclamation declaring a local emergency.
Background: The National Weather Service at 10:00 pm on Monday. February 25th issued an advisory that the
current storm system had the potential to move slowly orstall over the Ukiah Valley. On February 26th at 2:00
a.m. Emergency Management staff who was monitoring the storm system determined the Russian River at
Ukiah had reached 18.1 ft. flood otage, and that in fact flooding had occurred at both Perkins Street and
Talmage Road causing road closures.
On February 26th the National Weather Service forecasted the Russian River at Hopland to peak at 24.1ft by
1:00 am Wednesday morning, that forecast changed later in the day to 25.3 ft. The potential threats to the Ukiah
Valley were severe bank erosion causing widespread flooding of farm |and, buildings and low-lying homes in the
RECOMMENDED ACTION: Approve ratified Resolution declaring a local emergency related to the 2019 winter
storm event, and receive astatus update report.
BUDGET AMENDMENT REQUIRED: No
CURRENT BUDGET AMOUNT: N/A
PROPOSED BUDGET AMOUNT: N/A
FINANCING SOURCE: N/A
PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A
COORDINATED WITH: Sage Sangiacomo, City Manager and David Rapport, City Attorney
Hopland, Ukiah and Talmage areas. This level of flooding caused 6100 acres to flood in February 1940.
The City of Ukiah's Emergency Operations Center was activated to level 2 and city staff working with the
County of Mendocino Office of Emergency Services (0 ES), Mendocino County Sheriffs Office, Health, and
Human Services, and Ukiah Unified School District to began planning response and recovery activities for this
winter storm event.
On February 26th the City of Ukiah issued an Evacuation Warning for the Oak Manor area. City staff went door
to door advising residence of the potential threat to the community. In addition, the City responded to a number
of flooding impacts throughout the City including flooding on School and State Streets in downtown Ukiah.
As a result of high inflows to the plant (20 MGD), and limitations on discharge capacity (6 MGD) the City's
Wastewater Treatment Plant (WWTP) began running out of storage on February 26th. City staffed maximized
storage by transferring water and other operational efficiencies, but by 6:00 am on February 27th the percolation
ponds were on the verge of over-topping.
In order to avoid levee failure that would result in the eminent discharge of roughly 120 million gallons into the
river, staff installed emergency pumps on the levee adjacent to the river and began over-boarding disinfected
secondary wastewater to the river. This decision was made in consultation with the Director of Water
Resources and the City Manager. Staff immediately notified the State Water Resource Control Board as well
as OES of the discharge. The pumps that were originally installed prevented over-topping but did not create any
freeboard. Staff had larger pumps delivered from Woodland that were utilized in concert with the original
pumps.
Discussion: Given the impacts, extent of damage and required response, it was determined by the City
Manager/Emergency Director a local emergency existed and issued a proclamation declaring a Local
Emergency (Exhibit A to Attachment#1).
A Local Emergency Proclamation issuance must take place within 10 days of the occurrence of a disaster and
if issued by an official designated by City ordinance, the Emergency Proclamation must be ratified by the
governing body within 7 days of issuance. Staff is recommending Council approve ratification of the Resolution
declaring a local emergency (Attachment#1).
2
2
ATTACHMENT 1
RESOLUTION NO. 2019-
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF UKIAH RATIFYING FEBRUARY 27,
2019, PROCLAMATION OF A LOCAL EMERGENCY
WHEREAS:
1. On February 27, 2019, under the authority in Ukiah City Code Section 5125 (Ordinance No. 995,
§1), the Director of Emergency Services proclaimed the existence of a local emergency as a result
of conditions created by the severe winter storm affecting the City of Ukiah ("City") beginning February
25th and conditions still exists. A true and correct copy of the Resolution Proclaiming Existence of a
Local Emergency is attached hereto as Exhibit A and incorporated herein by this reference; and
2. While heavy rainfall has temporarily stopped, soils are saturated, heavy run-off continues,
conditions at the City's Wastewater Treatment Plant continue to risk a breach of the holding ponds,
and additional rainfall is predicted, all of which threaten to continue or create local emergency
conditions; and
3. The City Council has reviewed Exhibit A and concurs with the findings in the Proclamation; and
4. The City Council will review this declaration at its next regular meeting, occurring not more than 14
days from the date the Resolution Proclaiming Existence of a Local Emergency is ratified by this
resolution;
NOW, THEREFORE, BE IT RESOLVED that the City Council hereby ratifies the proclamation of a
"local emergency" by the Director of Emergency Services and proclaims and orders that said local
emergency shall be deemed to continue to exist until its termination is proclaimed by the City Council.
The City Council shall review the need for continuing the local emergency at least once every 14 days
until its termination is proclaimed by the City Council.
BE IT FURTHER RESOLVED that the City Council hereby proclaims and orders that during the
existence of a local emergency, the powers, functions, and duties of the Director of Emergency
Services and the emergency organization of the City shall be those prescribed by (1) state law, (2)
City ordinances and resolutions adopted by the City Council and (3) the City Operational Area
Emergency Plan, as approved by the City Council.
BE IT FURTHER RESOLVED that a copy of this declaration shall be forwarded to the County of
Mendocino Office of Emergency Services (OES) with a request that OES forward the Resolution to
California Office of Emergency Services Director, Mark Ghilarducci for concurrence of a local
emergency.
PASSED AND ADOPTED this 6th day of March 2019, by the following roll call vote:
AYES:
NOES:
ABSENT:
ABSTAIN:
Maureen Mulheren, Mayor
ATTEST:
3
Kristine Lawler, City Clerk
Exhibit A
RESOLUTION PROCLAIMING EXISTENCE OF A LOCAL EMERGENCY
WHEREAS, Ukiah City Code Section 5125 (Ordinance No. 995, §1) empowers the Director of Emergency
Services to proclaim the existence or threatened existence of a local emergency when said city is affected or
likely to be affected by a public calamity and the City Council is not in session: and
WHEREAS, on February 21, 2019, the Governor of California proclaimed that the atmospheric river system
that has swept across California has created conditions producing a State of Emergency in counties throughout
the state; and
WHEREAS,the County of Mendocino proclaimed a Local Emergency on February 26, 2019, due to the severe
winter storms commencing on February 25, 2019; and
WHEREAS, the Director of Emergency Services of the City of Ukiah does hereby find that conditions of extreme
peril to the safety of persons and property have arisen within the City, caused by the severe winter storms
which began to impact the City on February 25, 2019; and
WHEREAS, on the February 26, 2019, heavy rains from the winter storm have produced inflows to the City's
Wastewater Treatment Plant that exceed the secondary effluent storage capacity of the plant's percolation
ponds; and
WHEREAS,these conditions are likely to be beyond the control of the services, personnel, equipment, and
facilities of the City; and
WHEREAS,the City Council of the City of Ukiah is not in session (and cannot immediately be called into
session);
NOW,THEREFORE, IT IS HEREBY PROCLAIMED that a local emergency now exists throughout the City of
Ukiah.
IT IS FURTHER PROCLAIMED AND ORDERED that during the existence of said local emergency the poweis,
functions, and duties of the emergency organization of this City shall be those prescribed by state law and
ordinances and resolutions of this City, and that this emergency proclamation shall expire in 7 days after
issuance unless confirmed and ratified by City Council of the City of Ukiah.
Dated: -2 lct By: ' ,
Dirtor of ergency Services
Print Name
AddressL_,
Agenda Item No.: 13b
MEETING DATE/TIME: 9/6C2019
0/0
PEAK ITEM NO:
�
AGENDA SUMMARY REPORT
SUBJECT:Authorize the City Manager and Police Chief to Implement a Relocation Program for Recruiting
Police Officers .
DEPARTMENT: Police PREPARED Justin Wyatt
ATTACHMENTS:
None
Summary: The City Council will consider approving a relocation program consisting of a one-time payment of
$8,000 to newly hired police officers, to aide in their relocation and move-in expenses.
Background: The Ukiah Police Department has been understaffed for many years, with the number of trained
police officers consistently well below reasonable levels for the corresponding workload and call volume.
Recruiting both lateral and recruit-level police officers has been more challenging, with fewer and fewer police
officer applicants combining with higher and higher failure rates in the hiring process. This is an industry trend
for law enforcement across the U.S.
Further complicating the issue is avve||-known and widely recognized long-term housing shortage in the Ukiah
Valley. This shortage has created deficits in available housing and increased housing costs, and contributed to
hiring challenges for many occupations in the area including law enforcement.
RECOMMENDED ACTION: Approve authorizing the City Manager and Police Chief to implement a relocation
payment of$8,000for newly hired police officers.
BUDGET AMENDMENT REQUIRED: No
CURRENT BUDGET AMOUNT: N/A
PROPOSED BUDGET AMOUNT: Program will be implemented utilizing budget savings from unfilled positions; FY
19'20Budget will have adirect allocation recommended for this program.
FINANCING SOURCE: General Fund/Measure P
PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A
COORDINATED WITH: Sage Sangiacomo, City Manager and Sheri Mannion, HR and Risk Management Director
Discussion: The Department remains under-staffed and continues to be challenged in recruiting and hiring
police officers. Of the declining number of police officer applicants, more and more are from out of the area.
The most recent interview testing for police officer was attended by 6 applicants from outside of the region.
Three of these applicants passed this stage of the testing process and will begin the background process,
which continues to experience a high failure rate.
The Ukiah Valley continues to experience a housing shortage, and the cost of entering housing is becoming
more and more significant and unaffordable for newly hired employees. Local industry has implemented
creative solutions to aid newly hired employees in finding and affording housing.
Staff very recently conducted a recruiting event at a police academy in the Sacramento area, which was well
attended by unemployed academy attendees. Many of these potential applicants asked articulate questions
pertaining to the housing costs in our area, and were clearly concerned with housing availability.
The hiring process for law enforcement has become increasingly competitive with many California agencies
offering hiring bonuses and paying for moving expenses.
Staff researched pricing and move-in costs for housing in the area, and determined $8,000 would provide a
newly hired police officer the means to relocate and obtain available housing.
Staff believes a relocation payment of$8,000 will help increase interest in employment with the Ukiah Police
Department, provide qualified applicants the ability to obtain housing and become established in the community,
and is seeking Council approval. Note: The Department will continue to put a high priority on local recruitment
and already has a program that pays for new recruits that reside in the community to attend the academy while
employed with the City.
2
2
Agenda Item No.: 13c
MEETING DATE/TIME: 9/6C2019
0/0
PEAK ITEM NO:
�
AGENDA SUMMARY REPORT
SUBJECT:Approve the Rejection of the Proposal Received from Fiduciary Resources, and Authorize the City
Manager to Execute and Negotiate an Agreement for Vineyard Management Services to Mendocino Ag.
DEPARTMENT: Water Resources PREPARED JamdThie|e
ATTACHMENTS:
Attachment l RFP Vineyard Management Services
Attachment Mendocino AgProposal
Summary: Council will consider approving the rejection of the proposal received from Fiduoiarauthorizing the
City Manager toExecute and Negotiate anAgreement for Vineyard Management Services b» Mendocino Ag.
Background: The City owns approximately 45 acres of vineyards adjacent to the Wastewater Treatment Plant.
The City acquired approximately 14 acres from the Mattern family around 2008. The property acquired from the
Mattern family has been leased back to the Mattern family since it was acquired. The City acquired an additional
30 acres from Norgard Properties in 2018.
Discussion: The City needs to contract for vineyard management services for the recently acquired Norgard
property. In addition, City staff thinks it is more effective to have all of the vineyards managed by one company
in order to maximize efficiency ofscale.
RECOMMENDED ACTION: Approve the Rejection of the Proposal Received from Fiduciary Resources, and
Authorize the City Manager to Execute and Negotiate an Agreement for Vineyard Management Services to
Mendocino Ag.
BUDGET AMENDMENT REQUIRED: No
CURRENTBUOGETAh8OUNT: $0
PROPOSED BUDGET AMOUNT: Revenue TBD; 10%ofthe gross annual sales
FINANCING SOURCE: N/A
PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A
COORDINATED WITH: Sean White, Water Resources Director; Mary Horger, Procurement Manager
Staff released Request for Proposals (RFP) (Attachment 1) for vineyard management services and three
proposals were received. Upon review, only one company complied with all of the terms of the RFP and
Addendum. One of the two proposal, received from Fiduciary Resources, was returned to them unopened, as
they did not attend the Mandatory Pre-Proposal Conference.
Staff is recommending approval of staff's refusal to accept the proposal from Fiduciary Resources, and
approve the award of a contract to Mendocino Ag. Their proposal is shown in Attachment 2.
2
2
Attachment 1
City of Uktahr
r
WATER RESOURCES DEPARTMENT
REQUEST FOR PROPOSAL
VINEYARD MANAGEMENT SERVICES
MANDATORY PRE- PROPOSAL MEETING THURSDAY, JANUARY 31, 2019
PROPOSAL DUE FEBRUARY 13, 2019 AT 2:00 PM
3
GENERAL INFORMATION / PROJECT LOCATION
The City of Ukiah has a population of 16,075 people and is located approximately 115 miles
north of San Francisco, CA on the US Highway 101 corridor. Ukiah is the retail, government,
and medical service hub to an area reaching a 50 mile radius and experiences a daytime service
population exceeding 35,000 people.
The City of Ukiah requests proposals from qualified firms to manage 28.25 acres of vineyards
owned by the City of Ukiah. The parcels are shown on Exhibit 1.
The sites are accessed via a public roadway with 14.25 acres, on two separate and non-
adjoining parcels, planted to Pinot Noir and 14 acres of Chardonnay on one separate parcel that
adjoins one of the parcels of Pinot Noir. The vineyards are maintained on a three-wire trellis
system with metal posts and metal end stakes. There is a drip irrigation system with vineyard
spacing consistently at 5'x8'. The yield per acre for the Pinot Noir over the last two crop years
has averaged 5 tons per acre. The average price per ton sold was $1,650. The yield of the
Chardonnay is unknown.
The City has recently installed infrastructure for the use of Recycled Water for two of the three
parcels. It is a requirement of this contract that Recycled Water will be used for irrigation and
frost protection. In addition, should the City need to irrigate these two parcels in order to dispose
of additional treated wastewater, arrangements with the Vineyard Manager will need to be made.
SCOPE OF SERVICES
The scope of services for the Vineyard Management Contract shall include the tasks described
below, as well as other elements or modifications, which may be suggested by individuals
presenting proposals to better meet the needs of the City. All services shall be provided in
accordance with the City's draft professional services agreement, a sample of which is attached
as Attachment "A". The firm's proposal shall include, but not be limited to the following:
• Review and evaluate existing information and locations in order to fully explain what
services will be provided by the firm. Services are to include all aspects of proper vineyard
management.
• Provide a detailed description of the responsibilities of the City during the Vineyard
Management Contract period.
• Provide a detailed fee proposal for the Vineyard Management Services
SCHEDULE
• Mandatory Pre-Proposal Meeting- January 31, 2019 at 11:00 am at 300 Plant Road,
Ukiah, CA
• Proposals to provide Vineyard Management Services will be received until 2:00 PM on
February 13, 2019
• City Council award of professional services agreement to selected consultant- February
20, 2019 4
January,2019 Vineyard Management Contract Page 2 of 14
• Provide insurance certificates/execute professional services agreement- March 1, 2019
• Commence Vineyard Management Services- March 2, 2019
CONSULTANT'S PROPOSAL
Proposals shall be labeled:
"Vineyard Management Services"
Proposals shall be submitted to:
City of Ukiah
Water Resources Department
Attn: Sean White
411 West Clay Street
Ukiah, CA 95482-5400
Five (5) copies of the PROPOSAL and one ELECTRONIC copy are required. Proposals
must be received prior to 2:00 PM, February 13, 2019
Proposals shall include as a minimum the following:
Contract approach and schedule
Describe the proposed approach and procedures to be used in completing the tasks described in
the Scope of Services. Include a proposed schedule showing completion of the various tasks.
Cover letter
The cover letter should include a brief overview of the specific approach and procedures the firm
proposes to complete the tasks described in the Scope of Services. Please explain why the
proposal is the best proposal for the City. The cover letter must be signed by an official
authorized to bind the successful firm contractually and shall contain a statement to the effect
that the proposal is a firm offer for a minimum period of thirty (30) days after the submittal date.
The letter accompanying the proposal shall also provide the following: name, title, address, and
telephone number of individuals with the authority to negotiate a contract and bind the consultant
to the terms of the contract.
Contract Team
Describe the qualifications and experience of the firm as related to the requested services and
the proposed staff to be assigned to this project. Describe the qualifications and experience of
any proposed sub-consultants and identify the work they will accomplish. Firms, sub-consultants
and proposed staff must demonstrate experience with similar contracts. Provide the name and
brief resume of the individual who will be primarily responsible for the contract.
5
January,2019 Vineyard Management Contract Page 3 of 14
Fee proposal
Please submit the fee proposal in a separate, sealed envelope marked "Fee Proposal."
References
Provide a list of similar projects for which the firm has completed similar projects with a list of at
least three client references associated with these projects. Include client references for any
proposed sub-consultants. Provide names of contact person, addresses and telephone numbers
for all client references.
Exceptions
Identify any exceptions you are proposing with respect to the Scope of Services. Additionally, if
there are any exceptions to the City's insurance requirements and/or the City's draft professional
services agreement as shown in the attachments, the Consultant should list the exceptions in the
proposal.
INSURANCE REQUIREMENTS
The insurance requirements are set forth in Attachment "B".
EVALUATION OF CONSULTANT'S PROPOSAL
The following evaluation criteria will be used in evaluating and selecting candidates:
1. Candidate's specialized experience and technical competence as applicable to the
services required. Resumes must be furnished for the proposed Vineyard Manager
2. Candidate's past record of performance on similar contracts
3. Candidate's capacity to perform the work.
4. Candidate's familiarity with the type of problems applicable to the contract.
5. Candidate's demonstrated experience in Vineyard Management.
SUPPLEMENTAL REFERENCE INFORMATION
The following documents are provided for your reference:
A draft professional services agreement, Attachment "A."
Insurance Requirements, Attachment "B." 6
January,2019 Vineyard Management Contract Page 4 of 14
RIGHT OF REFUSAL
The City reserves the right to reject any and all proposals without qualifications. Proposals will
be considered only in their entirety. The City reserves the right to negotiate the specific
requirements and costs for the East Perkins Street Widening and Utility Improvement Project
Plans
QUESTIONS
Questions shall be directed to Sean White, Water Resources Director, 411 West Clay Street,
Ukiah, CA 95482-5400, voice phone: (707) 467-5712, preferred method via email:
swhite acit�ofukiah.com
7
January,2019 Vineyard Management Contract Page 5 of 14
ATTACHMENT "A"
AGREEMENT FOR
PROFESSIONAL CONSULTING SERVICES
[Design Professional]
This Agreement,made and entered into this_day of ,2015 ("Effective Date"),by and between
CITY OF UKIAH,CALIFORNIA,hereinafter referred to as"City"and a [sole
proprietorship,corporation,partnership,limited partnership,limited liability company,etc] organized and In good standing under the laws of
the state of hereinafter referred to as "Consultant".
RECITALS
This Agreement is predicated on the following facts:
a. City requires consulting services related to
b. Consultant represents that it has the qualifications,skills,experience and properly licensed to provide these
services, and is willing to provide them according to the terms of this Agreement.
C. City and Consultant agree upon the Scope-of-Work and Work Schedule attached hereto as Attachment"A",
describing contract provisions for the project and setting forth the completion dates for the various services
to be provided pursuant to this Agreement.
TERMS OF AGREEMENT
1.0 DESCRIPTION OF PROJECT
1.1 The Project is described in detail in the attached Scope-of-Work (Attachment"A").
2.0 SCOPE OF SERVICES
2.1 As set forth in Attachment"A".
2.2. Additional Services. Additional services,if any,shall only proceed upon written agreement between City
and Consultant. The written Agreement shall be in the form of an Amendment to this Agreement.
3.0 CONDUCT OF WORK
3.1 Time of Completion. Consultant shall commence performance of services as required by the Scope-of-
Work upon receipt of a Notice to Proceed from City and shall complete such services within
from receipt of the Notice to Proceed. Consultant shall complete the work to the City's
reasonable satisfaction, even if contract disputes arise or Consultant contends it is entitled to further
compensation.
4.0 COMPENSATION FOR SERVICES
4.1 Basis for Compensation. For the performance of the professional services of this Agreement, Consultant
shall be compensated on a time and expense basis not to exceed a guaranteed maximum dollar amount of$--
-----. Labor charges shall be based upon hourly billing rates for the various classifications of personnel
employed by Consultant to perform the Scope of Work as set forth in the attached Attachment B,which $
January,2019 Vineyard Management Contract Page 6 of 14
shall include all indirect costs and expenses of every kind or nature, except direct expenses. The direct
expenses and the fees to be charged for same shall be as set forth in Attachment B. Consultant shall
complete the Scope of Work for the not-to-exceed guaranteed maximum,even if actual time and expenses
exceed that amount.
4.2 Changes. Should changes in compensation be required because of changes to the Scope-of-Work of this
Agreement,the parties shall agree in writing to any changes in compensation. "Changes to the Scope-of-
Work" means different activities than those described in Attachment "A" and not additional time to
complete those activities than the parties anticipated on the date they entered this Agreement.
4.3 Sub-contractor Payment. The use of sub-consultants or other services to perform a portion of the work of
this Agreement shall be approved by City prior to commencement of work. The cost of sub-consultants
shall be included within guaranteed not-to-exceed amount set forth in Section 4.1.
4.4 Terms of Payment. Payment to Consultant for services rendered in accordance with this contract shall be
based upon submission of monthly invoices for the work satisfactorily performed prior to the date of invoice
less any amount already paid to Consultant,which amounts shall be due and payable thirty(30)days after
receipt by City. The invoices shall provide a description of each item of work performed,the time expended
to perform each task,the fees charged for that task,and the direct expenses incurred and billed for. Invoices
shall be accompanied by documentation sufficient to enable City to determine progress made and the
expenses claimed.
5.0 ASSURANCES OF CONSULTANT
5.1 Independent Contractor. Consultant is an independent contractor and is solely responsible for its acts or
omissions. Consultant (including its agents, servants, and employees) is not City's agent, employee, or
representative for any purpose.
It is the express intention of the parties hereto that Consultant is an independent contractor and not an
employee,joint venturer, or partner of City for any purpose whatsoever. City shall have no right to, and
shall not control the manner or prescribe the method of accomplishing those services contracted to and
performed by Consultant under this Agreement, and the general public and all governmental agencies
regulating such activity shall be so informed.
Those provisions of this Agreement that reserve ultimate authority in City have been inserted solely to
achieve compliance with federal and state laws, rules, regulations, and interpretations thereof. No such
provisions and no other provisions of this Agreement shall be interpreted or construed as creating or
establishing the relationship of employer and employee between Consultant and City.
Consultant shall pay all estimated and actual federal and state income and self-employment taxes that are
due the state and federal government and shall furnish and pay worker's compensation insurance,
unemployment insurance and any other benefits required by law for himself and his employees, if any.
Consultant agrees to indemnify and hold City and its officers, agents and employees harmless from and
against any claims or demands by federal,state or local government agencies for any such taxes or benefits
due but not paid by Consultant,including the legal costs associated with defending against any audit,claim,
demand or law suit.
Consultant warrants and represents that it is a properly licensed professional or professional organization
with a substantial investment in its business and that it maintains its own offices and staff which it will use
in performing under this Agreement.
5.2 Conflict of Interest. Consultant understands that its professional responsibility is solely to City. Consultant 9
January,2019 Vineyard Management Contract Page 7 of 14
has no interest and will not acquire any direct or indirect interest that would conflict with its performance of
the Agreement. Consultant shall not in the performance of this Agreement employ a person having such an
interest. If the City Manager determines that the Consultant has a disclosure obligation under the City's
local conflict of interest code, the Consultant shall file the required disclosure form with the City Clerk
within 10 days of being notified of the City Manager's determination.
6.0 INDEMNIFICATION
6.1 Insurance Liability. Without limiting Consultant's obligations arising under Paragraph 6.2 Consultant shall
not begin work under this Agreement until it procures and maintains for the full period of time allowed by
law,surviving the termination of this Agreement insurance against claims for injuries to persons or damages
to property,which may arise from or in connection with its performance under this Agreement.
A. Minimum Scope of Insurance
Coverage shall be at least as broad as:
1. Insurance Services Office("ISO)Commercial General Liability Coverage Form No.CG 20
10 10 01 and Commercial General Liability Coverage—Completed Operations Form No.
CG 20 37 10 01.
2. ISO Form No. CA 0001 (Ed. 1/87) covering Automobile Liability, Code 1 "any auto" or
Code 8, 9 if no owned autos and endorsement CA 0025.
3. Worker's Compensation Insurance as required by the Labor Code of the State of California
and Employers Liability Insurance.
4. Errors and Omissions liability insurance appropriate to the consultant's profession.
Architects' and engineers' coverage is to be endorsed to include contractual liability.
B. Minimum Limits of Insurance
Consultant shall maintain limits no less than:
1. General Liability: $1,000,000 combined single limit per occurrence for bodily injury,
personal injury and property damage including operations, products and completed
operations. If Commercial General Liability Insurance or other form with a general
aggregate limit is used, the general aggregate limit shall apply separately to the work
performed under this Agreement, or the aggregate limit shall be twice the prescribed per
occurrence limit.
2. Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and
property damage.
3. Worker's Compensation and Employers Liability: Worker's compensation limits as
required by the Labor Code of the State of California and Employers Liability limits of
$1,000,000 per accident.
4. Errors and Omissions liability: $1,000,000 per occurrence.
C. Deductibles and Self-Insured Retentions
10
January,2019 Vineyard Management Contract Page 8 of 14
Any deductibles or self-insured retentions must be declared to and approved by the City. At the
option of the City, either the insurer shall reduce or eliminate such deductibles or self-insured
retentions as respects to the City,its officers,officials,employees and volunteers;or the Consultant
shall procure a bond guaranteeing payment of losses and related investigations, claim
administration and defense expenses.
D. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, the following provisions:
I. General Liability and Automobile Liability Covera
a. The City, it officers, officials, employees and volunteers are to be covered as
additional insureds as respects;liability arising out of activities performed by or on
behalf of the Consultant, products and completed operations of the Consultant,
premises owned,occupied or used by the Consultant,or automobiles owned,hired
or borrowed by the Consultant for the full period of time allowed by law,
surviving the termination of this Agreement. The coverage shall contain no
special limitations on the scope-of-protection afforded to the City, its officers,
officials, employees or volunteers.
b. The Consultant's insurance coverage shall be primary insurance as respects to the
City, its officers, officials, employees and volunteers. Any insurance or self-
insurance maintained by the City,its officers, officials, employees or volunteers
shall be in excess of the Consultant's insurance and shall not contribute with it.
C. Any failure to comply with reporting provisions of the policies shall not affect
coverage provided to the City,its officers,officials, employees or volunteers.
d. The Consultant's insurance shall apply separately to each insured against whom
claim is made or suit is brought, except with respect to the limits of the insurer's
liability.
2. Worker's Compensation and Employers Liability Coverage
The insurer shall agree to waive all rights of subrogation against the City, its officers,
officials,employees and volunteers for losses arising from Consultant's performance of the
work,pursuant to this Agreement.
3. Professional Liability Coverage
If written on a claims-made basis, the retroactivity date shall be the effective date of this
Agreement. The policy period shall extend from ------ to -------------
4. All Coverages
Each Insurance policy required by this clause shall be endorsed to state that coverage shall
not be suspended,voided,canceled by either party,reduced in coverage or in limits except
after thirty (30) days prior written notice by certified mail, return receipt requested, has
been given to the City.
11
January,2019 Vineyard Management Contract Page 9 of 14
E. Acceptability of Insurers
Insurance is to be placed with admitted California insurers with an A.M. Best's rating of no less
than A-for financial strength, AA for long-term credit rating and AMB-I for short-term credit
rating.
F. Verification of Coverage
Consultant shall furnish the City with Certificates of Insurance and with original Endorsements
effecting coverage required by this Agreement. The Certificates and Endorsements for each
insurance policy are to be signed by a person authorized by that insurer to bind coverage on its
behalf. The Certificates and Endorsements are to be on forms provided or approved by the City.
All Certificates and Endorsements are to be received and approved by the City before Consultant
begins the work of this Agreement. The City reserves the right to require complete,certified copies
of all required insurance policies,at any time. If Consultant fails to provide the coverages required
herein, the City shall have the right,but not the obligation,to purchase any or all of them. In that
event, after notice to Consultant that City has paid the premium, the cost of insurance may be
deducted from the compensation otherwise due the contractor under the terms of this Contract.
G. Subcontractors
Consultant shall include all sub-contractors or sub-consultants as insured under its policies or shall
furnish separate certificates and endorsements for each sub-contractor or sub-consultant. All
coverage for sub-contractors or sub-consultants shall be subject to all insurance requirements set
forth in this Paragraph 6.1.
6.2 Indemnification. Notwithstanding the foregoing insurance requirements,and in addition thereto,Consultant
agrees,for the full period of time allowed by law,surviving the termination of this Agreement,to indemnify
the City for any claim, cost or liability that arises out of, or pertains to, or relates to any negligent act or
omission or the willful misconduct of Consultant and its agents in the performance of services under this
contract,but this indemnity does not apply to liability for damages for death or bodily injury to persons,
injury to property,or other loss,arising from the sole negligence,willful misconduct or defects in design by
the City, or arising from the active negligence of the City.
"Indemnify," as used herein includes the expenses of defending against a claim and the payment of any
settlement or judgment arising out of the claim. Defense costs include all costs associated with defending
the claim,including,but not limited to,the fees of attorneys,investigators,consultants, experts and expert
witnesses, and litigation expenses.
References in this paragraph to City or Consultant, include their officers, employees, agents, and
subcontractors.
7.0 CONTRACT PROVISIONS
7.1 Documents and Ownership of Work. All documents furnished to Consultant by City and all documents or
reports and supportive data prepared by Consultant under this Agreement are owned and become the
property of the City upon their creation and shall be given to City immediately upon demand and at the
completion of Consultant's services at no additional cost to City. Deliverables are identified in the Scope-
of-Work, Attachment "A". All documents produced by Consultant shall be furnished to City in digital
format and hardcopy. Consultant shall produce the digital format,using software and media approved by
City.
12
January,2019 Vineyard Management Contract Page 10 of 14
7.2 Governing Law. Consultant shall comply with the laws and regulations of the United States, the State of
California, and all local governments having jurisdiction over this Agreement. The interpretation and
enforcement of this Agreement shall be governed by California law and any action arising under or in
connection with this Agreement must be filed in a Court of competent jurisdiction in Mendocino County.
7.3 Entire Agreement. This Agreement plus its Attachment(s) and executed Amendments set forth the entire
understanding between the parties.
7.4 Severability. If any term of this Agreement is held invalid by a court of competent jurisdiction, the
remainder of this Agreement shall remain in effect.
7.5 Modification. No modification of this Agreement is valid unless made with the agreement of both parties in
writing.
7.6 Assignment. Consultant's services are considered unique and personal. Consultant shall not assign,
transfer,or sub-contract its interest or obligation under all or any portion of this Agreement without City's
prior written consent.
7.7 Waiver. No waiver of a breach of any covenant,term,or condition of this Agreement shall be a waiver of
any other or subsequent breach of the same or any other covenant, term or condition or a waiver of the
covenant, term or condition itself.
7.8 Termination. This Agreement may only be terminated by either party: 1)for breach of the Agreement;2)
because funds are no longer available to pay Consultant for services provided under this Agreement; or 3)
City has abandoned and does not wish to complete the project for which Consultant was retained. A party
shall notify the other party of any alleged breach of the Agreement and of the action required to cure the
breach. If the breaching party fails to cure the breach within the time specified in the notice, the contract
shall be terminated as of that time. If terminated for lack of funds or abandonment of the project, the
contract shall terminate on the date notice of termination is given to Consultant. City shall pay the
Consultant only for services performed and expenses incurred as of the effective termination date. In such
event,as a condition to payment,Consultant shall provide to City all finished or unfinished documents,data,
studies, surveys, drawings, maps, models,photographs and reports prepared by the Consultant under this
Agreement. Consultant shall be entitled to receive just and equitable compensation for any work
satisfactorily completed hereunder,subject to off-set for any direct or consequential damages City may incur
as a result of Consultant's breach of contract.
7.9 Execution of Agreement. This Agreement may be executed in duplicate originals, each bearing the
original signature of the parties. Alternatively, this Agreement may be executed and delivered by
facsimile or other electronic transmission, and in more than one counterpart, each of which shall be
deemed an original, and all of which together shall constitute one and the same instrument. When
executed using either alternative, the executed agreement shall be deemed an original admissible as
evidence in any administrative or judicial proceeding to prove the terms and content of this Agreement.
8.0 NOTICES
Any notice given under this Agreement shall be in writing and deemed given when personally delivered or
deposited in the mail(certified or registered) addressed to the parties as follows:
CITY OF UKIAH --------------
DEPT. OF --------------
300 SEMINARY AVENUE --------------
UKIAH, CALIFORNIA 95482-5400 13
January,2019 Vineyard Management Contract Page 11 of 14
9.0 SIGNATURES
IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date:
CONSULTANT
BY:
Date
PRINT NAME:
IRS IDN Number
CITY OF UKIAH
BY:
Date
CITY MANAGER
ATTEST
CITY CLERK Date
14
January,2019 Vineyard Management Contract Page 12 of 14
ATTACHMENT `B"
INSURANCE REQUIREMENTS FOR CONSULTANTS
Consultant(s) shall procure and maintain for the duration of the contract insurance against claims for
injuries to persons or damages to property which may arise from or in connection with the
performance of the work hereunder by the Consultant(s), his agents, representatives, or employees.
I. Minimum Scope of Insurance
Coverage shall be at least as broad as:
A. Insurance Services Office Commercial General Liability coverage(Form No. CG 20 10 10 01 and
Commercial General Liability — Completed Operations Form No. CG 20 37 10 01).
B. Insurance Services Office form number CA 0001 (Ed. 1/87)covering Automobile Liability, code 1
(any auto).
C.Workers' Compensation insurance as required by the State of California and Employer's Liability
Insurance.
D. Errors and Omissions liability insurance appropriate to the consultant's profession. Architects'
and engineers' coverage is to be endorsed to include contractual liability.
11. Minimum Limits of Insurance
Consultant shall maintain limits no less than:
A. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property
damage including operations, products and completed operations, as applicable. If
Commercial General Liability Insurance or other form with a general aggregate limit is used, either
the general aggregate limit shall apply separately to this project/location or the general aggregate
limit shall be twice the required occurrence limit. Insurance must be written on an occurrence
basis.
B. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. Insurance
must be written on an occurrence basis.
C. Workman's Compensation Employer's Liability: $1,000,000 per accident for bodily injury or
disease.
D. Errors and Omissions liability: $1,000,000 per occurrence. If written on a claims-made basis,
insurance coverage must cover claims filed within 3 years after contract work completed.
M. Deductibles and Self-Insured Retentions
Any deductibles or self-insured retentions must be declared to and approved by the City. The City may
require the insurer to reduce or eliminate such deductibles or self-insured retentions with respect to the
City, its officers, officials, employees and volunteers; or the Consultant to provide a financial guarantee
satisfactory to the City guaranteeing payment of losses and related investigations, claim administration
and defense expenses; or to approve the deductible without a guarantee.
W. REQUIRED Insurance Provisions
Proof of general liability and automobile liability policies are to contain, or be endorsed to
15
January,2019 Vineyard Management Contract Page 13 of 14
contain, the following provisions:
A. The City, its officers, officials, employees, and volunteers are to be covered as ADDITIONAL
INSURED with respect to liability arising out of automobiles owned, leased, hired or borrowed by
or on behalf of the contractor; and with respect to liability arising out of work or operations
performed by or on behalf of the Consultant including materials, parts or equipment, furnished in
connection with such work or operations. General liability coverage can be provided in the form of
an endorsement to the Consultant's insurance, or as a separate owner's policy.
B. The workers' compensation policy is to be endorsed with a waiver of subrogation. The
insurance company, in its endorsement,agrees to waive all rights of subrogation against the City,
its officers, officials, employees and volunteers for losses paid under the terms of this policy
which arises from the work performed by the named insured for the City. NOTE: You cannot be
added as an additional insured on a workers' compensation policy.
C. For any claims related to this project, the Consultant's insurance coverage shall be primary
insurance with respect to the City, its officers, officials, employees,and volunteers.Any insurance
or self-insurance maintained by the City, its officers, officials, employees, or volunteers shall be in
excess of the Consultant's insurance and shall not contribute with it.
D. Each insurance policy required by this clause shall be endorsed to state that coverage shall
not be canceled by either party, except after thirty(30) days' prior written notice by certified mail,
return receipt requested, has been given to the City.
V. RATING -Acceptability of Insurers
Insurance is to be placed with admitted California insurers with a current A.M. Best's rating of no less than
A- for financial strength, AA for long-term credit rating and AMB-1 for short-term credit rating.
Vl. Verification of Coverage
Consultant shall furnish the City with original certificates and amendatory endorsements effecting
coverage required by this clause. The endorsements should be on forms provided by the City. If
endorsements are on forms other than the City's forms, those endorsements must provide coverage that
is equivalent to or better than the forms requested by the City. All certificates and endorsements are to be
received and approved by the City before work commences. The City reserves the right to require
complete, certified copies of all required insurance policies, including endorsements affecting the
coverage required by these specifications at any time.
If you have questions regarding our insurance requirements contact:
Risk Manager
(707) 463-6287 or FAX (707) 463-6204
Revised: 11/20/08
16
January,2019 Vineyard Management Contract Page 14 of 14
/rrrr;<rr I`
/
City
Ukiah
J ,,,,,,,,,..... ,mm,�G r ,rtc,,../ ,me/arviairraiaieicaioaaaaaaorraaniiiaiir//iie ;a,„ea;,,n,
January 29, 2019
ADDENDUM NO. 1
SUBJECT: VINEYARD MANAGEMENT SERVICES
To all Prospective Firms:
Included Herewith is Addendum No.1 for the Subject Request for Proposals Removing the
Following Insurance Requirements:
1) Attachment A: Section 6.1.A.1- Completed Operations Form No. CG 20 37 10 01
2) Attachment B: Section I.A- Completed Operations Form No. CG 20 37 10 01
The proposal due date for this project will still be: February 13, 2019 AT 2:00pm.
IF YOU SUBMIT A PROPOSAL, ACKNOWLEDGMENT OF THIS ADDENDUM MUST BE
SHOWN ON THIS ADDENDUM. IN ADDITION THIS SIGNED ACKNOWLEDGEMENT MUST
BE SUBMITTED WITH THE PROPOSAL.
This Addendum is being sent to you in order that this office may be assured all firms have
received same. It should be noted it is the responsibility of the consultant to notify all prospective
sub consultants of any and all changes.
Sincerely,
Sean K. White
Director of Water Resources
ACKNOWLEDGEMENT
1f
hereby ackno ledge*,thave received this Addendum No. 1 and have reviewed and
considered it b ore suy proposal.
Signed: Date:
IYU11Y11,IIEIIIIIIIIIY/4!![I1,IRlYIllk111111E1/El1Ni11111YlYlYPflYlNtINIIY01fIJUAUA /I//dI//.:[l!/i i//i i r e i
X
GOIYl1!lIpNNYIMSRNt1pN1111Ad11NttllYIdIIVIIJ,I'J1C11111111111YJf.. ..../vvve /alu.11!.n
./l/ U ,l,l,IIJIUIXtt,IldMll➢11Y1XNdYNMIIm'Ilpllr',UIGIII/!ll%lAAt IYIIU;Idr//U JI L.uGxMa.apmlv,rUXl1FVA✓AXI,IYIIWIIIE:IIIYIIO1d11NU�1 a IGIM!laXdY/d,F11111llPlNIIYAIIIAIfnIYAI1YllPiI111lE1hY0//IJ IIUIild/ lUfi1/!G/u ! UititU/ !1J>a7`p/YIAYA.n.avUY l!UgIdIGNIkNLb
300 Seminary Avenue • Ukiah • CA • 95482-5400
Phone: (707)4636200 • Fax: (707)463®6204 •www.cityo `ah.co
00
Attachment 2
MENDOCINO AG
A, x i,6g 11P'A�iY y
February 13, 2019
City of Ukiah
Water Resources Department
Attn: Sean White
411 West Clay Street
Ukiah, CA 95482-5400
Re: Vineyard Lease Proposal - 300 Plant Road Vineyards
Dear Mr. White,
Thank you for the opportunity to provide the City of Ukiah with a proposal for 300
Plant Road Vineyards in Mendocino County. We appreciate the mandatory pre-
proposal meeting held on January 31, 2019 as it was beneficial to (1) tour all
three vineyard sites and (2) address our questions between a management
proposal and a lease proposal.
The enclosed Fee Proposal agreement is between Mendocino Ag, LLC (Mendo
Ag) as Lessee and the City of Ukiah as Lessor. Mendocino Ag has partnered
with its affiliated company Noble Vineyard Management, Inc. (NVM) to farm the
vineyard on its behalf. Separating the leasing entity and the farming entity are
done for tax and liability purposes. This is the manner in which all of the Mendo
Ag's leased vineyards are managed.
We propose to farm the vineyard in a first-class manor consistent with other
premium wine grape vineyards leased by Mendo Ag and farmed by NVM. All
farming activities will be performed in a timely and efficient manner as more
thoroughly outlined in Section 17 of the Fee Proposal.
The farming goal for each year will be to maximize the quality and quantity of the
crop to achieve the highest potential revenue on behalf of the Lessor and Lessee.
To this end, Mendo Ag has preliminarily secured a buyer for the 2019
P-0. IBOX 1030, UMAI-0 CA 95492
rn
MENDOCINO AG
IL,,r I M o l l:D I I A 113:1 il..11 11 a i ti lk�', 'u�N:Yel'e
Chardonnay crop and are in negotiations with second winery for the 2019 Pinot
Noir crop.
The proposed duration of the lease, as more thoroughly outlined in Section 4 of
the Fee Proposal, is intended to provide the Lessor with maximum flexibility to
ensure all or a portion of the property is readily available for future development.
We appreciate you considering this proposal. If selected, we will remain flexible
in adapting this initial proposal to ensure that the Final Fee Proposal addresses
any items not currently contemplated.
Kindest regards,
615114
T r Rodrigue
I a caging Member
Mailing Address: PO Box 807, Ukiah, CA 95482
Email: tyler@noblevm.com
Mobile Ph: 415-533-8642
Enclosures:
• Addendum No. 1, signed (5 copies)
• Introduction & Qualifications— NVM (5 copies)
• Bio 1 Resume Summary— NVM Management Team (5 copies)
• Vineyard Management References — NVM (5 copies)
• Vineyard Lease References— Mendocino Ag (5 copies)
• Fee Proposal (1 copy in sealed envelope)
PC. BOX 1030, 1J1KIAH CA 95492
415-533.8642
�uuVD!'�!w�l'�,�;mumunormww ummm.,eiw4u ;wi �ww%fir clj
C)
City of Ukiah
�umu�o,��..—,... ,...,,�,�� nw�mmnury IoaimrurauuuuuuuvitriMwmmra��rrcmvuiouuumiu iwiMtvornwxrw�i�rrtiitt uuuuwnw rrtww�iunian�mwnw?roti;Nuuuaro�wauxirr
January 29, 2019
ADDENDUM NO. I
SUBJECT: VINEYARD MANAGEMENT SERVICES
To
all ProspectiveFirms:
Included i is Addendum No.1for the SubjectRequest for Proposals Removingthe
Following Insurance it :
1) Attachment A: Section . . .
1- Completed Operations Form No. CG 20 37 10 01
2) Attachment 13: Section I.A- Completed Operations Form No. CG 20 37 10 01
The I due date for this r ill still be: Februapp 13 2019 A
IF YOU SUBMIT A PROPOSAL, ACKNOWLEDGMENT OF THIS ADDENDUM MUST BE
SHOWN ON THIS ADDENDUM. IN ADDITIONISIGNED ACKNOWLEDGEMENT MUST
BE SUBMITTED WITH THE PROPOSAL.
This Is i t to you In that thisi II firms have
received . It should be notedit is the responsibility of the consultant to [ II prospective
sub consultants II changes.
Sincerely,
Sean K. White
Director r
herebyACKNOWLEDGEMENT
th, t havei vreviewed
considered it b prproposal.
Signed: Date
w uwuwwu'Iwwu�uim i� onnoouuuuuuuuuuuuuuuuuuuuuuuuuuuuuumuiir�nopmwuuumuwaw�uww�uvvuww�wwawuuulVmuuwuwroi ui;am.a w�msm iarwmumiuuuuw�wuww�uuuumrlrlrinlm�m�mmmuuuuuuuuuuuuuuuumuuuuuummuuumm�mmmmmwnmmmmmmmm��aumammmomuuumWm uuuuuuuuuuuuu...:iii uuu uuuuuuuuu mug
i
300 Seminary Avenue - C - 95482-5400
Phone: (707)463-6200 : (707)463-6204-www.cityofiikiah.com
p� N
II�� INI lif I� B
A11'6
»>
114 I IW
14 IN IIX
MEMORANDUM
Date: February
To: Sean White- City of Ukiah,Water Resource Department
From: ler Rodrigue & Dave Downey
: Introduction& Qualifications- Noble Vineyard ana
Thank you for considering Nable Vineyard Management( ole) as your farming a er.
We welcome the opportunity to workcollaboratively you to achieve success in the
vineyard. By wayof background, ole is a full-service,wine grape development and
managementcompany providing applied i 'cul re expertise for certified sustainable,
organic and biodynamic farms vineyards located in Sonoma, Lake and Mendocino Counties.
In addition to developmentand managementservices, Noble assists clients grape
marketability,regulatory compliance and general farm maintenance. Noble's values are
outlined in its Mission and VisionStatements.
• Mission Statement: "To employ traditional ainnovative farming ractices that
ensure consistent a e quality whileenhancing the economic sustainability,
environmental stewardship and social equity California's North Coast wine grape
industry."
• Vision State ent: " a be the most effective vineyard managementpartner tathose
farms and wineries that arerelentless in their passion of producingiquality
wine grapes and crafting superb nes of distinction-, to build deeprelationships
with the land and our clients."
Noble is wholly owned the Downeyori a Families o officially formed i
May 2016. The principals and managementteam of Noble are directly involved in local
farming lic policy organizations. With hot buttonissues around water security,
land use,labor resources, mechanization,and sustainable farming ractices becoming
PTION ^(107) .6 2,,416 ui u ; N iN. N IN P NN'iN N�ih' N N� t' ur u�lN'uilliii:uiuiu.iu ucuui
B
Q MAN
more intense, Noble places a high value on being engaged with the community to help
ensure agricultural interests are served.
The business of managing a farm has become exponentially more complex in light of labor
regulation,water right reporting and air quality regulation. In addition to farming
economies of scale, Noble offers Clients enhanced efficiencies with expert experience in
managing third-party certiflers along with regulatory compliance and reporting.
Noble is a Federally and State licensed Farm Labor Contractor ( LC),certified sustainable
management company with CSWA and Lodi Rules,and an active participant in California's
North Coast wine industry.
Noble's business philosophy is based on the principals of simplicity, transparency and
accountability. Noble's dedicated Leads, Forman, Field Crew and office personnel along
with our up-to-date fleet of equipment work to ensure each job is donee ciently and
effectively.
Please feel free to call or email me with any questions.
" ler Rodrigue, Presidat
Noble Vineyard Management
(707) 462-4168 x 700
(415) 533-8642
tyler@noblevm.com
AJDIME SSR101
M
N
0 14 A K A 6 E,N
NOBLE TEAM BIO./RESUME SUMMARY
TYLER RODRIGUE, President
Tyler Rodrigue serves as the President at Noble Vineyard Management and Noble
Custom Harvesting. He is responsible for overseeing all operational and financial activities
of the businesses.
Prior to forming Noble Vineyard Management and Noble Custom Harvesting,Tyler
worked as the Vineyard Manager for Haiku Vineyards where he oversaw the day-to-day
farming and business operations. Before returning to his agricultural roots, he worked in
institutional real estate development and investing at Carmel Partners,JB Matteson,
Tiburon Ventures and Heller Pacific. During this time he maintained a California Real
Estate license and focused on West Coast acquisitions, land entitlement, construction
management and asset management.
Tyler is a graduate of the University of California at Davis with a Bachelor of Arts
degree in Managerial Economics and is a graduate of the University of San Francisco with a
Master's degree in Business Administration. Tyler currently serves on the Board of
Directors for: Russian River Flood Control and Water Conservation District, Mendocino
WineGroers Inc.,and St. Mary of the Angels Foundation.
DAVIDY,Executive Vice President
David Downey serves as the Executive Vice President at Noble Vineyard
Management and Noble Custom Harvesting. He is responsible for the coordination and
implementation of all viticulture and custom harvesting activities.
PHONE!,'('170 4 2 ;°16 ��. u.!;rI��q,I�'�����°i'�IIO����'�Pu �n���'mill'' � rI n�'ubUimviiiiu,i iicirui
a BLE
0 11A I A 6 Ei�,
Dave was born and raised in Mendocino County's Ukiah Valley,where he grew up working
in his family's vineyard. He learned farming from the ground up helping his father and
grandfather at every opportunity. Following college, Dave returned to Mendocino County
and worked for Mendocino Vineyard any. it there he was able to merge his
academic knowledge with on the ground experience while under the guidance of Mike or
and Any Beckstoffer. Dave was also, the Vineyard Manager for Mountanos Vineyards
where he ran the day-to-day farming operation. In 2002, Dave started his own vineyard
management company.
Dave is a graduate of Fresno State University with a Bachelor of Science degree in
Viticulture. He is an active member of Mendocino ins rower's Inc. He has helped
organize and run the annual pruning contest for several years. Ina itio o farming and
vineyard management, Dave has coached CYO,AAU and High School basketball for fourteen
years. He is a proud father who is committed to keeping his family's multigene rational
farming heritage thriving for the next generation.
DAVE KOBALL, Direct of Viticulture
Dave Koball serves as the Director of Viticulture for Noble Vineyard Management.
Dave is responsible for overseeing viticulture and compliance operations,developing
annual farm plans,water rights reporting and managing third party certifications for
sustainability, organics and Biodynamics. Dave runs the project management activities on
all development projects; this includes a detailed proforma and cash flow, laying out the
vineyard design, designing the trellis/irrigation/frost system, procuring vine and trellis
pricing and a project schedule.
Dave grew up as a kid on a tractor farming olive,prune,and walnut orchards in
Northern California with his family. He moved to Mendocino County in 1994 after working
moNr&('70 7) 4 6 2-I J 68 W CBS=
" N
s a post graduate researcher at UC Davis to work for the Fetzer Family as a vineyard
manager on certified or anic vineyards in Mendocino County,which were also some oft e
first in the county to be certified Bi ic. From ere, Dave developed the
mountainous Butler Ranch for Bonterra vineyards where he eventually became Vineyard
Director, overseeing s many as 1,200 acres of certified organic and Biodynamic vineyards
on 15 different ranches,growing 20 different varietals for large production wines, as well
as highly rated vineyard designate wines.
Dave is a graduate oft the University of California at Davis,with a Bachelor's Degree
in Plant Science/Plant Pathology,as well as Cornell University,with a Master's Degree in
Plant Pathology where he researched the effects of environmental con iio lat
disease development. He is a member of the Board of Directors of the Mendocino County
Resource Conservation District, California Land StewardshipInstitute,which runs the Fish
Friendly Farming ro , and Committee air forte Mendocino County Farm Bureau
Water Committee. Dave and his wife farm 15 acres of their own certified organic
Chardonnay in the Ukiahvalley,where their twin boys are learning farm management from
e ground up.
TERRY ALLEN,Operations Ma r
Terry Allen serves as the Operations Manager for Noble Vineyard Management He
is responsible for overseeing the day-to-day implementation of the vineyard farm plans
and collaborating with the Direct of Viticulture on all development projects. He is also
responsible for managing the shop and mechanics.
Terry was born and raised in Mendocino County before moving to Kansas as a
teenager. It was during his time in Kansas that Terry was exposed to commercial farming
and developed his passion for working the land. Following graduation,Terry began his
ITION (7017), 16 Z11168 ADDRESSR11an II RUN,int 9548
41VIII
OBLIIIE1
I" 111
19T
V I N L'i YA IR 0 6 1�i'm "
career farming corn and wheat. Terry moved back to California in 1991 and accepted a
position with Welch Vineyard Management Services, Inc. Terry has amassed extensive
experience in organic and biodynamic farming and has completed viticulture course work
at the University California at Davis.
Over his twenty-five-year career at Welch,Terry amassed experience farming in
Lake, Mendocino, as and Sonoma Counties. Terry has managed and developed
vineyards for an impressive list of clients including: Robert Mondavi Winery, Parducci
Wine Cellars, Fetzer Vineyards,Arkley Vineyards, Brutocao Winery, Eco Terreno and
numerous other producers.
In addition to managing and developing vineyards,Terry has knowledge running
heavy equipment,building irrigation/frost ponds, scheduling and overseeing crews and
designing irrigation,frost and trellis systems. Terry has skill managing tertiary facets of
the business including pesticide and fungicide reporting and third-party vineyard
certifications.
STEVE BRAY, Executive Vice President,Noble Construction
Steve Bray serves as the Executive Vice President of Noble Construction and is
responsible for the coordination and implementation of all commercial and agricultural
earthwork activities.
Steve is a lifelong resident of Northern California. As a young man,Steve started
running construction equipment for the family business where he learned firsthand how to
operate heavy equipment. It was during this time that Steve developed a passion for
running big iron and tackling challenging jobs. With nearly a quarter century of earthwork
experience at Ghilloti Brothers Construction, Green Right O' ay Construction, Kiewit
FRONE(W"0 :C2 11 68 ADINIXESS Fl�f ECK 110301,Vbh,ICA 9,982 waxisilrE iru661091101111ISM
ti
BLIE
oo, o
�D I VIII uo EIT
Construction and Steve extensive experience as an Equipment Operator,Job Foreman,
Project Superintendent,Construction Manager and Business Owner.
Throughout his career Steve has been part all aspects of heavy civil construction
projects including vineyard development,ag ponds, building pads, subdivisions and
subdivision infrastructure, deep underground boring and pipinp, paving and roadway prep,
mass excavation and earth moving,drilling and concrete shooting, steel and concrete
bridge work,and large-scale demolition.
Some of Steve's notable public/private construction projects include the Doyle Drive
Parkway Redevelopment in San Francisco's Park Presidio, Folsom Dam Auxiliary Spillway,
1-405 HOV Sepulveda Pass Widening, Harry Tracy Water Treatment Plant and Marsh
Landing Generating Station.
Steve is a licensed General Engineering Contractor with California Contractors State
License Board. In addition to his business pursuits,Steve enjoys hiking and camping with
his family and watching his two daughters,who are each on scholarship playing in Division
I at the University of Northern Colorado in Greeley,with his wife.
Puo 70 7114 6 2-116 8 ADmEss RLDIDN 103011 IkMk IIA!95F) WEBSITE n0hdMTR,131111111
00
�IIIIB:L
MEMORANDUM
Date: February 13, 2019
To: Sean it - City of Ukiah,Water Resource Department
From: Tyler Rodrigue&Dave Downey
Re: Vineyard Management References
Vineyard Manjaggmgnt eference 1
Project: Parducci Wine Cellars
Contact: Al White
Mail: 501 Parducci Road
Ukiah, CA 95482
Email: alw@saber.net
Phone: 707-272-4471
Vine yard Map1gc-m—c—nL-R&-fe1:ence#2
Project: Vintage Wine Estates
Contact: Aaron Niderost
Mail: 13300 Buckman Drive
Hopland, CA 95449
Email: aniderost@vintagewineestates.com
Phone: 707-272-1696
Yineyaid Managoment Referencg#
Project: Patianna Vineyards
Contact: Patti Fetzer
Mail: 9900 Old River Road
Ukiah, CA 95482
Email: patti@patianna.com
Phone: 707-467-9755
Vined Manaizement Reference,#4
Project: AK Vineyard
Mendocino Hill Vineyards
Contact: Tom Gore
Email: tgore2@gmail.com
Phone: 707-310-2181
Pa oxv("7'0"7'), 16 2-11 J 68 ADDRIESSRO
rn
N
MENDOCINO AG
G I ii d iii:II:1 I A'1:3 V IL,,11 4 if O:.;t M FIA,Yat
MEMORANDUM
Date: February 13, 2019
To: Sean White - City of Ukiah,Water Resource Department
From: Tyler Rodrigue&Dave Downey
Re: Vineyard Lease References
Vineyard Lease Reference#1
Project: 7 Acre Vineyard Development Lease
Lessor: Potter Valley Community Parks and Recreation
Contact: Katie Delbar
Mail: PO Box 247
Potter Valley, CA 95469
Email: pottervalleyparksandrec@gmail.com
katie.delbar@ca.usda.gov
Phone: 707-391-7409
Vineyard Lease Reference#2
Project: Thurston Vineyard
Contact: Dennis Thurston
Mail: 4400 Old River Road
Ukiah, CA 95482
Email: dthurston@thurstonautoplaza.com
Phone: 707-462-4003
Vineyard Lease Reference#3
Project: 19 Acre Vineyard Development Lease
Lessor: Dave Koball and Amy Smith
Contact: Dave Koball
Mail: 417 North Oak St.
Ukiah, CA 95482
Email: k2farmingllc@gmail.com
Phone: 707-272-4655
Vineyard Lease Reference#4
Project: 55 Acre Vineyard Lease
Lessor: Tony Bello
Contact: Tony Bello
Mail: PO Box 3728
Santa Rosa, CA 95402
Email: n/a
Phone: 707-544-5867
P0. IBOX 1030, 4,3MAH CA 95482
C)
300 Plant Road Vineyards
FEE PROPOSAL - Vineyard Lease and Management Agreement
Recitals
I Landlord, City of Ukiah, is the owner of approximately 35 acres of real property located at
300 Plant Road in the County of Mendocino, California, known as "300 Plant Road Vineyards",
referred to herein as Vineyard.
2. Tenant, Mendocino Ag, LLC,wishes to lease and manage from landlord as approximate
28.25-acre portion of this real property, specifically the vineyard currently planted to the Pinot
Noir and Chardonnay variety of grapes.
3. Tenant wishes to farm and manage the Vineyard and perform such services, all on the
terms and conditions set forth in this Agreement.
Now therefore, for good and valuable consideration, the receipt and sufficiency of
which are hereby acknowledged, Landlord and Tenant hereby agree as follows:
Agreement
4. Term and Duration. This lease Agreement shall commence on March 2, 2019 and shall
terminate on December 31, 2019; provided,however, unless written notice of termination shall
have been given by one party to the other by December 31st of each year beginning in 2019, then
this Agreement shall be extended automatically for one additional harvest year. If one of the
parties hereto gives written notice of termination to the other party, then this Agreement shall
terminate on December 31St following the first(I't) harvest following the date of notice.
Effectively this is a two-year initial lease term with annual renewal unless notice of termination is
provided by either party. One year required to terminate Agreement, i.e. 2019 notification for
2020 post-harvest termination.
5. Rent& Operating Expenses. Tenant shall own the crop during the entire Tenn and
Duration lease to The Tenant will be responsible for selling the crop and paying for all the
direct farming expenses. The Landlord will be responsible for all the property expenses(such as
property tax expense, insurance,building repairs and maintenance, etc.). The rent paid to
Landlord will be ten percent(10%) of the gross annual winegrape sales during the Term and
Duration of the lease. Tenant shall retain ninety percent (90%)of the gross annual winegrape
sales during the Tenn and Duration of the lease. Landlord's rent will be paid on March I'of the
year immediately following harvest of the Vineyard.
6. Use and Occupancy. The Landlord hereby leases to the Tenant,to use for viticulture
purposes.
Page 1 of 7
7. Utilities. Tenant shall pay all costs in connection with Tenant's operations upon the
Vineyard, including but not limited to costs of preparing the Vineyard for planting of crops,
production costs, costs of tools and labor, electricity and other utilities, and costs of irrigation.
8. Labor, Power, Machinery. Landlord agrees to fumish the Vineyard as described above.
Tenant agrees to ftu-nish all labor,power, machinery and movable equipment and all related
operation and maintenance expenses to operate the Vineyard except Landlord's Equipment. At
this time, the Landlord has no equipment.
9. Repairs of Eguinment. Tenant is responsible for maintenance including but not limited to
fuel (gas, propane or diesel).
10. Taxes_and-Impositions. Landlord covenants and agrees to pay, prior to delinquency, all
real estate taxes, governmental impositions, special assessments and general assessments which
are levied or assessed against the Vineyard and which become payable during the term of this
Lease.
11. Crop Insurance. Crop Insurance in connection with the Premises and Tenant's operations
thereon shall be maintained as follows: Tenant shall pay the crop insurance premium cost.
12. Workers Compensation and Liability Insurance. Tenant shall be responsible for and
provide workers' compensation and public liability insurance insuring Landlord,and its respective
officers, directors, shareholders, employees, agents, and representatives, against any liability for
accidents occurring on the Vineyard or for any injury or damage of any nature claimed to have
resulted from or in any way connected with the activities of the person or entity insured in
connection with the operation of the Vineyard in amounts not less than$1,000,000 for each
occurrence. Tenant shall also direct that its contractors or subcontractors employed in the
operations of the Vineyard carry liability insurance and shall require and maintain in its files
written documentation of such coverage. Tenant shall provide worker's compensation insurance
insuring its employees engaged in the operation of the Vineyard under this Agreement. Tenant
shall also direct that its contractors or subcontractors employed in the operations of the Vineyard
carry worker's compensation insurance for the benefit of their employees, and shall require and
maintain in its files, with copies to Landlord, written documentation of such coverage.
13. Limitation on Landlord Liability. Subject to the provisions of this Lease, Tenant
covenants and agrees that during the term of this lease, Landlord shall not be liable or responsible
for damages for any personal injury or injuries, death, damage or loss to any persons or property
that may be suffered or sustained on or about the Vineyard or any part thereof and which arise from
Tenant's failure to keep the Vineyard in good condition and repair or from the use or occupancy of
the Vineyard by Tenant or its agents, contractors,employees, or invitees.
13. Improvements. Without the prior written consent of Landlord in its sole discretion,
Page 2 of 7
N
M
Tenant shall not make or erect on the Vineyard or on any portions thereof, any building,
improvement, structure or appurtenances thereto.
14. Cam liance with Laws. During the Lease Term, Tenant shall comply with all applicable
laws, ordinances, orders, rules, regulations and requirements of Federal, State, County, City, and
Municipal Governments, departments, bureaus, boards, commissions and officials with respect to
the premises, the improvements thereon or the use or occupancy thereof. Tenant shall have the
right, after prior written notice to Landlord, to contest by appropriate legal proceedings(which
shall be conducted diligently and in good faith in the name of Landlord or Tenant or both), and
without cost or expenses to Landlord, the validity or applicability of any law, ordinance, order,
rule, regulation or requirement referred to in Section 18, and Tenant shall have the right to delay
observance thereof and compliance therewith until such contest is finally determined and is no
longer subject to appeal,provided that observance and compliance therewith pending the
prosecution of such proceeding may be legally delayed without subjecting Landlord to any
criminal liability or fine.
15. Tenant's Obligations. Tenant shall keep the Vineyard in good order, condition and repair
throughout the Lease Term. On the last day of the Lease Term, or on sooner termination of this
Lease, Tenant shall surrender the Vineyard to Landlord in good and sound condition, ordinary
wear and tear excepted, clean and free of debris.
lb. Repairs. Repairs to the Vineyard, as may be required to maintain the Vineyard in good
and safe condition, will be the responsibility of Tenant.
17. Farming. In farming and managing the Vineyard, Tenant agrees to perform or cause
to be performed in a timely, efficient and economical manner, all acts and services which
reasonably may be necessary or desirable in order to ensure that the Vineyard is cared for,
maintained and operated as a winegrape vineyard. Tenant hereby represents and warrants that it
has, or will obtain, all necessary licenses and permits to perform all services and tasks envisioned
hereunder.
In performing its duties and obligations hereunder, Tenant shall:
a. Follow the viticultural requirements reasonably requested by Owner to produce
fruit of premium quality and fully developed varietal character;
b. Prune, sucker, thin and leaf pull the Vineyard;
c. Irrigate, fertilize and cultivate the Vineyard;
d. Control weeds, diseases and pests in the Vineyard;
e. Care for and maintain wells, pumps, pipelines, irrigation systems and other
improvements on the Vineyard;
f. Harvest the grapes grown on the Vineyard;
g. Provide labor,machinery,equipment and materials reasonably required or useful to
manage the Vineyard to accomplish the foregoing;
Page 3 of 7
M
M
h. Store and use pesticides, fertilizers, and other chemicals, and dispose of containers
in accordance with state and federal regulations and recommendations. Furnish
the Landlord a written, field by field,record of the amounts, kinds, and dates of
applications of pesticides and fertilizers;
i. Not store motor vehicles,tractors, fuel, and chemicals on the Vineyard in violation
of restrictions in the Landlord's insurance policies.
18. Authority of Tenant. Tenant shall have general power and authority to perform its duties
and obligations hereunder, and to act in all matters relating to or concerning the care,
maintenance and operation of the Vineyard as a winegrape vineyard.
19. Tenant's Employment of Employees. Tenant shall be solely responsible for selecting and
hiring its own employees and for their supervision,direction and control. Moreover,
Tenant shall be solely responsible for setting wages, benefits, hours and working
conditions for such employees; for furnishing, during the entire period of this Agreement,
worker's compensation insurance coverage; for paying wages and social security; for
paying unemployment insurance and disability insurance contributions; and for
withholding taxes with respect to such employees.
20. Sole Agricultural Employer. Tenant acknowledges and agrees that Tenant is the sole
agricultural employer of persons engaged to perform agricultural services pursuant to this
Agreement. In performing its duties and obligations under this agreement, Tenant shall
direct the operation of its labor and equipment in all respects and shall determine the
method, means and manner of its performance.
21. Emergencies. Notwithstanding the fact that Tenant may be required to obtain the consent
of Landlord or Landlord's designated agent under this agreement before taking certain
actions, in the event emergency circumstances arise with respect to the vineyard which
would require prompt action on the part of a reasonably prudent vineyard farmer,and in the
event that time does not reasonably permit the obtaining of any required consent hereunder
or such consents otherwise are not reasonably obtainable,Tenant may take all actions
which under the circumstances would be taken by a reasonably prudent vineyard farmer to
prevent or mitigate damage, and any such actions shall be taken in accordance with the
standards set forth herein.
22. Events of Tenant Default. The following shall constitute events of default ("Events of
Default") under this Lease:
a. Tenant shall fail to make payment of Rent payable by Tenant under the terms of this
Lease by March 1 st of the year immediately following harvest of the Vineyard;
b. Tenant shall fail to perform any other agreement or covenant of Tenant under this
Lease and Tenant shall fail to cure such default within thirty (30)
Page 4 of 7
M
days after written notice thereof from Landlord;provided,however, if such default
may not be reasonably cured by Tenant within such thirty(30) day period, then no
Event of Default shall occur hereunder provided Tenant commences cure within
such thirty (30) day period and thereafter diligently pursues cure to completion;
c. Tenant shall make any general arrangement or assignment for the benefit of
creditors, any petition shall be filed by or against Tenant under any chapter of the
Federal Bankruptcy Code, or any successor statute thereto, or Tenant shall be
adjudicated as a bankrupt or insolvent,or a receiver or trustee shall be appointed to
take possession of all or substantially all of the assets of Tenant, or any other action
shall be taken or suffered by Tenant under any State or Federal insolvency or
bankruptcy law.
24. Landlord's Remedies. Upon the occurrence of any Event of Default,Landlord, with
notice or demand, may at its option terminate Tenant's right to possession of the Premises
on account of such breach.
25. Assigment. Tenant may not assign its interest in this Lease unless it obtains Landlord's
prior written consent, which consent shall not be unreasonably withheld; provided,
however, no such assignment shall release Tenant from liability hereunder.
26. Transfer of Ownership. Landlord's transfer of ownership of the real property located at
300 Plant Road, including the Vineyard, shall not terminate the lease. The Lease runs
with the land. In the event Landlord transfers ownership of the property during the lease
term,voluntarily or not, Tenant shall be entitled to finish the lease term.
27. Severability. If any term,covenant,condition or provision of this Lease or the application
thereof to any person or circumstances shall, at any time or to any extent, be invalid or
unenforceable,the remainder of this Lease, or the application of such term or provision to
persons or circumstances other than those as to which such term or provision is held invalid
or unenforceable,shall not be affected thereby, and shall continue to be valid and to be
enforced to the fullest extent permitted by law.
28. Successors and Assigns. Except as otherwise provided in this Lease, all covenants,
agreements,provisions, and conditions of this Lease shall be binding on and inure to the
benefit of the parties hereto and their respective successors and assigns.
29. Subordination. This Lease and all of Tenant's right, title and interest in the Vineyard are
demised hereunder and shall be subject and subordinate to any mortgages or deeds of trust
that now exist or that may subsequently be placed upon the Vineyard,to all advances made
under them, and to all amendments, modifications, extensions or replacements of them.
30. No Waiver. No waiver by either party of any covenant or condition contained in this
Lease or of any breach of any such covenant or condition shall constitute a waiver by such
Page 5 of 7
° M
party of any subsequent breach of such covenant or condition, or justify or authorize the
nonobservance by the other party on any other occasion of the same or any other covenant
or condition hereof.
31. Interpretation. This Lease shall be construed in accordance with the internal laws of the
State of California without application of the conflicts of laws, provisions thereof.
Whenever the contents of any provision shall require,the singular number shall be deemed
to include the plural number, and vice versa, and the reference to any gender shall be
deemed to include reference to all other genders. This Lease has been drafted by both
parties and shall not be construed either for or against Landlord or Tenant. The captions
and headings of the Sections of this Lease are solely for convenience and shall not be
deemed to be a part of this Lease for the purpose of construing the meaning hereof or for
any other purpose.
32. Entire_Agreement. This Lease contains the entire agreement of the parties hereto with
respect to the letting, managing and hiring of the Vineyard described above and this Lease
may not be amended, modified, released or discharged, in whole or in part, except by an
instrument in writing signed by the parties hereto or their respective successors or assigns.
33. Attorneys' Fees. If either party brings an action to enforce the terms hereof or to declare
rights hereunder, the prevailing party in any such action shall be entitled to recover from
the other party its reasonable attorneys' fees and costs as determined by the court, in
addition to any other relief to which it may be entitled.
34. Access to Vineyard by Landlord. Landlord shall at all times have the right to access the
Vineyard.
IN WITNESS WHEREOF,the parties hereto have executed this Lease on this
day of - 20...........................
City
„of Ukiahnmm,,,n„n„n„mrvm,,,,°, Mendocino Ag, LLC,°,.nW.W„
Water Resource Department Tyler Rodrigue
Sean ite Manager Member
411 West Clay Street PO Box 1030
Ukiah, CA 95482 Ukiah, CA 95482
Page 6 of
` M
Vineyard Map
300 Plant Road, Ukiah, CA 95482
I
r
l
r
I,
I
Y
11
muuu
ii
i
ill
i
i
I'
y f
I
i
I
v
Page 7 of 7
Agenda Item No.: j3d
MEETING DATE/TIME: 9/6C2019
0/0
PEAK ITEM NO:
�
AGENDA SUMMARY REPORT
SUBJECT: Receive Updates on City Council Committee and Ad Hoc Assignments and if necessary,
Consider Modifications to Assignments and/or the C reation/Eli m i nation of Ad hoc(s).
DEPARTMENT: City Council PREPARED Kristine Lawler
ATTACHMENTS:
Attachment 2Ol9City Council Special Assignments&kAdHocs
Summary: City Council members will provide reports and updates on their committee and ad hoc assignments.
|fnecessary, the Council may consider modifications
Background: City Council members are assigned to a number of committees and ad hoc activities. These
assignments are included aoAttachment#1.
Discussion: Previously, the City Council discussed having more time allocated to reporting on committee and
adhoc activities. Often, the Council Reports section of the regular agenda is rushed due to impending
business (i.e., public hearings), and not enough time is afforded for reports beyond community activities.
In an effort to foster regular updates on committee and ad hoc aooignmento, this item is being placed on the
agenda to provide the City Council members an expanded opportunity to report on assignments.
RECOMMENDED ACTION: Receive report(s). The Council may also consider modifications to committee and ad
hoc assignments along with the creation/el imination adhoc(o).
BUDGET AMENDMENT REQUIRED: No
CURRENT BUDGET AMOUNT: N/A
PROPOSED BUDGET AMOUNT: N/A
FINANCING SOURCE: N/A
PREVIOUS CONTRACT/PURCHASE ORDER NO.: N/A
COORDINATED WITH: MayorMu|heren
H
z
W
x
H
H
o
T�
a E o T a E � m a E
� o � mcE°, m' oo � ccEE o � mo cE
T E O N >� C,l o m T L O m >� L ^
N d 0 >> y 0 N O U Y d 0 >> U Y Z` zl i QI
E�� DT 00 °y DT ENN T� DT Oo Tw U U 00
co) o.� ° o.� '°-T Do Do E
.E o 0 0 0 a o o .E o o o o o o ov q ov q
vY vY
o
o °� ° °^ acs `oma —°o `o� ° m^ rc cZ
m `��° E c r� A�° try cry >.
m ink �� w d ink m�—Oo om ink °cm o� 'o
� m'U
r A M E'om .E.E Y N A M N `m `m o$
f Q a K v N v f W K v f Q a N v K
N
N c N
c m y m m c
c d N N N o
E Q c c
Q o o oQ
dQ Fd ¢F FF'c da Eo d¢ d Ed
L O O L O O O L O c-) T L O L T a T a T a Q
U m a s a s a s m S
o
TO O T - m E O
o m - > o - _ U U ° °
co— �5 oo
S a o r _ 2� - o m -O o o
o
o
o
y� oo g �nIm
Z m � m = -o=' = o EE b� =-' o
o o E m Q m > nlo
Z m m o a r.� '^ m w � ; o � o m m E m E r E
C7 o m a m ° o�-- o, m -mo m m o n o o °o.lo
� >.J o m m ' >a'o 'o 'o n o o w o m U) m " > > > a m
Q o E d a;co) o m U U w ¢ n a`.__ U o. c7 in a -m° `m o
J
a
Uo ¢
W U
a om
T o o
J E m m U a
U o
Z Eo _ `o k w Q
7 m .; o o z �' .� i N U - -° d ...
O > oam m° m =� ° o d� oN o � d
U ¢N E c ma o 'oN > my m inm inm
mm v� oo,mY m m m v a` d nm m
��mU om C-1mm minor m -� �Om tm tm
v � �Um >inUm 05 c U� > �U� `oU Um TLL Uv =oUvMi inUo mUry �U
E'"o�t �zt� Umty' �� - mat ort t qoy^ of - ��ntv°'i ait ait ait
0 0 m m m d t
N wC)�v w Mev �a�M mom v W"D mU0¢V v v KQvrnm Uzvoi�
o
d
E m
'^ o > m U ��° ° U
o- m„ � m m m =
^ o
o
�L Tm Z�° Q o U �Q Sm O = Zm uj in �(n L
� Z° °U'o ° 3 - UOo in
c oa o F iD(7Q m > t¢ _¢ o c¢
_ m E d- oJU U d d U - N o N o m o o J U c o N(n U :5
U o U
ol >t� a U� d — w 'o a - wai �t xajt
a5 m°�� i m $ ¢co pm ¢�° > m°�� a° C) o inv
>o oo o o
`m o E `o E o m E T o f `o E `o E T E o f o f
O T¢ T T m N T¢ T¢ T m T
m C m
m m oo
> > "c0 ami
E E 5° ci
o £ F or m t c �'o F C E 5 5 2 5 F£ 5
m O V -O O L 0 m 0 L O -O O L O -O O -O O L O O -O O
ry E M O E v E ry E v E N ry E ry E v E E ry E
C p
a c _ o m
mQ A E Eo
Ei ~ O rc � c E 'o
E am U U ,°� LL c
z z �°„ _ `o
> A a Q a Q U a o
o 'tea o _ = a �� °a `o m
Q .co. u a m o
o >•c Q m `o Q m c d a U E x
> > o a c o a ,m 'm a c o L o of a
C O O O T >W L w a '7
o 0 o f o o'pm
U c c o c c o o ° °
_ m A - ox E o 1.
.J o O '00 U L ° L a L L N Q L A ° O m 0 N'O 2
A c U c �' C L c A .. .. '^ m.. o o. o c o c
O a Q m Z Z K� f) W U U' axi N
2
T T o O
m `oE - - - of E E -y no Q
om E E
a' O o o N O
O p V N V V O p U U O T Q y
o Y LLE Y Y U c, ° -v m ° -$ 2 2.0 (�
E o f U E U E >` o o T L O T ` E °m T O T Py
�V Uo T� 0L T. - . U� T O.y N tom Uo LV
E U U m - U m U m E U o T o rt a m o rt E m
O O o o u 0 O ry V T o ` lLL
O T o o
a on c E mE A " A A mE :: rc�T To °� c o,To ` °� a o
c E c A ° � � $ tN c= LE `m LE `m
E p Am N m c� o ° c� c� N �r oc '^ N o= p6N o= NN
�v N YY O-�p YY YY N Nv Nin U� o. U' o�U� v Nv Om
C
N
N N C N N
zz: a o
N b w `o o
O O O m'O o p d O C
N N L O T N N C d d c ¢ T_ O= oK O N- O N O
M U¢ m m 02S Ma° O `�°� m` UM O m`U O
p °oo � a-O
12 o T o N �_ N "O T
¢E o_ N o 0 �w O
o O uN N N C Oo. o
O O a N �- L _ L 0L o U o ` ` da ��' t > E `o m VIU d too
o
o
o
w5� � '�LL � E ^� -x U) mo -` d ami - d . d .
C T N 2 - N T"O O O O�j U O N .L.. T _T a) .>
o o o o p tz N N O� > o U L O C yi E - E d O -.0
� LL
O�O-p O O .t T Y N O 0 N O U ° >; N L L -
O N O ° a1 a1 o yi p 0-O O > 0-
Q - a o� w ��° x x n _=U� a`SSU o `m �`o `m n � 3
J
Q
W - O
ad I N
V) a` m m >o
° o U N m o
U a d m E - N p E
z L N E T - 'uj E
O >l IM
d oN do >N a c o >N >Nm
U d�NNFav Qv ¢� J nv -oN U o m -5 o Qv ¢m ¢ms
U ¢ E m � �m c =m > � � ` om U m Ivo
U w`m U' m ¢w p ¢ m °� T
U 8 E -v � N�¢� `¢ o� ;¢o "¢ o.-yin°N' Qo ��Q �-�Q cQ•=
-in Urn o= o¢� O c) ` EU U� oU- OU m > -oaa =fnUr U ` EU ` EUe
N °ait U > 3- m _� U) ':5- ait �� _ oU':5ait o - U fnt SOU)
C !° N o m a s p m m .�o m m m m m m m m .�o m
m wm Mdm c) c)Um> >v ��v ink �`��W��v �v�i U�� inUm D
Tm E U
o
o ° E U C, C, N ,� o f
p `o O x .1-
'" L xx V `o
° o �x ¢� o xm - o
r .� �� ` o Tv vin
w(7 c Lm > o a in w(7 ¢ O ms
U) = o m o ;U ` EU � '^ U� OU �U �� o o ;U �V^U U)C)
U) o a>o oo 'o �o UUnt o at �?. �° � ��t Lac
�m o o-p .` O m .>o m .` m m m m p o U) m .�w m m m
rw w m > m envoi Om> >� ��v ink �� mUfn m envoi O ov> >o�
�-o
o U M > m o o
o ° O O O O
TE EZ = _ TL E E m E TE ma
N N L O o d
T o :>o
E.L.. u d O o o- 10 T T
>V ~L N O V°I NU > C _ FL r 0 >L 0 L >.L..
-0 o L O - . o - N -0 0 -O O ` O -O O
AE vEp a`2m UL > - inE d rvE E rvE
`o c
a a O
O
O
o o
Q m e o _ O d O A -
�� E - r
Eo o c �- o 0
v E y U a m 0 o a a N
a` A U E m o
m A °0 0 0 >.M >. >. E
t 'c _ o t LL m o
o ° A U > ~ N Z' o f o o U
a '� � o_ O c >'� U o U c U >
O U U ami c a i. w '> o c o 0 0 5
S m c `o J api ¢ m 'c°: a S o
a = c p ¢ p
�� za m.a in ,� �� � E AU N of of c° w
d o U d E > a` ._ ._ o x o o c
z? Jw U 5 �'0 �U rc� x �LL �U -
3
COMMITTEE • PRINCIPAL STAFF SUPPORT
Electric Grid Operational Crane/Scalmanini Mel Grandi, Electric Utility Director;
Improvements 463-6295 mgrand i cityofukiah.com
Mel Grandi, Electric Utility Director;
463-6295 mgrandi@cityofukiah.com
Tim Eriksen, Public Works Director/City
Rate Studies for Electric, Water, Engineer;
Sewer 463-6280 teriksen@cityofukiah.com
Sean White, Director of Water Resources;
463-5712 swhite@cityofukiah.com
Dan Buffalo, Director of Finance; 463-6220
Crane/Scalmanini dbuffalo cit ofukiah.com
Downtown Parking Management Mulheren/Brown Shannon Riley, Deputy City Manager;
467-5793 sriley@cityofukiah.com
Budget Development Best
Dan Buffalo, Director of Finance;
Practices and Financial Policy For 463-6220 dbuffalo@cityofukiah.com
FY 19/20 Budget Sheri Mannion, Human Resource
Crane/Brown Director/Risk Manager; 463-6272,
Public Works Project Tim Eriksen, Public Works Director/City
Specification Development Crane/Mulheren Engineer;
Tim Eriksen, Public Works Director/City
Uniform Cost Accounting Crane/Mulheren Engineer;
Vichy Springs Resort Litigation Sage Sangiacomo, City Manager;
Brown/Scalmanini 463-6221 ssangiacomo@cityofukiah.com
Justin Wyatt, Police Operations Captain,
Marbut Study Ad Hoc 463-6760
Brown/Scalmanini jwyatt@cityofukiah.com
Solar Proposal-Application Project Sean White, Director of Water Resources;
Crane/Scalmanini 463-5712 swhite@cityofukiah.com
UPDATED 1-17-19
4
3